Hiring of BOG Booster Compressor for LNG Terminal

84
Ratnagiri Gas & Power Private Limited (RGPPL) NIT No.: RGPPL/C&M/CS-2335/OT-51 Ratnagiri Gas & Power Pvt. Ltd. Page 1 of 84 Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003 Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected]; [email protected]; [email protected] NOTICE INVITING TENDER NO. RGPPL/C&M/CS-2335/OT-51 “Hiring of BOG Booster Compressor for LNG Terminal” Pre-Bid Meeting: 03/08/2016 Bid Opening Date: 09/09/2016

Transcript of Hiring of BOG Booster Compressor for LNG Terminal

Page 1: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL) NIT No.: RGPPL/C&M/CS-2335/OT-51

Ratnagiri Gas & Power Pvt. Ltd. Page 1 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003 Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.

Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected]; [email protected];

[email protected]

NOTICE INVITING TENDER

NO. RGPPL/C&M/CS-2335/OT-51

“Hiring of BOG Booster

Compressor for LNG Terminal”

Pre-Bid Meeting: 03/08/2016

Bid Opening Date: 09/09/2016

Page 2: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 2 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

Dear Bidders, 04.07.2016

Please find enclosed one complete set of Tender Document for the work of “Hiring of BOG Booster Compressor for LNG Terminal” in the following order, with a request to submit your Bid after necessary compliance:

Sr No Contents Page No 1) Notice Inviting Tender (NIT) 2) Instruction to Bidders- Section A 5-11

3) Qualifying requirement & Checklist- Section B 12-18

4) Scope of Work - Section C 19-36 5) Special Conditions of Contract- Section D 37-52 6) Bill of Quantity Section E 53-54

7) Compressor Process DATA Sheet Section F 55-57 8) Safety & Environmental obligations - Annexure I/II 58-60 9) Deviation Statement by the Bidder- Annexure III 61

10) Performa of Bidder's proposal- Annexure IV 62

11) Performa of Letter of Undertaking- Annexure V 63 12) Certificate on Important condition of Bidding- Annexure VI 64 13) Performa of Letter of Authority for Attending Bid Opening- Annex VII 65

14) Performa of BG for EMD – Annexure VIII 66 15) BG Verification Checklist – Annexure IX 67 16) Performa of BG for Contract Performance – Annexure X 68-69 17) List of Banks acceptable for Bank Guarantee- Annexure- XI 70

18) Fraud Prevention Policy & Form for its acceptance- Annexure XII 71-73 19) RTGS Format- Annexure XIII 74 20) Vendor Information Form- Annexure XIV 75

21) Final Check List- Annexure XV 76

22) Proforma of Certificate from the CEO/CFO of the Holding Company – Appendix A 77

23) Proforma of Letter of Undertaking – Appendix B 78 24) Proforma of Letter of Undertaking – Appendix C 79 25) P&I diagram 80

26) Integrity Pact Annexure XVI 81-84 Bidders are requested to draw special attention to the following clauses; Deviations against these

clauses shall not be acceptable to RGPPL. Offer consisting of any deviations with respect to these clauses shall be liable to be treated as NON-RESPONSIVE and may be rejected.

a. EMD. b. Terms of Payment. c. Penalty Clause. d. Contract Performance Guarantee. e. Contract Termination Clause. f. Fraud Prevention Policy. g. Safety & Environmental obligations to contractor. h. Integrity Pact Your prompt & proper response to our Tender Notice shall be highly appreciated.

Thanking you,

Yours faithfully, For & on behalf of RGPPL

Encl: As above Sr. Mgr. (C&M)

Page 3: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 3 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

[Domestic Competitive Bidding (DCB)]

NIT No.: RGPPL/C&M/CS-2335/OT-51 Date: 04/07/2016

Tender Reference RGPPL/C&M/CS-2335/OT-51

Name of work Hiring of BOG Booster Compressor for LNG Terminal. Bidding System Single Stage Bidding (02 Envelopes)

Tender Document fee.

A complete set of Bidding Documents may be purchased by any interested prospective Bidder on the submission of a written application to the below mentioned office and upon payment of a non-refundable fee of Rs 11,813/- (Rupees Eleven Thousand, Eight Hundred and Thirteen only) in the form of a Demand Draft in favour of “Ratnagiri Gas and Power Private Limited” payable at Chiplun. Bidders may also download the tender enquiry documents from the web site www.rgppl.com and submit its tender by utilizing the downloaded document, along with the required non-refundable tender fee as mentioned above. The bidders must submit the above-mentioned tender document fee (in separate envelope with technical bid) along-with its tender failing which the tender submitted by the bidder shall be rejected.

Tender Opening details:

Envelope-I ( PART-A) It must consist of 04 envelopes containing following: Envelope (i) Tender Fees (if tender document not purchased from RGPPL) Envelope (ii) EMD Envelope (iii) Shall consist of supporting documents against the Qualifying Requirement, Letter of Undertaking, Certificate on important conditions of bidding, Technical offer, duly signed & stamped our tender document and other necessary documents as per tender document etc. Envelope (iv) Integrity Pact (duly signed by signatory authorized to sign the bid is to be submitted along with techno-commercial bid.)

Bids shall be received up to 15.30 hours on 09/09/2016. Technical Bids shall be Opened on 09/09/2016 at 15.30 hrs. Place of opening: C & M Dept, Ratnagiri Gas & Power Pvt. Ltd., AT & PO: Anjanwel, Taluka: Guhagar, Dist.:Ratnagiri, Maharashtra – 415 634 Tender documents, if purchased from RGPPL are non- transferable.

Envelope-II (PART-B) Shall consist of Price Bid only

Date of opening of Price Bid shall be informed separately to qualified bidders after evaluation of technical bid.

Page 4: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 4 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

Earnest Money Deposit (EMD)

Earnest Money Deposit (EMD): Rs.70,62,000/- The EMD shall be made payable without any condition to the owner, the EMD shall be valid for the period of seven (7) calendar months from the date set for the opening of the technical bids. EMD of the Bidder shall stand forfeited if he/she revokes or cancels his tender after submission or varies any terms thereof without the consent of the owner within validity period of tender (06 months). The EMD of the successful Bidder to whom a contract is awarded will be returned after the said Bidder provides the Contract Performance Guarantee (CPG) (Format Enclosed) as required in the contract documents. EMD of all other Bidder’s will be returned after the award of contract. Any bid not accompanied by the EMD/Tender Fee (if tender document not purchased from RGPPL) shall be liable to disqualify. No interest will be payable by RGPPL on the EMD and CPG as may be applicable.

Acceptable form of EMD

Crossed Demand Draft (preferably from SBI) / Banker’s cheque / Banker’s Pay Order (from Nationalized Indian Bank, as per list enclosed) drawn in favour of ‘Ratnagiri Gas and Power Private Limited’, payable at Chiplun (Maharashtra) OR irrevocable Bank Guarantee as per the prescribed format along with check list for BG ( enclosed ). VALUE OF STAMP PAPERS FOR BG’s: The Bank Guarantees shall be on non-judicial stamp paper as per the Stamp Duty Act prevailing in the respective state of the bidder in the name of issuing bank only. The bidder should check & confirm the value of stamp paper from the concerned govt. authority before finalization of bank guarantee.

OR Bidder may submit EMD amount through E-payment by Credit card / Debit / Net Banking etc. Details of account of RGPPL is as follows:-

Name of account Holder:- RATNAGIRI GAS & POWER PVT LTD Name of Bank :- STATE BANK OF INDIA Account Number:- 11285480852 (Current Account) Branch:- Chiplun (Maharashtra) IFS Code:- SBIN0000350 MICR Code:- 415002865

If EMD amount is paid online then Bidder must sent /submit / copy of documentary evidence as proof of submission of EMD in the envelope of EMD. If bidder fails to submit the same his/her offer may not be considered.

Envelope & Dispatch

The outside of the envelope should clearly indicate the Envelope no I or II, Name of the Bidder and his Address. In addition, the left hand corner of the envelope or container should indicate the Name of the work, TENDER NUMBER, BID OPENING DATE AND TIME. The Bidder has the option of sending the bid by Speed/Registered Post, in person only. Bids sent through any other media may not reach us within the schedule time. RGPPL takes no responsibility for delay, loss or non-receipt of tender documents within the stipulated date & time. Bids submitted by any other mode will not be accepted.

Special Privileges for SSI units

NSIC/SSI units having valid registration under NSIC/SSI for the items mentioned in Bill of Quantity shall be exempted from Tender Fees & EMD up to the monetary limit for which unit is registered with NSIC/SSI

Contract Period The period of contract shall be 36 months and 2 weeks from the date of issue of LOA/LOI whichever is earlier.

Page 5: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL) NIT No.: RGPPL/C&M/CS-2335/OT-51

Ratnagiri Gas & Power Pvt. Ltd. Page 5 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003 Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India.

Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected]; [email protected];

[email protected]

(Section A ) INSTRUCTION’S TO BIDDERS

ABOUT THE OWNER: 1) M/s Ratnagiri Gas and Power Pvt. Ltd is a joint venture Company promoted by NTPC

Ltd & GAIL (India) Ltd., 1967 MW combined cycle gas based Power generation plant & LNG Terminal. Ratnagiri Gas & Power Project is situated at village Anjanwel, Taluka – Guhagar, Dist. Ratnagiri (Maharashtra). The project site is located at a distance of approx. 10 KMs North of Guhagar Town & 50 kms from Chiplun City (On Mumbai-Goa highway). The nearest Railway Station is Chiplun (Mumbai – Madgaon Route, KONKAN Railways).

UNDERSTANDING AND CLARIFICATION ON BID DOCUMENTS: 2) The Bidder is required to carefully examine the bid documents and fully inform

him/her self to all the conditions and matters which in any way affect the scope of the works or the cost thereof. The bidding documents together with all its attachments thereto, shall be considered to be read, understood and accepted by the bidders, unless deviations are specifically stated seriatim by the bidder. The deviation (if any) is to be indicated on the format “Deviation Statement” by Bidder for clear identification. The deviation / additional conditions mentioned at other places in the offer shall not be considered by the owner and therefore shall have “Null & Void” status. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at bidder’s risk and may result in the rejection of his bid.

3) If any Bidder finds discrepancies or omissions in the bid documents or is in doubt as to the true meaning of any part, he/she shall request in writing for an interpretation / clarification to owner. After receipt of such interpretations or clarifications the Bidder shall submit his bid within the time and date as specified in the bid Notice.

4) All such interpretations and clarifications as are issued by the RGPPL in the form of amendment to the tender documents shall form a part of the tender documents and accompany the bid. Verbal clarifications and information given by the owner or its employees or representatives shall not in any way be binding on owner.

ASSESSMENT OF THE WORK & LOCAL CONDITIONS:

5) It will be imperative on the part of each Bidder to have FIRST HAND ASSESSMENT OF THE WORK and fully inform himself of all local conditions and factors which may have any effect on the execution of the works covered under those documents.

6) The Contractor shall inspect the site and its surroundings and shall satisfy himself of and all circumstances affecting the site and the works, the form and nature of the site, the extent and nature of the work, completion of the works, the means of communication with and transportation and access to the site, the accommodation it may require and in general all risks and contingencies influencing or affecting the works. The Contractor shall not, except as expressly provided in these conditions be entitled to any extension to any guaranteed completion date or to any adjustment of the Contract price on grounds of misinterpretation or misunderstanding of any such matter, nor shall except as so provided, it be released from any of the risks accepted or obligations undertaken by it under the Contract on the ground that it did not or could not reasonably have foreseen any matter which affects the execution of the works. Site conditions shall not relinquish the Contractor from any of his obligations/responsibilities to be discharged and performed under the Contract as per schedule within the Contract price. The rates quoted by the agency shall be all inclusive for provision of all incidental expenses necessary for proper execution and completion of work in full in accordance with the terms and conditions of bid documents.

Page 6: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 6 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

LANGUAGE OF THE BID:

7) All information in the bid shall be in English language, Failure to comply, with this may lead to rejection of bid.

BIDDER’S PROFILE:

8) Name and Address (es) of the sole Proprietor/Partners/Board of directors and photocopy of Affidavit of Proprietorship / Partnership Deed / Memorandum of Articles of Association to be submitted.

9) Bidder’s name stated on the proposal should be the exact legal name of the Firm.

10) Copies of documents defining the constitution or legal status, place of registration and principal place of business of the company or firm or partnership to be submitted.

SIGNATURE ON BIDS:

11) The bid must contain the name, residence and place of business of the person or persons making the bid and each page of the Proposal must be signed and sealed by the Bidder with his/her usual signature. The names of all persons signing should be typed or printed below the signature.

12) Bid by the partnership firm must be furnished with all names of the partners and be signed with the partnership name, followed by the signature(s) and designation(s) of the authorized partner(s) or other authorized representative(s).

13) Corporation/Company must be signed with legal name of the corporation/company by the persons authorized to bid on behalf of such corporation/company in the matter.

14) Valid evidence of authority of the person signing on behalf of the agency should be furnished along with the bid.

15) Erasures or other changes in the bid documents must bear the signature of the persons signing the bid.

16) Bid not conforming to the above requirements of signing may be disqualified at the discretion of owner.

PRICE BASIS CURRENCIES & PAYMENTS:

17) The Bidder must quote the rates as required in the Bill of quantities (BOQ) for the entire scope/description of the work. Rates shall be quoted, in the prescribed BOQ separately for each item of scope of work. Bids based on a system of pricing other than that specified may be rejected. Bid Rates should be in INDIAN Rupees only and all the due payments shall be paid in INDIAN Rupees. The bill of quantities is / are to be read in conjunction with the form of tender, special conditions of contract, terms & conditions of contract, general condition of contract & drawing etc. These documents must be jointly complementary to each other & are explanatory & descriptive of the work involved in the contract.

18) The rates and amount quoted by the bidder shall allow for all costs, including escalation of labour, material, transport and/or storage charges, insurance, increase in cost due to government and other charges, direct and indirect, till the work is completed in accordance with the scope of the contract.

LATE BIDS:

19) Bids submitted after the time and date fixed for the receipt of bids as set out in the tender document are liable to be rejected. However, owner reserves the right to consider the delayed bid under certain circumstances.

Page 7: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 7 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

OPENING OF BIDS:

20) Bids shall be received and opened at the address given below in the presence of bidder's representatives available to attend the bid opening. The Bidder’s Representative, who are present, shall sign the format evidencing their attendance.

AGM (C&M), RATNAGIRI GAS AND POWER PRIVATE LIMITED, AT & POST ANJANWEL, TAL-GUHAGAR, DIST: RATNAGIRI, MAHARASHTRA-415634

BID EVALUATION CRITERIA & COMPARISON OF BIDS:

21) Any bid not accompanied with the EMD shall be liable to be disqualified.

22) RGPPL shall evaluate the qualifying requirements of each bidder as per NIT after opening of technical bid and the bids of the bidder who is not meeting the qualifying requirement shall be treated as non-responsive and the price bid shall be returned to the concerned bidder without being opened.

23) A non-responsive offer is one which affects in any way the Prices, Quality, Quantity or Contract Period or which limits in any way the responsibilities or liabilities of the Bidders or any rights of the owner (RGPPL) as required in these documents. However, the owner may waive off any minor informalities or irregularities in the bid.

24) For evaluation purpose all costs including fuel consumption for running of compressor along-with the costs stated in Price Schedule / BOQ / SOR will be considered for operating days of package.

Fuel gas rate shall be as per LNG rates taken from GAIL (India) Ltd. as on actual Technical bid opening date.

25) Bid price shall mean the total price in his bid proposal schedule/BOQ for complete scope of work. The cost compensation if any because of deviations taken by the bidder on the ”Deviation Statement” submitted with the bid / tender or scope deficiencies as applicable will also be taken into account for the purpose of evaluation. The overall cost arrived at in this manner shall be taken for cost comparison & final evaluation.

26) The evaluation criteria overrides all other similar related clauses appearing anywhere in the bid documents & such clauses are deemed to have been modified to the extent stipulated above.

27) Cost compensation for declared deviation: Deviations specifically declared by the bidder in the “Statement of Deviations” only will be taken into account for the purpose of evaluation. The bidders are required to declare the prices for the withdrawal of the deviations declared by them in the “Statement of Deviations”. Such prices declared by the bidders for the withdrawal of the deviations in the “Statement of Deviations” shall be added to the price bid to compensate for these deviations. In case prices for the withdrawal of deviations are not furnished by the bidder & the same are not acceptable to RGPPL, then agency shall withdraw the deviation to remain in evaluation process, otherwise their bid will be rejected. In case the bidder refuses to withdraw the deviations against the cost of withdrawal indicated by the bidder in the Statement of Deviations, the bid security (EMD) of the bidder will be forfeited.

Page 8: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 8 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

28) If the rates/prices quoted by the successful bidder for certain items of the bill of quantities are found to be abnormally high or low in relation to the Engineer’s (RGPPL) estimate of the cost of work to be performed under the contract, then RGPPL may require the bidder to produce detailed rate/price analysis for any or all items of the bill of quantities to demonstrate the internal consistency of those rates/price with the construction methods’ and schedule proposed. After evaluation of rate/price analysis, RGPPL may require that the amount of the performance security be increased at the expense of the successful bidder to a level sufficient to protect RGPPL against any financial loss in the event to default by the contractor under the contract, if award is placed on successful bidder.

29) In the event of discrepancy between the rate given in the tender as described in words and that stated in figures, the description in Words shall prevail.

30) In the event of an error occurring in the amount column of BOQ as a result of wrong extension of the unit rate and quantity, the unit rate shall be regarded as firm and extended Price shall be amended on the basis of the unit rate.

31) Notwithstanding anything above, the owner reserves the right to assess the bidder’s capability and capacity to perform the contract, should the circumstances warrant such assessment in the overall interest of RGPPL and decision of RGPPL in this regard shall be final.

32) This notification may also be used for enlisting bidders for a period of three years, who meet the technical requirement, Qualifying Requirement and having necessary capacity & capability to do the job.

POLICY FOR BIDS UNDER CONSIDERATIONS:

33) RGPPL reserves the right to cancel this tender any time either in whole or in parts as the case may be and reject or accept any tender without assigning any reason thereof.

Bids shall be deemed to be under consideration immediately after they are opened and until such time official intimation of award/rejection is made by the owner to the Bidders when the bids are under consideration, Bidders and/or their representatives, or other interested parties are advised to refrain from contacting by any means, owner and/or its employees/ representatives on matters related to the bids under consideration. The Bidders will not be permitted to change the substance of bids, after the bid has been opened formally.

34) Owner is not bound to enter into any correspondence with the Bidders or his representatives on any matter or to give reason for its decisions other than as specifically stated in this document.

EFFECT & VALIDITY OF BID:

35) The submission of any bid connected with these documents shall institute an agreement that the Bidder shall have no cause of action of claim, against the owner for rejection of his bid. The owner shall always be at liberty to reject or accept any bid or bids at his sole discretion and any such action will not be called into question and the bidder shall have no claim in that regard against the owner.

36) The submitted bid shall be valid for a period of Six (6) calendar months from the date set for opening of technical bid.

Page 9: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 9 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

AWARD OF CONTRACT:

37) The contract will be awarded to the best qualified and responsive Bidder’s offer in the lowest evaluated bid in conformity with the requirement of these documents. The owner shall be sole judge in this regard, subject to the provisions of instructions to Bidders and other terms & conditions detailed in these tender documents.

38) Notwithstanding anything contained therein and without prejudice to other rights, the owner reserves the rights to split the contract and award separate contract to two or more Bidders in line with the terms and conditions specified in this documents.

39) Notification of award of Contract will be made in writing to the successful agency by the owner.

40) The Bidder shall be responsible and shall be bound to perform the job allocated to him at his quoted rates accepted by the owner.

TAXES, DUTIES & LEVIES ETC.

41) The tendered rates shall be inclusive of applicable works contract tax / VAT, all transportation, insurance of material & labour, Octroi, ceases, fees, royalties, levies legally applicable & payable on materials and equipment, all incidental expenses, services etc. to be paid by the tenderer for the work, except Service Tax. Service tax shall be quoted separately in the BOQ (Section -E). In case the same is left blank adverse loadings shall be done as per RGPPL policy for comparison purpose. It shall be assumed that his rates / tender bid covers all the above and claim for extra payment on any such account shall not be entertained.

42) Agency shall clearly mention the taxes, duties & levies applicable over their quoted rates, in case nothing is mentioned, quoted rates shall be construed as inclusive of all taxes, duties & levies. No Post BID request shall be entertained.

43) However, during the currency of the contract, due to any new enactment of Law, any tax and/or duty becomes payable by the owner in respect of the transaction between the owner and the agency and it is actually paid by the Contractor to the concerned Government, then it shall be reimbursed by owner at actual cost on production of the necessary valid documentary evidence.

44) As regard Income-Tax, Surcharge in Income-Tax and any other corporate Taxes as applicable, RGPPL shall not bear any tax liability in respect of the contract irrespective of the mode of contracting. The Contractor shall be liable and responsible for payment of such tax, if attracted, under the provision of the Indian laws, owner shall deduct Income-Tax at source from all the payments to be made to the Contractor in accordance with the provisions of Indian Income-Tax law as applicable from time to time and deposit the same to the concerned Government authorities.

45) Custom duty /clearance from custom dept

Clearance of Custom, stevedoring or any other activities shall be performed by Contractor at his sole cost and expenses.

Laws Governing the Contract: 46) This contract shall be governed by the Indian Laws for time being in force. The court

at Mumbai shall have exclusive jurisdiction in all matters arising under this contract

47) These ‘INSTRUCTIONS TO BIDDERS’ & Special Conditions of Contract shall form an integral part of the contract. The contract besides shall also be

Page 10: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 10 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

exclusively governed to the extent applicable by the General Conditions of Contract for O&M of NTPC available at RGPPL website www.rgppl.com & its subsequent amendments. In case of any contradiction in the clauses of GCC-O&M & other tender documents, other tender documents shall prevail. (While referring the GCC-O&M, the name “M/s Ratnagiri Gas & Power Pvt. Ltd.” shall be read and understood in place of “NTPC” / “M/s National Thermal Power Corporation”).

48) The Bidder shall comply with all the legal requirements and obtain all necessary licenses/permissions under various applicable Laws/Acts.

49) Bidders not confirming to these requirements may be rejected and no correspondence whatsoever thereof shall be entertained.

50) In case of any violation of statutory provision under labour laws/or otherwise on behalf of the Bidder there will not be any liability on RGPPL.

51) The successful bidder shall at all times during the continuance of the contract comply fully with all existing Acts, Regulations and bye laws including all statutory amendments and re-enactment of State or Central Government and other local authorities and any other enactments and acts that may be passed in future either by the State or Central Government or local authority including Indian Workmen's Compensation Act, Contract labour (Regulation and Abolition) Act 1970 and Equal Remuneration Act 1976, Factories Act, Minimum Wages Act, Provident Fund Regulations, Employees Provident Fund Act etc. in so far as they are applicable to this contract. The successful bidder shall indemnify and keep RGPPL indemnified in case any proceedings are taken or commenced by any authority against the RGPPL for any contravention of any of the laws, bye laws or scheme by the successful bidder. If as a result of successful contractor's failure, negligence, omission, default or non-observance of any provisions of any laws, the RGPPL is called upon by any authority to pay or reimburse or required to pay or reimburse any amount, the RGPPL shall be entitled to deduct the same from any money due or that may become due to the successful bidder under this contract or any other contract or otherwise recover from the successful bidder any sum which the RGPPL is required or called upon to pay or reimburse on behalf of the successful contractor.

52) RGPPL shall not be responsible financially or otherwise for any injury to the contractor’s personnel in the course of performing the job.

53) The individual signing the quotation tender form or any document forming part of the contract on behalf of another or on behalf of a firm shall be responsible to produce a proper power of attorney duly executed in his favour stating that he has authority to sign/ other such person of the firms as the case may be in all matters pertaining to the contract including the arbitration clauses. If subsequently the person so signing fails to provide the said power of attorney within a reasonable time the RGPPL, may without prejudice to other civil and criminal remedies cancel the contract and hold the signatory liable to all costs and damages. In case of registered or unregistered Partnership Firm, all the partners should sign the quotations; alternatively, if a single partner is signing the bids, he shall produce authorization letter / Power of attorney from all the partners of the firm authorizing him to sign the bids. In case where any person is signing the agreement on behalf of limited Company or firm, he will produce letter of authority/resolution passed by the company empowering him to sign the agreement on behalf of the company or firm.

Page 11: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 11 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

54) FRAUD PREVENTION POLICY: “The Bidder” along with its associate / collaborator / subcontractors / sub-vendors / consultants / service providers shall strictly abide by the provisions of ‘Fraud prevention Policy’ of RGPPL displayed at website http://www.rgppl.com. An undertaking regarding adherence to the fraud policy shall be submitted by the Bidder along with the bid as per format provided in these documents.

55) WORK PERFORMANCE: RGPPL reserves the right to cancel the contract or to

withhold the payment in the event of non-commencement within time or unsatisfactory performance of the work. In such an event RGPPL further reserves the right to get the work done at the risk and cost of the Contractor from open market or through some other bidders and the Contractor will be barred in RGPPL for a period of 2 years from participating in such type of tender in addition to forfeiture of earnest money/security deposit/contract performance guarantee, if so warranted.

56) ADDENDA/ CORRIGENDUM /AMENDMENT: Addenda/Corrigendum to the

tender documents may be issued prior to the date of opening of the tender to clarify or effect modification in specification and/or contract terms included in various tender documents. The Bidder shall suitably take into consideration such Addenda/Corrigenda while submitting his tender. All Addenda/Corrigenda shall be signed and stamped on each page by the Bidder and shall become part of the tender documents.

57) INTEGRITY PACT: Bidders are required to unconditionally accept the “Integrity

Pact” (executed on plain paper) as per the Annexure-XVI to the bidding documents which has been pre-signed by the Employer and submit the same duly signed on all pages by the bidder’s authorized signatory along with the bid. Where the joint venture(s)/consortium are permitted to participate in the bid, the signing of Integrity pact (IP) by all JV Partner(s)/Consortium members is mandatory. Bidder’s failure to comply with the aforesaid requirement regarding submission of “Integrity Pact” (IP) shall be out night rejection of the bid and in such case the bids shall be returned unopened to the bidder.

The same has to be submitted along with the bid in a separate sealed envelope. Bids not accompanied by Integrity pact (IP) as per the requirement in a separate sealed envelope will be rejected and returned unopened to the Bidder. If the Employer has terminated the contract pursuant to Section-3 of the Integrity Pact (IP), the Employer shall encash the Contract Performance bank Guarantee, in accordance with Section 4 of the Integrity pact.

Page 12: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 12 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

(Section -B) Pre Qualification Requirement/Criteria

Qualifying Requirements for the Agency:

Technical Requirements: 1. The bidder shall meet either of the following criteria during the last 7 (seven) years

ending last day of the month previous to one in which bid is submitted.

a. The bidder should have executed at least one contract for installation and operation of a natural gas compressor package of capacity not less than 3,00,000 SCMD (Three lakhs Standard M3 Per Day) for a minimum period of one year.

OR

b. The bidder should have executed at least two contracts each for installation and operation of a natural gas compressor package of capacity not less than 1,87,500 SCMD (One lakh eighty seven thousand five hundred Standard M3 Per Day) for a minimum period of one year.

OR

c. The bidder should have executed at least three contracts each for installation and operation of natural gas compressor package of capacity not less than 1,50,000 SCMD (One lakh fifty thousand Standard M3 Per Day) for a minimum period of one year.

OR

d. The bidder should have executed at least one contract of supply, installation & commissioning of one natural gas compressor package of capacity not less than 3,00,000 SCMD (Three lakhs Standard M3 Per Day) which must have been in successful operation for a period of one year.

OR

e. The bidder should have executed at least two contracts each for supply, installation & commissioning of natural gas compressor package of capacity not less than 1,87,500 SCMD (One lakh eighty seven thousand five hundred Standard M3 Per Day) which must have been in successful operation for a period of one year.

OR

f. The bidder should have executed at least three contracts each for supply, installation & commissioning of natural gas compressor package of capacity not less than 1,50,000 SCMD (One lakh fifty thousand Standard M3 Per Day) which must have been in successful operation for a period of one year.

2. Bid can also be submitted by a JV / Consortium, if any one partner of the JV / Leader of

the Consortium individually meets the technical requirement as per para 1 above. The division in scope of work between JV/consortium members shall commensurate with their past experience. The overall Project Management shall be performed by the leader. The members of consortium shall be jointly and severally liable to RGPPL for any and all obligations and responsibilities arising out of this contract and shall submit agreement/MOU along with the technical bid clearly stating the above.

Page 13: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 13 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

Financial Requirements:

3. Average Annual Turnover:

The average annual turnover of the Bidder in the preceding three (03) Financial Years as on date of techno-Commercial bid opening shall not be less than INR 17.65 Crore (Indian rupees Seventeen Crore Sixty Five Lakhs)

In case of JV / Consortium, the weighted average annual turnover (in the same ratio as per the sharing pattern defined in the JV / Consortium agreement) of the members of the JV/Consortium together shall be considered

4. Net Worth: The net worth as on the last day of the preceding financial year shall not

be less than 25% (twenty five percent) of its paid-up share capital.

In case of JV / Consortium, each member of the JV / Consortium should meet the Net Worth criteria as above.

5. In case the bidder / member of JV or Consortium is not able to furnish its audited financial statements on standalone entity basis, the un-audited unconsolidated financial statements of the bidder / member of JV or Consortium can be considered acceptable provided the bidder / member of JV or Consortium furnishes the following additional documents substantiation of its qualification:

(i) Copies of the un-audited unconsolidated financial statements of the bidder /

member of JV or Consortium along with copies of the audited consolidated financial statements of the holding company.

(ii) A certificate from the CEO/CFO of the Holding company, as per the format enclosed in the bid documents, stating that the un-audited unconsolidated financial statements form part of the consolidated annual report of the company.

In case where audited results for the last preceding financial year are not available, certification of financial statement from a practicing Chartered Accountant shall also be acceptable.

6. In case the bidder / member of JV or Consortium does not satisfy the financial criteria stipulated at Sl. No. 3 and / or 4 above on its own, the holding company would be required to meet the stipulated turnover requirements at Sl. No. 3 above, provided that the Net Worth of such holding company as on the last day of the preceding financial year is equal to or more than the paid-up share capital of the holding company. In such an event, the bidder would be required to furnish along with its bid, Letter of Undertaking from the Holding Company of bidder / member of JV or Consortium, supported by Board Resolution, as per the format enclosed in the bid documents, pledging unconditional and Irrevocable Financial support for the execution of the Contract by the bidder / member of JV or Consortium in case of award.

7. The unutilized line of credit for fund based and non-fund based limit with cash and bank

balances including fixed deposits of the bidder as on a date not earlier than 15 (fifteen) days prior to the date of technical bid opening, duly certified by the Bankers should not be less than INR 8.80 Crores (Rupees Eight Crores and Eighty lakhs). In case certificates from more than one bank are submitted, the certified unutilized limits shall be of the same date from all such banks.

Page 14: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 14 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

In case of JV / Consortium, the weighted average of combined unutilized line of credit for fund based and non-fund based limit with cash and bank balances including fixed deposits of all the members (in the same ratio as per the sharing pattern defined in the JV / Consortium agreement) of the JV/Consortium shall be considered. The unutilised line of credit for fund based and non-fund based limit with cash and bank balances including fixed deposits of all the members of the JV/Consortium as on a date not earlier than 15 (fifteen) days prior to the date of technical bid opening, duly certified by the Bankers should be submitted. All the certificates for all the members of JV/Consortium from one or more than one bank, shall be of the same date from all such banks.

8. Where another Company of the group acting as the Treasury Center is responsible for

Treasury Management of the bidder / member of JV or Consortium having combined credit/guarantee limit for the whole group, the bidder / member of JV or Consortium would be required to provide a Banker’s certificate regarding the unutilized line of credit for fund based and non-fund based limits together with cash and bank balance including fixed deposits available to such Treasury Center. Further, Treasury Center shall certify that out of the aforesaid limits certified by the bankers, the bidder shall have access to the line of credit of a level not less than the amount specified at Sl. No. 7 above. In proof of this, the bidder / member of JV or Consortium would be required to furnish along with its bid, a Letter of Undertaking from the Treasury Center, supported by a resolution passed by the Board of Directors of the holding Company, as per the format enclosed in bid documents, pledging unconditional and irrevocable financial support for the execution of the Contract by the bidder / member of JV or Consortium, in case of award.

9. In case the bidder’s unutilized line of Credit for fund based and non-fund based limits

specified at Sl. No. 7 above is not sufficient, a comfort letter from one of the bankers specified in the bid documents unequivocally stating that in case the bidder / member of JV or Consortium is awarded the contract, the Bank would enhance the line of credit for fund based and non-fund based limits to a level not less than the specified amounts at Sl. No. 7 to the bidder / member of JV or Consortium or to the Treasury Management Center, as the case may be, shall be acceptable.

10. Notwithstanding anything stated above, RGPPL reserves the right to assess the

capabilities and capacity of the Bidder / member of JV or Consortium / their holding companies to perform the contract, should the circumstances warrant such assessment in the overall interest of RGPPL.

Page 15: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 15 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

11. Bidders shall submit following documents in support of above Qualifying Requirement (QR):

i) In support of Para 1 above: Legible copies of the Letter of award/ Work order for

the qualifying jobs, job completion certificate/performance certificates etc. clearly indicating the “Name of Work”, ‘No. of Compressors and cumulative compressor capacity’, Scope of Work, Contract period, operation period as documentary evidence in support of successful execution.

ii) In support of Para 2 above:

- Joint Venture agreement or Memorandum of Understanding/ Agreement for Consortium, as applicable

- Documents required as per 11 (i) above alongwith documents required to

prove the requirements of para 2 above.

- Sharing pattern of the members of the JV/Consortium should be mentioned in the JV/Consortium agreement/MOU.

iii) In support of Para 3 & 4 above: Copy of audited Balance Sheet and Profit & Loss

account statement for immediate preceding three completed financial years.

For JV / Consortium, copy of audited Balance Sheet and Profit & Loss account statement for immediate preceding three completed financial years for each member of JV/Consortium to be submitted.

iv) In support of Para 5 above (if applicable):

- Copies of the un-audited unconsolidated financial statements of the bidder / member of JV or Consortium along with copies of the audited consolidated financial statements of the holding company.

- A certificate from the CEO/CFO of the Holding company, as per the format

enclosed in the bid documents, stating that the un-audited unconsolidated financial statements form part of the consolidated annual report of the company.

v) In support of Para 6 above (if applicable):

- The Holding company to submit all documents as at 11 (iii) above.

- The bidder would be required to furnish along with its bid, a Letter of Undertaking from the Holding company of bidder / member of JV or consortium, supported by Board Resolution as per the format enclosed in bid documents, pledging unconditional and irrevocable financial support for the execution of the Contract by the bidder / member of JV or Consortium in case of award.

vi) In support of Para 7 above: Certificate from bank(s) for the same.

vii) In support of Para 8 above (if applicable): The bidder would be, required to furnish along with its bid, a Letter of Undertaking from the Treasury Center, supported by a resolution passed by the Board of Directors of the holding Company, as per the format enclosed in bid documents, pledging unconditional and irrevocable financial support for the execution of the Contract by the bidder / member of JV or Consortium, in case of award.

Page 16: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 16 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

viii) In support of Para 9 above (if applicable): Comfort letter from one or more of the

bankers specified in the bid documents unequivocally stating that in case the bidder / member of JV or consortium is awarded the contract, the bank would enhance the line of credit for fund based and non fund based limits to a level not less than Rs. 8.80 Crore to the bidder / member of JV or consortium or to the Treasury Management Center, as the case may be.

ix) Copy of PAN card, PF No. and Service Tax Registration Certificate, as applicable.

x) Any other document specifically not mentioned above but required to establish the

Technical and Financial credentials of the bidder to meet the requirements under the bidding documents.

Notes:

i. Net worth means the sum total of the paid up share capital and free reserves. Free

reserve means all reserves credited out of the profits and share premium account but does not include reserves credited out of the revaluation of the assets, write back of depreciation provision and amalgamation. Further any debit balance of Profit and loss account and miscellaneous expenses to the extent not adjusted or written off, if any, shall be reduced from reserves and surplus.

ii. Other income shall not be considered for arriving at annual turnover.

iii. For unutilized line of credit for fund based and non-fund based limits and Turnover

indicated in foreign currency, the exchange rate as on 7 days prior to the date of bid opening shall be considered.

Page 17: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 17 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

ANNUAL TURNOVER STATEMENT:

The bidder shall indicate his annual turnover for minimum last three years based on the audited balance sheet and profit & loss account statement.

SALES TAX NO, PAN NO. & SERVICE TAX NO.:

Description No. Ref Page no. of

Document enclosed in support of QR

PAN NUMBER

SERVICE TAX NUMBER

PF REGISTRATION NO.

CHECKLIST FOR PRE QUALIFYING REQUIREMENT:

FINANCIAL YEAR ANNUAL TURNOVER (Rs.) Ref PAGE No.

2015-2016

2014-2015

2013-2014

QR CLAUSE

Qualifying Requirement

Reference No. of Document enclosed

in support of QR.

1

Audited Balance Sheet(s) and Profit & Loss Account(s) for FY 2015-2016 Audited Balance Sheet(s) and Profit & Loss Account(s) for FY 2014-2015 Audited Balance Sheet(s) and Profit & Loss Account(s) for FY 2013-2014

2 Letter of award (LOA) / Work order executed & documentary evidence in support of successful execution provided by client.

3

PAN No. Service Tax Registration certificate. PF No.

Page 18: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 18 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

DETAILS OF SIMILAR CONTRACT EXECUTED IN ACCORDANCE TO

QUALIFYING REQUIREMENT DURING PAST SEVEN YEARS

Sr. No

Description of the Work & Type

of Industry where contract

executed

Work Order Ref. No.

Location of the work

Full postal address and phone no. of

client

Value of contract

Date Of Commencement

Of Contract

Contract Period

(in Months)

Page 19: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 19 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

(Section- C)

SCOPE OF WORK:

CONTENTS

1. INTRODUCTION…………………………………………………………………………………….20

2. INFORMATION TO BIDDERS ............................................................................. 20

2.1 SITE VISIT…… ……………………………………………………………………………………20

2.2 BATTERY LIMIT CONDITIONS: ................................................................... 20-21

2.3 SPECIAL INSTRUCTION TO BIDDER ........................................................... 21-23

3. REQUIRED CAPACITY OF COMPRESSOR SYSTEM: ....................................... 23-24

4. CONTRACTOR’S SCOPE OF WORK ............................................................... 24-28

4.12 PIPING....................................................................................................... 28-29

4.13 ELECTRICAL ............................................................................................... 29-31

4.14 INSTRUMENTATION ................................................................................... 31-32

4.15 PAINTING ........................................................................................................ 32

4.16 INSTALLATION WORKS .............................................................................. 32-33

4.17 MATERIALS TO BE SUPPLIED BY CONTRACTOR ................................................ 33

4.18 MATERIALS TO BE SUPPLIED BY OWNER ......................................................... 33

4.19 PRE-COMMISSIONING AND COMMISSIONING ........................................... 33-34

5 DOCUMENTS TO BE SUBMITTED AT THE TIME OF BIDDING .............................. 34

6 CONTRACTOR’S RESPONSIBILITIES........................................................... 34-35

7 DOCUMENTATION ...................................................................................... 35-36

8 DOCUMENT PRECEDENCE ................................................................................. 36

9 HEALTH SAFETY AND ENVIRONMENT ............................................................... 36

Page 20: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 20 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

1. INTRODUCTION

M/s Ratnagiri Gas & Power Private Ltd. (RGPPL) has installed LNG Unloading, Storage and Re-gasification facility at Dabhol (Maharashtra). The Terminal is having LNG re-gasification capacity of 5 MMTPA (2.1 MMTPA @41 Kg/cm² & 2.9 MMTPA @ 92 Kg/cm²). BOG (boil off gas) is generated in the terminal due to ambient heating in tanks, associated piping, ring-main (circulation), operation of in-tank pump/s, etc. BOG thus generated from tanks is compressed in a BOG centrifugal compressor up to 8.5 – 9.0 bar g pressure and fed into HP (reciprocating type) Booster compressors (rental), which in turn boost the pressure up to 90 bar. For handling excessive BOG generated especially during monsoon season, M/s Ratnagiri Gas & Power Private Ltd. has proposed to hire Gas Engine driven HP Booster Compressor package (reciprocating type), in series to existing BOG Compressor(centrifugal), to suitably send out the BOG generated through the existing HP lines upstream of cross country pipelines originating from Dabhol.

This scope of work & supply covers the piping requirement for hiring of BOG booster HP compressor.

2. INFORMATION TO BIDDERS

2.1 SITE VISIT

Bidder may visit the site before quoting to familiarize with the location for compressor package installation, asses the nature and quantum of work involved for design & detailed engineering, installation including hookup with existing facilities, testing, pre-commissioning and commissioning of compressor and associated facilities and modifications in existing facilities as required. All above activities shall be finalized in consultation with Engineer In charge.

2.2 BATTERY LIMIT CONDITIONS:

Battery Limit” is the land/scope designated for installation of compressor system and has been shown in the P & ID. All utility lines and process lines, 8" compressor inlet, 6" outlet & 4" flare line shall be available to the skid edge. This shall be considered as piping battery limit of the contractor. Supply and installation of all necessary material(s) within the battery limit area including all works related to piping, electrical, instrumentation, civil, structural etc shall be in Contractor’s scope. Any ‘Free issue’ item by Owner to Contractor in Contractor’s battery limit is specified separately in the Bid Package. Compressor system is to be hooked up with all the inlet process and utility streams and outlet discharge piping as shown in the P&ID. The battery limit conditions of BOG Booster Compressor system along with the ambient conditions are specified in the Compressor data sheets attached elsewhere in the bid document.

The typical composition of Boil off gases from suction header, specified in the data sheet, is on the dry basis. The quantity of Boil off gases may vary from 9,000 kg/hr to 12,000 kg /hr from time to time.

Page 21: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 21 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

Bidders are required to take note of the possible variations of temperature and flow as provided in Compressor process data sheet. The bidders are advised to consider these variations enumerated above, while designing/supplying the compressor system such that it is capable of delivering the requisite quantity of gas at discharge end under the most adverse limiting conditions. No claims would be entertained for any damage to the compressor system on any account including variation in temperature, flow, composition & molecular weight of the gas.

2.3 SPECIAL INSTRUCTION TO BIDDER

Bidder to note the following instructions while bidding for this tender:

a) Bidder has to supply, install & commission the compressor package within 12 (twelve) months from the date of award. Bidder must submit details covering certificate(s)/documentation including manufacturer’s standard compressor datasheet or datasheet as per API-11P/ISO – 13631, from the original equipment manufacturer(OEM) covering the aspects for adequacy of gas compressor with respect to compressor sizing, compressor performance, its mechanical soundness, driver sizing & suitability of the offered compressor for the specified operating conditions along with the unpriced bid. Date of manufacturing of the compressor skid shall not be older than Technical bid opening date.

b) Only those bidders, who undertake total single point responsibility for the complete scope of work as per bid document, shall be considered. Offers with partial scope of work shall be summarily rejected. Bid should be complete and covering the entire scope of job / supply and should conform to the technical specifications indicated in the bid documents.

c) Bidders are advised NOT to take any exception / deviations to the bid document. If exceptions /deviations are maintained in the bid, such conditional / non-conforming bids shall not be considered and are liable to be rejected.

d) Compressor package shall be designed, constructed and operated so as to meet the requirements of applicable safety codes / standards, OISD – Standards, other statutory code requirements etc.

e) All works / systems provided under this contract shall be designed and constructed in accordance with the prevalent national / International codes and practices.

f) All electrical apparatus, instruments items / systems shall be suitable for the hazardous area classification as per applicable National / International standards and statutory regulations.

g) All systems should be designed, constructed and operated for uninterrupted continuous operation

h) In case the contractor is not able to deliver the contracted quantity of gas at the specified outlet conditions, it shall be treated as failure on part of the contractor and dealt with the requirements specified in the bid document.

i) RGPPL shall have the right to inspect the facilities / equipments deployed by the contractor in the gas compressor package and if any deficiencies are observed by RGPPL, the contractor shall remove such deficiencies promptly upon receipt of such instructions from RGPPL.

Page 22: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 22 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

j) Equipment design and engineering shall incorporate adequate safety features (as per applicable specifications of respective equipment as well as Health, Safety and Environment Codes & Standards applicable for the subject project) to provide protection to operating personnel, equipment and environment.

k) Local discharge of any process stream, which may affect the environment or be hazardous to the plant, will not be allowed. All such discharges should be connected and terminated to the designated hook up points. If any such points have not been designated, the bidder shall specifically request for it.

l) It is Contractor’s responsibility to ensure that all necessary equipments, instruments or any material or service are available for smooth and safe operation of the BOG Booster Compressor satisfying the Basic process requirements as detailed out in P & ID and Compressor process data sheet attached in this bid document.

m) The compressor system should be designed / selected, constructed, installed and operated for uninterrupted continuous operation to supply compressed gas at the specified conditions free from any liquid carryover so as to meet all requirements of applicable safety codes / standards, MPCB norms, Indian Electricity rules and OISD Standards etc.

n) Any change in variation of compressor loading shall be done in consultation with Owner representative. However, if the compressor is operating at a reduced load due to any compressor malfunction, the contractor is advised to take immediate shutdown for repair and maintenance.

o) Contractor to ensure start of BOG Booster Compressor operation with desired discharge flow within ‘1 hour’ of the intimation from the Owner.

p) Any Compressor breakdown period during operation shall be treated as ‘Non available period’.

q) The Compressor should have Tachometer and Running Hour Meter installed. The sensing element for this Tachometer/ Running Hour Meter should be from the compressor. Other Calibrated measuring instruments, as required, during the entire rental duration shall be arranged by the contractor.

r) All civil & structural work including foundations, buildings, cabins etc required for installation and operation of package shall be in contractor scope.

s) All costs for mobilization (transportation, supply installation, commissioning), operation & maintenance, demobilization shall be included in Contract price. After the termination of contract, the Land shall be handed over back in condition as received during start of the contract from the Owner.

t) The contractor shall be responsible for obtaining all necessary approvals for performing the work

u) The contractor shall follow “Work Permit & Electrical Lock Out” system of RGPPL while attending any job pertaining to its compressor system

Page 23: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 23 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

v) The contractor shall obtain all necessary approvals / test certificates from statutory authorities for its compressor system as applicable and provide a copy of the same to Owner.

w) All consumables (like lube oil etc) required for commissioning & operation of compressor system shall be in scope of contractor at no cost to Owner.

x) It is contractor’s responsibility to deploy sufficient manpower for operation and maintenance of his system with a team leader (supervisor); however Contractor shall depute minimum 3 persons (1 mechanical + 1 electrical + 1 control) per shift of 8hrs during the entire duration of the contract. There shall be 03 shifts of 8 hours each per day.

y) The contractor shall ensure maintaining of proper records for the daily Operation and maintenance DPR of compressor system in a mutually decided format signed by his authorized representative and obtain signature of Owner’s representative on daily basis.

z) All industrial labour laws shall be followed for the deputed manpower.

aa) Operation and Maintenance of the complete compressor system including deployment of requisite skilled and experienced manpower, supply of all consumables, chemicals, lubricants, spare parts, tools & tackle and replacement of defective / faulty equipments, components parts etc.

bb) Always Maintain sufficient inventory of OEM recommended spare parts for year, consumables, chemicals, lubricants etc for smooth operation of the compressor system.

cc) As the compressor discharge will be connected to the existing process header, if any process upset occurs in the downstream process plants, there may be fluctuations in the compressor backpressure. The contractor’s system should take sufficient care to safeguard its compressor system.

3. REQUIRED CAPACITY OF COMPRESSOR SYSTEM:

a) The Compressor packages should conform to API-11P / ISO13631.

b) The process gas is required to be compressed and delivered at the “battery limit” as defined in the process data sheets.

Description

Capacity 12000 kg/hr

Suction Press. / Temp. 8 BAR,A @ 25°C

Discharge Press. 90 BAR, Atm

c) The above capacities shall be measured at the discharge of the compressor.

Page 24: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 24 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

d) It is to be noted that the above mentioned capacity is the total discharge capacity of the compressor package i.e combined discharge capacity of each individual compressor units. Minimum two or maximum three number of compressor units are required to meet discharge capacity should be considered by the vendor for selection, sizing of compressor units.

e) Depending on the site ambient conditions and variations in the generation of BOG (i.e. capacity, etc.), the compressor package should have an appropriate capacity control system as specified in the process datasheet and shall ensure that outlet pressure is maintained at the discharge of the compressor.

f) The compressor system shall have bypass capacity control / recycle system to ensure that outlet pressure is maintained at the specified outlet battery limit pressure.

g) The compressor system should also have sufficient margin & provisions (e.g. variable clearance pockets, fixed clearance pockets or / and speed variation etc) to ensure delivery of gas at the specified compressor systems capacity even in case of variation in adverse limiting conditions as specified above or elsewhere.

4. CONTRACTOR’S SCOPE OF WORK

The detailed scope includes but not limits to the following 4.1 The contractor is required to provide a suitable Gas Engine Driven Reciprocating type

Compressor system capable of compressing the Boil-off natural gas available in the suction header drawn from the designated suction hook up point capable of delivering compressed gas quantity not less than 12000 Kg/Hr, free of any liquid to the designated delivery hook up point at the specified conditions by providing all necessary facilities, equipment along with requisite manpower, consumables, lubricants, spare parts etc

4.2 The contractor’s scope of work encompasses design / selection, supply, transportation,

installation (including all civil, structural, piping, electrical & instrumentation works) and hook up, commissioning, operation and maintenance of a suitable compressor system complete in all respect. The detailed scope of work shall include supply (mobilization), installation, operation, maintenance, dismantling & demobilization of BOG booster HP compressor at RGPPL Dabhol LNG Facility on hiring basis.

The scope of work detailed herein shall be read in conjunction with P&IDs, enclosed with the bid package.

4.3 Site development including RCC foundation of proposed compressor system and shed for the same. The shed size considered app. 36.0 meters length, 16.0 meters width, height 6.0 meters at centre & 5.0 meter at sides which is supported with concrete foundation, steel structure columns & frames and G.S sheet roofing.

4.4 Cabin and other facilities required for Operation and Maintenance at a location designated by Owner.

4.5 Provision of protective covers for all equipments, electrical, instrumentation items as

deemed necessary.

Page 25: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 25 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

4.6 Supply, transportation, installation and hook up ( with existing facilities) of skid mounted Flame proof gas engine driven compressor system complete as per specifications including but not limited to, suction knock out drum, auxiliaries, inter coolers, after coolers, separators, skid piping, inlet & discharge piping, valves, fittings, pressure vessels & associated instruments, instrumentation, cabling, control systems etc. and electrical items, electrical safeguarding systems, cabling, termination, earthling etc. Any other system required for making the compressor system complete in all respect for the purpose it is purported to be and hook up with the existing system of RGPPL.

4.7 Bidders are advised to incorporate necessary facilities system required to prevent entry

of free process liquid (condensate, water etc), from discharge knock out drums of Booster Compressor package into the downstream section

4.8 Supply, transportation and Installation of all other process & Utility system as required.

4.9 All high pressure components such as pressure vessels, cylinders, tubes etc. should be

periodically inspected and tested and all pressure gauges, switches, relief valves, gas detectors etc. installed on the Compressor package should be periodically calibrated as per the norms laid down by the statutory authorities by the contractor at his own cost

4.10 Hook up of contractor’s compressor system to the following designated hook up points

at a location provided by Owner at the battery limit:

a) Designated hook up point for supply of Inlet gas b) Designated hook up point for compressed Outlet gas. c) Designated hook up point for fuel gas d) Designated hook up point to flare Header. e) Designated hook up point for supply of service water f) Designated hook up point for supply of Instrument air.

4.11 ROTATING EQUIPMENT:

4.11.1 COMPRESSORS:

a) The offered compressor package including the driver(s) (i.e. gas engine & associated item) shall conform to ISO-13631 (formerly known as API-11P). Date of manufacturing of the compressor skid gas engine & associated items, shall not be older than actual Technical Bid opening date.

b) The bidder must submit along with the un-priced bid, certificate(s) / documentation including a manufacturer’s standard compressor data sheet or / data sheet as per ISO-13631, from the original equipment manufacturer (OEM) covering the aspects for adequacy of gas compressor with respect to compressor sizing, compressor performance, its mechanical soundness, driver sizing & suitability of the offered compressor for the specified operating conditions.

c) The contractor shall also furnish a certificate from a reputed third party inspection agency (BV / LRlS / DNV / CEIL or any other TPI Agency defined in the commercial section of the tender document) for the soundness and conformance to applicable code prior to shipment.

d) Bidders are required to specify the type, make, model and capacity / rating of the equipment (i.e. compressor & gas engine) in the un-priced bid.

Page 26: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 26 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

e) The equipment supplier’s standard data sheets / data sheet as per ISO-13631 must be duly signed and stamped by the Gas Compressor Packager / Manufacturer as well as the bidder.

f) Air Exchangers shall be provided for gas suction cooler, gas intercooler, gas after

cooler, lube oil cooler(s) for compressor & gas engine and compressor jacket water cooling (as required by compressor design). The finned tube exchangers for all the streams shall be mounted in one compact cooler assembly with cooler fans being driven by separate electric motor.

g) It shall be vendor’s responsibility to supply & install air-cooled inter-coolers

(including all piping and associated auxiliaries between the compressor and the coolers) within the compressor skid.

h) In case water cooling is required for cylinders / cylinder packing / gas engine

cylinder jackets, a closed circuit cooling water system can be provided by the Contractor. However, the closed circuit cooling water shall be cooled with an air cooled heat exchanger.

i) The compressor shall be driven by gas engine. Contractor should indicate the

detailed requirement of electric power for compressor package including electric motors for compressor auxiliaries such as lube oil pumps, air cooled heat exchangers etc. Contractor should make suitable arrangement for motive power for compressor start-up and for compressor auxiliaries such as lube oil pumps, air exchanges etc. Availability of power is as defined in electrical specifications enclosed with tender document.

j) Compressors package should be skid mounted and suitable for continuous

operation on round the clock basis.

k) Depending on the site ambient conditions and variations in the generation of BOG (i.e. capacity, etc.), the compressor package should have an appropriate capacity control system as specified in the process datasheet and shall ensure that outlet pressure is maintained at the discharge of the compressor. However, the compressor shall get unloaded during compressor start up, failure and during air failure, based on the recommendations of compressor package supplier / compressor manufacturer.

l) Since the compressor is operating / floating on the pipeline pressure which may

vary, it is required to provide the compressor performance variation (i.e. flow change with respect to change in discharge pressure up to 70 BAR, A (from rated discharge pressure of 90 BAR, A) in steps of 1 BAR, A each).

m) The material of construction of the compressor components & other auxiliary

system shall be suitable for the process gaseous with proven track record / references & shall conform to the requirements specified in the process package, enclosed with the tender document.

n) Pulsation suppressor connections shall be flanged and suction side suppressors

shall be provided with drain lines. Pulsation dampeners / volume bottles shall be classified as per pressure vessel and shall be designed, fabricated, inspected and tested as per ASME Sec VIII Div 1, and specifications. Threaded connections on pulsation suppression devices are not permitted.

Page 27: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 27 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

o) It is preferred that the noise level from the reciprocating gas compressor package (Driver + Driven Equipment + Auxiliary) shall not exceed 88 dBA when measured at 1 m distance from the skid in any direction. Acoustic hoods shall not be used. Bidder to include suitable noise attenuating / limiting devices to limit the noise levels as specified above.

p) In case of any malfunctioning in the compressor installation, contractor shall

carryout a field survey to identify the cause of the problem and rectify the same.

q) Bidder shall furnish duly completed Annexure-A to attached at the end this section along with the bid with complete supporting documentation. Any incompleteness of detail, data or document, would render the bid liable for technical rejection.

4.11.2 GAS ENGINE:

a) The gas engine shall meet the requirements specified in ISO-13631. Fuel for the

gas engine shall be the same process gas which is being compressed. Facilities for tapping the process gas for the purpose of fuel for gas engine shall be arranged within the gas compressor package skid.

b) As a minimum, the gas Engine shall comprise of the following:

Engine air intake system

Engine ignition system

Compressed air / gas start system for engine (suitable for black starting of gas engine) and associated facilities for compressed air start system.

Engine cooling system (air cooled heat exchanger based)

Engine exhaust system

Gas conditioning

Gas pressure boosting facility (if required)

Any other associated mechanical, electrical and instrumentation items.

c) Exhaust emission from the gas engine shall meet the statutory norms on emissions. Approvals from statutory authorities shall be arranged by the contractor. Exhaust from gas engine shall be routed to atmosphere in such a way that the same is not being sucked into the engine air intake system. Residential or Hospital type exhaust silencer & exhaust stack (if required) shall be provided by the contractor for meeting the noise limits & safe disposal of engine exhaust, respectively.

4.11.3 ASSOCIATED ITEMS:

a) Associated electrical, instrumentation, inter-connecting piping, air cooled heat exchangers, separator(s) / knock-out drums / scrubbers shall meet the technical requirements specified in respective electrical, instrumentation, pipeline & static equipment section(s) of the tender document.

b) Items not covered above or in the tender document, shall meet supplier’s

standard & field proven design requirements.

Page 28: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 28 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

ANNEXURE-A

BRIEF DETAILS FOR SKID MOUNTED RECIPROCATING COMPRESSOR PACKAGE

1.0 GENERAL BIDDER’s RESPONSE

1.1 Name & Address of the Bidder/Packager

1.2 Whether past track record of the bidder / packager is furnished?

Yes / No

1.3

Confirm that the compressor, driver (gas engine as applicable) & all accessories would be mounted on a common skid as fully self contained package (at site, dowelling is permitted)

Yes / No

1.4 Confirm suitability for continuous operation in tropical ambient conditions Yes / No

1.5 Confirm suitability of complete compressor package for the specified electrical area class

Yes / No

1.6 Confirm that complete package would conform to ISO-13631 standards (with deviations, if any)

Yes / No

1.7 Proposed compressor(s) shall be brand new. Yes / No

1.8 Delivered capacity (Kg/hr)

1.9 Proposed gas engine(s) shall be brand new. Yes / No

1.10 Guaranteed capacity (kW)

4.12 PIPING

a) Contractor shall visit and familiarize himself with the existing RGPPL’s Dabhol LNG terminal and all associated facilities. Contractor shall carryout all the survey, if any, required to complete detailed engineering for installation of BOG booster HP compressor.

b) Contractor shall collect all existing drawings, documents, specifications and any

other data required for this Job from Owner for carrying out the detailed engineering. Most of the drawings are available in the site office. In the absence of any existing drawing, required sketches shall be prepared by the contractor after site measurements.

c) Contractor shall follow P&ID & datasheet, attached with bid. For detail engineering

work, list of all applicable codes & standards shall be strictly followed. d) Piping facilities shall be designed and engineered primarily in accordance with the

provisions of following codes:

ASME B-31.3 : Process Piping

Discharge piping shall be designed with suitable damping devices to minimize vibrations.

Page 29: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 29 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

e) All drains and vents required to be routed to flare header shall be joined together in separate sub header and joined to main header at 450 to vertical in the flow direction. A check valve shall be provided in horizontal portion of the sub header piping, before joining the main flare header.

f) Contractor shall carry out the dynamic and flexibility analysis of the suction and

discharge piping systems. Contractor shall ensure that piping routing and supporting shall be such that no vibrations are produced in the proposed BOG booster HP compressor & attached piping. Existing and new piping system shall be properly supported so that no vibrations occur in the new as well as in-connected existing piping.

g) All other regular incidental / auxiliary / ancillary / accessory/ equipments like crane

etc or any enabling work / materials not specifically mentioned in the specifications but necessary for the execution and completion of work shall be in the scope of the Contractor.

h) A minimum straight length of compressor suction pipe shall be provided as per

manufacturer's recommendation.

i) 45mm Thick PUF cold insulation of suction line piping wherever required shall be in contractor scope.

4.13 ELECTRICAL

The electrical scope of work shall include but not limited to the following:

a) Supply, installation, testing and commissioning of BOG Booster Compressor motors and motors for all auxiliaries(including all other necessary electrical items) for the compressors at existing LNG Re-gas facilities.

b) Supply, installation, testing and commissioning of Local control stations having start/stop push buttons, L/R selector switch, ammeter for motors rated above 5.5KW for each motor including supply of all accessories and material, as required.

c) Supply, installation, testing and commissioning of new 415V, 400A, 3 Phase, 4 Wire, 50KA (1 Sec.) single front, fixed type (suitable for mounting against the wall) free standing, floor mounted type switchboard having single incomer for feeding the auxiliary loads of booster BOG compressor-if so required.

d) There are no cable trenches or cut outs in the sub-station i.e. new MCC shall be provided with top cable entry.

e) Supply, laying & termination and testing of power & control cable(s) of required sizes & cores shall be the responsibility of the Contractor.

f) All erection and installation material like cable glands, cable lugs, connectors, cable supports, nuts, bolts and other required hardware shall be supplied by the Contractor. Cabling work shall include cable laying, end terminations, clamping, tagging etc.

g) If required, Three Phase 415V±10% AC Power shall be made available through 63 Amp. SFU Module in the MCC at Substation for Area Illumination and other Auxiliary requirements. The Contractor’s scope of work encompasses the following:

Page 30: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 30 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

Providing, laying & termination of LT cable of required sizes & core from designated MCC Panel to cater various loads of Lighting / Auxiliary.

Lighting of compressor unit, field cabin, store rooms etc.

Providing area lighting which includes supply & installation of pole light as per area classification.

Installation of Earth Pits / Earth Grid as per Standard Engineering Practices and IS: 3043.

Earthing of the Motor / Distribution Panel and other Electrical Fittings / Fixtures, lighting poles including provision of equipments/foundations.

Equipment/body/foundation earthing should be done at two sides opposite to each other.

Battery Bank as per requirement along with chargers.

Providing rubber matters, wherever required

Health monitoring, periodic/predictive/breakdown maintenance along with supply of requisite spares/consumables.

Immediate replacement of Instrument Air Compressor Motor/other electrical item with a new one in case of breakdown, in order to ensure uninterrupted operations.

Availability of hot standby for critical equipments.

Availability of spares along with skilled/experienced manpower.

UPS supply, if required to be arranged by the party.

Installation of adequate nos. of DC lights. This will keep the are illuminated during power failure.

h) The contractor shall ensure that all electrical equipments / apparatus / instruments

/fittings provided & installed are suitable as per applicable National / International standards and statutory regulations with respect to Area Classification.

i) Supply & installation of complete earthing system for the new equipment including supply of materials. Grounding and bonding of all equipment is included in the scope of work.

j) Main earth grid of bare copper strip will be used below ground. Above ground green / yellow PVC insulated copper conductors shall be used. Earth rod of 20 mm diameter 3m copper clad steel rods shall be used. LV motors, cable trays, metallic equipment, enclosures etc. shall be connected to the main earth grid with 35mm2 PVC insulated copper conductors. Joint is not allowed in cable for grounding/earthing purpose.

k) All equipments shall be grounded and bonded in accordance with the recommendations of IS:3043 /IEEE-142 “Recommended practice for grounding of Industrial & Commercial power system”.

Page 31: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 31 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

l) AREA CLASSIFICATION AND EQUIPMENT REQUIREMENTS

i) Area Classification for Booster BOG Booster Compressor shall be done as per IS 5572 and Temperature Class-T3. However detailed area classification drawing shall be prepared by the contractor.

ii) The enclosure protection for various package equipments shall be minimum as follows:

a) MV Motors : Ex (n) b) Local control stations : Ex (d)

iii) All electrical equipment installed in hazardous areas shall meet the requirements of relevant IS/IEC standards. Equipment suitable for safe/non-hazardous areas application shall not be used in Zone-1 / Zone- 2 hazardous area.

iv) Electrical equipment having flameproof enclosure protection shall conform to IS-60079 (Part 1):2007/IEC-60079-1 (2007).

v) Electrical equipment having enclosure protection Ex (n) i.e. non-sparking type (without prestart ventilation) shall conform to IS/IEC 60079-15 (2005).

vi) All electrical equipments for hazardous areas shall be certified by CMRI or equivalent international testing agency and shall be CCOE/PESO approved for the service and area in which it could be used.

4.14 INSTRUMENTATION:

The proposed compressor system should have the following safety features as a minimum:

a) All Instrumentation required for smooth & safe operation of the compressor within

Contractor Battery limits shall be in scope of the contractor.

b) The Compressor control shall be through Local Panel located at safe location near Compressor skid. Local panel enclosure/components shall be as per area classification requirements.

c) PSH & PSL on suction and discharge line for pre-alarm purpose and PSHH & PSLL for safe trip of compressor shall be provided.

d) Pressure safety valve on the discharge line and knock out drum of each stage.

e) A check valve (FSV) on the discharge line.

f) Devices to monitor and trip in case of excessive vibration, speed, amperage, low lube oil pressure, seal oil differential pressure, high bearing temperature and high discharge temperature etc. in line with manufacturers recommendations.

g) One HC gas detector at each compressor unit to be provided with local display.

h) High-level (LH) alarms & high-high level (LHH) trips shall be provided on the suction knock out drum.

i) Automatically operated blow down valve shall be provided on the discharge line.

j) The Compressor control Panels supply shall be 110 V AC.

Page 32: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 32 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

k) UPS, 110V AC supply for compressor control panel shall be made available at defined Battery Limits.

l) Providing, laying and termination of cable of required size, no of cores and rating etc. for tapping this power supply and also for facilitating compressor’s running indication in Control Room shall be in the scope of the contractor.

m) The contractor shall ensure that all instrumentation equipments, instruments, apparatus, fittings, JBs etc provided / installed are suitable for the hazardous area classification as per applicable National / International standards and statutory regulations.

n) PSVs as mentioned above at (d) and HC detectors mentioned above at (g), shall be calibrated before commissioning of the skid and copy of calibration certificates to be submitted to owner before commissioning.

o) Additional instrumentation shall be provided as per manufacturer’s recommendations.

p) Potential free contract for each compressor running may be provided at a junction box near the hired BOG Compressor area. Contractor has to provide stand with JB and cabling from compressor to JB.

4.15 PAINTING:

Suitable primer, painting and finish coating of steel structure and pipe-work and equipment shall be performed by the Contractor wherever necessary.

4.16 INSTALLATION WORKS:

a) Contractor shall obtain all necessary approvals and work permits from RGPPL for performing the Work. Contractor shall be required to carry out all the works as mentioned in the work permit.

b) Contractor shall obtain hot work permits from Owner thereof to work within existing and operating terminals, including strictly complying with all stipulations/conditions/recommendations of the Company and providing all safety appliances, gas detectors, fire screens required during execution of the work as per the direction of Owner/Engineer-in-charge.

c) Thorough internal cleaning of all pipes to remove debris, shots, grit etc. to the satisfaction of Engineer-in-Charge.

d) All welding & NDT shall be carried out as per relevant code requirements. Piping welding shall be carried out by approved WPS/PQR and NDT by 100% X-ray & 100 % LPE/MPE of all butt weld joints. For all other joints 100 % LPE shall be carried out.

e) For carbon steel utility piping all welds shall be 100% LPE/MPE and 10% butt welds shall be radiographed.

f) WPS and PQR shall be developed by the Contractor and submitted for review and approval by Owner/Engineer in Charge.

g) Restoration of all dismantled and damaged facilities, fence, boundary wall & bund to the satisfaction of the Company.

Page 33: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 33 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

h) Preparation of photographs, project records as per specification and instructions of the Company including furnishing of all Test Certificates/Inspection Reports for all materials used for Compressor Package installation.

i) Coordinating all activities with Company for movement of men and material from/ to existing and operating terminals shall be the responsibility of the Contractor.

j) Contractors’ manpower deployed shall conform to all safety norms, like wearing uniforms, helmets and PPE etc.

4.17 MATERIALS TO BE SUPPLIED BY CONTRACTOR

All materials, including consumables, piping components, equipments required for installation, commissioning and operation of BOG Booster HP Compressor & associated piping systems shall be procured and supplied by the Contractor.

a) All materials, manpower, spares, tools & tackles and consumables for carrying out pre-commissioning activities and during commissioning (including compressor, nitrogen required for achieving the specified criteria for piping inertization prior to declaring piping fit for commissioning) necessary piping and instrumentation connection for measuring flow rate, pressure, temperature etc., temporary facilities for blow down/ venting/ flaring along with necessary piping, valves & instrumentation as well as consumables and manpower required during pre-commissioning, commissioning and operation.

b) All spares for pre-commissioning and commissioning as required for all items supplied by Contractor for the entire piping system.

c) Any other material not specifically listed herein, but required for successful completion of the Work.

4.18 MATERIALS TO BE SUPPLIED BY OWNER

The following material/work shall be in Owner’ scope during entire period of the contract:

a) Land/space for installation of compressor package including panels and controls.

b) All process & utility lines for Hook up lines at Contractor’s Battery limit during installation.

c) Process Gas & utilities including power (415V +/- 10 % AC, 110 V AC UPS power) & fuel gas (for gas engine) during operation of BOG Booster Compressors as a free issue.

d) Fire Fighting facilities.

4.19 PRE-COMMISSIONING AND COMMISSIONING

a) Contractor shall be responsible for pre-commissioning & commissioning of the compressor system, including supply of manpower, materials, equipment including nitrogen along with necessary piping and instrumentation connections for monitoring flow rate, pressure, temperature etc. temporary venting along with necessary piping, valves and instrumentation as well as consumables.

Page 34: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 34 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

b) All process lines and utility lines shall be hydro-tested at a pressure 1.5 times the design pressure of existing lines in which these are hooked up.

c) Contractor shall perform leak detection and hydro testing of piping, considering all the requirements of ASME B31.3. Such method of leak detection shall consume minimum possible time to complete the hydro test activity. All process lines shall be completely dried using N2 after completion of hydro-test. All other lines shall be dried by using dry air after hydro-test.

d) All works for locating and repair of minor/major leak/burst (occurred during testing) including necessary repairing/replacing/ cutting and removing out defective pipe length/weld joints as defined in the specification shall be carried out by the contractor.

e) Contractor shall carry out repair of defective weld joints including cutting and welding, NDT of the welds, coating/insulation of the weld joints, clean up, retesting of piping including providing all pipe spools, blinds, equipments, manpower & consumables etc. All such activities shall be completed by contractor within contractual time schedule and without any extra cost to Owner.

f) Successful commissioning of the compressor system in totality after demonstration of trouble free continuous 72 hrs performance test run.

g) Bidder shall guarantee the total capacity of the compressor package (12000 Kg/Hr) with the given gas composition. The same shall be used to establish the capacity during performance test for four hours continuous operation.

h) The capacity for this performance test run will be measured through an orifice meter to be provided by Contractor at a suitable downstream location of the designated hook up point for compressed outlet gas.

i) For the purpose of acceptance of the offered compressor during performance test run, a tolerance limit of (-5) % to the specified capacity shall be allowed.

5 DOCUMENTS TO BE SUBMITTED AT THE TIME OF BIDDING

Technical documents only which have been specifically asked in Bid package as mentioned in clause 8 are required to be submitted at the time of bidding. Bidder is advised to comply with all the requirements of bid document without any deviations. Owner reserves the right to reject any bid with deviations without making any reference to the bidder.

Bidder shall furnish, along with the bid, organization chart for design and construction activities.

6 CONTRACTOR’S RESPONSIBILITIES:

Contractor’s responsibilities, besides the scope of work to be performed defined earlier, shall also include the following:

i) Develop and submit Engineering Drawings, Fabrication drawings, QA/QC procedures, etc for complete piping system for review and approval of Owner. Contractor shall submit three sets of documents, drawings, procedures for Owner’s review and approval. All works shall be executed strictly based on approved drawings/documents/procedures only.

Page 35: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 35 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

ii) Review and approval of Contractor’s work(s) by Company shall in no way relieve the Contractor of his sole responsibility for safe installation and operation of BOG Booster Compressor along with piping system.

iii) Furnishing and mobilizing at site(s) all construction equipment, manpower, tools and tackles, fully equipped and fully manned with other required support facilities etc.

iv) Pre-commissioning & commissioning of HP Booster Compressor package with the associated piping system.

v) Preparing and submitting calculation books, fabrication and construction drawings, inspection and testing reports, as-built records for all phases of work.

[

vi) The Contractor is cautioned to exercise extreme care and take necessary precautions to prevent damage to the existing piping(s), facilities, electrical and other cables during execution of the entire works. Restoration/reconstruction of all structures/ facilities affected during installation and operation shall be carried out by Contractor at no additional cost to Owner.

vii) Contractor shall carry out all testing and inspection of materials, equipment etc. in independent testing institutions, laboratories, if so desired by Owner.

viii) Disposal of surplus materials etc. as per local authority’s/RGPPL’s requirements.

ix) Any other work not specifically listed but required for successful completion of entire piping system.

7 DOCUMENTATION

The following table gives the requirement of documentation for review / information / record of Owner. It shall be the Contractor’s responsibility to ensure compliance with the basic document and relevant codes. The review / approval by Owner does not absolve the contractor of his responsibility under this contract and any error noticed at any stage shall be corrected by the Contractor without any time & cost implication. Any comment given by COMPANY on review/information category document shall be incorporated by Contractor without any time and cost implication. The document category can be changed from I to R & vice-versa at any stage by Owner & Contractor shall incorporate comments on such documents also without any time and cost implication.

S. N. DOCUMENT With Bid

Review (R )

Records (I )

1 Supplier Standard or ISO-13631 Datasheet covering gas compressor, its driver & associated auxiliaries.

√ √

2 General reference list of reciprocating compressor √

3 General reference list of contractor using the proposed reciprocating compressor package operating under similar conditions

4 Exception / deviation list (if any) √ √

5 Equipment Layout √

6 General Arrangement Drawings √

Page 36: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 36 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

7 Tie in point details/table of termination points (Mechanical/Electrical/Instrumentation)

8 P&IDs/Schematic diagrams √

9 Foundation drawing √

10 Vendor data books √

11 Material testing and Inspection Reports √

12 WPS √

13 PQR √

14 NDT Procedure √

15 Fabrication Drawings √

16 QA/QC Procedures √

LEGEND:

R : Review I : Information

Documents under “Review/Records” must be submitted just after placement of order and before dispatch of the compressor package to site.

8 DOCUMENT PRECEDENCE

In case of conflict between the requirements given in this document and the requirements of other specifications enclosed with the tender document, the requirements specified in this document shall govern.

Should there be conflict, discrepancy, inconsistency or dispute between the various documents, they shall be referred in order of priority as given below:

i) Scope of Work

ii) P & ID & Job drawings

iii) Job specifications

iv) Data sheets

v) Other Specifications

9 HEALTH SAFETY AND ENVIRONMENT

The Contract shall follow the HSE Policy of Owner during entire duration of the project.

**********************

Page 37: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 37 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

(Section - D) SPECIAL CONDITIONS OF CONTRACT

1.0 GENERAL

1.1 Special Conditions of Contract (SCC) shall be read in conjunction with the General Conditions of Contract (GCC-O&M), Schedule of Prices, specifications of work, drawings and any other document forming part of this Contract wherever the context so requires.

1.2 Notwithstanding the sub-division of the document into these separate sections and volumes every part of each shall be deemed to be supplementary of every other part and shall be read with and into the Contract so far as it may be practicable to do so.

1.3 Where any portion of the GCC-O&M is repugnant to or at variance with any provision of the Special Conditions of Contract shall be deemed to override the provision (S) of GCC-O&M, only to the extent that such repugnancies of variations in the Special Conditions of Contract are not possible of being reconciled with the provisions of GCC-O&M.

1.4 Wherever it is mentioned in the specifications that the Contractor shall perform certain work or provide certain facilities it is under stood that he shall do so at his cost and the Value of Contract shall be deemed to have included cost of such performance and provisions, so mentioned.

1.5 The materials, design, and workmanship shall satisfy the relevant Indian Standards, the Job Specifications contained herein and Codes referred to. Where the job specification stipulate requirements in addition to those contained in the standard codes and specifications, these additional requirements shall also be satisfied.

1.6 In the absence of standard/specifications/codes of practice for detailed specifications covering any part of the work covered in this Bidding Document, the instructions/directions of Engineer-in-Charge will be binding on the contractor.

1.7 In case of an irreconcilable conflict between Indian or other applicable standards, General Conditions of Contract, Special Conditions of Contract, Specifications, Drawings or Schedule of Prices, the following shall prevail to the extent of such irreconcilable conflict in order of precedence:

I. Detailed Letter of Acceptance along with its enclosures.

II. Fax/Letter of Intent.

III. Schedule of Prices as enclosures to Fax/Letter of Intent.

IV. Job/Particular Specifications.

V. Drawings.

VI. Technical/Material Specifications

VII. Special Conditions of Contract

VIII. Instruction to Bidders.

IX. General Conditions of Contract.

X. Indian Standards.

XI. Other applicable Standards.

Page 38: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 38 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

1.8 It will be the Contractor’s responsibility to bring to the notice of Engineer-in-Charge any irreconcilable conflict in the contract documents before starting the work (S) or making the supply with reference that the conflict exists.

1.9 In addition to other requirements specified in the Bidding Document, Contractor shall submit to the office of the Owner six hard copies of the critical drawings requiring approval of the owner

1.10 In the absence of any Specifications covering any material, design of work (s) the same shall be performed / supplies / executed in accordance with Standard Engineering Practice as per the instructions / directions of the Engineer-in-Charge, which will be binding on the Contractor.

2.0 DEFINITION

2.1 Word “Plant”, ‘Unit” or ‘Terminal” being used in this Contract are Synonyms and shall mean LNG Re-gasification unit.

2.2 “Monsoon Season” means that portion of 5 months in every year between 1st May through 30th September (both days inclusive) or period as defined by Maharashtra Maritime Board (MMB) when monsoon, storms and high seas are of such frequency and intensity at offshore site location that construction work cannot be scheduled with any assurance. Notwithstanding above, “Time Schedule shall be inclusive of “Monsoon Period” as mentioned above.

3.0 TIME SCHEDULE

The Work shall be executed within the Time Schedule given in Appendix-I to these Special Conditions of Contract.

3.1 The Contractor must mobilize and commission the compressor package complete in all respects as per the Time Schedule mentioned above. If the contractor fails to comply with the Time schedule, total Contract Price shall be reduced by ½% of the Mobilization, installation and commissioning including testing & hook-up Prices (prices quoted at Sl. No. 1 of BOQ/SOR) per complete week of delay or part thereof subject to maximum of 5% of the Mobilization, installation and commissioning including testing & hook-up Prices (prices quoted at Sl. No. 1 of BOQ/SOR).”

4.0 CONSTRUCTION WATER & POWER SUPPLY

Construction water at one point will be provided by Owner free of cost within the plant premises at a mutually agreed location. Further, distribution of network for Construction water as per requirement shall be done by the Contractor at his own cost.

Construction power shall be made available by the Owner free of cost at one point within the plant premises. Further, distribution of network for Construction power as per requirement shall be done by the Contractor at his own cost. The construction power shall be made available to the Contractor subject to grid disturbance, and no time extension or compensation shall be payable on this account. Therefore, the Contractor shall within the contracted price make alternate arrangement to cope with such eventuality. Additional power, if required, to meet the contractual requirements, shall be arranged by the Contractor at its own cost.

Page 39: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 39 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

5.0 RESPONSIBILITY OF CONTRACTOR

5.1 It shall be the responsibility of the CONTRACTOR to obtain the approval for any revision and/or modifications of the drawing decided by the CONTRACTOR, from the OWNER / Engineer-in-Charge before implementation. Also such revisions and or modifications if accepted approved by the OWNER, Engineer-in-Charge shall be carried out at no extra cost to the OWNER.

5.2 All expenses towards mobilization at site and demobilization, including bringing in

equipment, work force, materials, dismantling the equipment, clearing the site etc. shall be deemed to be included in the prices quoted and payments on account of such expenses shall be made as per payment terms detailed in Appendix-II of this contract document.

5.3 It shall be responsibility of the CONTRACTOR to provide, operate and maintain all

necessary construction equipment, steel scaffoldings and safety gadgets, cranes derrick and other lifting tackles, tools and appliances to perform the work in a workman like and efficient manner and complete all the jobs as per time schedules without any extra cost to the OWNER.

5.4 Preparing approaches and working area for the movement and operation of the cranes

derrick, leveling the areas for assembly and erection shall also be responsibility of the CONTRACTOR

5.5 The CONTRACTOR shall acquaint himself with access availability facilities, such as

railway siding, local labour etc., to provide suitable allowances in his, quotation. The CONTRACTOR may have to build temporary facilities to aid his own work, which shall also be taken account of while quoting for the work. The CONTRACTOR shall be responsible for procurement and supply in sequence and at the appropriate time of all equipments/ materials and consumables and his Prices for execution of work will include of supply of all these items

6.0 PAYMENT TERMS

Payment for actual work done shall be released progressively as detailed in the Appendix –II annexed to SCC.

7.0 PERFORMANCE TEST:

Performance as detailed in the SCOPE OF WORK, 4.19 (f) to (i) shall be carried out every year before commencement of monsoon season (refer clause 2.2 above). Preferably in the month of April. In case the contractor is not able to deliver the contracted quantity of gas i.e. 12000Kg/Hr., at the specified outlet conditions during the performance test, it shall be treated as failure on part of the contractor. In such case , without prejudice to Clause 3.1 above, Payment for line item 2 (Fixed Rental per Month) of SOR shall be made on pro rata basis calculated as per the actual quantity demonstrated during the performance test .12000 Kg/Hr discharge capacity with allowance up to -5% , is taken as basis for 100% payment against this line item.

Page 40: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 40 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

8.0 TAX AND DUTIES

8.1 The quoted prices shall be inclusive of all taxes and duties including Excise Duty, Sales-Tax, VAT (on goods consigned to Owner), Cess on account of labour welfare, WCT or VAT on Works Contract etc., except Service Tax, as applicable with respect to Contractor’s scope of work/scope of supply. Contractor shall not be compensated for any change in taxes and duties due to wrong assessment and /or statutory variation.

Service Tax and any other Cess thereon shall be paid extra as applicable- .

8.2 CUSTOMS DUTY

All activities like clearance of Custom Duty stevedoring or any other activities shall be performed by Contractor at his sole cost and expenses.

8.3 INCOME TAX

8.3.1 The Contractor shall be exclusively responsible and liable to pay all income taxes on any payments arising out of the Contract, whether payable in India or in any other jurisdiction.

8.3.2 Withholding tax/tax deductible at source is applicable to all payments to be made to

the Contractor. Withholding/deduction is required to be made at the rates specified in the Indian Income Tax Act as varied by the provisions of any applicable double taxation treaty between India and the country of citizenship of a foreign Contractor. The Indian Income Tax contains provisions permitting deduction of tax at a lesser rate if the Contractor is able to justify to the Income Tax Authorities such lesser rate of deduction. A deduction once made has to be deposited by the Owner with the Income Tax Authorities in India and will not be adjustable by the Owner. It is therefore in the interest of the Contractor that prior to release of any payment due to the Contractor under the Contract that the Contractor obtains, from the relevant Income Tax Authorities in India, a certificate specifying the rate of deduction/withholding of income tax at source, failing which, payment to the Contractor shall be made by the Owner subject to the withholding/deduction at full rates aforesaid.

9.0 WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS

Contractor agrees for withholding from wages and salaries of its agents, servants or employees all sums, required to be withheld by the laws of the Republic of India or any other agency having jurisdiction over the area where Contractor is conducting operations, and to pay the same promptly and directly when due to the proper authority. Contractor further agrees to comply with all accounting and reporting requirements of any Nation having jurisdiction over the subject matter hereof and to conform to such laws and regulations and to pay the cost of such compliance. If requested, Contractor will furnish the evidence of payment of applicable taxes, in the country (ies) of the Contractor's and his sub-contractor(s) and expatriate employees.

Page 41: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 41 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

10.0 STATUTORY APPROVALS

The Contractor shall make his own arrangement for obtaining all approval, license, permits etc from Port authority, CCOE, Nagpur, other Government authorities etc. which are required for his plant, equipment, floating craft etc and for use of explosives for rock blasting etc., as per statutory rules and regulations of Central/ State Government. Contractor shall at all times make full liaison with and inform well in advance and obtain such permission as is required from all Government authorities, public bodies and private parties whosoever concerned or affected or likely to be concerned or affected by blasting operation etc.

The Owner will assist the Contractor as far as possible in obtaining these license, permits, approvals etc., by recommending his application for the same but will not accept any responsibility in the matter. The application to relevant authorities along with copies of required certificate complete in all respects shall be prepared and submitted by the Contractor well ahead of time so that the actual construction/commissioning of the work is not delayed for want of the approval/inspection by concerned authorities. Delays in obtaining such licenses, permits approvals, etc shall not be acceptable reasons for delays in the progress of the work. The Contractor shall arrange the inspection of the works by the authorities and necessary coordination and liaison work in this respect shall be the responsibility of the Contractor. Owner shall reimburse statutory fees payable by Contractor. However, obtaining all Clearances / permissions related to Contractors equipments/works shall be the responsibility of the Contractor. Owner shall provide all back-up support, signed forms, attend meetings with authorities if required, as well as take reasonable efforts to expedite issue of permission

11.0 FIRM PRICE

Prices shall be firm and fixed until the completion of work in all respect. No variation on any account shall be payable.

12.0 PERFORMANCE BANK GUARANTEE (PBG): Successful bidder may submit PBG of 10 % of Total Contract Value in lieu of Security Deposit. EMD will be released after confirmation of PBG of successful bidder. Validity of PBG will be three months after contract period. PBG will be submitted by successful bidder within 15 days from date of issue of LOA / LOI.

PBG of the contractor will only be released after 3 months from demobilization to ensure timely demobilization.

13.0 MOBILIZATION ADVANCE

No separate Mobilisation Advance shall be paid to the Contractor.

14.0 SUB-CONTRACTING

14.1 If the CONTRACTOR is required to engage a SUB-CONTRACTOR for any part of work, then such Sub-Contractors shall have prior proven experience of similar work and require specific approval by OWNER after award of work. Owner shall carry out approval generally within period of 10 days from the date of submission of all relevant details.

14.2 Following the Notification of Acceptance of Bid, the CONTRACTOR will submit to the

OWNER for approval, the details of Sub-Contractors. CONTRACTOR shall ensure that very competent and resourceful agencies with proven track record and performance are proposed for the work to be sub-contracted.

Page 42: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 42 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

15.0 SITE ORGANISATION

The contractor shall without prejudice to his overall responsibility to execute and complete the works as per specifications and time schedule progressively deploy adequate qualified and experienced personnel together with skilled/unskilled manpower and augment the same as decided by Engineer-in-Charge depending on the exigencies of work to suit the time schedule, without any additional cost to owner.

16.0 QUALIFLCATION AND EXPERIENCE OF KEY SUPERVISORY PERSONNEL

CONTRACTOR shall submit bio-data of Key Supervisory Personnel after award of the contract, which will be reviewed and approved by Engineer-in-Charge.

17.0 EQUIPMENT TOOLS & TACKLES

The Contractor shall without prejudice to his overall responsibility to execute and complete the work as per specifications and time schedule, progressively deploy adequate equipment and tools and tackles and augment the same as decided by the Engineer-in-charge depending on the exigencies of the work so as to suit the construction schedule without any additional cost to owner. The bidder shall submit a list of construction equipment he proposes to deploy for the subject work along with deployment schedule. No Equipment shall be supplied by the Owner.

18.0 INSPECTION OF WORKS

18.1 The work is subject to inspection at all times by the Engineer-in-charge. The CONTRACTOR shall carry out all instructions given during inspection and shall ensure that the work is being carried out according to the technical specifications of this bidding document the technical documents and the relevant codes of practice that will be furnished to him during performance of work.

18.2 The CONTRACTOR shall provide for purposes of inspection necessary instruments at his

own cost for inspection of work. Compressed air for carrying out works shall be arranged by the CONTRACTOR at his own cost.

18.3 Any work not conforming to the execution drawings, specifications or codes shall be

rejected forthwith and the CONTRACTOR shall carry out the rectifications at his own cost.

18.4 Inspection and acceptance of the work shall not relieve the CONTRACTOR from any of

his responsibilities under this contract.

19.0 HEALTH, SAFETY AND ENVIRONMENT (HSE)

19.1 The CONTRACTOR, during entire duration of the Contract, shall adhere to HSE requirement as per OWNERS Safety Policy enclosed in the Bidding Document to these Special Conditions of Contract.

19.2 The CONTRACTOR shall establish document and maintain an effective Health, Safety

and Environment (HSE) management system.

19.3 The contractor in addition to the safety measures mentioned elsewhere in the tender document shall comply with Safety Practices during construction as mentioned in OISD Guidelines-192 and Contractor Safety as mentioned in OISD-Guidelines-207 where ever necessary.

Page 43: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 43 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

20.0 ENTRY PASSES, WORK PERMITS & SAFETY REGULATIONS

The works under this contract are to be carried out in areas within the plant limits. As such, the Contractor and its Sub-Contractor and their employees and agents are required to abide by safety and security regulations of the OWNER in force from time to time.

The Gate Pass System for the labour, other officials, vehicles etc. to be engaged by them shall be applied in accordance with rules and regulations of RGPPL. Further, RGPPL shall have the right to deploy its security in the entire plant site, including LNG terminal.

20.1 ENTRY PASSES

20.1.1 The CONTRACTOR has to apply for photo Entry Passes for its workers and staff and the workers and staff of its SUB-CONTRACTOR in a prescribed perform provided by the OWNER. The Application shall be accompanied by a Statement and Declaration in the form prescribed by the OWNER signed by the employees for whom the Entry Passes are sought and confirmed by the employer. The photo Entry Passes shall be issued by the OWNER for a maximum period of 3 (three) months, which will be extendable upon application of the CONTRACTOR. As a special case Temporary Passes may be issued for a maximum period of 07 (Seven) days.

20.1.2 Un-utilized/expired Entry Passes/Identity Cards shall have to be immediately

surrendered to OWNER.

20.1.3 In case of the loss of an Entry Pass/Identity Card the CONTRACTOR shall immediately lodge an FIR with the local police station and inform the Engineer-in-Charge of the loss and shall pay a charge of Rs.150/- against Entry Pass/identify Card lost. The CONTRACTOR is required to keep an account and track of all Entry Passes issued and surrendered.

20.1.4 Employees of the CONTRACTOR or SUB-CONTRACTOR while working inside the Plant

should always display gate Passes/Identity Cards issued by the Security Section.

20.2 GATE PASSES

To bring materials, equipment, tools and tackle and other things inside the Plant for construction work, the CONTRACTOR has to produce proper documents of title or authority relative thereto for inspection by personnel of the OWNER at gate. These shall be checked thoroughly by personnel of the OWNER at the Gate and recorded in their Register before permitting the same to be brought inside the Plant limits. It is the responsibility of CONTRACTOR to see that the entry is duly recorded in the Register with proper Entry Number, date and signature of authorized representative of OWNER and that the supporting challans documents are stamped and signed by personnel of OWNER at the gate at the time of entry.

Page 44: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 44 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

20.3 WORK PERMIT

20.3.1 In order to keep the OWNER informed of the various jobs being undertaken within the Plant and to enable the OWNER to regulate the same to ensure the observance of safety regulations relative thereto. When work is to be carried out in hazardous areas, a Hot Work Permit is to be obtained by the CONTRACTOR from the OWNER before start of work on jobs which are capable of generating a flame, spark or heat e.g. gas cutting, grinding, welding, use of any electrical, diesel, petrol or battery operated prime mover, machine, tool or equipment or generator set, mixer machine, drilling machine, pump, crane, fort lift or hand truck or trailer or chipping or breaking of rocks or concrete or hacksaw cutting and drilling. Similarly the CONTRACTOR is to obtain a Cold Work Permit from the OWNER for jobs which do not come under the category of hot work and in respect of which there is no risk of fire e.g. transportation, backfilling of ordinary soil by manual process, pile testing, hydro-testing, shuttering, fixing of reinforcement, hand mixed concreting, plastering and brick work

20.3.2 Depending on the nature of the work and the equipment and tools involved, the CONTRACTOR shall apply for Cold/Hot Permit in a prescribed format at least 7 (seven) days before the work is planned to start. No Work Permit shall be issued by OWNER unless proper arrangement is made by the CONTRACTOR to ensure safe performance of the work inside the Plant limit. Job-wise and area-wise permits shall be issued to the CONTRACTOR and for work against each permit the CONTRACTOR shall post at site at least one Construction Supervisor and one Safety Supervisor of required level to ensure the due observance of all safety requirements.

20.3.3 Vehicle Permit: Petrol vehicles are not permitted inside the plant area.

Permits are to be obtained separately for entry/use of vehicles/trailers and other mobile equipment inside the Plant limits. All the vehicles of CONTRACTOR should have a valid PUC certificates. The following requirements are to be met to obtain vehicle permit:

a) Vehicle/Equipment shall be in good condition and fitted with spark arrestor. b) Vehicles should carry, wherever applicable, Valid Road tax certificate and fitness

certificate from the competent authority and insurance policy. c) Valid operating/driving license of driver/operator

20.3.4 Validity of the Permit

a) Any Hot Work Permit issued is valid only for 24 hours. b) Thereafter the validity of the Permit must be renewed for each shift (Morning &

Evening) by the shift in-charge/shift representative of the OWNER. c) A permit is not valid for work on holidays unless special permission of the OWNER is

obtained for the purpose.

20.4 Safety Regulations

20.4.1 Regarding Work Permit

a) The work shall be carried out inside the Plant limits to conform to the OWNER’s safety section and in accordance with any instructions of Engineer-in-Charge issued from time to time. Sometimes working hours may be drastically reduced or increased to satisfy safety requirements and the CONTRACTOR shall meet these requirements without any time and cost implications. No claim for idling of machinery, plant, manpower or equipment shall be entertained for reason of delay in the issue of a Work Permit and it shall be the exclusive responsibility of the CONTRACTOR to apply for, pursue and obtain the requisite Work Permit(s) well in advance of the relative requirement(s).

Page 45: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 45 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

b) The CONTRACTOR shall abide by all safety regulations of the plant and ensure that safety equipment for specific jobs as stipulated in the Factories Act Safety Handbook is issued to all employees during the execution of work, failing which all the works at site shall be suspended.

20.4.2 Regarding use of Vehicle

a) Vehicle must not ply on any road within the Plant limit at a speed exceeding 20 KM/hr.

b) Mobile cranes, loaded trucks and trailers must not exceed speed limit of 15 KM/Hr inside the plant.

c) No crane is allowed to move inside the plant with load. d) No vehicle is allowed to be parked inside the plant.’

20.5 MEASURES FOR PROTECTION OF ENVIRONMENT

The CONTRACTOR shall comply with all the conditions laid down by the local pollution control authority, Ministry of Environment & Forest and other agencies. The CONTRACTOR shall not carry out any activity contravening their requirements and guidelines.

The following requirements shall be complied with. This is not intended to be exhaustive and all encompassing. Adequate sanitation facilities & cooking fuel shall be provided to the labourers to avoid tree felling and nuisance in the area.

Cutting of trees shall be avoided. In case this is considered essential, the CONTRACTOR shall obtain written approval from the concerned local authority prior to cutting of trees.

All necessary measures shall be taken to avoid accidental leakage or spillage of oil or any other hazardous or handful waste materials.

Sewage and other wasters shall not be disposed directly into sea.

The CONTRACTOR is deemed to have recognized any restrictive features of the site and/or specific requirements of the work and made due allowance for it in the work to be performed by him.

Hydro-test water in the pipeline containing corrosion inhibitors, biocides etc. shall not be dumped into the sea.

21.0 ADVERSE PHYSICAL OBSTRUCTIONS OR CONDITIONS

If, during the execution of the works the Contractor encounters physical obstructions or physical conditions, other than climatic conditions on the site, which obstructions were in his opinion, not foreseeable by an experienced Contractor, the Contractor shall forthwith give notice thereof to the Engineer-in-Charge with a copy to the Owner. On receipt of such notice, the Engineer-in-Charge shall, if in his opinion such obstructions or conditions could not have been reasonably foreseen by an experienced Contractor, after due consultation with the Owner and the Contractor, determine any extension of time to which the Contractor is entitled and shall notify the Contractor accordingly, with a copy to the Owner. Such determination shall take account of any instruction which the Engineer-in-Charge may issue to the Contractor in connection therewith, and any proper and reasonable measures acceptable to the Engineer-in-Charge which the Contractor may take in the absence of specific instructions from the Engineer-in-Charge. Contractor shall be entitled for time extension on account of such physical obstruction.

Page 46: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 46 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

22.0 GOVERNMENT OF INDIA NOT LIABLE

It is expressly understood and agreed by and between the Contractor and the Owner that the Owner is entering into this agreement solely on its own behalf and not on behalf of any other person or entity. In particular, it is expressly understood and agreed that the Government of India is not a party to this agreement and has no liabilities, obligations or rights there under. It is expressly understood and agreed that the Owner is an independent legal entity with power and authority to enter into contracts, solely in its own behalf under the applicable laws of India and general principles of Contract Law. The Contractor expressly agrees, acknowledges and understands that the Owner is not an agent, representative or delegate of the Government of India. It is further understood and agreed that the Government of India is not and shall not be liable for any acts, omissions, commission breaches or other wrongs arising out of the contract. Accordingly, Contractor hereby expressly waives, releases and foregoes any and all actions or claims, including cross claims, impleader claims or counter claims against the Government of India arising out of this contract and covenants not to sue to Government of India as to any manner, claim, cause of action or things whatsoever arising of or under this agreement.

23.0 INTERFERENCE WITH TRAFFIC AND ADJOINING PROPERTIES

All operations necessary for the execution and completion of the Works the remedying of any defects therein shall, so far as compliance with the requirements of the Contract permits, be carried on so as not to interfere unnecessarily or improperly with:

a) the convenience of the public or b) the access to, use and occupation of public or private roads, railway or any other

right of way and footpaths to or of properties whether in the possession of the owner or of any other person

The Contractor shall keep harmless and indemnify the owner in respect of all claims proceedings, damages, costs, charges and expenses whatsoever arising out of, or in relation to any such matters insofar as the Contractor is responsible therefore.

24.0 OFFSHORE POLLUTION RESPONSIBILITY

24.1 In the performance of any and all services and the Works hereunder by the Contractor or his sub-Contractors, the Contractor shall accept full responsibility for compliance with all applicable laws and Governmental orders, rules and regulations as amended from time to time relating to pollution and any extra cost resulting there from shall be to Contractor’s Account. Contractor and his sub-Contractor(s) shall also comply with any additional provisions as may be notified to the Contractor by the Owner without in any way limiting the generally of the preceding sentences, it is specifically agreed that the Contactor shall comply with the following:

i) Solid waste, such as tins, bottles or any torn of trash must be transported to shore in appropriate containers.

ii) Solid combustible waste may be burned and the ashes may be disposed of suitably.

iii) All waste oil and greases shall be placed in containers and taken ashore for disposal. The Contractor shall either curb all areas subject to contamination and connect these to a collecting tank or sump or provide drip pans under any equipment or area where pollutants might logically originate and connect the sepans to a sump.

iv) Care will be taken to secure all deck cargo in such a manner as to ensure that the cargo, its covers (plastic or tarpaulins) or its fastenings will not be lost into the sea.

Page 47: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 47 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

The Contractor agrees to inform himself and his supervisors of such laws, orders and regulations and to make alt his employees and the sub-Contractors fully cognizant of their responsibilities.

The Engineer-in-charge will discuss interpretations and applications of the laws, orders and regulations referred above with the Contractor’s Representative or Construction Superintendent, but such discussion shall not in any way relieve the Contractor of his responsibility hereunder. In addition and without in any way limiting, restricting or prejudicing any of the Owner’s other rights and remedies, whether arising under any other provisions of this Contractor under any rule of law, the Contractor shall:

i) Clean up and remove any pollution resulting from its non-compliance with the provisions of this section, at his cost and expense.

ii) If the Contractor fails to do so, the Owner may clean up & remove the pollution and the necessary cost shall be deducted from the contractor bill.

25.0 WEATHER CONDITIONS

a) The Contractor shall bear all cost and delays due to adverse weather conditions/weather down time experienced during the onshore part of the work including load out and tie down under the contract.

b) The Contractor shall bear all the cost and delays due to adverse weather conditions/weather down time experienced during the tow-out / sail-out and transportation of works.

c) The Contractor shall bear alt the costs and delays due to adverse weather conditions/weather down time of the constructional plant and equipment/marine spread, etc experienced during the execution of the works at offshore site.

d) The ‘Time Schedule’ shall be inclusive of ‘Monsoon Period’ as defined at Clause No 2.2 of Section D above.

26.0 GENERAL REQUIREMENTS FOR RADIOGRAPHY & OTHER NDT WORKS

CONTRACTOR shall appoint radiography/NDT agency (ies) only after acceptance of such agency (ies) by OWNER. However, acceptance of radiography/NDT agency by OWNER shall not absolve the CONTRACTOR of his responsibility to execute radiography work as per requirements of the Contract.

CONTRACTOR shall mobilize Radiography/ NDT agency at site along with adequate number of radiography resources! NDT equipments & appliances, commensurate will the welding activity and quantum of Radiography/NDT work load to avoid delays in Radiography/ NDT and consequent generation of back log. In the event of generation of back log leading to Delay / Holdup of subsequent activities, OWNER has right to engage additional agency for carrying out the radiography at the risk and cost of CONTRACTOR including 100% overhead charge.

27.0 Security Deposit: Security deposit will be deducted at the time of making any payment to agency at the rate of 10%. The amount deducted towards SD will be released 100% along with final bill.

28.0 COMPLIANCE OF LABOUR LAWS:

The Contractor shall be liable to make payment to all the employees / personnel working for the contract and make compliance with prevailing provisions of labour laws. If the OWNER, is held liable as ‘PRINCIPAL EMPLOYER’ to pay contribution etc. under ESI Act or any other legislation of Government or Court decision, in respect of the employees / manpower engaged by the Contractor, then the latter would reimburse, the amounts of such payments so paid by Owner.

Page 48: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 48 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

29.0 CO-OPERATION WITH OTHER AGENCIES: The Contractor & its personnel shall fully

cooperate with other contractor’s person working at the owner’s site to avoid any hindrance to the smooth progress of ongoing works.

30.0 SUSPENSION & TERMINATION OF WORK: In the event that the progress of

execution is found below acceptable time schedule and the contractor is not able to improve despite the three repeated notice, the owner shall have the right to suspend / terminate the order by giving a notice of 15 days. Suspension of work shall be governed as per Clause 12 of General Condition of contract (NTPC-O&M) & cancellation of contract in Part or Full shall be governed as per Clause 41 of General Condition of contract (NTPC-O&M).

31.0 FORCE MAJEURE: Either party is prevented from the performance of its obligations in whole or in part for reasons of force majeure viz. Acts of God, acts of Government, acts of public enemy, war, hostility, civil commotion, sabotages, fire, floods, explosions, epidemics; lawful strikes and lock outs, then provided notice of happening of any such eventuality is given by the affected party to the other party within 15 days from the date of occurrence and cessation of the force majeure, the period of force majeure shall be excluded from the time specified for fulfillment of obligation of the party prevented by force majeure. If any of the events specified in this clause lasts for a continuous period of less than seven days, such events shall not be construed to be force majeure events. If force majeure event continues beyond a period of six months, the parties shall mutually decide further course of action. Neither party can claim any compensation from the other party on account of force majeure event.

32.0 GENERAL ENVIRONMENTAL OBLIGATIONS: Contractor shall STRICTLY follow and

FULLY comply with RGPPL’s General Environmental Guidelines enclosed as Annexure II.

33.0 SAFETY OBLIGATIONS: Contractor shall STRICTLY follow and FULLY comply with the RGPPL’s safety norms enclosed as Annexure I, in addition to the “SAFETY MANUAL” of NTPC displayed at RGPPL website www.rgppl.com (while referring the SAFETY MANUAL, the names NTPC Ltd/National Thermal Power Power Corporation shall be replaced & read by name Ratnagiri Gas & Power Pvt Ltd)

34.0 SUB-LETTING OF CONTRACT: No part of this contract nor any share or interest therein in any manner or extent, will be transferred or assigned or sub-let, directly or indirectly to any person/firm or organization.

35.0 RIGHT TO GET SERVICES CARRIED OUT THROUGH OTHER SERVICES: Nothing contained herein shall restrict OWNER from accepting similar service from other agencies, at its discretion and at risk and cost of the CONTRACTOR, if the CONTRACTOR fails to provide the said services any time.

36.0 DISCIPLINE: The contractor shall be responsible for the proper behavior of the persons employed by him and exercise control over them. He shall also bound to prohibit and prevents his employees from taking any direct or indirect interest and/ or support assist maintain or employees from taking any direct or indirect interest and/ or support assist maintain or help any person or persons engaged in any antisocial activities, demonstration, riots or agitation, which may in any way be detrimental or prejudicial to the interest of the Company or of the proprietors or occupiers of land/ properties in the neighborhood. In the event of any such action by his person or persons, Contractor shall be fully and exclusively responsible therefore and shall keep the company harmless and indemnified from any consequential claims actions, suits, proceedings, loses or damages on any ground whatsoever.

Page 49: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 49 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

In any case, if RGPPL considers presence of any of the persons of the contractor undesirable for whatever reasons including integrity, conduct, competence, 24 hours notice in writing will be given by RGPPL to the Contractor and such persons shall be necessarily removed from the site by the Contractor on receipt of said notice. Such a person will not be re-employed without the express and written authorization of Engineer In-Charge of RGPPL. Suitable replacement/ arrangement to be made by the contractor to ensure uninterrupted services under above circumstances as per the instruction of the Company representative.

37.0 RATE VALIDITY: The rates agreed to herein shall remain fixed till the expiry of the contract and the contractor shall not be entitled to any increase or any other right or claim whatsoever by way of representation, explanation or statement or alleged representation or any understanding or assurance given or alleged to have been by any employee of the company or due to, contractor own ignorance or on account of any difficulties or hardships faced by him. It is not binding on RGPPL to execute all the quantities in the BOQ.

38.0 HANDING OVER OF SITE: Efforts will be made by the Owner to hand over the site

to the Contractor free of encumbrance. However, in case of any delay in handing over of the site to the Contractor, the Owner shall only consider suitable extension of time for the execution of the work. It should be clearly understood that the Owner shall not consider any other compensation whatsoever. The Owner reserves the right to hand over the site in parts progressively to the Contractor. The Contractor will be required to do work on such released fronts in parts without any reservation whatsoever.

39.0 DAMAGE: While execution of work contract activities should not cost any damage

to the existing equipments like SS Tubing, Gauges, Other instruments etc. If any part of equipment or any equipment is damaged by contractor or his men, the same shall be replaced on the risk and cost of contractor.

40.0 LOCAL TRANSPORTATION: The transportation/movement for personnel and material

inside and outside the plant premises will be scope of contractor.

41.0 The contractor shall not engage any person less than 18 years of age.

42.0 All payments to the employee are to be done through online payment only.

43.0 Dispute and Arbitration: The agencies hereto shall endeavor to settle all disputes and differences relating to and/or arising out of the Contract amicably. The decision of the Officer/ Engineer-In-Charge shall be binding on the agency. In case of any dispute or difference it shall be resolved through arbitration for which Head of RGPPL site shall be the arbitrator. However in the event of non acceptance by the agency, any third party arbitrator shall be appointed by mutual agreement. In the event of litigation, the court at Mumbai shall have the jurisdiction over the same.

a) In case of any violation of statutory provision under labour laws/or otherwise on behalf of the agency there will not be any liability on RGPPL.

b) In case of breach of any of the terms of agreement, the security deposit of the agency is liable to be forfeited. Any sum of money due, is payable to the agency including the security deposits refundable to him under the contract, can be appropriated by RGPPL against any amount which the agency may owe to RGPPL.

Page 50: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 50 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

In the event of a dispute arising out in connection with the interpretation of any clause in the terms and condition of the contract, agreement, or otherwise the decision of GM, RGPPL will be final and binding.

SPECIAL CONDITIONS ON COVERAGE OF EMPLOYEES PROVIDENT FUND 1.0 The agency shall be liable to extend Provident Fund benefits as provided under

Employee’s Provident Fund Scheme to all employees from the date of their joining in the establishment as provided under para 26 of Employee’s Provident Fund Scheme - 1952.

2.0 The agency shall get their establishment covered under the Employee’s Provident Fund

& Miscellaneous Provisions Act, 1952 and obtain independent PF Code No. directly from the appropriate Regional Provident Fund Commissioner.

3.0 The agency shall be liable to deduct the PF contribution from his Employee and deposit

the contribution (Employees & Employers both) to the concerned Regional Provident Fund Commissioner before 15th day of every calendar month falling which RGPPL will take necessary action as deemed fit.

4.0 After disbursement of wages( preferably through bank payment), the agency shall

submit certified copy of the wage sheet bank payment schedule to Officer-in-Charge latest by 15th day of every calendar month for determination of Provident Fund Liability and other statutory obligations.

Page 51: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 51 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

APPENDIX-1 TIME SCHEDULE

Note:

1. The time of completion given above shall be reckoned from the date of issue of: Fax/Letter of intent/LOA whichever is earlier”.

2. The time of completion given above includes mobilization at site and completion of all works in all respects, preparation and submission of all reports & commissioning.

3. Demobilization, in line with all the provisions of the Bid document, to the fullest satisfaction of owner.

Name of Work Time of Completion

HIRING OF GAS ENGINE DRIVEN BOG BOOSTER COMPRESSOR FOR RGPPL LNG TERMINAL AT DABHOL

1. TWELVE (12) MONTHS FOR SUPPLY, INSTALLATION

AND COMMISSIONING. 2. PLUS TWO (02) YEARS FOR OPERATION AND

MAINTENANCE , WHICH IS FURTHER EXTENDABLE TO ONE MORE YEAR ON THE SAME TERMS AND CONDITIONS

3. TWO WEEKS FOR DE_ MOBILIZATION OF EQUIPMENTS FROM SITE.

Page 52: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 52 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

APPENDIX-1I

TERMS OF PAYMENT

1. ON ACCOUNT OF PAYMENTS:

Progress payments shall be released to Contractor against monthly running account bills duly certified by Engineer-In-Charge after affecting the necessary deductions / recovery of mobilization advance and other deductions as per the contract. The basis for payment against various items shall be as below: 1.1. Payments for mobilization, supply, installation, testing & commissioning (SL.NO.1 of

SOR/BOQ/Price Schedule) ---- 50% against mobilization/deployment of equipment at sight. ---- 40% against Construction, Installation, Testing & Commissioning at site ---- 10% against Completion of Architectural Facilities like Portacabins, Support Structures, Compressrs’_Shed, Flame-proof Lightings, Flooring, Painting and acceptance thereof.

1.2. Payment for SL.No. 2 & 3 of SOR ---- 100% against monthly running bill. (See Note-(b) below)

NOTE:

a) Payments shall be made after necessary deductions on account of income tax and other deductions, as applicable, as per the provisions of the Contract as required under the law.

b) Further break up of above payment terms, if deemed necessary for any progressive payment of individual items may be mutually arrived at by Engineer-In-Charge and the Contractor.

c) Payment of monthly invoices shall be made by the owner within 30 (thirty) days

from the date of submission of invoices. Payment of monthly invoices shall not deemed to affect in any manner Contractor’s responsibility for carrying out the works during the entire contract period in accordance with the requirements of the contract until certification of the whole of the works and acceptance thereof by owner/ Engineer-In-Charge.

Page 53: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 53 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

(Section - E) Price Schedule/BOQ/SOR:

SN

Description Unit QTY Rate (Rs.) Amount

(Rs.) In Fig In Words

1

Mobilization, deployment, Construction, Installation, testing & Commissioning and Hook-up with existing system of the compressor package, as per the Scope of Work, description, design and commercial conditions stipulated in the Bidding document for 12 T/ hr compressors and as directed by the Engineers In Charge

Lump sum

01

2

Day rate : Operating Day rate(ODR) for operation and Maintenance of the system through adequately experienced and skilled manpower including supply of consumables, lubricants, spares, replacement/rectification of defective parts etc. as safe operation practice and standards as detailed out in the tender specifications and as directed by the Engineers In Charge. Considering regular operation of 5 months in a year for 2 years period and during ship unloading period of 40 days in a year (@ 2 days for 20 ships) for 2 years for 12 T/ hr by providing minimum 2 or max. 3 machines

Days 386

3

Stand-by day rate with crew for 7 months in a year, for 2 years period except ship period of 40 days in a year (@ 2 days for 20 ships) for 2 years

Days 345

Total (Rs.):

* All inclusive except service tax.

Service Tax (in %)……………… In (RS.) ……………………………………………………………. Total Amount including service tax: (In figure)…………………………………………………………………………………………………….. (In words)…………………………………………………………………………………………………….. Notes:

Page 54: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 54 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

i) If the equipment is not available less than 4 hours, payment of day rate to be paid to the contractor for the machines by deducting the pro-rata of non availability period.

ii) If the equipment is not available more than 4 hours & less than 8 hours, payment of operating day rate to be paid to the contractor for the machines by deducting 1.5 times the pro-rata of non availability period.

iii) If the equipment is not available for 8 hours and more than 8 hours, payment of operating day rate to be paid to the contractor for the machines by deducting twice (double) the pro-rata of non availability period.

iv) Pro-rata payment of operating day rate / stand by day rate to be paid to the contractor for the machines which are in operation / standby mode.

v) At any time after acceptance of the tender RGPPL has the right for early termination of the contract, anytime by giving three months notice.”

vi) Mobilization period shall be 12 months. No separate demobilization charges shall be given.

vii) Offered compressor package shall be brand new.

viii) In the event of discrepancy between the rate given by the tender as described in words and that stated in figures, the description in Words shall prevail.

ix) Rates to be quoted both in figures and words. In case, the rate is not quoted in words, RGPPL reserves the right to reject the bid.

x) Evaluation shall be made on package basis.

xi) In the event of an error occurring in the amount column of Price Schedule as a result of wrong extension of the unit rate and quantity, the unit rate shall be regarded as firm and extended Price shall be amended on the basis of the unit rate.

xii) Agency shall clearly mention the taxes, duties & levies applicable over their quoted rates, in case nothing is mentioned, quoted rates shall be construed as inclusive of all taxes, duties & levies. No Post BID request shall be entertained. As regard to income tax, Surcharge on Income-Tax and any other corporate Tax, owner shall not bear any tax liability & as per the provisions of the Indian laws, owner shall deduct Income-Tax at source from all the payments to be made to the Contractor in accordance with the provisions of Indian Income-Tax law as applicable from time to time and deposit the same to the concerned Government authorities.

xiii) These bidding documents together with all its attachments / enclosures thereto, shall be considered to be read, understood and accepted by the bidders, unless deviations are specifically stated seriatim by the bidder. The deviations (if any) are to be indicated only on the Format “Deviation Statement” for clear identification. However if any additional conditions / variations are found in the proposal documents other than those stated in the deviations statement & those pertaining to any rebates offered, will not be given effect to. Any deviation will be loaded over & above the quoted price as per the standard RGPPL norms to arrive the bidder position for contract finalization.

xiv) The BOQ indicated is as envisaged. However the executions of all the quantities in BOQ are not binding to RGPPL.

xv) Increase or decrease in execution of BOQ will not affect the price of quantity executed.

Page 55: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 55 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

(Section F) Compressor Process DATA Sheet

Page 56: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 56 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

Page 57: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 57 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

FUEL GAS CONSUMPTION:

Contractor confirms that at any time, the fuel consumption for the Compressor Package shall not exceed more than […………….] SCMD to be prorated for running hours. Should at any stage the fuel consumption exceeds from this maximum quantity, RGPPL shall have right to recover the additional fuel gas consumption as per prevailing LNG rates taken from GAIL India Ltd., plus regasification charges thereof per SCM.

Agency has to clearly submit Fuel Gas Consumption as above.

Page 58: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 58 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

Annexure-I

GENERAL SAFETY OBLIGATION TO AGENCIES

1. Contractor has to arrange for all the safety equipments like safety shoes, Helmets, goggles, gloves, safety belts etc required for safety of their workers working at site.

2. The contractor shall issue photo entry pass for their personnel to be deployed inside plant, which they shall be required to display prominently during the period of their stay within the company premises.

3. The contractor shall obtain proper gate pass for entries and exists of all materials and equipments inside the plant.

4. Liabilities for Safety at site shall be strict in the observance of the existing safety and accident prevention regulations of RGPPL.

5. Contractor has to take special precaution to ensure that the personnel under his control do not carry any combustible materials such as matchbox, cigarettes, etc. Smoking is strictly prohibited inside plant premises.

6. The Contractor shall have the group insurance/Workman’s compensation policy for the working manpower at site looking the scope of work and as per the statutory rules for the complete period of contract.

7. The Contractor shall ensure proper safety to all the workman, materials, plant and equipments belonging either to him or to other agencies or to RGPPL at the Site.

8. The Contractor will notify well in advance to the Engineer-in-charge of his intention to bring to the site any container filled with liquid or fuel or gas or explosive or petroleum substance which may involve chemical hazards, The Engineer-in-Charge shall have the right to prescribe the terms and conditions under which such container is to be handled and used during the performance of the works and the Contractor shall strictly adhere to and comply with such instructions. The Engineer-in-Charge shall have the right at his sole discretion to inspect any such container or such construction plant for which material in the container is required to be used and if in his opinion, its use is not safe, he may forbid its use,

9. All equipments used in construction and direction by Contractor shall meet Indian/International standards and where such standards do not exist, the Contractor shall ensure these to be absolutely safe. All equipments shall be strictly operated and maintained in accordance with manufacturer's operation manual and safety instructions and as per guidelines of RGPPL in this regard.

10. Periodical examinations and all tests for lifting/hoisting equipments and tackles shall be carried out in accordance with the relevant provisions of factories Act. 1948, Indian Electricity Act. 1910 and other applicable laws/rules in force from time to time. A register of examinations and tests shall be properly maintained and will be promptly produced as and when desired by Engineer - in -Charge or by the person authorized by him.

11. The Contractor shall fully responsible for the safe storage of his and his sub-Contractor's radio-active source in accordance with BAFO/DAE in connection with use storage and will be promptly taken by Contractor.

12. The Contractor shall provide suitable safety equipments of prescribed standard to all employees and workman according to the need or as may be directed by Engineer-in-Charge who will also have right to examine these safety equipments and determine their suitability, reliability, acceptability and adaptability.

13. Where explosives are to be used, the same shall be used under the direct control and supervision of an expert, experienced, qualified and competent person strictly in accordance with the code or practices/rules framed under Indian Explosives Act, pertaining to handling, storage and use of the explosives.

14. The Contractor shall provide safe working conditions to all workman and employees at the site including safe means of access railing, stairs, ladders, scaffoldings, etc. The scaffoldings shall be erected under the control and supervision of an experienced and competent person. For erection, good and standard quality of material shall be used by the Contractor.

15. The Contractor shall not interfere or disturb electric, fuses, cables and other electrical equipments belonging to the owner or other Contractor under any circumstances, whatsoever unless expressly permitted in writing by RGPPL to handle such fuses, cables or electrical equipment.

16. No weight of any description will be imposed on any cable and no ladder or similar equipment shall rest against or attached to it unless expressly permitted to do so by RGPPL.

17. No repair work shall be carried out on any live equipment. The equipment must be declared safer by engineer - in- charge and a permit to work shall be issued by Engineer-in-Charge before any repair work is carried out. While working on electric line/equipments whether alive or dead, suitable type and sufficient quantity of tools will have to be provided by Contractor to electricians/workmen/officers.

18. The Contractor shall employ necessary number of qualified, full time electricians/ Electrical. Supervisors to maintain his temporary electrical installations.

Page 59: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 59 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

19. The Contractor employing more than 250 workmen, whether temporary, casual, probationer regular or permanent or on contract, shall employ at least one full time exclusively as safety officer to supervise safety aspects of the equipments and workman who will coordinate with the project safety officer. In case of work being carried out through Sub-Contractor the sub-Contractor's workman/employees will also be taken in to account as for the Contractors workman/employees, purpose of observing safety precautions and appointing safety officer. The name and address of such safety officer or Contractor will be promptly informed in writing to Engineer - in - Charge with a copy to project safety officer-in-Charge

20. In case of any accident occurs during the construction/erection or associated activities undertaken by the Contractor thereby causing any minor or major or fatal injury to his employees due to any reason, whatsoever, it shall be the responsibility of the Contractor to promptly inform the same to RGPPL's Engineer - in - Charge in prescribed form and also to all the authorized envisaged under the applicable laws.

21. The Engineer -in - charge shall have the right at his sole discretion to stop the work, if in his opinion the work is being carried out in such a way that it may cause accidents and endanger the safety of the workmen and equipments. In such cases, the Contractor shall be informed about the nature of hazards and possible injury/accident and he shall comply to remove shortcomings promptly. The Contractor shall stopping the specific work, can, if felt necessary, appeal against the order or stoppage the specific work to the General Manager of the project within 15 days of such stoppage of work and his decision in this respect shall be conclusive and binding on the Contractor.

22. The Contractor shall not have any right to claim any damages/compensations for stoppage of work due to safety reasons as provided in para 21.0 above and the period of such stoppage of work will not be taken as an extension of time for completion of work and will not be exempted for purpose of levy of liquidated damages.

23. The Contractor shall follow and comply all RGPPL safety instructions and codes, relevant provisions of applicable laws pertaining to the safety of workmen, employees, plant and equipment as may be applicable from time to time without any demur, protest or contest or reservation. In case of conflict, the statutory provision shall over ride RGPPL instructions on any particular safety measure.

24. If the Contractor fails in providing safe working environment as per the safety instructions/ codes etc. or continues the work even after being instructed to stop work by Engineer-in -charge as provided in para 21.0 above, the Contractor shall be liable to promptly pay on demand by the owner such compensation amount per day or there of as may be determined by the Engineer-in-charge, which shall not exceed Rs. 5,000/- per day or the actual loss suffered by the owner whichever is more. However, in case of accident taking place causing injury in any individual their provision contained in para 26.0 shall also apply in addition to the compensation mentioned in this para.

25. In case of continued violation of RGPPL safety instructions and codes and applicable laws which are prepared to ensure safety to men and material and plant and equipment or Contractor's will failure to comply with instructions of Engineer-in-Charge as aforesaid RGPPL shall have the right at its sole discretion of debar such Contractor’s for award of any contract in future, Further RGPPL shall not permit its Contractor’s also to award any of their sub-Contractor’s to any such defaulting Contractor’s under any circumstances, whatsoever.

26. If the Contractor does not take all safety precautions and/or fails to comply with the safety instructions as prescribed by RGPPL or under the applicable law for the safety of the equipment and plant and for the safety of its workmen and the Contractor does not prevent hazardous conditions which cause injury to his own employees who are working at site or adjacent thereto, the Contractor shall be responsible for payment of compensation to RGPPL as per the following schedule.

a) Fatal injury or accident causing death of workmen or employees

As determined by the workmen compensation commissioner under Workmen’s Compensation Act 1923 and any subsequent amendment. b) Major injuries or accident causing 25% or

more permanent disablement to workmen or employee

27. The Compensation mentioned above shall be in addition to the compensation payable to the workmen/employees under the relevant provisions of the workmen's compensation Act & Rules framed there under or any other applicable laws as applicable from time to time. In case the owner is made to pay such compensation then the Contractor is bound to reimburse the owner such amount in addition to the compensation indicated above.

28. If the Contractor observes all the safety instruction, Laws and Rules during the currency of contract awarded by the owner and no accident (Fatal or major or minor accident/ injury) occurs to any of its workmen or equipment due to non compliance of safety instructions and applicable law then RGPPL may consider the performance of the Contractor and award suitable "ACCIDENT FREE SAFETY MERITORIOUS AWARD" as per scheme detailed/ announced separately to such Contractor after successful completion of their contracts, which apart from monetary benefit may add to the Contractor’s qualification competing for other contracts of RGPPL.

Page 60: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 60 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

Annexure-II

GENERAL ENVIRONMENTAL OBLIGATIONS TO AGENCIES

1. Ratnagiri Gas & Power Pvt. Ltd (RGPPL) is implementing its environment Management System in line with ISO-14001 standards. The environmental policy is documented, implemented and maintained at RGPPL and shall be available to all interested parties on demand.

2. We expect our business partners to adhere to the requirements of our Environmental policy, salient features of which are:

a. Continual improvement in its environmental performance b. Control and prevention of pollution c. Conservation of natural resources d. Waste minimisation e. Compliance with regulatory requirements f. Creating environmental awareness to its employees and associates working with it.

3. Accordingly, all the successful bidders shall also be responsible to act and comply towards our Environmental Policy. They shall also extend full co-operation to the authorized representative of RGPPL to achieve the objective of the Environment Policy.

4. The successful bidder may note that: i. The personnel employed by them have requisite knowledge to carry out the job entrusted to them

in an environmentally conscious way and are aware of RGPPL Environment Policy. In case they require any clarification in the Environment Policy and its objectives, they can contact the Engineer-in-Charge for the same.

ii. The personnel engaged by them use the required personnel protective equipments while at work, wherever required.

iii. They should ensure that water, fuel and energy are used judiciously i.e. water & power points are closed/put off when not in use.

iv. Limit to the speed limits while driving. v. For the hired vehicles of RGPPL the smoke emission from vehicles shall be as per norms laid down

by Motor Vehicle Act, which is subject to change from time to time. Necessary PUC Certificate shall be produced to RGPPL officials on demand.

vi. The vehicles employed by them meet the requirement of the PUC norms. Check the vehicles for energy efficiency, vehicular emission, oil leakages, tyre pressure etc regularly and correct if needed.

vii. Any oil/chemical leakage shall be immediately brought to the notice of Engineer-in-Charge so that corrective action is taken quickly to avoid any water/land/air contamination.

viii. Care shall be taken while filling/removal of oil from the equipments that no spillage take place. Any used oil removed from the equipment shall be filled in drum marked as “Used Oil Drums”.

ix. Proper housekeeping shall be done after maintenance activity. The waste/garbage collected from various site by housekeeping contact personnel shall be disposed as per instructions of Engineer-in-Charge.

x. Use recyclable material to the extent possible in packing. xi. Take all precautions as necessary while carrying hazardous chemicals and hazardous wastes.

a. Insist for MSDS for hazardous chemicals and TREM card for hazardous wastes. b. Comply with the requirements of Hazardous Chemicals (Handling & Management)

(Amendment) Rules, 2003 and or Hazardous Wastes (Management, Handling and Trans-boundary Movement) Rules, 2008.

c. Comply with the provisions of Motor Vehicle Act1988. xii. Inform the Shift In-charge at 321, 331 or 332 in case of any accidents/emergency within the plant

premises. 5. Any non-conformity or act which may be detrimental to the RGPPL Environmental Policy and to the

environmental objectives and targets shall be dealt in by RGPPL sternly and suitable action may be taken as deemed fit.

Page 61: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 61 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

Annexure-III

DEVIATION STATEMENT BY BIDDER

The following are the deviations and variations from and exceptions to the specification and bidding document for “Hiring of BOG Booster Compressor for LNG Terminal”. These deviations and variations are exhaustive. Except for these deviations and variations, the entire work shall be performed as per RGPPL’s Specification and Documents. Further, we agree that additional conditions, variations, if any found in the proposal documents other than those stated in this deviations schedule, save those pertaining to any rebates offered, shall not be given effect to.

Sr. No.

Ref. Clause No. Details of Deviation Taken

Cost to Withdrawal of Deviation

Signature of BIDDER

Name

Designation

Company Seal

Page 62: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 62 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

Annexure-IV

BIDDER ’S PROPOSAL (On Company’s Letter Head)

Date:

BIDDER ’s Proposal Ref.: BIDDER’s Name and Address Phone No._________________________ Mobile No.___________________________ Fax_____________________________ To, DGM (C&M) Ratnagiri Gas & Power Pvt. Ltd., Ratnagiri Gas & Power Project, At: Anjawel, Tal. Guhagar, Dist.: Ratnagiri – 415 634. Dear Sir, Sub.: Proposal for the Work of ________________________________________________ ___________________________________________________________________ Due for opening on ____________________________________against your tender No. _______________ We the undersigned Bidder having read and examined in detail the tender documents for the subject work to be carried out against your above referred tender enquiry do hereby submit this proposal. We declare that the letter of award if awarded to us shall be strictly executed in accordance with your tender documents except for the variations and deviations all of which have been detailed out exhaustively in the deviation statement and attached to the proposal. We agree that any additional conditions if found in the proposal other than those stated in deviations schedule except those pertaining to any rebate offered shall not be given effect to. We also confirm that our offer shall remain valid for a period of 180 days from the date of opening of the tender.

We further confirm that the price schedule has been fully filled, signed and stamped and has been enclosed with this proposal. We also confirm compliance with the completion period indicated in the tender documents. Thanking you, Yours faithfully,

(SIGNATURE OF THE BIDDER)

Name

Designation

Company Seal

Page 63: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 63 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

(Annexure-V)

PROFORMA OF LETTER OF UNDERTAKINGS

(To be submitted by the Bidder along with his Bid) (To be executed on non-judicial paper of requisite value)

Ref.:………………… Dated: ………………… To Ratnagiri Gas and Power Pvt. Ltd., At/ PO: Anjanwel, Tal. Guhaghar, Dist. Ratnagiri-415634, Maharashtra, India Phone: 02359 – 241 134, Fax: 02359 – 241 093 Dear Sirs,

1. I*/We* have read, examined & understood the complete bid documents relating to the work of “Hiring of services of Maintenance Dredging of RGPPL's navigational channel for a period of three years”.

2. */We* hereby submit our Bid and undertake to keep our Bid valid for a period of six (6) months from the date of opening of bid i.e. upto …………….. I*/We*..............................................hereby further undertake that during the said period I*/We* shall not vary/alter or revoke my*/our* Bid.

3. This undertaking is in consideration of RGPPL agreeing to open my/our Bid and consider and evaluate the same for the purposes of award of Work in terms of provisions of clause entitled "Award of Contract" section in the Bid Documents. Should this Bid be accepted, I*/We* also agree to abide by and fulfill all the terms, conditions and provisions of the above mentioned bid documents.

Signature along with Seal of Company

.............................................. (Duly authorized to sign the Tender on behalf of the BIDDER ).

Name ........................................ Designation ..................................

Name of Co .................................. Witness (in block letters) Signature ................................. Date & Postal Address Date ......................................... ................................ Name & Address .............................. Telephone.No......................Fax. No………………………………………

Page 64: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 64 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

Annexure-VI

Certificate of Acceptance of Important Conditions of Bidding

(To be submitted on BIDDER ’s Letter Head)

With reference to the Tender No.: RGPPL/C&M/CS-2335/OT-51 for the work of “Hiring of BOG Booster Compressor for LNG Terminal”, I/we hereby confirm that I/we have read the provisions of the following clauses and further confirm that notwithstanding anything stated elsewhere to the contrary, the stipulation of the clauses are acceptable to me/us, and we have not taken any deviation to these clauses:

a) Bid Guarantee (EMD). b) Terms of Payment. c) Penalty & Liquidated damages Clauses. d) Contract Performance Gaurantee. e) Contract Termination Clause. f) Fraud Prevention Policy. g) Safety norms & General Environmental guidelines of RGPPL.

We hereby declare that only the persons or firms interested in this proposal as principal or principals are named herein and that no other persons or firms other than those mentioned herein, have any interest in this proposal or in the Contract to be entered into, if we are awarded the contract, that this proposal is made without any connection with any other person, firm or party likewise submitting a proposal, and that this proposal is in all respects for and in good faith, without collusions or fraud.

Date this ______________ Day of ________________ 2016 ________

Thanking you, we remain

Yours faithfully: For on behalf of...

Date : Signature :

Place : Printed Name :

Designation :

Common Seal :

Strike out whichever is not applicable.

Page 65: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 65 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

(Annexure-VII)

PROFORMA of Letter of Authority for Attending the Bid Opening

(To be submitted on BIDDER ’s Letter Head)

Ref. No.: Date: To, RATNAGIRI GAS AND POWER PRIVATE LIMITED, AT & POST: ANJANWEL, TAL.: GUHAGAR, DISTT: RATNAGIRI, MAHARSHTRA. PIN 415 634 Atten:……………………….. Dear Sirs, We …………………………………………… hereby authorize following representative(s) to attend the technical bid opening and priced bid opening against your Bid No. ………………………………. for …………………………………………………………………………… (item name)…………………………………

S.NO NAME DESIGNATION SIGNATORE

1.

2.

We confirm that we shall be bound by all and whatsoever our representative(s) shall commit. Yours Faithfully,

Signature……………………………… Name………………………………….. Designation…………………………. For & on behalf of………………. Seal………………………………………

Note: This Letter of Authority should be signed by a person competent and having the

power of attorney.

Page 66: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 66 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

(Annexure-VIII) Proforma for Bank Guarantee for "EMD"

(To be stamped in accordance with Stamp Act) (The non-judicial stamp paper should be in the name of issuing bank)

Bank Guarantee No. ………………… Date……………………………

To, Ratnagiri Gas and Power Pvt. Ltd.,

At & Post: Anjanwel,

Taluka: Guhagar,

District: Ratnagiri –

Maharashtra-415634 Dear Sirs,

In accordance with your NIT No. …………………….. dated …………. M/s………………..(***)………………. having its registered/Head Office at ………………………………………………………….(hereinafter called the ‘Bidder’) wish to participate in the said Bid for ……………………………(name of package)….. As an irrevocable Bank Guarantee against Bid Security for an amount of …………(*) …………… valid for …………….……… days from ……..(**) ………, is required to be submitted by the Bidder as a condition precedent for participation in the said bid, which amount is liable to be forfeited on the happening of any contingency mentioned in the Bidding Documents. We, the ……………….[Name and address of the Bank]…………… …………….. having our head office at ………………(#)……………. guarantee and undertake to pay immediately on demand by M/s Ratnagiri Gas and Power Private Ltd., (hereinafter called ‘RGPPL’) the amount ……..(*)………………………………………… (in figures and words) without any reservation, protest, demand and recourse. Any such demand made by the RGPPL shall be conclusive and binding on us irrespective of any dispute or difference raised by the Bidder. This guarantee shall be irrevocable and shall remain valid up to ……….(@)………………. . If any further extension of this guarantee is required, the same shall be extended to such required period (not exceeding one year) on receiving instructions from M/s ………[Bidders name]……………………… on whose behalf guarantee is issued. In witness whereof the Bank, through its authorized officer has set its hand and stamp on this ……………………………… Day of …………….20………… at …………. Witness (1) Signature…………………….. Signature....................................... Name ………………………….. Official Address……………. Name...........................................… (2)Signature………………………. Designation..................................... Name ………………………….. Official Address…………….. Bank’s Common Seal........................ Power of Attorney No.…………………………

Page 67: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 67 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

Annexure-IX

BANK GUARANTEE VERFICATION CHECKLIST

1. Bank Guarantee No.

2. Issuing Bank

3. Amount of BG

4. Nature of BG & No. of Pages

5. Validity of BG

6. Package Description

7. Party & Contracts Ref.

8. Bank Reference

CHECK LIST (BANK GUARANTEE)

S. N. DETAILS OF CHECK YES / NO

A Is the BG on non-judicial stamp paper of appropriate value, as per the prevail State Stamp Duty Act?

B

Whether date, purpose of purchases of stamp paper and name of the purchaser are indicated on the back of stamp paper under the Signature of Stamp vendor (The date of purchase of stamp paper should be not later than the date of execution of BG and the stamp paper should be purchased in the name of the executing Bank. Also the Stamp Paper should not be older than Six months from the date of execution of BG).

C In case the BG has been executed on Letter Head of the Bank, whether adhesive Stamp of appropriate value has been affixed thereon?

D Has the executing Officer of BG indicated his name, designation and Power of Attorney No. / Signing Power No. etc. on the BG?

E Is each page of BG duly signed / initiated by executants and whether stamp of Bank is affixed thereon? Whether the last page is signed with full particulars including two witnesses under seal of Bank as required in the prescribed proforma?

F Does the Bank Guarantee compare verbatim with the Proforma prescribed in the Bid Documents?

G In case of any changes in contents of text, whether changes are of minor / clerical nature (which in no way limits the right of RGPPL in any manner)?

H

In case of deviations in text of BG, which materially affect the right of RGPPL, whether the changes have been agreed based on the opinion by Legal Department of RGPPL or BG is considered acceptable on the basis of opinion of Law Department of RGPPL already available on the similar issue.

I Are the factual details such as Bid Documents No., NOA / LOA / Contract No., Contract Price, Amount of BG and Validity of BG correctly mentioned in the BG?

G Whether overwriting / cutting if any on the BG have been properly authenticated under signature & seal of executant?

J Whether the BG has been issued by a Bank in line with the provisions of BG / Contract Documents?

K In case BG has been issued by a Bank other than those specified in Bid / Contract Document, is the BG confirmed by a Bank in India acceptable as per Bid / Contract Documents?.

Date: ______________ Signature: _____________________ Place: _____________ Printed Name___________________

(Designation) __________________ (Common Seal) _________________ Note: The bidder is required to fill up this form and enclose along with the Bank Guarantee.

Guarantee.

Page 68: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 68 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

Annexure-X

PROFORMA BANK GUARANTEE FOR CONTRACT PERFORMANCE

(To be stamped in accordance with stamp Act) (The non-judicial stamp paper should be in the name of issuing bank)

Ref: Bank Guarantee No. :

Date :

To Ratnagiri Gas and Power Pvt. Ltd., At/ PO: Anjanwel, Tal. Guhaghar, Dist. Ratnagiri-415634, Maharashtra, India

Dear Sirs, In consideration of the Ratnagiri Gas and Power Pvt. Ltd., (hereinafter referred to as the 'Owner', which expression shall unless repugnant to the context or meaning thereof include its successors, administrators and assigns) having awarded to M/s………………………………. with its Registered /Head Office at…………………………………………………………………….. (hereinafter referred to as the 'Contractor', which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns), a Contract by issue of Owner's Letter of award No…………dated………….and the same having been unequivocally accepted by the Contractor resulting in a 'Contract’ bearing No…………. dated………….valued at ………………….for…………………………………………………………………

(Scope of Contract) and the Contractor having agreed to provide a Contract Performance Guarantee for the faithful performance of the entire Contract equivalent

to * ------------------------------------- % (percent) of the said value of the Contract to the Owner. We …………………………………………………………………………………, having its Head Office

(Name & address) at ------------------------------------------------------------------- (hereinafter referred to as the 'Bank', which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns) do hereby guarantee and undertake to pay the Owner, on demand any and all monies payable by the Contractor to the extent of ------------------------------ as aforesaid at any time upto ……………………… without any demur, reservation, contest, recourse or protest and/or (Days/month/year)

without any reference to the Contractor. Any such demand made by the Owner on the Bank shall be conclusive and binding notwithstanding any difference between the Owner and Contractor or any dispute pending before any court, tribunal or any other authority. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the Owner and further agrees that the guarantee herein contained shall continue to be enforceable till the Owner discharges this guarantee.

Page 69: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 69 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under this guarantee from time to time to extend the time for performance of the Contract by the Contractor. The Owner shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the Contractor, and to exercise the same at any time in any manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in the Contract between the Owner and the Contractor or any other course of or remedy or security available to the Owner. The Bank shall not be released of its obligations under these presents by any exercise by the Owner of its liberty with reference to the matters aforesaid or any of them or by reason of any other acts of omission or commission on the part of the Owner or any other indulgence shown by the Owner or by any other matters or thing whatsoever which under law would, but for this provision, have the effect of relieving the Bank.

The Bank also agrees that the Owner at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance without proceeding against the Contractor and notwithstanding any security or other guarantee that the Owner may have in relation to the Contractor's liabilities.

Notwithstanding anything contained herein above our liability under this guarantee is restricted to …………. and it shall remain in force upto and including **…………………. and shall be extended from time to time for such period (not exceeding one year), as may be desired by M/s …………………… whose behalf this guarantee has been given.

Dated this- - day of ------------------- 2016 at…………………………

WITNESS: 1………………………………………… ...........……………………………………

Signature Signature Name Bank’s Rubber Stamp Official address Name ……………………………… Designation with Bank Stamp 2………………………………………….. Signature Attorney as per Power Name of Attorney No…………… Official address Dated ……………..

NOTE: a) *This sum shall be ten percent (10%) of the Contract Value.

b) **The date shall be (36 months+2 weeks+3 months) from the date of award of contract.

Page 70: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 70 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

Annexure-XI

LIST OF SCHEDULED COMMERCIAL BANKS

A. SBI AND ASSOCIATES D. SCHEDULED PRIVATE BANKS (INDIAN BANKS)

1 STATE BANK OF INDIA 1 ING VYSYA BANK LTD 2 STATE BANK OF BIKANER & JAIPUR 2 ICICI BANK 3 STATE BANK OF HYDERABAD 3 HDFC BANK LTD 4 STATE BANK OF INDORE 4 UTI BANK LTD 5 STATE BANK OF MYSORE 5 YES BANK 6 STATE BANK OF PATIALA 7 STATE BANK OF SAURASHTRA 8 STATE BANK OF TRAVANCORE B. NATIONALISED BANKS 1 ALLAHABAD BANK 10 INDIAN OVERSEAS BANK 2 ANDHRA BANK 11 ORIENTAL BANK OF COMMERCE 3 BANK OF INDIA 12 PUNJAB NATIONAL BANK 4 BANK OF MAHARASHTRA 13 PUNJAB & SIND BANK 5 CANARA BANK 14 SYNDICATE BANK 6 CENTRAL BANK OF INDIA 15 UNION BANK OF INDIA 7 CORPORATION BANK 16 UNITED BANK OF INDIA 8 DENA BANK 17 UCO BANK 9 INDIAN BANK 18 VIJAYA BANK 19 BANK OF BARODA C. SCHEDULED PRIVATE BANKS (FOREIGN BANKS) 1 ABN AMRO BANK N.V. 7 SOCIETE GENERALE 2 BANK OF TOKYO MITSUBISHI UFJ LTD., 8 DEUTSCHE BANK A.G. 3 CALYON BANK 9 STANDARD CHARTERED BANK 4 BANK OF AMERICA NA 10 BANK OF NOVA SCOTIA 5 BNP PARIBAS 11 CITI BANK 6 BARCLAYS BANK 12 DEVELOPMENT BANK OF

SINGAPORE 13 HSBC Ltd.

E. OTHER PUBLIC SECTOR BANKS

1 IDBI Ltd.

NOTE: GUARANTEE FROM ANY FOREIGN BANK SHALL BE

CONFIRMED BY A SCHEDULED/NATIONALISED BANK IN INDIA.

Page 71: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 71 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

(Annexure-XII)

FRAUD PREVENTION POLICY

1.0 POLICY OBJECTIVES: The “Fraud Prevention Policy” has been framed to provide a system for detection and prevention of fraud, reporting of any fraud that is detected or suspected and fair dealing of matters pertaining to fraud. The policy will ensure and provide for the following:-

a. To ensure that management is aware of its responsibilities for detection and prevention of fraud and for establishing procedures for preventing fraud and/or detecting fraud when it occurs.

b. To provide a clear guidance to employees and others dealing with RGPPL forbidding them from involvement in any fraudulent activity and the action to be taken by them where they suspect any fraudulent activity.

c. To conduct investigations into fraudulent activities. d. To provide assurances that any and all suspected fraudulent activity will be fully

investigated.

2.0 SCOPE OF POLICY: The policy applies to any fraud, or suspected fraud involving employees of RGPPL (all full time, part time or employees appointed on adhoc/temporary/contract basis) as well as representatives of vendors, suppliers, bidder’s , consultants, service providers or any outside agency(ies) doing any type of business with RGPPL.

3.0 DEFINITION OF FRAUD: "Fraud" is a willful act intentionally committed by an individual(s) - by deception, suppression, cheating or any other fraudulent or any other illegal means, thereby, causing wrongful gain(s) to self or any other individual(s) and wrongful loss to other(s). Many a times such acts are undertaken with a view to deceive/mislead others leading them to do or prohibiting them from doing a bonafide act or take bonafide decision which is not based on material facts."

4.0 ACTIONS CONSTITUTING FRAUD: While fraudulent activity could have a very wide range of coverage, the following are some of the act(s) which constitute fraud.

The list given below is only illustrative and not exhaustive:-

a. Forgery or alteration of any document or account belonging to the Company b. Forgery or alteration of cheque, bank draft or any other financial instrument etc. c. Misappropriation of funds, securities, supplies or others assets by fraudulent means

etc. d. Falsifying records such as pay-rolls, removing the documents from files and /or

replacing it by a fraudulent note etc. Willful suppression of facts/deception in matters of appointment, placements, submission of reports, tender committee recommendations etc. as a result of which a wrongful gain(s) is made to one and wrongful loss(s) is caused to the others.

e. Utilizing Company funds for personal purposes. f. Authorizing or receiving payments for goods not supplied or services not rendered. g. Destruction, disposition, removal of records or any other assets of the Company

with an ulterior motive to manipulate and misrepresent the facts so as to create suspicion/suppression/cheating as a result of which objective assessment/decision would not be arrived at.

h. Any other act that falls under the gamut of fraudulent activity.

5.0 REPORTING OF FRAUD: a. Any employee(full time, part time or employees appointed on adhoc/

temporary/contract basis), representative of vendors, suppliers, bidders, consultants, service providers or any other agency(ies) doing any type of business with RGPPL as soon as he / she comes to know of any fraud or suspected fraud or

Page 72: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 72 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

any other fraudulent activity must report such incident(s). Such reporting shall be made to the designated Nodal Officer(s), nominated in every project/ HQ. If, however, there is shortage of time such report should be made to the immediate controlling officer whose duty shall be to ensure that input received is immediately communicated to the Nodal Officer. The reporting of the fraud normally should be in writing. In case the reporter is not willing to furnish a written statement of fraud but is in a position to give sequential and specific transaction of fraud/suspected fraud, then the officer receiving the information/Nodal Officer should record such details in writing as narrated by the reporter and also maintain the details about the identity of the official / employee / other person reporting such incident. Reports can be made in confidence and the person to whom the fraud or suspected fraud has been reported must maintain the confidentiality with respect to the reporter and such matter should under no circumstances be discussed with any unauthorized person.

b. All reports of fraud or suspected fraud shall be handled with utmost speed and shall be coordinated by Nodal Officer(s) to be nominated.

c. Officer receiving input about any suspected fraud/nodal officer(s) shall ensure that all relevant records documents and other evidence is being immediately taken into custody and being protected from being tampered with, destroyed or removed by suspected perpetrators of fraud or by any other official under his influence.

6.0 INVESTIGATION PROCEDURE:

a. The "Nodal Officer" shall, refer the details of the Fraud/suspected fraud to the HR Department of RGPPL, for further appropriate investigation and needful action.

b. This input would be in addition to the intelligence, information and investigation of cases of fraud being investigated by the HR of their own as part of their day to day functioning.

c. After completion of the investigation, due & appropriate action, which could include administrative action, disciplinary action, civil or criminal action or closure of the matter if it is proved that fraud is not committed etc. depending upon the outcome of the investigation shall be undertaken.

d. HR shall apprise "Nodal Officer" of the results of the investigation undertaken by them. There shall be constant coordination maintained between the two.

7.0 RESPONSIBILITY FOR FRAUD PREVENTION: a. Every employee(full time, part time, adhoc, temporary, contract), representative of

vendors, suppliers, bidders, consultants, service providers or any other agency(ies) doing any type of business with RGPPL, is expected and shall be responsible to ensure that there is no fraudulent act being committed in their areas of responsibility/control. As soon as it is learnt that a fraud or suspected fraud has taken or is likely to take place they should immediately apprise the same to the concerned as per the procedure.

b. All controlling officers shall share the responsibility of prevention and detection of fraud and for implementing the Fraud Prevention Policy of the Company. It is the responsibility of all controlling officers to ensure that there are mechanisms in place within their area of control to: Familiarize each employee with the types of improprieties that might occur in

their area. Educate employees about fraud prevention and detection. Create a culture whereby employees are encouraged to report any fraud or

suspected fraud which comes to their knowledge, without any fear of victimization.

Promote employee awareness of ethical principles subscribed to by the Company through CDA Rules.

Page 73: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 73 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

FORM OF ACCEPTANCE OF FRAUD PREVENTION POLICY

Name of Contract: “Hiring of BOG Booster Compressor for LNG Terminal”

To, RATNAGIRI GAS AND POWER PRIVATE LIMITED, At & Post: Anjanwel, Tal.: Guhagar, Dist.: Ratnagiri, Maharshtra, India – PIN 415 634 Phone: 02359 – 241 134, Fax: 02359 – 241 134 Ladies and Gentlemen: We have read & understood the contents of the Fraud Prevention Policy and undertake that we along with our associates/collaborator/subcontractor/sub-vendors/consultants/ service providers/personnel shall strictly abide by the provision of the Fraud Prevention Policy of RGPPL. Yours faithfully, Date: (Signature) …………………………………. Place: (Printed Name)…………………………….. (Designation)………………………………… (Common Seal)…………………………….

Page 74: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 74 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

Annexure- XIII

RTGS Format

Page 75: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 75 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

Annexure-XIV

Vendor Information Form: Bidders are requested to furnish the following information & enclose the valid documentary evidence against the same:

Name & Address of the Company :

Order to be issued at :

Registered / Head office :

Agency must clearly mention, whether they fall under medium /small /micro enterprise (MSME). If No please mentioned clearly.

Medium Small Micro Other

Name & Designation of the key person authorized for this tender work.

Contact information : Mobile no:

Telephone No : Fax No: Email :

Status of the Company (Please mark tick as √) :

Proprietary Partnership Private Ltd Public Ltd

Central/State Govt./PSU’s

Others (Please Specify)

Registration no. of the Company / Firm :

*PAN No:

*PF / *ESI / *WCP nos :

Provident Fund no :

Employees State Insurance no : Workmen’s Compensation policy no :

*Sale Tax Nos : VAT/TIN No: CST No: WCT No:

*Service Tax : Service tax Registration no : Service Tax Category:

Association with RGPPL : (Please mark tick as √)

No existing relation : 1- 2 years : Over 2 years:

ISO & Other Certification :

Average annual Turnover of Last Three FY: (Please mark tick as √)

Upto 5 Cr : 5 Cr to 10 Cr : Above 10 Cr :

Line Business (Please mark tick as √) :

Manufacturer : Auth Dealer : General trader : Importer : Others (Please

specify) :

Nature of Product/Services dealt in :

* Bidders are requested to enclose the copy of supporting document along with the bid for verification.

Page 76: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 76 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

Annexure-XV

FINAL CHECK LIST Sr. No.

DESCRIPTION BIDDERS

CONFIRMATION 1. Bidder’s Details: a) Name a) Full address

c) Tel No. d) Fax No. e) Email

f) Name & designation of the person signing the bid

2. QR has been carefully examined & QR CHECKLIST filled in totality (All reference documents also enclosed)

3. Documentary proof for Power of Authority of the person signing the bid. 4. Validity: Bid: Valid minimum for Six (6) months from the date set for opening of

technical bid.

EMD: Minimum for Seven (7) months from the date set for opening of technical bid.

5. a) The scope has been quoted as per tender requirement. b) If reply to 5(a) is ‘No’, All the ‘Exception & Deviation’ have been furnished

in the format ‘Deviation Statement by Bidder’ along with the bid document.

c) There are no ‘Exception & Deviation’ other than those indicated as (b) above and if indicated in offer elsewhere same shall be considered ‘NULL & VOID”.

6. Currency of offer: a) The currency once quoted shall not be permitted to be changed. b) All the correspondences will be in English language only.

7. Price: a) A copy of price format / BOQ ( without price) but duly filled in with

Quoted/Unquoted word in each cell format duly signed and stamped to be submitted with un-priced part of bid.

b) Confirm that the prices quoted are as per ‘Price Format’ given in tender document without any change and submitted with the Price Part of the BID.

b) Quoted prices will remain firm and fixed till complete execution of the order.

c) The tender document is carefully studied & understood and quoted price are inclusive of all as per requirements of tender documents.

8. Terms and Conditions

a) Acceptance of ‘Terms & Conditions’ as Contained in Bid Document and GCC-O&M to the extent applicable.

b) In case of reservations, confirm that clause wise comments have been specified in ‘Deviation Statement by Bidder’ format.

9. Acceptance to the following: a) Payment Terms. b) Penalty Clause for non performance.

Page 77: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 77 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

APPENDIX - A

PROFORMA OF CERTIFICATE FROM THE CEO/CFO OF THE HOLDING COMPANY

(To be submitted by Bidder alongwith the Techno-Commercial Bid)

Ref. : Date: To, M/s Ratnagiri Gas & Power Pvt. Ltd. At & Post: RGPPL Anjanwel Tal: Guhagar, Dist: Ratnagiri Maharstra-415634 Dear Sir,

1) I, M/s ……………..…….. (CEO of the company / CFO of the company) declare that M/s

…………………............. (Name of the Holding Company) is the Holding

Company of M/s ……………………........ (Name of the Bidder)

2) I hereby confirm and undertake that the unaudited unconsolidated

financial statements (Balance sheet and Profit & Loss Account) submitted in

respect of the bidder as part of the Bid Reference No... ... dated...

... have been considered for the purposes of the finalisation of

Consolidated financial statements of the Holding Company (Balance sheet and

Profit & Loss Account)as part of the Annual Reports.

3) I further, certify that the figures in the unaudited unconsolidated financial

statements (Balance sheet and Profit & Loss Account) are true and correct and

same have been duly reflected in the audited consolidated financial statements

and/or Annual Report of the Holding Company.

Yours faithfully, (Signature) (Name & Designation) (Name of the Holding Company) (Seal of Holding Company)

Page 78: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 78 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

APPENDIX - B PROFORMA OF LETTER OF UNDERTAKING

(TO BE FURNISHED ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

[To be executed by the Holding Company Supported by Board Resolution and submitted by the Bidder alongwith the Techno-Commercial Bid, in case financial support is being extended by the Holding Company to the Bidder for meeting the stipulated Financial Qualifying Requirement] Ref. : Date: To,

M/s Ratnagiri Gas & Power Pvt. Ltd. At & Post: RGPPL Anjanwel Tal: Guhagar, Dist: Ratnagiri Maharstra-415634

Dear Sir,

1) We, M/s ........................ (Name of the Holding Company) declare that we are the Holding Company of M/s.................. (Name of the Bidder) and have controlling interest therein.

M/s……………………………………. .....(Name of the Bidder) proposes to submit the bid for

the package …………………………. (Name of the package) for RGPPL under bid reference no... .. dated ………………. and have sought financial strength and support from us for meeting the stipulated Financial Qualifying Requirement as per Clause……and…..of NIT Ref: No. RGPPL/C&M/CS-2335/OT-51

2) We hereby undertake & pledge our unconditional & irrevocable financial support for the execution of Contract for the said package to M/s. …………………………… (Name of the Bidder), in case they are awarded the Contract for the said package, at the end of the bidding process. We further agree that this undertaking shall be without prejudice to the various liabilities that M/s ……………………….. (Name of Bidder) would be required to undertake in terms of the Contract including the Performance Security as well as other obligations of the Bidder/Contractor

3) This undertaking is irrevocable and unconditional, and shall remain in force till the successful execution and performance of the entire Contract and/or till it is discharged by RGPPL.

4) We are herewith enclosing a copy of the Board Resolution in support of this undertaking.

Yours faithfully,

(Signature of Authorised Signatory) on behalf of the Holding Company) (Name & Designation) (Name of the Holding Company) (Seal of Holding Company)

Witness : (1) (2)

Page 79: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 79 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

APPENDIX - C

PROFORMA OF LETTER OF UNDERTAKING (TO BE FURNISHED ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

[To be executed by the Treasury Centre and submitted by the Bidder alongwith the Techno-Commercial Bid, in case financial support is being extended by the Treasury Centre to the Bidder for meeting the stipulated Financial Qualifying Requirement] Ref. : Date: To,

M/s Ratnagiri Gas & Power Pvt. Ltd. At & Post: RGPPL Anjanwel Tal: Guhagar, Dist: Ratnagiri Maharstra-415634 Dear Sir,

1) We, M/s ........................................ (Name of the Treasury Centre)

declare that we are the Treasury Centre of M/s............................ (Name of the Bidder) and have controlling interest therein.

M/s……………………………………. ......(Name of the Bidder) proposes to submit the bid for the

package …………………………. (Name of the package) for RGPPL under bid reference no... ........................ dated ………………. and have sought financial strength and support from us for meeting the stipulated Financial Qualifying Requirement as per Clause…… of NIT Ref: No. RGPPL/C&M/CS-2335/OT-51.

2) We hereby undertake & pledge our unconditional & irrevocable financial support for the execution of Contract for the said package to M/s. …………………………… (Name of the Bidder), in case they are awarded the Contract for the said package, at the end of the bidding process. We further agree that this undertaking shall be without prejudice to the various liabilities that M/s ……………………….. (Name of Bidder) would be required to undertake in terms of the Contract including the Performance Security as well as other obligations of the Bidder/Contractor

3) This undertaking is irrevocable and unconditional, and shall remain in force till the successful execution and performance of the entire Contract and/or till it is discharged by RGPPL.

4) We are herewith enclosing a copy of the Board Resolution in support of this undertaking.

Yours faithfully,

(Signature of Authorised Signatory) on behalf of the Treasury Centre) (Name of the Treasury Centre) (Seal of Treasury Centre)

Witness :

(1) (2)

Page 80: Hiring of BOG Booster Compressor for LNG Terminal

Ratnagiri Gas & Power Private Limited (RGPPL)

NIT No.: RGPPL/C&M/CS-2335/OT-51 Sub: Hiring of BOG Booster Compressor for LNG Terminal.

(Sign of the Bidder’s Authorized Representative) Ratnagiri Gas & Power Pvt. Ltd. Page 80 of 84

Regd Office: NTPC Bhawan, Core-7, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003

Site Office: At & Post: Anjanwel, Tal: Guhagar, Dist.: Ratnagiri -415 634, Maharashtra, India. Corporate Identification Number: U40105DL2005 PTC 138458 Website Address: www.rgppl.com Tel no: 02359 241134, email id: [email protected] ; [email protected]

P&I diagram

Page 81: Hiring of BOG Booster Compressor for LNG Terminal
Page 82: Hiring of BOG Booster Compressor for LNG Terminal
Page 83: Hiring of BOG Booster Compressor for LNG Terminal
Page 84: Hiring of BOG Booster Compressor for LNG Terminal