Tender FSRU Final2020200
Tender FSRU Final2020200
E-TENDERING
TENDER DOCUMENT FOR
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,
II INSTRUCTION TO BIDDERS 8
VI TERMS OF REFERENCE 54
SECTION - I
NOTICE INVITING TENDER
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.
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.
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.
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.
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.
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.
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.
2.9 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.
2.11 Witness:
Witness shall be persons of status and property and their names,
occupations and addresses shall be furnished below their signatures.
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.
2.20 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.
2.23 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.
and any correspondence related to this Contract shall form part of the
agreement.
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.
2.29 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.
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.
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.
3.1.3 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.
3.2.1 In Step-2, Bids of all those Bidders who qualify under Step-1 will be evaluated.
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
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.
3.3 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.
3.5.2 The Successful Bidder shall be the first ranked Bidder (having the highest
composite score).
SECTION- IV
GENERAL CONDITIONS OF CONTRACT
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
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.
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,
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.
(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:
to their quoted price. The above said Travel, boarding and Lodging will be
restricted to Economy Class.
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.
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.
4.20 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).
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.
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.
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).
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
SECTION - VI
TERMS OF REFRENCE
(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
(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.
SECTION - VII
SITE DATA
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).
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
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.
………………………………………
Signature
(Authorized Signatory)
Annexure-2
CORPORATE INFORMATION OF BIDDER
1. (a) Name:
(c) Address of the corporate headquarters and its branch office(s), if any,in India:
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:
3. Name, designation, address and phone numbers of authorized signatory of the Bidder:
Name:
Designation:
Address:
Phone No. :
Fax No. :
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
$
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.
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)
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.
Annexure-3A
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.
Annexure-4
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.
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
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).
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.
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
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 ______________________
Annexure- 6
Between
and
Preamble
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.
(1) The Principal commits itself to take all measures necessary to prevent corruption and
to observe the following principles:
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.
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
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.
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.
(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.
(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.
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.
This agreement is subject to Indian Law. Place of performance and jurisdiction is the
Corporate Office of the Principal.
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
4 Agreement dated :
Work order No.
7 Branch Code No
9 Account No
10 Pan 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.
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”
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.
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,