100% found this document useful (1 vote)
1K views81 pages

Tender FSRU Final2020200

This document is a tender notice for preparation of a techno-economic feasibility report for setting up a floating LNG storage unit at V.O.Chidambaranar Port Trust in India. It provides instructions to bidders, criteria for evaluation, general contract conditions, scope of consultancy services, terms of reference and other annexures. Bidders must submit bids online by the deadline of 14th February 2020 and meet the minimum qualifying criteria specified to be considered for the project. The completion period for the consultancy work is 90 days from signing of the agreement.

Uploaded by

Aman
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
100% found this document useful (1 vote)
1K views81 pages

Tender FSRU Final2020200

This document is a tender notice for preparation of a techno-economic feasibility report for setting up a floating LNG storage unit at V.O.Chidambaranar Port Trust in India. It provides instructions to bidders, criteria for evaluation, general contract conditions, scope of consultancy services, terms of reference and other annexures. Bidders must submit bids online by the deadline of 14th February 2020 and meet the minimum qualifying criteria specified to be considered for the project. The completion period for the consultancy work is 90 days from signing of the agreement.

Uploaded by

Aman
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 81

1

V.O.CHIDAMBARANAR PORT TRUST


Mechanical and Electrical Engineering Department

E-TENDERING
TENDER DOCUMENT FOR

Preparation of Techno-Economic Feasibility Report for “Setting up


Floating LNG Storage Unit at V.O.Chidambaranar Port Trust”

Tender No. MEE-SE1MN-MEC-FSRU-V1-19

TENDERS WILL BE DOWNLOADED ONLINE FROM 22-01-2020 TO 14-02-2020 (up to 15:00


Hrs.). COMPLETED TENDERS ARE TO BE SUBMITTED ONLINE ON OR BEFORE 15:00 HRS on
14.02.2020 AND TECHNICAL BIDS WILL BE OPENED AT 15:30 HRS on 15.02.2020

The Chief Mechanical Engineer


Mechanical & Electrical Engineering Department
V.O.Chidambaranar Port Trust
TUTICORIN – 628004
Phone: 0461-2352270
Fax: 0461 - 2354274

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


2

SUB: Preparation of Techno-Economic Feasibility Report for


“Setting up Floating LNG Storage Unit at V.O.Chidambaranar
Port Trust”
Ref : MEE-SE1MN-MEC-FSRU-V1-19

Respected Sir,

1 The bidders are strongly advised to read the whole document carefully and
submit their tender/bid strictly meeting with the requirements spelt out in the
tender document.
2 The bidders must submit independent documentary evidence to establish that
"MINIMUM QUALIFYING CRITERIA" as spelt out in the tender notice and terms and
conditions of the tender document is fully met with irrespective of the fact that
the bidder might have submitted similar evidence to VOCPT in respect of some
other works.
3 If your submission is found deficient / incorrect with reference to the
requirements spelt out in the tender document, it may be summarily rejected.

Thanking you.

Yours faithfully,

Chief Mechanical Engineer

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


3

V.O.CHIDAMBARANAR PORT TRUST


MECHANCIAL AND ELECTRICAL ENGINEERING DEPARTMENT
TUTICORIN - 628 004

SECTION CONTENTS PAGE

I NOTICE INVITING TENDER 5

II INSTRUCTION TO BIDDERS 8

III CRITERIA FOR EVALUATION 25

IV GENERAL CONDITIONS OF CONTRACT 33

V SCOPE OF CONSULTANCY SERVICES 44

VI TERMS OF REFERENCE 54

VII SITE DATA 58

Annexure 1 - Application letter. 62

Annexure 2 – Corporate Information of Bidder 63

Annexure 2A - Financial Capacity of the Bidder 64

Annexure 3 – Eligible Assignment Details for Experience 65

Annexure 3A – Details of CV of key personnel 67

Annexure 4 – Specimen Form of Bank Guarantee Bond for 69


Performance security

Annexure 5 - Form of Agreement 72

Annexure 6 – Proforma of Integrity pact 74

Annexure 7 - e-payment form 79

Annexure 8 – Financial Bid 80

Annexure 9 - Tender Acceptance Letter 81

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


5

SECTION - I
NOTICE INVITING TENDER

1.1 TENDER NOTICE:

Electronic Tenders (Online) are invited in „TWO BID SYSTEM‟ on behalf


of V.O.CHIDAMBARANAR PORT TRUST (VOCPT) from reputed and experienced
consultancy firms for the work of Preparation of Techno-Economic Feasibility
Report for “Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port
Trust”.
(Tender No. MEE-SE1MN-MEC-FSRU-V1-19)
The bidder must fulfill the Minimum Qualifying Requirements and other
requirements stipulated in the tender.
The tender shall remain valid for acceptance for a period of 120 days
from the bid due date. The period of completion of work is 90 days from the
date of signing of agreement.
Tender Document having all details is available at the URL of the e-
Tender Portal https://etenders.gov.in/eprocure/app. The interested bidders
are needed to register their name in the website
https://etenders.gov.in/eprocure/app. The tender documents are required to
be submitted only through e-mode offered in the website
https://etenders.gov.in/eprocure/app. Tenders in any other manner will be
rejected and no correspondence on such matter will be entertained.

VOCPT DETAILS OF BANK ACCOUNT FOR MAKING PAYMENT RTGS/NEFT:

A Name and Address of the Indian Overseas bank, Harbour,


Bank Tuticorin-628004.
B Name of the branch Harbour branch
C IFSC code IOBA0000143
D Account no 014301000000001
E Type of account Savings account
F Beneficiary‟s Name V.O.Chidambaranar Port Trust

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


6

1.1.1 VOCPT Tender Document/Tender Form: The tender documents can be


downloaded from VOCPT Website www.vocport.gov.in through “E-tendering link:
https://etenders.gov.in/eprocure/app”.

1.2 EARNEST MONEY DEPOSIT: The consultancy firms shall remit the Earnest Money
Deposit of Rs.2,00,000/- through RTGS/NEFT to V.O.Chidambaranar Port Trust,
Tuticorin (Account details given in Section I – Notice Inviting Tender). EMD in any
other form will not be accepted and the bid without EMD will be rejected. If the
applicant is registered under MSE/MSME/ having Udyog Aadhaar Number,
exempted from EMD. The refund of EMD shall be made only to the bank account
from which the EMD was remitted for the purpose of the respective tender. If
original details for cost of EMD, which was uploaded while submitting tenders, is
not received, then such bidders are not considered for evaluations, bidders may
ensure for the same.

The Earnest Money transferred by the unsuccessful bidders will be refunded


within fifteen days of deciding the L1 without interest. The Earnest Money
transferred by the successful bidder will be adjusted towards Performance
Security as stipulated in Cl.No.2.5 of Section – II and will be refunded after the
completion of contract period or after furnishing bank guarantee towards
Performance Security including EMD. Whenever there is a delay in
commencement of work, the EMD shall be forfeited. The EMD will not bear any
interest.

In case of any bidder found indulged in corrupt, fraudulent, coercive,


undesirable and restrictive practices during the bidding process, VOCPT is
entitled to encash the EMD and debar the bidder for a period not exceeding
three years.

1) The Interested bidders shall submit their bid through online/e-tendering


only in the manner stipulated in 1.1 Tender Notice. Tenders in any other
manner will be summarily rejected and no correspondence on such matter
will be entertained.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


7

2) VOCPT will not entertain and will not accept any reasons of bidder due to
Net Connection Failure/Current Connection Failure and any issues during
the filling of tender online. Bidder will be responsible for all those facts and
failure of Net Connectivity, Current Connectivity and they should be at their
own risk. VOCPT will not take any liabilities and claims for failure of
Network and problem arise during the submission of the tender forms
online.
3) VOCPT may verify the original documents with the documents scanned and
submitted by the bidder in the e-tender portal, at any time during the
tendering process.
4) The tender document submitted by the bidders who had litigation against
the VOCPT will not be considered. If such bidders submit the tender
document downloaded from the web site, the same will not be considered
and the amount paid towards the cost of document will not be refunded.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


8

SECTION – II
INSTRUCTION TO BIDDERS

2.1 General:
On behalf of the Board of Trustees of the V.O.Chidambaranar Port Trust,
the Chief Mechanical Engineer, V.O.Chidambaranar Port Trust invites E-tenders in
from reputed consultancy firms with proven ability for Preparation of Techno-
Economic Feasibility Report for “Setting up Floating LNG Storage Unit at
V.O.Chidambaranar Port Trust” -Reg.
1) V.O.Chidambaranar Port, a fast growing Port situated on the South East coast
of India adjoining the Gulf of Mannar at 8°47‟ 30” N, and 78°12‟ 15” E is one
of the twelve Major Ports of India. The V.O.Chidambaranar Port Trust was
declared as a Major Port by the Government of India in July,1974, The Port
has two operational wings viz. Zone „A‟ comprising the new port and Zone‟B‟
constituting the old anchorage port, situated about 9 km away from the new
port. Presently, Zone‟A‟ has seventeen cargo berths including ten alongside
berths, one Oil Jetty, and three coal Jetties. The maximum draft available at
Zone‟A‟ is 14.2m. The Port is sheltered from the fury of storms and cyclonic
winds and is operational round – the – clock throughout the year. The Port is
situated approximately 160 km North from Kanyakumari and 129 Nautical
miles from Western region connecting international sea route.
2) The Port is an artificial harbour impounding sheltered waters between
northern and southern breakwaters which face Sri Lanka on the opposite side.
The breakwaters run almost parallel and provide an entrance through the
ocean to the basin. The North Breakwater has a length of 4.1KM and South
Breakwater has a length of 3.8KM.
3) V.O.Chidambaranar Port Trust has accredited with Quality, Environment and
Occupational Health and Safety Management Systems ISO 9001:2000 and ISO
14001:2004 and OHSAS 18001:2007. The Port is connected to the various
trading centers within the State of Tamil Nadu as also with neighboring States
of Kerala, Karnataka, Andhra Pradesh and all major cities and ICDs by
National & State Highways and broad gauge rail.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


9

4) V.O.Chidambaranar Port is connected with major National Highways


connecting major cities/ urban centres in Tamil Nadu through the following
national highways.
 NH-45 beyond Tirunelveli road intersection meeting Tuticorin –
Madurai (NH-45B)
 Tuticorin – Tiruchendur (NH7A) road cutover NH7 connecting to
Kanyakumari
 All-important destinations in India can be accessed through NH7 to
travel south
5) V.O.Chidambaranar Port is rail connected through Broad Gauge single line
originating from Milavattan Railway station. The total length of this railway
line is 17.60 km. The distance from Milavattan Railway station to VOC wharf
is 14.0 km and VOC wharf to Marshalling yard is around 3.5 KM. In the
Marshalling yard, five track lines are available. Near the coal yard, near green
gate a loop line is provided.
6) VOC Port presently has 17 berths and handled a total traffic of about 34.34
million tons in 2018-19. The major commodities are coal (13.24 MT) followed
by containers (14.96 MT); Fertilizers (0.3MT); Liquid cargo (1.6 MT) with the
remaining being all other general cargo and others.
7) There are three coal berths exclusively handling thermal coal for captive
power plants and one Oil berth for handling POL products, LPG and
chemicals. There are two exclusive container terminals (at 7 th berth & 8th
berth) each berth is being operated by two different BOT operators. The
other eight berths handle all other cargo including thermal coal meant for
other private power plants, industrial coal, copper concentrate, fertilizers
and general cargo.
8) At Berth No 9, Cargoes are handled using HMCs/Ship gears and Hoppers,
conveyors and stackers. The facilities envisaged are four numbers mobile
hoppers, a closed conveyor system for a length of 3.2 Kms to transfer the
cargo from hoppers to the coal plots allotted in the coal stack yard.
9) Thermal coal meant for captive use of nearby power plants of TNEB & NTPL is
handled in exclusive berths (CJ-I, CJ-II & NCB-I) and transported through belt
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust
10

conveyors. However thermal coal meant for private power plants, industrial
coal, and pet coke all meant for multiple users are handled in multi-cargo
berths through semi-mechanized methods for unloading, stacking and
evacuation. Similarly all other Dry-bulk cargoes, whose quantity is
considerable are handled and conveyed by semi-mechanized methods.
10) NCB-II is operated for handling coal. In order to meet the traffic demand of
dry-bulk cargos, North Cargo Berth-III has been constructed for handling of
Coal at V.O.Chidambaranar Port, since the IXth berth is proposed to convert
as container terminal.
11) Port is in the process of providing Rail connectivity from Marshalling yard to
Hare island entry point as a common user facility through RITES, (Cost
recovery basis) by way of levy loop line in the yard will be the responsibility
of operator. The evacuation will be made by both Road / Rail. 90% work
completed.
12) Since, LNG imports are substantial, and hence, domestic supply of LNG is not
being able to meet the demand, for which supporting infrastructure requires
to be developed as a part of the project.
13) Floating Storage Re-gasification Units (FSRU) within port limits offer a low
cost, fast track and flexible option compared with traditional onshore
terminals.
14) In order to find out the interest of entities for setting up FSRU units in port
limits, it is proposed to have a feasibility study.
15) FSRUs can be set up by any entity within the port limits. The entire
investment of the gasification units as well as storage units including the
pipelines shall be made by the entity setting up the FSRU unit.

2.2 Definitions and Interpretations:


In the contract, as hereinafter defined the following words and
expressions shall have the meaning hereby assigned to them except where the
context otherwise requires.
1) “Board” :- The Board means the Board of Trustees of the
V.O.Chidambaranar Port, an autonomous body under the Major Port

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


11

Trusts Act 38 of 1963 represented by the Chairman, and as amended from


time to time.
2) “Engineer” means the Chief Mechanical Engineer of the
V.O.Chidambaranar Port Trust and his successors.
3) “Engineer in-charge/Engineer representative” means the Executive
Engineer or an officer appointed in writing who shall direct and supervise
and be in charge of the works.
4) “Contract” means the documents forming the tender and acceptance
thereof and the format agreement executed between the Port Trust and
contractor together with the documents referred to therein including the
General conditions, special conditions of contract, specifications designs
Drawings. Priced Bill of quantities and instruction issued from time to time
by the Engineer–in-charge and all these documents taken together shall be
deemed to form one contract and shall be complementary to one another.
5) “Contractor” means the person or persons or consultancy firm or company
whose tender has been accepted by the Board and the legal personnel
representatives or the successors of such firm or company and the
permitted assigns of such persons or firm or company.
6) “Contract Price/ award price” means the sum named in the tender
subject to such additions thereto or deductions there from as may be
made under the provisions here in after contained.
7) “Drawings” means the drawing referred to in the contract agreement and
any modifications of such drawings approved in writing by the Chef
Mechanical Engineer and such other drawings as may from time to time be
furnished or approved in writing by the Chief Mechanical Engineer.
8) “Site” means lands and other places on / under / into / in / or through
which the “work” are to be executed or carried out and any other lands or
places provided by the Board for the purposes of the contract.
9) Works” means the work by virtue of the contract to be executed in
accordance with the contract under the relevant schedule whether
temporary or permanent and whether original, altered‟ substituted or
additional.
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust
12

10) “Schedules” referred to in these conditions shall means the relevant


schedule (s) annexed to the tender papers issued by the Port.
11) “Approved” means approved in writing including subsequent written
confirmation of previous verbal approval and “Approval” means approval
in witting including as aforesaid.
12) “A day” means a day 24 hours from midnight to the next midnight
irrespective of the numbers of hours worked in that day.
13) “A week” means seven days without regard to the number of hours
worked in any day in that week.
14) “A month” means thirty days in a month without regard to the number of
days worked in that month..
15) “Urgent works” Shall mean any urgent measures which in the opinion of
the Engineer-in-charge become necessary during the progress of the works
to obviate any risk of accident or failure or which become necessary for
security.
16) “Constructional Plant” means all appliances or things of whatsoever
nature required in or about the executions, completion or maintenance of
the „work‟ or „temporary works‟ (as hereinafter defined) but does not
include materials or other things intended to form or forming part of the
permanent work.
17) “Temporary works” means temporary works of every kind required in the
execution completion or maintenance of the works and which do not form
an item of the work or works.
18) “Trust‟s Stores” means the storage yards for materials of the Trust
anywhere in the harbour premises.
19) “Market Price” means the rate as decided by the Engineer on the basis of
the cost of materials and labour to the contractor at the site where the
works are to be executed plus the percentage mentioned in schedule to
cover all over heads and profit.
20) “Bidder” means the person or persons, firm, corporation, consortium or
company who submits the bid for the subject work.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


13

21) “Consultant” means any entity or person or associations of person who


may provide or provides the services to the Port under the contract.
22) “Consultancy Services / Services / Assignment” means the services to be
provided by the consultant as detailed in this bid document.

23) “Up-front tariff policy guidelines” means the tariff guidelines applicable
for determination of up-front tariff leviable for the users issued by MoS
through TAMP.

24) “TAMP” means Tariff Authority for Major Ports/ any other Authority
established under MPT Act, 1963/ any other Act for this purpose.

2.3 The following scanned copy documents to be uploaded while submitting


tender:
a) Cover-I
1) Proof of Earnest Money Deposit paid in the form of NEFT/RTGS.
2) Copy of Income Tax Permanent Account Number [PAN] card.
3) The scanned copy of GSTIN No. & Certificate of Registration shall be uploaded.
4) A forwarding letter confirming validity of the proposal for 120 days and
detailing contents of the proposal including list of enclosed documents.
5) Power of Attorney in the name of the person/s signing the bid documents.
6) The Consultant should confirm that there is no conflict of interest in taking up
this assignment by submitting an undertaking to the effect that, they /their
affiliates will not bid for/ rate the same project.
7) A statement supported by documentary evidence establishing fulfillment of
all the Minimum Eligibility Criteria by the Bidder/s.
8) Application Letter as per Annexure-1.
9) Half page write-up as mentioned in Clause 3.1.3.
10) Corporate information of Bidder as per Annexure-2.
11) Documents to substantiate the credentials of the Bidder meeting the minimum
eligibility criteria as specified in Clause 3.1.1.
12) Duly Notarised details in respect of background of the party/ies past
experience, organizational structure, key personnel, certificates from clients in

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


14

respect of assignments executed in past, current assignments, CVs of key


personnel and details of associates likely to be involved in executing this
assignment .
13) Details in respect of proposed approach and methodology, team composition
and experience for execution of “Services” covering broadly all aspects of
Scope of work as per Clause 5.1 in this document.
14) Compilation of pre-bid queries / clarifications if any with each page initialed
by the authorized signatory in token of having been read and accepted by the
party/ies.
15) Tender Acceptance Letter as per Annexure-9.
b) Cover-II
The Schedule of Prices to be indicated in the respective columns shown
in the e-tendering Website as per the format set out in Annexure-8. (Financial
Bid)

2.4 Minimum Eligibility Criteria:


(a) The Bidders must have experience in preparation of Detailed Techno –
Economic Feasibility Report (DETAILED FEASIBILITY REPORT) (or)
Detailed Project Report (DPR)/Project document in India or elsewhere
for development of projects in the Infrastructure Sector like Ports, Port
Services, oil and Gas sectors and Power. The Bidders should possess
experience in financial analysis of projects, project structuring for any
of the above mentioned sector projects.
(b) The Bidder should have completed at least one assignment of
preparation of Detailed Feasibility Report (or) Detailed Project Report/
Project Document for the project „Setting up LNG Storage and re-
gasification units in Floating/land based or any other mode‟ as
mentioned above in the preceding five years for the project costing
more than Rs. 50 Crores each. (Indian Rupee).
(c) The Bidder shall have received a minimum income of Rs.50 Lakhs per
feasibility study towards professional fees during the last 5(Five) years
preceding the Bid Due Date.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


15

Note: The tender which does not satisfy the pre-qualification criteria as
mentioned above shall summarily be rejected and shall not be considered for
further evaluation.

2.5 Performance Security:


A sum worked out on the basis of 5% of the accepted value of offer shall
be deposited by the selected firm towards Performance Security in the form of
NEFT/ RTGS (OR) irrevocable Bank Guarantee from a Nationalized Bank
/Scheduled bank within 15 days of the date of work order/ Letter of Acceptance
or before commencement of study whichever is earlier. Bank Guarantee, obtained
from the Nationalised bank/Scheduled bank in the format prescribed by the Port,
shall be in compliance with for a digital confirmation for the bank guarantee and
the BG not complying with this shall not be considered. However, the
VOCPT/Engineer may relax the time limit of 15 days and extend the time limit by
further period of 10 days in extraordinary circumstances for the reasons recorded
by him. If the Performance Security Deposit is not deposited in time as prescribed
above, the work order shall stand cancelled automatically and the Earnest Money
Deposit shall also stand forfeited.
The Performance Security will remain in force throughout the period of
contract and will be refunded after acceptance of Final Report by the Authority.
The Performance Security will not bear any interest.

2.6 Security Deposit:


Security Deposit at 10% will be deducted from each stage payment
subject to a maximum accumulation of 5% of the award of price. The Security
Deposit shall be refunded within 30 days after acceptance of Final Report by the
Port. The amount stated above will not bear any interest.

2.7 Time for Completion:


The whole assignment has to be completed in a maximum period of
90 days from the date of issue of work order.
Normally extension of time for completion of the study is not
entertained. However, considering the valid reasons or the circumstances, based
on the written request received from the consultant the Competent Authority of
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust
16

VOCPT may consider for granting the extension of time, considering the reason
submitted. Consequent on the same, the bidder has to extend his responsibilities,
i.e., Performance Bank Guarantee.

2.8 Rates to be Figures and Words:


The bidder shall quote the rate in Indian Rupees and in English, in
figures as well as in words inclusive of, Customs duty, import duty, VAT etc., the
rates tendered by him in the concerned pro-forma of the tender and in such a
way that interpolation is not possible. The tendered amount for the work shall be
entered in the tender form and duly signed by the bidder and enclosed and sealed
in cover No.II as stated in Cl.No.2.3(b) of Section – II. In case of any discrepancy
between figures and written words, the rates in words shall be taken as the
quoted price.

2.9 Correction/Variation:
(i) All corrections and alterations in the entries of the tender documents shall
be attested with full signature of the bidder with date. No erasures or over-
writings are permissible.
(ii) The bidders should not send any revised or amended offers after the opening
of the tender. No such document will be entertained. The VOCPT also do not
accept offers with the price variation clause.
(iii) The prices and amounts entered in the schedule of price shall represent the
bidders offer for the work generally in accordance with work specifications
and purpose given in this tender.
(iv) Deviation: Tender should be completed in all respects for taking a decision
immediately on opening of the tender. In the absence of bidders‟
disagreement to any particulars clause, it will be construed that they are
agreeable to such terms and conditions where they have not expressly
deviated.

2.10 Signing of Agreement:


Within 15 (fifteen) days from the date of issue of Letter of Award / Work
order, the successful Bidder shall furnish a performance security for satisfactory
completion of the Assignment, in the form of a Bank Guarantee as detailed in
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust
17

General Conditions and simultaneously sign formal agreement. Formats of Bank


Guarantee (Annexure-4) and Agreement (Annexure-5) are annexed to the Bid
Document.

2.11 Witness:
Witness shall be persons of status and property and their names,
occupations and addresses shall be furnished below their signatures.

2.12 All pages to be signed:


All signatures in the tender documents shall be dated. All pages of all
section of the original tender documents shall be signed with date and seal at the
lower right hand corner and also signed wherever required in the tender
document by the bidders or by a person holding power of attorney to sign on
behalf of the bidder before submission of the tender.

2.13 Right of the Board to accept or reject the Tender:


The Board does not bind itself to accept the lowest tender and reserves
the right to reject any or all tenders received without assigning any reason,
whatsoever. Tenders in which any of the particulars and prescribed information
are inadequate or incomplete in any respect and / or the prescribed conditions
are not fulfilled are liable to be rejected. Canvassing in any form by the bidders
will result in their tender being rejected.
2.14 Transfer of Tender Documents:
Transfer of tender documents purchased by one intending bidder to
another is not permissible.

2.15 Taxes & Duties including GST:


GST if any chargeable extra, may be clearly indicated in the price
schedule available in the e-tendering portal.
Goods and Services Tax:
1. As per GST Act, invoice in the prescribed format has to be issued by a
registered dealer on or before the time when goods are removed for supply
(where supply involves movement) on or before the time when delivery is
received by the recipient (where movement of goods is not involved)

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


18

2. The law has laid down conditions to avail GST input tax credit on supply of
Goods or services. All of the following conditions need to be satisfied to avail
GST input credit:
 The dealer should be in possession of Tax Invoice/Debit or credit
Note/Supplementary Invoice issued by a supplier registered under
GST Act.
 The said goods/services have been received.
 Returns (GSTR-3) have been filed
 The tax charged has been paid to the Govt. by the supplier
3. As a service provider, contractors/professionals, etc., shall issue the invoice
within 60 days to the Port from the date of providing service. If the invoice is
not issued within the time limit, then penalty and/or interest shall be
applicable. If any of the contractors/ professionals do not issue invoices as
aforesaid and do not file tax return by due date, Port cannot avail the ITC.
Further, Port has to pay the said ITC availed with interest and penalty as
applicable under GST rule. Therefore, in the event of default of the
contractor on the above grounds, the said amount paid/payable to the
Government by Port shall be recovered from any money due to the contractor
or adjusted against the performance security/security deposit.
4. For any correction in invoice claimed, it shall be through Debit note/credit
note/supplementary invoice only, as all the invoices are to be uploaded in
the GSTIN portal. All suppliers and contractors including professionals are to
be requested to comply with the above provisions without any omission in
respect of ongoing contracts. If the existing suppliers/contractors /
professionals do not comply with the above provisions payment will not be
released and Port will not be liable on any account to be aforesaid.
a) Income Tax
Income Tax and surcharge as applicable will be deducted at source by
V.O.Chidambaranar Port in accordance with Income Tax Act at the rate applicable
from time to time and in accordance with instruction issued by INCOME TAX
Authorities on this behalf from time to time. The consultant shall furnish his PAN
details or a copy of Income Tax exemption certificate if any.
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust
19

b) GSTIN
The firm shall furnish GSTIN Number and copy of certificate of registration
duly attested by Notary.

2.16 Opening and Acceptance of Tender:


Cover-I containing the technical documents to shortlist the eligible
bidders will be opened through e-tender procedure on the scheduled date and
time i.e on 15.02.2020 at 15.30 hrs. in the presence of such bidders who wish to
be present at the time of opening.
After the verification of first cover and getting the required
technical/commercial clarifications based on the information given, Port Trust
will prequalify the eligible bidders.
The cover II containing the price bid document will be opened through e-
tender only for those bidders who are shortlisted and technically pre- qualified in
cover-I. The date and time of opening of the cover II will be informed to the
qualified bidders.
Tenders submitted by bidders shall remain valid for acceptance for a
period of 120 days from the date of opening of the tenders. The bidder will not be
allowed during the declared period of validity to revoke or cancel his tender or to
vary any term thereof, without the consent in writing of the Chief Mechanical
Engineer, VOCPT.

2.17 Addenda / Corrigenda:


Addenda/Corrigenda to the tender documents will be issued by the
Chief Mechanical Engineer prior to the date of opening of the tenders, to clarify
or reflect modifications in the contract terms and conditions.
Such addendum/corrigendum will be uploaded in the tender wizard and
Port website. Bidders who are unable or unwilling to bring their tenders to
conform to the requirements of the Board are liable to be rejected.

2.18 Collection of Data – Bidder's Responsibility:


The bidder shall visit the Port and acquaint himself fully with the site
and local conditions and no claims whatsoever will be entertained on the plea of

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


20

ignorance or difficulties in the execution of the work. Before submitting the


tender, the bidder shall be deemed to have clearly understood and satisfy himself
regarding the work and services, all conditions liable to be encountered during
the execution thereof and that prices, rates and/or compensation quoted in the
offer are adequate and all inclusive with respect to all factors, circumstances and
conditions likely to be incidental, both direct and indirect, to the work and
services.
The prices and amount quoted by the bidder shall allow for all costs,
including escalation of labour, transport, insurance fees, increase in cost due to
government and other charges, cost of docents to be submitted, CD‟s, DVD‟s,
direct and indirect, till the work is completed in accordance with the scope of the
consultancy service and contract period.

2.19 Inspection of Site:


The bidder is advised to visit the Port before submitting their sealed
offers in order to ascertain the nature of work involved, prior to bidding to access
the scope of work & Terms of Reference of the consultancy service. The bidder
will be allowed to see the entire port area in order to access the project location
for feasibility study.

2.20 Ambiguity:
Should there be any ambiguity or doubt as to the meaning of any of the
tender clauses/conditions or, if any further information is required, the matter
should immediately be referred to the Chief Mechanical Engineer,
V.O.Chidambaranar Port Trust in writing, whose interpretation shall be final and
binding.

2.21 Bidder's Comments:


Any comments which the bidder desires to make shall not be placed in
the annexed documents but shall take the form of a separate statement in the
English language and giving reference to page, clause or item numbers and shall
be submitted along with the tender in the cover I.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


21

2.22 Signing the Contract:


The successful bidder shall be required to execute an agreement in the
pro-forma prescribed by the V.O.Chidambaranar Port trust (draft enclosed in the
document as Annexure-5) on Tamil Nadu Government State stamp paper of the
required value not below Rs.100/- within 15 days from the date of issue of the
notice of acceptance of the tender. In the event of failure on the part of the
successful bidder to execute the agreement within the above stipulated period,
or the period agreed by the Port, the Earnest Money or security deposit deposited
by him will be forfeited and apart from that the Board being in such
circumstances entitled to treat the successful bidder as in breach of contract and
proceed accordingly.

2.23 Jurisdiction:
The award of contract for the work Preparation of Techno-Economic
Feasibility Report for “Setting up Floating LNG Storage Unit at
V.O.Chidambaranar Port Trust” is subject to the legal jurisdiction of the
Tuticorin (Tamil Nadu) regarding any matters concerning the contract.

2.24 Determination of Responsiveness:


The tender which does not satisfy all the terms and conditions as
mentioned in the tender, shall summarily be rejected and shall not be considered
for further evaluation. The Port will scrutinize tenders to determine whether the
tender is substantially responsive to the requirements of the tender document.
For the purpose of this clause a substantially responsive tender is one which inter-
alia confirms to all the terms and conditions, general conditions of the entire
tender documents without any deviation (or) reservation. A tender which in
relation to the estimated rates is un-relating will be rejected as non-responsive.
The decision of the Port shall be final in this regard.

2.25 Instructions to Bidders to form Part of the Contract:


All these instructions conditions, special conditions, if any, work
specifications contained in the tender document and the tender document itself

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


22

and any correspondence related to this Contract shall form part of the
agreement.

2.26 Precaution against Air and Water Pollution:


Every precaution shall be taken by the consultancy firm to prevent air and
water pollution resulting from setting up of floating LNG storage unit for
operations as per requirement of the appropriate authorities.

2.27 Liquidated Damages:

If the consultant fails to complete the contract or submit the Final TEFR
within the time specified as said under Clause 2.7 of this or within the extended
time that may be allowed by the Port, the consultant shall pay or allow to the
Board to deduct a sum of equivalent to 1% per week or part thereof of the total
value of the contract subject to a maximum of 10% of the total accepted value of
contract as liquidated and ascertained damage and not by way of penalty, beyond
the said period or extended period as the case may be during which the work
remain unfinished. The liquidated damage will be deducted from any money due
or become due to the consultant. The payment of such liquidated damage shall
not relieve the contractor of his obligations to complete the assignment or from
any other of his obligations or liabilities under this contract.

2.28 Any further information may be obtained on application in writing to:


The Chief Mechanical Engineer,
V.O.Chidambaranar Port Trust,
Tuticorin - 628 004, India.
Telephone : 91-0461-2352252
Fax : 91-0461-2354274, E-MAIL – [email protected]
Website : www.vocport.gov.in

2.29 Any Tender not conforming with the foregoing instructions and/or in any way
incomplete will not be considered. The Port does not bind himself to accept the
lowest or any tender. Port reserves the rights to waive any formality thereof or
to reject any or all the tenders without assigning any reason and without any
liability. No representation whatsoever will be entertained on this account.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


23

2.30 No responsibility will be attached to any officer of the Port for premature
opening of or the failure to open a Tender which is not properly addressed and
identified.

2.31 The bidder should abide by this Tender for a period of 120 (one hundred and
twenty) days from the date fixed for receiving the same or for such other periods
as may be mutually agreed upon and it shall remain binding upon the bidder so
that the Tender may be accepted at any time before the expiry of that period.

2.32 Canvassing in connection with the Tender is strictly prohibited and the Tender
submitted by the bidder, who resort to canvassing will be liable for rejection.

2.33 The Technical Bids of the Bidders will be evaluated based on the whole work. The
entire work may be entrusted to a single bidder.
2.34 Termination of Contract:
In the event of continued unsatisfactory performance or non-compliance
with any of the provision of the above said service, this Port reserves the right to
cancel the consultancy service and encash the EMD and security deposit without
giving any notice.

Note :
(i) Each payment will be made in Indian Rupees only on acceptance of each
stage as indicate below. No foreign exchange is available for this work.
(ii) All the documents / reports including primary data shall be compiled,
classified and submitted by the Consultant to V.O.Chidambaranar Port Trust
in hard / soft form apart from the documents mentioned elsewhere in this
document.
(iii) In the event of discontinuance of the contract during currency of the
assignment, the payment due shall be paid as assessed by the Port and
Port‟s decision in this regard shall be final.
(iv) Excludes the time taken by the Port in providing its comments on Draft
Report. [(iii) & (iv)]
(v) Final 20% will be released after issue of completion certificate by the Chief
Mechanical Engineer.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


24

(vi) Payment in respect of pre-closure by Port due to no default of contractor


shall be 10% of slab payment due of completed stage or actual TA/DA
whichever is less shall be paid.

2.35 Work to be done to the Satisfaction of the Engineer:


The successful bidder after award of work shall execute, complete and
maintain the works strictly in accordance with the scope of work & Terms Of
Reference to the satisfaction of the Engineer and shall comply with and adhere
strictly to the Engineer's instructions and directions on any matter (whether
mentioned in the Contract or not) touching or concerning the works. The
consultant shall take instructions and directions only from the Engineer or from
the Engineer's Representative.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


25

SECTION - III
CRITERIA FOR EVALUATION
3.1 Qualification (STEP 1)
For the purpose of Qualification, the Bidders should satisfy the following
minimum eligibility criteria. The supporting documentary proof in respect of
experience should be (i) notarized work order copy (ii) notarized copy of
completion certificate or notarized copy of performance certificate and as
regards to financial capability, the documentary proof such as statement giving
particulars duly certified by the Auditor of the company as per Annexure - 2A.

3.1.1 Minimum Eligibility Criteria


(a) The Bidders must have experience in preparation of Detailed Techno –
Economic Feasibility Report (DETAILED FEASIBILITY REPORT) (or) Detailed
Project Report (DPR)/Project document in India or elsewhere for
development of projects in the Infrastructure Sector like Ports, Port
Services, Oil and Gas sectors and Power. The Bidders should possess
experience in financial analysis of projects, project structuring for any of
the above mentioned sector projects.
(b) The Bidder should have completed at least one assignment of preparation
of Detailed Feasibility Report (or) Detailed Project Report/ Project
Document for the project „Setting up LNG Storage and re-gasification units
in Floating/land based or any other mode‟ as mentioned above in the
preceding five years for the project costing more than Rs. 50 Crores each
(Indian Rupee).
(c) The Bidder shall have received a minimum income of Rs.50 Lakhs per
Feasibility study towards professional fees during the last 5 (five) years
preceding the Bid Due Date.

In addition, the Bidder may note the following:-


3.1.2 Details in respect of Clause 3.1 are required to be furnished as per the formats
set out in Annexure – 2A & 3.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


26

3.1.3 The Bidder is required to provide a half page write-up providing the details of
eligible assignments, earlier carried out by the Bidders and meeting the
requirements of minimum eligibility criteria specified in Clause 3.1.1 above.
3.1.4 V.O.Chidambaranar Port Trust would evaluate the Qualification Documents in
order to qualify Bidders for Step-2. Bidders who qualify the Minimum Eligibility
Criteria stated under Clause 3.1.1 only will be considered for Step-2 evaluation
namely, Technical Bid evaluation.

3.2 Evaluation of Technical Bid (Step-2)

3.2.1 In Step-2, Bids of all those Bidders who qualify under Step-1 will be evaluated.

3.2.2 The Scoring criteria to be used for evaluation shall be as follows:


a) In the first stage, the Technical bids will be evaluated on the basis of Bidder‟s
experience, its understanding of TOR, proposed methodology, work plan and
the experience of Key Personnel who have carried out only the eligible
assignments. Only those Technical proposals score 60 marks or more out of
100 shall qualify for further consideration and shall be ranked from highest to
the lowest on the basis of their technical score (ST).
b) Each Key personnel must score a minimum of 60% of marks except as provided
herein. A proposal shall be rejected, if the Team Leader scores less than 60%
marks or any two of the remaining Key personnel score less than 60%. In case
the selected Bidder has one Key personnel, other than the Team Leader, who
scores less than 60% marks, he would have to be replaced during negotiations,
with a better candidate who, in the opinion of the Authority, would score 60%
or above.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


27

(c) The Scoring criteria for evaluation shall be as follows

Sl Maximum
Parameter Criteria
No Marks
1 Relevant Experience 25 30% of the maximum marks will be
of the Bidder awarded for the number of eligible
assignments undertaken by the
Applicant.
The remaining 70% will be awarded for
(i) The comparative size and quality
of Eligible Assignments
(ii) Other similar work in
infrastructure sectors and
(iii) Overall turnover, experience and
capacity of the firm
2 Proposed Evaluation will be based on the quality
Methodology and 5 of submissions.
Work Plan
3 Relevant Experience 30% of the maximum marks for each
of the Key Key Personnel shall be awarded for the
Personnel number of Eligible Assignments the
[Total of (a) to (e)] 70 respective key personnel has worked
(a) Port/ Oil and Gas on. The remaining 70% shall be
Sector Expert Cum 20 awarded for
Leader (i) The comparative size and quality
(b) Technical Expert 13 of Eligible Assignments
(c) Environmental–cum- (ii) Other similar work in
Safety & Handling infrastructure sectors
12
of Hazardous cargo
Expert
(d) Financial Expert 15
(e) Expert in oil and
10
Gas Industries
Grand Total
100
(1+2+3)

While awarding marks for the number of Eligible Projects, the Bidder or
Key Personnel, as the case may be, that has undertaken the highest number of
Eligible Assignments shall be entitled to the maximum score for the respective
category and all other competing Bidders or respective Key Personnel, as the case

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


28

may be, shall be entitled to a proportionate score. However, for assigning scores
in respect of the size and quality of Eligible Assignments, all Eligible Assignments
of the Bidder/Key Personnel shall be considered.

3.2.3 Eligible Assignments:


For the purposes of determining Conditions of Eligibility and for
evaluating the Proposals under this RFP, advisory/consultancy assignments in
respect of preparation of Detailed Feasibility Report and/or feasibility report in
setting up LNG Storage and re-gasification units in Floating/land based or any
other mode by executing engineering surveys, environmental impact assessment,
safety & Hazardous measures and its impact in the following sectors shall be
deemed as eligible assignments (the “Eligible Assignments”):
For the purpose of evaluation, Infrastructure Sector Projects shall be
deemed to include projects falling under the following Sectors:
 Ports & Port Services
 Power
 Oil and Gas Sector
 Project in the above sector having an estimated capital cost (excluding land) of
at least Rs. 50 Crores in case of a project in India and US $ 10 million for projects
elsewhere.
Provided that the bidder firm claiming credit for an eligible assignment
shall have prior to Proposal Due Date (PDD), received a professional fees of at
least Rs. 50 Lakhs for such assignment and where credit is being claimed by key
personnel; she/he should have completed the relevant assignment prior to PDD.
Provided further that if the Bidder firm is taking credit for an Eligible
Assignment which was undertaken for a private sector entity, such assignment
shall have been completed prior to PDD and the Bidder shall have received
professional fees of at least Rs.50 Lakhs.

3.2.4(a) Short-listing of Bidders


All the bidders whose Technical score is more than 60 marks shall be
shortlisted for financial evaluation in the second stage. The Experience of the
Bidder would be measured in respect of Eligible Assignments as defined in Clause
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust
29

3.2.3. The supporting documentary proof in respect of experience should be (i)


notarized work order copy (ii) notarized completion certificate or notarized
performance certificate. Every Bidder has to provide details in respect of
assignments undertaken by him as per the format set out in Annexure–3.

3.2.4(b) Evaluation of Financial bid (Step 3)


Bidders are required to submit the Financial Bid as per the format
provided in Annexure-8.
For financial evaluation, the total cost indicated in the Financial bid will
be considered.
“Financial Evaluation shall be made based on the Financial bid excluding
GST”
The Authority will determine whether the financial bid is complete,
unqualified and unconditional. The cost indicated in the financial bid shall be
deemed as final and reflecting the total cost of services. Omissions, if any, in
costing any item shall not entitle the firm to be compensated and the liability to
fulfill its obligations as per the TOR within the total quoted price shall be that of
the Consultant. The lowest Financial Proposal (FM) will be given a financial score
(SF) of 100 points. The financial scores of other proposals will be computed as
follows:
SF = 100 x FM /F
(F = amount of Financial bid)

3.2.4(c) Combined and final evaluation of Technical and Financial bid


Proposals will finally be ranked according to their combined technical
(ST) and financial. (SF) scores as follows: S = ST x Tw + SF x Fw Where S is the
combined score, and Tw and Fw are weights assigned to Technical Proposal and
Financial Proposal that shall be 0.80 and 0.20 respectively.
The Selected Bidder shall be the first ranked Bidder (having the highest
combined score). The second ranked Bidder shall be kept in reserve and may be
invited for negotiations in case the first ranked Bidder withdraws, or fails to
comply with the requirements specified in Clauses 3.2.5, 2.11 and 4.1 as the case
may be.
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust
30

3.2.5 Team Composition:


The Bidder would need to provide details in respect of the persons
proposed to be associated in providing the Services to V.O.Chidambaranar Port
Trust. The Bidder is required to nominate five Experts of his organization who
would be involved in providing the Services. The Consultant shall form a multi-
disciplinary team (the “Consultancy Team”) for undertaking this assignment. The
following Experts whose experience and responsibilities are briefly described
herein would be considered for evaluation of the Technical Proposal. Other
expertise such as that required for financial analysis, quantity survey etc. for the
Project shall be included in the Team either through the Experts specified below
or through other Professional experts, as necessary.

The individuals so nominated shall be classified as:


(a) Port / Oil and Gas Sector Expert -cum-Team Leader (“the Team Leader”)
Educational Qualification : Graduate in Civil / Mechanical Engineering
Essential Experience : 10 years in planning, project preparation and design of
Floating storage Re-gasification projects
Job responsibilities : He will lead, coordinate and supervise the
multidisciplinary team. It will be his responsibility to
guide the team in arriving at solutions within the
constraints specified in this document.

(b) Technical Expert


Educational Qualification : Graduate in Chemical/Environmental/ structural
Engineering
Essential Experience : 10 years in analysis and design of Floating storage Re-
Gasification units/structures
Job responsibilities : He will be responsible for design of the FSRU structures
including pipe lines, storage systems, Transportation of
the project facilities and services

(c) Environmental cum-Safety and Handling of Hazardous cargo Expert


Educational Qualification : Graduate in any Engineering discipline with post
graduate in safety management
Essential Experience : 7 years in surveys and studies, safety
facilities, handling of Handling of Hazardous cargo etc.
on Port projects

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


31

Job responsibilities : He will be responsible for assessment of


Environmental cum-Safety and Handling of Hazardous
cargo on the Project, safety devices etc

(d) Financial Expert


Educational Qualification : Charted Accountant / ICWA
Essential Experience : 7 years in financial analysis and modeling of
infrastructure projects
Job responsibilities : He will be responsible for financial analysis and
modeling of the Project

(e) Expert in oil and Gas Industries


Educational Qualification : Graduate in petroleum/ chemical Engineering
Essential Experience : 7 years in oil and gas Field
Job responsibilities : He will responsible for designing the parameters
proposed in the FSRU related aspects

The Experts would need to be involved in providing the Services and


would need to be present at all important meetings with V.O.Chidambaranar Port
Trust.
Scores will be allotted to each of the experts based on the experience of
the experts. The Bidder in their letter head, for each expert proposed shall declare
that the experts proposed are satisfying the qualifying and experience criteria in all
respects. The Declaration is in the form of CV attached as Annexure-3A.
Each expert must satisfy the above criteria on Educational qualification and essential
experience.
A bid shall be rejected if the Team Leader or any two of the
remaining Key Personnel does not satisfy the above criteria. In case the Selected
Bidder has one Expert, other than the Team Leader, who does not satisfy the above
criteria, he would have to be replaced with a better candidate who, in the opinion of
the Authority, would satisfy the criteria before issue of Letter of Award.

3.2.6 Approach & Methodology:


The Bidder would be required to furnish the following as part of their
Technical Bid for the Project:
a) Understanding of Terms of Reference

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


32

Under this item, the Bidder should provide a brief description of


their understanding of the scope of the Services and the Terms of Reference.
b) Recommended Approach
The Bidders should give a write-up on the recommended approach
for the Project (Note should not be more than 3 pages).
c) Proposed Methodology
The Bidders should provide their proposed methodology for
implementation of the Project.
d) Work Plan
The Bidders should provide a work plan covering each of the
activities pertaining to the Project.

3.3 V.O.Chidambaranar Port Trust would evaluate each item of Approach &
Methodology and assign an appropriate score for every Bidder based on its
evaluation.

3.4 Presentation:
V.O.Chidambaranar Port reserves the right to invite the Bidder any
number of times to make a presentation covering the details of the technical bid
to V.O.Chidambaranar Port Authorities and Ministry of Shipping, in case of
requirement.

3.5 Successful Bidder:


3.5.1 The Bidder scoring highest Total Composite Score would be declared as the
successful Bidder. In case of Bidders having the same Total Composite Score, the
Bidder with the higher Total Technical Score would be declared as the successful
Bidder.

3.5.2 The Successful Bidder shall be the first ranked Bidder (having the highest
composite score).

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


33

SECTION- IV
GENERAL CONDITIONS OF CONTRACT

4.1 Commencement and Completion of Assignment:


The successful Bidder shall commence the work as per clause 2.10 and
completed within 90 from the date of issue of work order.

4.2 Care and diligence:


The Bidder shall exercise all reasonable care and diligence in the
discharge of all technical, professional and contractual duties to be performed by
them under this contract and shall be fully responsible to the Port for the proper,
efficient and effective execution of their duties.

4.3 Taxes & Duties:


The selected Consultant shall pay all taxes, GST, levies, duties which
they may be liable to pay to State Govt. of Tamil Nadu and Government of India
or other authorities under any law for the time being in force in respect of or in
accordance with the Preparation of TEFR. The Consultant shall further be liable
to pay such increase in the taxes, GST, levy, duty etc., under the existing law or
which may be liable as a result of introduction of any law. Increase in taxes, levy,
duty etc., or imposition of new taxes, levy, duty etc., shall not be ground or an
excuse for not completing the Assignment within stipulated time nor a ground or
an excuse for claiming any extra or additional costs nor a ground or an excuse for
extension of time for completing the Preparation of TEFR. All such payments to
be made by the Consultant are deemed to have been included / considered while
quoting your offer.

4.4 Confidentiality:
The Consultant shall treat all the documents and information received
from the Port and all other related documents/communications in confidence and
shall ensure that all who have access to such material shall also treat them in
confidence. The Consultant shall not share any such information unless
V.O.Chidambaranar Port Trust acceptance in advance in writing. The Consultant

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


34

further shall return all the documents received from V.O.Chidambaranar Port
Trust from time to time after completion of the work related to those documents.

4.5 Suspension:
The Port may, by written notice of suspension to the Consultant,
suspend all payments to the Consultant hereunder, if the Consultant fails to
perform any of its obligations under this Contract, including the carrying out of
the Services, provided that such notice of suspension (i) shall specify the nature
of the failure, and (ii) shall allow the Consultant to remedy such failure, if
capable of being remedied, within a period not exceeding thirty (30) days after
receipt by the Consultant of such notice of suspension. The payment will be
regulated as per Clause (vi) of 2.34.

4.6 Termination:
4.6.1 By the Port
The Port may terminate this Contract in case of the occurrence of any of
the events specified hereunder.
a) If the Consultant fails to remedy a failure in the performance of its
obligations hereunder, as specified in a notice of suspension pursuant to
Clause 4.5 hereinabove, within thirty (30) days of receipt of such notice of
suspension or within such further period as the Port may have subsequently
approved in writing.
b) If the Consultant becomes (or, if the Consultant consists of more than one
entity, if any of its Members becomes and which has substantial bearing on
providing Services under this contract) insolvent or go into liquidation or
receivership whether compulsory or voluntary.
c) If the Consultant fails to comply with any decision of the Port OR mutual
discussion made between Consultant and Port.
d) If the Consultant, in the judgment of the Port, has engaged in corrupt or
fraudulent practices in competing for or in executing this Contract.
e) Any representation made or warranties given by the Consultant under this
agreement is found to be false or misleading.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


35

f) If the Consultant submits to the Port a false statement which has a material
effect on the rights, obligations or interests of the Port.
g) If the Consultant places itself in position of conflict of interest or fails to
disclose promptly any conflict of interest to the Port.
h) If the consultant fails to provide the quality services as envisaged under this
contract or correct the default within the time specified by the Port. The
Port will make judgment regarding the poor quality of services, the reasons
for which shall be recorded in writing.
i) If the Port, in its sole discretion and for any reason whatsoever, decides to
terminate this Contract.
In such an occurrence, written notice of termination shall be given without
any notice period to the Consultant. In such occurrence the Performance
Security deposited by the Consultant is subject to be forfeited.
j) In case of termination of contract by the employer for any administrative
reasons, the payment at actuals will be regulated as per Clause (vi) of 2.34.
4.6.2 By the Consultant:
The Consultant may terminate this Contract, by not less than thirty (30)
days‟ written notice to the Port, in case of the occurrence of any of the events
specified below.
a) If, as the result of Force Majeure, the Consultant is unable to perform a
material portion of the Services for a period of not less than sixty (60) days.
b) If the Port is in material breach of its obligations pursuant to this Contract and
has not remedied the same within forty-five (45) days (or such longer period as
the Consultant may have subsequently approved in writing) following the
receipt by the Port of the Consultant‟s notice specifying such breach.

In such occurrence, the Performance security and Security Deposit will be returned by
the Port to the Consultant.
4.6.3 Cessation of Rights and Obligations:
Upon termination of this Contract pursuant to Clauses 4.6.1 & 4.6.2
hereof, or upon expiration of this Contract pursuant to Clause 2.8 and Clauses
2.6 & 2.7 hereof, all rights and obligations of the Parties hereunder shall cease,

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


36

except (i) such rights and obligations as may have accrued on the date of
termination or expiration, (ii) the obligation of confidentiality set forth in Clause
2.11 hereof, and (iii) any right which a Party may have under the Law.

4.6.4 Cessation of Services:


Upon termination of this Contract by notice of either Party to the other
pursuant to Clauses 4.6.1 & 4.6.2 hereof, the Consultant shall, immediately upon
receipt or dispatch of such notice, take all necessary steps to bring the Services
to a close in a prompt and orderly manner and shall make every reasonable effort
to keep expenditures for this purpose to a minimum. With respect to documents
prepared by the Consultant the Consultant shall proceed as provided, by Clause
4.6.5 hereof.

4.6.5 Documents Prepared by the Consultant to be the Property of the Port:


All plans, reports, other documents and software prepared, if any, by
the Consultant for the Port under this Contract shall become and remain the
property of the Port, and the Consultant shall, not later than upon termination or
expiration of this Contract, deliver all such documents to the Port, together with
a detailed inventory thereof. The Consultant may retain a copy of such
documents, but shall not use anywhere, without taking permission, in writing,
from the Port and the Port reserves right to grant or deny any such request. If
license agreements are necessary or appropriate between the Consultant and
third parties for purposes of development of any such computer programs, the
Consultant shall obtain the “Port‟s" prior written approval to such agreements,
and the Port shall be entitled at its discretion to require recovering the expenses
related to the development of the program(s) concerned.

4.7 Procedure and Payment upon Termination:


(a) Upon termination of the Contract under Clause 4.6.1 on receipt of notice of
termination under Clause 4.6.2 on giving notice of termination under Clause
4.6.2 the Consultant shall take immediate steps to stop the Services in a
prompt and orderly manner and reduce losses and to keep further
expenditure to a minimum.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


37

(b) Upon termination of the contract pursuant to Clause 4.6.1 (g), (h) or 4.6.2,
the Consultant shall be entitled to be reimbursed such pro-rata cost as per
Clause 4.11 as shall have been duly incurred prior to the date of such
termination.
(c) If the agreement is terminated pursuant of Clause 4.6.1 (a) to (j), the
consultant shall be entitled to receive payment as per Clause (vi) of 2.34.
4.8 Force Majeure:

(a) If either party is temporarily unable by a reason of Force Majeure or the


laws or regulations of India to meet any of its obligations under the contract,
and if such party gives to the other party written notice of the event within
14 days (fourteen days) after its occurrence, such obligations of the party as
it is unable to perform by reason of the event, shall be suspended for as long
as the inability continues for a maximum period of 60 (Sixty) days.
(b) Neither party shall be liable to the other party for loss or damage sustained
by such other party arising from any event referred to in clause (a) above or
delays arising from such event.
(c) The term “Force Majeure” as employed herein, shall mean including but not
limited to “Act of God, Strike, Lock-outs or other Industrial Disturbances,
Insurrection, Riots, Epidemics, Land Slides, Earth quakes, Storms, Lightening,
Floods, Wash Outs, Civil Disturbances, Explosions and any other similar event
not within the control of either party, and which, by the exercise of due
diligence, neither party is able to overcome.

4.9 Responsibility of Consultant during the Assignment:


Apart from the defined Scope for the consultant, during the validity
period, the Consultant may be required to assist the V.O.Chidambaranar Port
Trust in obtaining necessary statutory approvals/clearances from the Government
of India / competent authority including answering queries, if any, attending
meeting with the Government departments wherever required in connection with
the study. For attending such meetings alone, at locations other than Tuticorin,
the participating one expert along with one assistant of the Consultants shall be
paid their expenditure on travel and boarding & lodging as per actual in addition
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust
38

to their quoted price. The above said Travel, boarding and Lodging will be
restricted to Economy Class.

4.10 Facility/ies to be made available to Consultants:


V.O.Chidambaranar Port Trust will not provide office accommodation or
any other facilities to the Consultants. Consultants shall make their own
arrangements and cost for the same shall be deemed to be included in their offer.

4.11 Laws governing the Contract:


In case of any dispute between V.O.Chidambaranar Port Trust and the
Consultant, all reasonable efforts shall be made for an amicable settlement in the
first instance. Unresolved disputes between the Consultant and the Port shall be
resolved in accordance with provisions of the Arbitration and Conciliation Act,
1996 or any statutory modifications thereto. This contract shall be governed by
the Indian Laws in force and any proceeding relating to this contract shall be filed
or taken by the contractor to a Court of Law only in Tuticorin.

4.12 Terms of Payment:


The Consultant shall be paid the awarded lump sum fee/charges for
providing the Consultancy services against the deliverables as follows:
(i) On acceptance by Port of Inception Report within 7 ---.
days from the date of signing of agreement.

(ii) On acceptance by Port of Draft Feasibility Report 30 % of amount


within one month from 15th day of date of work order. quoted + G.S.T.

(iii) On acceptance by Port of Draft Final report within 45 50 % of amount


days from 15th day of date of work order. quoted + G.S.T.

(iv) On acceptance by Port of Final Feasibility Report 20% of amount


within 90 days from the date of issue of work order. quoted + G.S.T.
Total 100 %

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


39

Note:
(i) Each payment will be made in Indian Rupees only on acceptance of each
stage as indicate below.
(ii) All the documents / reports including primary data shall be compiled,
classified and submitted by the Consultant to V.O.Chidambaranar Port Trust
in hard / soft form apart from the documents mentioned elsewhere in this
document.
(iii) In the event of discontinuance of the contract during currency of the
assignment, the payment due shall be paid as assessed by the Employer and
Employer‟s decision in this regard shall be final.
(iv) Excludes the time taken by the Authority in providing its comments on Draft
Report. [(iii) & (iv)]
(v) Final 20% will be released after issue of completion certificate by the Chief
Mechanical Engineer.

4.13 Completion Certificate:


A Completion Certificate will be issued by the Employer on completion
of all the tasks and submission of all reports/documents as indicated in scope of
work and Terms of Reference and other conditions to this bid document to the
satisfaction of the Port.

4.14 Obligations of the Consultant:


Port requires that Consultants provide professional, objective, and
impartial advice and at all times hold the Port‟s interests paramount, strictly
avoid conflicts with other Assignment/jobs or their own corporate interests and
act without any consideration for future work.

4.15 Standard of Performance:


The Consultant shall perform the Services and carry out their obligations
hereunder with all due diligence, efficiency and economy, in accordance with
generally accepted professional standards and practices, and shall observe sound
management practices, and employ appropriate technology and safe and
effective equipment, machinery, materials and methods. The Consultant shall

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


40

always act, in respect of any matter relating to this Contract or to the Services,
as faithful adviser to the Port, and shall at all times support and safeguard the
“Port‟s” legitimate interests in any dealings with Sub- Consultants or Third
Parties.

4.16 Conflict of Interests:


The Consultant shall hold the “Port‟s” interests paramount, without any
consideration for future work, and strictly avoid conflict of interest with other
assignments or their own corporate interests. If during the period of this contract,
a conflict of interest arises for any reasons, the Consultant shall promptly disclose
the same to the Port and seek its instructions.

4.17 Consultant not to benefit from Commissions, Discounts etc:


(a) The payment of the Consultant pursuant to Clause 4.12 shall constitute the
Consultant‟s only payment in connection with this Contract and the
Consultant shall not accept for its own benefit any trade commission,
discount or similar payment in connection with activities pursuant to this
Contract or in the discharge of its obligations hereunder, and the Consultant
shall use its best efforts to ensure that any Sub-Consultants, as well as the
Personnel and agents of either of them, similarly shall not receive any such
additional payment.
(b) Furthermore, if the Consultant, as part of the Services, has the responsibility
of advising the Port on the procurement of goods, works or services, the
Consultant shall comply with the Port‟s applicable procurement guidelines,
and shall at all times exercise such responsibility in the best interest of the
Port. Any discounts or commissions obtained by the Consultant in the exercise
of such procurement/works responsibility shall be for the account of the Port.

4.18 Consultant and Affiliates Not to Engage in Certain Activities:


The Consultant agrees that, during the term of this Contract and after
its termination, the Consultant and any entity affiliated with the Consultant, as
well as any Sub-Consultants and any entity affiliated with such Sub-Consultants,
shall be disqualified from providing goods, works or services (other than

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


41

consulting services) resulting from or directly related to the Consultant‟s Services


for the preparation or implementation of the project.

4.19 Prohibition of Conflicting Activities:


The Consultant shall not engage, and shall cause their Personnel as well
as their Sub-Consultants and their Personnel not to engage, either directly or
indirectly, in any business or professional activities that would conflict with the
activities assigned to them under this Contract.

4.20 Deliverables:
The Consultant shall deliver the following deliverables (the
“Deliverables”) during the course of this Consultancy. The Deliverables shall be so
drafted that they could be given to the prospective bidders for guidance in
preparation of their bids.
1 Inception Report 10 Copies
2 Draft feasibility report : 15 copies
3 Final feasibility report 30 copies
4 Final Executive summary 30 copies

 The soft copies of the reports shall be submitted in the form of CD / DVD in
editable and non-editable formats to the Authority.
 CD should contain full details of cost revenue calculations in editable formats
 The size of drawings shall be in A-3 and A-1 and the soft copies of each
drawing shall be made in Auto Cad and submitted to the authority in editable
format.
 The consultant shall prepare a walkthrough presentation with the Final
Report.
 The Consultant shall not provide any disclaimer statement in any of the above
stated reports. (Document).

4.21 Integrity Pact:


It is a specific requirement for considering the bid that the Bidders
should sign and submit an “Integrity Pact” to be executed between the bidder

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


42

and V.O.Chidambaranar Port Trust along with the bid in a separate envelope
superscribed “Integrity Pact”. Bids not accompanied by a duly signed “Integrity
Pact” shall be liable for rejection. The format of the Integrity Pact is enclosed as
Annexure-6.

4.22 E-Payment:
Payments due to the Consultant may, if so desired by him by made to
the bank instead of direct to him, provided that the Consultant furnishes to the
Engineer– in –Charge (1) an authorization in the form of a legally valid document
such as a power of attorney conferring authority on the bank to receive payments
and (2) his own acceptance of the correctness of the account made out as being
due to him by Port or his signature on the bill or other claim preferred against
Port before settlement by the Engineer – in – Charge of the account or claim by
payment to the Bank. While the receipt given by such banks shall constitute a full
and sufficient discharge for the payment the Consultant should, wherever
possible present his bills duly receipted and discharged through his bankers.
Nothing here in contained shall operate to create in favor of the bank any rights
or equities vis-à-vis the Board.
The date on which e-payment to the Consultant by the Port will be
considered as the date of payment for all purposes. Delay in making such
payments by the Port due to exceptional circumstances shall not nullify or vitiate
in any way or other the conditions of the contract and the Consultant shall have
no claim on this account.
The Engineers may by any certificate make any correction or
modification in any previous certificate which shall have been issued by him and
shall have power to with hold any certificate if the work or any part thereof is not
being carried out to his satisfaction. Balance payment will be released on
completion of work to the satisfaction of Engineer‟s Representatives. No claim
will be entertained by the Port in this account
For the e-payment, Port has made working arrangements with the
following Bankers:
a) State Bank of India, Main Branch, Tuticorin.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


43

b) Indian Overseas Bank, Tuticorin Harbour Branch.

The arrangements designed to work are as follows:


1. The amount due to the payee will be intimated to the Port Bankers in the
form of Electronic messages.
2. The Bank will arrange to credit the amount to the parties account through
electronic transfer failing which by other modes.
3. If the payee‟s account is with any of the computerized & net worked
branches of the above named Banks, the amount due to the payee will be
credited to the payee instantly without payment of Bank charges.
4. In no cases, payment will be made by means of Cheque/ DDs.
The details as per Annexure- 7 shall be given by the bidder in connection
with e-payment.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


44

SECTION - V
SCOPE OF CONSULTANCY SERVICES

5.1 The scope of services (Scope) shall cover the work comprehensively taking
into account all standards, all technical feasibility, market demand and all
other relevant and related details, and to cover all areas comprehensively:
The scope of work listed below is not exhaustive:
i. Need for the project
ii. Demand assessment, Market Study on cargo forecast and project capacity.
iii. Engineering surveys, technical feasibility, investigations, Layout & location
for Setting up Floating LNG Storage/ Re-Gasification Unit at
V.O.Chidambaranar Port Trust to discharge of LNG, re-gasification, storage
for the required period and further supply/transportation through pipelines,
smaller vessels, bunkering vessels or trucks from VOCPT to other different
locations.
iv. To analyse Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port
Trust, considering the project capacity to be handled, berth capacity,
land/waterfront requirement and other equipments needed for Setting up
Floating LNG Storage/ Re-Gasification Unit in detail.
v. The model in which the project to be implemented is Land license.
vi. The feasibility along with Design layout and routing for setting up Floating
LNG Storage/ Re-Gasification Unit system, detailed cost estimates for
providing entire unit from a suitable berth / any other suitable location from
VOCPT to the proposed FSRU.
vii. Preliminary designs of project facility and services with various options for
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust along
with the details of entire facility to be deployed.
viii. The changes in the traffic potential in V.O.Chidambaranar Port by setting up
of FSRU.
ix. The requirement of maximum period to complete the Setting up Floating
LNG Storage Unit at V.O.Chidambaranar Port Trust and proposed license
period based on feasible economic analysis.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


45

x. The applicable permits, licenses/clearances etc. required for construction


and operation of the project from time to time by considering top priority to
safety.
xi. Details of statutory clearances to be obtained including tie-in connectivity
for evacuating re-gasified LNG into the National Natural Gas Grid or any
other mode.
xii. Since the cargo is hazardous nature, the study on obtaining adequate third
party/public liability insurance as per law/good industry practice.
xiii. Study should comply with the requirement of “The Petroleum and Natural
Gas Regulatory Board (Technical Standards and Specifications including
Safety Standards for Liquefied Natural Gas facilities) Regulations 2018”.
xiv. Performance Standards and any additional Safety Standards whatever
required.
xv. Study the regulations to be notified for minimum distance to be maintained
from LNG operating ship to turning circle channel and basin and the safety
aspects with regard to the existing jetty/berth for LNG operation.
xvi. If any additional facilities is required to complete the project for Setting up
Floating LNG Storage Unit at V.O.Chidambaranar Port Trust, the feasibility of
providing the entire facility as a composite one in order to monitor the
entire project facility efficiently in future.
xvii. Preparation of Schedules for Modification and / or Utility Relocation Plans
xviii. Preparation of indicative BOQ and Cost Estimates for all the options.
xix. Establishing the Technical feasibility, Legal Impact and Financial Viability of
the Proposal.
xx. Preparation of Final Feasibility report.
xxi. Assist the Authority in clarifying the query raised on the Detailed Feasibility
Report by the Ministry /Tariff Authority of Major Ports and any other
Statuary bodies.
Some of these services are briefly explained hereunder:
A. Inception Report.
On commencement of the Consultancy, the Consultant shall submit an
Inception Report. The Inception Report shall include the Consultant‟s
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust
46

submissions towards understanding of the document and Methodology and Work


Plan to cover the entire scope of work as per Clause 5.1.
B. Market surveys and demand assessment to ascertain project capacity.
C. Engineering surveys and investigations as per Clause 5.2
D. Initial Environmental Examination as per Clause 5.3
E. Preliminary designs and Project cost as per Clause 5.4 & 5.5
F. Financial analysis as per Clause 5.6

5.2 Engineering surveys and investigations:


i. Engineering surveys & drawings for Setting up Floating LNG Storage Unit at
V.O.Chidambaranar Port Trust. Civil and structural works including layout of
pipe lines from berth to proposed FSRU Unit.
ii. The suitability of existing berths or any other locations inside port area.
iii. Land/Waterfront requirement
iv. Any tests to be conducted at the location.
v. Detailed Engineering calculations for laying of all the facilities towards
setting up Floating LNG Storage Unit.

5.3 Initial Environment Examination (IEE):


IEE should be carried out as part of this Detailed Feasibility Report. Thus
it can assure that the Project will be environmentally feasible. The general
objectives of IEE study should at least cover the following:
i. to provide information about the general environmental settings of the
project area.
ii. to provide information on potential impacts of the project and the
characteristic of the impacts, magnitude, distribution and their duration.
iii. to provide information on potential mitigation measures.
iv. to provide basic information for formulating management and monitoring
plan.
5.4 Preliminary designs:
i. The Consultant shall arrive at the preliminary designs of various components
of the Project keeping in view the Setting up Floating LNG Storage Unit
including discharge of LNG, re-gasification, storage for the required period
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust
47

and supply/transportation through pipelines, smaller vessels, bunkering


vessels or trucks to the importer/end users at V.O.Chidambaranar Port Trust
with various options by considering along with the layout of pipelines,
equipments to be deployed and requirements of the Authority and Generic
structure of the Detailed Feasibility Report as published by Ministry of
Finance and the scope of services described in this document. It shall be
responsible for the accuracy of the physical details such as alignment,
including safety devices, utilities, service lines, structures, etc. The layout
and preliminary designs shall be supplemented with explanatory drawings,
statements, charts, notes as necessary.
ii. Since the cargo is hazardous nature, the study on obtaining adequate third
party/public liability insurance as per law/good industry practice.
iii. Study should comply with the requirement of “The Petroleum and Natural Gas
Regulatory Board (Technical Standards and Specifications including Safety
Standards for Liquefied Natural Gas facilities) Regulations 2018”.

5.5 Project cost:


The Consultant shall work out indicative BOQ for the following:
 Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust along
with all the pipe line layout, equipments to be deployed and services with
different optional locations, considering the existing berth/ oil jetty with
transportation facility for the various options considered.
 Any other alternative plans for Setting up Floating LNG Storage Unit at
V.O.Chidambaranar Port Trust including cost of various components for product
handling equipments at berth, pipe line layout, plant layout, equipments to be
erected in the plant and all other facilities to be envisaged in the unit
including civil structural members.
 To prepare cost estimates of the Project with a break up of cost for each
options and its component separately. To the construction cost so arrived at,
the Consultant may add appropriate percentage thereof as a lump sum
provision for physical and price contingencies, interest during construction and
other financing costs, preconstruction expenses etc.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


48

5.6 Financial analysis:


i. Detailed financial analysis is required to be undertaken by the Consultant.
 The feasibility on Setting up Floating LNG Storage Unit project facilities with
respect to the following:-
 To analyse the capital cost involved in Setting up Floating LNG Storage Unit at
V.O.Chidambaranar Port Trust.
 The impact of Setting up Floating LNG Storage Unit with respect to technical
feasibility, legal issues, statuary requirements in terms of financial
implications involved in the proposal.
 The scenario of traffic potential to the operator by Setting up Floating LNG
Storage Unit at V.O.Chidambaranar Port Trust.
 The additional revenue from Setting up Floating LNG Storage Unit at
V.O.Chidambaranar Port Trust and the likely tariff leviable as per up-front
tariff policy guidelines in force.
Further, the Consultant shall provide the estimated construction costs,
operation and maintenance costs, revenues etc., as part of its financial analysis
and appraisal of the Project. The Consultant shall, also provide an assessment of
the financial viability of the Project with a view to estimating the likely Internal
Rate of Return (IRR) over a concession period of 10 years, 20 (twenty) years, 25
(twenty five) years and 30 (thirty) years respectively with appropriate
assumptions and justifications. It shall also provide assistance during the Process
of obtaining approval from the Ministry of Shipping / Government agencies. The
Consultant shall make realistic assumptions about the Project and the resulting
revenue streams with a view to making an assessment of the capital cost that can
be sustained by such revenues. For this purpose, the Consultant shall undertake
thorough Market survey and demand and capacity assessment and a topographic
survey if required, to identify geometric improvements required etc. The
consultant firm has to carry out market survey, Demand and capacity assessment
based on the existing trade scenario w.r.t the optimal utilization of the proposed
FSRU unit and scope of work as indicated in Section 5 of Proposal document.
The project components should be so formulated as to make the project
viable. In determining its aforesaid strategy, the Consultant shall also seek the
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust
49

advice of the Authority. In the event that a viable project does not seem feasible,
the Consultant shall not proceed with the Consultancy and the same shall stand
terminated.
ii. While undertaking the financial analysis and projecting the IRR, the following
assumptions shall be adopted:
a. Capital cost shall be adopted as per estimates of construction cost to which
appropriate per cent shall be added for physical and price contingencies,
interest during construction, other financing costs etc;
b. Debt equity ratio may be assumed as 70:30;
c. O&M costs may be assumed as per norms;
d. The construction period for setting up of entire FSRU Unit may be fixed by
reference to the year in which the Project facilities are commenced for
operation.
e. Likely tariff and Revenue anticipation thereof.
iii. The Consultant shall:
a. Calculate the Net Present Value (NPV) w.r.to 12% discount factor in and IRR
(Project and Equity) for the Authority and the selected Concessionaire for
the Project. It will undertake sensitivity analysis by identifying the most
critical factors and determine their impact on the IRR, including varying
project costs and benefits, implementation period, and combinations of
these factors; and
b. Conduct a risk analysis by considering the possible values for key variables
based on records, and their occurrence probability.
c. Prepare Financial Viability reports of the project to be under taken through
DBFOT on PPP mode of implementation.
5.7 If the IRR of the Project, based on the aforesaid calculations is less than 12%
(twelve per cent), an effort should be made to reduce the capital costs in
consultation with the Authority. This may be done either by omitting/ modifying
some of the proposed structures / facilities or by phasing them after a suitable
period, such that the IRR reaches a minimum of 12% (twelve per cent).

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


50

5.8 GENERIC STRUCTURE OF THE TECHNO-ECONOMIC FEASIBILITY REPORT


1. Context / Background: This should provide a brief description of the sector /
sub-sector, the national priority, strategy and policy framework as well as a
brief description of the existing situation.
2. Problems to be addressed: This section should elaborate the problems to be
addressed through the project / scheme at the local / regional / national level,
as the case may be. Evidence regarding the nature and magnitude of the
problems should be presented, supported by baseline data / surveys / reports.
Clear evidence should be available regarding the nature and magnitude of the
problems to be addressed.
3. Project Objectives: This section should indicate the Development Objectives
proposed to be achieved, ranked in order of importance. The deliverables /
outputs for each Development Objective should be spelt out clearly. This
section should also provide a general description of the project.
4. Target Beneficiaries: There should be clear identification of target
beneficiaries. Stakeholders analysis should be undertaken, including
consultation with stakeholders at the time of project formulation. Options
regarding cost sharing and beneficiary participation should be explored and
incorporated in the project. Impact of the project on weaker sections of
society, positive or negative, should be assessed and remedial steps suggested
in case of adverse impact.
i. Project Strategy: This section should present an analysis of alternative
strategies available to achieve the Development Objectives. Reasons for
selecting the proposed strategy should be brought out. Involvement of NGOs
should be considered. Basis for prioritization of locations should be
indicated (where relevant). Options and opportunity for leveraging
government funds through Public-Private Partnership must be given priority
and explored in depth.
ii. Legal Framework: This sector should present the legal framework within
which the project will be implemented and strengths and weakness of the
legal framework in so far as it impacts on achievement of project objectives.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


51

iii. Environmental Impact Assessment: Environmental Impact Assessment


should be addressed, wherever required and measures identified to
mitigate adverse impact.
EIA study is not required. However, the consultant may address the
preliminary Environmental Impact of the project in the report.
The consultant shall also examine the environmental effects and
mitigation as per the requirement of the project and rules and
regulations of MoEF to be adhered during the study.
iv. On-going Initiatives: This section should provide a description of ongoing
initiatives and the manner in which duplication will be avoided and synergy
created through the proposed project.
v. Technology Issues: This section should elaborate on technology choices, if
any, evaluation of options, as well as the basis for choice of technology for
the proposed project.
vi. Management Arrangement: Responsibilities of different agencies for project
management and implementation should be elaborated. The organization
structure at various levels as well as monitoring and coordination
arrangements should be spelt out.
vii. Means of Finance and Project Budget: This section should focus on means
of finance, evaluation of options, project budget, cost estimates and phasing
of expenditure. Options for cost sharing and cost recovery (use charges)
should be considered and built into the total project cost. Infrastructure
projects may be assessed on the basis of the cost of debt finance and the
tenor of debt. Options for raising funds through private sector participation
should also be considered and built into the project cost.
viii. Time Frame: This section should indicate the proposed 'Zero' date for
commencement and also provide a PERT / CPM chart, wherever relevant.
ix. Risk Analysis: This section should focus on identification and assessment of
project risks and how these are proposed to be mitigated. Risk analysis could
include legal / contractual risks, environmental risks, revenue risks, project
management risks, regulatory risks, etc.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


52

x. Evaluation: This section should focus on lessons learnt from evaluation of


similar projects implemented in the past. Evaluation arrangements for the
project, whether concurrent, mid-term or post-project should be spelt out.
It may be noted that continuation of projects / schemes from one Plan
period to another will not be permissible without an independent, in depth
evaluation being undertaken.
xi. Success Criteria: Success criteria to assess whether the Development
Objectives have been achieved should be spelt out in measurable terms.
Base-line data should be available against which success of the project will
be assessed at the end of the project (Impact assessment). In this regard, it
is essential that base-line surveys be undertaken in case of large,
beneficiary-oriented projects. Success criteria for each Deliverable / Output
of the project should also be specified in measurable terms to assess
achievement against proximate goals.
xii. Financial and Economical Analysis:
a) Financial and economic analysis of the project is to undertaken
showing FIRR and EIRR for the whole project and distinctly for Public
Private Partnership projects envisaged in the scope and also
considering the proposal of Setting up Floating LNG Storage Unit at
V.O.Chidambaranar Port Trust. The sensitivity analysis with respect to
risks and other factors are required to the addressed.
b) To analyse the risk reward equation of the stakeholders (VoCPT and
PPP investor, bankers and port users ) in Setting up Floating LNG
Storage Unit at V.O.Chidambaranar Port Trust ,the resultant changes in
the project scope , project economics and structure from the existing
position of the project before and after shifting.
c) Carry out sensitivity analysis on project viability considering the
possible variations in project cost, traffic forecast, revenue sharing
and period of completion.
d) To explore the legal implications in Setting up Floating LNG Storage
Unit at V.O.Chidambaranar Port Trust w.r.t the requirement of Statuary
bodies and need to comply with.
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust
53

e) Financial model (base case, best case and worst case scenarios) for the
proposed project in Setting up Floating LNG Storage Unit by indicating
it's profitability and cash stating clearly the assumptions project cost,
timeline, project cargo handling capacity in tons and assumptions
behind capacity, traffic volume expected, Tariff and cost assumptions
through the financial and technical experts engaged for this project
and to prepare the financial model.
xiii. Sustainability: Issues relating to sustainability, including stakeholder
commitment, operation and maintenance of assets after project completion,
and other related issues should be addressed in this section.

Note: Requirement of the EFC / PIB format may also be kept in view while preparing
the TEFR

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


54

SECTION - VI
TERMS OF REFRENCE

1. The scope of a Floating Storage Re-gasification Unit (FSRU) includes discharge of


LNG, re-gasification, storage for the required period and supply/transportation
through pipelines, smaller vessels, bunkering vessels or trucks to the importer.
2. Study the technical parameters, facilities and conditions of existing oil jetty & other
berths to ensure effective handling operations through, by opting correct cargo
handling equipments at berth, entire pipe line layout and other auxiliary systems
from berth to Proposed storage unit, unloading and loading facilities at berth and
storage unit, specification, type and number of equipments required for such
facilities, O & M Plan and future development plans.
3. To ascertain project capacity for Setting up Floating LNG Storage Unit at
V.O.Chidambaranar Port Trust with various options/locations for storage unit facility
(FSRU).
4. To explore the feasibility plan for the Project facilities with various options.
5. The various innovative mechanisms shall be explored appropriately to ensure
maximum utilization of the Oil Jetty/ berth and handing equipments, storage
devices and its capacity in order to reduce the turnaround time of the vessel by way
of quick evacuation methods.
6. Address the required developments in detail including all Civil, Mechanical,
Electrical and Marine Structures applying the latest technologies to make the
storage unit facilities and allied facilities as commercially and economically viable.
7. If the consultancy firm is not having experience in Design, Construction and
commissioning of such work, the consultant shall engage any other firms who have
Expert knowledge in Design, Construction and commissioning of Floating Storage Re-
Gasification Units anywhere in India/ Abroad in Ports or other Industries.
8. The following parameters should be analyzed properly and data‟s to be furnished.
(i) To furnish plan for Setting up Floating LNG Storage Unit at V.O.Chidambaranar
Port Trust and proposed layout of the entire unit/ system.
(ii) To furnish the plan for deploying all the equipments envisaged in the proposed
Floating LNG Storage Unit.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


55

(iii) To explore the feasible plan for the pipe line Layout & Project facilities with
various options for Setting up Floating LNG Storage Unit from the respective
berth to proposed storage unit location.
(iv) To find out the suitability of existing oil jetty/ any other berth for handling
LNG and to suggest a suitable location for setting up storage unit and all other
equipments/ facilities to be envisaged in the proposed project for re--
gasifying LNG to supply gas for the end users.
(v) To suggest suitable equipments to be deployed at berth and the proposed
storage unit.
(vi) To ascertain project capacity and Type, Size and specifications of all the
equipments involved in the project for handling LNG.
(vii) Complete details of allied machineries & equipments to be installed in the
proposed project locations at berth and storage unit.
(viii) Land/waterfront requirements
(ix) Mode of Power system for operating the proposed equipments.
(x) Cost of all the proposed equipments including all the engineering facilities to
be envisaged.
(xi) Since the cargo is hazardous nature, the study on obtaining adequate third
party/public liability insurance as per law/good industry practice.
(xii) Study should comply with the requirement of “The Petroleum and Natural Gas
Regulatory Board (Technical Standards and Specifications including Safety
Standards for Liquefied Natural Gas facilities) Regulations 2018”.
(xiii) Performance Standards and any additional Safety Standards whatever
required.
(xiv) Study the regulations to be notified for minimum distance to be maintained
from LNG operating ship to turning circle channel and basin and the safety
aspects with regard to the existing jetty/berth for LNG operation.
(xv) List of statuary clearances required for the construction, erection &
commissioning of proposed project and all its allied facilities and authorities
from whom the statuary clearance to be obtained.
(xvi) Electrical power demand for the entire project facility to be envisaged at
berth storage unit and the entire pipe line system.
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust
56

(xvii) Approaching road and other facilities to be envisaged for the maximum
utilization of all the cargo handling equipments proposed in the project.
(xiv) The study shall cover the internal road facilities for laying the entire pipe line
route, utilization of water front area, unloading and loading plan at storage
unit.
(xv) Preparation of cost estimate for the project including cost of all the cargo
handling equipments and operating facilities proposed.
(xvi) Phasing of expenditure proposed based on realistic implementation schedule
for the project.
(xvii) Prepare a detailed implementation plan including CPM/PERT/Gantt chart /Bar
chart
(xviii) Estimate of annual operation & maintenance cost and annual revenue earnings
of the project based on the projected traffic/ optimal capacity of the berth,
current scale of rates of the port and likely tariff and revenue anticipation
thereon as required under TAMP guidelines.
(xix) Estimate the project capital cost, financial viability cash flow and compute
NPV, IRR and traffic structure for various services and project revenue from
various income streams for all the options considered.
(xx) To analyse the risk reward equation of the stakeholders (VoCPT and PPP
investor, bankers and port users ) in Setting up Floating LNG Storage Unit at
V.O.Chidambaranar Port Trust ,the resultant changes in the project scope ,
project economics and structure from the existing position of the project
before and after shifting.
(xxi) Carry out sensitivity analysis on project viability considering the possible
variations in project cost, traffic forecast, revenue sharing and period of
completion.
(xxii) To examine and furnish report on the Environmental & legal implications in
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust
(xxiii) A Separate Executive Summary shall be prepared and submitted with Final
Report

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


57

(xxiv) The consultant shall make Power Point presentation while submitting their
reports at each stage and a walk through presentation shall be made while
submitting the Final Report before the authority.
(xxv) The soft copies of all text, all financial workings, the Power Point presentation
etc should be given in editable/non editable format and walk through
presentation shall be handed over to the Port after making presentation.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


58

SECTION - VII
SITE DATA

7.1 Location of Port:


V.O.Chidambaranar Port is located in the Gulf of Mannar, in Tamil Nadu
State on the South East Coast of India, at latitude 08° 45‟ N and longitude 78° 13‟
E and approximately 160 Km on the North East of Kanyakumari and 129 Nautical
miles from the International Sea route connecting far East main shipping with
Western region.

7.2 Environmental Conditions:


7. 2.1 Atmospheric Pressure
The mean atmospheric pressure reduced to MSL is 1010.70 milli bars and the
monthly maximum observed mean Sea level pressure is 1014.00 milli bars.
7.2.2 Temperature
The mean of the daily maxima and minima are about 38º C and 26 º C in summer
and 28 º C and 20 º C in winter.
7.2.3 Relative Humidity
The maximum humidity are 52% and 81% during South West Monsoon and North
East Monsoon respectively. The highest and lowest values of humidity will vary
from 81% in winter to 61% in summer.
7.2.4 Rain fall
Tuticorin experiences rain from both South-west and North-East monsoons. The
major quantum of spell occurs over the period from September to March. The
average annual rainfall observed over a period of 37 years is about 610 mm.
However; Tuticorin Port received the highest rainfall of about 1100 mm. In 1997
which was not witnessed in the past 50 years.
7.2.5 Wind
Monsoonic winds from N to ENE in the months of November to February with
average wind speed of 27.5 km/ hr. and heavy land winds from west NW into WSW
in the months of May to August with average wind speed of 29 km/h and
maximum wind speed of 80 km/hr are predominant.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


59

7.2.5.1 Deep Sea


The estimated wind speed exists around 25 km/hr in January, May and October, 15
km/hr in February, March and September, 5 to 15 km/hr in April and November, 35
km/hr in December, 25 to 55 km/hr in July and about 55 km/hr in June and
August. Strong wind prevails during South West Monsoon as well as North East
Monsoon. The wind direction predominantly vary between 60º - 90º during
November to March 220º – 270º during May to September and 180º in April.
7.2.5.2 Shore
Morning wind prevailed about 10 knots during January – March, June, July,
October and December and less than 5 knots during rest of the year. Evening wind
was 10-15 knots throughout the year. Morning wind was from 20º in December to
March and about 250º during rest of the year. Evening wind was 110º in December
to March and 230º – 290º during the rest of the year.
7.2.6 Cyclone
Cyclones may occur during the North-East monsoon. Occurrence of cyclone at
Tuticorin is not frequent. However, this Port experienced a direct hit of a cyclone
during November, 1992. The highest wind speed recorded during the cyclone time
was 113 km / hour from ESE direction. The Port also experienced during
December, 2000 the shadow of a cyclone which crossed near Tuticorin, during
which the maximum wave height recorded by the Data Buoy of NIOT placed off
Tuticorin was 3.00 meter.
7.2.7 Wave
National Institute of Ocean Technology has deployed one shallow water wave rider
buoy to collect physical oceanographic information off Tuticorin Port. Wave
information collected by this buoy has been analyzed and a one year data has
been prepared. The wave height, wave period and wave directions are shown in
the Table 1 to 3.
1. The peak wave heights are observed during the mid of May and August of
the order of 2.2 m and during December of the order of 1.5 m.
2. The peak wave period is 9 s with the wave approaching from South of South
East.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


60

3. The Peak wave heights of 1.75 m and 2.25 m are observed from the waves
approaching from East and South directions respectively.
4. The wave directions vary from about 45º (North east) to 225º
(South West).

Table-1: Frequency analysis of Wave Height


Wave Height Number of % of Cumulative %
Range ( m) Occurrences Occurrences of Occurrences
<0.2 0 0.0 0.0
0.2-0.4 5 0.2 0.2
0.4-0.6 158 5.6 5.8
0.6-0.8 817 28.7 34.5
0.8-1.0 646 22.7 57.2
1.0-1.2 621 21.9 79.1
1.2-1.4 266 9.4 88.5
1.4-1.6 228 8.0 96.5
1.6-1.8 77 2.7 99.2
1.8-2.0 20 0.7 99.9
>2.0 4 0.1 100.0

Table–2: Frequency analysis of Wave Period


Wave Period (s) Range No. of % of Occurrences.
Occurrences
<2.5 0 0.0
2.5-3.0 7 0.2
3.0-3.5 252 8.9
3.5-4.0 633 22.3
4.0-4.5 398 14.0
4.5-5.0 575 20.2
5.0-5.5 345 12.1
5.5-6.0 236 8.3
6.0-6.5 151 5.3
6.5-7.0 117 4.1
7.0-7.5 72 2.5
7.5-8.0 31 1.1
>8.0 25 0.9

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


61

Table–3: Frequency analysis of Wave Direction from North


Wave Direction (º) Range No. of % of Occurrences
Occurrences
<10 1 0.0
10-30 5 0.2
30-50 32 1.1
50-70 171 6.0
70-90 343 12.1
90-110 249 8.8
110-130 187 6.6
130-150 246 8.7
150-170 863 30.4
170-190 571 20.1
190-210 138 4.9
210-230 28 1.0
230-250 5 0.2
250-270 1 0.0
>270 0 0.0

7.2.8 Currents
The currents along the coast generally set with wind. Currents are weak ranging
from 0.5 to 1.00 knot. The currents are southerly or northerly depending on the
monsoon seasons.
7.2.9 Tide
The tide levels from Chart Datum at Tuticorin are given below.
Lowest Low Water Level : + 0.11 m
Mean Lower low Water Springs : + 0.25 m
Mean Low Water Springs : +0.29 m
Mean Low Water Neaps : + 0.55 m
Mean Sea Level : + 0.64 m
Mean High Water Neaps : +0.71 m
Mean High Water Springs : + 0.99 m
Highest High Water Level : + 1.26 m

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


62

Annexure-1

APPLICATION LETTER
(On the Letter head of the Bidder)

Date :……………….
To
The Chief Mechanical Engineer,
V.O.Chidambaranar Port Trust,
Tuticorin, -628 004,
Tamilnadu, INDIA.

Sub: Preparation of “Techno-Economic Feasibility Report for the project


of Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port
Trust” – Reg.
Sir,
Being duly authorized to represent and act on behalf of …………………….
(hereinafter referred to as “the Bidder”) and having reviewed and fully understood all
of the requirements of the bid document and information provided, the undersigned
hereby apply for the project referred above.
We are enclosing our Bid Document in one original plus one copy, with the
details as per the requirements of the Bid Document, for your evaluation.

………………………………………
Signature
(Authorized Signatory)

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


63

Annexure-2
CORPORATE INFORMATION OF BIDDER

1. (a) Name:

(b) Country of incorporation:

(c) Address of the corporate headquarters and its branch office(s), if any,in India:

(d) Date of incorporation and/or commencement of business:

2. Details of individual(s) who will serve as the point of contact / communication for
V.O.Chidambaranar Port Trust within the company:

(a) Name:

(b) Designation:

(c) Company:

(d) Address:

(e) Telephone Number:

(f) E-mail address:

(g) Fax Number:

3. Name, designation, address and phone numbers of authorized signatory of the Bidder:

Name:

Designation:

Address:

Phone No. :

Fax No. :

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


64

Annexure-2A
FINANCIAL CAPACITY OF THE BIDDER
(Refer Clause 3.1)

Annual Revenue
Sl No Financial Year
(In Rs.)
1 2016-2017
2 2017-2018
3 2018-2019

Certificate from the Statutory Auditor$


This is to certify that .................... (name of the Bidder) has received the
payments shown above against the respective years on account of professional
fees.
Name of the audit firm:
Seal of the audit firm
Date:
(Signature, name and designation of the authorised signatory)

$
In case the Bidder does not have a statutory auditor, it shall provide the certificate
from its chartered accountant that ordinarily audits the annual accounts of the
Bidder.
Note: Please do not attach any printed Annual Financial Statement.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


65

Annexure-3
ELIGIBLE ASSIGNMENT DETAILS FOR EXPERIENCE
Assignment Number:-
Assignment Name: Location / Country of Firm:
Project Category Professional Staff provided by your
Refer instruction 4 Firm/Entity:

Name of Entity for which the eligible Project Cost: (Refer instruction 6)
assignment was undertaken:
(Refer instruction 5)

Address: Nature of services provided:

Starting Date Completion Date Approx. Value of Services (in INR):


(Month/Year): (Month/Year):
(Refer instruction 3)

Name of Associated Consultants, No. of Professional Staff provided by


if any: Associated Consultants:

Name of Senior Staff (Project Director/Coordinator, Team Leader) involved


and functions performed:

Narrative Description of the Project:

Description of Actual Services provided by your Firm:

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


66

Instructions:
1. Bidders are expected to provide information in respect of Eligible Assignments
in this Section. The assignments cited must comply with the criteria specified
in Clause 2.4.
2. Separate sheet should be filled for each of the eligible assignments.
3. For date of completion of the eligible assignment please refer Clause 3.2.3 .
4. Project category shall necessarily comply with the criteria specified in Clause 3.2.3.
5. Entity shall mean the Port for whom the Bidders carried out the assignment and
are required to provide the name and contact details of the person from the
respective entity.
6. The project cost shall be more than Rs.100 Crores
Note: For all the Eligible Assignment, the Bidder shall provide a certificate from the
entity for whom the eligible assignment is undertaken. V.O.Chidambaranar
Port Trust reserves the right to seek supporting documents in respect of the
Eligible Assignments from the Bidder.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


67

Annexure-3A

(THIS CV SHOULD BE TYPED IN BIDDER‟S LETTER HEAD)


Curriculum Vitae (CV) of Key Personnel
Proposed Position :
Name of Personnel :
Date of Birth :
Nationality :
Educational Qualifications : (please refer Note 3 &4)
Total Experience in years :
Experience relevant to the proposed position : (please refer Cl.4.2.5)
Employment Record:
(Starting with present position, list in reverse order every employment held.)
List of projects on which the Personnel has worked :
(i) Name of project :
(ii) Description of responsibilities :
Details of the current assignment and the time duration for which services are
required for the current assignment :
Estimated period of engagement in carrying out this project :
Certification:
1. I, the undersigned, certify that, my qualifications and my experience fully
satisfy the essential experience criteria for my proposed position for this
assignment as stipulated in Clause 3.2.5.
2. I am willing to work on the Project and I will be available for entire duration
of the Project assignment as required.
3. I, the undersigned, certify that to the best of my knowledge and belief, this
CV correctly describes myself, my qualifications and my experience.

Place.............................. (Signature and name of the Key Personnel)

(Signature and name of the authorised signatory of the Bidder)

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


68

Notes:
1. Use separate form for each Key Personnel
2. Each page of the CV shall be signed in ink by both the Personnel concerned and
by the Authorized Representative of the Bidder firm along with the seal of the
firm. Photocopies will not be considered for evaluation.
3. Attach notarized / attested copy of the professional qualification certificate
for each key personnel.
4. If the notarized / attested copy of professional qualification certificate is not
furnished, such key person will not be considered for evaluation.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


69

Annexure-4

SPECIMEN FORM OF BANK GUARANTEE BOND FOR PERFORMANCE SECURITY

1. In consideration of the Chairman representing the Board of Trustees of


V.O.Chidambaranar Port (hereinafter called "the Port") having agreed to exempt
....................................(hereinafter called "the said Contractor(s)" from
the demand, under the terms and conditions of Contract awarded in
No...................... dated .......................... made between
............................................ and
.................................for..............................( hereinafter called "the
said Agreement") of Performance Security for the due fulfilment by the said
Contractor (s) of the terms and conditions contained in the said Agreement, on
production of Bank Guarantee for
Rs.....(Rupees...................................................................only).

2. We,*......................................(hereinafter referred to as "the Bank") at


the request of ..............................(Contractor(s) do hereby undertake to
pay to the Port an amount not exceeding Rs........... against any loss or
damage caused to or suffered or would be caused to or suffered by the Port by
reason of any breach by the said Contractor (s) of any of the terms and
conditions contained in the said Agreement.

3. We,* ....................................do hereby undertake to pay the amounts due


and payable under this guarantee without any demur, merely on a demand from
the Port stating that the amount claimed is due by way of loss or damage
caused to or would be caused to or suffered by the Port by reason of breach by
the said Contractor(s) of any of the terms and conditions contained in the said
Agreement or by reason of the Contractor(s)' failure to perform the said
Agreement. Any such demand made on the bank shall be conclusive as regards
the amount due and payable by the bank under this guarantee. However, our

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


70

liability under this Guarantee shall be restricted to an amount not exceeding


Rs...............
4. We undertake to pay to the Port any money so demanded not withstanding any
dispute or disputes raised by the Contractor(s) in any suit or proceeding before
any court or Tribunal relating thereto our liability under this present being
absolute and unequivocal.

5. The payment so made by us under this bond shall be a valid discharge of our
liability for payment there under and the Contractor(s) shall have no claim
against us for making such payment.

6. We,* ............................further agree that the guarantee herein contained


shall remain in full force and effect during the period that would be taken for
the performance of the said Agreement and that it shall continue to be
enforceable till all the dues of the Port under or by virtue of the said
Agreement have been fully paid and its claims satisfied or discharged or till the
Mechanical and Electrical Engineering Department, V.O.Chidambaranar Port
Trust certifies that the terms and conditions of the said Agreement have been
fully and properly carried out by the said Contractor(s) and accordingly
discharges this guarantee. Unless a demand or claim under this guarantee is
made on us in writing within three months from the date of expiry of the
validity of the Bank Guarantee we shall be discharged from all liability under
this guarantee thereafter provided further that the Bank shall at the request of
the Port but at the cost of the contractors renew or extend this guarantee for
such further period or periods as the Port may require.

7. We,* ...........................further agree with the Port, that the Port shall have
the fullest liberty without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said
Agreement or to extend time of performance by the said Contractor(s) from
time to time or to postpone for any time or from time to time any of the
powers exercisable by the Port against the said Contractor(s) and to forbear or

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


71

enforce any of the terms and conditions relating to the said Agreement and we
shall not be relieved from our liability by reason of any such variation or
extension being granted to the said Contractor(s) or for any forbearance, act or
omission on the part of the Port, or any indulgence by the Port to the said
Contractor(s) or by any such matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have effect of so relieving us.

8. This guarantee will not be discharged due to the change in the constitution of
the Bank or the Contractor(s).

9. We,*............................lastly undertake not to revoke this guarantee during


its currency except with the previous consent of the Port in writing.

10. This guarantee is valid upto ....................(period)

Dated the.........day of..............2020....


for*

* Indicate here the Name of the Bank


**Indicate here the period or

NOTES:
(i) The Bank Guarantee should contain the name, designation and code number of
the officer(s) signing the Guarantee.
(ii) The address, telephone no. and other details of the Head Office of the Bank as
well as of issuing Branch should be mentioned on the covering letter of issuing
Branch.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


72

Annexure-5
FORM OF AGREEMENT
This agreement is made on the ……………………… day of 2020 (Two Thousand and
Twenty) between V.O.Chidambaranar Port Trust a body corporate under the Major
Port‟s Act 1963, having its office at V.O.Chidambaranar Port, Tuticorin -628 004,
hereinafter called the „Port‟ of the one part and …………………………………………(Name of
the Consultant) ………………………………… mailing address of Consultant herein after
called „The Consultant ‟ of the other part. Whereas the Port is desirous of certain
tasks be performed viz. “Providing Consultancy services for Preparation of Techno-
Economic Feasibility Report for Setting up Floating LNG Storage Unit at
V.O.Chidambaranar Port Trust” and has accepted a proposal of the Consultant as
referred in the assignment NOW THIS AGREEMENT WITNESSETH as follows:
1. In this agreement words and expression shall have the same meaning as are
respectively assigned to them in the conditions of Proposal Document hereinafter
referred to.
2. The following documents shall be deemed to form and be read and construed as
part of this Agreement viz.
a. The proposed document for Preparation of Techno-Economic Feasibility Report
for the project “Setting up Floating LNG Storage Unit at V.O.Chidambaranar
Port Trust”.
b. All amendments to the Preparation of “Techno-Economic Feasibility Report
for the project of Setting up Floating LNG Storage Unit at V.O.Chidambaranar
Port Trust” as issued by the Port prior to submission of bids, queries of Bidders,
if any.
c. Award letter issued by the Port vide No……………………… dated
………………………………………… and all correspondence exchanged between the Port
and the Consultant up to the date of award letter as specifically referred to in
the said award letter.
3. In consideration of the payment to be made by the Port to the Consultant as
hereinafter mentioned the Consultant hereby covenants with the Port to execute
and complete the works in conformity with in all respects with the provisions of
the contract.
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust
73

4. The Port hereby covenants to pay the Consultant in consideration of the


completion of the works the Consultancy charges in the manner prescribed in the
proposal document and accepted by the Consultant.

IN WITNESS WHEREOF the parties hereto have caused their respective common
seals to be hereunto affixed (or have hereunto set their respective hands and
seals) the day and year first above written.
SIGNED, SEALED AND DELIVERED: SIGNED, SEALED AND DELIVERED
By the said by the said
Name_________________________ Name ______________________
On behalf of the Consultant in the On behalf of the Consultant in the Presence
of : Presence of :
Name ___________________________ Name ________________________
Address __________________________ Address ______________________

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


74

Annexure- 6

PROFORMA OF INTEGRITY PACT

Between

The Board of Trustees of V.O.Chidambaranar Port trust hereinafter referred to as


“The Principal”.

and

........................................................... hereinafter referred to as “The Bidder /


Contractor”

Preamble

The Principal intends to award, under laid-down organizational procedures,


contract/s for “Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port
Trust”. The Principal values full compliance with all relevant laws and regulations,
and the principles of economical use of resources, and of fairness and transparency
in its relations with its Bidder/s and / or Contractor/s.

In order to achieve these goals, the Principal co-operates with the renowned
international Non-Governmental Organization “Transparency Internal” (TI).
Following TI's national and international experience, the Principal will appoint an
external independent Monitor who will monitor the bid process and the execution of
the contract for compliance with the principal mentioned above.

Section 1 – Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption and
to observe the following principles:

1. No employee of the Principal, personally or through family members, will in


connection with the bid for, or the execution of a contract demand, take a promise
for or accept, for him / herself or third person, any material or immaterial benefit
which he / she is not legally entitled to,
2. The Principal will, during the bid process treat tall Bidders with equity and reason.
The Principal will in particular, before and during the bid process, provide to all
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust
75

Bidders the same information and will not provide to any Bidder confidential / to all
Bidders the same information and will not provide to any Bidder confidential /
additional information through which the bidder could obtain an advantage in
relation to the bid process or the contract execution.
3. The Principal will exclude from the process all known prejudiced persons.
4. If the Principal obtain information on the conduct of any of its employees which is a
criminal offence under the relevant Anti-corruption Laws of India, or if there be a
substantive suspicion in this regard, the Principal will inform its Vigilance Office and
in addition can initiate disciplinary actions.

Section 2 – Commitments of the Bidder / Contractor

The Bidder / Contractor commits himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his
participation in the bid process and during the contract execution.

1. The Bidder / Contractor will not, directly or through any other persons or form,
promise or give to the Principal, to any of the Principal's employees involved in the
bid process or the execution of the contract or to any third person any material or
immaterial benefit which he / she is not legally entitled to, in order to obtain in
exchange an advantage during the bid process or the execution of the contract.
2. The Bidder / Contractor will not enter with other Bidders into any illegal agreement
or understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of
bids or actions to restrict competitiveness.
3. The Bidder / Contractor will not commit any criminal offence under the relevant
Anti-corruption Laws of India; further the Bidder / Contractor will not use
improperly, for purpose of competition or personal gain, or pass on to others, any
information provided by the Principal as part of the business relationship, regarding
plans, technical proposals and business details, including information contained or
transmitted electronically.
4. The Bidder / Contractor will, when presenting his bid, disclose any and all payments
he has made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the Contract.
5. The Bidder / Contractor will not instigate third persons to commit offences outlined
above or be an accessory to such offences.

Section 3 – Disqualification from bid process and exclusion from future contracts

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


76

1) If the Bidder, before contract award, has committed a serious transgression through
a violation of Section 2 or in any other from such as to put his reliability or
credibility as Bidder into question, the Principal is entitled to disqualify the Bidder
from the bid process or to terminate the contract, if already signed, for such
reason.
2) If the Bidder / Contractor has committed a serious transgression through a violation
of Section 2 such as to put reliability or credibility into question, the Principal is
entitled also to exclude the Bidder / Contractor from future contract award
processes. The imposition and duration of the exclusion will be determined by the
severity of the transgression. The severity will be determined by the circumstances
of the case, in particular the number of transgressions, the position of the
transgressors within the company hierarchy of the Bidder and the amount of the
damage. The exclusion will be imposed for a minimum of 6 months and maximum
of 3 years.
3) If the Bidder / Contractor can prove that he has restored / recouped the damage
caused by him and has installed a suitable corruption prevention system, the
Principal may revoke the execution prematurely.
4) A transgression is considered to have occurred if in light of available evidence no
reasonable doubt is possible.

Section 4 – Compensation for Damages

1. If the Principal has disqualified the Bidder from the bid process prior to the award
according to Section 3, the Principal is entitled to demand from the Bidder liquidated
damages equivalent to 3% of the value of the offer.
2. If the Principal has terminated the contract according to Section 3, or if the
Principal is entitled to terminate the contract according to Section 3, the Principal
shall be entitled to demand from the Contractor liquidated damages equivalent to 5%
of the contract value.
3. If the Bidder / Contractor can prove that the exclusion of the Bidder from the bid
process or the termination of the contract after the contract award has caused no
damage or less damage than the amount of the liquidated damages, the Bidder /
Contractor has to compensate only the damage in the amount proved. If the
Principal can prove that the amount of the damage caused by the disqualification of
the Bidder before contract award or the termination of the contract after contract
award is higher than the amount of the liquidated damages, it is entitled to claim
compensation for the higher amount of damages.

Section 5 – Previous Transgressions

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


77

(1) The Bidder declares that no previous transgressions occurred in the last 3 years with
any other Company in any country conforming to the TI approach or with any other
Public Sector Enterprises in India that could justify his exclusion from the bid
process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from
the bid process or the contract, if already awarded, can be terminated for such
reason.

Section 6 – Equal Treatment of all Bidders / Contractors / Subcontractors

1. The Bidder / Contractors undertakes to demand from all subcontractors a


commitment consistent with this Integrity Pact and to submit to the Principal before
contract signing.
2. The Principal will enter into agreement with identical conditions as this one will all
Bidders, Contractors and subcontractors.
3. The Principal will disqualify from the bid process all Bidders who do not sign this Pact
or violate its provisions.

Section 7 – Criminal Charges against violating Bidders / Contractor / Subcontractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor or


Subcontractors, or of an employee or a representative or an associate of a Bidder,
Contractor or Subcontractor which constitute corruption, or if the Principal has
substantive suspicion in this regard, the Principal will perform the Vigilance Office.

Section 8 – External Independent Monitor

(1) The Principal appoints competent and credible external independent Monitor for this
Pack. The task of the Monitor is to review independently and objectively, whether
and to what extent the parties comply with the obligations under this agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Chairperson or
the Board of the Principal.
(3) The Monitor has the right of access without restriction to all Project documentation
of the Principal. The Contractor will also grant the Monitor, upon his request and
demonstration of a valid interest, unlimited access to his project documentation.
The same is acceptable to Subcontractors. The Monitor is under contractual
obligation to treat the information and documents of the Bidder / Contractors /
Subcontractors with confidentiality.
(4) The Principal will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust
78

impact on the contractual relations between the Principal and the Contractor. The
parties offer to the Monitor the option to participate in such meetings.
(5) As soon as the Monitor notices; or believes to notice, a violation of this agreement,
he will so inform the Management of the Principal and request the Management to
discontinue or heal the violation, or to take other relevant action. The Monitor can
in this regard submit non-binding recommendations. Beyond this, the Monitor has no
right to demand from the parties that they act in a specific manner, refrain from
action or tolerate action.
(6) The Monitor will regularly submit a written report to the Chairperson of the Board of
the Principal and, should the occasion arise, submit proposals for correcting
problematic situations.
(7) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion
of an offence under relevant Anti-corruption Laws of India, and the Chairperson has
not, within reasonable time, taken visible action to proceed against such offence or
reported it to the Vigilance Office, the Monitor may also transmit this information
directly to the Central Vigilance Commissioner, Government of India.

Section 9 – Pact Duration

This Pact begins when both parties have legally signed it, it expires for the
Contractor 12 months after the last payment under the respective contract and for
all other Bidder's 6 months after the contract been awarded.

Section 10 – Other Provisions

This agreement is subject to Indian Law. Place of performance and jurisdiction is the
Corporate Office of the Principal.

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust


79

Annexure-7
E- PAYMENT FORM

To
The Financial Advisor & Chief Accounts Officer,
V.O.Chidambaranar Port Trust
Tuticorin- 628004.

Sir,
We hereby give particulars for payment of the Works bill / Advance etc
Sl No Particulars

1 Name of the Consultant

2 Address of the Consultant

3 Name of the work for which payment is made

4 Agreement dated :
Work order No.

5 Name of the bank in which Consultant operating


account.
Either with IOB or SBI or Any other bank ( If it is other
than IOB or SBI , bank commission plus postage will be
deducted )

6 Address of the Bank

7 Branch Code No

8 Type of Account ( Whether SB A/c or Current A/c )

9 Account No

10 Pan No.

11 Service Tax Registration No.

12 Vat TIN No.

13 Tax Payer Identification Number (TIN)

14 IFSC- Code of the Bank No

Yours Sincerely

(Signature of Consultant)
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust
80

Annexure-8
FINANCIAL BID
To
The Chief Mechanical Engineer,
V.O.Chidambaranar Port Trust,
Tuticorin, -628 004,
Tamilnadu, INDIA.

Sir,
Sub: Preparation of Techno-Economic Feasibility Report for the project “Setting
up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust” –Reg.

I / We have perused the entire proposal document including details Scope of


work, Section-6 - Generic Structure of Techno-Economic Feasibility Report and
Section 7- Terms of Reference, other conditions and am / are willing to undertake
and complete the assignment as per terms and conditions stipulated in the proposal
document.
Amount in figures
Sl.
Scope of work & words
No.
(In Rupees)
1 Preparation of Techno-Economic Feasibility Report for the
project Setting up Floating LNG Storage Unit at
V.O.Chidambaranar Port Trust [the rate inclusive of study,
preparation of reports, drawings, incidentals, overheads,
travelling expenses, printing and binding of reports, expenditure
related to presentations to be made during the execution of the
assignment, deliverables, hard and soft copies of the study in the
form of CD or DVD, sundries, all taxes, all other items involving
expenditure for execution of this assignment as mentioned
above and all other conditions of the proposal document].

2 GST(Rate in percentage and amount)


Total Amount
(Total amount
Rupees...........................................................................................
..........................................................................................................
..................)
Note : GST will be paid on production of document proof of registration with Central
Excise & GST Department only and complying with provision of GST Rules.
Seal :................
Date :...............

Signature
Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust
81

Annexure-9

Notice Inviting e-Tender for the work Preparation of Techno-Economic Feasibility Report
for the project “Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust”

TENDER ACCEPTANCE LETTER


(To be given on Company Letter Head)
To
The Chief Mechanical Engineer,
V.O.Chidambaranar Port Trust,
Tuticorin – 4.

Sir,
Subject: Acceptance of Terms & Conditions of Tender for Preparation of Techno-
Economic Feasibility Report for the project “Setting up Floating LNG
Storage Unit at V.O.Chidambaranar Port Trust” – Reg.

Reference No: MEE-SE1MN-MEC-FSRU-V1-19

1. I / We have downloaded / obtained the tender document(s) for the above mentioned
Tender/Work from the website(s) namely: ______________________________as per
your advertisement given in the above mentioned website(s).
2. I / We hereby certify that I / We have read the entire terms and conditions of the
tender documents from Page No. ______ to ______ (including all documents like
annexure(s), schedule(s), etc.,), which form part of the contract agreement and I /
We shall abide hereby and agree the terms / conditions / clauses contained therein.
3. The corrigendum(s) issued from time to time by V.O.Chidambaranar Port Trust for the
above subject work has also been taken into consideration, while submitting this
acceptance letter.
4. I / We hereby unconditionally accept the tender conditions of above mentioned tender
document(s) / corrigendum(s) in its totality / entirely.
5. I / We do hereby declare that our firm has not been blacklisted / debarred by any
Govt. Department / Public Sector Undertaking.
6. I / We certify that all information furnished by me / us is true & correct and in the
event that the information is found to be incorrect / untrue or found violated, then
V.O.Chidambaranar Port Trust shall without giving any notice or reason therefore,
summarily reject the bid or terminate the contract, without prejudice to any other
rights or remedy including the forfeiture of the full earnest money deposit absolutely.

Yours faithfully,

(Signature of the Bidder with Official Seal)

Setting up Floating LNG Storage Unit at V.O.Chidambaranar Port Trust

You might also like