26
Page no.1 AEGIS LOGISTICS LIMITED Unit No. 1202, 12 th floor, Tower B, Peninsula Business Park, G.K. Marg, Lower Parel (West), Mumbai – 400013 NOTICE INVITING TENDERS / BIDS TENDER NO.: TD/ALL/CRY/02 DATE: 17.07.2014 DESCRIPTION ALL is India’s leading Logistics Company engaged extensively in Liquefied Petroleum Gases (LPG), Liquid POL products, Petrochemicals and Chemicals, serving the Oil, Petrochemical and Gas Industry since 1977. The registered office of the Company is at Unit No. 1202, 12 th floor, Tower B, Peninsula Business Park, G. K. Marg, Lower Parel (West), Mumbai 400 013. Aegis Logistics Limited is a listed public limited company and a leading Logistics Company in India. ALL is India’s leading Logistics Company engaged extensively in Liquefied Petroleum Gases (LPG), Liquid POL products, Petrochemicals and Chemicals, serving the Oil, Petrochemical and Gas Industry since 1977. Aegis group owns / operates India’s largest integrated bulk Liquid cum LPG Terminal in the port of Mumbai and also the largest private bulk Liquid Terminal at Kochi port, Liquid and pressurized LPG Storage Terminal at Pipavav Port, Liquid Bulk Storage Terminal at Haldia and a LPG Bottling /Blending Unit at Kheda, Gujarat. The Group aims to create ‘necklace’ of similar port terminals around the coastline of India. It has firmed up plans to put up new/additional storage capacity at Pipavav, Kochi and Haldia during the next 18-24 months at an investment exceeding INR 4,000 million.

AEGIS LOGISTICS LIMITED - aegisindia.com no.1 AEGIS LOGISTICS LIMITED Unit No. 1202, 12 th floor, Tower B, Peninsula Business Park, G.K. Marg, Lower Parel (West), Mumbai – 400013

Embed Size (px)

Citation preview

Page no.1

AEGIS LOGISTICS LIMITED Unit No. 1202, 12th floor, Tower B, Peninsula Business Park,

G.K. Marg, Lower Parel (West), Mumbai – 400013

NOTICE INVITING TENDERS / BIDS

TENDER NO.: TD/ALL/CRY/02 DATE: 17.07.2014

DESCRIPTION

ALL is India’s leading Logistics Company engaged extensively in Liquefied Petroleum Gases (LPG), Liquid POL products, Petrochemicals and Chemicals, serving the Oil, Petrochemical and Gas Industry since 1977. The registered office of the Company is at Unit No. 1202, 12th floor, Tower B, Peninsula Business Park, G. K. Marg, Lower Parel (West), Mumbai 400 013. Aegis Logistics Limited is a listed public limited company and a leading Logistics Company in India.

ALL is India’s leading Logistics Company engaged extensively in Liquefied Petroleum Gases (LPG), Liquid POL products, Petrochemicals and Chemicals, serving the Oil, Petrochemical and Gas Industry since 1977. Aegis group owns / operates India’s largest integrated bulk Liquid cum LPG Terminal in the port of Mumbai and also the largest private bulk Liquid Terminal at Kochi port, Liquid and pressurized LPG Storage Terminal at Pipavav Port, Liquid Bulk Storage Terminal at Haldia and a LPG Bottling /Blending Unit at Kheda, Gujarat.

The Group aims to create ‘necklace’ of similar port terminals around the coastline of India. It has firmed up plans to put up new/additional storage capacity at Pipavav, Kochi and Haldia during the next 18-24 months at an investment exceeding INR 4,000 million.

Page no.2

ELIGIBILITY CRITERIA

The company shall meet all the following conditions for qualifying for the job of Engineering works of Cryogenic Tanks Above Ground and Mounded Vessels

1. Work involves “Basic Designing and Detailed Engineering of cryogenic tanks as per design code BS 7777 (part 1, 2, 3 & 4) or equivalent and Mounded Vessels as per SMPV rules and OISD 150 including its foundations.”

2. The tenderer should have designed cryogenic tanks of volume minimum 7500 MT in the last 15 years. Atleast one design should have been used for Construction of Cryogenic Tanks.

3. Average Annual Financial Turnover during the last 3 years, ending 31st March, of the previous financial year should be at least 200% of bid value. Bidders are required to submit the audited balance sheets, profit & loss statements for the last 3 financial years.

4. Bidder shall furnish documentary evidence i.e. copies of work orders /relevant pages of contract, completion certificate or certified final bill from their clients, annual reports containing audited balance sheets and profit & loss accounts statement, in the first instance itself, in support of their fulfilling the qualification criteria. ALL reserve the right to complete the evaluation based on the details furnished without seeking any additional information.

5. Parties who are affiliates of one another can decide which Affiliate will make a bid. Only one affiliate may submit a bid. Two or more affiliates are not permitted to make separate bids directly or indirectly. If 2 or more affiliates submit a bid, then any one or all of them are liable for disqualification.

6. Aberrance to the above can be defined based on agreed scope and the same can be discussed and mutually agreed during pre-bid meeting.

Page no.3

NOTICE INVITING TENDERS / BIDS

M/s ___________________________ _______________________________ Kind Attn: Dear Sir, Subject : Tender Enquiry for the basic designing and detailed Engineering of 2 Nos. of

12500 MT capacity each CRYOGENIC ABOVE GROUND TANK and other infrastructure to develop LPG import facilities at the Aegis Logistics Limited (ALL) – Barkumar Chak & Jagat Chak Zone, Haldia Dock Complex, Durgachak, Dist. - East Midnapore (West Bengal).

ALL is having Expansion plans for Cryogenic Above Ground Tank at the above location. ALL is pleased to invite your offer for the designing and detailed Engineering of 2 nos. each of 12500 MT. Cryogenic Above Ground Tanks as per the scope of work given below:-

1. Tender document Part-A-Technical Bid and Part B-Commercial Bid should be sealed

in separate covers, clearly marking ‘COMMERCIAL BID” on the cover containing Commercial bid. Both the above covers should be sealed in one cover clearly marking the Tender No. and Vendor’s name and address. The quotation must be submitted only in the prescribed tender schedule form supplied by ALL along with draft for the earnest money deposit as specified in Clause 4.1 of General Conditions of Tender.

2. Your offer should reach us on or before 10.11.2014. Please note that any request for extension of the due date shall not be entertained. The offer should be submitted in duplicate.

3. The time schedule for completing the above job shall be 6 months from the date of the letter of intent. However, the Engineering support shall be extended till the commissioning and completion of the entire Project. You are requested to attach an Engineering schedule along with your offer fitting within the above time frame.

4. ALL also reserves the right to accept or reject any or all of the offers received without assigning any reasons thereof.

5. A site layout drawing, relevant PF Drawings and the technical data sheet for the tanks are enclosed with this bid.

6. The job shall extend to Basic design and detailing Engineering for all relevant disciplines viz: Civil, Structural, Mechanical, Electrical, Instrumentation, etc. The same shall be meant for scopes of Cryogenic Tanks, Mounded Vessels, Pipelines (Jetty and Battery limit including MLA) etc. The job shall also include preparation of detailed Technical Specifications of all Procurement / Contractual items.

Page no.4

7. Review Consultants may be appointed by ALL.

8. The contractor also shall have to obtain the approval of ALL for the design of the Cryogenic tanks.

9. The broad scope of the work includes but not limited to Process design, basic design, detailed engineering, preparation of specifications, BOQ, Vendor List, QAP, TPI requirements as per Statute and Engineering practices, Plant Operating Manuals, HAZOP of:

a) 2 Nos. of cryogenic tanks of storage capacity 12500 MT each (1 for LPG / Propane & 1 for Propane / Propylene) with associated foundation, civil, structural work, Pipe & Stair tower for tank with monkey ladder.

b) 2 Nos. of Mounded Vessels of storage capacity 50 MT each (for Propylene / Propane / LPG) with associated foundation, civil, structural work.

c) 2 x 12” dia LTCS – ASTM A 333 Grade 6 pipe line with U-Loops. (with valves, fittings, instrumentation etc.) upto jetty (2 x 6.5 km) with ESD system, associated foundation, civil, structural work, including PUF insulation with GI cladding.

d) LPG, Propane / Propylene heating system for tanker loading.

e) Tanker loading gantry with 8 bays complete with tanker loading arms.

f) Battery limit process pipeline, valves & Fittings, etc.

g) Cold vent stack (40m) with water seal

h) Marine Loading Arms.

i) Vapour Recovery units including Refrigeration compressors / condensers for maintaining tank pressure.

j) Complete Instrumentation – with suitable DCS system.

k) Complete Electrical System From 11KV Incomer to MCC Distribution complete including the Boundary and street lighting

l) Civil works for Admin building, Control building, Fire water pump house, Pipe supports, Security room, watch Tower.

m) Complete Firefighting system including Fire water tank

n) Utility systems

o) Storm water drains and Roads

p) Nitrogen Plant

q) Cooling / Heating tower

r) Compressed Air

s) Instrument Air

t) Process Water

u) Weigh bridge

10. Commissioning of the process equipment / Project.

11. Documentation and Preparation of SOP / Work Instructions for commissioning and operations of the plant.

Page no.5

Notes

a) The soil data offered refers to an adjacent site and should broadly match the proposed Site. The contractor shall carry out a detailed soil investigation through his own agency. If during detailed Soil Investigation, the parameters vary, the design can then be modified.

b) The bidder shall separately indicate tentative weights / volumes of Civil work, Plate requirement, equipment list,

c) The bidder shall give the utility consumption Nitrogen, instrument and plant air, Electricity, cooling water etc.

12. Engineering Consultant has to finalize the exact pipe routing as per actual site conditions during detailed engineering. Preparation and change in the layouts shall be done by the contractor with prior approval of owner. The Jetty Connectivity Piping route includes Submarine Pipeline.

13. Price basis: The contractor has to separately indicate the price for every item in the schedule of quantities indicating.

a) The basic price, the rates of applicable taxes and duties.

b) The contractor should acquaint himself with the complete scope and likelihood of scope deviations including local/site conditions prior to making his offer. This shall not be a basis for claims at a later date.

The address of the ALL’s site is as follows:-

Aegis Logistics Limited (ALL) Barkumar Chak & Jagat Chak Zone, Haldia Dock Complex, Durgachak, Dist. – East Midnapore (West Bengal).

14. Validity: The offer should be valid for a period of 120 days from last date of

submission. In the event of the job being awarded, the same shall remain valid till the issue of the final completion certificate by the designated Engineer-In-Charge. The same continues to remain valid until. 14.1 A written advice is given to ALL giving 10 days clear notice of their intention to

reverse/alter the terms. 14.2 The work is completed to the satisfaction of ALL and so certified in writing by

Owner or their accredited representative in the case of contractor.

15. Earnest Money Deposit (EMD): The contractor should submit an earnest money deposit of Rs. 10,00,000/- (rupees Ten Lakhs only) by way of Bank Guarantee favoring “Aegis Logistics Limited”. The Bank Guarantee shall be valid until atleast 180 days. The same shall be returned to the unsuccessful bidders after finalization of the tender by ALL. No claims for interest shall be entertained for any bidders.

Page no.6

16. The Company reserves the right to recall/modify/scrap this tender any time before awarding the contract. No claims will be entertained from the bidders and owners shall not be liable for any payment towards any claims.

The offers should be addressed to:-

President – Operations & Projects Aegis Logistics Limited C/o. Sea Lord Containers Limited Ambapada, Mahul Village, Near BPCL refinery main gate, Chembur, Mumbai – 400 074. Tel. : 022-25535523/24 Fax : 022-25546093

In case of any queries or clarification pertaining to tender document or clauses, the bidders are requested to write the same as per correspondence clause in the general Conditions of Tender. Bidders are requested to send in their pre bid queries by 10th Nov 2014 on the Email id provided. The pre bid meeting is tentatively scheduled during Oct 30 to Nov 05 2014. The confirmation of pre bid meeting will be uploaded on the website www.aegisindia.com The Minutes of Pre bid meeting shall be posted on the website within 3 days after the meeting. Thanking you, For Aegis Logistics Limited Authorized Signatory

Page no.7

AEGIS LOGISTICS LIMITED

TENDER FOR DESIGN OF 2 NOS. OF CRYOGENIC TANKS ABOVE GROUND & OTHER INFRASTRUCTURE TO DEVELOP LPG / PROPANE / PROPYLENE IMPORT

FACILITIES.

LIQUID CARGO PARK, HALDIA

Page no.8

GENERAL CONDITIONS OF TENDER – SECTION A

1. DEFINITIONS

The following expressions hereunder and elsewhere in the contract documents used will have the following meanings hereunder respectively assigned to them namely:- 1.1. The “Owner” shall mean “Aegis Logistics Limited” (ALL) incorporated in India and

having its Corporate office at Unit No. 1202, 12th floor, Tower B, Peninsula Business Park, G.K. Marg, Lower Parel (west), Mumbai – 400 013 shall include its successors and assigns.

1.2. The “Contractor” shall mean the tenderer selected by ALL for the performance of the work and shall include the successors and permitted assigns of the Contractors.

1.3. The “Project” shall mean design and detailed Engineering of 2 No. each of 12500 MT capacity Cryogenic Above Ground Tanks and all allied facilities at the Aegis Logistics Limited (ALL) – Liquid Cargo Park, Haldia (West Bengal).

1.4. The “Project Manager” shall mean the officer nominated by owner to co-ordinate and supervise all the activities connected with the implementation of project on their behalf. The “Project Manager” may at his discretion depute owner’s officer to co-ordinate/review the work of Contractor.

1.5. The “Work” and “Scope of Work” shall mean the totality of the work by expression or implication envisaged in the contract and shall include all material equipment and labour required for or relative or incidental to or in connection of any work and/or for incorporation in the work.

1.6. The “Contract” shall mean the totality of the agreement between the parties as derived from the contract documents.

1.7. The “Specification(s)” shall mean the various specification as set out in the specifications forming part of the tender documents and as referred to derived from the contract and any order (s) or instruction(s) there under, and in the absence of any specifications as aforesaid covering any particular work or part of portion thereof, shall mean the relevant Indian Standard Institution specifications for or relative to the particular work or part thereof, and in the absence of any Indian Standard Institution Specification covering the relative work or part or portion thereof, shall mean the standard or specification of any other country applied in India as a matter of standard engineering practice an and approved in writing by the Site-in-Charge with or without modifications.

1.8. “Order” and “Instruction” shall respectively mean and written order or instruction given by ALL/Project Manager within the scope of the contract.

1.9. “Plans” and “Drawings” shall mean maps drawing, sketches, tracings and prints forming part of the tender documents and any details or working drawings, amendments and/or modifications thereof approved in writing by the Project Manager or any agency notified by the Project Manager, to the contractor for the purpose and shall include any other drawings or plans in connection with the work as

Page no.9

may from time to time be furnished by or approved in writing by ALL /Site-In-Charge or any other agency nominated by ALL/Site-In-charge in this behalf in connection with the work.

1.10. “Review Consultant” means Third Party Consultant” as appointed by ALL / Project Manager as specified in the special condition of tender.

1.11. The “Total Contract Value” shall mean the total contract value as specified in the acceptance of Tender, and after calculation of the entire remuneration due to the Contractor the contractor on successful of the works.

1.12. “Running Account Bill” shall mean a bill for payment of “on Account’ to the Contractor.

1.13. “Schedule of Prices” shall mean the schedule or prices annexed to the Acceptance of Tender and shall include any remuneration payable to the Contractor for any work determined in accordance with the conditions.

1.14. “Tender Documents” shall mean the Tender Documents comprising Part-I (Technical Bid) – Invitation to Tenders, Project information, General Conditions of Tender, Special Conditions of Tender, Tender Schedule, Drawings/Sketches, Data Sheets, Form of Tender and Price Schedule, Annexure, and Part II (Commercial Bid)-Form of Tender and Price Schedule, and Annexure.

1.15. “Agreed Variation” shall mean the statement of Agreed Variation annexed to the Acceptance of Tender or a further amendment annexed to the Contract forming part thereof.

1.16. The “Sub-Contractor” means any person of firm of Company (other than the Contractor) to whom any part of the work has been entrusted by the Contractor with the written consent of ALL.

1.17. The “Permanent Work” means and includes works which will be incorporated and form a part of the works to be handed over to ALL by the Contractor on completion of the Contract.

1.18. “Letter of Intent” shall mean intimation by a letter to tenderer that the tender has been accepted in accordance with the provisions contained in the letter.

1.19. The “Alteration Order or Variation Order” means an order given in writing by ALL to effect additions to or deletions from and alterations in the works.

1.20. All headings of the Clauses in these General Conditions of Tender or otherwise in any contract document are intended solely for the purpose of giving a broad indication of the contents of the clause and not as a summary of the contents thereof.

1.21. Unless otherwise specifically stated, a masculine gender shall include the feminine and natural genders and vice-versa and the singular shall include the plural and vice versa.

Page no.10

2. GENERAL

2.1. Tender documents shall remain the property of ALL and if obtained by one intending tenderer shall not utilizable by another without the consent of ALL. No more than 3 copies of Tender documents shall be issued to any one intending tenderer.

2.2. The tenderer should study all tender documents and understand the conditions/drawing/specification etc., before quoting. If there are any doubts, he should obtain clarification from Owner. This shall not be the justification for late submission of compensating date or time to the tender. All tender documents shall govern the contract, shall form part of the contract and shall be binding during the execution till completion of works

2.3. The tenderer should visit the site and acquaint himself with the site condition at his own cost including the boundary management issues.

2.4. Under no circumstances, tenders may be withdrawn or modified after submission to ALL. Negligence on the part of the Tenderer in preparing his tender confers no right for withdrawal or modification of his tender after the tender has been opened.

2.5. Tenderer is required to make the lowest offer for the work as per the enclosed specification and details available therein. Please not the estimated quantities given in the schedule are approximate. As the work progress, it is possible that there may be variations.

2.6. The rates quoted should be inclusive of all materials, labour, equipment, tools/tackles, transportation of material and labour, excise, custom, octroi duty, sales tax and turn-over tax etc. All materials are to be supplied by the tenderer unless otherwise stated. Water for Hydro-test will be supplied by ALL.

2.7. Canvassing in connection with the tender is strictly prohibited and the tender submitted by the tenderer resorting to canvassing shall be liable for rejection.

2.8. Incomplete/Conditional tender quotation or those received late and/or note conforming to the terms and conditions in the tender documents will be rejected.

2.9. ALL reserves the right to reject any or every tender without assigning any reason whatsoever/or to negotiate with the tendered (s) in the manner ALL considers suitable.

3. SUBMISSION OF TENDER

3.1. Tender document Part-A-Technical Bid and Part B-Commercial Bid should be sealed in separate covers, clearly marking ‘COMMERCIAL BID” on the cover containing Commercial bid. Both the above covers should be sealed in one cover clearly marking the Tender No. and Vendor’s name and address. The quotation must be submitted only in the prescribed tender schedule form supplied by ALL along with draft for the earnest money deposit as specified in Clause 4.1 of General Conditions of Tender.

Page no.11

3.2. The sealed tender should be addressed and sent by Registered post or personally handed over to the Tender Receiving Authority specified in Tender Notice or put in the Tender Box designated for the specific work located at the address specified in the Tender Notice.

3.3. The sealed Tender must reach the specified address before the date and time specified in the Tender Notice. Tender received after the due date and time will not be considered.

3.4. The tenderer should quote for all items in the tender schedule. The rate should be expressed both in figures and words. Where discrepancy exists between the two, the rates expressed in word will prevail. Similarly if there is any discrepancy between unit rate and total amount the unit rate will prevail.

3.5. The rates should be quoted in the same units as mentioned in the tender schedule

3.6. All entries in the tender documents should be in ink/typed. Corrections if any should be attested by full signature of the tenderer.

3.7. Every page of the tender documents shall be “SIGNED” by the tenderer or his authorized representative.

3.8. Tenderers are required to state in the tenders their addresses fully and correctly. All notices, communications and reference to any tenderer by ALL shall be deemed to have been duly given to the tenderer if delivered to the tenderer or left at or posted to the address given by the tenderer and shall be deemed to have been so given in the case of posting on the day on which they would have reached such address in the ordinary course of post and in other cases on the day on which they were so delivered or left.

3.9. Email to [email protected] can be used for e-bidding as an alternative. A duly signed soft (Scanned) copy of Tender needs to be furnished as an attachment in pdf format. Emails to any other addressee shall not be honored.

4. BANK GUARANTEES

4.1. The tenderer shall be required to furnish Earnest Money Deposit vide Bank Guarantee drawn in favour of Aegis Logistics Limited for a sum of Rs. 10,00,000/-. The earnest money deposit shall be returned to the unsuccessful bidders after the selection of the contractor.

4.2. In case of contractor’s acceptance, the Earnest Money Deposit will be returned after the receipt of Advance Bank Guarantee.

4.3. Please note that no interest shall be paid on Earnest Money Deposit and Advance bank Guarantee.

4.4. Advances shall be given against Bank Guarantee of equivalent amount and is detailed in Terms of Payment.

Page no.12

5. STOPPAGE OF WORK

In case it becomes necessary for ALL to temporarily suspend or postpone the work partly or fully due to unforeseen circumstances, Owner shall not be liable for any compensation on account of the resultant delay.

6. COMPENSATION FOR DELAY IN COMPLETION

6.1 In case of any delay in completion of the work beyond the specified completion date, ALL shall be entitled to be paid Liquidated Damages by the Contractor. The liquidated damages shall be initially at the rate of 0.5% (half percent) of the total contract value for every week of the delay subject to a maximum of 5% of the total contract value. The liquidated damages shall be recovered by ALL out of the amounts payable to the Contractor or from the Performance Bank Guarantees or from the Retention Money retained from the Bills of the Contractor, either under this contract or any other contract.

6.2 Notwithstanding what is stated in clause 6.1 above, ALL shall have the right to employ any other agency to complete the remaining work at the risk and cost of the Contractor in the event of his failing to complete the work within the stipulated milestones of the schedule.

6.3 The Contractor shall present in writing to the Site-in-Charge on account of the following for the extension in Contract period:

• Force Majeure

• Inclement Weather Conditions

• Delay from other Contractors engaged by ALL

• Boundary or public disputes

• Legal Proceedings

• Insufficiencies in Schedule of Rates.

• The Site-in-charge shall thereby prepare a fair and reasonable Extension for the schedule and furnish to the Contractor, who shall constantly use his best endeavor to the satisfaction of the Engineer to proceed with the works. Nothing herein shall prejudice the right of ALL under the Clause 8.1 and 8.2 herein after.

7. PERFORMANCE / FAILURE OF CONTRACTOR

7.1 If the performance of the contractor is found to be unsatisfactory, ALL reserves the right to cancel in part or whole of the contract and gets the work executed through alternate means at the entire risk and cost of the contractor.

7.2 The contractor shall not consider independently, any change in specifications mentioned in the tender documents. In case of doubt he will refer the matter in writing to ALL/Site-In-Charge and act as per clarifications given by ALL/Site-in-charge. Any change in the work involving changes in original specifications quantities /additional items of work, should be covered by obtaining suitable variation order (s) from ALL/site in charge immediately.

Page no.13

7.3 If the contractor after receipt of written notice from the Site-in-charge requiring compliance within 10 days fails to carry out and execute any work in accordance with this contract and or to comply with Site-in-charge’s instructions then ALL with the consent and may employ and pay other persons to execute any such work whatsoever that may be necessary to give effect thereto, and all costs incurred in connection there with shall be recoverable from the Contractor by ALL as a debit and may at the option of ALL be deducted from any money due to or to become due to the Contractor.

8. TERMINATION OF CONTRACT BY ALL

ALL may terminate the contract at any stage of the construction for reasons to be recorded in the letter of termination. ALL inter alia may terminate the Contract for any or all of the following reasons that the contractor

• have abandoned the work/Contract.

• have failed to commence the works, or has without any lawful excuse under these conditions suspended the work for 15 consecutive days.

• have failed to remove materials from the site or to pull down and replace the work within 15 days after receiving from the Engineer written notice that the said materials or work were condemned and/or rejected by the Engineer under specified conditions.

• have neglected or failed to observe and perform all or any of the terms acts, matters or things under this Contract to be observed and performed by the Contractor.

• have to the detriment of good workmanship or in defiance of the Engineer’s instructions to the contrary sub-let any part of the Contract.

• have acted in any manner to the detrimental interest, reputation, dignity, name or prestige of ALL.

• have stopped attending to work without any prior notice and prior permission for a period of 15 days.

• have become untraceable.

• have without authority acted in violation of the terms and conditions of this contract and has committed breach of terms of the contract in best judgment of ALL.

• have been declared insolvent/bankrupt.

• in the event of sudden death of the Contractor.

9. MISCONDUCT/MISBEHAVIOUR OF CONTRACTORS EMPLOYEES

9.1 The Contractor is expected to co-operate/co-ordinate with other Contractors carrying out work allocated to them so as to avoid breaking up of work already done by them or causing any hindrance in the progress of their work. In case there is any difficulty/dispute the same should be immediately brought to the notice of the Site-in-Charge.

9.2 If an whenever the Contractors or Sub-Contractors employees, shall in the opinion of the Site-In-Charge be guilty of any misconduct of misbehavior the Contractor if so directed by the Site-in-Charge shall at once, remove such person/persons from the employment.

Page no.14

10. PATENTS AND ROYALTIES

10.1 If any tool or software to be used in the performance of the Contractor is/are covered by a patent under which the Contractor is not licensed, the Contractor shall before obtain such license(s) and pay such royalty(ies) and license fee (s) as may be necessary in connection with the performance of the contract. In the event that the Contractor fails to pay such royalty or obtain such license, the Contractor will defend at his own expense any suit for infringement of patent, which is brought against the Contractor to ALL, as a result of the failure, and shall pay any damage and costs awarded in such a suit and will keep ALL indemnified form the against all other consequences thereof.

10.2 The contractor shall not sublet or assign any part of the work to another party without prior written consent of ALL. In any event, the contractor will be solely responsible for the work so sublet or assigned.

10.3 The designs and drawings derived from the Contract shall remain as Intellectual Property of ALL. Any presentation or copy of these drawings for any reference shall be only after written approval of ALL. The undertaking on behalf of the Sublet party (even is consented by ALL) shall be given by the Contractor.

11. CORRESPONDENCE

The Communication Circle shall be identified in the Contract. However for pre-bid / post-bid clarifications, ALL’s representatives identified in the Tender introduction may be contacted or Email may be sent to [email protected]

12. FORMAT FOR BANK GURANTEE

The contractor will have to furnish to ALL the following Bank Guarantees as applicable in the Proforma enclosed in Annexures:

a) Proforma of Bank Guarantee in lieu of Earnest Money Deposit b) Proforma of Bank Guarantee for Advances

13. TENDER CHECKLIST

Technical Bid Checklist: Commercial Bid Checklist:

Bank Guarantee towards EMD Price Bid

Balance Sheet as specified Power of Attorney of the signatory to the tender

Previous Similar projects Engineering Schedule – MS Project

Details/Certificate of Controls copies issued by TPIA.

List of Deviations

Deviation List, as applicable Solvency Certificate

Details of similar works executed Organogram along with CVs of people getting involved in the Project from each discipline (1 Head + 1 Deputy).

Details of Concurrent commitments

Declaration of Understanding of Tender

Page no.15

PROFORMA OF BANK GUARANTEE

(In lieu of Earnest Money Deposit) (On non-judicial paper of appropriate Value)

To, Dear Sirs, In consideration of Aegis Logistics Limited (hereinafter called “the Owner” which expression shall include its successors and assigns) having awarded certain work for an relative to (Name and Address of the Contractor) upon certain items and conditions interalia mentioned in the Owner’s letter of Intent, (hereinafter collectively called the “the Contractor”, expression shall include any formal contract entered into between the Owner and Contractor in suppression of the said Letter of Intent and all amendments and/or modifications in the Contract) inclusive of the condition that the owner may accept a Bank Guarantee of a Scheduled Bank in India in lieu of Cash Deposit of the EMD as provided for in Clause 4.1 of the General Conditions of Contract: We, (Name of the Bank) Having registered and head office at (hereinafter called “the Bank”) at the request of the Contractor and with the intent to bind the Bank and its successors and permitted assigns, do hereby unconditionally and irrevocable guarantee payment to the Owner at Mumbai of the unpaid balance of the EMD upto an aggregate limit of Rs. 10,00,000 (Rupees Ten Lacs only) AND undertake to pay the Owner on demand and without protect or demur. AND the Bank does hereby further agree as follows:- a) The guarantee/undertaking herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Contract and the claims of the Owner relative thereto satisfied and/or discharged and the Owner accordingly discharges this Guarantee/Undertaking subject. However, that the Owner shall have no claim under this Guarantee/undertaking has been served on the Bank before the expiry of the said date, in which event the same shall be enforceable against the Bank notwithstanding that the same is enforced after the expiry of the said date namely

b) The Owner shall have the fullest liberty without reference to the Bank and without affecting in any way the liability of the Bank under this Guarantee/Undertaking, at any time and/or from time to time to anywise vary the said contract and/or any of the terms and conditions thereof or of or relative to the said EMD or to extend time of performance of the said Contract in whole or part or to postpone for any time and/or from time to time any of obligations of the Contract and/or power exercisable by the Owner against the Contractor the Contractor and either to enforce or for bear from enforcing any of the terms and conditions of or covering the said Contract or the said EMD or the securities available to the Owner or any of them and the Bank shall not be released from its liability under these presents and the liability of the Bank shall remain in full force and effect notwithstanding any exercise by the Owner of the liberty with reference to any or all the matters aforesaid or the reason of time being given to the Contractor or any other forbearance, act or omission on the part of the

Page no.16

Owner or any indulgence by the Owner to the Contractor or of any other act, matter of thing whatsoever which under the law relating to sureties would, but for this provision, have the effect of releasing the bank from its liability hereunder of any part.

c) It shall not be necessary for the Owner to proceed against the Contractor before proceeding against the Bank and the Guarantee/Undertaking herein contained shall be enforceable against the bank notwithstanding the existence of any other security for any indebtedness of the Contractor to the Owner (including relative to the said EMD) and notwithstanding any such security shall at the time when claim is made against the Bank or proceedings taken against the Bank hereunder, the outstanding or unrealized

d) The amount stated by the Owner in any demand, claim or notice as the unpaid balance of the said EMD for the time being shall as between the Bank and the Owner for the purpose of these presents be conclusive of the said balance.

e) The liability of the bank to the Owner under this Guarantee/undertaking shall remain in full force and effect notwithstanding the existence of any difference or dispute between the Contractor and the Bank/and or the Bank and the Owner, or otherwise howsoever touching or effecting these present or the liability of the Contractor to the Owner and notwithstanding the existence of any instructions or purported instructions by the Contractor or any other person to the Bank not to pay or for any cause withhold or defer payment to the Owner under these presents with the intent that notwithstanding the existence of such difference, dispute or instruction , the Bank shall be and remain liable to make payment to the Owner in terms hereof.

f) The bank shall not revoke this Guarantee/undertaking during its currency except with the previous consent of the Owner in writing and also agree that any change in the constitution of the Contractor or the Bank or Owner shall not discharge the Bank’s liability hereunder.

-------------------------------------------who is --------------------------------------------------------- is (on behalf of the Bank) (his designation) authorized to sign this Guarantee/undertaking on Behalf of the bank and to bind the Bank thereby. Date this ________________day of ______________________ 20____

Yours faithfully,

For Signature

Name & Designation Name of the Branch.

Page no.17

AEGIS LOGISTICS LIMITED

SPECIAL CONDITIONS OF THE TENDER (SECTION B)

1. SCOPE OF WORK

The detailed scope of work shall be as under:

The job shall extend to Basic design and detailing Engineering for all relevant disciplines viz: Civil, Structural, Mechanical, Electrical, Instrumentation, etc. The job shall also include preparation of detailed Technical Specifications, BOQ of all Procurement / Contractual items.

1.1 Complete Civil, Mechanical, Electrical and Instrumentation design and detailed engineering including preparation of construction / fabrication drawings including commissioning of 12500 MT double wall full containment full integrity Cryogenic storage as per Design code- BS 7777 part 1,2,3,4 or equivalent.

1.2 Complete Civil, Mechanical, Electrical and Instrumentation design and detailed engineering including preparation of construction / fabrication drawings including commissioning of 50 MT Mounded Vessel Storage as per SMPV (U) Rules and OISD 150, ASME Sec VIII Div. 2 or Equivalent.

1.3 Battery limit Pipe lines (Process and Utilities):

1.3.1 Complete Civil and Structural Design and detailed engineering including preparation of Construction drawings, foundation details.

1.3.2 Detailed design including Stress Analysis, of the pipeline with U-loop as per ASME B 31.3 along with required supports. The design shall incorporate requirements of Valves, Pipe-fittings, instrumentation, ESD System, PUF Insulation system with GI cladding, Cathodic Protection if required including commissioning, etc.

1.4 Jetty pipelines: Proposed route image to Haldia Oil Jetty 1, 2 and 3 is attached.

1.4.1 Detailed Route Survey and layout drawing preparation.

1.4.2 Complete Civil and Structural Design and detailed engineering including preparation of Construction drawings including foundation details.

1.4.3 Detailed design including Stress Analysis, of the pipeline with U-loop as per ASME B 31.3 along with required supports for pipelines. The design shall incorporate requirements of Valves, Pipe-fittings, instrumentation, ESD System, PUF Insulation system with GI cladding, Cathodic Protection, including commissioning, etc.

1.5 Re-liquefaction / Refrigeration systems to maintain operating refrigerated tank pressures for normal operations as well as receiving products from ships through jetty pipelines - Complete Civil, Mechanical, Electrical and Instrumentation design and detailed engineering including preparation of construction / fabrication drawings including commissioning as per relevant Design codes and engineering standards.

1.6 To prepare detailed design calculations, drawings for obtaining necessary approvals from ‘Inspectors’, Chief Controller of Explosives any other authorities. The approval shall be sought by ALL.

Page no.18

1.7 Design, Detailed Engineering and preparation of Technical specification sheet for LPG / Propane / Propylene heating system for Tanker loading.

1.8 Complete Civil and Structural design and detailed Engineering for Tanker Loading Gantry with 8 bays. The same shall include preparation of Technical Data Sheet for Loading Arms, Pipes, Valves, Pipe-fittings, etc.

1.9 Complete Fire Fighting System including fire water tanks, Fire Water pump house, MV Spray system, hydrants and monitors, etc. designed as per relevant standards like:

• Fire protection manual : TAC or any other relevant standard

• Firefighting equipment : IS Codes

• General Codes : NFPA, OISD 158, OISD 156, OISD-116,118,OISD-144

1.10 Designing and detailing of Water seal & Vent/Stack.

1.11 Complete Civil and Structural Design and detailed engineering including preparation of Construction drawings, foundation details of ancillary Civil Structures as identified in the Layout drawing (attached) including Roads and Storm Water Drains.

1.12 Complete Civil, Mechanical, Electrical and Instrumentation design and detailed engineering including preparation of construction / fabrication drawings including commissioning of Continuous Blending System of Propane and Butane from Refrigerated Tanks and Mounded Vessels to given various mix LPG for Road Tanker filling.

1.13 Complete design and drawing for Electrical system from WBSEB incoming HT supply to Substation to distribution network including Site and Boundary lighting. Provisions for Standby power (DG) shall be made.

1.14 Complete design and drawing for Instrumentation system for all Process facilities, utilities, Electrical system, Tanker loading facilities, jetty pipelines, Jetty facilities, Weighbridge and Fire-Automation system including SAP interface.

1.15 Complete design and drawing for Utilities System including Instrument air, Liquid Nitrogen, Raw Water and Cooling Water system, etc.

1.16 Preparation of detailed Technical Specifications / Technical Bid, BOQ, QAP, recommended (reputed) Vendor List of all Procurement / Contractual items. The Vendor list shall be for critical equipment / item only.

1.17 Technical Review / Vetting of offers and assistance in technical negotiations for critical equipment / items.

Page no.19

2. DELIVERABLES

2.1 PFDs and P&IDs

2.2 HAZOP study report.

2.3 Each Design Calculation in 2 copies and 1 soft copy (in readable format) shall be submitted for approval.

2.4 8 copies of each drawings and 1 soft copy (in AutoCad format) shall be submitted for approval.

2.5 BOQ and Technical specifications for each procurement item in this Contract.

2.6 BOQ and Technical Bid for each Contractual item in this Contract.

2.7 SOPs, Work Instructions, Commissioning and Operation Manual.

2.8 TPI requirements including QAP.

3. CIVIL FOUNDATION DATA

The Contractor shall provide the following data and drawings to ALL along with the design calculation of foundation. a. Load bearing capacity of the soil supported by the relevant test certificates. The test to be carried by a recognized institution and the complete test report shall be submitted to Owner.

b. Type of foundation, type and number of piles if required for improving the soil bearing capacity.

c. Number of columns and mode of fixing to the concrete pad.

d. Vertical and horizontal loads and their eccentricity, line of action, bending moments and any other loads taken into consideration for proper designing of the foundations.

e. Limiting settlement allowed as per IS Code.

f. Any other relevant information and all necessary drawings.

4. BASIS OF OFFER

4.1 The offer shall be valid for a minimum period of 120 days from the tender due date.

4.2 The prices quoted shall remain firm without any escalation till Contract completion.

4.3 If the items need to be imported involving foreign Exchange the contractor shall indicate the exchange value considered for the imports.

5. PROGRESS REPORTS

The Contractor has to submit progress reports and inspection report of their work fortnightly and on critical items weekly to ALL. The Contractor will also submit Project Plan in MS Projects including Resource Planning.

Page no.20

6. DELIVERY SCHEDULE

The maximum duration of the Project involving Construction and Commissioning (including erection and hydro testing) will be 18 months. The Engineering schedule shall be well arranged to feed the Site and completion based on the agreed schedule.

• The delivery period quoted shall be firm and guaranteed. It shall be counted from the date of Letter of Intent.

• The Contractor shall also indicate along with the bid, the time schedule for various stages of work by way of Bar Chart using MS Projects.

• In case of any delay in completion of the work beyond the scheduled completion date, ALL shall be entitled to be paid Liquidated Damages by the Contractor. The liquidated damages shall be initially at the rate of 0.5% (half percent) of the total contract value for every week of the delay subject to a maximum of 5% of the total contract value. The liquidated damages shall be recovered by ALL out of the amounts payable to the Contractor or invoking from any of the Bank Guarantees.

• In case the contractor is instructed by ALL to delay Engineering works, the delivery period will be adjusted accordingly. However, no compensation will be payable on this account to the contractor.

• Tenderer may improve upon the delivery schedule and indicate the same.

7. TERMS OF PAYMENT

10% of the Contract Value as advance against bank guarantee for equivalent amount. The advance shall be deducted from 2nd RA bill in 4 equal installments. 10% of Contract value shall be considered for Guarantee for Performance. The same shall be vide Retention of 10% value or 10% Bank Guarantee valid until end of Defect Liability Period.

The terms of payment for completed scope shall be follows:

The stages of payment shall be as under:

� 15% cost after Design Approval

� 35% cost after Detailed Engineering and preparation of all drawings, BOQ, Technical Specifications, Technical Bid, and Vendor list, etc.

� 20% cost of concerned Engineering works after Erection of the item

� 20% cost of concerned Engineering works after Project Commissioning.

� 10% cost against all documentation.

8. TAXES, EXCISE DUTY AND LEVIES

The contractor will quote separately the Service Tax any other statutory levies as applicable on the date of tendering. Any change in levies/excise duty/ other statutory levies after the due date of tender will be paid /reimbursed separately on production of documentary evidence. Sales tax on works contract, if applicable, will be reimbursed at actual on production of valid documents.

Page no.21

AEGIS LOGISTICS LIMITED

TECHNICAL SPECIFICATIONS (SECTION C)

DESIGN DATA

1 Propane / LPG / Propylene receipt, Storage and send-out facilities

A Refrigerated Storage

a Outer Tank Diameter / Height of Propane / Propylene

Refer Tank Layout drawing

b Inner Tank Diameter of Propane / Propylene

Refer Tank Layout drawing

c Outer Diameter of LPG / Propane tank Refer Tank Layout drawing

d Inner Diameter of LPG / Propane tank Refer Tank Layout drawing

e Propane / Propylene Inner Tank Capacity 1 x 24050 cu.m. (Water capacity)

f LPG / Propane Inner Tank Capacity 1 x 24050 cu.m. (Water capacity)

g Product available from Ship Refrigerated Propylene at -45ºC,

Refrigerated Propane at -42ºC,

LPG – 28ºC (100 mbar g)

h Operating Pressure of Jetty Pipeline 8-12 bar g

i Design Pressure of Jetty Pipeline 25 bar g (max)

j Design Ship unloading rate 450 MT/hr. for each jetty line. Total – 900 MT/hr.

k Max. pumping in rate into each tank 900 MT/hr.

l Place of Ship unloading HOJ 1,2 & 3 (Haldia Oil Jetty)

m Method of ship unloading Through Unloading Arms and parallel Hoses

n Unloading Arm 12” Hydraulically operated Cryogenic unloading arm.

o Jetty Connectivity ship unloading Pipeline 2 x 12” dia. liquid line with appropriate PUF insulation and cladding;

Unloading rate is 450MT/hr. per line of refrigerated Propylene / Propane / LPG from ship.

p Length of Jetty Connectivity Ship unloading Pipeline

Approx 11 km (approx. 100 m submerged)

q Refrigerated Storage Tank Type Full containment, Double wall, full integrity Storage tank

r Design temperature -45˚C to +55 ˚C ( for LPG / Propane )

Page no.22

-48˚C to +55 ˚C (for Propylene / Propane)

s Design internal positive pressure BTS

t Pneumatic test pressure BTS

u Design internal negative pressure BTS

v Tank Operating pressure BTS

w Design product density 600 kg /m3

x Design test density (with water) 999 kg /m3 @ 20 ºC

y Temperature of LPG / Propane / Propylene for Road Tanker

15ºC (min)

B Tanker Loading

a Send out of Propylene / Propane / LPG from Plant / Gantry

Through Road Tankers Loading Gantry

b In-tank pump send-out rate from Cryogenic Tank to Truck loading gantry

250 M3/hr. (each tank per pump)

c Tanker loading arms 8 nos Capacity 18Tons / hr. per arm for liquid line at 15˚ C

Design Pressure – 25 bar g

Design Temperature – 0˚ C to 55˚ C

d Back pressure from Tanker 12 bar g (max)

C Mounded Storage

a 2 nos. of mounded tanks of storage capacity 50MT each for Propylene / Propane / LPG with associated foundation, civil, structural work, cathodic protection, supply, fabrication, erection, inspection, testing, pre-commissioning and commissioning, etc. complete

i Design temperature -48˚ C to 55˚ C

ii Design Pressure 20 bar g

b Tanker Loading pumps (2nos) 125 M3/hr. (each)

Note: Basic Cryogenic and Mounded Tank dimensions and the Plant Layout should be maintained. For other parameters, capacity optimization can be done.

Page no.23

Site Data

1 Climatic data Moderate

2 Relative Humidity

a Minimum 45% (in January)

b Maximum 90% (in August)

3 Temperature range:

a Normal minimum range (during winter) 4°C to 10°C

b Normal maximum range (during summer) 32°C to 42°C

4 Elevation above MSL 8 m

5 Port facilities Haldia Dock Complex

BIDDER TO PROVIDE ESTIMATED QUANTITY FOR STEEL

SN Description Qty UOM

1 Plates for Tanks

2 Plates for Mounded Vessels

3 Structural Steel

PRICE SCHEDULE – SECTION D

1. The tenderer shall fill up requirement of Steel plates

2. Taxes as applicable shall be indicated separately by the contractor.

3. This is a lump sum contract. However, the break-up of the prices asked for in Schedules I to VII are for evaluation purpose.

4. Bidder shall use “NA” for irrelevant fields.

Page no.24

Engineering Tariffs

SN Item Description Civil Structural Mechanical Total

1. Cryogenic Tanks

2. Mounded Vessels

3. Jetty Pipe lines

4. Submarine Pipe Lines

5. Battery Limit Pipelines

6. Loading Gantries

Inclusive works

SN Description Charges

1. Process Design and calculations

2. Other Civil designs and drawings as in Layout drawing

3. Preparation of Technical Specifications for all procurement items

4. Preparation of Technical bids for each Contractual requirement.

5. Fire Fighting System design and drawings

6. Electrical System design

7. Instrumentation System design

8. Project Commissioning

9. Documentation for SOP, Commissioning, TPI requirements, WI, etc.

SUMMARY OF PRICES

1 Total Price indicated in the Schedule In fig.) Rs:

(in Words) Rupees

2 Break up of Taxes & Duties

The amount involving the foreign exchange (if any): Rs _______________

The foreign exchange rate considered at time of quotation: Rs _______ per _____

Page no.25

Tank Layout Drawing

Page no.26

Proposed Jetty Pipeline Route Image