You are on page 1of 3

Owner is planning to develop LNG import, storage and regasification facility at Sikka in the state of Gujarat (India) in order

to cater the demand of natural gas (5 MMTPA Capacity expandable upto 10 MMTPA). In order to examine the feasibility of the project, Owner wants to engage the services of a Consultant to prepare the detailedfeasibility report for this project. Following are the details for bidding procedure: Nature of Work Preparation for detailed feasibility report for 5 MMTPA Capacity LNG Import, Storage & Regasification Terminal at Sikka in Gujarat, India (Expandable up to 10 MMTPA). 10,000 INR (or 200 US$ for Non-Indian bidders) Non-refundable Demand draft in favour of Gujarat State Petronet Ltd payable at Gandhinagar, Gujarat 1 million INR (or 20000 US$ for Non-Indian bidders) for AGM (PSR) Gujarat State Petronet Limited 3rd Floor, IT Tower-1, Infocity, Nr. Indroda Circle, Gandhinagar- 382009, Gujarat, India Landline No- +91-79-61902135/121, Email Id: sikka@gspc.in Important Dates bid Available from 30.03.2012, 10.30 hrs IST to 27.04.2012, 17.30 hrs IST

Consultant for Preparation of Detailed Feasibility Report LNG Terminal at Sikka, Gujarat

NOTICE INVITING TENDER

Cost of bid document Type of Payment Bid security Address Communication

Availability documents

of

Last Date of Receipt 14.04.2012 17.30 hrs IST of Queries Site Visit Pre-bid Meeting Last Date Submission of
16.04.2012 11.00 hrs IST 17.04.2012 11.00 hrs IST

bid 08.05.2012 17.30 hrs IST

NOTICE INVITING TENDER

M INIMUM E LIGIBILITY C RITERIA :


(A) EXPERIENCE CRITERIA: 1. Bidders shall be required to meet the following criteria failing which they will be treated as non responsive and rejected without opening of their Envelope-2 Price Bid : a. The Bidder shall have experience in preparing Detailed Feasibility Report or Detailed Project Report (DPR) or Front End Engineering Design (FEED) document for LNG liquefaction or regasification terminal of minimum 2.5 MMTPA capacity in last 10 years. b. The Bidder shall have experience in Design & Engineering of marine facilities capable of handling minimum 100,000m3 size of LNG vessel in last 10 years. The Bidder should have capability of carrying out mathematical modelling for marine facilities, wave transformation and computation of Met- oceanic conditions. c. The Bidder shall have experience in Design & Engineering of on-shore Storage & Regasification facilities for LNG for a minimum size of 2.5 MMTPA in last 10 years. In case the bidder does not satisfy minimum criteria at no. b above on its own, it can tie-up with a company having desired experience to meet the said criteria. A.1 REQUIREMENT FOR AN INDIAN ARM OF A FOREIGN COMPANY In case Bidder is an Indian arm (i.e. subsidiary or branch office) of a foreign company, then the foreign company shall have to fulfil entire eligibility criteria. If such foreign company desires that the Contract has been entered into with the Indian arm, then a proper back to back continuing (parent company) guarantee shall be provided by the foreign company as per the proforma in the bidding document, clearly stating that foreign company, being the parent company of the Indian arm shall assume all obligations under the LOA in case of any failure of performance or completion of the Project work in all respects. A.2 ASSOCIATE COMPANY A Bidder who on its own does not satisfy the Eligibility Criteria no. 1-b (marine facilities related experience) as stated above can have a tie-up with another firm having desired experience. Such firm shall be termed as Associate Company. Irrespective of tie-up, Bidder shall have primary and single point responsibility for performance of Services. The Memorandum of Agreement of binding nature (MoA) signed between the Bidder and the Associate Company shall be submitted as part of the Bid. The MoA shall be valid at least till the Bid Validity Date.

NOTICE INVITING TENDER


The Bidder shall not be allowed to change the Associate Company after submission of Bid without prior approval of Owner. Associate Company, if any shall be conforming party to the Agreement.

G ENERAL I NSTRUCTIONS :
1. Bid documents shall be available during working days from 10.30 hrs to 17.00 hrs. Bid document shall be collected in person on submission of bid document fees. 2. The representatives of foreign bidders in India are also permitted to collect the bid document on behalf of foreign bidders, with specific authorization from the latter. 3. GSPL takes no responsibility for delay, loss or non-receipt of bid document sent through post/courier. 4. GSPL reserves the right not to issue the bid document without assigning any reasons. Nothing contained in this notification shall create or deem to create any rights in favour of third parties. 5. The bid document is non-transferable. Bids submitted by bidder/s, who have not collected the bid document either directly or through their authorized representative, will be rejected.

Q UERIES ON BID DOCUMENTS :


All queries or clarifications related to the bid document shall be addressed in writing to below address. The format for question and request is attached in the bid document. AGM (PSR) Gujarat State Petronet Limited 3rd Floor, IT Tower-1, Infocity, Nr. Indroda Circle, Gandhinagar- 382009, Gujarat, India Landline No- +91-79-61902135/121, Email Id: sikka@gspc.in

You might also like