Sie sind auf Seite 1von 26

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 Indias 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 Indias 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 Indias 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.1

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.2

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 Vendors 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.3

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)
g)
h)
i)
j)
k)
l)
m)
n)
o)
p)
q)
r)
s)
t)
u)

10.
11.

Battery limit process pipeline, valves & Fittings, etc.


Cold vent stack (40m) with water seal
Marine Loading Arms.
Vapour Recovery units including Refrigeration compressors / condensers for
maintaining tank pressure.
Complete Instrumentation with suitable DCS system.
Complete Electrical System From 11KV Incomer to MCC Distribution complete
including the Boundary and street lighting
Civil works for Admin building, Control building, Fire water pump house, Pipe
supports, Security room, watch Tower.
Complete Firefighting system including Fire water tank
Utility systems
Storm water drains and Roads
Nitrogen Plant
Cooling / Heating tower
Compressed Air
Instrument Air
Process Water
Weigh bridge
Commissioning of the process equipment / Project.
Documentation and Preparation of SOP / Work Instructions for commissioning and
operations of the plant.

Page no.4

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 ALLs 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.5

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.6

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.7

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 owners officer to coordinate/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.8

may from time to time be furnished by or approved in writing by ALL /Site-InCharge 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.9

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 turnover 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 Vendors 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.10

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 projectprocurement@aegisindia.com 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 contractors 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.11

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-incharge. 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.12

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-charges 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 Engineers 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-inCharge.

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.13

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 / postbid clarifications, ALLs representatives identified in the Tender introduction may be
contacted or Email may be sent to projectprocurement@aegisindia.com

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:
Bank Guarantee towards EMD
Balance Sheet as specified
Previous Similar projects
Details/Certificate of Controls copies
issued by TPIA.
Deviation List, as applicable
Details of similar works executed

Commercial Bid Checklist:


Price Bid
Power of Attorney of the signatory to the tender
Engineering Schedule MS Project
List of Deviations
Solvency Certificate
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.14

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 Owners 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.15

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 Banks
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.16

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.17

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.18

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.19

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.20

AEGIS LOGISTICS LIMITED


TECHNICAL SPECIFICATIONS (SECTION C)

DESIGN DATA
1

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

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 -45C,


Refrigerated Propane at -42C,
LPG 28C (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

-45C to +55 C ( for LPG / Propane )

Page no.21

-48C 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 C

y Temperature of LPG / Propane / Propylene


for Road Tanker

15C (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)

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
-48 C to 55 C
i Design temperature
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.22

Site Data
1

Climatic data

Relative Humidity

Moderate

a Minimum

45% (in January)

b Maximum

90% (in August)

Temperature range:

a Normal minimum range (during winter)

4C to 10C

b Normal maximum range (during summer)

32C to 42C

Elevation above MSL

8m

Port facilities

Haldia Dock Complex

BIDDER TO PROVIDE ESTIMATED QUANTITY FOR STEEL


SN

Description

Plates for Tanks

Plates for Mounded Vessels

Structural Steel

Qty

UOM

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.23

Engineering Tariffs
SN

Item Description

1.

Cryogenic Tanks

2.

Mounded Vessels

3.

Jetty Pipe lines

4.

Submarine Pipe Lines

5.

Battery Limit Pipelines

6.

Loading Gantries

Civil

Structural

Mechanical

Total

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
2

Total Price indicated in the Schedule

In fig.) Rs:

(in Words) Rupees


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.24

Tank Layout Drawing

Page no.25

Proposed Jetty Pipeline Route Image

Page no.26

Das könnte Ihnen auch gefallen