Quick viewing(Text Mode)

Andhra Pradesh Gas Distribution Corporation Ltd. 2Nd Floor, Parisrama Bhavan, Basheer Bagh, Hyderabad-500004 (AP)

Andhra Pradesh Gas Distribution Corporation Ltd. 2Nd Floor, Parisrama Bhavan, Basheer Bagh, Hyderabad-500004 (AP)

Andhra Pradesh Gas Distribution Corporation Ltd. 2nd Floor, Parisrama Bhavan, Basheer Bagh, -500004 (AP)

TENDER No. APGDC/C&P/EG&WG CGD/SER/4739/2016-17

BID DOCUMENT FOR DETAILED FEASIBILITY REPORT AND BUSINESS PLAN FOR EAST AND WEST GODAVARI DISTRICTS GAS DISTRIBUTION PROJECTS

LIMITED DOMESTIC COMPETITIVE BIDDING

Contact Details

Chief Operating Officer APGDC Ltd., Hyderabad Phone: 040-67304930 Fax: 040-67304951 Mail: [email protected]

SECTION I

INVITATION FOR BIDS (IFB)

Andhra Pradesh Gas Distribution Corporation Ltd. 2nd Floor, Parisrama Bhavan, Basheer Bagh, Hyderabad-500004 (AP)

INVITATION FOR BID (IFB)

Ref.: APGDC/EG & WG CGD/SER/4739/2016-17 Dated: 11.05.2016

Sub: HIRING OF CONSULTANCY SERVICES FOR DETAILED FEASIBILITY REPORT AND BUSINESS PLAN FOR EAST AND WEST GODAVARI DISTRICTS CITY GAS DISTRIBUTION PROJECTS

Dear Sirs,

PNGRB has issued Letter of Authorization to the Consortium of Andhra Pradesh Gas Distribution Corporation Ltd. (APGDC) and Hindustan Petroleum Corporation Ltd. (HPCL) for the City Gas Distribution Networks in the Districts of East Godavari and West Godavari of Andhra Pradesh. The Consortium of APGDC and HPCL (CAH ) is in the process to build, own and operate the City Gas Distribution Networks in these two Districts. APGDC on behalf of CAH invites Bids for Detail Feasibility Report and Business Plan for both the districts under single stage two envelopes system from competent agencies meeting the Bidder’s Eligibility Criteria as stated in the detailed Bid Document attached

1.0 BRIEF SCOPE OF WORK

1.1 The brief description of the project is for development of detailed feasibility report and business plan for East and West Godavari Districts City Gas Distribution Projects and as detailed in the Tender Document attached.

2.0 SALIENT FEATURES OF BIDDING DOCUMENT:

(i) Type of Enquiry : Limited Domestic Competitive Bidding basis (ii) Bid Document No. : APGDC/EG & WG CGD/SER/4739/2016-17 (iii) Tender Fee (Non-refundable) : Not applicable (iv) Bid security/EMD : Not applicable (v) Time Schedule : 8 Weeks from the date of FOA (vi) Bid Document on Website : From 11.05.2016 to 31.05.2016 (vii) Pre-Bid meeting date and time : 20.05.2016 at 11,00 hrs. (viii) Bid Submission Date & Time : 01.06.2016 up to 1400 hrs. (ix) Date and Time of Opening of Un-priced : 01.06.2016 up to 1500 hrs. Bids at APGDC’s Hyderabad Office

2.1 If any of the days specified above happens to be a holiday in APGDC, the next working day shall be implied

3.0 Bid is to be submitted separately in one sealed envelope, super scribed with the above Tender no., Due Date & time, description/ nature of bid with each of the two envelopes separately sealed, “Un-Priced Bid – Part A” and “Priced Bid – Part B” superscribed with Tender no., due date and time, description/ nature of bid.

3.1 The bid will be submitted in two parts as follows:

PART- A (UN-PRICED BID)

Complete with all technical details other than price (i.e. including price schedule WITH PRICES BLANKED OUT), Proforma on Agreed Terms and Conditions as enclosed in Forms & Format and original tender document, duly sealed and signed on every page along with required EMD.

PART-II (PRICED BID

Price bid should contain only the prices, without any condition whatsoever.

Bids complete in all respects should reach the office of Chief Operating Officer, Andhra Pradesh Gas Distribution Corporation Ltd., Parisrama Bhavan, 2nd Floor, Basheer Bagh, Hyderabad-500004 on or before the due date & time. Bids received after the due date and time is liable to be rejected

4.0 BID EVALUATION CRITERIA

4.1 TECHNICAL

The bidder should have executed atleast one single order for preparation of DFR for City Gas Distribution Network or laying of Pipeline in Hydrocarbon Industry during any of the immediate preceding 7years with minimum order value of Rs.18 lakhs.

4.2 Bidder shall furnish necessary documentary evidence i.e. copy of work orders; completion certificates issued by client in support of stipulated qualification criteria. In the absence of such requisite documents, APGDC reserves the right to reject the bid without making any reference to the bidder.

SECTION-2

INSTRUCTIONS TO BID

SECTION II: INSTRUCTION TO BIDDERS

INDEX

ARTICLE TITLE

A General 1. Scope of Bid 2. Eligible Bidders 3. One Bid per Bidder 4. Deleted 5. Cost of Bidding 6. Site visit

B Bidding Document 7. Contents of Bidding Document 8. Clarification on Bid Document 9. Amendment of Bid Document

C Preparation of Bid 10. Language of Bid 11. Documents comprising the Bid 12. Bid prices 13. Bid currency 14. Period of validity of Bid 15. Bid Security 16. Pre Bid Meeting 17. Format and signing of Bid 18. Zero Deviation 19. E-Payments 20. Agent /Consultant/ Representative/Retainer/ Associate

D Submission of Bid 21. Sealing and marking of Bids 22. Deadline for submission of Bid 23. Late Bid 24. Modification and withdrawal of Bids

E Bid Opening and Evaluation 25. Bid Opening 26. Process to be confidential 27. Contacting the Owner 28. Examination of Bids and determination of responsiveness 29. Correction of errors 30. Priced Bid Opening 31. Conversion to single currency 32. Evaluation and comparison of Bids 33. Purchase Preference

F Award of Contract 34. Award of work 35. Owner’s right to accept any Bid and to reject any Bid 36. Notification of Award 37. Signing of Agreement 38. Contract Performance Bank Guarantee 39. Corruption and fraudulent practice 40. Waiver or transfer of the Agreement

A: GENERAL 1.0 SCOPE OF BID:

1.1 The Employer / Purchaser / Owner / APGDC as defined in the General Conditions of Contract, hereinafter “the Employer / Purchaser / Owner / APGDC” wishes to receive bids as described in the Bidding Documents.

1.2 SCOPE OF WORK: The scope of work shall be as defined in the bidding document.

1.3 The successful bidder will be expected to complete the Scope of work within the period stated in Bid Document.

1.4 Throughout this bidding documents, the term “bid” and “tender” and their derivatives (“bidder/tenderer”, “Bid/tendered/tender”, “bidding/tendering”, etc.) are synonymous, and day means calendar day. Singular also means plural.

2.0 ELIGIBLE BIDDERS:

2.1 Documents establishing Bidder’s Qualification:

2.1.1 Bidder shall, as part of their bid, submit a written power of attorney authorizing the signatory of the bid to commit the bidder.

2.1.2 Pursuant to Bid Evaluation criteria specified in Invitation for Bids (IFB) the bidder shall furnish all necessary supporting documentary evidence to establish the bidder’s claim of meeting the BEC.

2.1.3 The bidder shall furnish, as part of his bid, documents establishing the bidder’s eligibility to bid and his qualifications to perform the contract if his bid is accepted.

2.1.4 The documentary evidence of the bidder’s qualifications to perform the contract if his bid is accepted, shall establish to the OWNER’S satisfaction that, the bidder has the financial, technical and productions capacity necessary to perform the contract.

2.2 The invitation of bid is open to any bidder.

2.3 A bidder shall not be affiliated with a firm or entity: (i) that has provided consulting services related to the work to the OWNER during the preparatory stages of the works or of the project of which the works form a part, or (j) that has been hired by the Owner as engineer/consultant for the contract. 2.4 The bidder shall not be under a declaration of ineligibility by OWNER for corrupt or fraudulent practices as defined in Instruction to Bidders clause no 36.0.

2.5 The bidder is not put on holiday or blacklisted by APGDC or any Hydrocarbon PSU in on the due date of submission of bid. If the documents were downloaded from website, offers submitted by such bidders shall not be considered for opening / evaluation / award.

2.6 While evaluating the bids, pursuant to Bid Evaluation Criteria (BEC) as specified in the Invitation for Bids (IFB), bidder’s past performance shall also be assessed for ascertaining the responsiveness of the bid. In such a case, the decision of the Owner shall be final and binding on the bidder.

2.7 Job executed by a bidder for its own plant/projects cannot be considered as experience for the purpose of meeting requirement of BEC of the tender. However, jobs executed for subsidiary / fellow subsidiary / holding company will be considered as experience for the purpose of meeting BEC, subject to submission of tax paid invoices(s) duly certified by Statutory Auditor of the bidder towards payments of statutory tax in support of the job executed for subsidiary / fellow subsidiary / holding company. Such bidders to submit these documents in addition to the documents specified in the bidding documents to meet Bid Evaluation Criteria.

3.0 ONE BID PER BIDDER

3.1 A Bidder shall submit only one bid in the same bidding process. A Bidder who submits or participates in more than one bid will cause all the proposals in which the bidder has participated to be disqualified.

3.2 Alternative bids are not acceptable.

4.0 COST OF BIDDING

4.1 The bidder shall bear all costs associated with the preparation and submission of the bid, and OWNER, will in no case be responsible or liable for this cost, regardless of the conduct or outcome of the bidding process.

5.0 SITE VISIT:

5.1 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. The costs of visiting the Site shall be at the bidder’s own expense.

5.2 The bidder and any of its personnel or agents will be granted permission by the Owner 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 Owner 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. B: BIDDING DOCUMENT

6.0 CONTENT OF BIDDING DOCUMENT

6.1 The complete Bid Documents are hosted on APGDC’s website www.apgdc.in and should be read in conjunction with any addenda / amendments issued / hosted in accordance with Clause No. 8 of ITB.

Volume I of I : Techno- Commercial

Section-I : Invitation for bid (IFB) Section-II : Instruction to Bidders (ITB). Section-III : General Conditions of Contract (GCC) Section-IV : Forms & Formats Section-V : Part-A Scope of consultancy Services Part-B Payment terms and other important conditions Section-VI : Price Schedules Section-VII : Attachments Attachment –I: Proforma for Contract Agreement Attachment –II: Performance Evaluation Attachment –III: Agreed terms and conditions

6.2 The bidder is expected to examine IFB, all sections of the Bid Document containing instructions, forms/formats, terms, specifications, drawings, etc., enclosed in the bidding document. The complete Bid Document together with all its attachment thereto, shall be considered to be read, understood and accepted by the bidder. Failure to furnish all information required by the Bidding Document or submission of a bid not substantially responsive to the Bidding Document in every respect will be at bidder’s risk and may result in the rejection of the bid.

7.0 CLARIFICATION ON BID DOCUMENT

7.1 A prospective bidder requiring any information or clarification of the Bidding Documents may notify the Employer in writing by e-mail / fax / post at Employer’s mailing address indicated in the Bid Document. All questions / queries should be referred to Employer at least 10 (Ten) days before scheduled date of bid submission. The Employer will respond in writing to any request for information / clarification of the bidding documents. Written copies of Employer’s response (including an explanation of the query but without identifying the source of the query) will be hosted on the website; www.apgdc.in, before the bid due date and shall be integral part of the Bidding Documents.

8.0 AMENDMENT OF BID DOCUMENT

8.1 At any time prior to the deadline for submission of bids, the Employer may, for any reason, whether on its own requirement or in response to a clarification requested by prospective bidders, modify the Bidding Documents by issuing addendum / corrigendum.

8.1 Any addendum / corrigendum / clarifications / replies to queries thus issued shall be part of the Bidding Documents. The addendum / corrigendum / clarifications / replies to queries will be hosted on the APGDC’s website www.apgdc.in. Any addendum / corrigendum / clarifications to bid documents shall be available on APGDC websites before bid due date as and when issued and shall form integral part of Bid Document. Bidders have to take into consideration all the addendum(s) / corrigendum (s) / clarifications issued / replies to queries web hosted, before submitting the bid.

8.2 The Employer may, at its discretion, extend the date of submission of bids in order to allow the bidders a reasonable time to submit their most competitive bid taking into account all the amendments issued.

C: PREPARATION OF BID

9.0 LANGUAGE OF BID

9.1 The Bid prepared by the bidder, all correspondence documents relating to the bid exchanged by the bidder with the Owner shall be in English Language only.

9.2 Metric measurement system only shall be applied.

10.0 DOCUMENTS COMPRISING THE BID

10.1 The bid prepared by the bidder shall comprise the following:

10.1.1 Envelope – I: shall contain and Supercribing “Unpriced Bid” 10.1.2 Envelope – II: shall contain and Supercribing “Priced Bid”

Envelope-I : Techno-commercial / Un-priced Bid shall contain the following documents, all pages of which are duly signed by the authorised person:

a) Power of Attorney of the signatory to the Bidding Document. b) Organisation chart of the bidder and the structure assigned for execution of the work under this bid with details of Bidder’s infrastructure in India. c) Methodology of execution of work d) Copy of Bidding Documents along with addendum/corrigendum no….. duly signed and sealed on each page, in token of confirmation that Bid Documents are considered in full while preparing the bid and in case of award, work will be executed in accordance with the provisions detailed in Bid Documents. e) All Formats duly filled and signed with seal. f) Documentary evidence required for meeting the stipulated bid evaluation criteria of bidding document. g) CVs of key personnel h) Time Schedules for work execution

10.1.2. Envelope-II: Price Bid This envelope shall contain original Price Schedule / Schedule of Rates (SOR) duly filled in, stamped on each page. In case of any correction, the bidders shall put his signature and his stamp.

11.0 BID PRICES

11.1 The bidder shall quote Bid Prices on the appropriate format for “Price Schedule” enclosed as part of Bid Document.

11.2 Prices shall be quoted, in the prescribed Price Schedule by the bidder separately for each item of scope and in strict compliance to the format of the Price Schedule.

11.3 The Fees shall be for complete scope of work which includes all taxes and duties except applicable Service Tax. The fee is also inclusive of visit of the Consultant for the purpose of Network Conceptualisation and preparation of reports along with Meeting with APGDC at Hyderabad.

11.4 The cost of any other item / services, which are considered necessary for completion of the job, is deemed to have been included in the lump-sum prices.

11.5 Prices quoted by the bidder shall be firm and fixed during the bidder’s performance of the contract. A bid submitted with an adjustable price quotation will be treated as non- responsive and rejected.

11.6 Statutory variation in service tax, if any, within the contractual completion period shall be borne by APGDC. No variation in taxes, duties or levies other than service tax shall be payable.

11.7 Prices shall be written both in words and figures. In the event of difference, the price in words shall be valid and binding.

11.8 Bidder shall be solely responsible for ascertaining all types of taxes and duties applicable for providing the services as mentioned in the scope of work. APGDC shall deduct Indian income tax applicable from the payments due to the bidder under the contract.

11.9 PAN No.: Bidders whose receipts are subject to tax deduction at source shall furnish PAN no. If Bidder does not furnish PAN no. , the Owner will deduct tax at source at higher of the following rates as prevailing rules: a) Withholding tax as applicable under the Income Tax Act; b) At the rate of 20%

12.0 BID CURRENCY:

12.1 Bidders may submit bid in Indian Rupees only.

13.0 PERIOD OF VALIDITY OF BID

13.1 The bid shall remain valid for acceptance for three (3) months from the bid due date. Owner shall reject a bid valid for a shorter period being non-responsive. The Bidder shall not be entitled during the said period of 3 months, to revoke or cancel its Bid or to vary the Bid given or any term thereof.

13.2 In exceptional circumstances, prior to expiry of the original bid validity period, the Owner may request that the bidder extend the period of validity for a specified additional period. The requests and the responses thereto shall be made in writing (by fax/post/e-mail). A bidder agreeing to the request will not be required or permitted to modify his bid.

14.0 BID SECURITY: NOT APPLICABLE

15.0 PRE-BID MEETING:

15.1 The bidder (s) or his authorized representative, to whom the bid document has been issued or who have downloaded the bid document from website are invited to attend the pre-bid meeting which will take place at APGDC Ltd., 2nd Floor, Parisrama Bhavan, Basheer Bagh, Hyderabad-500004. Bidder shall carry Authority letter as per Format F-4 while attending above meeting.

15.2 The purpose of meeting will be to clarify issues and to answer queries on any matter that may be raised at that stage.

15.3 The bidder is requested, as far as possible, to submit any queries by courier or by fax to reach Owner’s office not later than three days before the meeting. All communication must be addressed to APGDC Ltd., 2nd Floor, Parisrama Bhavan, Basheer Bagh, Hyderabad-500004, . It may not be practicable at the meeting to answer queries received late, but queries and responses/clarifications will be transmitted in accordance with the following sub-clause.

15.4 The text of the queries raised and the responses given, together with any responses prepared after the meeting will be transmitted without delay (without identifying the sources of the questions) to all the purchasers of the bidding documents. Any modifications of the bidding documents listed in clause 7 of Instruction to Bidders that may become necessary as a result of the pre-bid meeting shall be made by the Owner exclusively through the issue of an addendum pursuant to clause 8 of Instruction To Bidders and not through the minutes of the pre-bid meeting

Non- attendance of the pre-bid meeting will not be a cause for disqualification of the bidder.

16.0 FORMAT AND SIGNING OF BID

16.1 The bidder shall submit bid as per guidelines given in tender document.

16.2 The bid shall be signed by the person or persons duly authorized to sign on behalf of the bidder. The name and position held by each person signing must be stated below the signature. All pages of the bid except any catalogues / literatures shall be signed and sealed by the person or persons signing the bid.

16.3 The bid shall contain no alterations, omissions or additions, unless such corrections are initialed by the person or persons signing the bid.

17.0 ZERO DEVIATION:

17.1 Bidder to note that this is a ZERO Deviation Bidding Document. Owner will appreciate submission of offer based on the terms and conditions in the enclosed General Conditions of Contract, Instruction to Bidders, Scope of Work, and Technical Specification etc. to avoid wastage of time and money in seeking clarifications on technical / commercial aspect of the offer. Bidder’s Bid shall be considered non-responsive and liable for rejection, if deviations are taken to the under mentioned provisions of Bid Documents by the Bidder:-

. Firm Price . Scope of Work . Price Schedule / Schedule of Rates . Completion Period for total scope of work . Force Majeure. . Payment terms & conditions. . Price Reduction Schedule (PRS) for delay in completion. . Liability Clause. . Period of validity of bid. . Arbitration/Resolution of Dispute . Termination of Contract . Applicable Laws . Any other condition specifically stated in the Bid Document elsewhere that non- compliance of the clause lead to rejection of the Bid.

18.0 PAYMENTS

18.1 Payments under the contract shall made as per terms of Special Conditions of Contract.

D: SUBMISSION OF BID

19.0 SEALING AND MARKING OF BIDS

19.1 The sealed bids should be submitted on or before the due date and time addressed to Director (Commercial), APGDC Limited, 2nd Floor, Parisrama Bhavan, Basheer Bagh, Hyderabad-500004 (AP). Offers received late shall be summarily rejected. Each envelope shall indicate name and address of the bidder to enable the bid to be returned unopened, if required.

If the envelope is not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the bid.

20.0 DEADLINE FOR SUBMISSION OF BID

20.1 The bid must be submitted at APGDC within due date and time for bid submission as specified in Bid document.

20.2 The Employer may, in exceptional circumstances and at its discretion, on giving reasonable notice by e-mail / fax / uploading in APGDC website or any written communication to all prospective bidders who have attended the pre-bid meeting or who have raised queries against the bidding documents, extend the deadline for the submission of bids in which case all rights and obligations of the Employer and bidders, previously subject to the original deadline will thereafter be subject to deadline as extended.

21.0 LATE BIDS

21.1 Bids received after due date and time shall be summarily rejected. 22.0 MODIFICATION AND WITHDRAWAL OF BIDS

22.1 The bidder may modify, re-submit or withdraw its bid after the bid submission, but, before the due date of submission as per provision exists in APGDC. 22.2 No bid shall be modified after the deadline for submission of bid. No bid shall be allowed to be withdrawn 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 bid form.

E: BID OPENING AND EVALUATION

23.0 BID OPENING

23.1 Un-Priced Techno – Commercial bid opening:

23.1.1 The Employer will open, in the presence of bidders’ designated representatives, the Un-priced part of bid at date and time as stipulated in IFB. The bidder’s representatives who are present shall sign bid-opening statement evidencing their attendance.

23.1.2 Bidder’s names, the presence (or absence) and any other such details as the Employer may consider appropriate will be announced by the owner.

24.0 PROCESS TO BE CONFIDENTIAL

24.1 Information relating to the examination, clarifications, evaluation and comparison of bids, and recommendations for the award of a Contract shall not be disclosed to bidders or any other person officially concerned with such process. Any effort by a bidder to influence the Owner in any manner in respect of bid evaluation or award will result in the rejection of that bid.

25.0 CONTACTING THE OWNER

25.1 No Bidder shall contact APGDC on any matter relating to its Bid, from the time of Bid opening to the time the Contract is awarded.

25.2 Any effort by a bidder to influence the Owner in any manner in respect of bid evaluation or bid comparison or award may result in the rejection of the bidder’s bid.

26.0 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

26.1 Owner will examine the bids to determine whether they are complete, whether any computational errors have been made, whether the documents have been properly signed and whether the bids are generally in order.

26.2 Once quoted, bidder shall not make any subsequent price changes, whether resulting or arising out of any technical/commercial clarifications sought regarding the bid within the scope of work, even if any deviation or exclusion may be specifically stated in the bid. Such price change shall render the bid liable for rejection. All responses to request for clarifications shall be in writing.

26.3 Unsolicited clarification to the Bid and/or change in price during its validity period would render the Bid liable for outright rejection.

26.4 TECHNO-COMMERCIAL EVALUATION OF BIDS

26.4.1 Bids will be evaluated in accordance with the Bid Evaluation Criteria given in the Bid Document. The price bid of only those bidders, who meet the Evaluation criteria and Techno-commercial requirement and are found to be responsive shall be opened. Conditional bids shall be liable for rejection.

26.4.2 Bids will be evaluated as received and no query will be asked from the bidders. To assist in the examination, evaluation and comparison of bids if it becomes absolutely necessary, Owner may, at its discretion, ask the bidder for a clarification of its bid. The request for such clarification and the response shall be in writing and no change in the price or substance of bids shall be sought, offered or permitted.

26.4.3 Prior to the evaluation and comparison of bids pursuant to Article-32, Owner will determine the substantial responsiveness of each bid to the bidding documents. For purpose of this Article a substantially responsive bid is one which conforms to all the terms and conditions of the bidding document without material deviations or reservations. Owner’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to the extrinsic evidence.

26.4.4 A bid determined as substantially non-responsive will be rejected by Owner and may not subsequently be allowed by the Owner to be made responsive by the bidder by correction of the non-conformity.

26.4.5 Bids not confirming to technical specification/requirements (refer Scope of Services) as mentioned in the Bid document will be rejected.

27.0 CORRECTION OF ERRORS

27.1 Bids will be checked by the Owner for any arithmetic errors. Errors will be corrected by the Owner as follows in the following sequential order:

(a) Where there is a discrepancy between the amounts in words and in figures, the amount in words will govern; and

(b) Where there is a discrepancy between the unit rate and the total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will prevail and total price will be corrected.

(c) If there is a discrepancy between the total amount and the sum of total prices, the sum of total prices shall prevail and the total bid amount will be corrected.

28.0 PRICE BID OPENING

28.1 The Owner shall inform the time, date and venue for price bid opening to all such bidders who qualify pursuant to techno-commercial bid evaluation. Bidders may be required to attend price bid opening at a short notice of 24 hours. Bidder shall carry authority letter as per Format F-4 while attending opening.

28.2 The Owner will open price bids of all Techno-Commercially acceptable notified to attend price bid opening in presence of authorized bidders’ representatives. The bidder’s representatives who are present shall sign bid-opening register evidencing their attendance.

28.3 The bidder’s name, prices, and such other details as the Owner, at its discretion, may consider appropriate will be announced and recorded at the time of bid opening.

29.0 CONVERSION TO SINGLE CURRENCY

NOT APPLICABLE

30.0 EVALUATION AND COMPARISON OF BIDS

Pursuant to clause no. 27 of ITB and clause no. 4 of IFB, prices of techno- commercially acceptable bidders will be evaluated on SOR-wise L1 basis.

It is APGDC’s prerogative and reserves its right to award the works of SOR-1 and SOR-2 on overall L1 basis or split the works into two bidders or award the work of one SOR only or make the overall tender process null and void.

F: AWARD OF CONTRACT

31.0 AWARD OF WORK

31.1 The Owner will award the contract to the successful bidder (s) whose bid has been determined to be substantially responsive and/or have been determined as a lowest on least cost to Owner and is determined to be qualified to satisfactorily perform the Contract.

32.0 OWNER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID

32.1 The Owner reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to award of the contract without thereby incurring any liability to the affected bidder or bidders or any obligations to inform the affected bidder or bidders of the ground for Owner’s action.

33.0 NOTIFICATION OF AWARD

33.1 Prior to the expiration of period of bid validity APGDC will notify the successful bidder in writing by fax/e-mail to be confirmed in writing, that his bid has been accepted. The notification of award / Fax of Acceptance will constitute the formation of the Contract.

33.2 The Contract period shall commence from the date of notification of award / Fax of Acceptance (FOA).

33.3 The notification of award will constitute the formation of a Contract, until the Contract has been effected pursuant to signing of contract as per Clause 36 of Instruction To Bidders.

34.0 SIGNING OF AGREEMENT

34.1 After the successful bidder has been notified for acceptance of his bid, the bidder is required to execute the Contract Agreement within 15 days of receipt of Fax of Intent in the form provided in the Bidding Documents. The Contract Agreement is to be executed on the non-judicial paper of Delhi State of appropriate value (the cost of stamp paper shall be borne by the Bidder).

34.2 In the event of failure on the part of the successful bidder to sign the AGREEMENT within the above-stipulated period, the acceptance of the tender shall be considered as cancelled.

35.0 CONTRACT PERFORMANCE BANK GUARANTEE

NOT APPLICABLE

36.0 CORRUPT AND FRAUDULENT PRACTICES

36.1 The Owner requires that Bidders/Consultant observe the highest standard of ethics during the execution of Contract. In pursuance of this policy, the Owner defines, for the purposes of this provision, the terms set forth below as follows:

i) “Corrupt Practice” means the offering, giving, receiving, or soliciting of anything of value to influence the action of public official in contract execution; and

ii) “Fraudulent Practice” means a misrepresentation of facts in order to influence the execution of a Contract to the detriment of the Owner, and includes collusive practise among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition;

36.2 The Owner will reject a proposal for award if it determines that the bidder recommended for award has engaged corrupt or fraudulent practices in competing for the Contract in question:

36.3 The Owner will declare a firm ineligible for a period pursuant to GCC.

36.4 a) Bidder is required to furnish the complete and correct information/ documents required for evaluation of their bids. If the information/ documents forming basis of evaluation is found to be false/ forged, the same shall be considered adequate ground for rejection of the bids and forfeiture of Earnest Money Deposit.

b) In case, the information/ document furnished by the vendor/ CONSULTANT forming basis of evaluation of his bid is found to be false / forged after the award of the contract, APGDC shall have full right to terminate the contract and get the remaining job executed at the risk & cost of such vendor/ CONSULTANT without any prejudice to other rights available to APGDC under the contract such as forfeiture of CPBG / Security Deposit, withholding of payment etc.

c) In case, this issue of submission of false documents comes to the notice after execution of work, APGDC shall have full right to forfeit any amount due to the vendor/ CONSULTANT along with forfeiture of CPBG/ Security Deposit furnished by the vendor/ CONSULTANT.

d) Further, such bidder/ vendor / CONSULTANT shall be put on Blacklist/ Holiday list of APGDC debarring them from future business with APGDC.

e) “Notwithstanding anything contained contrary in GCC and other “CONTRACT DOCUMENTS”, in case it is found that the Vendors/ Suppliers/ Contractors/Bidders/ Consultants indulged in fraudulent/ coercive practices at the time of bidding, during execution of the contract etc., and/or on other grounds as mentioned in APGDC’s “Procedure for action in case Corrupt/Fraudulent/ Collusive/Coercive Practices”, the contractor/bidder shall be banned from the date of issuance of such order by APGDC Ltd., to such Vendors/ Suppliers / Contractors/Bidders/ Consultants.

f) The vendor/ Supplier / Contractor / Bidder /Consultant understands and agrees that in such cases where Vendor/ Supplier / Contractor/ Bidder/Consultant has been banned from the date of issuance of such order by APGDC Limited, such decision of APGDC Limited shall be final and binding on such Vendor/ Supplier / Contractor/ Bidder/Consultant and the ‘Arbitration clause’ in the GCC and other “CONTRACT DOCUMENTS” shall not be applicable for any consequential issue /dispute arising in the matter”.

37.0 WAIVER OR TRANSFER OF THE AGREEMENT

37.1 The successful bidder shall not waive the Agreement or transfer it to third parties, whether in part or in whole, nor waive any interest that is included in the Agreement without the prior written permission of the Owner.

38.0 ORDER OF PRECEDENCE

38.1 The Articles contained in this Section shall supplement to the Scope of Work and terms & conditions of contract, General Conditions of Contract. Where any portion of Scope of Works and terms & conditions of contract and General Conditions of Contract is repugnant or at variance with any provisions of Instructions to Bidders. Instructions to Bidders shall be deemed to over-ride the provision(s) of scope of work and terms & conditions of contract, and General Conditions of Contract only to the extent that such repugnancies of variations in Instructions to Bidders are not possible of being reconciled with the provisions of scope of work and terms & conditions of contract, General Conditions of Contract.

39.0 DISPUTE RESOLUTION/ARBITRATION

41.1. The Owner and the Contractor shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract.

41.2. If, after thirty days from the commencement of such informal negotiations, the Owner and the Contractor have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred for resolution to the formal mechanism as specified hereunder.

41.3. Legal Construction The Contract shall be, in all respects be construed and operated as an Indian Contract and in accordance with Indian Laws as in force for the time being and is subject to and referred to the Court of Law situated within Andhra Pradesh, India.

41.4. Arbitration All disputes, controversies, or claims between the parties (except in matters where the decision of the Engineer-in-Charge is deemed to be final and binding) which cannot be mutually resolved within a reasonable time shall be referred to Arbitration by a sole arbitrator.

The Owner (APGDC) shall suggest a panel of three independent and distinguished persons to the Seller to select any one among them to act as the sole Arbitrator. In the event of failure of the Seller to select the Sole Arbitrator within 30 days from the receipt of the communication suggesting the panel of arbitrators, the right of selection of Sole Arbitrator by the other party shall stand forfeited and the Owner shall have discretion to proceed with the appointment of the Sole Arbitrator. The decision of the Owner on the appointment of Sole Arbitrator shall be final and binding on the parties.

The award of the Sole Arbitrator shall be final and binding on the parties and unless directed/awarded otherwise by the Sole Arbitrator, the cost of arbitration proceedings shall be shared equally by the parties. The arbitration proceeding shall be in English language and the venue shall be at Hyderabad, Andhra Pradesh.

Subject to the above, the provisions of (Indian) Arbitration & Conciliation Act, 1996 and the rules framed thereunder shall be applicable. All matters relating to this contract are subject to the exclusive jurisdiction of the Courts situated in the State of Delhi (India).Seller may please note that the Arbitration & Conciliation Act 1996 was enacted by the Indian Parliament and is based on United nations Commission on International Trade Law (UNCITRAL model law), which were prepared after extensive consultation with Arbitral Institutions and centers of International Commercial Arbitration. The United Nations General Assembly vide resolution 31/98 adopted the UNCITRAL Arbitration rules on 15 December 1996.

The WORK under the CONTRACT shall, however, continue during the Arbitration proceedings and no payment due or payable to the Seller shall be withheld on account of such proceedings.

41.5. The cost of Conciliation proceeding including but not limited to fees for Conciliator(s), Airfare, Local Transport, Accommodation, cost towards conference facility etc. shall be borne by the Parties equally.

41.6 The Parties shall freeze claims (s) of interest, if any, and shall not claim the same during pendency of Conciliation proceedings. The Settlement Agreement, as and when reached/ agreed upon, shall be signed between the Parties and Conciliation proceeding shall stand terminated on the date of the Settlement Agreement.

42 UNSOLICITED POST TENDER MODIFICATIONS

Bidders are advised to quote as per terms and conditions of the Bidding Document and not to stipulate deviations/exceptions. Once quoted, the bidder shall not make any subsequent price changes, whether resulting or arising out of any technical / commercial clarifications and details sought on any deviations, exceptions or stipulations mentioned in the bid unless any amendment to Bidding Document is issued by Owner. Similarly, no revision in quoted price shall be allowed should the deviations stipulated by him are not accepted by APGDC and are required to be withdrawn by him in favour of stipulation of the Bidding Document. Any unsolicited proposed price change is likely to render the bid liable for rejection.

43 CENVAT / VAT CREDIT

Bidders shall provide required documents for availing Cenvat / VAT Credit applicable on Excise duty, CST/VAT/ LST and Service Tax as per prevailing rules.

44. Consultant/APGDC shall treat all matters in connection with the Contract as strictly confidential and undertakes not to disclose, in any way, information, documents, technical data, experience and know-how given to him by APGDC/ without the prior written consent of the owner.

45. The Consultant is expected to carry out its assignment with due diligence and in accordance with prevailing standards of the profession without any lacunae.

SECTION III

GENERAL CONDITIONS OF CONTRACT

SECTION-III:

GENERAL CONDITIONS OF CONTRACT

ARTICLE 3.1: DEFINITIONS AND INTERPRETATIONS

In this Document, as hereunder defined, the following terms and expressions shall have the meaning hereby assigned to them except where the context otherwise requires:

AGREEMENT means the agreement concluded on non-judicial stamp paper between APGDC and Consultant for Services as per this Bid document.

APGDC/OWNER shall mean APGDC Limited

APGDC'S REPRESENTATIVE means the person appointed or authorized from time to time by APGDC for execution of the contract.

CONSULTANT'S REPRESENTATIVE means the person appointed from time to time by CONSULTANT for execution of the Contract.

ENGINEER-IN-CHARGE/EXECUTIVE-IN-CHARGE shall mean the person designated from time to time by the APGDC and shall include those who are expressly authorized by him to act for and on his behalf for operation of this CONTRACT.

SIGN OFF means a recorded statement for completion of a milestone/major activity by Consultant as envisaged in this document and accepted by APGDC.

CONTRACT shall mean Letter of Acceptance and all attached exhibits and document referred to therein and all terms and conditions thereof together with any subsequent modifications thereto.

SERVICES mean the duties to be performed and the services to be rendered by Consultant according to the terms and conditions of the Contract.

HEADINGS the headings appearing herein are for convenience only and shall not be taken in consideration in the interpretation or construction of the Contract.

SINGULAR AND PLURAL WORDS importing the singular only also include the plural and vice-versa where the context requires.

ARTICLE 3.2: PERFORMANCE OF DUTIES AND SERVICES BY CONSULTNT

3.2.1 Consultant shall perform its Services in full accordance with the terms and conditions of the Contract and any applicable local laws and regulations and shall exercise all reasonable professional skill, care and diligence in the discharge of said Project work.

Consultant shall in all professional matters act as a faithful advisor to APGDC, and will provide all the expert commercial/technical advice and skills which are normally required for the class of Services for which it is engaged.

Consultant, its staff, employees shall carry out all its responsibilities in accordance with the best professional standards.

Consultant shall prepare and submit documents /reports etc. in due time and in accordance with the Tender Conditions.

3.2.2 Consultant will maintain for the performance of the Contract, personnel as determined to be responsible for carrying out this job and such persons shall not be replaced or substituted without written approval of APGDC.

ARTICLE 3.3: APGDC'S REPRESENTATIVE

3.3.1 APGDC shall nominate its Representative(s) who shall be entitled to act on behalf of APGDC with respect to any decision it is empowered to make. The bill / invoice of Consultant will be certified for payment by such representatives.

ARTICLE 3.4: CONSULTANT’S REPRESENTATIVE

3.4.1 Consultant shall nominate a qualified and experienced person as its Representative who will be the contact person between APGDC and Consultant for the performance of the Contract. This nomination shall be done within ten (10) days after the coming into force of the Contract. Consultant shall notify APGDC in writing prior to the appointment of a new representative. Consultant's Representative may be replaced only with APGDC's consent after getting approved his CV’s from APGDC.

APGDC shall be at liberty to object to any nomination and to require Consultant to remove Consultant's representative for good causes. Consultant shall replace immediately such person by competent substitute at no extra cost to APGDC.

3.4.2 Consultant’s Representative shall be entitled to act on behalf of Consultant with respect to any decisions to be made under the Contract.

ARTICLE 3.5: PAYMENT TERMS

3.5.1 APGDC shall pay for the services rendered as per stipulation in the tender through E-Banking only (through ICICI Bank, HDFC Bank or State Bank of India). All Bank charges of consultant’s Bankers shall be to the consultant’s account.

3.5.2 Consultant will invoice APGDC according to the terms and conditions provided in the tender.

3.5.3 Payment terms will be as follows:

3.5.3.1 For all consultancy jobs for preparation of reports, payment terms will be as follows:

- 60 % on submission & acceptance of Draft report.

Where outsourcing will be required, payment will be released on the basis of Milestones achieved within 60% such as submission of report for market survey, etc. The payment for such milestones will be restricted to actual payment made to outsourced agency/ies subject to 40% within 60% limit.

- 40% on submission & acceptance of final report.

Where EMP/EIA/RRA is involved, the 40% payment will be divided as follows:-

- 20% on submission and acceptance of final DFR/Report

- 20% on submission and acceptance of EMP/EIA/RRA

If acceptance is not conveyed within 30 days, it will be presumed to be accepted.

3.5.3.2 For Acquisition/Due diligence consultancy cases; the payment terms will be as follows:

Stages Payment (%age of lump sum price) a) On submission and acceptance of draft 40% report b) On submission and acceptance of Final 20% report by APGDC c) On formulation and submission of Bid 15% d) On negotiations, deal finalization and 25% deal execution

If acceptance is not conveyed within 30 days, it will be presumed to be accepted.

APGDC reserves the right to enter into the next Stage or terminate the contract at the completion of the previous Stage as indicated above and submission of all the deliverables pertaining to the Stage completed. In such case the payment to the Consultant shall be restricted to payments payable for the Stage completed as indicated above.

3.5.3.3 FOR PMC JOBS/ PROJECT QUALITY CONSULTANTS, payment terms shall be as follows:

- On completion of Milestones against each activity of Project as identified in 95% the scope of work progressively based on Fortnightly invoices - After close out of Project on completion of job in all respects 5%

3.5.3.4 For Back-up Consultants for Project Monitoring and for Third Party Inspection Services, payment will be based on Man-day Rate (per diem)

3.5.4 In case of disputes concerning invoice(s), APGDC shall return said invoice(s) to Consultant within fifteen (15) days from its/their receipt specifying in writing the reasons for its / their rejection.

 APGDC shall pay the undisputed amount of the invoice(s) according to Article - 3.5.3 hereof.  The disputed amount, if any, shall be paid after mutual settlement between APGDC and Consultant.  Total or partial rejection of the invoice(s) shall not release Consultant from any of its obligations under the Contract.

ARTICLE 3.6: PERFORMANCE GUARANTEE

3.6.1 Consultant shall submit to APGDC an unconditional, irrevocable and on first demand guarantee from any Indian scheduled bank or a branch of an International bank situated in India and registered with Reserve Bank of India as scheduled foreign bank. However, other than the Nationalized Indian Banks, the banks whose BGs are furnished, must be commercial banks having net worth in excess of Rs. 100 Crores and a declaration to this effect should be made by such commercial bank either in the bank guarantee itself or separately on a letter head.

The value of Contract Performance Guarantee shall be 5% of contract value for the due performance of the Contract. The Contract Performance Guarantee shall be valid as per Special Conditions of Contract. The format of performance guarantee is annexed hereto. All expenses incurred in obtaining of such guarantee shall be borne by Consultant.

3.6.2 In case of extension of completion period, Consultant shall be required to extend the performance guarantee for an appropriate period of time as per contractual requirements.

ARTICLE 3.7: CONFIDENTIALITY

3.7.1 Consultant/APGDC shall treat all matters in connection with the Contract as strictly confidential and undertakes not to disclose, in any way, information, documents, technical data, experience and know-how given to him by APGDC/Consultant without the prior written consent of the latter.

3.7.2 Consultant further undertakes to limit the access to confidential information to those of its employees, Implementation Partners who reasonably require the same for the proper performance of the Contract provided however that Consultant shall ensure that each of them has been informed of the confidential nature of the confidentiality and non-disclosure provided for hereof.

ARTICLE 3.8: TAXES AND DUTIES

3.8.1 Consultant shall pay any and all taxes including service tax, duties, levies etc. which are payable in relation to the performance of the Contract. The quoted price shall be inclusive of all such taxes and duties.

3.8.2 Statutory variation in taxes (CST, LST, WCT, withholding tax, service tax etc.) and duties, if any, within the contractual completion period shall be borne by APGDC. No variation in taxes duties or levies other than statutory taxes & duties shall be payable.

3.8.3 Consultant will not claim from APGDC any taxes paid by him.

3.8.4 APGDC shall deduct Income tax at source at applicable rates.

ARTICLE 3.9: RESOLUTION OF DISPUTES / ARBITRATION

3.9.1 APGDC and Consultant shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the Contract.

3.9.2 All disputes, controversies, or claims between the parties (except in matters where the decision of the Executive/Engineer-in-Charge is deemed to be final and binding) which cannot be mutually resolved within a reasonable time shall be referred to Arbitration by sole arbitrator.

APGDC shall suggest a panel of three independent and distinguished persons to the other party (Consultant) to select any one among them to act as the sole Arbitrator.

In the event of failure of the other party to select the Sole Arbitrator within 30 days from the receipt of the communication suggesting the panel of arbitrators, the right of selection of sole Arbitrator by the other party shall stand forfeited and APGDC shall have discretion to proceed with the appointment of the sole Arbitrator. The decision of the APGDC on the appointment of Sole Arbitrator shall be final and binding on the parties.

The award of the Sole Arbitrator shall be final and binding on the parties and unless directed/awarded otherwise by the Sole Arbitrator, the cost of arbitration proceedings shall be shared equally by the PARTIES. The arbitration proceeding shall be in English language and the venue shall be at New Delhi, India.

Subject to the above, the provisions of (Indian) Arbitration & Conciliation Act, 1996 and the rules framed there-under shall be applicable. All matters relating to this contract are subject to the exclusive jurisdiction of the Courts situated in the State of Andhra Pradesh (India).

3.9.3 Consultant may please note that the Arbitration & Conciliation Act 1996 was enacted by the Indian Parliament and is based on United Nations Commission on International Trade Law (UNCITRAL model law), which were prepared after extensive consultation with Arbitral Institutions and centers of International Commercial Arbitration. The United Nations General Assembly vide resolution 31/98 adopted the UNCITRAL Arbitration rules on 15 December 1976.

ARTICLE 3.10: LEGAL CONSTRUCTION

3.10.1 Subject to the provisions of this Article, the Contract shall be, in all respects, constructed and operated as an Indian Contract and in accordance with Indian Laws as in force for the time being and is subject to and referred to the Court of Law situated at Hyderabad (AP).

ARTICLE 3.11: SUSPENSION OF THE PREFORMANCE OF DUTIES AND SERVICES

3.11.1 APGDC may suspend in whole or in part – the performance of services of Consultants any time upon giving not less than fifteen (15) days notice.

3.11.2 Upon notice of suspension, Consultant shall suspend immediately the services and reduce expenditure to a minimum to be agreed upon by both the parties.

3.11.3 Upon suspension of the performance of services, Consultant shall be entitled to reimbursement of the costs which shall have been actually incurred prior to the date of such suspension. However, the total reimbursement shall be restricted to contract price.

3.11.4 By fifteen days prior notice, APGDC may request Consultant to resume the performance of the services, without any additional cost to APGDC.

3.11.5 In case of suspension of work by consultant on APGDC’s request for more than 10 days, demobilization and remobilization charges will be paid to consultant as per Schedule of Rates.

3.11.6 If the suspension of the duties and services exceeds six months, either party shall be entitled to terminate contract according to Article 3.16 hereunder.

ARTICLE 3.12: PRICE REDUCTION SCHEDULE (PRS)

3.12.1 In case Consultant fails to complete the services within stipulated period then unless such failure is due to force majeure as defined in Article 3.19 hereinafter or due to APGDC’s default, there will be a reduction in contract price @ 1/2% for each week of delay or part thereof subject to maximum of 5 % of contract price.

3.12.2 APGDC may without prejudice to any methods of recovery, deduct the amount of such PRS from any money due or which may at any time become due to Consultant from its obligations and liabilities under the contract or by recovery against the Performance Bank Guarantee. Both Consultant and APGDC agree that the above percentage of price reduction are genuine pre-estimates of the loss/damage which APGDC would have suffered on account of delay/ breach on the part of Consultant and the said amount will be payable on demand without there being any proof of the actual loss/or damage caused by such breach/delay. A decision of APGDC in the matter of applicability of price reduction shall be final and binding.

ARTICLE 3.13: ASSIGNMENT

3.13.1 Consultant shall not have the right to assign or transfer the benefit and obligations of the contract or any part thereof to the third party without the prior express approval in writing of APGDC which it shall do at its discretion. However, in event of that all legal/contractual obligations shall be binding on Consultant only.

ARTICLE 3.14: INDUSTRIAL AND INTELLECTUAL PROPERTY

3.14.1 In order to perform the services, Consultant must obtain at its sole account, the necessary assignments, permits and authorizations from the titleholder of the corresponding patents, models, trademarks, names or other protected rights and shall keep APGDC harmless and indemnify APGDC from and against claims, proceedings, damages, costs and expenses (including but not limited to legal costs) for and/or on account of infringements of said patents, models, trademarks names or other protected rights.

3.14.2 All documents, report, information, data etc. collected and prepared by Consultant in connection with the scope of work submitted to APGDC will be property of APGDC.

3.14.3 Consultant shall not be entitled either directly or indirectly to make use of the documents, reports given by APGDC for carrying out of any services with any third parties.

3.14.4 Consultant shall not without the prior written consent of APGDC be entitled to publish studies or descriptive article with or without illustrations or data in respect of or in connection with the performance of services.

ARTICLE 3.15: LIABILITIES

3.15.1 Without prejudice to any express provision in the contract, Consultant shall be solely responsible for any delay, lack of performance, breach of agreement and/or any default under this contract.

3.15.2 Consultant shall remain liable for any damages due to its gross negligence within the next 12 months after the issuance of the provisional acceptance certificate of the contract.

3.15.3 The amount of liability will be limited to 10% of the contract value.

ARTICLE 3.16: TERMINATION OF CONTRACT

3.16.1 Termination for Default

APGDC reserves its right to terminate / short close the contract, without prejudice to any other remedy for breach of CONTRACT, by giving one month notice if Consultant fails to perform any obligation(s) under the CONTRACT and if Consultant, does not cure his failure within a period of 30 days (or such longer period as APGDC may authorise in writing) after receipt of the default notice from APGDC.

3.16.2 Termination for Insolvency

APGDC may at any time terminate the CONTRACT by giving written notice without compensation to Consultant, if Consultant becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to APGDC.

3.16.3 Termination for convenience

APGDC may by written notice sent to consultant, terminate the contract, in whole or part, at any time for its convenience. However, the payment shall be released to the extent to which performance of work executed as determined by APGDC till the date upon which such termination becomes effective.

ARTICLE 3.17: MODIFICATION

Any modification of or addition to the contract shall not be binding unless made in writing and agreed by both the parties.

ARTICLE 3.18: CONTRACT/AGREEMENT

The notification of award along with agreement on non judicial stamp paper of appropriate value of as per proforma within 10 days from the date of receipt of FOA, the cost of stamp paper is to be borne by Consultant, and its enclosures shall constitute the contract between the parties and supersedes all other prior agreements, arrangements and communications, whether oral or written, between the parties relating to the subject matter hereof.

ARTICLE 3.19: FORCE MAJEURE

Shall mean and be limited to the following:

a) War/hostilities b) Riot or Civil commotion c) Earthquake, flood, tempest, lightening or other natural physical disaster. d) Restrictions imposed by the Government or other statutory bodies which prevents or delays the execution of the Contract by Consultant.

CONSULTANT shall advise APGDC by a registered letter duly certified by the local Chamber of Commerce or statutory authorities, the beginning and end of the above causes of delay within seven (7) days of the occurrence and cessation of such Force Majeure Conditions. In the event of delay lasting over one month, if arising out of causes of Force Majeure, APGDC reserves the right to cancel the Contract and the provisions governing termination stated under Article 3.16 shall apply.

For delays arising out of Force Majeure, Consultant shall not claim extension in completion date for a period exceeding the period of delay attributable to the causes of Force Majeure and neither APGDC nor Consultant shall be liable to pay extra costs provided it is mutually established that Force Majeure Conditions did actually exist.

Consultant shall categorically specify the extent of Force Majeure Conditions prevalent in their works at the time of submitting their bid and whether the same have been taken into consideration or not in their quotations. In the event of any force majeure cause, Consultant or the APGDC shall not be liable for delays in performing their obligations under this order and the completion dates will be extended to Consultant without being subject to price reduction for delayed completion, as stated elsewhere.

ARTICLE – 3.20: RECTIFICATION PERIOD

All services shall be rendered strictly in accordance with the terms and conditions stated in the Contract.

No deviation from such conditions shall be made without APGDC’S agreement in writing which must be obtained before any work against the order is commenced. All services rendered by Consultant pursuant to the Contract (irrespective of whether engineering, design data or other information has been furnished, reviewed or approved by APGDC) are guaranteed to be of the best quality of their respective kinds.

Consultant shall rectify at his own cost any mistake in assumption of any data in the study or use of wrong data or faulty study observed within twelve months of the acceptance of his report and will submit the rectified report incorporating the changes wherever applicable within 30 days of observance of mistake.

ARTICLE – 3.21: SUB CONTRACT

Any sub contract to be made by the CONSULTANT relating to the services shall be made only to such extent and with such duly qualified specialists and entities as shall be approved in writing in advance by APGDC. Upon the request of APGDC, the consultant shall submit for APGDC’s prior approval, the terms of reference or any amendment thereof for such sub contractor’s SERVICES. Notwithstanding such approval, the consultant shall remain fully responsible for the performance of services under the CONTRACT.

ARTICLE – 3.22: NOTICES

3.22.1 Any notice given by one party to the other pursuant to the CONTRACT shall be sent in writing or by telegram or fax, telex/cable confirmed in writing.

3.22.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

ARTICLE – 3.23: ACQUISITION OF DATA

If required, CONSULTANT shall be responsible for carrying out any surveys and acquisition of all data from necessary sources. APGDC, if requested in writing by CONSULTANT, may assist the consultant in the said acquisition by way of issue of recommendatory letters only. All requisite clearances, co-ordination, fees, charges, etc. and compliance to the local laws required for completion of the job shall be the responsibility of the CONSULTANT.

SECTION-IV

FORMS AND FORMATS

Bid Document No.: APGDC/EG & WG CGD/SER/4739/2016-17

Format F-1

BIDDER’S GENERAL INFORMATION To M/s APGDC Limited 2nd Floor, Parisrama Bhavan Basheer Bagh, Hyderabad – 500 004 (AP)

1-1 Bidder Name:

1-2 Number of Years in Operation 1-3 Address of Registered Office ______

City: ______

District: ______

State: ______

PIN/ZIP :______1-4 Operation Address (if different from above) ______

City: ______

District: ______

State: ______

PIN/ZIP :______1-5 Telephone Number ______(Country Code) (Area Code) (Telephone Number) 1-6 E-mail address

1-7 Fax Number ______(Country Code) (Area Code) (Telephone Number) 1-8 Website

1-9 ISO Certification, if any {If yes, please furnish details}

1-11 Banker’s Name

1-12 Branch

1-13 Branch Code

1-14 Bank Account Number

1-15 Service Tax Registration No. (for Indian Bidder) 1-16 PAN No. (for Indian Bidder)

Place: [Signature of Authorized Signatory of Bidder] Date: Name: Designation: Seal:

Bid Document No.: APGDC/EG & WG CGD/SER/4739/2016-17

Format F-2 BID FORM To M/s APGDC Limited 2nd Floor, Parisrama Bhavan Basheer Bagh, Hyderabad – 500 004 (AP)

Dear Sir,

After examining/reviewing the Bidding Documents for Project Management Consultancy services for ……………………………………………….. including technical specifications, drawings, General and Special Conditions of Contract and schedule of rates, etc. the receipt of which is hereby duly acknowledged, we, the undersigned, are pleased to offer to execute the whole of the Job for all specified items as per Schedule of Rates in conformity with, the said Bid Documents, including Addenda Nos. ______.

We undertake, if our bid is accepted, to complete entire work as specified in the Bid Document within the completion schedule specified therein. We confirm that this bid is valid for a period of three (3) months from the date of opening of Techno- Commercial Bid, and it shall remain binding upon us and may be accepted by any time before the expiration of that period.

If our bid is accepted, we will provide the performance guarantee equal to 5% (Five per cent) of the Contract Price, for the due performance with in fifteen days of such award.

Until a final Contract is prepared and executed, the bid together with your written acceptance thereof in your notification of award shall constitute a binding Contract between us.

We understand that Bid Document is not exhaustive and any action and activity not mentioned in Bid Documents but may be inferred to be included to meet the intend of the Bid Documents shall be deemed to be mentioned in Bid Documents unless otherwise specifically excluded and we confirm to perform for fulfilment of Agreement and completeness of the Work in all respects within the time frame and agreed price.

We understand that you are not bound to accept the lowest priced or any bid that you may receive.

Dated this Day of 20_

Place: [Signature of Authorized Signatory of Bidder] Date: Name: Designation: Seal:

Bid Document No.: APGDC/EG & WG CGD/SER/4739/2016-17 Format F-3 LIST OF ENCLOSURES WITH UNPRICED BID

Dear Sir, We are enclosing the following documents as part of the bid: 1. Power of Attorney of the signatory to the Bidding Document. 2. Organisation chart of the bidder and the structure assigned for execution of the work under this bid with details of Bidder’s infrastructure in India. 3. Methodology of execution of work 4. Copy of Bidding Documents along with addendum/corrigendum no….. duly signed and sealed on each page, in token of confirmation that Bid Documents are considered in full while preparing the bid and in case of award, work will be executed in accordance with the provisions detailed in Bid Documents. 5. All Formats duly filled and signed with seal. 6. Documentary evidence required for meeting the stipulated bid evaluation criteria of bidding document. 7. CVs of key personnel 8. Time Schedules for work execution

Place: [Signature of Authorized Signatory of Bidder] Date: Name: Designation: Seal:

Bid Document No.: APGDC/EG & WG CGD/SER/4739/2016-17

Format F-4 LETTER OF AUTHORITY PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING AND SUBSEQUENT NEGOTIATIONS/CONFERENCES

No. Date: To M/s APGDC Limited 2nd Floor, Parisrama Bhavan Basheer Bagh, Hyderabad – 500 004 (AP)

Dear Sir, We ______hereby authorize following representative(s) to attend Pre Bid Meeting / un-priced bid opening / Price bid opening and for any other correspondence and communication against above Bidding Document: 1) Name & Designation ______Signature ______2) Name & Designation ______Signature ______

We confirm that we shall be bound by all commitments made by aforementioned authorised representatives.

Yours faithfully,

Place: [Signature of Authorized Signatory of Bidder] Date: Name: Designation: Seal:

Note: This letter of authority should be on the letterhead of the bidder and should be signed by a person competent and having the power of attorney to bind the bidder.

Not more than two persons are permitted to attend techno –commercial un- priced and price bid opening.

Bidder’s authorized executive is required to carry a copy of this authority letter while attending the Pre Bid Meeting, Un-priced bid opening and price bid opening and submit the same to APGDC. Bid Document No.: APGDC/EG & WG CGD/SER/4739/2016-17

Format F-5 NO DEVIATION CONFIRMATION

M/s APGDC Limited 2nd Floor, Parisrama Bhavan Basheer Bagh, Hyderabad – 500 004 (AP)

Dear Sir,

We understand that any deviation/exception in any form may result in rejection of bid. We, therefore, certify that we have not taken any exceptions/deviations anywhere in the bid and we agree that if any deviation/exception is mentioned or noticed, our bid may be rejected.

Place: [Signature of Authorized Signatory of Bidder] Date: Name: Designation: Seal:

Bid Document No.: APGDC/EG & WG CGD/SER/4739/2016-17

Format F-6 CERTIFICATE M/s APGDC Limited 2nd Floor, Parisrama Bhavan Basheer Bagh, Hyderabad – 500 004 (AP)

Dear Sir,

If we become a successful bidder and pursuant to the provisions of the Bidding Documents award is given to us for the following certificate shall be automatically enforceable:

“We agree and acknowledge that the Employer is entering into the Agreement solely on its own behalf and not on behalf of any other person or entity. In particular, it is expressly understood and agreed that the Government of India/Government of Andhra Pradesh is not a party to the Agreement and has no liabilities, obligations or rights there under. It is expressly understood and agreed that the Employer is authorised to enter into Agreement, solely on its own behalf under the applicable laws of India. We expressly agree, acknowledge and understand that the Employer is not an agent, representative or delegate of the Government of India/Government of Andhra Pradesh. It is further understood and agreed that the Government of India/Government of Andhra Pradesh is not and shall not be liable for any acts, omissions, commissions, breaches or other wrongs arising out of the Agreement. Accordingly, we hereby expressly waive, release and forego any and all actions or claims, including cross claims, VIP claims or counter claims against the Government of India/ Government of Andhra Pradesh arising out of the Agreement and covenants not to sue to Government of India/ Government of Andhra Pradesh as to any manner, claim, cause of action or things whatsoever arising of or under the Agreement.”

Place: [Signature of Authorized Signatory of Bidder] Date: Name: Designation: Seal:

Bid Document No.: APGDC/EG & WG CGD/SER/4739/2016-17 Format F-7 DETAILS OF SIMILAR WORK DONE AS PER BID EVALUATION CRITERIA / SCOPE OF WORK

Sr. Description Location Full Value of Date of Scheduled Date of Reasons of the of the Postal Contract Commence- Completion Actual for delay in No. work work Address ment of Time Completion project and Work (Months) completion, phone if any nos. of Client & Name of Officer- in- Charge

Note: Copies of Letter of awards and completion certificate for the above works to be enclosed.

The Work completed earlier than the period indicated in Bid Evaluation Criteria / Scope of Work need not be indicated here.

The list of work, not of similar nature need not be indicated here. Failing to comply aforementioned instructions may lead to rejection of bid.

Place: [Signature of Authorized Signatory of Bidder] Date: Name: Designation: Seal:

Bid Document No.: APGDC/EG & WG CGD/SER/4739/2016-17 Format F-8

CHECKLIST

Bidders are requested to duly fill in the following checklist. This checklist gives only certain important items to facilitate the bidder to make sure that the necessary data / information as called for in the Bid Document has been submitted by them along with their offer. This, however, does not relieve the bidder of his responsibilities to make sure that his offer is otherwise complete in all respects. Please ensure compliance and tick () against following points: Sl. Particulars Status

Offer complete in all respects with pages in sequential order, original 1. Bid Document including drawings, addendum (if any)

Confirm that the following details have been submitted in the Un-

priced part:

a) Cover Letter, Letter of Submission 2. b) Power of Attorney in the name of person(s) signing the bid

All Formats as per tender duly filled, signed with seal by the c) authorized person.

Confirm that the Price Bid (in requisite formats strictly complying with 2. the requirements) has been duly filled in & signed

Confirm that proper page nos. have been given in a sequential way in 3. all the documents submitted along with your offer with Index.

Confirm that any correction in the Un-priced part has been initialed 4. and stamped by an authorized person.

Confirm that any correction in the Priced part has been signed in full 5. and stamped by the authorized person. Sl. Particulars Status

Confirmation that no deviations are taken against commercial and 6. technical specifications of the Bid Document.

Confirm that copies of documents establishing the bidder's eligibility 7. are enclosed.

Organisation chart of the bidder and the structure assigned for 8. execution of the work under this bid with details of Bidder’s infrastructure in India

9. CV of Key personnel

10. Time Schedules for work execution

Documentary evidence required for meeting the stipulated bid evaluation criteria 11 of bidding document.

(Signature of authorized signatory)

Name: ______

Date: Designation:

Place: Seal:

Bid Document No.: APGDC/EG & WG CGD/SER/4739/2016-17

Format F-10 DISCLAIMER

Bidders should ensure that bidding document is complete in all respects. In the event that the bidding document or any part thereof is mutilated or missing, the bidder shall notify APGDC immediately at the following address:

M/s APGDC Limited 2nd Floor, Parisrama Bhavan Basheer Bagh, Hyderabad – 500 004 (AP) Attn: Mr Kapil Kumar Jain,

In the event such written notice is not received at the aforementioned office within seven (7) days from the date of issue of the bidding document to the bidder, the bidding documents received by the bidder shall be deemed to be complete in all respects. No extension of time shall be granted under any circumstances to any bidder for submission of its bid on the grounds that the bidder did not obtain a complete set of the bidding document.

APGDC makes no representation or warranty, express or implied, as to the accuracy, correctness and completeness of the information contained in the bidding documents.

Place: [Signature of Authorized Signatory of Bidder] Date: Name: Designation: Seal:

FORMAT F-11 Bid Document No.: APGDC/EG & WG CGD/SER/4739/2016-17

[PF REGISTRATION]

To, APGDC Limited Hyderabad

Dear Sir,

We hereby confirm that the following PF Account is under operation and shall be used for all PF related activities for the labour engaged by us for the Facility (if awarded to us).

PF REGISTRATION NO. :

DISTRICT & STATE :

Place: [Signature of Authorized Signatory of Bidder] Date: Name: Designation: Seal:

Note: Bidder shall submit copy of valid PF / EPF Registration certificate. Bid Document No.: APGDC/EG & WG CGD/SER/4739/2016-17

F-12 DECLARATION

We confirm that we are not under any liquidation, court receivership or similar proceedings.

We also confirm that we have not been banned or delisted by any Government or Quasi Government agencies of PSU or any Hydrocarbon Enterprises. Further, we confirm that we have not been put on Holiday/Blacklisted by APGDC or any Hydrocarbon Enterprises.

We confirm that contents of Bid Document have not been altered or modified.

Place: [Signature of Authorized Signatory of Bidder] Date: Name: Designation: Seal:

FORMAT F-13

BRIEF SUMMARY OF AGREED TERMS AND CONDITIONS

Bidder’s Name M/s ......

Bid Document No.: APGDC/EG & WG CGD/SER/4739/2016-17 Offer Ref...... dt ______

This Questionnaire duly filled in should be returned along with the Unpriced Bid. Clauses confirmed hereunder should not be repeated in the Bid. ALL THE COMMERCIAL TERMS & CONDITIONS SHOULD BE INDICATED IN THIS FORMAT ONLY. ------S.No. Description Bidder’s confirmation ------

1. It is noted that deviations to Terms & Yes Noted. Conditions shall lead to loading of prices or rejection of offer, as specified in the Bid Document.

2. Ensure and confirm that prices quoted in Yes. Confirmed. ‘Price Schedule’, are for complete scope of work as defined in the Bid document.

3. Ensure & confirm that quoted prices are Yes. Confirmed. inclusive of all taxes, duties, levies etc. as applicable (except Service Tax) under this contract & all costs towards boarding, lodging, incidental expenses etc. required for work.

4. Confirm that the offer shall remain valid Yes. Confirmed. for acceptance upto 3 months from Final Bid Due Date/Date of Opening of Bids.

5. Bidder’s name and address

6. Confirm that quoted prices shall remain Yes. Confirmed. firm till completion of Contract.

7. Please confirm the quoted prices are in Yes. Confirmed. Indian Rupees only

8. Confirm acceptance of Delivery/Contract Yes. Confirmed. Period as per requirement Specified in Bid Document to be reckoned from date of Fax of Acceptance (FOA). ------S.No. Description Bidder’s confirmation ------

9. Confirm complete technical literatures/ Not applicable. Catalogues and Users reference list (if applicable) is submitted along with offer.

9 Confirm acceptance of relevant Terms of Yes. Confirmed. Payment as specified in the Bid Document.

11. Confirm that Contract Performance Not applicable. Guarantee (CPBG) shall be furnished within 15 days of Fax of Acceptance, valid for 3 months beyond the expiry of Defect Liability Period as per terms of Bid Document.

12. Confirm acceptance in toto of the Terms & Conditions contained in: i) Instructions to Bidders ii) General Conditions of Contract (GCC). iii) Special conditions of contract (SCC). iv) All other commercial documents/ attachments of Bid Document.

a) In case of reservations, confirm that clause-wise comments have been specified as annexure to this format.

b) All the terms & conditions have been Yes. Confirmed. indicated in this format (including annexure, if any) and have not been repeated in the bid elsewhere. It is noted that Terms & Conditions indicated elsewhere including any printed Terms & Conditions, shall not be considered by Owner.

13. The bidder is required to state whether Yes. Confirmed any of the Directors of bidder is not a relative of any Director of Owner or the Bidder is a firm in which any Director of Owner or his relative is a partner or the Bidder is a private company in which any Director of Owner is a member or Director.

------S.No. Description Bidder’s confirmation ------

14. All correspondence must be in English Yes. Confirmed. Language only.

15. Please furnish Bid Security/EMD details Not applicable a) Bid Security No. & Date b) Value c) Validity

16. Indicate Name & Phone eMail of person(s) Mr. to whom queries, if any, are to be addressed Phone against your bid. eMail:

17. Owner reserves the right to make any Yes. Confirmed. change in the terms & conditions of the Bid Document and to reject any or all bids including those received late or incomplete.

18 Confirm that all details, in un-priced part Yes. Confirmed. i.e. Part-I has been submitted as described in bidding document.

19 Confirm that prices have been submitted Yes. Confirmed. as described in bidding document.

20 Confirm that all materials shall be Not applicable supplied as per standards & specifications given in the Bidding Document. Please note that scope of supply mentioned in the Bidding Document is not limitative. Except for the material specifically identified as that to be issued by Employer/Consultant, Contractor's scope shall include supply of all materials required for completion of Work irrespective of whether such materials are mentioned in the Bidding Document or not.

21 Confirm that there is no terms & conditions Yes. Confirmed. mentioned in the Price part and in case any terms and conditions is mentioned, the same shall be treated as null & void.

------S.No. Description Bidder’s confirmation ------22. Confirm that the quoted prices include all Yes. Confirmed. taxes, duties and other levies (except Service Tax) as specified in General conditions of contract.

23 Confirm that all the forms are filled and Yes. Confirmed. submitted along with un-price part of offer, strictly as per proforma given in the bidding document.

24 Indicate the rate of service tax considered for evaluation purpose in percentage %

26 Bidder confirms that in case of conflicting Yes. Confirmed. version of various terms and condition s at different places, the confirmation furnished as above shall be considered over-riding and final and any other deviation indicated elsewhere shall be treated as redundant.

Signature ______Name ______Designation ______Office Stamp ______

Bidder’s Offer No…………. Dated………………………

Format-14 To be executed by the successful bidder

PROFORMA CONTRACT AGREEMENT FOA/LOA No. APGDC/xxx

Contract Agreement for the work of ______of APGDC Limited made on ______between (Name and Address) ______, hereinafter called the “CONSULTANT” (which term shall unless excluded by or repugnant to the subject or context include its successors and permitted assignees) of the one part and Andhra Pradesh Gas Distribution Corporation Limited hereinafter called the “EMPLOYER” (which term shall, unless excluded by or repugnant to the subject or context include its successors and assignees) of the other part.

WHEREAS

A. The EMPLOYER being desirous of having provided and executed certain work mentioned, enumerated or referred to in the Tender Documents including Letter Inviting Tender, General Tender Notice, General Conditions of Contract, Special Conditions of Contract, Specifications, Drawings, Plans, Time Schedule of completion of jobs, Schedule of Rates, Agreed Variations, other documents has called for Tender.

B. The CONSULTANT has inspected the SITE and surroundings of WORK specified in the Tender Documents and has satisfied himself by careful examination before submitting his tender as to the nature of the surface, strata, soil, sub-soil and ground, the form and nature of site and local conditions, the quantities, nature and magnitude of the work, the availability of labour and materials necessary for the execution of work, the means of access to SITE, the supply of power and water thereto and the accommodation he may require and has made local and independent enquiries and obtained complete information as to the matters and thing referred to, or implied in the tender documents or having any connection therewith and has considered the nature and extent of all probable and possible situations, delays, hindrances or interferences to or with the execution and completion of the work to be carried out under the CONTRACT, and has examined and considered all other matters, conditions and things and probable and possible contingencies, and generally all matters incidental thereto and ancillary thereof affecting the execution and completion of the WORK and which might have influenced him in making his tender.

C. The Tender Documents including the Notice Letter Inviting Tender, General Conditions of Contract, Special Conditions of Contract, Schedule of Rates, General Obligations, SPECIFICATIONS, DRAWINGS, PLANS, Time Schedule for completion of Jobs, Letter of Acceptance of Tender and any statement of agreed variations with its enclosures copies of which are hereto annexed form part of this CONTRACT though separately set out herein and are included in the expression “CONTRACT” wherever herein used.

AND WHEREAS

The EMPLOYER accepted the Tender of the CONSULTANT for the provision and the execution of the said WORK at the rates stated in the schedule of quantities of the work and finally approved by EMPLOYER (hereinafter called the "Schedule of Rates") upon the terms and subject to the conditions of CONTRACT.

NOW THIS AGREEMENT WITNESSETH AND IT IS HEREBY AGREED AND DECLARED AS FOLLOWS:

1. In consideration of the payment to be made to the CONSULTANT for the Job to be executed by him the CONTRACTOR hereby covenants with APGDC that the CONSULTANT shall and will duly provide, execute and complete the said Job and shall do and perform all other acts and things in the Agreement mentioned or described or which are to be implied there from or may be reasonably necessary for the completion of the said Job and at the said times and in the manner and subject to the terms and conditions or stipulations mentioned in the Agreement.

2. In consideration of the due provision execution and completion of the said Job, APGDC does hereby agree with the Agreement that APGDC will pay to the CONSULTANT the respective amounts for the Job actually done by him and approved by APGDC at the amount specified in this LOA, such payment to be made at such time in such manner as provided for in the Agreement and LOA.

In witness whereof the parties have executed these presents in the day and the year first above written.

Signed and Delivered for and on behalf of Signed and Delivered for and on behalf of M/s APGDC Limited M/s ______

Date: ______Date: ______Place: ______Place: ______

IN PRESENCE OF TWO WITNESSES

1.______1. ______2.______2. ______

FORMAT F-15 [MANDATE FORM] To be submitted by a Successful Bidder on placement of award

Real Time Gross Settlement (RTGS)/ National Electronic fund transfer (NEFT)

1. Vendor/customer Name:

2. Vendor/customer Code:

3. Vendor /customer Address:

4. Vendor/customer e-mail id:

5. Particulars of bank account

a) Name of Bank: b) Name of branch: c) Branch code: d) Address: e) Telephone number: f) Type of account (current/saving etc): g) Account Number: h) RTGS IFSC code of the balk branch: i) NEFT IFSC code of the bank branch: J) 9 digit MICR code:

We hereby authorize APGDC Limited to release any amount due to me/us in the bank account as mentioned above. I / We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or lost because of incomplete or incorrect information, we would not hold the APGDC Limited responsible

------(Signature of vendor/ customer)

BANK CERTIFICATE

We certify that ------has an Account no ------with us and we confirm that the details given above are correct as per our records.

Bank stamp Date (Signature of authorized officer of bank)

SECTION - IV

SCOPE OF WORK WITH SPECIFICATIONS

Preparation of Detail Feasibility Report For City Gas Distribution Networks For East and West Godavari Districts of Andhra Praadesh

Scope of Work

TENDER NO. APGDC/EG & WG CGD/SER/4739/2016-17

Consortium of APGDC and HPCL

Index

S no. Description 1 Scope of CGD Networks 2 Scope of work 3 Deliverables of the Consultant 4 Other terms 5 Time Schedule 6 Payment terms 7 Schedule of Rates

1.0 Introduction

PNGRB has issued Letter of Authorization to the Consortium of Andhra Pradesh Gas Distribution Corporation Ltd. (APGDC) and Hindustan Petroleum Corporation Ltd. (HPCL) for the City Gas Distribution Networks in the Districts of East Godavari and West Godavari of Andhra Pradesh. The Consortium of APGDC and HPCL (CAH ) is in the process of incorporating a Joint venture Organization named “Gadavari Gas Ltd.” to build, own and operate the City Gas Distribution Networks in these two Districts.

APGDC intends to prepare DFR and Business Plan separately for East and West Godavari districts. Accordingly, APGDC on behalf of the proposed JV i.e. M/s Godavari Gas Ltd., invites bids for Detail Feasibility Reports and Business Plan for both the districts.

2.0 Scope of CGD Networks

The City Gas Distribution Networks in the districts of East Godavari and West Godavari districts shall be as per the following details:

1. East Godavari Districts (GA of EG Dist is attached as App-1):

 Name of GA : East Godavari  Area : 10489 m2  Exclusion : GA (BGL)  No. of Charge areas : 60  Date of authorization : 14.08.2015

Five year targets, as per Minimum Work Program of PNGRB, are as follow:

S no. Description 1st year 2nd 3rd year 4th Year 5th Year (14.8.16) year 1 Pipeline Laying 360 900 1440 1620 1800 (inch km) 2 Household 0 9140 30467 42654 60934 connections (no.)

2. (GA of WG Dist is attached as App-2):

 Name of GA : West Godavari  Area : 7921 m2  No. of Charge areas : 46  Date of authorization : 14.08.2015

Five year targets, as per Minimum Work Program of PNGRB , are as follow:

S no. Description 1st year 2nd 3rd year 4th Year 5th Year (14.8.16) year 1 Pipeline Laying 360 900 1440 1620 1800 (inch km)

2 Household 0 8186 27288 38203 54576 connections (no.)

3.0 Scope of works

3.1 A preliminary demand assessment has been carried out and the same shall be made available to the consultant. The consultant should re- assess, validate and complete detailed demand for the Domestic, Commercial, Industrial and automobile Consumers Charge Area-wise and segment-wise basis. Based on the Demand data, demand analysis the project is to be carried out based on appropriate approach and methods and as per prevailing Industry standards and practices.

3.2 Feeder Pipeline

Carry out Reconnaissance survey for the feeder line from tap-off point on Main Trunk line to City Gate Station and distribution network of both Steel and MDPE. Survey multiple route options and final route shall be selected with the approval of EIC of APGDC.

3.3 Design of Distribution System

Design philosophy is to prepared with the objective to address the demands on progressive manner, considering sources, network length, optimization and seamless supply to the various segments viz.Industrial, commercial, domestic and Automobile. Operating parameters with system design for the GA shall be suitably classified into such number of Charge Areas for good operational control in consultation with EIC. The philosophy of reconciliation of mass/energy in the distribution network should be considered while designing the grid/distribution network etc. The above design philosophy should be carried out in consultation with the EIC.

While carrying out the system design, year wise Minimum Work Program (MWP) with respect to Inch-Kilometer and domestic household connections, as given in PNGRB authorization letter and mentioned in para 2.0 above are to be considered.

3.4 Design of steel pipelines (basic grid) with identification of nodes/District regulation Station, Sizing of main feeder pipeline, City Gate Station and tap-off station with all safety provisions including PSVs, SVs Cathodic Protection and SCADA facility. Sizing of steel pipe distribution network for complete project size, Mother station facility, online station facility, daughter station facility, operation and maintenance requirements, CA wise/region wise The above design parameters should be carried out in consultation with EIC. Carry out Techno-economic feasibility study for the PNG and CNG distribution system including the feeder line and entire City Gas Distribution system. System design shall be based on the latest standards and guidelines for city gas distribution as notified by PNGRB and shall also comply all relevant national and international standards/codes and regulations.

Supply options of alternate route / supply system adopted in the case of localized District Administrative Interruptions / Restrictions if any.

3.5 Capital & Operating Cost:

Prepare capital and operating cost estimates (with detailed breakup) and work out the financial viability of the project along with different sensitivity scenarios. The capital cost estimate shall include all such costs of equipment and installation for CGS, Mother Station, Steel & PE pipeline Network, CNG stations and other related facilities required.

This includes detailed cost of:  Main pipeline, valves and fittings, pipe coatings, electrical and instrumentations,  Cathodic Protection, SCADA,  ROU acquisition cost for both steel and PE grid laying,  construction cost, civil building cost, laying & construction cost,  land cost at CNG Mother Station, Online stations,  Daughter/Daughter Booster station CNG Stations and City Gate Station

It would also include cost of MRS, DRS, GI, MDPE pipe material and laying cost involved in connecting the PNG consumers up to consumer premise along with metering and associated facilities such as fire-fighting and rescues required if any.

All the above costing shall be given as per the PNGRB standard and formats.

Procurement of SOI/HMDA/MCH maps, Hydrographic charts satellite imageries restricted maps and any other documents from authorities shall be in Consultant Scope.

3.6 Financial analysis:

Financial analysis for the project Investment is to be carried out. The financial analysis shall be carried out with various input gas cost basis and also at various selling price variant. Also economic assessment of gas utilization and financial appraisal of system supply options with features of the system adopted. The IRR shall be calculated on the basis of different debt -equity ratios, applicable to similar industry. Applicable network Tariff and Compression tariff are as per bid submitted to PNGRB.

Financial Analysis would include working out the profit & loss Account, Cash flow statement, Estimated Balance Sheet, Network Tariff calculations etc. as per various formats provided by PNGRB over a period of 25 years.

All the calculations shall be submitted to EIC for review before the same is taken up for further analysis.

3.7 Project Scheduling & Implementation Plan:

Develop project implementation schedule and year-wise financial requirements of the project along with yearly capital outlay, revenue expenditure and sales revenue over the life of the asset which may be considered as 25 years as defined in PNGRB Act & Regulations. It is to be noted that the phasing has to be done in a manner that APGDC should be getting high “Composite Score” as defined in PNGRB Act & Regulations.

The DFRs will also include the following: a. Yearly/ Phase-wise “inch-km” of steel pipeline to be laid as defined in PNGRB Act/ Regulations b. Yearly /Phase-wise “inch-km” of PE pipeline to be laid as defined in PNGRB Act/ Regulations c. Yearly /Phase-wise Domestic connections d. Yearly /Phase-wise Industrial & Commercial connections e. Yearly Phase-wise CNG facilities (OLS, DBS etc.), to be put up along with number of convertible vehicles. f. Yearly/ Phase-wise “Overall Unit Network tariff” as defined in PNGRB Act/ Regulations.

3.8 Organizational & Disaster / Emergency Management: Prepare Organizational structure for implementation of the project and operation & maintenance for the operating segment along with manpower requirements. The DFR must include a detailed Emergency Response Manual and Disaster Management Plan to take care of emergencies

3.9 Business Plan: Using the DFR for City Gas Distribution system and CNG network, Business Plan to be prepared for distribution/marketing of natural gas in the city/ charge area. The Business Plan will cover the following with further detailing: • Energy Picture (Demand Supply Trend, Pricing Trend of all fossil fuel) Market Survey and Demand Assessment • Operational Setup and Manpower Planning • Financial Planning (Financial Analysis, Sales Price, Price of feed gas, Year wise Investment, Sensitivity Analysis, Project Viability and Appraisal etc

3.10 Proposed Contents of DFR & Business Plan: An illustrative but not exhaustive list of contents given hereunder as a matter of the guidelines:

DFR: (i) Executive summary (ii) Introduction (iii) Scope and Methodology of study including details of the tools used (iv) Demand Assessment for Industrial, commercial and domestic households segments (v) System Design (vi) Project implementation Plan and Time schedule (vii) Organizational set up and manpower planning (viii) Project cost and Financial Plan – Cost of Natural Gas including R- LNG to the various consumers including comparison of the delivered price of gas for various category of consumers with other competitive fuels (ix) Financial Analysis (x) Sensitivity Analysis with viability of CNG on stand alone basis and viability of CNG along with domestic, commercial and industrial consumers. (xi) Conclusion/Recommendations

BUSINESS PLAN

(i) Executive summary (ii) Scope & Objective of Business Plan (iii) Energy Picture, Market Survey and Demand Assessment (iv) Project Facilities, Phase wise (v) Organizational Setup and Manpower Planning (vi) Financial Analysis of the Project (vii) Project Viability

3.13 APGDC’s Obligations: (i) Nominate an Engineer-In-Charge duly authorized to act on behalf of APGDC on all matters relating to this project. (ii) Location and details of trunk lines (Main line). (iii) Approval of design basis. (iv) Recommendation for procurement of restricted map, Satellite Imageries and other vital data from various authorities.

3.14 Any additional jobs not specifically mentioned here but required to be carried out for completion of the requisite deliverables of the DFR and Business Plan, if necessitated on account of PNGRB guidelines.

3.15 Fees:

The Fees shall be for complete scope of work and will include the following:

 All taxes and duties except applicable Service Tax.  Visits to Geographical areas  Meeting with APGDC Hyderabad and presentation of results

81°0'0"E 81°10'0"E 81°20'0"E 81°30'0"E 81°40'0"E 81°50'0"E 82°0'0"E 82°10'0"E 82°20'0"E 82°30'0"E Appendix-1

EAST GODAVARI DISTRICT GEOGRAPHICAL AREA (ANDHRA PRADESH) 47 MALKANGIRI SH Towards Sileru 18°0'0"N 18°0'0"N IR (EXCLUDING: AREA ALREADY AUTHORISED) ERVO I RES AY AR NK DO MALKANGIRI V IS H KEY MAP A K H A P A T N A M

M Towards Polluru CA-02 A CA-01 M

M ± A CA-07 H CA-35 CA-34 K V CA-60 I CA-03 CA-57 CA-58 S CA-33 CA-59 H CA-04 CA-57 CA-37 CA-36 AKH 17°50'0"N CA-32 CA-56 17°50'0"N CA-31 CA-55 CA-05 CA-38 CA-55 CA-39 AP CA-06 CA-30 CA-53 CA-54

CA-40 CA-39 A CA-07 CA-29 CA-41 CA-51 T CA-08 CA-41

T NAM CA-07 CA-28 CA-51 oward CA-42 CA-52 CA-27 CA-51 CA-09 CA-26 CA-44 CA-44

CA-25 s Tu T CA-10 CA-11 CA-43 CA-45 CA-46 o L

lasipaka w W CA-24 A ar E CA-12 CA-23 S NG T CA-13 E d G CA-47 CA-22 B s O CA-48 D CA-21 F K A CA-14 CA-50 O V CA-20 o A R CA-49 Y. RAMAVARAM y I CA-15 BAY CA-19 "/ yu CA-16 r CA-17 u CA-18 17°40'0"N 17°40'0"N "/ MAREDUMILLI Total Population within the Geographical Area as per Census 2011 CA-02 43.80 Lacs (Approx.) CA-01 Total Geographical Area (Sq KMs) No. of Charge Areas 10489 60

M RAJAVOMMANGI Charge Area Charge Area Charge Area Mandal Name Mandal Name Mandal Name "/ Identification Identification Identification MMA CA-07 A CA-01 Y. Ramavaram CA-21 Ambajipeta CA-41 Samalkota H CA-35 RURAL CA-02 Maredumilli CA-22 Ainavilli CA-42 Pedapudi

KOTANANDURU 17°30'0"N K ADDATEEGALA CA-03 Rampachodavaram CA-23 Pamarru CA-43 Ramachandrapuram

17°30'0"N "/ "/ "/ Kottam CA-04 Devipatnam CA-24 Kapileswarapuram CA-44 Karapa *# CA-34 CA-05 Seethanagaram CA-25 Rayavaram CA-45 Kajuluru CA-60 CA-06 Korukonda CA-26 CA-46 Thallarevu RAMPACHODAVARAM (CT) D. Polavaram "/ *# CA-07 Rajahmundry Rural CA-27 Anaparthy CA-47 I. Polavaram 38 CA-08 Rajahmundry (Urban) CA-28 CA-48 SH GANGAVARAM CA-58 CA-09 Kadiam CA-29 Rajanagaram CA-49 Uppalaguptam Ye To CA-03 "/ CA-57 CA-10 Atreyapuram CA-30 Gandepalle CA-50 wards Ma le ROWTHULAPUDI s CA-11 Alamuru CA-31 Jaggampeta CA-51 Kakinada (Rural) w S "/ a ¤£ H NH To CA-12 Ravulapalem CA-32 Gokavaram CA-52 Kakinada (Urban) ra (M) wards N 4 - aa 5 mave ntu 1 m ram CA-13 Kothapeta CA-33 Gangavaram CA-53 ru CA-33 "/ Ro CA-59 CA-14 P.Gannavaram CA-34 Addateegala CA-54 Kothapalle a d CA-04 17°20'0"N CA-15 Mamidikuduru CA-35 Rajavommangi CA-55 Gollaprolu YELERU RESERVOIR

17°20'0"N DEVIPATNAM Mallavaram *# CA-16 Razole CA-36 Prathipadu CA-56 Kothuru "/ Kothapalle *# YELESWARAM PAMAPA RESERVOIR *# CA-17 Malikipuram CA-37 Yeleswaram CA-57 Sankhavaram *# CA-57 S. (R)*#Hamsavaram GODAVARI RIVER Lingamparthi CA-18 Sakhinetpalle? CA-38 Kirlampudi CA-58 Rowthulapudi "/ *# SANKHAVARAM*# CA-37 !. CA-19 CA-39 CA-59 Tuni GOKAVARAM Vommangi "/ *#Bendapudi CA-36*# THONDANGI CA-20 CA-40 Rangampeta CA-60 Kotananduru "/ Rachapalle *# Rampa Yerrampalem *# Kathipudi A. Kothapalle"/ *# Mallisala ¤£ Yerravaram PRATHIPADU *# Tirumalayapalem N H # Kona Forest *# *#- *Dharmavaram *# 5 Peddanapalle"/ CA-32 Rajapudi *# Durgada *# *# KIRLAMPUDI Chebrolu*# Gummalladuddi Burugupudi *# *# LEGEND *# *# "/Jagapathinagaram A.V.Nagaram Chinakondepudi CA-31 Ramavaram Tatiparthi *# SEETHANAGARAM *# *# N *# KORUKONDA JAGGAMPETA ¤£H-214 RAJU GARI CHERUVU Raghudevapuram"/ Srirangapatnam*# *# CA-55 Jambupatnam Thamarada*# GOLLAPROLU CA-56 *# "/ Gadarada Mallepalle "/ CA-38 Bhogapuram LANDMARKS Muggaulla *# # *# *# 17°10'0"N * Kandrakota *# "/ Ramanakkapeta 17°10'0"N *# CA-06 GANDEPALLE # CA-55 Katravulapalle* *# CA-05 DosakayalapalleKalavacherla "/ Ponnada *# *# Murari *# Viravada Nagulapalle*# *# /" DISTRICT HEAD QUARTER Burugupudi *# CA-39CA-53*# Mulapeta *# CA-30 KondevaramYendapalle*# Narendrapuram "/ PITHAPURAM*# *# *# RANGAMPETA /" MANDAL HEAD QUARTER RAJANAGARAM Aminabada Torredu *# "/ ADB Road Uppada *# Palacharla# Vadisaleru *# *# *# * "/ Kolamuru¤£ Velugubanda Anuru CA-54 N *# *# H-5 Rayabhupalapatnam Panduru Kanavaram *# .! MAJOR KATHERU (CT) *# CA-39*# CA-07!. CA-40 "/ PEDDAPURAM CA-41 CA-29 Vetlapalem G. Donthamuru *# PanasapaduCA-51 EXCLUDING KAKINADA GA CA-08RAJAHMUNDRY (M*# CORP.) *# G. Medapadu *#Venkata*# Krishnarayapuram AUTHORISED TO BGL aripeta *# lav Bhupalapatnam Thokada Pedabrahmadevam GFCL R d VECTORS

"/ 17°0'0"N *# *# *#Patha Thungapadu *# /" 17°0'0"N Manga ds Bommuru (Og) CA-41 owar CA-07 KAKINADA T *# HUKUMPETA (CT) CA-28BICCAVOLU PEDAPUDI NATIONAL HIGHWAY DOWLESWARAM (CT) !. !. "/ CA-51 Duppalapudi*# Atchutapuratrayam"/ *# CA Name With Population > 5000 Road/s Passing Through !.Konda Gunturu *# *# *# Kovvuru *# Kesavaram ANAPARTHY # CA-01 SH 47 BobbillankaVemagiri Dwarapudi Voolapalle*# Karakuduru*# * CA-52 *# *# *# *# "/ Koppavaram*# CA-02 SH 38 EASTERN DELTA CANAL *# AratlakattaNadakuduru STATE HIGHWAY KADIAM *# *# Konkuduru CA-03 Rampachodavaram (Ct) SH 38 Rajavolu Polamuru CA-42 *# Peravaram *# "/ #Jegurupadu Ippanapadu*# *# KARAPA L CA-04 SH 38 * *# VEDURUPAKA *# Arthamuru*# "/ *#Gurajanapalle CA-05 Muggaulla,Raghudevapuram,Chinakondepudi,Torredu,Seethanagaram CA-09 Mahendrawada GA MAJOR ROAD Muramanda*# *# *# "/ Vemulavada CA-06 Srirangapatnam,Dosakayalapalle,Jambupatnam,Burugupudi,Kolamuru,Gadarada,Palacharla,Korukonda SH 41 Veeravaram*# MANDAPETA (M) *# EN CA-07 Bobbillanka,Rajavolu,Vemagiri,Katheru(Ct),Dowleswaram(Ct),Morampudi(Ct),Hukumpeta(Ct),Kadiam SH38,SH 41,SH 40, NH 5 *# *# Velangi GorripudiCA-44 Yeditha *# B CA-06 Srirangapatnam,Dosakayalapalle,Jambupatnam,Burugupudi,Kolamuru,Gadarada,Palacharla,Korukonda NH 5 Dulla *# "/ *#Someswaram *# *# Madiki Gollapalem F RAILWAY CA-08 Bommuru(Og),RajahmundryNma(Og),Rajahmundry(MCorp.) SH 40 *# 4 Machavaram # -21 *# * NH O CA-09 Jegurupadu,Veeravaram,Muramanda,Madiki NH 5 CA-26 *# *# RAMACHANDRAPURAM (M) ¤£ ATREYAPURAM Y CA-10 Peravaram,Ankampalem,Ryali,Jonnada,Ubalanka,Lakshmipolavaram,Atreyapuram,Ravulapalem NH5 *# Pasalapudi"/ Patavala Vella A CA-11 Dulla,Choppela,Alamuru NH 5 "/ Choppela CA-25

GODAVARI RIVER *# 16°50'0"N Chelluru *# CA-44 B CA-12 Komaraju Lanka,Vedireswaram,Podagatlapalle,Gopalapuram,Ithakota,Devarapalle,Kothapeta CA-10 H-5 GA BOUNDARY 16°50'0"N N *# CA-13 Palivela,Vadapalem,Avidi,Vanapalle,Modekurru Venturu CA-43 *# £¤Jonnada KAJULURU Udumudi,Narendrapuram,Lankalagannavaram,Munganda,Manepalle,Appanapalle,Pedapatnam,Patha *# CA-45 CA-14 NH 214 *# ALAMURU Velampalem Gannavaram,Machavaram # "/ AnkampalemRyali *#* Vegayammapeta CA-15 ,Nagaram,Bodasakurru,Bendamurulanka,Mamidikuduru NH 214 "/ Venkatayapalem *# *# *# Teki *# *# POLEKURRU CA-16 Gogannamatam, Thaapaka, Sivakodu, Kadal i ,Ponnaman da, Chintalapal l e,Razol e?? NH 214 RAVULAPALEM*# WATER BODIES WEST G *# Pallipalem CA-17 Ramarajulanka,Gudimellanka,Lakkavaram,Gudapalle,Sankaraguptham,Kesanapalle LakshmipolavaramUbalanka Komaraju Lanka Angara CA-24 # "/P. Mallavaram *# "/ *# * *# CA-18 ,Antarvedipalem,Antarvedi,Mori,Kesavadasupalem,Malikipuram,Sakhinetpal le? Vedireswaram KAPILESWARAPURAM Kolanka CA-19 Devaguptam,Komaragiripatnam,T. Challapalle,Allavaram NH 214 Podagatlapalle*# Dangeru *# CA-46 VILLAGE POPULATION GODAVARI RIVER "/ Korumilli *# CA-20 Ananthavaram,Amalapuram (R),Edarapalle,Indupalle,VanneChintalapudi,Amalapuram(M) NH214 *# *# CA-21 Nedunuru,Pulletkur ru, Gangal akur ru, Per uru, Bandarul anka (Ct)? NH 214 *#Ithakota*# KOTHAPETA CA-23 CA-22 Tanelanka,Totharamudi,Sanapalli Lanka,Ainavilli Gopalapuram "/ *# CA-23 Dangeru,Kotpal le? *# DevarapallePalivela Kotipalle *# ODAVA *# CA-13 ODAVA # Guthinadeevi VILLAGE WITH POPULATION 5000 AND ABOVE CA-24 Angara,Teki,Korumilli,Kapileswarapuram G RI * CA-12 Vanapalle RIV CA-47 CA-25 Pasalapudi,Chelluru,Venturu,Vedurupaka SH 40 li ER *# aval Avidi *# Muramalla G. Vemavaram CA-26 Dwarapudi,Ippanapadu,Tapeswaram,Yeditha,Arthamuru,Mandapeta (M) SH 40 s Khand # *# *# Duppalapudi,Koppavaram,Polamuru,Mahendrawada,Ramavaram,Kutukuluru,Someswaram,Machavaram, * Modekurru AINAVILLI Tanelanka*# I. POLAVARAM CA-27 SH 40 Toward *# *# Anaparthy *# "/ Totharamudi T. Kothapalle 16°40'0"N # *# MUMMIDIVARAM"/ 16°40'0"N * CA-28 Konkuduru,Voolapalle,Pandalapaka,Komaripalem,Balabhadrapuram,Biccavolu SH 40 Udumudi Nedunuru Sanapalli Lanka Murari,Kalavacherla,Kanavaram,Konda Gunturu,Patha Thungapadu,Narendrapuram,Thokada, R # Pulletikurru Kothalanka DAVA Brahmasamedyam REMARKS:- * *# "/ *# *# GO RI CA-29 NH 5 *# RIV Velugubanda,Bhupalapatnam,Kesavaram,Vemulapalle @ Seetayyapalem,Rajanagaram *#Narendrapuram *# ER I ¤£N Kesanakurru CA-22H CA-48 - CA-30 Katravulapalle,Pro. Ragampeta,Gandepalle NH 5 2 14 CA-31 Burugupudi,Ramavaram,Rajapudi,Mallisala,Mallepalle,Jaggampeta SH 41 *# AnanthavaramCheyyeru*# Pallamkurru CA-32 Tirumalayapalem,Rampa Yerrampalem,Gummalladuddi,Gokavaram SH 38 MACHAVARAM *# *# i. Landmarks are indicative in nature. PATHA GANNAVARAM*# Ainapuram *# CA-33 Mallavaram,Kothapalle SH 38 "/ Bheemanapalle KATRENIKONA*# CA-34 Addateegala SH 38 *# "/ Munganda *# ii. Each charge area is depicted in different color and is enclosed by physical Lankalagannavaram!. AMALAPURAM (M) "/ CA-35 Rajavommangi NH 5 *# *# *# features such as roads, rivers, railway tracks or administrative boundaries

G Indupalle CA-36 Vommangi,Rachapalle,Dharmavaram,Tatparthi ,Prat hi padu? NH 5 "/ Amalapuram (R) CA-50 O UPPALAGUPTAM CA-37 Peddanapalle,Yerravaram,Lingamparthi,Yeleswaram NH 5 # CA-14D PedapatnamPeruru * as shown in the map. CA-38 Veeravaram,Thamarada,Jagapathinagaram,Kirlampudi A *# Vanne Chintalapudi"/ V *# CA-39 Kandrakota,Anuru,Rayabhupalapatnam Towards A Bodasakurru *#Nimmakayala Kothapalle L iii. This map is a part of 'application-cum-bid document' for the RI RIVER *# CA-40 Vadisaleru,G. Donthamuru,Rangampeta SH 40 Manepalle*# ALLAVARAM Geographical area. CA-41 G.Medapadu,Vetlapalem,Panduru,Panasapadu,Pedabrahmadevam,Venkata Krishnarayapuram *# *# CA-49 Thatipaka "/ GA CA-42 G. Mamidada,Karakuduru,Atchutapuratrayam,Aratlakata, Pedapudi ? Pa GODAVARI RIVER NagaramMAMIDIKUDURU la *# Devaguptam CA-43 Vella,Velampalem,Draksharama,Venkatayapalem,Vegayammapeta,Ramachandrapuram (M) NH 214 kollu *#"/ N CA-44 Nadakuduru,Gurajanapalle,Gorripudi,Vemulavada,Velangi,G. Vemavaram,Karapa *# T. Challapalle 16°30'0"N MAP SCALE CA-15 *# E 16°30'0"N CA-45 Gollapalem,Pallipalem,Kajuluru NH 214 CA-16RAZOLE 05 10 20 30 40 CA-46 Kolanka,Patavala,Koringa,P. Mallavaram,Polekurru NH 214 CA-19 B ¤£NH- Sivakodu"/ Kadali CA-47 Guthinadeevi,G.Vemavaram,T.Kothapalle,I.Polavaram NH 214 Kilometers 2 *# *# CA-48 Muramalla,Kesanakurru,Komanapalle,Kothalanka,Ainapuram,Cheyyeru,Mummidivaram 14 Ponnamanda Gudimellanka*# CA-49 Bheemanapalle,NimmakayalaKothapalle,Uppalaguptam *# *# *#Gogannamattam*# *# OF CA-50 Pallamkurru,Kandikuppa,Brahmasamedyam,Katrenikona NH 214 SAKHINETIPALLE*# Gudapalle Bendamurulanka Y CA-51 Kovvuru NH 214 "/ Ramarajulanka *# *# CA-53 Kondevaram,Bhogapuram,Viravada,Gollaprolu NH 214 MALIKIPURAMKesanapalle A CA-54 Uppada,Nagulapalle,Yendapalle,Ponnada,Mulapeta,Aminabada Rameswaram"/ *# B PETROLEUM AND NATURAL GAS REGULATORY BOARD CA-55 Durgada,Chebrolu,Ramanakkapeta NH 214 # *# Sankaraguptham * Mori*# CA-56 Bendapudi,A.Kothapalle,A.V.Nagaram,KonaForest,Thondangi NH 5 Antarvedipalem*# CA-57 Annavaram,Kathipudi,S.Annavaram(R),Arempudi (Ct),Sankhavaram NH 5 CA-17 CA-58 Rowthulapudi CA-18 Kesavadasupalem 1st Floor, World Trade Centre, Babar Road, New Delhi-110001 CA-59 Hamsavaram,Tetagunta,Kothuru,Tuni (M) NH 5 GODAVARI RIVER *# CA-60 D. Polavaram,Kotam, Kot anandur u?

Antarvedi *# 16°20'0"N 16°20'0"N Map No. PNGRB/CGD/BID/5/2015/1/GA-East Godavari District Date January-2015 Map Title East Godavari District Geographical Area RMSI

81°40'0"E 81°50'0"E 82°0'0"E 82°10'0"E 82°20'0"E 82°30'0"E 82°40'0"E 82°50'0"E 83°0'0"E 80°50'0"E 81°0'0"E 81°10'0"E 81°20'0"E 81°30'0"E 81°40'0"E 81°50'0"E 82°0'0"E Appendix-2

17°30'0"N WEST GODAVARI DISTRICT GEOGRAPHICAL AREA 17°30'0"N (ANDHRA PRADESH)

KEY MAP

ODAVAR G I R IV E R M A CA-06 E M A S M CA-05 T A H G K O D CA-04 A V ± A CA-09 R CA-08 CA-07 I CA-10 CA-01 CA-03

CA-14 CA-15 CA-16 CA-11 CA-13

CA-02 CA-12 CA-17

M G CA-18 O

D CA-19 CA-27 A CA-22 V CA-26 CA-28 A CA-21 CA-20 CA-29 MMA POLAVARAMR I R CA-25 CA-31 CA-36 A IVE /" R CA-30 CA-37 17°20'0"N CA-24 CA-35 17°20'0"N H CA-06 CA-23 CA-32 CA-33 CA-38 K CA-34 CA-39 CA-40

CA-45

a CA-42 CA-46 t L e CA-41 A

NG op

E a CA-43

r JALLERU JALASAYAMU CA-44 B

F wa O

s A CA-05 # BAY

s *Doramamidi /"

rd

a

w o

T JEELUGU MILLI Total Population within the Geographical Area as per Census 2011 /" 39.37 Lacs (Approx.) E A Total Geographical Area (Sq KMs) No. of Charge Areas Towards Bethupally S 7921 46 CA-04 T Gangolu G KOVVADA KALVA RESERVOIR *# O Charge Area Charge Area Charge Area Kannapuram Mandal Name Mandal Name Mandal Name *# Gutala A D Identification Identification Identification *# R A I K V CA-01 Chintalapudi CA-17 Nidadavole CA-33 I R A Dippakayalapadu E CA-02 CA-18 CA-34 Palacoderu V *# R 17°10'0"N 17°10'0"N U L B I CA-03 T.Narasapuram CA-19 Unguturu CA-35 Erraguntapalle A O B *# Taduvai GOPALAPURAM R B CA-04 Jeelugu Milli CA-20 CA-36 *# D ILL Vegavaram Bayyanagudem /" A CA-05 Buttayagudem CA-21 CA-37 CA-08 Annadevarapeta N *# *# K CA-09 *# A CA-06 Polavaram CA-22 CA-38 CA-07 R Raghavapuram *#Vegeswarapuram D CA-07 Tallapudi CA-23 CA-39 *# T.NARASAPURAM JANGAREDDIGUDEM /" D KOYYALAGUDEM R YERRA KALUVA RESERVOIR ALLA *#Tirumaladevipeta /" PUDI R CA-08 Gopalapuram CA-24 CA-40 /" /" OAD M CHINTALAPUDI Borrampalem A CA-09 Koyyalagudem CA-25 CA-41 CA-10 R Peddevam CA-01 /" *# A G CA-03 V *# y CA-10 Jangareddigudem CA-26 CA-42 A O n D o 4 M l CA-11 CA-27 CA-43 Malakapalle A o 4 Lakkavaram Yadavole R V C Y *# Rajavaram *# A *# CA-12 Dwarakatirumala CA-28 CA-44 Narasapuram A *# A le W R c DH y H Chinnayagudem I C CA-13 CA-29 CA-45 Palacole IG *# Duddukuru R s H I d *# *# V r CA-14 Devarapalle CA-30 Attili CA-46 Yelamanchili E Gowripatnam a T Dommeru E w A R o T *# T CA-15 CA-31 Ganapavaram S DEVARAPALLE Pothavaram Isukapatlapangidi CA-16 Chagallu CA-32 Pragadavaram *# CA-14 /" *# KOVVUR S Ramasingavaram T *# *# A /" T *# PasivedalaCA-15 E HI

*# 17°0'0"N 17°0'0"N G Ananthapalle HW # Tyajampudi D KAMAVARAPUKOTA * Chikkala CHAGALLU A A *# O Y LEGEND TE HIGHWAY 43 *# *# Unagatla R A CA-11/" /" Vadapalle 4 NALLAJERLA CA-16 1 DWARAKATIRUMALA (CT) Gundepalle @ Chodavaram(East) *# E*# ST L To CA-13 *# Kalavalapalle .! /" Korumamidi O w ST *# a *# AV r DWARAKATIRUMALA ATE D d Telikicherla Tadimalla Madduru s *# A LANDMARKS # *# D D /" * *# I LINGAPALEM HIGHWAY 42 Brahmanagudem N o *#Bhogole CA-12 w CA-02 /" Dubacherla Kommugudem la *# is *# NIDADAVOLE w /" DISTRICT HEAD QUARTER Avapadu a Tirumalampalem *# Apparaopeta r *# *# /" a Dharmajigudem *# Madhavaram CA-17 m *# *# /" MANDAL HEAD QUARTER D Nallamadu *# Kadiyedda*# TADEPALLIGUDEM ROA Nidadavole (R) Pangidigudem /" *# *# GNT .! MAJOR TOWNS M.Nagulapalle CA-18 Jagannadhapuram RD *#Kondruprolu *# MAIN *# Tadepalle¤£ RI Vellamilli N Kunchanapalle (Part) HA *# H # D - * *# 5 *# Kanuru KAL*#Kaldhari *# ChebroluUNGUTURU Arugolanu Amberpeta Badampudi VECTORS *# # *# 16°50'0"N

16°50'0"N * *# /" UNDRAJAVARAM KaikaramCA-19 RUR D NATIONAL HIGHWAY Pulla *# ELU *# Alampuram /" *# CA-22 PEDAVEGI *# Prathipadu*# CA-27 ST /" A TE EL DENDULURU Duvva STATE HIGHWAY H R ROADURU *#Gundugolanu RD IG U *# /" PENTAPADU UR TANUKU PERAVALI HWAY UN *# Palangi *# /" UD *# CA-21¤£ CA-26 M /" /" MAJOR ROAD N BHIMADOLE A- H VV Koppaka 43 - U CA-28 5 CA-20 Padamara Vipparru D CA-29 Mukkamala *# Pothunuru /" Pydiparru *# *# *# Mandapaka (Og) (Part) RAILWAY Pedanindrakolanu *#*# Kovvali *# (CT) OAD *# NIDAMARRU ThurupuvipparruKhandavalli Velpuru *# *# palem .! .!.! Agadallanka vula AD GNT R /" *# s Ra RO *# *# Relangi ard GA BOUNDARY /" ELURU CA-25 *#Adavikolanu GANAPAVARAM *# Malleswaram Tow *# .! # *# * *# CA-36 *# /" BuvvanapalleCA-31 IRAGAVARAM *#Madepalle KALKALU ELURU ATTILI /" Sidhantham WATER BODIES /" /" Vadali*# *# CA-30 Manchili PENUGONDA

*# G 16°40'0"N

16°40'0"N Cherukuwada /" O CA-24 D Epuru RR VILLAGE POPULATION A *# V *# PEDAPADU PENUMANTRA CA-37 A Yendagandi R Tallamudi OAD I Towards Veeravalli *# *# *# R /" *# " I / V E CA-23 AKIVIDU CA-35 *# R # UNDI AD * VILLAGE WITH POPULATION 5000 AND ABOVE Siddapuram Garagaparru Unikili *#Polamuru *# /" *# Pandithavilluru Kodamanchili /" Mogallu *# *# CA-33 Konithiwada *# *# RU RO Kavitam CA-32 Mahadevapatnam *# *# ACHANTA Cherukuwada *# DU O CA-38 *# Madivada *# /" *# ¤£ CA-34 #Tholeru N PALACODERU* PODURU Towards Pallewadu H Rayakuduru - 2 *# 14 /" *# CA-39*# /" Valluru REMARKS:- Gummaluru Vissakoderu Vedangi *# *#Bhimalapuram Pedamiram *# VEERAVASARAM Penumadam*# i. Landmarks are indicative in nature. CA Name Village With Population > 5000 Road/s Passing Through *# *# Srungavruksham PALACOLE*# *# (Part) *# /" CA-01 Raghavapuram,Erraguntapalle,Pragadavaram,Chintalapudi SH 43 STATE H IGHWAY 6 3 Ullamparru (Og) Jinnuru ii. Each charge area is depicted in different color and is enclosed by physical CA-02 Bhogole,Dharmajigudem SH 43 Bondada*# Rayalam (R) (Part) /" CA-03 Tirumaladevipeta,Borrampalem,T.Narasapuram # *# Doddanapudi *# * *# features such as roads, rivers, railway tracks or administrative boundaries

CA-04 SH 42 U *# Poolapalle (Og) P *# CA-05 Doramamidi,Kannapuram,Buttayagudem KALLA CA-45 Ilapakurru P *# *# *# as shown in the map. CA-06 Gutala,Polavaram Towards *# CA-07 Annadevarapeta,Vegeswarapuram,Peddevam,Malakapalle U /" CA-40 *# Doddipatla TERU R CA-42 Kontheru CA-08 Gangolu,Gopalapuram IV iii. This map is a part of 'application-cum-bid document' for the E BHIMAVARAM *# CA-09 Bayyanagudem,Dippakayalapadu,Rajavaram,Parimpudi SH 42 R YELAMANCHILI CA-10 Taduvai,Vegavaram,Lakkavaram,Jangareddigudem SH 42, SH 44 *# /" CA-46 West Godavari District Geographical area. CA-11 Tadikalapudi,Kamavarapukota SH 42 16°30'0"N

16°30'0"N 4 /" CA-12 Tirumalampalem,Pangidigudem,M.Nagulapalle,Amberpeta,Dwarakatirumala (Ct) 1 MA Machipuri 2 - CA-13 Pothavaram,Ananthapalle,Gundepalle @Chodavaram(East),Dubacherla,Avapadu,Ramasingavaram,Nallajerla SH 42 H IN *# N CA-14 Yadavole,Chinnayagudem,Yernagudem,Tyajampudi,Duddukuru,Gowripatnam,Devarapalle SH 42 K Tundurru R CA-41 *# £¤ D MAP SCALE CA-15 Dommeru,Pasivedala,Vadapalle,Madduru,Kovvur(M) RISH # CA-16 Chikkala,Mallavaram,Unagatla,Kalavalapalle,Brahmanagudem,Chagallu Kalavapudi * CA-17 Korumamidi,Tadimalla,Nidadavole (R),Nidadavole (M) *# Kopparru 03.5 7 14 21 28 Telikicherla,Kommugudem,Apparaopeta,Kadiyedda,Tadepalle,Kondruprolu,Kunchanapalle CA-18 NH 5, SH 42 *# Kilometers (Part),Arugolanu,Madhavaram,Jagannadhapuram,Vellamilli,Badampudi,Prathipadu,Tadepalligudem (M) D Yenuguvanilanka CA-19 Nallamadu,Chebrolu,Kaikaram,Unguturu NH 5 A Vempa *# N Losarigutlapadu O CA-20 Pulla,Gundugolanu,Agadallanka,Bhimadole NH 5 *# Tow CA-21 Kovvali,Pothunuru,Denduluru, NH 5, SH 42 *# R a A £N Rustumbada (R) r I ¤ d CA-22 Koppaka,Pedavegi, NH 5, SH 42, SH 43 H s R - D 2 *# i CA-23 Vatluru,PedapaduI,Tallamudi,Epuru,(Ct) NH 5 Seetharamapuram1 nd A 4 A i Eluru (R) (Og) (Part),Chataparru,Madepalle,Gudivakalanka,Eluru (M Corp.), (Ct),Gavaravaram (Ct), S *# CA-24 NH 5, SH 42, SH 43 (Ct) O L MOGALTHUR CA-25 Pedanindrakolanu,Adavikolanu,Buvvanapalle NARASAPURAM PETROLEUM AND NATURAL GAS REGULATORY BOARD CA-26 Padamara Vipparru,Pentapadu SH 42 Towards Dongapindi Perupalem *# CA-27 Kaldhari,,Mortha,Undrajavaram /"*# " CA-28 Kanuru,Kakaraparru,Mukkamala,Khandavalli,Malleswaram,Peravali NH 5 CA-43 Mutyalapalle*# / CA-29 Alampuram,Palangi,Duvva,Tetali,Pydiparru,Mandapaka (Og) (Part),Tanuku (M) NH 5 *# CA-44 L CA-30 Yendagandi,Mogallu SH 42 Kalipatnam Lingana Boinacherla 1st Floor, World Trade Centre, Babar Road, New Delhi-110001 G CA-31 Pippara,Ganapavaram SH 42 *# O CA-32 Siddapuram,Madivada,Dumpagadapa,Akividu NH 214 D A GA CA-33 Cherukuwada,Undi NH 214 V Kummarapurugupalem A CA-34 Mahadevapatnam,Garagaparru,Vissakoderu,Pennada Agraharam,Palakoderu NH 214 RI N

CA-35 Manchili,Polamuru,Konithiwada,Penumantra SH 42 *# Thurputallu R

CA-36 Velpuru,Relangi,Thurupuvipparru,Attili,Iragavaram I E *# V

CA-37 Marteru,Cherukuwada,Vadali,Sidhantham,Penugonda NH 5, NH 42 E

CA-38 Kodamanchili,AchantaVemavaram,Valluru,Bhimalapuram,Achanta R B CA-39 Kavitam,Pandithavilluru,Vedangi,Jinnuru,Penumadam,Gummaluru,Poduru SH 42 Vemuladeevi CA-40 Unikili,Srungavruksham,Tholeru NH 214 *# F Map No. PNGRB/CGD/BID/5/2015/6/GA-West Godavari District CA-41 NH 214, SH 42, SH 63 Chinamiram (Part),Rayalam (R) (Part),Anakoderu,Losarigutlapadu,Dirusumarru,Tundurru,Vempa,Pedamiram,Bhimavaram (M) O

CA-42 Elurupadu,Kalavapudi,Doddanapudi,Bondada,Kalla SH 63 16°20'0"N Date 16°20'0"N January-2015 CA-43 Kalipatnam,Mutyalapalle,Perupalem,Kummarapurugupalem,Seetharamapuram,Mogalthur NH 214 Y CA-44 Machipuri,Kopparru,Rustumbada (R),Lakshmaneswaram,Lingana Boinacherla,Thurputallu,Vemuladeevi,Narasapur (M) NH 214 CA-45 Rayakuduru,Lankalakoderu,Dagguluru,Ullamparru (Og),Poolapalle (Og),Palacole (R) (Og),Palacole (M),Veeravasaram NH 214 A CA-46 Doddipatla,Ilapakurru,Kontheru,Yenuguvanilanka,Yelamanchili NH 214 Map Title B West Godavari District Geographical Area

RMSI

80°50'0"E 81°0'0"E 81°10'0"E 81°20'0"E 81°30'0"E 81°40'0"E 81°50'0"E 82°0'0"E

SECTION – V

SPECIAL CONDITIONS OF CONTRACT

TENDER NO. APGDC/EG & WG CGD/SER/4739/2016-17

1.0 GENERAL Part-I

1.1 Special Condition of Contract shall be read in Conjunction with the General Conditions of Contract, specification of work, Drawing and any other documents forming part of this contract wherever the context so requires.

1.2 Where any portion of the General Condition of Contract is repugnant, to or at variance with any provisions of the Special Conditions of Contract, unless a different intention appears, the provisions of the Special Conditions of Contract shall be deemed to over-ride the provisions of the General Condition of Contract and shall to the extent of such repugnancy, or variations, prevail.

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

i) Letter of Acceptance along with Statement of Agreed Variations. ii) Fax of Acceptance. iii) Schedule of Rates as enclosures of Letter of Acceptance. iv) Job/ Particular Specifications v) Drawings vi) Technical/Material Specifications vii) Special Conditions of Contract viii) General Conditions of Contract ix) Indian Standards x) Other Applicable Standards.

1.4. It will be Consultant’s responsibility to bring to the notice of Engineer-in-charge any irreconcilable conflict in the contract documents before starting the Services or making the supply with reference to which the conflict exists.

2.0 SCOPE OF WORK

The scope of work is described separately in the bidding document. It is however, explicitly understood that the scope as described is not limiting, in so far as the responsibilities of the consultant are concerned and shall include, inter-alia, carrying out any and all works and providing any or all facilities as are required to complete the work in all respects.

3.0 TIME OF COMPLETION :

The scope of work complete in all respects shall be as per following schedule:

S Activity Schedule No 1 Submission of Draft Within 6 weeks from the date of issue of Fax of Acceptance 2 Submission of Final Report Within 8 weeks from the date of issue of Fax of Acceptance

4.0 TERMS OF PAYMENT:

Payment to the contractor shall be made as per following schedule:

S No Description/Milestones %age of payment to be released 1 40% within 15 days after submission of Draft Report 40% 2 30% within 15 days after incorporating APGDC 30% comments on Draft DFR i.e. on submission of Final DFR 3 20% after submission of Draft Final Business Plan 20% 4 10% after acceptance of the final DFR & Business 10% Plan

- The Consultant shall raise the Cenvatable Invoice(s) to the Owner for payment of Bills and billing cycle shall be of 30 days. - Payment shall be made based on work done & certified by Engineer-in-charge and completion of all contractual obligations. - Payment shall be made either thru Crossed Cheque or RTGS or NEFT. - Invoices are to be raised in favour of APGDC Ltd., Hyderabad

Part- 2

DELIVERABLES

(i) Detailed Feasibility Reports and Business Plans for City Gas Distribution Network projects for East Godavari District in good binding form (2 copies)

(ii) Detailed Feasibility Reports and Business Plans for City Gas Distribution Network projects for West Godavari District in good binding form (2 copies)

(ii) The soft copies (In editable with all formulae link) of all the calculation such as Capital Cost of the Project, Operating cost, Financial Analysis and Survey maps. Worksheet for determining the transportation cost of feeder pipeline and delivered cost of gas to the consumers based upon IRR method and also soft copy of the Detailed Feasibility Report and Business Plan on a DVD/Pen Drive.

SECTION – VI

SCDHEDULE OF RATES

TENDER NO. APGDC/EG & WG CGD/SER/4739/2016-17

PREAMBLE TO PRICE SCHEDULE

The bidder shall quote Bid Prices as detailed in Clause No.11 of Instructions to Bidders.

Bidders shall ensure that there are no errors or omissions in the Priced Bid. All the columns of the price bid are mandatory to be filled –up. In case any omissions are noticed in the Priced Bid, the Bid is liable to be rejected. Prices shall be written in both words and figures. In case of any discrepancy between prices in words and prices in figures, the prices in words shall be valid and binding. In case of any error in total indicated by the bidder, the unit price alone shall be considered valid and binding on the bidder.

SCHEDULE OF RATES-1

TENDER NO. APGDC/EG & WG CGD/SER/4739/2016-17

NAME OF WORK: HIRING OF CONSULTANCY SERVICES FOR DETAILED FEASIBILITY REPORT AND BUSINESS PLAN FOR EAST GODAVARI DISTRICT CITY GAS DISTRIBUTION PROJECT

Sl Description Unit Nos. Rate (Rs.) Amount (Rs.) No In Words In In In Figures Words Figures 1 Preparation of Detailed Lumpsum 1 Feasibility Report and Business Plan for City Gas Distribution Networks of East Godavari District of AP as per terms and conditions of tender

Service Tax @ ______%

Signature of the Bidder with date and seal

Note: Evaluation shall be done after loading applicable Service Tax on the lumpsum price.

SCHEDULE OF RATES-2

TENDER NO. APGDC/EG & WG CGD/SER/4739/2016-17

NAME OF WORK: HIRING OF CONSULTANCY SERVICES FOR DETAILED FEASIBILITY REPORT AND BUSINESS PLAN FOR WEST GODAVARI DISTRICT CITY GAS DISTRIBUTION PROJECT

Sl Description Unit Nos. Rate (Rs.) Amount (Rs.) No In Words In In In Figures Words Figures 1 Preparation of Detailed Lumpsum 1 Feasibility Report and Business Plan for City Gas Distribution Networks of West Godavari District of AP as per terms and conditions of tender

Service Tax @ ______%

Signature of the Bidder with date and seal

Note: Evaluation shall be done after loading applicable Service Tax on the lumpsum price.