Liquefied Natural Gas (LNG) Floating Storage & Regasification ...

763
1 Government of Jamaica Liquefied Natural Gas (LNG) Floating Storage & Regasification Terminal August 31, 2011

Transcript of Liquefied Natural Gas (LNG) Floating Storage & Regasification ...

  • 1

    Government of Jamaica

    Liquefied Natural Gas (LNG)

    Floating Storage & Regasification

    Terminal

    August 31, 2011

  • 2 Section I. Instruction to Bidders

    Acronyms BDS Bid Data Sheet BOD Basis of Design BOT Build, Own, Operate and Transfer CFR Cost and Freight CIF Cost, Insurance and Freight CIP Carriage and Insurance Paid to (named place of destination) CPM Critical Path Method CPT Carriage Paid to CV Curriculum Vitae DAF Delivery at Frontier DAT Delivery at Terminal DDP Delivered Duty Paid (named place of destination) DDU Delivered Duty Unpaid DES Delivered Ex Ship DEQ Delivered Ex Quay EXW Ex factory, ex works or ex warehouse FAS Free alongside Ship FCA Free Carrier FEED Front End Engineering Design FIDIC Fdration Internationale des Ingnieurs Conseils (International

    Federation of Consulting Engineers) FOB Free on Board FSRU Floating Storage and Regasification Unit FSU Floating Storage Unit GCC General Conditions of Contract GOJ Government of Jamaica GSA Gas Sales Agreement HFO Heavy Fuel Oil HH Henry Hub HSE Health, Safety and Environment ICC International Chamber of Commerce IFB Invitation for Bids ITB Instructions to Bidders JEP Jamaica Energy Partners JGT Jamaica Gas Trust JPS Jamaica Public Service Company Limited JVCA Joint Venture, Consortium or Association

  • Section I. Instruction to Bidders 3

    LNG Liquefied Natural Gas LNGC LNG Carrier LOC Letter of Credit MOU Memorandum of Understanding NCC National Contracts Commission NEP National Energy Policy OCG Office of the Contractor General ORF Onshore Receiving Facility OT Open Tender OUR Office of Utilities Regulation PAJ Port Authority of Jamaica PCJ Petroleum Corporation of Jamaica PEP Project Execution Plan QAQC Quality Assurance/Quality Control RFP Request for Proposal SBD Standard Bidding Document SBLC Standby Letter of Credit SCC Special Conditions of Contract SPV Special Purpose Vehicle SRT Storage and Regasification Terminal TS Technical Specifications and Drawings TUA Teminal Use Agreement

  • 4 Section I. Instruction to Bidders

    Glossary

    Procuring Entity The Government of Jamaica acting on behalf of the Jamaica Gas Trust

    Project The Jamaica LNG Project which is comprised of the development and operation of a LNG SRT in Jamaica.

    Contractor The legal entity that is party to and performs a works contract, the other party to the contract being the Procuring Entity.

    Cabinet The executive and policy making arm of the Government of Jamaica.

    joint venture An ad hoc association of firms that pool their resources and skills to undertake a large or complex contract in the role of Contractor, with all firms (partners in the JV) being legally liable, jointly and severally, for the execution of the contract in the event of a partners withdrawal.

    subcontractor An individual or company hired by a Contractor to perform a specific task or portion of the contracted Works.

    Works The total work involvement in the Build Own Operate Transfer (BOT) of the LNG SRT, as is more specifically described in Section V, Works Requirements.

    In writing For the purpose of this document, means authenticated handwritten, typed, or printed; a document prepared in writing can be transmitted by telex, electronic mail, facsimile, with proof of receipt; and in the form requested by the sender.

  • Section I. Instruction to Bidders 5

    B I D D I N G D O C U M E N T S Issued on: August 31, 2011

    for

    Procurement of Liquefied Natural Gas (LNG)

    Floating Storage & Regasification Terminal

    ICB: 2011/L002

    Project: Jamaica LNG Project

    Procuring Entity: Government of Jamaica, on behalf of the Jamaica Gas Trust

  • 6 Section I. Instruction to Bidders

    Table of Contents

    PART 1 Bidding Procedures ..............................................................................................7 Introduction ....................................................................................................................8 Background ....................................................................................................................9 Market ............................................................................................................................9 Jamaica Energy Regulation..........................................................................................11 Project Organization ....................................................................................................13 Commercial Structure ..................................................................................................15 Credit Requirements ....................................................................................................17 Information Memorandum ...........................................................................................17 Clean Development Mechanism (CDM) .....................................................................18 RFP Schedule ...............................................................................................................18 Section I. Instructions to Bidders ................................................................................19 General Requirements ..................................................................................................21 Project Execution Plan .................................................................................................21 Project Organization ....................................................................................................21 Project Planning & Master Schedule ...........................................................................22 Procurement/ Sub-Contracting .....................................................................................23 Quality Assurance and Quality Control .......................................................................23 Health, Safety, Security and Environment Management .............................................24 Project Risk Management Plan ....................................................................................24 Section II. Bid Data Sheet ...........................................................................................47 Section III. Evaluation and Qualification Criteria ......................................................52 Section IV. Bidding Forms .........................................................................................54

    PART 2 Works Requirements ...........................................................................................61 Section V. Works Requirements .................................................................................62

    PART 3 Conditions of Contract and Contract Forms ................................................63

    PART 4 Attachments .........................................................................................................78 Attachment 01 - Information Memorandum ................................................................79 Attachment 02 - Basis of Design .................................................................................80 Attachment 03 - SRT Scope of Work ..........................................................................81 Attachment 04 - Pipeline & ORF Scope of Work .......................................................82 Attachment 05 - Pipeline & ORF Functional Specification ........................................83 Attachment 06 - Regas Plant Functional Specification ...............................................84 Attachment 07 - FSRU Functional Specification ........................................................85 Attachment 08 - Jetty Design Philosophy ....................................................................86 Attachment 09 - Pipeline & ORF Operating Philosophy.............................................87 Attachment 10 - FSRU Operating Philosophy.............................................................88 Attachment 11 - Personnel CV Forms .........................................................................89 Attachment 12 - Financial Resources Forms ...............................................................92 Attachment 13 - Letter from the Caribbean Coast Area Management Foundation

    (C-CAM) ..........................................................................................................94 Attachment 14 - National Environment & Planning Agency (NEPA), Permit

    Roadmap for LNG Project ...............................................................................95

  • Section I. Instruction to Bidders 7

    PART 1 BIDDING PROCEDURES

  • 8 Section I. Instruction to Bidders

    Introduction To improve its international competitiveness and reduce its dependence on

    imported petroleum, the Government of Jamaica (GOJ) has implemented a

    strategy to diversify its energy supply. The strategy aims at introducing

    natural gas into Jamaicas energy supply mix to obtain security of supplies and

    achieve long-term stability in energy prices and environmental sustainability in

    energy provision.

    Under this strategy, it is proposed to import liquefied natural gas (LNG) to

    Jamaica under long-term contractual arrangements and vaporize such LNG,

    initially to meet the needs of power generation and bauxite/alumina

    production. The initial estimate of demand in these sectors is equivalent to

    approximately 0.8 million tonnes of LNG per year, with the expansion of the

    bauxite/alumina sector and construction of new Independent Power Producers

    (IPPs) likely to raise the base LNG demand to around 2.5 million tonnes per year

    by 2025. It is expected that the importation of LNG will help to spur additional

    industrial and commercial growth that would benefit from the availability of

    natural gas and lower energy prices.

    In order to execute on this plan to diversify its energy supply with the

    importation of LNG, the GOJ has approved the issuance of two Requests for

    Proposals (RFPs), one for LNG Supply and the other for the Infrastructure

    required for the receiving, storage and re-gasification of the LNG. These RFPs

    will be issued concurrently in order to provide close coordination between the

    processes. A draft of the Terminal Use Agreement (TUA) will be made available

    by September 21, 2011 and will be posted on the website at

    http://www.cabinet.gov.jm/procurement.

    http://www.cabinet.gov.jm/procurement

  • Section I. Instruction to Bidders 9

    Background Jamaica has been exploring the option of introducing natural gas as an

    alternative fuel since 2001. The initiative was conceived to derive benefit for

    Jamaica by lessening its near total dependency on oil products and its exposure

    to the volatility inherent in the international oil markets.

    This initiative led to the execution of a Memorandum of Understanding (MOU) in

    2004 between the GOJ and the Government of Trinidad and Tobago to

    cooperate on the development of an LNG project in Jamaica based on LNG

    supplied from Trinidad. A result of this cooperation was a Front End

    Engineering and Design (FEED) study by Mustang Engineering, which was

    completed in 2006 for an onshore LNG receiving, storage and regasification

    terminal located at Port Esquivel, St. Catherine Parish. The negotiations to

    purchase LNG from Trinidad and Tobago were suspended in late 2006.

    In 2009, the GOJ renewed its efforts to pursue LNG as the preferred primary

    fuel diversification option under its National Energy Policy (NEP). By 2006, LNG

    Floating Storage Regasification Unit (FSRU) technology had sufficiently matured

    for it to be considered for Jamaica, due in part to the perceived lower costs

    and shorter implementation timeframe compared to the previous onshore

    terminal concept.

    A RFP was issued by the Petroleum Corporation of Jamaica (PCJ) in November

    2009 for the infrastructure required to utilize a FSRU, the related berthing

    facilities and the natural gas pipeline network (on-and off-shore) that would

    deliver natural gas to the various end-users throughout the island. In response

    to a review of the tender process undertaken by the Office of the Contractor

    General (OCG) that process was aborted and, the Cabinet approved, in June

    2011, the issuance of a new tender for the LNG Infrastructure. The Cabinet

    also approved a separate and concurrent RFP for LNG Supply.

    Market There have been various estimates for natural gas demand in Jamaica made by

    different groups over the last decade. The current LNG Project Team worked

    closely with the potential end users in the power and bauxite mining and

  • 10 Section I. Instruction to Bidders

    alumina refining industries to confirm these estimates and provide an updated

    summary of the potential firm demand for natural gas/LNG in Jamaica.

    Natural gas will be largely used by the power generation and the

    bauxite/alumina sectors. It will primarily serve as a replacement for Heavy

    Fuel Oil (HFO) which is currently being used in these industries. The estimated

    potential market for natural gas in Jamaica is in excess of 2 million tonnes of

    LNG per annum (mtpa), yet this Supply RFP will be limited to the initial firm

    demand.

    The first phase of the Jamaica LNG Project is focused on three key end users:

    Jamalco, Jamaica Public Service Company Ltd. (JPS) and Jamaica Energy

    Partners (JEP). Letters from these three potential end users stating their

    interest in purchasing natural gas from this project are attached at the end of

    this RFP. Jamalco, which has been operating in Jamaica since 1959 is a

    bauxite/alumina producer in which Alcoa is the majority owner. JPS holds an

    exclusive license for electricity transmission and distribution in Jamaica and an

    affiliate of JPS is currently planning to build a 360 MW power plant in Old

    Harbour, as a result of a RFP for new independent power producer (IPP)

    generation capacity issued by the Office of Utilities Regulation (OUR) and won

    by the JPS affiliate. JEP is an IPP operator and currently operates two medium-

    speed diesel power barges in Old Harbour operating on HFO with a production

    capacity of 125 MW.

    The phase one firm demand for LNG is shown in the table below:

    Potential future demand will include additional bauxite/alumina producers, as

    well as new power generation plants and the conversion of some of the existing

    power plants. The demand from the bauxite/alumina industry will be highly

  • Section I. Instruction to Bidders 11

    dependent upon the delivered price of the natural gas, which is a key input

    factor in the ongoing initiative for these plants to remain competitive in the

    world market.

    The future power generation demand forecast is taken from the OURs

    Generation Expansion Plan 2010 (available at http://www.our.org.jm)

    The forecast of future LNG demand for Jamaica is shown in the following graph:

    , which

    estimates additions to the generation base in Jamaica. Additional uses of

    natural gas in the residential, commercial and transportation sectors have not

    been included in these forecasts.

    Jamaica Energy Regulation As part of a National Energy Diversification Strategy, the development of a

    natural gas sector is considered a vital ingredient for the economic

    sustainability of Jamaicas development model. Introducing imported natural

    gas into Jamaicas energy supply mix will enhance security of energy supplies,

    and achieve a greater degree of long-term stability in energy prices, while

    fostering environmental sustainability in energy provision. A key economic

    driver is the goal of improving Jamaicas international competitiveness by

    reducing the cost of energy inputs on a unit basis.

    http://www.our.org.jm/

  • 12 Section I. Instruction to Bidders

    A draft regulatory policy document has been prepared with the objective of

    establishing an appropriate legislative and regulatory framework for an

    integrated and environmentally sustainable LNG import, storage and

    vaporization and delivery into a natural gas transport system.

    The integrated project will be composed of a number of elements which will

    serve as the foundation for a natural gas industry in Jamaica as noted below:

    i. Physical Facilities;

    Harbour and associated jetty facilities to receive LNG tankers and

    provide regular harbour services;

    Storage, liquefaction and vaporization plant for imported LNG;

    and

    Transmission and distribution network of pipelines to supply

    natural gas to downstream buyers;

    ii. A natural gas industry encompassing all forms of natural gas (gaseous,

    liquid or compressed) and including encompassing upstream and

    downstream markets, import and export, and the transportation sector

    (both marine and land based);.

    iii. Development of indigenous natural gas resources;

    iv. The erection of a gas/industrial park in the long run, facilitating small/

    medium and large industrial projects on a stratified basis to support the

    long term sustainable economic development of Jamaica, improving its

    international competitiveness and providing new employment

    opportunities;

    v. Promoting the utilization of cryogenic energy; and

    vi. An environment conducive to investment in LNG and natural gas

    infrastructure, as well as the emergence of and the commercialization of

    the natural gas sector.

    The GOJ has decided that the introduction of natural gas will be by private

    sector-led projects, in which one or more private entities will take primary

    responsibility for the design, financing and development of the entire

  • Section I. Instruction to Bidders 13

    infrastructure required to facilitate the importation, storage, and regasification

    of LNG and the distribution transmission of natural gas.

    In the short to medium term, the LNG project will target the power and

    bauxite/alumina sectors. In the medium to long term the natural gas sector

    could be expanded to make gas available to industrial, commercial and

    transport customers. At a later date the household sector is also expected to be

    added to the customer base. In the longer term, natural gas may be discovered

    within Jamaican territory to supplement the supply derived from imported

    natural gas.

    The ultimate goal of the Jamaican energy policy is to establish a well-defined

    governance, institutional and regulatory framework for the development of the

    energy sector as a whole. The policy is expected to provide for the

    establishment of institutions; rules; technical, operations, transport, health and

    safety standards; public education programs; and processes and procedures

    that would define and regulate the marketplace and its operations, including

    provisions to support the financing of investments; protection of the

    environment; and jurisdictions for the enforcement of breaches of legal

    requirements and protections, including the protection of local/foreign

    investors.

    The legal and regulatory policy and the resulting legislation will be consistent

    with the National Energy Policy (which can be found at

    http://www.men.gov.jm/PDF_Files/Energy_Policy/Energy%20Policy%20-

    %20October%2021,%202009.pdf)

    Project Organization

    . In designing a legal and regulatory

    framework, it is envisaged that there will be a comprehensive gas statute

    regulating the various aspects of the gas industry.

    The Prime Minister established the LNG Steering Committee in December 2010

    to oversee the development of the Jamaica LNG Project due to the importance

    to the national economy of a successful outcome to the endeavours. The LNG

    Steering Committee is chaired by Mr. Christopher Zacca, a well-known

    Jamaican businessman and Special Advisor to the Prime Minister, and is

    comprised of key private sector participants and representatives of various GOJ

    http://www.men.gov.jm/PDF_Files/Energy_Policy/Energy%20Policy%20-%20October%2021,%202009.pdfhttp://www.men.gov.jm/PDF_Files/Energy_Policy/Energy%20Policy%20-%20October%2021,%202009.pdf

  • 14 Section I. Instruction to Bidders

    agencies involved with the energy sector. The LNG Steering Committee reports

    to the Minister of Energy & Mining, the Honourable Clive Mullings.

    The LNG Steering Committee is assisted in fulfilling its mandate by experienced

    international advisors that have been engaged to provide key functions in the

    development of the LNG Project:

    a) LNG Project Manager (Mr. Ernie Megginson)

    b)

    Mr. Megginson has over 30

    years of energy and project management experience. He successfully

    managed the development, construction and start-up/operations of

    large-scale natural gas-fired projects in Thailand and Indonesia for two

    of the energy majors, Texaco and Chevron.

    Financial Advisor (Taylor-DeJongh)

    c)

    Taylor-DeJongh (TDJ) is an

    independent investment banking firm providing strategic, project finance

    and mergers and acquisitions advisory services for conventional and

    renewable energy, oil & gas, industrial and infrastructure clients

    globally. TDJ is globally respected for its expertise in project finance

    advisory services and is consistently ranked among the top global

    financial institutions for energy finance advise.

    LNG Commercial Advisor (Featherwood Capital)

    d)

    - Featherwood Capital

    provides energy related consulting services and commercial support for

    the development of LNG infrastructure throughout the world.

    Featherwood Capital LLC has extensive knowledge of the North American

    and International LNG industry as well as the natural gas transportation

    and distribution markets.

    LNG Technical Advisor (WorleyParsons)

    e)

    WorleyParsons is a worldwide

    engineering firm with extensive experience with regasification terminal

    design, onshore and subsea pipelines, floating production, storage and

    off-loading systems. WorleyParsons has experience in both conventional

    onshore and Floating Storage and Regasification System (FSRU).

    Legal Advisors (Local & International) The LNG Project has engaged

    well-qualified local and international legal counsels. The local external

    legal counsel, Livingston, Alexander & Levy, was established in 1911 and

  • Section I. Instruction to Bidders 15

    is one of the oldest and most respected legal firms in Jamaica. The

    external international legal counsel, Latham & Watkins, is one of the

    largest legal firms in the world, with over 2,000 attorneys with global

    offices in 29 different locations. Latham has been involved with large

    infrastructure project development and financing, including LNG

    projects.

    The LNG Steering Committee will initially manage the establishment of the LNG

    Project in Jamaica, including issuing the RFPs, evaluating the responses and

    negotiating, to the degree required, the project agreements. A private sector

    Special Purpose Vehicle (SPV), the Jamaica Gas Trust (JGT), will be established

    and will be the legal counterparty to execute the various commercial

    agreements.

    Commercial Structure After considering several alternatives, the LNG Steering Committee and its

    Advisors determined that the establishment of a privately-held Special Purpose

    Vehicle (SPV), Jamaica Gas Trust (JGT), would be the preferred structure to

    establish the creditworthiness of the Jamaica LNG Projects commercial value

    chain and secure a successful outcome for the people of Jamaica.

    The JGT will contract for the purchase of LNG through the SPA, secure the

    provision of LNG unloading, storage, regasification through a Terminal Services

    Agreement (TUA) and as required natural gas transportation services to

    accomplish the onward sale of natural gas (regasified LNG) to the Off-Takers.

    The basic commercial framework is set out in the graphic below. The LNG

    Seller will sell LNG to the JGT, who will in turn sell gas to Off-Takers labeled

    as End Users pursuant to Gas Sales Agreements (GSA). The JGT will enter into

    a TUA, which is separate from the SPA, with the Infrastructure Provider as

    determined by the Infrastructure RFP.

  • 16 Section I. Instruction to Bidders

    The JGT will establish a subsidiary (OPCO) that will perform scheduling of LNG

    imports, LNG inventory management, pipeline nominations and gas sales. The

    management of payments to the LNG Seller, which originate with the Off-

    Takers payments under the GSAs, will pass through a lock-box structure,

    which will be established at a trust bank by the JGT for the benefit of the

    Seller and the Infrastructure Provider.

    In order to establish the credit worthiness of the JGT to satisfy its obligations

    to the LNG Seller and Infrastructure Provider, the JGT will be capitalized by at

    least One Hundred Million United States Dollars (USD $100 million) of cash, in

    addition to Standby Letters of Credit (LOC) totaling One Hundred Million United

    States Dollars (USD $100 million) from the Off-Takers, which are the End

    Users.

    LNG Seller

    Jamalco

    New 360 MW IPP

    JEP

    Infrastructure Provider

    LNG Sales

    Payment

    Gas SalesPayment

    LNG Buyer/ Jamaica Gas Trust Co.

    Payment Regas Services

    Physical Form & Flow

    Liquid

    SRT PipelineLNG Ship End User

    Gas

  • Section I. Instruction to Bidders 17

    Receipt of payments from the End Users, which are in turn due to be remitted

    to the LNG Supplier and Infrastructure Provider, will be aggregated and

    distributed by an authorized Trust agent which will be an internationally

    recognized bank. The flow of funds will follow a structured water fall as

    illustrated below:

    Credit Requirements The JGT will provide a guarantee under the TUA to the successful Bidder of One

    Hundred Million United States Dollars (USD 100 million) based on the

    capitalization of the JGT for the entire term of the TUA, including any

    extensions thereof.

    The successful Bidder under the TUA would be required to guarantee an

    identical amount to the JGT in the form of a contractual obligation to pay if

    the successful Bidder is an investment grade-rated entity or, in the form of a

    Standby Letter of Credit (SBLC), if the successful Bidder is not a rated entity, in

    both cases for the entire term of the TUA including any extensions thereof.

    Information Memorandum Further information on the Jamaican economy, the End Users and the

    commercial structure, can be found in the Information Memorandum, which

  • 18 Section I. Instruction to Bidders

    was prepared by Taylor-DeJongh, the LNG Projects Financial Advisors, and can

    be found in Attachment 01 of this RFP package.

    Clean Development Mechanism (CDM) As part of the GOJs fuel diversification strategy, the GOJ anticipates that the

    LNG fuel switching initiative to generate substantial carbon credits under the

    Kyoto Protocol, or its successor agreements. Any bidder to this tender is

    expected to support the CDM compliance of the projects and to support the

    feasibility of this initiative, and assure maximum benefit for the Jamaican

    economy as a whole. Specific ideas and support actions by the respondents

    with respect to the CDM support will be appreciated and will receive additional

    points in the evaluation of the bid submissions per Section III, Evaluation and

    Qualification Criteria. This assistance is not anticipated to place a material

    burden on the successful bidder.

    RFP Schedule The proposed schedule (subject to change) for this RFP for LNG Floating Storage & Regasification Terminal (SRT) is as follows:

    Wed., Aug. 31, 2011

    Issuance of RFP

    Mon., Sept. 26, 2011

    Pre-Bid Meeting in Kingston, Jamaica

    Tue., Sept. 27, 2011

    Site Visit to Port Esquivel

    Wed., Nov. 30, 2011

    Deadline for receipt of RFP submissions

    Mon., Jan. 30, 2012

    Notification of the Selected Bidder

  • Section I. Instruction to Bidders 19

    Section I. Instructions to Bidders

    Table of Clauses PART 1 Bidding Procedures ..............................................................................................7

    A. General ..............................................................................................................................21 1. Scope of Bid .....................................................................................................25 2. Source of Funds ...............................................................................................25 3. Fraud and Corrupt Practices............................................................................25 4. Eligible Bidders ...............................................................................................27 5. Eligible Materials, Equipment, and Services ..................................................28

    B. Contents of Bidding Document ...................................................................................29 6. Sections of Bidding Document .......................................................................29 7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting ....................29 8. Amendment of Bidding Document ..................................................................30

    C. Preparation of Bids .......................................................................................................31 9. Cost of Bidding ................................................................................................31 10. Language of Bid ...............................................................................................31 11. Documents Comprising the Bid .......................................................................31 12. Letter of Bid, and Schedules ............................................................................32 13. Alternative Bids ...............................................................................................32 14. Bid Prices and Discounts .................................................................................33 15. Currencies of Bid and Payment .......................................................................33 16. Documents Comprising the Technical Proposal ..............................................34 17. Documents Establishing the Qualifications of the Bidder ...............................34 18. Period of Validity of Bids ................................................................................34 19. Bid Security .....................................................................................................35 20. Format and Signing of Bid ...............................................................................36

    D. Submission and Opening of Bids ................................................................................37 21. Sealing and Marking of Bids ...........................................................................37 22. Deadline for Submission of Bids .....................................................................37 23. Late Bids ..........................................................................................................37 24. Withdrawal, Substitution, and Modification of Bids ......................................38 25. Bid Opening .....................................................................................................38

    E. Evaluation and Comparison of Bids ...........................................................................39 26. Confidentiality .................................................................................................39 27. Clarification of Bids .........................................................................................40 28. Deviations, Reservations, and Omissions ........................................................40 29. Determination of Responsiveness ....................................................................40 30. Non-material Non-conformities .......................................................................41 31. Correction of Arithmetical Errors ....................................................................41 32. Conversion to Single Currency ........................................................................42

  • 20 Section I. Instruction to Bidders

    33. Margin of Preference .......................................................................................42 34. Evaluation of Bids............................................................................................42 35. Comparison of Bids .........................................................................................43 36. Qualification of the Bidder ..............................................................................43 37. Procuring Entitys Right to Accept Any Bid, and to Reject Any or All Bids .44

    F. Award of Contract .........................................................................................................44 38. Award Criteria .................................................................................................44 39. Notification of Award ......................................................................................44 40. Signing of Contract ..........................................................................................45 41. Performance Security .......................................................................................45 Table of Forms ...........................................................................................................54

    PART 2 Works Requirements ...........................................................................................61

    PART 3 Conditions of Contract and Contract Forms ................................................63

    PART 4 Attachments .........................................................................................................78

  • Section I. Instruction to Bidders 21

    Section I. Instructions to Bidders A. General

    Bidders technical proposal shall conform to the format outlined in this document, thereby demonstrating capability to perform all necessary Works to achieve the outlined objectives. The technical proposal shall consist of all the required information listed in each of the following sections in the order given.

    In all cases, the GOJ reserves the right to accept or reject submitted proposals(s) at its sole discretion without stating any cause or reason, and without any cost or liability or obligation on the part of the GOJ.

    General Requirements It is intended that this Request for Proposal (RFP) be reviewed in conjunction with the following documentation, which is attached:

    Basis of Design

    SRT Scope of Work

    Pipeline & ORF Scope of Work

    Pipeline & ORF Functional Specification

    Regas Plant Functional Specification

    FSRU Functional Specification

    Jetty Design Philosophy

    Pipeline & ORF Operating Philosophy

    FSRU Operating Philosophy

    Bidders shall strictly comply with the stipulations contained in the Basis of Design (BOD). Any deviations to the BOD shall be clearly identified in the Technical Proposal.

    Project Execution Plan The Bidder must submit an overall Project Execution Plan (PEP) covering Contractors Project/Administration/Interface Management, Engineering, Procurement, Construction, Testing & Commissioning and Operation and as part of the requirements specified in Section V. Works Requirements.

    Project Organization Bidders shall provide their project organization chart identifying the contractors representative and key personnel dedicated to the performance of the Works. The

  • 22 Section I. Instruction to Bidders

    chart shall also show the relationship of contractor's representative and his project team to the other parts of the Bidders organization together with the relationship proposed with major subcontractors or joint venture / consortium participants.

    Bidder shall provide the appropriate number of skilled personnel for the Project in accordance with the proposed project organization chart.

    Bidder must provide details of the organization structure for the project team. For a joint venture/partnership arrangement, the organization structure of each individual company shall be included, as well as the combined organization structure, indicating the relationship between the various entities within the joint venture/partnership.

    Bidder shall provide a corporate organization chart showing the reporting relationship of the personnel identified below, and their role in managing contracts of this nature:

    Directors

    Officers

    Senior Managers

    The organization chart shall be supported by resumes of key personnel substantiating their technical qualifications and relevant experience to manage and supervise the Works.

    Project Planning & Master Schedule Bidder shall provide a preliminary Project Execution Plan (PEP) to demonstrate to the Procuring Entity that Bidder clearly understands all aspects of the Works and has the resources and full capability to complete the Works within Procuring Entitys required schedule. Bidder shall additionally provide a similar preliminary PEP for each subcontractor where responsibility for execution of particular aspects of the Works has been delegated by the Bidder.

    Bidders submission shall include the following information:

    Level 1 schedule for the Works covering all phases of the Works, specifically referencing project management, engineering, procurement, surveys, fabrication, transportation, installation and tie-in, pre-commissioning, mechanical completion, commissioning, and final documentation. The schedule shall clearly demonstrate that Bidder fully understands the Works and the ability to comply with the schedule.

    Schedule of major items of construction plant and equipment to be used during each phase in the execution of the contract (including information covering: general specifications, capacity and capability, etc).

  • Section I. Instruction to Bidders 23

    Management process for each phase of the Works in accordance with the proposed organization, clearly indicating the methods Bidder will use to perform and control each phase of the Works.

    Description of Bidders project management and control system. Bidder shall demonstrate that the following functions are fulfilled in an integrated system:

    Planning and scheduling of the Works

    Progress reporting and forecasting

    Resource allocation

    Engineering Management

    Procurement & Materials Management

    Construction Management

    Installation Management

    Safety Management

    Document Control

    Material Control

    Subcontractor Management

    Detailed description of selected technology.

    Procurement/ Sub-Contracting Bidder shall describe in its preliminary project execution plan how it intends to plan, manage, and carry out the procurement and subcontracting activities as outlined in the Section V. Works Requirements. Bidder must demonstrate a sound, logical, well structured procurement process that addresses all relevant aspects of procurement planning, fabrication and management.

    Bidder shall confirm that a person within their organization is familiar with Governmental bodies and authorities who will be required to be assigned to support the process of certification and compliance with Government requirements in accordance with applicable standards, codes, laws and regulations.

    Bidder shall provide details of the subcontractors to be utilized in the execution of the Works.

    Quality Assurance and Quality Control Bidder shall provide its Quality Assurance and Quality Control (QAQC) plan for the performance of the Works.

  • 24 Section I. Instruction to Bidders

    Health, Safety, Security and Environment Management Bidder shall confirm that it, and its subcontractors performing Works under the Contract, has existing, proven, Health, Safety and Environmental manuals and procedures that adequately cover all aspects of the Works. Bidder shall include a copy of Bidders HSE policy in the bid submittal.

    Project Risk Management Plan Bidder shall submit a Risk Management Plan outlining the risk assessments and mitigation measures to be performed..

  • Section I. Instruction to Bidders 25

    1. Scope of Bid 1.1 In connection with the Invitation for Bids indicated in the Bid Data Sheet (BDS), the Procuring Entity, issues these Bidding Documents for the procurement of Works as specified in Section V, Works Requirements. The name, and identification of the International Competitive Bidding (ICB) are provided in the BDS.

    1.2 Throughout these Bidding Documents:

    (a) the term in writing means communicated in written form and delivered against receipt;

    (b) except where the context requires otherwise, words indicating the singular also include the plural and words indicating the plural also include the singular; and

    (c) day means calendar day.

    2. Source of Funds 2.1 The Procuring Entity has committed funds toward the cost of the project and intends to apply a portion of the funds to eligible payments under the contract.

    3. Fraud and Corrupt Practices

    3.1 Government of Jamaica requires that bidders, suppliers, contractors, consultants and concessionaries (including their respective officers, employees and agents), adhere to the highest ethical standards, and report to the Government o f Jamaica (GOJ)all suspected acts of fraud or corruption of which they have knowledge or become aware both during the Bidding Process and throughout negotiation or execution of a contract. The definitions of actions set forth below involve the most common types of fraud and corruption, but are not exhaustive. For this reason, the GOJ shall also take action in the event of any similar deed or complaint involving alleged acts of fraud and corruption, even when these are not specified in the following list. The GOJ shall in all cases proceed with the established procedure referred to in Clause 3.1 (c). In pursuit of this policy, the GOJ:

    (a) defines, for the purpose of this provision the terms set forth below as follows:

    i. corrupt practice means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the action of a public official in the procurement process or in contract execution;

  • 26 Section I. Instruction to Bidders

    ii. fraudulent practice means a misrepresentation or omission of facts in order to influence a procurement process or the execution of a contract, to the detriment of Government of Jamaica and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive Government of the benefits of free and open competition;

    iii. collusive practice means a scheme or arrangement between two or more bidders, with or without the knowledge of the Procuring Entity, designed to establish bid prices at artificial non-competitive levels or to influence the action of any party in the procurement process or the execution of a contract; and

    iv. coercive practice means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the procurement process or affect the execution of a contract;

    (b) will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for the Contract in question;

    (c) will sanction a firm or individual, including declaring them ineligible, either indefinitely or for a stated period of time, to be awarded a GOJ-financed contract if it at any time determines that they have, directly or through an agent, engaged, in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing, a GOJ-financed contract; and

    (d) will have the right to require that a provision be included in Bidding Documents and in contracts financed by a GOJ, requiring bidders, suppliers, contractors and consultants to permit GOJ to inspect their accounts and records and other documents relating to the Bid submission and

  • Section I. Instruction to Bidders 27

    contract performance and to have them audited by auditors appointed by the GOJ.

    4. Eligible Bidders 4.1 A Bidder may be a natural person, private entity, government-owned entitysubject to ITB 4.6or any combination of such entities supported by a letter of intent to enter into an agreement or under an existing agreement in the form of a joint venture or association (JVA). In the case of a joint venture or association unless otherwise specified in the BDS, all partners shall be jointly and severally liable.

    4.2 A Bidder, and all parties constituting the Bidder, may have the nationality of any country. A Bidder shall be deemed to have the nationality of a country if the Bidder is a citizen or is constituted, incorporated, or registered and operates in conformity with the provisions of the laws of that country. This criterion shall also apply to the determination of the nationality of proposed subcontractors or suppliers for any part of the Contract including related Services.

    4.3 A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to have a conflict of interest with one or more parties in the bidding process, if :

    (a) they have controlling partners in common; or

    (b) they receive or have received any direct or indirect subsidy from any of them; or

    (c) they have the same legal representative for purposes of the bid; or

    (d) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the bid of another Bidder, or influence the decisions of the Purchaser regarding this bidding process; or

    (e) a Bidder participates in more than one bid in this bidding process. Participation by a Bidder in more than one Bid will result in the disqualification of all Bids in which the party is involved. However, this does not limit the inclusion of the same subcontractor in more than one bid; or

  • 28 Section I. Instruction to Bidders

    (f) are or have been associated in the past, with a firm or any of its affiliates which have been engaged by the Procuring Entity to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the Works that are the subject of the bid; or,

    (g) a Bidder participated as a consultant in the preparation of the design or technical specifications of the works that are the subject of the bid;

    (h) a Bidder was affiliated with a firm or entity that has been hired (or is proposed to be hired) by the Procuring Entity as Engineer for the contract.

    4.4 A Bidder that is under a declaration of ineligibility during the period of time established by the Government of Jamaica in accordance with ITB Clause 3, at the date of contract award, shall be disqualified.

    4.5 This bidding is open only to pre-qualified Bidders.

    4.6 In accordance with the Government of Jamaica Handbook of Public Sector Procurement Procedures October, 2010 (http://www.mof.gov.jm) the Bidder shall have to demonstrate that they have paid such taxes, duties, fees and other impositions as may be levied in Jamaica.

    4.7 Where deemed necessary, the bidders should be registered with the National Contracts Commission Registry of Public Sector Contractors (http://www.ocg.gov.jm).

    5. Eligible Materials, Equipment, and Services

    5.1 The materials, equipment and services to be supplied under the Contract may have their origin in any country. At the Procuring Entitys request, Bidders may be required to provide evidence of the origin of materials, equipment and services.

    5.2 For purposes of ITB 5.1 above, origin means the place where the materials and equipment are mined, grown, produced or manufactured, and from which the services are provided. Materials and equipment are produced when, through manufacturing, processing, or substantial or major assembling of components, a commercially recognized product results that is substantially in its basic characteristics or in purpose or utility from its

    http://www.mof.gov.jm/http://www.ocg.gov.jm/

  • Section I. Instruction to Bidders 29

    components.

    B. Contents of Bidding Document

    6. Sections of Bidding Document

    6.1 The Bidding Documents consist of Parts 1, 2, and 3, which include all the Sections indicated below, and should be read in conjunction with any Addenda issued in accordance with ITB 8.

    PART 1 Bidding Procedures

    Section I. Instructions to Bidders (ITB)

    Section II. Bid Data Sheet (BDS)

    Section III.Evaluation Criteria and Qualification Criteria

    Section IV. Bidding Forms PART 2 Works Requirements

    Section V. Works Requirements

    PART 3 Conditions of Contract and Contract Forms

    Section VI. Term Sheet

    6.2 The Invitation for Bids issued by the Procuring Entity is not part of the Bidding Document.

    6.3 The Procuring Entity is not responsible for the completeness of the Bidding Documents and their addenda, if they were not obtained directly from the source stated by the Procuring Entity in the Invitation for Bids.

    6.4 The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Document. Failure to furnish all information or documentation required by the Bidding Documents may result in the rejection of the bid.

    7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting

    7.1 A prospective Bidder requiring any clarification of the Bidding Document shall contact the Procuring Entity in writing at the Procuring Entitys address indicated in the BDS or raise his enquiries during the pre-bid meeting if provided for in accordance with ITB 7.4. The Procuring Entity will respond in writing to any request for clarification, provided that such request is received no later than twenty-one (21) days prior to the deadline for submission of bids. The Procuring Entity shall forward copies of its response to all Bidders who have acquired the Bidding Document in accordance with ITB 6.3,

  • 30 Section I. Instruction to Bidders

    including a description of the inquiry but without identifying its source. Should the Procuring Entity deem it necessary to amend the Bidding Document as a result of a request for clarification, it shall do so following the procedure under ITB 8 and ITB 22.2.

    7.2 The Bidder is advised to visit and examine the Site of Works and its surroundings and obtain for itself on its own responsibility all information that may be necessary for preparing the bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidders own expense.

    7.3 The Bidder and any of its personnel or agents will be granted permission by the Procuring Entity to enter upon its premises and lands for the purpose of such visit, but only upon the express condition that the Bidder, its personnel, and agents will release and indemnify the Procuring Entity and its personnel and agents from and against all liability in respect thereof, and will be responsible for death or personal injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred as a result of the inspection.

    7.4 The Bidders designated representative is invited to attend a pre-bid meeting, if provided for in the BDS. The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage.

    7.5 The Bidder is requested, as far as possible, to submit any questions in writing, to reach the Procuring Entity not later than one week before the meeting.

    7.6 Minutes of the pre-bid meeting, including the text of the questions raised, without identifying the source, and the responses given, together with any responses prepared after the meeting, will be transmitted promptly to all Bidders who have acquired the Bidding Documents in accordance with ITB 6.3. Any modification to the Bidding Documents that may become necessary as a result of the pre-bid meeting shall be made by the Procuring Entity exclusively through the issue of an Addendum pursuant to ITB 8 and not through the minutes of the pre-bid meeting.

    7.7 Nonattendance at the pre-bid meeting will not be a cause for disqualification of a Bidder.

    8. Amendment of Bidding

    8.1 At any time prior to the deadline for submission of bids, the Procuring Entity may amend the Bidding

  • Section I. Instruction to Bidders 31

    Document Documents by issuing addenda.

    8.2 Any addendum issued shall be part of the Bidding Documents and shall be communicated in writing to all who have obtained the Bidding Document from the Procuring Entity in accordance with ITB 6.3.

    8.3 To give prospective Bidders reasonable time in which to take an addendum into account in preparing their bids, the Procuring Entity may, at its discretion, extend the deadline for the submission of bids, pursuant to ITB 22.2

    C. Preparation of Bids

    9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Procuring Entity shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

    10. Language of Bid

    10.1 The Bid, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Entity, shall be written in the language specified in the BDS. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language specified in the BDS, in which case, for purposes of interpretation of the Bid, such translation shall govern.

    11. Documents Comprising the Bid

    11.1 The Bid shall comprise the following:

    (a) Letter of Bid

    (b) completed schedules as required, including priced Bill of Quantities, in accordance with ITB 12 and 14;

    (c) Bid Security, in accordance with ITB 19;

    (d) alternative bids, if permissible, in accordance with ITB 13;

    (e) written confirmation authorizing the signatory of the Bid to commit the Bidder, in accordance with ITB 20.2;

    (f) documentary evidence in accordance with ITB 17 establishing the Bidders qualifications to perform the contract if its Bid is accepted;

    (g) Technical Proposal in accordance with ITB 16;

  • 32 Section I. Instruction to Bidders

    and

    (h) any other document required in the BDS.

    11.2 In addition to the requirements under ITB 11.1, bids submitted by a Joint Venture, Consortium, or Association (JVCA) shall include a copy of the Joint Venture Agreement entered into by all partners. Alternatively, a Letter of Intent to execute a Joint Venture Agreement in the event of a successful bid shall be signed by all partners and submitted with the bid, together with a copy of the proposed agreement.

    12. Letter of Bid, and Schedules

    12.1 The Letter of Bid and Schedules, including the Bill of Quantities, shall be prepared using the relevant forms furnished in Section IV, Bidding Forms. The forms must be completed without any alterations to the text, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested.

    13. Alternative Bids

    13.1 Unless otherwise indicated in the BDS, alternative bids shall not be considered.

    13.2 When alternative times for completion are explicitly invited, a statement to that effect will be included in the BDS, as will the method of evaluating different times for completion.

    13.3 Except as provided under ITB 13.4 below, Bidders wishing to offer technical alternatives to the requirements of the bidding document must first price the Procuring Entitys design as described in the bidding document and shall further provide all information necessary for a complete evaluation of the alternative by the Procuring Entity, including drawings, design calculations, technical specifications, breakdown of prices, and proposed construction methodology and other relevant details. Only the technical alternatives, if any, of the lowest responsive Bidder conforming to the basic technical requirements shall be considered by the Procuring Entity.

    13.4 When specified in the BDS, Bidders are permitted to submit alternative technical solutions for specified parts of the Works, and such parts will be identified in the BDS, as will the method for their evaluating, and described in Section V, Works Requirements.

  • Section I. Instruction to Bidders 33

    14. Bid Prices and Discounts

    14.1 The prices and discounts quoted by the Bidder in the Letter of Bid and in the Bill of Quantities shall conform to the requirements specified below.

    14.2 The Bidder shall fill in rates and prices for all items of the Works described in the Bill of Quantities. Items against which no rate or price is entered by the Bidder will not be paid for by the Procuring Entity when executed and shall be deemed covered by the rates for other items and prices in the Bill of Quantities.

    14.3 The price to be quoted in the Letter of Bid, in accordance with ITB 12.1, shall be the total price of the Bid, excluding any discounts offered.

    14.4 The Bidder shall quote any unconditional discounts separately and the methodology for their application in the Letter of Bid, in accordance with ITB 12.1.

    14.5 Unless otherwise provided in the BDS and the Contract, the rates and prices quoted by the Bidder are subject to adjustment during the performance of the Contract in accordance with the provisions of the Conditions of Contract. In such a case, the Bidder shall furnish the indices and weightings for the price adjustment formulae in the Schedule of Adjustment Data and the Procuring Entity may require the Bidder to justify its proposed indices and weightings.

    14.6 If so indicated in ITB 1.1, bids are being invited for individual lots (contracts) or for any combination of lots (packages). Bidders wishing to offer any price reduction for the award of more than one Contract shall specify in their bid the price reductions applicable to each package, or alternatively, to individual Contracts within the package. Price reductions or discounts shall be submitted in accordance with ITB 14.4, provided the bids for all lots (contracts) are submitted and opened at the same time.

    14.7 All duties, taxes, and other levies payable by the Contractor under the Contract, or for any other cause, as of the date 28 days prior to the deadline for submission of bids, shall be included in the rates and prices and the total Bid Price submitted by the Bidder.

    15. Currencies of 15.1 The currency(cies) of the bid shall be, as specified

  • 34 Section I. Instruction to Bidders

    Bid and Payment in the BDS.

    15.2 Bidders may be required by the Procuring Entity to justify, to the Procuring Entitys satisfaction, their local and foreign currency requirements, and to substantiate that the amounts included in the unit rates and prices and shown in the Summary of Payment Currency Schedule, in which case a detailed breakdown of the foreign currency requirements shall be provided by Bidders.

    16. Documents Comprising the Technical Proposal

    16.1 The Bidder shall furnish a Technical Proposal including a statement of work methods, equipment, personnel, schedule and any other information as stipulated in Section IV, in sufficient detail to demonstrate the adequacy of the Bidders proposal to meet the work requirements and the completion time.

    17. Documents Establishing the Qualifications of the Bidder

    17.1 To establish its qualifications to perform the Contract in accordance with Section III, Evaluation and Qualification Criteria, the Bidder shall provide the information requested in the corresponding information sheets included in Section IV, Bidding Forms.

    17.2 Domestic Bidders, individually or in joint ventures, applying for eligibility for domestic preference shall supply all information required to satisfy the criteria for eligibility as described in ITB 33.

    18. Period of Validity of Bids

    18.1 Bids shall remain valid for the period specified in the BDS after the bid submission deadline date prescribed by the Procuring Entity. A bid valid for a shorter period is deemed non responsive and shall be rejected by the Procuring Entity.

    18.2 In exceptional circumstances, prior to the expiration of the bid validity period, the Procuring Entity may request Bidders to extend the period of validity of their bids. The request and the responses shall be made in writing. If a bid security is requested in accordance with ITB 19, it shall also be extended. A Bidder may refuse the request without forfeiting its bid security. A Bidder granting the request shall not be required or permitted to modify its bid, except as provided in ITB 18.3.

  • Section I. Instruction to Bidders 35

    19. Bid Security 19.1 Unless otherwise specified in the BDS, the Bidder shall furnish as part of its bid, a bid security in original form and in the amount and currency specified in the BDS.

    19.2 The bid security shall be a demand guarantee at the Bidders option, in any of the following forms:

    (a) an unconditional bank guarantee;

    (b) an irrevocable letter of credit;

    (c) a cashiers or certified check; or

    (d) another security indicated in the BDS,

    from a reputable source from an eligible country. If the bid security furnished by the Bidder is in the form of a bond issued by an insurance or bonding institution located outside the Procuring Entitys Country, it shall have a correspondent financial institution located in the Procuring Entitys Country to make it enforceable. The bid security shall be submitted either using the Bid Security Form included in Section IV, Bidding Forms, in the case of a bank guarantee, or in another substantially similar format approved by the Procuring Entity prior to bid submission. In either case, the form must include the complete name of the Bidder.

    19.3 Any bid not accompanied by an enforceable and compliant bid security, if one is required in accordance with ITB 19.1, shall be deemed non responsive and rejected by the Procuring Entity.

    19.4 The bid security of the successful Bidder shall be returned as promptly as possible once the successful Bidder has signed the Contract and furnished the required performance security.

    19.5 The bid security may be forfeited:

    i. if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Letter of Bid Form, except as provided in ITB 18.2 or

    ii. if the successful Bidder fails to:

    (i) sign the Contract in accordance with ITB 40; or

    (ii) furnish a performance security in

  • 36 Section I. Instruction to Bidders

    accordance with ITB 41.

    19.6 The bid security of a JVCA shall be in the name of the JVCA that submits the bid. If the JVCA has not been legally constituted at the time of bidding, the Bid Security shall be in the names of all future partners as named in the letter of intent referred to in ITB 4.1.

    19.7 If a bid security is not required in the BDS, and

    (a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Letter of Bid Form, except as provided in ITB 18.2, or

    (b) if the successful Bidder fails to:

    (i) sign the Contract in accordance with ITB 40; or

    (ii) furnish a performance security in accordance with ITB 41;

    20. Format and

    Signing of Bid 20.1 The Bidder shall prepare one original of the

    documents comprising the bid as described in ITB 11 and clearly mark it ORIGINAL. Alternative bids, if permitted in accordance with ITB 13, shall be clearly marked ALTERNATIVE. In addition, the Bidder shall submit copies of the bid, in the number specified in the BDS and clearly mark them COPY. In the event of any discrepancy between the original and the copies, the original shall prevail.

    20.2 The original and all specified copies of the bid shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder. This authorization shall consist of a written confirmation as specified in the BDS and shall be attached to the bid. The name and position held by each person signing the authorization must be typed or printed below the signature. All pages of the bid where entries or amendments have been made shall be signed or initialed by the person signing the bid.

    20.3 Any inter-lineation, erasures, or overwriting shall be valid only if they are signed or initialed by the person signing the bid.

  • Section I. Instruction to Bidders 37

    D. Submission and Opening of Bids

    21. Sealing and Marking of Bids

    21.1 The Bidder shall enclose the original and all specified copies of the bid, including alternative bids, if permitted in accordance with ITB 13, in separate sealed envelopes, duly marking the envelopes as ORIGINAL, ALTERNATIVE and COPY. These envelopes containing the original and the copies shall then be enclosed in one single envelope.

    21.2 The inner and outer envelopes shall:

    (a) bear the name and address of the Bidder;

    (b) be addressed to the Procuring Entity in accordance with ITB 22.1;

    (c) bear the specific identification of this bidding process indicated in the BDS 1.1; and

    (d) bear a warning not to open before the time and date for bid opening.

    21.3 If all envelopes are not sealed and marked as required, the Procuring Entity will assume no responsibility for the misplacement or premature opening of the bid.

    21.4 The Proposals shall be deposited in the TENDER BOX provided at the address specified in the BDS.

    22. Deadline for Submission of Bids

    22.1 Bids must be received by the Procuring Entity at the address and no later than the date and time indicated in the BDS. When so specified in the BDS, bidders shall have the option of submitting their bids electronically. Bidders submitting bids electronically shall follow the electronic bid submission procedures specified in the BDS.

    22.2 The Procuring Entity may, at its discretion, extend the deadline for the submission of bids by amending the Bidding Document in accordance with ITB 8, in which case all rights and obligations of the Procuring Entity and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

    23. Late Bids 23.1 The Procuring Entity shall not consider any bid that arrives after the deadline for submission of bids, in accordance with ITB 22. Any bid received by the Procuring Entity after the deadline for submission of bids shall be declared late, rejected, and returned

  • 38 Section I. Instruction to Bidders

    unopened to the Bidder.

    24. Withdrawal, Substitution, and Modification of Bids

    24.1 A Bidder may withdraw, substitute, or modify its bid after it has been submitted by sending a written notice, in accordance with ITB 21, duly signed by an authorized representative, and shall include a copy of the authorization in accordance with ITB 20.2, (except that withdrawal notices do not require copies). The corresponding substitution or modification of the bid must accompany the respective written notice. All notices must be:

    (a) prepared and submitted in accordance with ITB 20 and ITB 21 (except that withdrawals notices do not require copies), and in addition, the respective envelopes shall be clearly marked WITHDRAWAL, SUBSTITUTION, MODIFICATION; and

    (b) received by the Procuring Entity prior to the deadline prescribed for submission of bids, in accordance with ITB 22.

    24.2 Bids requested to be withdrawn in accordance with ITB 24.1 shall be returned unopened to the Bidders.

    24.3 No bid may be withdrawn, substituted, or modified in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Letter of Bid Form or any extension thereof.

    25. Bid Opening 25.1 The Procuring Entity shall open the bids in public, in the presence of Bidders` designated representatives and anyone who choose to attend, and at the address, date and time specified in the BDS. Any specific electronic bid opening procedures required if electronic bidding is permitted in accordance with ITB 22.1, shall be as specified in the BDS.

    25.2 First, envelopes marked WITHDRAWAL shall be opened and read out and the envelope with the corresponding bid shall not be opened, but returned to the Bidder. No bid withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorization to request the withdrawal and is read out at bid opening. Next, envelopes marked SUBSTITUTION shall be opened and read out and exchanged with the corresponding bid being substituted, and the substituted bid shall not be opened, but returned to the Bidder. No bid substitution shall be permitted unless the

  • Section I. Instruction to Bidders 39

    corresponding substitution notice contains a valid authorization to request the substitution and is read out at bid opening. Envelopes marked MODIFICATION shall be opened and read out with the corresponding bid. No bid modification shall be permitted unless the corresponding modification notice contains a valid authorization to request the modification and is read out at bid opening. Only envelopes that are opened and read out at bid opening shall be considered further.

    25.3 All other envelopes shall be opened one at a time, reading out: the name of the Bidder and whether there is a modification; the Bid Price(s), including any discounts and alternative offers; the presence of a bid security, if required; and any other details as the Procuring Entity may consider appropriate. Only discounts and alternative offers read out at bid opening shall be considered for evaluation. If so requested by the Procuring Entity in the BDS, the Letter of Bid and the Bill of Quantities are to be initialed by representatives of the Bidder attending bid opening in the manner indicated in the BDS. No bid shall be rejected at bid opening except for late bids, in accordance with ITB 23.1 or non-submission of valid Tax Compliance Certificate and National Contractions Commission registration.

    25.4 The Procuring Entity shall prepare a record of the bid opening that shall include, as a minimum: the name of the Bidder and whether there is a withdrawal, substitution, or modification; the Bid Price, per lot if applicable, including any discounts and alternative offers; and the presence or absence of a bid security, if one was required. The Bidders representatives who are present shall be requested to sign the record. The omission of a Bidders signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all Bidders.

    E. Evaluation and Comparison of Bids

    26. Confidentiality 26.1 Information relating to the evaluation of bids and recommendation of contract award shall not be disclosed to Bidders or any other persons not officially concerned with such process until information on Contract award is communicated to all Bidders.

  • 40 Section I. Instruction to Bidders

    26.2 Any attempt by a Bidder to influence the Procuring Entity in the examination, evaluation, comparison and post-qualification evaluation of the bids or Contract award decisions may result in the rejection of its bid.

    26.3 Notwithstanding ITB 26.2, from the time of bid opening to the time of Contract award, if any Bidder wishes to contact the Procuring Entity on any matter related to the bidding process, it must do so in writing.

    27. Clarification of Bids

    27.1 To assist in the examination, evaluation, and comparison of the bids, and qualification of the Bidders, the Procuring Entity may, at its discretion, ask any Bidder for a clarification of its bid. Any clarification submitted by a Bidder that is not in response to a request by the Procuring Entity shall not be considered. The Procuring Entitys request for clarification and the response shall be in writing. No change in the prices or substance of the bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Procuring Entity in the evaluation of the bids, in accordance with ITB 31.

    27.2 If a Bidder does not provide clarifications of its bid by the date and time set in the Procuring Entitys request for clarification, its bid may be rejected.

    28. Deviations, Reservations, and Omissions

    28.1 During the evaluation of bids, the following definitions apply:

    (a) Deviation is a departure from the requirements specified in the Bidding Document;

    (b) Reservation is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the Bidding Document; and

    (c) Omission is the failure to submit part or all of the information or documentation required in the Bidding Document.

    29. Determination of Responsiveness

    29.1 The Procuring Entitys determination of a bids responsiveness is to be based on the contents of the bid itself, as defined in ITB11.

    29.2 A substantially responsive bid is one that meets the terms, conditions, and specifications of the Bidding Document without material deviation, reservation,

  • Section I. Instruction to Bidders 41

    or omission. A material deviation, reservation, or omission is one that,

    (a) if accepted, would

    (i) affect in any substantial way the scope, quality, or performance of the Works specified in the Contract; or

    (ii) limit in any substantial way, inconsistent with the Bidding Document, the Procuring Entitys rights or the Bidders obligations under the proposed Contract; or

    (b) if rectified, would unfairly affect the competitive position of other Bidders presenting substantially responsive bids.

    29.3 The Procuring Entity shall examine the technical aspects of the bid submitted in accordance with ITB 16, Technical Proposal, in particular, to confirm that all requirements of Section V, Works Requirements have been met without any material deviation or reservation.

    29.4 If a bid is not substantially responsive to the requirements of the Bidding Document, it shall be rejected by the Procuring Entity and may not subsequently be made responsive by correction of the material deviation, reservation, or omission.

    30. Non-material Non-conformities

    30.1 Provided that a bid is substantially responsive, the Procuring Entity may waive any non-conformities in the bid that do not constitute a material deviation, reservation or omission.

    30.2 Provided that a bid is substantially responsive, the Procuring Entity shall rectify nonmaterial nonconformities related to the Bid Price. To this effect, the Bid Price shall be adjusted, for comparison purposes only, to reflect the price of a missing or non-conforming item or component. The adjustment shall be made using the method indicated in Section III, Evaluation and Qualification Criteria.

    31. Correction of Arithmetical Errors

    31.1 Provided that the bid is substantially responsive, the Procuring Entity shall correct arithmetical errors on the following basis:

    (a) if there is a discrepancy between the unit price and the total price that is obtained by

  • 42 Section I. Instruction to Bidders

    multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Procuring Entity there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected;

    (b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and

    (c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above.

    31.2 If the Bidder that submitted the lowest responsive bid does not accept the correction of errors, its bid shall be disqualified and the Bid Security will be forfeited.

    32. Conversion to Single Currency

    32.1 For evaluation and comparison purposes, the Procuring Entity shall convert all bid prices expressed in various currencies into a single currency as specified in the BDS.

    33. Margin of Preference

    33.1 Unless otherwise specified in the BDS, a margin of preference shall not apply.

    34. Evaluation of Bids

    34.1 The Procuring Officer shall use the criteria and methodologies listed in this Clause. No other evaluation criteria or methodologies shall be permitted.

    34.2 To evaluate a bid, the Procuring Entity shall consider the following:

    (a) the bid price, excluding Provisional Sums and the provision, if any, for contingencies in the Summary Bill of Quantities, but including Daywork1

    (b) price adjustment for correction of arithmetic

    items, where priced competitively;

    1 For Daywork to be priced competitively for Bid evaluation purposes, the Procuring Entity must list tentative

    quantities for individual items to be costed against Daywork (e.g., a specific number of tractor driver staff-days, or a specific tonnage of Portland cement), to be multiplied by the bidders quoted rates and included in the total Bid price.

  • Section I. Instruction to Bidders 43

    errors in accordance with ITB 31.1;

    (c) price adjustment due to discounts offered in accordance with ITB 14.4;

    (d) converting the amount resulting from applying (a) to (c) above, if relevant, to a single currency in accordance with ITB 32;

    (e) adjustment for nonconformities in accordance with ITB 30.3;

    (f) the evaluation factors indicated in Section III, Evaluation and Qualification Criteria;

    34.3 The estimated effect of the price adjustment provisions of the Conditions of Contract, applied over the period of execution of the Contract, shall not be taken into account in bid evaluation.

    34.4 If these Bidding Documents allows Bidders to quote separate prices for different lots (contracts), and the award to a single Bidder of multiple lots (contracts), the methodology to determine the lowest evaluated price of the lot (contract) combinations, including any discounts offered in the Letter of Bid Form, is specified in Section III, Evaluation and Qualification Criteria.

    34.5 If the bid, which results in the lowest responsive bid Price, is seriously unbalanced or front loaded in the opinion of the Procuring Entity, the Procuring Entity may require the Bidder to produce detailed price analyses for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. After evaluation of the price analyses, taking into consideration the schedule of estimated Contract payments, the Procuring Entity may require that the amount of the performance security be increased at the expense of the Bidder to a level sufficient to protect the Procuring Entity against financial loss in the event of default of the successful Bidder under the Contract.

    35. Comparison of Bids

    35.1 The Procuring Entity shall compare all substantially responsive bids to determine the lowest responsive bid, in accordance with ITB 34.2.

    36. Qualification of the Bidder

    36.1 The Procuring Officer shall determine to its satisfaction whether the Bidder that is selected as

  • 44 Section I. Instruction to Bidders

    having submitted the lowest evaluated and substantially responsive bid meets the qualifying criteria specified in Section III, Evaluation and Qualification Criteria.

    36.2 The determination shall be based upon an examination of the documentary evidence of the Bidders qualifications submitted by the Bidder, pursuant to ITB 17.1.

    36.3 An affirmative determination shall be a prerequisite for award of the Contract to the Bidder. A negative determination shall result in disqualification of the bid, in which event the Procuring Entity shall proceed to the next lowest responsive bid to make a similar determination of that Bidders qualifications to perform satisfactorily.

    37. Procuring Entitys Right to Accept Any Bid, and to Reject Any or All Bids

    37.1 The Procuring Entity reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to contract award, without thereby incurring any liability to Bidders. In case of annulment, all bids submitted and specifically, bid securities, shall be promptly returned to the Bidders.

    N.B. The Procuring Entity reserves the right not to award a contract to any party with whom it is currently in litigation or with whom it has been previously involved in litigation.

    F. Award of Contract

    38. Award Criteria 38.1 The Procuring Entity shall award the Contract to the Bidder whose offer has been determined to be the lowest responsive bid in accordance with ITB 34.4 and is substantially responsive to the Bidding Document, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

    39. Notification of Award

    39.1 Prior to the expiration of the period of bid validity, the Procuring Entity shall notify the successful Bidder, in writing, that its bid has been accepted. The notification letter (hereinafter and in the Conditions of Contract and Contract Forms called the Letter of Acceptance) shall specify the sum that the Procuring Entity will pay the Contractor in consideration of the execution and completion of the Works (hereinafter and in the Conditions of Contract

  • Section I. Instruction to Bidders 45

    and Contract Forms called the Contract Price) and the requirement for the Contractor to remedy any defects therein as prescribed by the Contract. At the same time, the Procuring Entity shall inform all unsuccessful bidders and shall publish the name of the winning Bidder, and the Price it offered, as well as the duration and summary scope of the contract awarded.

    39.2 Until a formal contract is prepared and executed, the notification of award shall not constitute a binding Contract.

    39.3 The Procuring Entity shall promptly respond in writing to any unsuccessful Bidder who, after notification of award in accordance with ITB 39.1, requests in writing the grounds on which its tender was not selected.

    40. Signing of Contract

    40.1 Promptly after notification, the Procuring Entity shall send the successful Bidder the Contract Agreement.

    40.2 Within twenty-eight (28) days of receipt of the Contract Agreement, the successful Bidder shall sign, date, and return it to the Procuring Entity.

    41. Performance Security

    41.1 Within twenty-eight (28) days of the receipt of notification of award from the Procuring Entity, the successful Bidder shall furnish the performance security in accordance with the conditions of contract, subject to ITB 34.5, using for that purpose the Performance Security Form included in Section VIII, Annex to the Particular Conditions - Contract Forms, or another form acceptable to the Procuring Entity. If the Performance Security furnished by the successful Bidder is in the form of a bond, it shall be issued by a bonding or insurance company that has been determined by the successful Bidder to be acceptable to the Procuring Entity. A foreign institution providing a bond shall have a correspondent financial institution located in the Procuring Entitys Country.

    41.2 Failure of the successful Bidder to submit the above-mentioned Performance Security or sign the Contract shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security. In that event the Procuring Entity may award the Contract to the next lowest responsive Bidder whose offer is substantially responsive and is determined by

  • 46 Section I. Instruction to Bidders

    the Procuring Entity to be qualified to perform the Contract satisfactorily.

  • 47

    Section II. Bid Data Sheet The following specific data shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall supersede and prevail over those in ITB.

    A. Introduction

    ITB 1.1 The number of the Invitation for Bids is :

    ITB 1.1

    2011/L002

    The Procuring Entity is:

    ITB 1.1

    Government of Jamaica, on behalf of the Jamaica Gas Trust

    The name of the ICB is:

    The identification number of the ICB is:

    LNG Floating Storage & Regasification Terminal

    The number and identification of lots (contracts) comprising this ICB is:

    2011/L002

    ITB 2.1

    not applicable

    The name of the Project is:

    ITB 4.1 (a)

    Jamaica Liquefied Natural Gas (LNG) Floating Storage & Regasification Terminal

    The individuals or firms in a joint venture or association are

    ITB 4.5

    jointly and severally liable.

    Not Applicable, as this is an Open Tender.

    ITB 4.6 At the time of the tender the local bidders shall present to the Procuring Entity a valid Tax Compliance Certificate for due taxes in Jamaica.

    Overseas bidders will be required to obtain a valid Tax Compliance Certificate if they are selected for contract award and where any aspect of the contract will require work to be done in Jamaica.

    ITB 4.7 At the time of tender, local bidders must be registered with the National Contracts Commission (NCC) Register of Public Sector Contractors.

    Under the National Contracts Commission Register of Public Sector Contractors, the required registration grade is: Mechanical Works, Electrical Works, Civil Engineer