Vous êtes sur la page 1sur 31

HINDUSTAN PETROLEUM CORPORATION LIMITED

INVITATION TO BID (ITB)


GLOBAL TENDER NOTICE
FOR
APPOINTMENT OF CONSULTANT FOR CONDUCTING DETAILED
FEASIBILITY STUDY FOR PROPOSED ONSHORE LNG IMPORT AND
REGASIFICATION TERMINAL AT CHHARA, DISTRICT JUNAGADH,
GUJARAT.
TENDER NO. CE: 479

HINDUSTAN PETROLEUM CORPORATION LIMITED


CENTRAL ENGINEERING, 6th FLOOR
PETROLEUM HOUSE,
17, JAMSHEDJI TATA ROAD
MUMBAI 400 020

Page 1 of 31

APPOINTMENT OF CONSULTANT FOR CONDUCTING DETAILED FEASIBILITY


STUDY FOR PROPOSED ONSHORE LNG IMPORT AND REGASIFICATION
TERMINAL AT CHHARA, DISTRICT JUNAGADH, GUJARAT.
I NDEX
SECTION

DESCRIPTION

PAGE No.

Introduction

Detailed Scope of Work & Other Terms and


Conditions

Instructions to Bidders

17

Pre-Qualification Criteria

24

Priced Bid Format

28

Check list for submission of offer

29

Enclosures to Tender Document

31

Annexure-I

General Terms & Conditions Of Contract (GTC)

12 Pages

Annexure-II

Agreement (Under Integrity Pact)

1 Page

Annexure-III

Integrity Pact

6 Pages

Annexure-IV

Grievance Redressal Mechanism

4 Pages

Annexure-V

Agreed Commercial Terms And Conditions


(ACTC)

1 Page

Annexure-VI

Bank Guarantee in lieu of EMD

1 Page

Annexure-VII Format for Compliance

1 Page

Annexure-VIII Details of the Consultant / Bidder

1 Page

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 2 of 31

SECTION - 1
INTRODUCTION
1. OBJECTIVE
SP Ports Pvt Ltd (A company under Shapoorji Pallonji Group) are developing a
greenfield, all weather, direct berthing port in Junagadh district (Port). The
project site is about 7 km from Kodinar, near villages Chhara and Sarkhadi in
Gujarat.
Hindustan Petroleum Corporation Ltd. (HPCL) and SP Ports Pvt. Ltd. (SPPPL)
have agreed for a Detailed Feasibility Study to be carried out for establishing
technical and commercial viability of setting up a LNG Import and Regasification
Terminal of 5 MMTPA capacity at the proposed Port.
HPCL invites bids on behalf of HPCL and SPPPL to carry out Detailed
Feasibility Study for development of LNG Import and Regasification Terminal of
5 MMTPA capacity at the proposed port at Chhara, District Junagadh, Gujarat.

2. TERMINOLOGY
a. COMPANY
For the purpose of this Invitation to Bid (ITB) document, Company
means Hindustan Petroleum Corporation Ltd.
b. BIDDER OR TENDERER
A service provider submitting Bid for the services described in this ITB
document.
c. CONSULTANT
The successful Bidder who is awarded the job.

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 3 of 31

SECTION - 2
DETAILED SCOPE OF WORK AND OTHER TERMS & CONDITIONS
1. SCOPE OF WORK
The Consultant shall carry out a Detailed Feasibility Study for setting up an
onshore LNG Import and Regasification facility with an initial capacity of 5
MMTPA and keep a provision for expansion in future. The purpose of the DFR
shall be to arrive at sufficiently accurate definition of the planned facilities and
the estimation of capital and operating costs. Consultant shall consider any
new design requirement based on technological advancements, up-gradational
needs and operational experience.
The Scope of Work of the Consultant shall be (but not limited to) as detailed
below:
1.1 S I T E S C R E E N I N G S T U D Y

The Consultant shall conduct a screening study for selection of the


most suitable site for locating the LNG terminal at the port, within the
identified area, taking into account the environmental, technical and
commercial aspects and the governmental guidelines for setting up
LNG terminals.
ii. Consultant to study the available data and identify suitable location for
the terminal and marine facilities. For the purpose of this study
following preliminary data is available with the port developer which
can be viewed during the Pre-Bid meeting:
a. Bathymetry (full area)
b. Topography (full area)
c. Offshore geotechnical data
d. Waves and current data
e. Proposed Master Plan
Collection of all other data, required for the study, is in the scope of
the Consultant.
iii. The site selection report shall cover the following:
a. Identification of suitable site(s) within the identified area.
b. Site main characteristics (Soil characteristics, Plant layout,
Preliminary safety impact of limitations, Unloading facilities
etc.)
c. Site comparison between alternate locations.
d. Estimated Capital and Operating cost comparison for
different sites
e. Overall plot plan with approximate total area requirement,
showing marine depths, shipping channels, marine
i.

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 4 of 31

infrastructure, terminal plan, space for expansion and


surrounding land use plan
f. A plot plan showing the terminal marine infrastructure,
breakwaters, jetties, dolphins etc.
g. A plot plan for the terminal regasification facilities showing
tankage, regasification units, utilities etc.
h. Final recommendations.
1.2 P R O C E S S

To study alternative configurations (process schemes) of LNG terminal


including latest technological advancement and up-gradational
requirement. The Consultant to estimate and recommend:
i. Optimized scheme and estimate utility consumption
ii. Compare operational flexibility, capital and operating costs
iii. Sizing of unloading lines, vapour return line, cool-down line up to
the Jetty. Analysis of critical piping route
iv. PFDs & P&IDs for facilities.
v. Functional requirements for process design
vi. Mechanical
vii. Flare Stack
viii. Utility / Auxiliary Systems
ix. LNG carrier mooring and unloading
x. Ship size - vessel size assessment
xi. Navigational requirements
xii. Boil-off Handling
xiii. Send-out system, relieve system, drain system
xiv. Communications and security systems
xv. Plant Control and monitoring system including emergency
shutdown system
xvi. Fire, Hazard and Safety systems
xvii. Pollution control measures and facilities envisaged
xviii. Energy conservation measures
1.3

LNG R E C E I V I N G , S T O R A G E A N D R E G A S I F I C A T I O N T E R M I N A L
i. Optimize and recommend the type & capacity of the storage
tank(s) based on the recommended parcel size and downstream
natural gas consumption.
ii. Indicate the potential for cold recovery and options for use of
such cold recovery.
iii. To carry out capacity sizing and estimation of the number of
primary and secondary pumps required, meeting all
requirements.

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 5 of 31

iv. To determine the capacity requirement of LNG vaporizers, type


of vaporizers and number thereof.
v. To prepare the requirement of utilities and support facilities for
start-up, normal operation, shutdown and emergency situation in
the terminal
1.4 RLNG EVACUATION PLAN
Plan for evacuation of RLNG basis:
i. Existing Gas Grid and spare capacity of existing network and
future plans of gas pipelines
ii. Estimated length of cross-country pipeline required to be laid to
evacuate the gas from LNG terminal along with its size and
capacity.
iii.
LNG Loading facility for Road Carriers/Tankers
1.5

PIPING
i. Provision of an overall Topside plot plan optimizing the
Equipment layout.
ii. Conceptual design of the pipe racks, piping layouts
iii. Cost data for the various options.
iv. Prepare design and construction specifications for piping
deliverables.
v. Preparation of the following specifications for cryogenic services:
a) Piping material Specification
b) Valves (with basic criteria for cryogenic service)
c) External Insulation
d) Painting
e) Welding Requirements.

1.6 C I V I L /S T R U C T U R A L T O P S I D E S

Consultant shall carry out the conceptual design of all topsides civil and
structural work. Scope shall include: i. Prepare basic design, civil design, civil layouts for all topside
structures.
ii. Preparation of civil/ structural functional specifications for design
and construction.
iii. Provision of topside load data for marine design.
iv. Preliminary design & broad MTOs for all structures, including
pipe racks, tower gangway and other structures.
a. Terminal Layout
1) Harbour location
Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 6 of 31

2) Dimensional considerations
3) Downtime assessment
4) Land use plan
1.7 C I V I L / S T R U C T U R A L M A R I N E

The marine works will form a major part of the project cost.Consultant to
ensure that the Civil/ Structural Marine work is sufficiently detailed.
Scope shall include:i. Define criteria for the detailed design maritime works:
a. Minimum requirements for design methods,
b. Standards and regulations to be applied,
c. Specifications for the civil structures,
d. Requirements for detailed design documents.
ii. Review recommendation for Safety systems for ship navigation
and docking
iii. Optimization and recommendation for the location of the Main
and Stand by Jetties.
iv. Consultant to carry out a thorough assessment of geotechnical
aspects of the site as it is considered to be very critical to the
successful construction of the marine works.
v. Conceptual design of the marine structures, main Jetty, mooring
and breasting dolphins.
vi. Prepare specifications and design criteria for design and
construction of marine works, berthing and mooring systems,
navigation aids etc.
1.8 M E C H A N I C A L
i. Prepare Equipment list.

ii. Prepare functional descriptions and specifications of the required


equipment other topside facilities such as unloading arms, tower
gangway, berthing aid system, environmental monitoring system,
constant tension winches etc.
1.9 E L E C T R I C A L

i. Determine power system requirements and prepare preliminary


Single Line Diagrams.
ii. Determine Hazardous Area Classification and prepare preliminary
drawings.
iii. Determine cable routing requirements and prepare overall
indicative cable route layout and cable schedule.
iv. Preliminary sizing and date sheets for electrical equipment.

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 7 of 31

v. Prepare conceptual electrical specifications for design and


construction for plant switch room, communications, fire alarm (by
instruments), earthing and lighting system expansion.
vi. Provision of MTO and Cost data.
vii. Determine power source optimization.
1.10

1.11

INSTRUMENTS
i. Prepare Instrument List & Narratives.
ii. Prepare specifications for Fire & Gas spill detection system.
iii. Prepare Instrument specification for packaged units.
iv. Prepare Conceptual layouts for the control room.
v. Prepare overall indicative cable route layout.
PROJECT MANAGEMENT
To determine the schedule of the project from initial planning to startup, with identification of the major milestones towards completion and
indication of the necessary clearances, permits and timing to be
requested from Government of India, State Government and the local
authorities for construction and operation of the LNG Receiving
Terminal and the associated facilities including the marine facilities.

1.12

1.13

i. Preparation of Project Execution Plan


ii. Preparation of project implementation schedule for various
activities.
HSE
i. To study project safety risk and recommend complete safety
management and fire fighting facilities as well as emergency
shutdown system for the terminal.
ii. To recommend proper alarm system and interlocks for safe,
efficient and uninterrupted operation of the LNG terminal.
T Y P I C A L D R A W I N G S T H A T W O U L D C O N S T I T U T E A DFR A R E :
i. Terminal master plan
ii. Land Use Plan
iii. Jetty Head detailed layout plan
iv. Shore Protection Works (if required)
v. Mooring Dolphins, Plan-Section & Elevations
vi. Breasting Dolphin, Plan-Section & Elevations
vii. Catwalk General Arrangement Layout
viii. Catwalk Sectional Details
ix. Unloading Platform
x. General Arrangement Plan and Elevation
xi. Piping layout and details
xii. Sectional details of the unloading platform
xiii. Navigation aids layout
xiv. Dredging footprint and details (if required)

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 8 of 31

xv. Sea water intake and outfall details (if required)


xvi. Misc.
1.14

COST ESTIMATE
i. To estimate capital investment cost including the necessary
contingencies and related rationale within acceptable accuracy
limits (Cost estimate for the facilities shall have accuracy of +/20%), expressed in value of money at the time of preparation of
Detailed Feasibility Report, split down but not limited to as follows :
a. LNG Marine Facilities
b. LNG unloading/facilities at Port (Jetty Head and Jetty
Trestle)
c. Pipe yards from Jetty to receiving terminal
d. LNG storage tanks
e. Boil-off-Gas Recovery
f. LNG Pumping
g. LNG Vaporization
h. Power Generation
i. Utilities
j. Communications and security systems
k. Fire Prevention & Safety facilities
l. Regasified LNG Pumping Facilities
m. Regasified LNG metering facilities
n. Mechanical, Electrical &Instrumentation
o. Custody transfer systems
p. Building and Infrastructure
q. Cross Country pipeline for evacuation of Regasified
LNG
r. LNG loading in Road carriers
ii. Operating/ running and maintenance cost.
iii. Each item should be further broken down into equipment, bulk
material, construction, labour, miscellaneous and other relevant
cost components as applicable. Consultant shall also clearly
indicate the various taxes and duties considered for the cost
estimate.
iv. The Indian Rupee cost and Foreign Currency component in US
Dollars to be provided.
v. The current taxes and duties to be considered while arriving at the
cost estimate.

1.15

FINANCIAL ANALYSIS

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 9 of 31

i.

The Consultant should work out the broad financials of the project and
submit a working model, incorporating the following, taking into
consideration any inputs given by the company:
a.
b.
c.
d.
e.
f.

Projected Balance Sheet


Project IRR / Equity IRR
Projected Cash Flow
NPV
Project Profit and Loss Statement
Sensitivity Analysis considering change in Capital Cost /
Operating Cost / Change in Gas Thruput (Capacity Utilisation )
g. Debt Service Coverage Ratio
h. Calculation of Regasification Cost and Regasification Charge
i. Projected Funding Pattern
ii.

1.16

A separate study will be commissioned by the Company for a detailed


Business
Plan.
The
Consultant
shall
provide
any
information/clarification required for the same. Such information shall
be provided promptly, as and when asked for, during the course of
Detailed Feasibility Study, as well as after submission of Detailed
Feasibility Report.
OTHERS
Any other item to complete Detailed Feasibility Study in addition to the
specifications mentioned above, so as to meet the overall objective.
Consultant shall list down such additional items in their proposal.

2. GUIDELINES FOR PREPARATION OF DETAILED FEASIBILITY


REPORT
i. Consultant shall be responsible for carrying out any surveys and
acquisition of all data from necessary sources. All requisite clearances,
co-ordination, fees, charges, etc. and compliance to the local laws
required for completion of the job shall be the responsibility of the
Consultant.
ii. Consultant should review the information provided (including data
provided by port developer)/collected by Consultant with respect to
reasonability, accuracy and adequacy of technical study and cost
estimates based on past engineering experience of the Consultant and
the rationale thereof, prior to using the same for preparation of Detailed
Feasibility Report.

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 10 of 31

iii. Selection of various facilities for the project should be based on


profitability criteria. The details of the same to be provided by the
Consultant as back-up information.
iv. The Consultant will size all facilities for an initial capacity of 5.0
MMTPA and keep a provision for expansion in future, to exploit
economy of scale to the extent possible. However, the dominant factor
will remain the overall profitability of the project.
v. The design will conform to the Rules/Regulations/Laws/Standards
which are applicable in India, including the following :
a.
b.
c.
d.

e.
f.
g.
h.

Factories Act
Indian Petroleum Act and Explosives Act
Tariff Advisory Committee Guidelines (for insurance purposes)
Environment (Protection) Act 1986 of the Government of India
which includes Minimal National Standards for liquid effluent &
air emission standards
Civil Aviation Rules
Indian Electricity Rules
Oil Industry Safety Directorate guidelines
Any other rules & regulations

vi. All design and engineering will be carried out using the latest version of
appropriate standards.
vii. Indicative contents (but not limited to) of Detailed Feasibility Report are
given ahead.
viii. The Consultant shall be required to visit HPCL on at least 3 (three)
occasions for :
a. Kick-off meeting
b. Presentation of Draft Report
c. Presentation of Final Report.
3. INDICATIVECONTENTS OF DETAILED FEASIBILITY REPORT
The Detailed Feasibility Report will broadly cover the following aspects (as
applicable for the project) including the LNG unloading facilities, LNG storage
and receiving terminal, LNG regasification facilities, regasified LNG pumping
facilities and all information necessary to achieve (a) approval of the Detailed
Feasibility Report, (b) use this Detailed Feasibility Report as self-explaining
input for the next step when progressing with the project (c) for discussions
with various Government agencies, customers, statutory authorities for
Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 11 of 31

entering into various agreements and (d) for use as input for a dialogue with
financial/lending institutions in the endeavor to secure project funding to
achieve financial closures.
1. Executive Summary
2. Introduction : This shall include
i) General background of Topic
ii) Brief write-up on HPCL / SPPPL
iii) Brief write-up on Port / Available infrastructure and future
plans
3. Port Facilities
4. Site selection report and details of the selected site for LNG Receiving
and Storage Terminal
5. Design basis
6. Optimization study and recommended facilities in LNG Receiving and
Storage and Regasification Terminal
7. LNG unloading facilities at the Port
8. Marine Facilities
a. Charts showing marine facilities, water depths, marine
features, terminal location, etc.
b. Harbour Layout
c. Layout of Proposed Facilities
d. Layout of Berthing / Mooning Structures (including plan at
Deck Level, foundation layout, Cross Sections etc.)
e. Layout of Unloading arms, associated piping
f. Layout & Details of Fire-Fighting Facilities
g. Layout & Details of Illumination and Electrical Installations
h. Details of Sewage Disposal scheme
i. Layout and Details of Navigational aids
j. Reports on Marine studies (model studies marine
conditions, bathymetry studies, soil investigation reports,
etc.) including conclusions of these studies
k. Turnaround Circle (if required): Diameter, depth, location
l. Breakwater (Layout, Location, Size, Dimensions).
m. Details of ship down-time
n. Construction method statement for the Marine facilities
o. Any other drawings considered necessary to fully define the
port and marine facilities
9. Onshore Facilities
a. LNG unloading facilities at the Port as well as other marine
facilities
b. LNG Receiving Terminal
Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 12 of 31

c. List of Major Processes


d. Process scheme and operating summary of each of the
facilities with key operating parameters
e. Overall Project Description
f. LNG send out system (stages, HP & LP systems etc.)
g. LNG Vaporizers System Description (technology used
submerged / open rack etc.)
h. Vapour Handling System (Boil off gas and re-condenser
system etc.)
i. Plot plans of Regasification facility
j. Process Flow Diagrams
k. Process equipment summary and key parameters /
specifications
l. Electrical single line diagram
m. Instrument and control system
n. Soil Investigation Reports & Seismicity and its impact on
terminal design
o. Risk Analysis, Disaster Management and Emergency Plan
p. Offsite utilities and associated facilities
1) Water supply
2) Utilities generation facilities including captive power
plant
3) Utilities distribution system
4) Fire Fighting facilities
5) Effluent treatment plant and effluent disposal facilities
6) Chemical Laboratory
7) Workshops, Warehouses, Canteen, Dispensary/First
Aid Centre, Administrative Building.
q. Utility summary
r. Method Statement showing detailed engineering approach
s. Contracting Strategy
t. Construction Strategy Terminal
u. Project construction and completion schedule (also as a bar
chart)
v. LNG Receiving Terminal and Regasification facility plot plan
w. Operating & Maintenance Philosophy for LNG tanker
unloading operations and logistics, Regasification terminal
operating strategy, other facilities operations (draft operating
plan, management plan key roles, preliminary organization
structure etc.)
x. Planned Shutdown Maintenance Plan (frequency, duration)
10. RLNG Evacuation Plan with Proposed infrastructure and connectivity
to gas grid
Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 13 of 31

11. Project Implementation Schedule, including pre-construction, project


construction and post-construction, completion schedule (also as bar
chart)
12. Capital cost of LNG Receiving Terminal including:a. LNG unloading facilities at Port with break up and details of
all component items
b. LNG pipe yards from unloading jetty to Receiving Terminal
c. LNG storage facilities
d. LNG vaporization facilities
e. Pumping facilities for regasified LNG
f. Boil off gas management facilities
g. Communication facilities
h. Captive Power Plant
i. Cross country pipeline for connectivity to Gas Grid and other
infrastructure for RLNG evacuation
j. Utility systems
k. Other offsite facilities
l. Other infrastructure & facilities
m. Interest during construction period
n. Start-up and commissioning expenses
o. Chemicals (1st charge)
p. Project management and construction supervision
q. Each item should be further broken down into equipment,
bulk material, labour, construction and other relevant cost
components, as applicable.
r. Details of indirect charges such as ocean freight, customs
duty, port handling, inland transport, excise duty, sales tax
and insurance to be spelt out clearly.
s. Contingency provisions
t. Exchange rate considered
u. Validity of the estimates
v. Basis of cost estimates
13. Operating Requirements & Costs
i. Basis of operating cost estimation including Organogram
(separately for land, i.e. land lease rental, marine facilities,
port facilities and terminal).
ii. Catalysts and Chemicals
iii. Repairs & Maintenance (separately for Marine facilities, Port
facilities and Terminal)
iv. Salaries
&
wages
for
operations,
maintenance,
administration and technical personnel
v. Administrative Overheads & consumables
vi. Purchased Power & Water supply
Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 14 of 31

14. Requirement of working Capital


15. Phasing of expenditure year-wise
16. Pollution control measures including pollution control requirements,
facilities envisaged for liquid effluent; solid wastes, gaseous emissions
along with monitoring facilities
17. Safety measures based on fire and explosion hazards assessment
due to accidental discharge of LNG liquid
18. Energy conservation measures
19. Financial Analysis
20. Provision for future expansion
21. Details on maximization of rupee cost
22. List of exclusions from Detailed Feasibility Study& further studies /
work to be done
23. Conclusion and Recommendations.
Notes:
1. The above list is indicative, not exhaustive. Any other item considered
necessary for the study, to be included.
2. Break up of cost to be given in INR for all items. Wherever rates are to be
given in foreign currency, rates to be quoted in US Dollars (USD) with
equivalent amount in Indian Currency (INR).
3. Exchange Rate considered for Foreign Components to be specified.
4. Detailed Break-up and basis of each cost component (both Capital and
Operation) to be provided.
5. Basis for Customs Duty, Excise Duty, Sales Tax, Works Contract Tax, etc. to
be provided.
6. Break-up of the Taxes & Duties into Customs Duty, Excise Duty, Sales Tax,
Works Contract Tax, Service Tax etc. may also be provided on overall basis.

4. DELIVERABLES & TIME SCHEDULE


i.

The Feasibility Study should be completed and final report submitted


within 24 (Twenty-four) weeks from the date of Kick-off meeting, with
following progressive deliverables:
a. Draft Report: To be submitted within 18 (Eighteen) weeks.
b. The report shall be reviewed and changes, if any, to the draft
report will be suggested within 4 (Four) weeks of receipt of the
report. In case no comments are received within 4 weeks of
submission of the draft report, the draft report shall be concluded
as final report for the purpose of the Contract completion against
this assignment.

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 15 of 31

c. Final Report: To be submitted within 2 (two) weeks of receiving


comments.

NOTE: The kick-off meeting to be held within fifteen days of LOI. Consultant
to make a presentation during kick-off meeting outlining Project Execution
Plan.
ii.
iii.
iv.

v.

The Consultant shall submit soft copies of the Draft and Final Reports, 4
copies of Draft Report and 6 copies of Final Report in printed form.
The back-up information created by Consultant during various
evaluations/surveys/studies shall also be submitted to HPCL separately.
Presentation: After submission of final report, the Consultant would be
required to make a presentation on the findings and recommendations
of the Feasibility Study.
All data/reports/presentations/deliverables generated as part of the
study shall be the property of HPCL and SPPPL and will not be shared
by the Consultant, with any other party, in any form or manner.

5. PAYMENT TERMS
i.

Payment schedule would be as follows:


a. After kick-off meeting
: 10% of Lump sum fee*
b. On submission of draft report : 50% of Lump sum fee*
c. On submission of final report : 30% of Lump sum fee*
d. On presentation of report
: 10% of Lump sum fee*
* Service tax along with the education cess, as applicable, will be
paid along with Lump sum fee at each stage.

ii.

Bills to be split into two equal parts; 50% to be invoiced to Hindustan


Petroleum Corporation Ltd. and 50% to be invoiced to SP Ports Pvt. Ltd.
However, both the bills will be certified by Hindustan Petroleum
Corporation Ltd., as the co-ordinator.
Payment will be made on completion of each milestone, within 15 days
from the date of receipt of the certified bill by the disbursement section
of respective companies.
A tripartite document shall be signed between HPCL, SPPPL and
Consultant to this effect before commencement of the job.

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 16 of 31

SECTION - 3
INSTRUCTIONS TO BIDDERS
1 The bidder shall be selected through single stage two bid system,
Part-I i.e., Un-priced Bid (Techno-commercial Bid) and
Part-II i.e., Priced Bid, based on lowest bid from bidders.
2 Bidders are required to furnish all information and documents as called for in
this document, in English language. Any printed literature furnished by the
Bidder may be in another language, provided that the literature is
accompanied by an authentic English translation, in which case, for the
purpose of interpretation of the document, the English version will govern.
3 The Bids completed in all respects, shall be delivered to the person named
at the following address on or before the bid submission due date / time.
GM-Materials,
Central Engineering,
Hindustan Petroleum Corporation Limited,
6th Floor, Petroleum House,
17, Jamshedji Tata Road,
Near Churchgate,
Mumbai 400 020
Tel : (+ 91 22) 22 86 36 33 / 36 06
All questions and requests for interpretation or clarifications related to this
ITB shall be addressed to the addressee as mentioned above.
4 All additions, alterations and over-writings in the bid or accompanying
documents must be clearly initialed by the authorized signatory to the bid.
5 The tender document shall be submitted in original in the following manner:
a. Bid shall be submitted in two parts viz. Part I (Unpriced Bid) & Part II
(Priced Bid) in separate double sealed envelopes.
b. The Unpriced Bid including prequalification documents, Technical &
Commercial bid shall be enclosed in a separate sealed cover and
marked as UNPRICED BID Tender No. CE: 479 on top of the
envelope.

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 17 of 31

The Un-priced Bid shall also contain one duly signed and stamped
copy of the Priced Bid Format with prices blanked off without fail, i.e.,
Priced Bid Format without price as a token of acceptance of the
same.
c. The priced bid shall be enclosed in a separate sealed envelope marked
as PRICE BID - Tender No. CE: 479. The Priced Bid shall contain
only Priced Bid Format duly filled in, signed and stamped.
d. Bids shall be accompanied with Earnest Money Deposit (EMD):
Rs.6 lakhs for Indian Bidders & USD 12,250 for foreign Bidders
EMD can be submitted either by way of pay order/demand draft (DD)
or Non-revocable Bank Guarantee on any scheduled banks (other than
co-operative banks) in favour of Hindustan Petroleum Corporation
Limited payable at Mumbai valid for a period of 6 (six) months from
the bid submission due date / extended due date. Refer Annexure III
for format of Bank Guarantee for EMD.
The following categories of tenderers are exempted from EMD:
-Public Sector Enterprises
-Vendors registered with National Small Scale Industries Corporation
(NSIC)
For this purpose, in the event of the tendering company being a Public
Sector Enterprise, a declaration to that effect and in the case of
Vendors registered with NSIC, a copy of the registration certificate
should be obtained.
The pay order/bank draft/ original bank guarantee towards EMD
shall be enclosed in a separate sealed envelope marked as EMD Tender No. CE: 479.
e. All the above three envelopes containing Un-priced Bid, Priced Bid &
EMD shall be put inside one single envelope, sealed and clearly
superscribed on the envelop Tender No. CE: 479.
6 Any bid, not accompanied with requisite tender fee & EMD shall be
summarily rejected. EMD shall be non-interest bearing deposit.
7 In case Price Bid is received in open condition and/or price is
contained/mentioned anywhere else the offer shall be rejected.
8 In case EMD is kept along with Price Bid, the offer shall be rejected.
Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 18 of 31

9 All bank guarantees must be unconditional, without demur and should be


encashable on presentation to the issuing bank.
All foreign bank guarantees will be confirmed by a scheduled bank (other
than co-operative bank) located in India, acceptable to HPCL.
All bank guarantees should be submitted in the prescribed formats in
relevant sections with necessary claim period to provide sufficient time to
lodge a claim after the expiry of the bank guarantee.
10 HPCL may at its sole discretion, extend the bid submission due date / time.
11 If scheduled date of submission of bid happens to be a holiday, the bids
shall be submitted on the next working day before 1500 Hrs.
12 The bids received after the bid submission due date / time shall not be
accepted. HPCL takes no responsibility for delay, loss or non-receipt of bids
sent by post/courier/or other means reasons whatsoever.
Telegraphic/Fax/E-mail offers will not be considered and shall be rejected.
13 The bids submitted by due date and time at the above address shall be
opened on the same day at the same office at 1530 hrs. Authorized
Representatives of Bidders may attend the opening.
14 The bid document shall be properly checked before submission to ensure
that all information/documents required for qualification are included.
15 Transfer of bid document issued to one prospective Bidder to another is not
permissible.
16 Intending Bidders are required to carefully go through the instructions
included in the bid document and furnish complete information, necessary
documents and schedules.
17 The Bidder for the purpose of bidding will be deemed to have independently
obtained all the necessary information for the purpose of preparing his bid.
18 It should be clearly noted that under no circumstances any time extension or
any financial or any other kind of adjustment would be permitted for want of
familiarity of work or work site.
19 All costs towards site visit(s), conference(s), preparation and submission of
bids shall be borne by the Bidders themselves.

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 19 of 31

20 Bidders are informed that HPCL is neither under any obligation to select any
Bidder, nor to give any reason for either qualifying or disqualifying any
Bidder. HPCL is also not under any obligation to proceed with the complete
project or any part thereof.
21 At any time prior to opening of bids, HPCL either on own initiative or in
response to clarifications requested by a prospective Bidder, modify the bid
document by issuing an amendment.
22 Further, after award of Contract, the prices shall remain firm during
execution of the Contract, without any escalation.
23 After opening of proposal and till final selection of successful Bidder(s), no
correspondence of any type will be entertained, unless called for by HPCL.
Any type of uncalled for clarifications on prices and or rebates shall not be
accepted.
24 Bidder is required to comply with the requirements of the Bid Document, and
not to stipulate any exception or deviation. In case it is unavoidable, Bidder
may stipulate exceptions and deviations to bid requirements only as per the
format provided in Annexure VI. Deviations mentioned anywhere else would
simply be ignored without any consequences.
25 HPCL reserves the right to reject any proposal without assigning reasons
thereof including following:
At any time, a material misrepresentation is made or uncovered.
Or
The Bidder does not respond promptly and exhaustively to requests for
supplemental information required for the evaluation of the proposal within
the time allowed.
26 The Bidder must quote the prices strictly in the manner as indicated in the
document, failing which bid is liable to rejection. The rate/cost shall be
entered in words as well as in figures. These must not contain any additions,
alterations, over-writings, cuttings or corrections and any other markings,
which leave any room for doubt. In case of difference in figures and words,
the amount written in words shall prevail and shall be considered for
evaluation. The bidders are requested not to mention any conditions in Price
Bid (Part II) and the conditional price bid shall be liable for rejection.
The price quoted by the bidder should include all the costs/allowances related
to manpower, establishment, travel, lodging boarding, out of pocket expenses,
costs etc. as per the scope of work specified, complete in all respects, as per
the directions of job in-charge.
Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 20 of 31

The above prices shall be inclusive of all applicable taxes and duties except
Service tax and education cess on Service tax, which if applicable, shall be to
HPCL account.
Bidder shall be solely responsible for ascertaining all types of taxes and duties
applicable for providing the services as mentioned in the scope of work. HPCL
shall deduct TDS/Withholding tax applicable from the payments due to the
bidder under the contract.
Quoted prices shall also be inclusive of all costs towards carrying out any
surveys, travel to India, site visits by its personnel, stay in India, boarding,
lodging, incidental expenses etc. required for Scope of Work.
The cost of any other item/services, which are considered necessary for
completion of the job, is deemed to have been included in the lump-sum
prices.
27 Price should be quoted in Indian currency (INR) only. Foreign Consultants,
not having permanent establishment in India, may quote price in US Dollar.
Currency once quoted is not allowed to be changed.
28 A single authorised representative of the Bidder should sign and affix seal
on each page of the bid document. Proof for authorization for signing the
document to be furnished by the Bidder.
29 Bidder shall treat ITB documents and contents therein as private and
confidential. If at any time during bid preparation, Bidder decides to decline
the invitation to bid, all documents must be immediately returned to HPCL.
30 Although details presented in this ITB have been compiled with all
reasonable care, it is Bidders responsibility to satisfy themselves that the
information/documents are adequate and that there are no conflicts between
various documents/stipulations. No dispute or claims will be entertained on
this account.
31 Bid proposal preparation is the responsibility of the Bidder and no relief or
consideration can be given for errors and omissions.
32 Purchase Preference or any other benefits available to any entities/sectors
as per directives of Government of India from time to time, shall be
considered.
33 The bid shall remain valid and open for acceptance by the Company for a
period of 120 days.

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 21 of 31

The bidder shall not be entitled during the said period of 120 days, to revoke
or to cancel its Bid or to vary the Bid given or any term thereof.
Notwithstanding the clause above, HPCL may solicit the bidders consent to
an extension of the period of bid validity. The request and the responses
thereto shall be made in writing by fax or e-mail.
34 Bidders to declare that they have not been banned by any Government or
quasi government agency. If yes, details to be given.
35 Bidder to note that Grievance Redressal Mechanism is available for all such
bidders participating in the tender. The details of the Grievance Redressal
Mechanism are available on HPCL website www.hindustanpetroleum.com
36 The Bidders, who meet the pre-qualifying criteria as mentioned above shall
provide requisite supporting documents highlighting experience along with
Un-priced Bid.
a. Requisite data highlighting experience along with supporting
documents.
b. Details of financial and technical criteria as mentioned in PQC.
37 Bidder should confirm that they do not have a conflict of interest in providing
services for this Scope of Work to HPCL.
TENDER EVALUATION CRITERIA
1 On the due date for submission of bids, the Unpriced Bids will be opened
by HPCL. Priced Bids, received along with Unpriced Bids, will be opened
by HPCL after technical evaluation.
2 Priced Bids of only technically acceptable Bidders will be opened and
considered for price bid evaluation.
3 No revision in the prices quoted by the Bidder will be allowed during
evaluation of bids.
4 Selection of Consultant will be based on lowest technically acceptable bid.
5 To facilitate evaluation and comparison, HPCL will convert all bid prices
expressed in US$ to the Indian currency, i.e., Indian Rupees, at Bill
Collection Selling Market Rate of Foreign Exchange declared by the State
Bank of India as prevailing on the date of Opening of the Priced Bids.

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 22 of 31

PRE-BID MEETING
A Pre-Bid meeting shall be held on 23.11.2011, Wednesday, 11.00 Hrs. at
Petroleum House, Mumbai. The pre-bid meeting will be confined to technocommercial discussions and there shall be no discussions/revisions to Prequalification criteria.
Bidders should send their queries on or before 18.11.2011 by 15.00 IST,
clearly giving reference to the section, sub-section, clause no., heading &
page no. of the tender document to the following address:
Mr. R.Singhal
Chief Manager-Strategy,
4th Floor, Petroleum House,
17, Jamshedji Tata Road,
Near Churchgate,
Mumbai 400 020
Tel. : (+91 22) 22 86 34 30
Email: singhalr@hpcl.co.in
Attendees from bidding organizations should bring along authority letters
for attending the pre-bid meeting. Maximum of three authorized personnel
from each bidder shall be allowed to participate in the pre-bid meeting.

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 23 of 31

SECTION - 4
PRE-QUALIFICATION CRITERIA
PRE-QUALIFICATION CRITERIA (PQC)
The key qualifying criteria to conduct the Detailed Feasibility Study for the
project are indicated below:
1. Financial criteria:

The bidders average annual financial turnover during the last three
years should be at least INR 75 Lakhs (US$153 Thousand).
2. Technical criteria:

The bidder should have experience of having successfully conducted


Detailed Feasibility Study for setting up an onshore LNG Import and
Regasfication Terminal of 2 MMTPA capacity or above, during the last
seven years (till September 2011), this experience should comply with
any one of the following clauses :a) Three detailed feasibility studies of onshore LNG Import and
Regasfication Terminal each costing not less than INR
1 Crore (US $ 204 Thousand)
b) Two detailed feasibility studies of onshore LNG Import and
Regasfication Terminal each costing not less than INR
1.25 Crores (US $ 255 Thousand)
c) One detailed feasibility study of onshore LNG Import and
Regasfication Terminal costing not less than INR 2 Crores
(US $ 408Thousand)
NOTE: Both the above criteria (Financial and Technical) are to be met for the
qualification of the Bidder.

3. Parties who are Affiliates of one another can decide which Affiliate will

make a bid. Only one Affiliate may submit a bid. Two or more Affiliates
are not permitted to make separate bids directly or indirectly. If 2 or more
Affiliates submit a bid, then any one or all of them are liable for
disqualification. However up to 3 Affiliates may make a joint bid as a
consortium, and in which case the conditions applicable to a consortium
shall apply to them.

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 24 of 31

Affiliate of a Party shall mean any company or legal entity which:


a) Controls either directly or indirectly a Party, or
b) Which is controlled directly or indirectly by a Party; or
c) Is directly or indirectly controlled by a company, legal entity or
partnership which directly or indirectly controls a Party. Control
means actual control or ownership of at least a 50% voting or other
controlling interest that gives the power to direct, or cause the
direction of, the management and material business decisions of
the controlled entity.
4. Bids may be submitted by:

a) a single person/ entity (called Sole Bidder);


b) a newly formed incorporated joint venture (JV) which has not
completed 3 (three) financial years from the date of
commencement of business;
c) a consortium (including an unincorporated JV) having a maximum
of 3 (three) members;
d) an Indian arm of a foreign company.
5. Fulfillment of Eligibility criteria and certain additional conditions in respect

of each of the above 4 types of bidders is stated below, respectively:


a) The Sole Bidder (including an incorporated JV which has
completed 3 financial years after date of commencement of
business) shall fulfil each eligibility criteria.
b) In case the bidder is a newly formed and incorporated joint venture
and which has not completed three financial years from the date of
commencement of business, then either the said JV shall fulfil
each eligibility criteria or any one constituent member/ promoter of
such a JV shall fulfil each eligibility criteria. If the bid is received
with the proposal that one constituent member/ promoter fulfils
each eligibility criteria, then this member/promoter shall be clearly
identified and he/it shall assume all obligations under the contract
and provide such comfort letter/guarantees as may be required by
Company. The guarantees shall cover inter alia the commitment of
the member/ promoter to complete the entire work in all respects
and in a timely fashion, being bound by all the obligations under
the contract, an undertaking to provide all necessary technical and
financial support to the JV to ensure completion of the contract
when awarded, an undertaking not to withdraw from the JV till
completion of the work, etc.

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 25 of 31

c) In case the bidder(s) is/are a consortium (including an


unincorporated JV), then the following conditions shall apply:
1) Each member in a consortium may only be a legal entity and
not an individual person;
2) the Bid shall specifically identify and describe each member
of the consortium;
3) the consortium member descriptions shall indicate what type
of legal entity the member is and its jurisdiction of
incorporation (or of establishment as a legal entity other
than as a corporation) and provide evidence by a copy of the
articles of incorporation (or equivalent documents);
4) One participant member of the consortium shall be identified
as the Prime Member and contracting entity for the
consortium;
5) this Prime Member shall be solely responsible for all aspects
of the Bid/Proposal including the execution of all tasks and
performance of all consortium obligations;
6) the prime member shall fulfil each eligibility criteria;
7) a commitment shall be given from each of the consortium
members in the form of a letter signed by a duly authorized
officer clearly identifying the role of the member in the Bid
and the members commitment to perform all relevant tasks
and obligations in support of the Prime Member of the
Consortium and a commitment not to withdraw from the
consortium;
8) No change shall be permitted in the number, nature or share
holding pattern of the Consortium members after prequalification, without the prior written permission of the
Company.
9) No change in project plans, timetables or pricing will be
permitted as a consequence of any withdrawal or failure to
perform by a consortium member;
10) No consortium member shall hold less than 25% stake in a
consortium;
11)
Entities which are Affiliates of one another are allowed to
bid either as a Sole Bidder or as a consortium only;
12) Any person or entity can bid either singly or as a member
of only one consortium.

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 26 of 31

d) In case the bidder is an Indian arm (subsidiary, authorized agent,


branch office or affiliate) of a foreign bidder, then the foreign bidder
shall have to fulfil each eligibility criteria. If such foreign company
desires that the contract be entered into with the Indian arm, then a
proper back to back continuing (parent company) guarantee shall
be provided by the foreign company clearly stating that in case of
any failure of any supply or performance of the equipment,
machinery, material or plant or completion of the work in all
respects and as per the warranties/ guarantees that may have
been given, then the foreign company shall assume all obligations
under the contract. Towards this purpose, it shall provide such
comfort letter/guarantees as may be required by Owner. The
guarantees shall cover inter alia the commitment of the foreign
company to complete the entire work in all respects and in a timely
fashion, being bound by all the obligations under the contract, an
undertaking to provide all necessary technical and financial
support to the Indian arm or to render the same themselves so as
to ensure completion of the contract when awarded, an
undertaking not to withdraw from the contract till completion of the
work, etc.
6. The Bidder shall furnish documentary evidence by way of copies of Work

order, Completion certificate or any equivalent document, Annual Report


including audited balance sheets and Profit & Loss Account etc. along with
the Bid to establish his experience / track record (Technical Criteria) and
financial capabilities (Financial Criteria) meeting Bid Eligibility Criteria.

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 27 of 31

SECTION 5
PRICED BID FORMAT

Item
No

Brief Description

Unit

In INR/USD
Amount
(in Figures)

Detailed Feasibility Study for


LNG Terminal at Chhara,
District Junagadh, Gujarat
(Basic Cost)

Amount
(in Words)

LumpSum

NOTE:
1. Bidders shall submit their price on this sheet only.
2. Bidders shall not mention any conditions / assumptions in this sheet.
3. Prices furnished anywhere else in the bid shall not be considered. All figures in
the format shall be clearly entered, without any alterations/ over writings.
4. Figures shall be repeated in words. In the event of a discrepancy between the
amount stated in figures and in words, the rate quoted in words shall be
deemed to be the correct amount and considered for evaluation.
5. The rates quoted by the bidder to include all the costs/allowances related to
manpower, establishment, travel, lodging boarding, out of pocket expenses,
costs toward carrying out any survey/study or presentation to concerned
management/authority etc.as per the scope of work specified, complete in all
respects, as per the directions of job in-charge.
6. The above prices shall be inclusive of all applicable taxes and duties except
Service tax and education cess on Service tax, which if applicable, shall be to
HPCL account.
7. Service tax as applicable will be added to the quoted lump sum price for
purpose of evaluation of price bids.
TDS/Withholding Tax as per applicable rates shall be deducted at source from
bills/payment.

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 28 of 31

SECTION-6
CHECK LIST FOR SUBMISISON OF OFFER
(Information to be submitted along with bid)
Bidders are requested to duly fill-in the following checklist by providing necessary
information/documentary proof and submit along with bid; (please tick Yes/No as applicable):

Completed Pre-Qualification details as per Section-4, with details & documentary

proof.
Submitted

Bankers credit worthiness certificate showing cash credit and Bank Guarantee limits.
Submitted

PAN and Sales Tax registration certificate.


Submitted

Details of the office(s) where the Feasibility & Cost Estimate Study/PMC activities will
be carried out.
Submitted

Power of Attorney / Authorization with the seal of the company in favour


person(s) signing the tender.


Submitted

Copies of Audited Annual Report, Balance Sheets and Profit & Loss
Account Statements for last three financial years (i.e. 2010-2011, 2009-2010 & 2008-2009),
showing Annual Turnover and Financial Status of the Applicant, duly certified by a Chartered
Accountant.

Submitted

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 29 of 31

Latest and valid Solvency Certificate from Bankers.

Submitted

Valid and latest Income Tax Certificate (ITC)

Submitted


Certificate showing that
receivership or similar proceeding

applicant is not under liquidation, court

Submitted

Information regarding any current litigation in which the Applicant is

involved.
Submitted

A complete set of ITB document marked ORIGINAL is required to be
signed and stamped on each page.

Submitted

Addenda (if any) to ITB is required to be signed and stamped on each page
Submitted

Acceptance/Deviation sheet in Consultants Letter Head.


Submitted

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 30 of 31

SECTION-7
ENCLOSURES TO TENDER DOCUMENT
1) Annexure-I: General Terms & Conditions of Contract (GTC) 7
pages: To be signed & stamped on all pages by the Consultant.

2) Annexure-II AGREEMENT (Under Integrity Pact) 1 page: To be


filled, signed & stamped by the Consultant.

3) Annexure-III Integrity Pact 6 Pages: To be filled, signed &


stamped by the Consultant.

4) Annexure-IV: Grievance Redressal Mechanism 4 Pages: To be


signed & stamped on all pages by the Consultant

5) Annexure-V : Agreed Commercial Terms and Conditions (ACTC) 1


page :To be filled, signed & stamped by the Consultant.

6) Annexure-VI : Bank Guarantee in lieu of EMD.

7) Annexure-VII : Format for Compliance :To be filled, signed & stamped


by the Consultant.

8) Annexure-VIII : Details of the Bidder : To be filled, signed & stamped


by the Consultant.

The Consultant shall submit all the above Annexures duly filled in
wherever required, signed and stamped along with Unpriced Bid.

Tender No. CE: 479 - Appointment of Consultant for conducting DFS for proposed Onshore LNG Import
and Regasification Terminal at Chhara, District Junagadh, Gujarat.
Page 31 of 31

Vous aimerez peut-être aussi