ceylon petroleum corporation - ccib.ro

101
CEYLON PETROLEUM CORPORATION REQUEST FOR PROPOSALS CONSTRUCTION OF A RE-GASIFIED LIQUEFIED NATURAL GAS (R-LNG) PIPELINE SYSTEM FROM FLOATING STORAGE REGASIFICATION UNIT (FSRU) LOCATED AROUND 5 KM OFF THE KERAWALAPITIYA COASTAL BELT TO EXISTING AND FUTURE KELANITISSA AND KERAWALAPITIYA POWER PLANTS ON BUILT OWN OPERATE AND TRANSFER (BOOT) BASIS BID NO: B/12/2021 International Competitive Bidding (ICB) Volume I – Invitation for Bids and Instruction to Bidders February 2021

Upload: others

Post on 18-Dec-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

CEYLON PETROLEUM CORPORATION

REQUEST FOR PROPOSALS

CONSTRUCTION OF A RE-GASIFIED LIQUEFIED

NATURAL GAS (R-LNG) PIPELINE SYSTEM FROM

FLOATING STORAGE REGASIFICATION UNIT (FSRU)

LOCATED AROUND 5 KM OFF THE KERAWALAPITIYA

COASTAL BELT TO EXISTING AND FUTURE

KELANITISSA AND KERAWALAPITIYA POWER

PLANTS ON BUILT OWN OPERATE AND TRANSFER

(BOOT) BASIS

BID NO: B/12/2021

International Competitive Bidding (ICB)

Volume I – Invitation for Bids and Instruction to Bidders

February 2021

Table of Contents

1. INTRODUCTION ..................................................................................................... 1

2. INFORMATION FOR BIDDERS ............................................................................. 10

2.1. General .................................................................................................................................. 10

2.2 General Instructions............................................................................................................. 10

2.3 Brief Scope of the Project ..................................................................................................... 10

2.4 Request for Proposal Document (RFP) ................................................................................. 11

2.5 Project Milestone Schedule .................................................................................................. 12

2.6 Disclaimer ............................................................................................................................ 12

3 DESCRIPTION OF THE PROJECT ........................................................................ 13

3.1 The Facility in Brief ...............................................................................................................13

3.2 Physical facilities of the Project ............................................................................................ 14

3.3 Technical Information ........................................................................................................... 15

3.4 Pipeline Route ...................................................................................................................... 16

3.5 Environmental Consideration .............................................................................................. 16

3.6 Environmental Clearance Process ....................................................................................... 16

3.7 Permitting Procedures and Requirements ........................................................................... 19

4 INSTRUCTIONS FOR BIDDING ........................................................................... 19

4.1 Issuing of Bid Documents .................................................................................................... 19

4.2 Pre-Bid Meeting and route visit ........................................................................................... 20

4.3 Clarifications of bidding documents .................................................................................... 21

4.4 Amendments to RFP ............................................................................................................ 21

4.5 Amendments to Draft Project Agreements .......................................................................... 22

4.6 Disqualification Criteria ....................................................................................................... 22

4.7 Consortiums ......................................................................................................................... 24

4.8 Proposal Responsiveness ..................................................................................................... 29

4.9 Language of the Proposal ..................................................................................................... 29

4.10 Proposal Structure ................................................................................................................ 29

4.11 Proposal Preparation............................................................................................................ 30

4.12 Bidder’s Duty .........................................................................................................................31

4.13 Mandatory Proposal Requirements – Responsiveness test ................................................. 32

4.14 Cost and Risk of Proposals ................................................................................................... 32

4.15 Proposal Validity .................................................................................................................. 32

4.16 Proposal Security .................................................................................................................. 33

4.17 Project Bonds ....................................................................................................................... 34

4.18 Proposal Authorization ........................................................................................................ 35

4.19 Proposal Format, Marking, Sealing and Submission ........................................................... 35

4.20 Modification and Withdrawal of Proposal ........................................................................... 38

4.21 Bid Closing ........................................................................................................................... 39

4.22 Unsolicited Supplementary materials .................................................................................. 39

4.23 Proposal Opening - Technical Proposals ............................................................................. 39

4.24 Proposal Opening - Financial Proposals .............................................................................. 40

4.25 Confidentiality ...................................................................................................................... 40

5 PROPOSAL REQUIREMENTS .............................................................................. 41

5.1 Complete Proposal ............................................................................................................... 41

5.2 Technical Proposal ............................................................................................................... 41

5.2.1 Functional Requirement .............................................................................................. 41

5.2.2 Organizational, Staffing and QA Plan .......................................................................... 41

5.2.3 Health, Safety, Environment and Community ............................................................ 42

5.2.4 Operation and maintenance plan ................................................................................ 42

5.2.5 Affirmations relating to the Financial Proposal .......................................................... 42

5.2.6 Project Execution Schedule ......................................................................................... 42

5.2.7 Minimum Guaranteed Offtake (MGO) ........................................................................ 43

5.3 Financial Proposal ................................................................................................................ 43

5.3.1 Tariff ............................................................................................................................ 44

5.3.2 Payment mechanism .................................................................................................... 44

5.3.3 Project Cost .................................................................................................................. 44

5.3.4 Financing Plan ............................................................................................................. 44

5.3.5 Payment for Supporting Cost Data .............................................................................. 45

5.3.6 Deviations from the Project Agreements ..................................................................... 45

6 PROJECT AGREEMENTS ..................................................................................... 45

7 QUALIFICATION REQUIREMENT FOR BIDDERS ............................................... 46

7.1 Composition of Bidder ......................................................................................................... 46

7.2 Technical Capability ............................................................................................................. 47

7.3 Financial Capability.............................................................................................................. 48

8 EVALUATION PROCEDURE ................................................................................ 49

8.1 Outline of Evaluation Procedure .......................................................................................... 49

8.2 Clarification of Proposals ..................................................................................................... 49

8.3 Right to Reject Proposals ..................................................................................................... 49

8.4 Deviations, Reservations, and Omissions ............................................................................ 50

8.5 Non-material Non-conformities .......................................................................................... 50

8.6 Correction of Arithmetical Errors ........................................................................................ 50

8.7 First Stage Evaluation: Responsiveness ............................................................................... 50

8.8 Second Stage Evaluation: Technical Proposals ..................................................................... 51

8.8.1 Compliance with Minimum Functional Specification .................................................. 51

8.8.2 Correction of Errors – Technical Proposal .................................................................. 52

8.8.3 Technical Non-compliance .......................................................................................... 52

8.9 Third Stage Evaluation: Financial Proposal ........................................................................ 53

8.9.1 Responsiveness of Financial Proposal ......................................................................... 53

8.9.2 Correction of Errors – Financial Proposal .................................................................. 53

8.9.3 Assessment and Ranking ............................................................................................. 54

8.10 Short Listing and Award ...................................................................................................... 54

8.11 Cost of Finalising Project Agreements ................................................................................. 56

9 SCOPE OF WORK / TERMS OF REFERENCE (PIPELINE SYSTEM, PLEM AND

ORF) .................................................................................................................... 56

10 TRANSFER OF PIPELINE .................................................................................... 56

Annexure .................................................................................................................. 57

L1 – Functional Specification of Pipeline .................................................................................... 57

1. Codes, Standards, Regulations and Project Documents ...................................................... 57

2. Pipeline Requirements ......................................................................................................... 57

3. Pipeline Properties ............................................................................................................... 58

4. Pipeline Route ...................................................................................................................... 59

5. Material Properties............................................................................................................... 59

6. Chemical Composition ......................................................................................................... 60

7. Pipeline Fabrication and Installation ................................................................................... 60

8. Pipeline Design Profile ......................................................................................................... 61

9. Onshore Receiving Facility (ORF) ....................................................................................... 63

10. General Requirements ......................................................................................................... 63

11. Documentation ..................................................................................................................... 65

12. Purchase Order Documentation .......................................................................................... 65

13. Material Specification .......................................................................................................... 66

14. Field Transmitters ................................................................................................................ 66

15. Actuated Ball Valves ............................................................................................................. 66

16. Spares and Consumables ..................................................................................................... 66

17. Special Tools ......................................................................................................................... 66

18. Pig Receiver .......................................................................................................................... 66

19. Pipeline Filters ..................................................................................................................... 67

20. Fiscal Metering ..................................................................................................................... 67

21. Metering Skid Overview ....................................................................................................... 68

22. Metering Skid Operation ...................................................................................................... 68

23. Temperature Instrumentation ............................................................................................. 69

24. Pressure Instrumentation .................................................................................................... 69

25. Gas Chromatograph ............................................................................................................. 69

26. Calibration and Carrier Gas .................................................................................................. 71

27. Analyser Shelter ................................................................................................................... 72

28. Sample Conditioning and Sampling Systems ...................................................................... 72

29. Overall Measurement Uncertainty ....................................................................................... 72

30. Metering Runs Layout .......................................................................................................... 72

31. Ultrasonic Flow Meters ........................................................................................................ 72

32. Flow Conditioners ................................................................................................................ 73

33. Calibration ............................................................................................................................ 73

34. Factory Acceptance Test (FAT) ............................................................................................ 73

35. Systems Integration Testing (SIT) ....................................................................................... 73

36. Site Acceptance Tests (SAT) ................................................................................................. 74

37. Commissioning and Start-up ............................................................................................... 75

38. Flow Metering Computers Panel .......................................................................................... 75

39. Piping ................................................................................................................................... 77

40. Utilities ................................................................................................................................. 78

L2 - Sri Lanka LNG Project- Preliminary EIA Report ................................................................. 79

DEFINITIONS

For purposes of this RFP Document, the following capitalized terms shall have the following meanings:

1. “AFC” means Approved for Construction;

2. “API” means American Petroleum Institute;

3. “Applicant” means any single entity or consortium of entities or joint venture submitting a

Qualification Statement with the intent to be qualified as a Bidder and potentially as the Pipeline

Company;

4. “ASTM” means American Society for Testing and Materials;

5. “Bid Closing” means the time and date by which Proposals must be received by CANC;

6. “Bidder” means each Applicant that is determined to satisfy the qualification criteria in this RFP

Document;

7. “Bidding Period” means the period for preparing Proposals beginning with the issue of the RFP

by the CEB and ending on Bid Closing;

8. “BOD” means Basis of Design;

9. “BOI” means the Board of Investment of Sri Lanka;

10. “BOOT” means Build Own Operate Transfer;

11. “CANC” Standing Cabinet Appointed Negotiating Committee;

12. “CC&CRMD” means the Department of Costal Conservation & Costal Resources Management, Sri

Lanka;

13. “CCR” means Capital Cost Recovery Rate;

14. “CEA” means the Central Environmental Authority of Sri Lanka;

15. “CPC’s Personnel” means the personnel to be provided by CPC or CPC's Contractor (other than

the Contractor executing the Contract). The CPC representatives of CPC are also included in the

CPC's personnel;

16. “CPC” means the Ceylon Petroleum Corporation;

17. “CEB” means the Ceylon Electricity Board;

18. “Commercial Operations” means the date falling one day after the day on which the Project is

commissioned to operate on a commercial basis;

19. “Company” / “Pipeline Company” means the company that will be formed to construct, install,

maintain, repair and operate the Regasified LNG transmission pipeline, PLEM and the ORF along

with other auxiliaries

20. “Contractor’s Personnel” means the personnel to be provided by Contractor to provide services

as per contract;

21. “Contractor” means the individual or firm or body incorporated performing the work under the

Contract;

22. “Disclaimer” means the denial of liability for by the CPC, GOSL and GOSL Agencies information

contained in this RFP and labelled “Disclaimer”;

23. “DNV” means Det Norske Veritas;

24. “DSCR” means debt service coverage ratio, defined as cash flow available for debt service divided

by principal and interest payments falling due on senior debt. Cash carried forward shall be

excluded from the calculation of DSCR in a given period;

25. “EIA Study” means the study to be undertaken by the Project Proponent for preparation of

detailed EIA report as per the Terms of Reference provided by Central Environment Authority;

26. “EIA” means Environmental Impact Assessment;

27. “EN” means Euro Norm;

28. “ESD” means Emergency Shutdown;

29. “FAT” means Factory Acceptance Test;

30. “FEED” means Front End Engineering Design;

31. “FGS” means Fire & Gas System;

32. “Financial Advisor” means the bank(s) or other financial institution(s) appointed by the Bidder

for the development of the financial aspects of the Proposal, such bank(s) and institution(s)

ordinarily offering and being experienced in the provision of financial advisory services for projects

of the type and nature of the Facility;

33. “Financing Plan” means the Bidder’s plan provided for raising equity and debt for the limited

recourse financing of the Project and for meeting its obligations to shareholders and Lenders;

34. “Financing Template” means the spreadsheet format for submission of project costs, Facility

performance data and financing assumptions;

35. “First Stage Evaluation” means the first stage of the Proposal evaluation process

(Responsiveness);

36. “FSRU” means Floating Storage Regasification Unit

37. “GA” means General Arrangement;

38. “Government Agency” means the Government or any authority, ministry, department or

inspectorate in Sri Lanka;

39. “HAZID” means Hazard Identification;

40. “HAZOP” means Hazard and Operability;

41. “HDD” means Horizontal Directional Drilling;

42. “HIPPS” means High Integrity Pressure Protection System;

43. “ISO” means International Standards Organization;

44. “ITP” Inspection and Testing Plan;

45. “Landfall point” means the place where offshore and onshore pipelines are connected;

46. “MARPOL” means The International Convention for the Prevention of Pollution from Ships;

47. “MDR” means Manufacturer’s Data Report;

48. “Mechanical Completion” shall have the meaning ascribed to it in the PS Agreement;

49. “MOPRE” means the Ministry of Power and Renewable Energy;

50. “MPQT” means Manufacturing Procedure Qualification Test;

51. “MPS” means Manufacturing Procedures Specification;

52. “MTO” means Material Take-Off;

53. “NDT” means Non-Destructive Test;

54. “NoR Date" has the meaning as ascribed to it under the PS Agreement’

55. “OPRC” means International Convention on Oil Pollution Preparedness, Response and Co-

operation;

56. “ORF” means Onshore Receiving Facility;

57. “PDMS” means Plant Design Management System;

58. “PLEM” means Pipeline End Manifold;

59. “Pre-Bid Meeting” means the meeting described in 4.2;

60. “Project Milestones Schedule” have the meaning attributed to it in Clause 2.5 of Volume I;

61. “Representatives” means the employees, agents or adviser of a Government Agency;

62. “Responsiveness Test” means the test set out in Annexure - 1 A1 to be applied in part satisfaction

of the first stage evaluation of Proposals;

63. “RFP” means the Request for Proposal document comprising Instructions to Bidders (this

volume), Proposal Letters and Forms (Volume II), Draft BOOT Contract for Pipeline System

(Volume III) and Draft Implementation Agreement (Volume IV);

64. “RLNG” Re-gasified Liquid Natural Gas;

65. “Second Stage Evaluation” means the second stage of the Proposal evaluation process

(Technical Proposals);

66. “SPBM-2” means the Single Point Buoy Mooring located at Kerawalapitiya;

67. “SRT” means Storage and Regasification Terminal;

68. “SSPC” means Steel Structure Painting Council;

69. “ST” means Surface Testing;

70. “The Contract Price” means the price payable to Contractor under the Contract for the full and

proper performance of their contractual obligations;

71. “The Contract” means agreement to be entered into between CPC and Contractor, as recorded in

the Contract signed by the parties, including all attachments and appendices thereto and all

documents incorporated by reference therein;

72. “The Work” means each and every activity required for the successful performance of the services

described in the Technical Specification/Terms of Reference;

73. “Third Stage Evaluation” means the third stage of the Proposal evaluation process (Financial

Proposals);

74. “Transfer Plan” means the plan to be prepared by the Bidder pursuant to Annexure-2 B4;

75. “UT” means Ultrasonic Testing;

February 2021

1

1. INTRODUCTION

1.1 Introduction to the Project

1.1.1 Sri Lankan Macroeconomic growth indicators

Sri Lankan economy grew by 2.3% in 2019 compared to 3.3% in 2018 amidst a challenging domestic

and international environment. Despite sluggish global growth, Sri Lankan economy managed to keep

growth at a decent pace. Sectorial growth recorded as services and industry sector growing by 2.3%

and 2.7% respectively in real terms year on year, the agriculture sector also grew at a rate of 0.6%and

the taxes less subsidies collected increased by 2.6% compared to 2018. Due to slower growth in industry

and services sectors, the unemployment rate increased to 4.8% in 2019 compared to 4.4 % in 2018.

Annual average inflation, as measured by Colombo Consumer Price Index (CCPI) was 4.3% in 2019.

Percentage share of GDP by major sectors 2019 (Agriculture -7% ,Industry 26.4%,Services 57.4%,Taxes less

subsidies 9.2%)

Source: Department of Census and Statistics, Sri Lanka

The country maintained the improved Human Development Index (2019 ranked at 71 out of 189

countries. Per capita GDP at market prices increased to LKR 688,719 in 2019 from LKR 662,649 in

2018. However, it decreased marginally in US dollar terms to USD 3852 from USD 4079 in 2018 amidst

a volatile foreign exchange market.

7.00%

26.40%

57.40%

9.20%

Agriculture Industry Services Taxes less Subsidies

February 2021

2

Sri Lanka’s national electrification ratio has grown from 99.3% in 2016 to 99.7% in October 2017, and

has already reached 100% electricity accessibility which is commendable by south Asian standards. Sri

Lanka is the only country in South Asia that has 100% electricity accessibility with 24 hours

uninterrupted electricity supply.

The table below summarizes the macroeconomic growth indicators of Sri Lanka.

Gross Domestic Product (GDP) at current market

prices ( 2019 ) LKR 15,016 billion

Gross Domestic Product (GDP) at constant 2010

prices ( 2019 ) LKR 9889.4 billion

Gross National Income (GNI) at current market

prices (2019 LKR 14,584 billion

Gross National Income (GNI) at constant 2010

prices ( 2019 ) LKR 9608.3 billion

GDP growth rate 2.3%

GNI growth rate 2.2%

Per capita GDP at constant 2010 prices 2019) LKR 453,579

Per capita GDP at current market prices (2019) LKR 688,719

Per capita GNI at constant 2010 prices 2019 ) LKR 440,687

Per capita GNI at current market prices 2019 ) LKR 668,894

Unemployment rate (% of labour force) 4.8 percent

Source: Department of Census and Statistics, Sri Lanka

1.1.2 Sri Lanka Power Sector and the demand for Natural gas

Ceylon Electricity Board (CEB) has been legally entrusted with the responsibility to develop & maintain

electricity supply in the country in an efficient, coordinated and economical manner. The sector is

regulated by the Public Utilities Commission of Sri Lanka (PUCSL). Sri Lanka is the only country in the

South Asia that has achieved 100% electricity accessibility with 24 hours of uninterrupted electricity

supply.

The number of consumers and the demand for electricity has steadily increased in the country. The

demand primarily comes from a consumer mix of domestic, industrial and commercial sectors. As per

compiled data, it has been found that the demand of industrial and commercial consumers is higher

than the domestic user consumption. These statistics favour an economy with ambitious GDP growth

projections. The maximum night Peak Demand from the National Grid in 2019 was 2,670 MW,

compared to 2018 (2,661 MW). The number of consumers too have increased at a high rate.

February 2021

3

To cater to this demand, Sri Lanka had total installed electricity generation capacity of National power

grid of Sri Lanka of 4,063 MW (2018).

With a diverse generating mix in the installed capacity, CEB has decided to move forward with Natural

gas as a fuel to generate power. CEB looks to replace its aged thermal plants through retirements and

plans to add new generating stations to meet the growing demand of the country.

February 2021

4

Natural gas provides multiple benefits to Sri Lanka, through its lower polluting properties as compared

to coal and diesel as well as its higher efficiency when used in combined cycle power plants. Overall,

the use of natural gas results in a significantly more limited environmental impact than other fossil

fuels.

When burned, natural gas releases up to 50% less CO2 than coal and 20-30% less than oil. When used

in power generation, natural gas emits as much as 50% less CO2 than coal, results in negligible

emissions of sulfur dioxide (SO2), nitrogen oxides (NOx), mercury (Hg), and particulates compared

with other fuels.

Among the installed thermal power plants in the country are 3 (three) combined cycle gas turbine

plants with total capacity of 628 MW. One of these power plants is located at Kerawalapitiya having

generation capacity of 300 MW while the other 2 (two) are at Kelanitissa, at the northern boundary of

the Colombo city, with capacity of 165 MW and 163 MW respectively. In addition to these power plants,

4 (four) other Natural Gas fired combined cycle power plants having capacity of 300 MW each are

planned in Kerawalapitiya, up to year 2033. Further, a Gas turbine plant of 105 MW capacity is being

implemented in Kelanitissa and expected to commission by year 2021.

S. No. Name of plant Capacity (MW) Remarks

1. Converted WestCoast LNG 300 -

2. Converted Kelanitissa Combined Cycle Power Plant

165 -

3. Converted Sojitz Combined Cycle Power Plant

163 -

4. New 300 MW Kerawalapitiya Combined Cycle Power Plants

300 Planned to be commissioned in 2022

Major Hydro33%

Coal21%

Thermal - CEB14%

Renewables18%

Thermal - IPP14%

Power generation mix (2018)

February 2021

5

S. No. Name of plant Capacity (MW) Remarks

5. New 300 MW Kerawalapitiya Combined Cycle Power Plants

300 Planned to be commissioned in 2022

6. New 105 MW Kelanitissa Gas Turbine Power Plant

105 Planned to be commissioned in 2021

7. New 300 MW Kerawalapitiya Combined Cycle Power Plant

300 Planned to be commissioned in 2025

8. New 300 MW Kerawalapitiya Combined Cycle Power Plant

300 Planned to be commissioned in 2033

Total 1933 MW

Based on Long Term Electricity Generation Plan 2020-2039, the Generation Planning Branch of CEB

has estimated the LNG requirements for the above-mentioned power plants. The estimations have been

computed for average, wet and dry hydro conditions.

Year

LNG requirement

(Wet condition) (Average condition) (Dry condition)

(MMTPA) (MMTPA) (MMTPA)

2023 0.55 0.76 0.97

2024 0.55 0.75 0.94

2025 0.67 0.92 1.15

2026 0.46 0.69 0.93

2027 0.53 0.78 1.03

2028 0.62 0.88 1.11

2029 0.70 0.97 1.22

2030 0.63 0.90 1.13

2031 0.74 1.00 1.27

2032 0.79 1.00 1.22

2033 0.73 0.96 1.17

2034 0.65 0.89 1.10

1.1.3 Project Organization - Ceylon Petroleum Corporation

Ceylon Petroleum Corporation (“CPC”), fully owned by the Government of Sri Lanka, is a body

corporate established by Act No.28 of 1961, having its Head Office at, No. 609, Dr. Danister De Silva

Mawatha, Colombo 09. CPC has been entrusted with the following as per the Act No.28 of 1961 and the

Ministry of Energy oversees its functions;

a) To carry on business as an importer, exporter, seller, supplier or distributor of petroleum

b) To carry on the business of exploring for and exploiting, producing and refining of

petroleum and

February 2021

6

c) To carry on any such other business as may be incidental or conducive to the attainment of

the objects referred to in paragraphs (a) and (b).

CPC, is the largest petroleum sector company in Sri Lanka with a market share of approximately 80%

of the country’s petroleum sales.

CPC is conducting this project in collaboration with Ceylon Electricity Board (“CEB”),a fully owned

body corporate by the Government of Sri Lanka, established by Ceylon Electricity Board Act, 1969 (Act

No.17 of 1969), having its Head Office at, No. 50, Sir Chittampalam A. Gardiner Mawatha, in Colombo

2. CEB has been established for the development and co-ordination of the generation, supply and

distribution of electrical energy requirements of the country. The Ministry of Power oversees its

functions. The electricity industry is regulated by Public Utility Commission of Sri Lanka (PUCSL)

which grants licenses of generation, transmission and distribution of electricity in Sri Lanka. While

CEB has 6 (six) numbers of licenses for its generation, transmission and distribution, CEB is the sole

transmission licensee in Sri Lanka. PUCSL also regulates the final electricity tariffs charged to

consumers by CEB.

CEB, is the largest electricity utility in Sri Lanka. It controls all major functions of electricity generation,

transmission, distribution and retailing in Sri Lanka. CEB owns 2,105 MW of thermal power plants

(coal and oil fired) and 1,399 MW of hydro power plants and renewable energy generation capacity of

780 MW as of 2019. The total installed capacity of CEB network is 4,270 MW.

In 2019, electrical energy produced by these plants amounted to 15,880 GWh, meeting a peak night

demand of 2,670 MW. A transmission network of 220 kV and 132 kV with a total route length of about

2,230 km is operated by CEB to connect the generation and distribution networks. CEB carries out

distribution, primarily at voltages of 33 kV and 11 kV, while low voltage distribution is carried out at

400 V.

CEB has explored the opportunity of development of LNG infrastructure in the country to cater the

LNG demand initially from Colombo based power plants and successfully completed pre-feasibility and

detailed feasibility studies. CEB is dedicated to deploy LNG for these power plants through the

implementation of this LNG project.

1.1.4 Commercial Structure of the Project

After considering several alternatives, including land based and floating regasification systems in

multiple locations around Sri Lanka, CPC & CEB Steering Committee on the basis of data gathered and

recommendations from advisors concluded that a Floating Storage and Regasification Unit off the coast

of Kerawalapitiya is the most cost-effective arrangement under present circumstances. This solution

will overcome the challenge of securing suitable land for storage and regasification facility.

February 2021

7

It was further established that a privately-held Special Purpose Vehicle (SPV), strategically sourced by

means of a tendering process would be the preferred structure to allow CPC & CEB finalize the most

optimum price to be paid for the services rendered.

CEB will contract for the purchase of LNG through the Sales Purchase Agreement (SPA), secure the

provision of LNG unloading, storage, regasification through a BOO Contract for FSRU and BOOT

Contract for Mooring (“FSRU&M Agreement”) while Ceylon Petroleum Corporation (CPC) is

entrusted to enter into a BOOT Contract for Pipeline System (“PS Agreement”) as required natural

gas transportation services to accomplish the onward sale of natural gas (regasified LNG) to the power

plants located in the Colombo – Kerawalapitiya region. The basic commercial framework is set out in

the diagram below.

The “LNG Seller” will sell LNG to CEB, who will in turn sell gas to off-takers labelled as “Power Plants”.

CEB will enter into a FRU&M Agreement, which is separate from the SPA, with the FSRU and Mooring

infrastructure provider as determined by the FSRU and Mooring RFP.

LNG Seller Terminal

Company

Pipeline

Company Power Plants

(Western Region)

LNG Regasified LNG

Physical Form and Flow of Commodity

LNG Seller

CEB

Pipeline

Company

Power Plants

(Western Region) SPA

Payment

Payment

GSA

Terminal

Company

Contractual Arrangement and

Flow of Payments

and Flow of Payments

Payment

Payment

Gas Transfer

Agreement

Payment

PS Agreement FSRU&M

Agreement

CPC

February 2021

8

1.1.5 Issuing of Bid Documents

In connection with the Invitation of Bids for the development of onshore and offshore natural gas

transmission pipeline from the custody Transfer point to Power Plants on BOOT basis, any party

interested to participate in this Bid is required to purchase the RFP Document for the price of LKR

200,000 (Sri Lankan Rupees Two Hundred Thousand only) from the address stated in Section 1.1.8.

1.1.6 Scope of Work

1 Ceylon Petroleum Corporation (CPC), on behalf of Cabinet Appointed Negotiating Committee

(CANC), hereby invites proposals from the interested Bidders in a prescribed format (“Proposal”)

for design, supply, delivery, erection, testing, commissioning, operation & maintenance and

transfer of Natural Gas transmission onshore and offshore pipelines from Custody Transfer Point

(i.e. from and including the PLEM) to power plants at Kerawalapitiya and Kelanitissa (“Project”

/ “Facility”).

2 This Project will be developed on Build Own Operate and Transfer (BOOT) basis by private sector

participation. The operation period before transferring the Facility to the CPC is 10 (ten) years.

3 The Proposals to be received by CPC in accordance with this invitation for bids will be evaluated

and the Project Agreements will be executed with the successful Bidder in accordance with the

terms and conditions of this Request for Proposals (RFP) documents.

4 The successful Bidder shall establish a Pipeline company (Company) incorporated in at Sri Lanka

that will finance, design, procure, construct, test, commission, operate and maintain the Facility.

At the end of the Term, the Pipeline Company will transfer ownership of the Facility to the CPC.

5 The Facility will be On-shore and Off-shore pipeline including PLEM with other auxiliaries.

6 The financing of the Project is sole responsibility of the Pipeline Company.

1.1.7 Request for Proposal (RFP) Document

Interested Bidders shall submit their proposals in accordance with the RFP Documents prepared by

CPC for this purpose. The RFP Documents will be available for perusal at the address given below.

A complete set of the RFP Document can be purchased by 1500 hours of 04/06/2021, by interested

Bidders on submission of written application to the Managing Director, CPC at the address given in

Section 1.1.8 and upon payment of a non-refundable fee of LKR 200,000.00 (Sri Lankan Rupees Two

Hundred Thousand only).

February 2021

9

1.1.8 Address for Communication and Submission of Proposal

Manager (Procurement & Stores),

Ceylon Petroleum Corporation,

No 609, Dr. Danister De Silva Mawatha,

Colombo 09,

Sri Lanka.

1.1.9 Submission of Proposals and Closing Date

Proposals shall be submitted by hand or by courier to the address given in Section 1.1.8 no later than

by 11:00 hours of 18/06/2021.

1.1.10 Proposal security

Each proposal must be accompanied by a Proposal Security for an amount of USD 400,000 (USD 0.4

million) as per the form provided in the Volume II.

1.1.11 Employer’s Right to Reject

CPC reserves the right to reject any or all Bids or cancel/withdraw the Invitation for Bids without

assigning any reason whatsoever and in such case no Bidder/ intending Bidder shall have any claim

arising out of such action.

February, 2021

10

2. INFORMATION FOR BIDDERS

2.1. General

Bidder’s financial and technical proposal shall conform to the format outlined in this document,

thereby demonstrating capability to perform all necessary works to achieve the outlined objectives. The

technical proposal shall consist of all the required information listed in each of the following sections

in the order given.

In all cases, CPC reserves the right to accept or reject submitted proposals(s) at its sole discretion

without stating any cause or reason, and without any cost or liability or obligation on the part of CPC.

2.2 General Instructions

It is intended that this Request for Proposal (RFP) be reviewed in conjunction with the following

documentation, which is attached:

Pipeline Scope of Work (Schedule 8 & 12 of Volume III)

Pipeline Functional Specification (L1 – Functional Specification of Pipeline)

Bidder’s Qualifications (Section 7)

Pipeline System Agreement (Volume III)

Feasibility Report

2.3 Brief Scope of the Project

Ceylon Petroleum Corporation (CPC), on behalf of Cabinet Appointed Negotiating Committee (CANC),

hereby invites proposals from the interested Bidders in a prescribed format (“Proposal”) for design,

supply, delivery, erection, testing, commissioning, operation and maintenance and transfer of RLNG

transmission onshore and offshore pipelines from and including PLEM to power plants at

Kerawalapitiya and Kelanitissa.

This Project will be developed on Build Own Operate and Transfer (BOOT) basis by private sector

participation. The operation period before transferring the Facility to the CPC is 10 (ten) years from

Acceptance under the BOOT Contract for Pipeline System (“Term”).

The Proposals to be received by CPC in accordance with this invitation for bids will be evaluated and

the Project Agreements will be executed with the successful Bidder in accordance with the terms and

conditions of this Request for Proposals (RFP) documents.

The successful, Bidder shall establish a Pipeline company (Company) incorporated in at Sri Lanka that

will finance, design, procure, construct, test, commission, operate and maintain the Facility. At the

end of the Term, the Pipeline Company will transfer ownership of the Facility to the CPC.

February, 2021

11

The Facility can be based on On-shore and Off-shore pipeline including PLEM with other auxiliaries.

The financing of the Project is sole responsibility of the Company.

2.4 Request for Proposal Document (RFP)

The scope of the Project, bidding procedure, minimum technical requirements, contract terms,

evaluation criteria, agreements, etc. are prescribed in this RFP Documents. The RFP Document

includes following parts;

Instructions to Bidders Volume I

Proposal Letters and Forms Volume II

Draft Pipeline System Agreement Volume III

Draft Implementation Agreement Volume IV

This RFP has been prepared by CPC for the purpose of soliciting Proposals from interested Bidders.

The RFP has been drafted to embody commercial values and risk allocations consistent with the

interests of investors and their lenders contemplating limited or non-recourse financing of the Project.

While CPC considers the assumptions made in preparing this RFP to be reasonable, whether to rely on

them in preparing Proposals is a matter solely for the Bidders to judge and neither the CPC,

Government of Sri Lanka (GOSL) neither any Government Agency nor their Representatives shall take

responsibility for the Bidders’ decisions. Bids shall be made at the Bidder’s sole cost and risk and the

finalisation and execution of the Project Agreements will be at the sole cost and risk of the successful

Bidder.

The Pipeline Company will enter into agreements for the financing, development and operation of the

Facility.

February, 2021

12

2.5 Project Milestone Schedule

Provided below is the project milestone schedule

Activity Duration Completion

Days Days

1 Advertisement of RFP 0 0

2 Commencement of issuing of RFP Document 0 0

3 Pre-bid Meeting 33 33

4 Proposal Submission (from the date of issuing RFP) 120 120

5 Evaluation of Technical Proposals by PC including

Clarification of Proposals

28 148

6 CANC approval for Technical Evaluation Report of PC 14 162

7 Financial Proposal Opening & Evaluation 21 183

8 CANC Approval for Financial Evaluation Report of PC 14 197

9 Negotiations by CANC 60 257

10 CANC approval and Submission of Cabinet paper 7 264

11 Cabinet Approval 21 285

12 Issuance of LOI 7 292

13 Contract Signing 14 306

14 Preliminary Obligation Period 180 486

15 Financial Closure (Date) 1 487

16 Finalization of Contract 1 488

17 Construction Notice 7 495

18 Completion of RLNG Pipeline construction, connect to

FSRU and commissioning

630 1,125

19 Commercial Operation 1 1,126

2.6 Disclaimer

The information given in this RFP is furnished by CPC in good faith. Without prejudice to the generality

of the foregoing, this RFP does not contain, nor does the GOSL,CPC or any GOSL Agency or their

Representatives, make any promise, representation or warranty whatsoever, whether expressed or

implied (and no such Representatives have any authority to make such representations and

warranties), that information contained in this RFP is accurate, complete or reasonable or that it

constitutes all the information necessary to prepare a Proposal or develop the Facility.

February, 2021

13

All such persons expressly disavow any obligation or duty (whether in contract, tort or otherwise) to

any Bidder and disclaim any and all liability based on or relating to any such information or

representations or warranties (express or implied) contained in, or errors or omissions from, this RFP

or based on or relating to the use of this RFP or any other written or oral communication transmitted

to or information provided to or otherwise acquired by a Bidder.

Each Bidder accepts full responsibility for conducting an independent analysis of the feasibility of the

Facility and for gathering and presenting all necessary information. No Bidder is entitled to rely on the

involvement of CPC, any Government Agency or their representatives for the preparation of this RFP

or in the solicitation process as a basis for bidding on or developing the Facility. Except as otherwise

stated, the information provided in this RFP shall form no part of the Project Agreements or any other

document defining the agreements between CPC and Government Agencies, or of any Proposal

submitted in response to this RFP. No adjustments will be made to any Proposal, or to any agreements

between CPC and Government Agencies based on a Bidder’s interpretation of the information

provided.

In submitting a Proposal in response to this RFP, the Bidder certifies that it understands, accepts and

agrees to the disclaimers in this Section 2.6. Nothing contained in any other provision of the RFP, nor

any statement made orally or in writing by any person or party shall have the effect of negating or

superseding any of the disclaimers inn this Section 2.6.

Queries relating to the information contained in this RFP shall be directed only to the contact persons

referred to herein in the circumstances stated. No other person, whether employee, agent, adviser or

other, has been authorised to give any information or to make any representations in respect of the

RFP or the Project and, if given or made, such information or representation may not be relied upon

as having been authorised by CPC or any Government Agency.

This RFP is confidential and personal to you. It is provided to you on the understanding that it is not

to be duplicated or distributed to any other person.

3 DESCRIPTION OF THE PROJECT

3.1 The Facility in Brief

The Floating Storage and Re-gasification Unit (FSRU) is to be installed at approximately 5.00 km

offshore of Kerawalapitiya in a water depth of approximately 15.5 m (refer Section 4 of Annexure L1)

The FSRU facility has been found as the best option compared to FSU or a land-based LNG receiving

and regasification terminal. The FSRU will overcome the challenge of securing a suitable land for

storage and regasification facility.

February, 2021

14

The FSRU shall be moored by means of a single point buoy mooring system compatible with the FSRU

with a regasification capacity capable of maintaining 380 MMSCFD and LNG storage capacity of

minimum 156,000 m³.

An offshore Natural Gas transmission pipeline will connect the FSRU with Onshore Receiving Facility

and an onshore pipeline will connect the power plants of Kerawalapitiya and Kelanitissa.

This RFP is to invite the Proposals from the interested Bidders for the financing, design, procurement,

construction, reconstruction (in case of damage or destruction for any reason), commissioning,

operation, maintenance and transfer of the Facility on BOOT basis.

The technology proposed for the Project shall have a proven track record, demonstrated success in

countries with a similar level of technological development and infrastructure support as in Sri Lanka.

Equipment to be offered shall be brand new and unused.

3.2 Physical facilities of the Project

A high-pressure gas pipeline will transfer gas from the FSRU to the landfall tie-in point which is

approximately 5 (five) km away from the location of FSRU. The RLNG would be transported from

FSRU moored in open sea at Kerawalapitiya through a subsea manifold and subsea pipelines to reach

onshore tie-in point. The FSRU will be installed at offshore Kerawalapitiya anywhere within the area

defined by the geographical position: Lat 7° 2'22.63"N Long 79°49'29.15"E (movable within 300 m

radius).

Consolidated Pipeline System

(This is an illustration only. The project proponent shall analyse and identify the best route for the

offshore pipeline. Suggested onshore pipeline routes are given in D7 of Annexure 4 in Volume II.)

February, 2021

15

Lanka Hydraulics Institute analysed multiple route options for laying and building the subsea pipeline

to transport RLNG from FSRU to landfall point. The landfall point is taken at Dikkowita coast near sea

Water Intake Plant of West Coast power plant. The location coordinates for the landfall point is around

7°00'57.5"N 79°51'49.2"E tentatively. The generic bathymetry of Kerawalapitiya does not contain

abrupt changes. There exists a reef system that extends parallel to the shoreline. The reef is

approximately 700 m – 800 m from the beach where it starts from Kelani estuary and ends at 1.2 km

north of Kerawalapitiya. A reef gap of this magnitude means pertinence of a low circulation water body

in between. Larger waves approaching from offshore break well before it is reaching ashore. In

addition, the basin between reef and shore provides relatively calmer marine environment. It has been

recommended to lay a subsea pipeline of 20 (twenty) inches. The total length of subsea pipeline is

estimated to be approximately 5.66 km.

STPL (Sub Transmission Pipeline) 12 inches lined pipeline has been recommended for onshore

pipeline network. The inside diameter of the pipeline considered in the feasibility study is 11.7 inches.

The total length of onshore pipeline network to transport RLNG to identified power plants is

approximately 12.3 km including 1 (one) km pipeline in Kelanitissa power plant premises. The Work

under this tender comprises for construction and laying of 20” NB 5.69 km subsea pipeline and 12”

NB 14.15 km Onshore pipeline along the route provided in Annexure L1– 4.

The Bidder is not required to construct the Pipeline from the ORF to Kerawalapitiya Node 2 in this

proposal. But, Bidder shall keep provisions at the ORF to connect the Pipeline from Kerawalapitiya

Node 2 to the ORF in the future. Hence Bidder shall not consider construction of the pipeline from

ORF to Kerawalapitiya Node 2 for the calculation of Tariff.

Further, Bidder shall keep provisions at the ORF for one additional connection point similar to

Kerawalapitiya Node 2 for future industrial gas requirements. In addition, the bidder shall also keep

provisions for ten (10) tapping points tentatively with a distance of one (1) km along the route from

ORF to Kelanitissa Power Plants. Each tapping point shall consist of a valve chamber with double block

& bleed valve or suitable valve arrangement in accordance with relevant international standards. Exact

tapping points will be given by CPC during the construction.

3.3 Technical Information

Bidders shall provide general technical information in regard to the proposed facility in its Proposal.

The following minimum technical information shall be provided

(i) Details on Clearing/Grading/Levelling/Bulldozing of ROW

(ii) Handling & Storing of Pipes in Pipe Dump Yard details

(iii) Procedure of Handling, Hauling, Stringing of Line Pipes along the ROW

February, 2021

16

(iv) Procedure of Trenching (Ditching) of Pipeline

(v) Details of Pipeline Laying

(vi) Welding Specification

(vii) Welding Type and Method of Welding

(viii) Welding Testing procedure

(ix) Pipeline Coating Specifications

(x) Pipeline testing procedure

(xi) Stream/River crossing procedure

(xii) Cathodic protection systems for offshore and onshore pipes & components

(xiii) HDD Installation Sequence

(xiv) Drilling Operation

(xv) Material and other specifications for pipes, fittings, flanges, structural steel, valves, etc.

3.4 Pipeline Route

Pipeline routes are given in the Annexure L1- 4 and PS Agreement.

3.5 Environmental Consideration

Preliminary EIA report is provided in Annexure L2 of the RFP. This shall only serve as the reference

document for preparation of final EIA report. The final EIA report shall be prepared by the project

proponent as per the Terms of Reference provided by Central Environment Authority (CEA) in

consultation with relevant Sri Lankan environmental agencies.

3.6 Environmental Clearance Process

This section looks at the various environmental laws and regulations that would be required for this

project with a brief extract from each law mentioning the aspect covered:

S.No

. Act/Rules Objective

Responsible

Agency

Procedure

1.

National

Environment

al Act, 1980

To protect and

improve the

overall

environment.

Central

Environment

Authority

(CEA)

The overall Environmental Impact

Assessment (EIA) approval in this

project would be via CEA.

Care must be taken that a local

consultant needs to be involved

from their list of approved agencies

for EIA process

A Preliminary Information

Questionnaire needs to be filled

before the start of the EIA.

February, 2021

17

S.No

. Act/Rules Objective

Responsible

Agency

Procedure

After submission of EIA report, a

mandatory public consultation

period is undertaken where

different stakeholders would raise

their queries. This shall go on for a

maximum period of 30 working

days.

Post these consultations, the CEA

shall take a time of 4 weeks for the

final approval.

2.

Marine

Pollution

Prevention

Act No. 35 of

2008- Sec 39

–Oil Spill

Contingency

Plan

To check for

any leakages or

oil spills

during the

commissionin

g phase

Marine

Environment

Protection

Authority

(MEPA)

Under Sec-39 of the Marine

Pollution Prevention Act, an Oil

spill Contingency Plan with

appropriate measures need to be

shared in the EIA.

3.

Marine

Pollution

Prevention

Act of 2008

To check for

any dredging

activity.

Marine

Environment

Protection

Authority

(MEPA),

Department of

Coastal

Conservation

& Coastal

Resources

Management,

Sri Lanka

(CC&CRMD)

Any waste generated would need to

be removed as per registered

service providers under MEPA. The

disposal requirement needs to be

further mentioned in the EIA.

By power vested under the Marine

Pollution Prevention Act No 35 of

2008 the Service Providers

(Operating in Colombo and other

commercial ports) receiving

Shipboard Waste are required to

register with the Marine

Environment Protection Authority

(MEPA)

4.

International

Convention

for the

Prevention of

Pollution

from Ships

(MARPOL)

Annex VI,

1997

To check for

any gas

emissions

Marine

Environment

Protection

Authority

(MEPA)

This guideline are intended for

execution of bunkering operations

safely without spillages and

leakages in line with MEPA

regulations & requirements for

protection of marine pollution and

apply to cover all bunkering

operations and ship to

ship transfer of oils as cargo

subject to Annex I of MARPOL

73/78, which take place within the

Sri Lankan Waters.

February, 2021

18

S.No

. Act/Rules Objective

Responsible

Agency

Procedure

The scope of this guideline covers

all bunkering operations only

among ships within the Sri Lankan

Waters regardless of the quantity

being transferred but excluded

transfers to and from ships & land

operated vehicles & installations.

The guidelines also limit the

Sulphur content in heavy fuels to

4.5% and in Sulphur Oxides (SOx)

controlled areas to 1.5%. Nitrogen

Oxides (NOx) emissions are

limited to 17g/kw-hr.

5.

MARPOL

(Annex I –

VI) /

MARPOL

73/78.

To check on oil

pollution and

gas emission

Marine

Environment

Protection

Authority

(MEPA)

The International Convention on

Oil Pollution Preparedness,

Response and Co-operation of

1990 (“OPRC”).

The International Convention on

Civil Liability for Bunker Oil

Pollution Damage of 2001 – this

Convention was adopted to ensure

that adequate, prompt and

effective compensation is available

to persons who suffer damage

caused by oil spills when carried as

fuel in ships’ bunkers. (Not in

force.)

The International Convention on

the Control of Harmful Anti-

Fouling Systems on Ships.

The Convention on Civil Liability

for Oil Pollution Damage 1969. (In

force in Sri Lanka.)

The protocol laid down by the

International Oil Pollution Fund.

(In force in Sri Lanka

6.

Coast

Conservation

Act NO 57,

1981- Permit

application

To ensure that

no person shall

engage in any

development

activity other

than a

prescribed

development

Department of

Coastal

Conservation

& Coastal

Resources

Management,

Sri Lanka

(CC&CRMD)

Respective agency needs to log in

tohttp://epermit.coastal.gov.lk/pu

blic/ and fill up the permit

application.

The area includes lying within a

limit of 300m landwards of the

Mean High Water Line and limit of

February, 2021

19

S.No

. Act/Rules Objective

Responsible

Agency

Procedure

activity within

the Coastal

Zone except

under the

authority of a

permit issued

in that behalf

by the

Director, Coast

Conservation.

2 km seawards of the Mean low

Water line and in the case of rivers,

streams, lagoons, or any other

body of water connected to the sea

either permanently or periodically.

the landward boundary shall

extend to a limit of 2 km measured

perpendicular to the straight base

line drawn between the natural

entrance points therefore and shall

include the waters of such rivers,

streams, and lagoons or any other

of water so connected to the sea

3.7 Permitting Procedures and Requirements

The Pipeline Company shall be responsible for obtaining all necessary consents, permits, licenses and

approvals for the execution of the Project and for otherwise conforming to all appropriate legislation

and regulations. Bidders shall inform themselves of the full extent of such requirements including those

listed in Volume II Annex – 4 D6 Permitting Procedures and Requirements and price their Proposals

accordingly.

Bidders need to follow the guideline of the relevant key stakeholders during bidding. CPC disclaims all

or any responsibility whatsoever to anyone for information contained in the relevant stakeholder

guideline or for any representation or statement therein, whether express or implied.

4 INSTRUCTIONS FOR BIDDING

4.1 Issuing of Bid Documents

In connection with the Invitation of Bids for the Development of Pipelines from and including PLEM

to the Power Plants at Kerawalapitiya and Kelanitissa on BOOT basis, any party interested to

participate in this Bid is required to purchase a RFP Document for the price of LKR 200,000 (Sri

Lankan Rupees Two Hundred Thousand only) from the address stated in Section 4.3. The Bidder shall

examine all instructions, forms, terms, conditions, technical requirements, financial requirements,

draft agreement and other information given in the RFP Documents. Failure to furnish any requested

information as per the RFP Documents, or any condition which leads a difficulty to evaluate the

Application or submission of the proposal not substantially responsive to the RFP Documents in every

respect will be at the Bidder’s risk and may result in rejection of its Proposal.

February, 2021

20

4.2 Pre-Bid Meeting and route visit

On behalf of the CANC appointed for this Project by GOSL, CPC will hold a Pre-Bid Meeting on

23/03/2021 virtually / physically at the office of Additional General Manager (DD4), Ceylon Electricity

Board, Council Lane, Dehiwala. The purpose of the Pre-Bid Meeting is to clarify the issues regarding

the RFP Documents. The Bidder is requested to submit its queries in writing by way of a request for

clarification in accordance with Section 4.4. to reach Manager (Procurement & Stores), CPC provided

they are received no later than 5 (five) working days before the Pre-Bid Meeting, such questions will

receive a response at the meeting. No answers or clarifications will be provided at the Pre-Bid Meeting

in response to questions relating to decisions of the GOSL, CEB or CPC about the structure of the

Project. The GOSL, CEB and CPC may reserve their position on any questions or requests for

clarification made at the Pre-Bid Meeting.

A route inspection will be organised at the time of the Pre-Bid Meeting to give Bidders the opportunity

to visit the route and ascertain its location and characteristics and assess their influence on

implementation of the Project and the costs and revenues associated with its development and

operation. The Bidders are advised to visit and examine the route where the Works are to be installed

and its surroundings themselves and CPC agrees to facilitate equal access to all bidders to carry out the

route examination. Obtaining all information that may be necessary for preparing the Proposal and

enter into agreements for installation of Works would be the sole responsibility of the bidder.

Additional visits to view the routes may be facilitated by an agreement with CPC. However, Bidders

are requested to note that the time available for such visits will depend on the availability of CPC’s staff

and the number of other requests for such visits. Such additional visits will only be arranged between

the hours of 09.00 and 15.00 on Business Days. Neither the Government, nor CPC nor any Government

Agency shall be under any obligation to answer any questions raised during such additional visits.

CPC shall extend reasonable assistance and co-operation in showing the routes to the Bidders.

However, neither CPC nor the GOSL nor any Government Agency shall be responsible for any

misunderstanding or misrepresentations concerning the Site or information given by any of its

Representatives in the course of the Site visit. Requests for clarification made during the site visit will

be responded to in accordance with the provisions of Section 4.3. The cost of visits shall be borne by

the Bidder fully. The Bidder and any of its personnel or agents will be granted permission by CPC on

written request from them to enter the Site for the purpose of such examination but only upon the

express condition that the Bidder and any of its personnel or agents will release and indemnify the CPC

and its personnel or agents all liabilities in respect of thereof and the Bidder will be responsible for the

personnel injury or death, loss of damage to property and any other loss. Damage, costs and expenses

incurred as a result of the Inspection.

February, 2021

21

4.3 Clarifications of bidding documents

Any Bidder desiring any explanations and/or clarifications regarding this RFP Document may submit

its written requests by facsimile, e-mail or by registered mail to:

Manager (Procurement & Stores)

Ceylon Petroleum Corporation,

No 609, Dr. Danister De Silva Mawatha,

Colombo 09

Sri Lanka

Tel No.: +94115455332

Fax no.: +9411 5455424

Email Address: [email protected]

Requests for clarification shall be submitted using the form set out in Volume II Annexure -1 A2 -

Clarification Form. CPC will reply to such requests for clarification by an Additional Notification issued

within 10 (ten) days from the date of receipt of the request. Additional Notifications will be sent to all

Bidders without specifying the source of the request. Requests for clarification shall be received no

later than 45 (forty five) days prior to Bid Closing for the bids, and no Additional Notification or other

reply shall be made with respect to requests received later than this deadline.

No responsibility shall be taken by CPC for any delay or non-receipt of any notifications, additional

notifications or any other information under this RFP via email if such delay or non-receipt arises due

to reasons not attributable to CPC including but not limited to connectivity issues, availability of servers

or other technical defaults.

4.4 Amendments to RFP

Any Bidder desiring any explanations and/or clarifications regarding this RFP Document may submit

its written requests by facsimile, e-mail or by registered mail to the address given in Clause 4.3 above.

Requests for clarification shall be submitted using the form set out in Annexure – 1 A2 in Volume

II. The CPC will reply to such requests for clarification by an Additional Notification issued within 10

(ten) days from the date of receipt of the request. Additional Notifications will be sent to all Bidders

without specifying the source of the request. Requests for clarification shall be received no later than

45 (forty five) days prior to Bid Closing for the bids, and no Additional Notification or other reply shall

be made with respect to requests received later than this deadline.

No responsibility shall be taken by CPC for any delay or non-receipt of any notifications, additional

notifications, amendment or any other information under this RFP via email if such delay or non-

Project Director (LNG)

Ceylon Petroleum Corporation,

No 609, Dr. Danister De Silva Mawatha,

Colombo 09

Sri Lanka

Tel No.: +94115455364

Fax no.: +9411 5455432

Email Address: [email protected]

February, 2021

22

receipt arises due to reasons not attributable to CPC including but not limited to connectivity issues,

availability of servers or other technical defaults.

4.5 Amendments to Draft Project Agreements

It is important that the Project is expedited, and the Project Agreements are executed without

protracted negotiation or delay. Bidders are encouraged to minimize deviations to the Project

Agreements. Proposals containing material deviations to the draft Project Agreements may be rejected.

However, Bidders may without penalty seek changes to the draft Project Agreements till 1 (one) week

post of Pre-Bid Meeting date by following the procedures stipulated below.

If Bidders have concerns with the Project that in their view are not satisfactorily addressed in the draft

Project Agreements provided as part of this RFP, the Bidders may propose amendments to the Project

Agreements in the format specified in Annexure – 3 C3. This is no-deviation bid, bidders will be

allowed to seek any clarification only till one week post pre-bid meeting.

Prior to deciding its response to Bidders’ proposed amendments, the CPC may invite the Bidders,

individually or collectively, to discuss the proposed amendments. The GOSL or CPC may, at its sole

discretion, accept the amendments and accepted amendments will be incorporated into the draft

Project Agreements through Addenda issued pursuant to Section 4.4.

In proposing amendments to the Project Agreements, Bidders shall:

a) Obtain advice, as appropriate, from their relevant advisors and/or lenders, as appropriate; and

b) Allow sufficient time for the CPC to consider such amendments, discuss them with Bidders (if

appropriate and desirable), and to determine a response and issue Addenda (if appropriate).

Bidder’s Proposals shall be based on the draft Project Agreements in their amended form as they exist

30 (thirty) days prior to Bid Closing.

Bidders are requested to confirm in their Proposal their acceptance of, and willingness to execute, the

amended drafts as they stand 30 (thirty) days prior to Bid Closing. Deviations that are not included in

the prescribed format shall not be taken as part of the Bidders Proposal and the Bidder may not rely on

them.

4.6 Disqualification Criteria

Applicants may be disqualified from the qualification process at the sole discretion of CPC in any of the

following events:

a) Non-compliance with any of the minimum requirements (specified herein and/or the requests

and/or the conditions provided in the RFP Document or failure by an Applicant to provide any

of the information or documentation required to be provided in its Qualification Statement).

February, 2021

23

b) If any of the information submitted by an Applicant is found at any time during or after the

qualification process to have been inaccurate, incomplete or misleading.

c) If a material adverse dispute amounting to USD 10 (Ten) Million or above that is pending

against an Applicant (or, in the case of a consortium or Joint Venture Applicant, any Member

of the consortium or Joint Venture) as of the Bid Closing and such material adverse dispute

arising prior to the Bid Closing is subsequently resolved against the Applicant or such

consortium or Joint Venture Applicant Member.

d) Incomplete presentation of the documents or information requested.

e) Any clarifications requested by CPC from an Applicant are not received by a deadline reasonably

set by CPC.

f) The Bidder (or, in the case of a consortium or Joint Venture Applicant, any of its Members) is

placed under liquidation, court receivership or similar proceedings at any time during the

qualification process.

g) Any Applicant or consortium or Joint Venture Applicant Member participating as either a Lead

Member or Other Member with more than one Applicant.

h) Any entity which has been barred, suspended or blacklisted by any government or any

government agency, or any entity controlled by it, from participating in any project (BOOT,

BOO or otherwise), and the bar subsists as on the date of application, would not be eligible to

submit an Application, either individually or as member of a Consortium.

i) A record of unsatisfactory past performance, including untimely completion, poor claims

history and defective workmanship.

j) Inordinate overdue debts toward the insurance, revenue or customs authorities of Sri Lanka or

of their country of incorporation.

k) A record of criminal or civil court cases pending or decided against them involving non-

payment of tax, duty or other undertaking with the any government or any government agency.

l) A record of criminal case pending or decided against the Applicant, Consortiums, Joint

Ventures, a member of the Consortium or Joint Venture. Bidders shall provide information in

the form specified in Volume II Annexure – 1 A9 – Record of Criminal Case Pending or Decided

m) In-case of Disqualification: If the Applicant/Bidder is a consortium, then the entire

consortium may be disqualified/ rejected. If such disqualification/ rejection occurs after the

financial Bids have been opened and the lowest bidder gets disqualified/ rejected, then CPC

reserves the right to:

(i) Invite the next lowest Bidder; or

(ii) Take any such measure as may be deemed fit in the sole discretion of CPC,

including annulment of the bidding process; or

February, 2021

24

(iii) In case it is found during the evaluation or at any time before signing of the

Project Agreements or after their execution and during the period of subsistence

thereof, that one or more of the pre-qualification conditions have not been met

by the Applicant, or the Applicant has made material misrepresentation or has

given any materially incorrect or false information, the Applicant shall be

disqualified forthwith if not yet appointed by issue of the Letter of Intent or

entering into of the Project Agreements, and if the Applicant/SPV has already

been issued the Letter of Intent or has entered into the Project Agreements, as

the case may be, the same shall, notwithstanding anything to the contrary

contained therein or in this RFP, be liable to be terminated, by a communication

in writing by CPC to the Applicant, without CPC being liable in any manner

whatsoever to the Applicant and without prejudice to any other right or remedy

which CPC may have under this RFP, the Project Agreements or under

applicable law.

n) CPC reserves the right to verify all statements, information and documents submitted by the

Applicant in response to the RFP. Any such verification or lack of such verification by CPC shall

not relieve the Applicant of its obligations or liabilities hereunder nor will it affect any rights of

CPC thereunder.

4.7 Consortiums

Applicants may apply either individually or as a consortium or as Joint Venture. Individual Applicants

or consortium or Joint Venture Members should not be natural persons and shall meet the following

conditions:

Note: If a consortium or Joint Venture Applicant is submitting a Qualification Statement, the

consortium Applicant must identify one Member of the consortium that will assume and discharge the

responsibilities of the Lead Member as set forth below.

a) The Bidder, which is currently a consortium, shall state a consortium leader’s name and the

respective percentages of equity interest in the consortium as indicated in the relevant

consortium agreement that shall be certified by public notary/ law enforcement agency and

submitted. As per Volume II Annexure - 1 A5 - Joint Bidding – Power of Attorney.

b) Members of the consortium shall enter into a binding agreement through a Joint Bidding –

Power of Attorney/ Agreement, substantially in the form specified (As per Volume II Annexure

- 1 A5 - Joint Bidding – Power of Attorney), for the purpose of making the Application

/submitting a Bid. The Joint Bidding Power of attorney/ Agreement is to be submitted along

with the Application, shall

February, 2021

25

(i) Convey the intent to form an SPV with shareholding/ ownership equity commitment(s)

in accordance with the RFP, which would enter into the Project Agreements and

subsequently perform all the obligations in terms of the Project Agreements, in case

the Project is awarded to the Consortium;

(ii) Clearly outline the proposed roles and responsibilities, if any, of each member;

(iii) Commit the minimum equity stake to be held by each member;

(iv) The consortium shall not have more than 4 (four) members;

(v) Commit that each of the members, whose experience will be evaluated for the purposes

of this document, shall subscribe to at least 26% (twenty six per cent) or more of the

paid up and subscribed equity of the SPV, such SPV shall be incorporated under laws

of Sri Lanka.

c) Paid up Equity Capital: Members of the consortium undertake that they shall collectively

hold at least 51% (fifty one per cent) of the subscribed and paid up equity of the SPV at all times

for a minimum period of 5 (five) years from the date of Commercial Operations of the Project.

d) If a consortium or Joint Venture Applicant is submitting an application, the consortium

Applicant must identify 1 (one) or more Members of the consortium that will assume and

discharge the responsibilities as set forth below:

I. The Lead Member of a consortium or Joint Venture Applicant:

(i) Must hold and maintain at least 26% (twenty six per cent) of the equity interests

in the consortium or Joint Venture and in the Company for a period 5 (five) years

from commencement of commercial operation date of the project. This shall be

included in the articles of association of the Company;

(ii) Include a statement to the effect that all members of the Consortium shall be

liable jointly and severally for all obligations in relation to the Project until the

financial closure of the Project pursuant to the financing plan is achieved;

(iii) The Lead Member shall be responsible for all communications with and for the

Bidder.

(iv) The Lead Member shall submit the Proposal which shall be signed by all

members, with powers of attorney, in terms acceptable to CPC, executed by all

members authorizing the lead member and all signatories to execute the

Proposal on their behalf.

(v) The Lead Member shall also submit duly certified resolutions from the Board of

each member company authorizing that member's participation in the Proposal

(vi) Must meet financial qualifications criteria set out in this RFP,

(vii) Must meet technical qualifications criteria set out in this RFP, to the extent that

such criteria are not met by the Other Members

February, 2021

26

II. Other Members must meet the criteria set out below.

(i) Must hold and maintain the same equity interests (as mentioned in the bidding

documents) in the consortium or Joint Venture and in the Company for a period

5 (five) years from commencement of Commercial Operation date of the Project;

(ii) Must meet the technical qualifications criteria set out in this RFP, to the extent

that such criteria are not met by the Lead Member.

e) Except as provided under this RFP, there shall not be any amendment to the Joint Bidding

Power of Attorney/Agreement without the prior written consent of CPC.

f) In the case of a company or incorporated joint venture, the Bidder shall provide its

memorandum and articles of association, in the case of some other form of partnership

agreement, it shall provide a memorandum amongst its members demonstrating their

commitment to the Project and stating the proposed equity contributions.

g) In the case of consortium, Applications shall only be made where all parties to the consortium

are jointly and severally liable for the execution and completion of the Project. Any Application

shall be signed so as to legally bind all members, jointly and severally. Such Application shall

be submitted with a copy of the valid consortium agreement, providing evidence of the joint

and several liabilities with respect to both the Application to qualify and under the Project

Agreements until financial closure further to the Financing Plan for the Project is achieved

under and in accordance with the PS Agreement to the Contract(s).

h) The Bidder shall provide as part of its Proposal details of the role to be played by each of its

Members, their intended capital (equity, preference or debt) commitment and the organization

of the proposed Pipeline Company.

i) No bidder can have a Member operating as a Lead Member or Other Member, who is a Member

of another bidding consortium in respect of the Project.

j) Changes to the consortium: Any change to the consortium is governed by the following

(i) If the Bidder is already in the form of consortium, such Bidder may: (i) change the

respective percentages of equity interest of consortium members, or (ii) add new its

members of consortium (provided that the new member shall be another Bidder, or a

member of another Bidder - which no longer intends to submit a bid with its previous

consortium) subject to the bid document requirements, where such changes shall not

result in a failure by the consortium to meet any of criteria as a Bidder.

(ii) In any case of new member from other Bidder, the Bidder must submit a letter signed

by the new member stating that each participation of a member of such other Bidder

has been withdrawn, and it releases and discharges CPC from any obligations towards

it as a member of such other Bidder, and setting out evidence of termination of the

relevant consortium agreement which shall be effective prior to the Bid Closing.

February, 2021

27

(iii) Changes in the composition of a consortium or Joint Venture Applicant prior to the

submission of the bid for the Project is permitted; provided, that the following

conditions are satisfied and notice to and prior approval is granted by CPC (which shall

not be unreasonably withheld):

No changes in the Members of a consortium or Joint Venture Applicant are

permitted which would result in either

a change to the Lead Member of the consortium or

the failure by the consortium or Joint Venture to meet any of the criteria set

out in financial and technical eligibility sections.

(iv) Changes to Members of a consortium or Joint Venture Applicant (other than the Lead

Member) are permitted up to 30 (thirty) Days before the date on which the consortium

or Joint Venture Applicant submits its final bid/proposal for the Project;

(v) Any change in the Joint Venture structure during the validity of the Project

Agreements, whether stake-holding in the venture, the change of Members or

otherwise must conform to the qualification criteria mentioned in this section of RFP.

The final Joint Venture thus created (after the changes) should abide by the conditions

written down in this section. Furthermore, a new set of documentary evidence of the

new Joint Venture entity must be provided to CPC, 5 (five) Business Days prior to the

effectiveness of such change.

k) Conflict of Interest: A Bidder shall not have a conflict of interest (the “Conflict of Interest”)

that affects the Bid process. Any Applicant found to have a Conflict of Interest shall be

disqualified. A Bidder shall be deemed to have a Conflict of Interest affecting the Bid process, if

the Bidder, its Member or its associate (or any constituent thereof) and any other Applicant, its

Member or any associate thereof (or any constituent thereof) have common controlling

shareholders or other ownership interest; provided that this disqualification shall not apply in

cases where the direct or indirect shareholding of an Applicant, its Member or an associate

thereof (or any shareholder thereof having a shareholding of more than 5 (five) per cent of the

paid up and subscribed share capital of such Applicant, Member or associate, as the case may

be) in the other Applicant, its Member or associate is less than 5 (five) per cent of the subscribed

and paid up equity share capital thereof; provided further that this disqualification shall not

apply to any ownership by a bank, insurance company, pension fund or a public financial

institution. For the purposes of this Clause, indirect shareholding held through one or more

intermediate persons shall be computed as follows:

(i) where any intermediary is controlled by a person through management control or

otherwise, the entire shareholding held by such controlled intermediary in any other

February, 2021

28

person (the “Subject Person”) shall be taken into account for computing the

shareholding of such controlling person in the Subject Person; and

(ii) subject always to sub-clause above, where a person does not exercise control over an

intermediary, which has shareholding in the Subject Person, the computation of

indirect shareholding of such person in the Subject Person shall be undertaken on a

proportionate basis; provided, however, that no such shareholding shall be reckoned

under this sub-clause if the shareholding of such person in the intermediary is less than

26% of the subscribed and paid up equity shareholding of such intermediary;

(iii) such Applicant, or any associate thereof receives or has received any direct or indirect

subsidy, grant, concessional loan or subordinated debt from any other Applicant, or

any associate thereof or has provided any such subsidy, grant, concessional loan or

subordinated debt to any other Applicant, its Member or any associate thereof; or

(iv) such Applicant has the same legal representative for purposes of this Application as

any other Applicant; or

(v) such Applicant, or any Associate thereof has a relationship with another Applicant, or

any Associate thereof, directly or through common third party/ parties, that puts either

or both of them in a position to have access to each-others’ information about, or to

influence the Application of either or each other; or

(vi) such Applicant, or any associate thereof has participated as a consultant to CPC in the

preparation of any documents, design or technical specifications of the Project.

The Bidder shall provide an affidavit saying that “there is no conflict of interest” as mentioned

above.

l) Once the Bidder has submitted its Proposal and for as long as the Proposal is under

consideration by CPC, the members may not dispose of their interest in, or withdraw from, the

bidding consortium prior to execution of the Project Agreements.

m) Failure to comply with any of the requirements set forth in this Section may result in the

disqualification and withdrawal by CPC of the consortium or Joint Venture Applicant’s

qualified status and its right to submit a bid/proposal

n) An Applicant shall be liable for disqualification if any legal, financial or technical adviser of CPC

in relation to the Project is engaged by the Applicant, its Member or any associate thereof, as

the case may be, in any manner for matters related to or incidental to the Project. For the

avoidance of doubt, this disqualification shall not apply where such adviser was engaged by the

Applicant, its Member or associate in the past but its assignment expired or was terminated 6

(six) months prior to the date of issue of the RFP.

o) Each and every member (present or future) are jointly and severally liable to execute the

agreements in accordance with their terms.

February, 2021

29

Explanation- In case an Applicant/ Bidder is a consortium, then the term Applicant as used here,

shall include each Member of such consortium.

4.8 Proposal Responsiveness

The Bidder shall submit only one proposal (the Proposal), which shall be substantially responsive i.e.

one that conforms to the terms, conditions and specifications of the RFP without material deviation or

reservation and otherwise fulfils the mandatory requirements specified in Section 4.13 Mandatory

Proposal Requirements – Responsiveness test. Failure to comply with this instruction may result in

rejection of the Bidder’s Proposal.

The Bidder shall submit no more than 1 (one) Proposal although it may include options proposing

different distributions of equity capital among shareholders.

4.9 Language of the Proposal

The Proposal and all related correspondence, communications and documents in relation to this RFP

shall be in the English language. Supporting documents and printed literature furnished by the Bidder

with the Proposal may be in any other language and may be accepted for reference only, provided they

are accompanied by an appropriate translation in English language. Supporting materials that are not

translated into English language will not be considered.

4.10 Proposal Structure

Proposals shall comprise two separate parts; a Technical Proposal and a Financial Proposal. Bidders’

Proposals shall include the following documents (refer Volume II):

a) Technical Proposal

(i) Technical Proposal Letter (Annexure -2 B1 - Technical Proposal Letter with

associated declaration)

(ii) Qualifications of the Bidder (Annexure -2 B2 - Qualifications of Bidder and all

sub parts (B2.1, B2.2 etc.)

(iii) Financial Criteria (Annexure -2 B3 - Financial Criteria)

(iv) Technical Details (Annexure -2 B4 - Technical Details)

(v) Proposal Security (Annexure -1 A3 - Proposal Security Form)

(vi) Joint Bidding Agreement (Annexure -1 A5 - Joint Bidding Agreement and

relevant attachments)

(vii) Bidder’s Organizational, Staffing & QA Plan (Annexure -1 A6 - Bidder’s

Organizational, Staffing & QA Plan)

(viii) Bidder’s Operation and Maintenance Plan in accordance with Project

Agreements

February, 2021

30

(ix) Project Execution Schedule (Annexure -1 A8 - Project Execution Schedule)

b) Financial Proposal (Volume II)

(i) Financial Proposal Letter (Annexure -3 C1 - Financial Proposal Letter)

(ii) Letter from Financial Advisor (Annexure -3 C2 - Letter from Financial Advisor)

(iii) Deviations to the Project Agreements (Annexure -3 C3 - Deviations to the Project

Agreements)

(iv) Financial Data (Annexure -3 C4 - Financial Data and all sub parts (C4.1 and

C4.2))

(v) Financing Plan (Annexure -3 C5 - Financing Plan)

4.11 Proposal Preparation

If the Proposal consists of more than one volume, the Bidder shall clearly number the constituent

volumes and provide an indexed table of contents for each volume.

The Proposal shall be typed using indelible ink and shall be clearly legible and suitable for copying. The

person or persons duly authorised to sign for the Bidder shall initial each sheet and any erasures or

changes. Any erasures and changes that are not signed, dated and legible will not be taken into

consideration.

All pages of the Proposal shall bear the name of the Bidder.

The Bidder shall complete the letters and forms in Volume II Annexures of this RFP and will otherwise

provide information required under the RFP in the format requested. Each sheet of the Proposal forms

submitted under cover of the Proposal letters required under Volume II Annexures of this RFP shall

conform to the formats specified in Volume II Annexures of this RFP and shall be initialled by the

signatories (if more than one), of the Proposal letters. Signatures and initials shall be in blue indelible

ink.

Technical data as well as dimensions and measurements on the drawings submitted with the Proposal

shall be quoted in SI units unless advised otherwise.

February, 2021

31

4.12 Bidder’s Duty

Bidder’s attention is drawn to the Section 2.6(Disclaimer) and to the provisions more fully described

below.

The submission of this Proposal will be construed as acknowledgement by the Bidder that it has

satisfied itself as to the nature and location of the Project, the general and local conditions of the Site

and its environs, the services to be provided, and other matters which, if the Bidder’s Proposal is

accepted, may affect the Bidder’s performance of its obligations under the Project Agreements. In

particular, in submitting its Proposal, the Bidder is deemed to have, amongst others:

a) Carefully examined and familiarised itself with this RFP, including the draft Project

Agreements.

b) Familiarised itself with the laws and regulations of Sri Lanka, including labour, environmental

and financial laws, and satisfied itself that complying with these laws and regulations has been

fully considered.

c) Carefully examined all available information not being part of the RFP including studies, maps,

reports, charts, records, laws, regulations and other sources as are available to the Bidder.

d) Made its own interpretations, deductions, conclusions and assessment of the Site, the

geotechnical, meteorological, hydrological, atmospheric and all other ambient, surface and

subsurface conditions in and around the Site and the circumstances that the Bidder, if its

Proposal is accepted, may experience or encounter in implementing the Project.

e) Informed itself of the restrictions, procedures, costs, timings and difficulties associated with:

(i) restrictions and constraints, if any, imposed by the existing infrastructure including

roads, bridges and harbours;

(ii) the local labour market and the visas, work permits and other approvals for expatriate

personnel;

(iii) customs clearances and other approvals for the importation of equipment and

materials;

(iv) the market in Sri Lanka for fuels and proposed changes thereto;

(v) legal, regulatory and institutional reform in Sri Lanka including restructuring

proposals for the energy sector, financial sector and other relevant sectors;

(vi) financial and currency matters.

February, 2021

32

f) Informed itself of the legal, regulatory and institutional reform processes in Sri Lanka,

particularly as they relate to relevant sectors such as the energy sector and financial sector.

g) Made full allowance in its Proposal for the resources required to fulfil its obligations under the

Project Agreements.

h) Informed itself on necessary regulatory clearances to be taken from different authorities in Sri

Lanka for successful project implementation. For example, Sri Lanka Port Authority (SLPA),

Marine Environment Protection Authority, Sri Lankan Navy etc. An indicative list is provided

in Section 3.6 Environmental Clearance Process.

The failure of any Bidder to receive or examine any form or document, or to otherwise fully inform

itself shall not be grounds for the Bidder to subsequently alter its Proposal after submission, nor shall

it in any way relieve the Bidder from any responsibility for successfully executing the Project within the

terms of the Project Agreements.

4.13 Mandatory Proposal Requirements – Responsiveness test Failure of the Bidder to meet the requirements of the Responsiveness Test and comply with the

requirements provided in Volume II Annexure -1 A1 - Responsiveness Test shall constitute grounds for

rejection of the Proposal.

4.14 Cost and Risk of Proposals

Bidders shall bear all costs, including those of professional advisors, incurred by them in preparing and

submitting their Proposals, executing the Project Agreements and finalising financing regardless of the

conduct or outcome of the evaluation process, or subsequent financial ability of the Project. Neither

CPC, GOSL, nor any GOSL Agency, nor any representative of these parties shall have any liability

whatsoever to any Bidder in respect of any decision taken by Bidders in relation to their bids whether

in reliance on any matter supplied by the Government, any Government Agency, or any of their

representatives.

4.15 Proposal Validity

Each Proposal shall constitute a firm offer and one that shall remain valid and open for acceptance for

a period of twelve (12) months from Bid Closing. During this period the proposed Tariff shall remain

valid and in case the Bidder withdraw its Proposal during this period, it may be liable to lose the

Proposal Security at the sole discretion of CPC. Any Proposal offering a validity period less than the

stipulated Proposal validity period will be rejected.

Prior to expiration of the original Proposal validity period, CPC may request one or more of the Bidders

to extend the period of validity for a specified period. The request for an extension to the original

February, 2021

33

validity date and the responses to it shall be made in writing. If any Bidder does not agree to such

extension, it may advise CPC of its decision in writing prior to the expiration of the original period

without forfeiting its Proposal Security and withdraw its Proposal. If, following the issuance by CPC of

a notice of extension, a notice of withdrawal is not received by CPC prior to the expiration date of the

original validity period, the extension shall be considered to have been accepted by the Bidder and the

Bidder shall extend the effective period of the Proposal Security accordingly or be disqualified.

A Bidder agreeing to the request will not be permitted to modify its Proposal but will be required to

extend the validity of its Proposal Security accordingly. The provisions of Section 4.16 Proposal Security

regarding release and forfeiture of Proposal Security shall continue to apply during the extended period

of Proposal validity.

4.16 Proposal Security

A Proposal Security payable in Sri Lanka shall be furnished to CPC with the Proposal. The Proposal

Security shall be to the value of USD 400,000 (USD Four Hundred Thousand only). This security shall

be in the form of a bank guarantee issued by a commercial bank operating in Sri Lanka approved by

the Central Bank of Sri Lanka or a bank based in another country but the guarantee confirmed by a

bank operating in Sri Lanka approved by the Central Bank of Sri Lanka, in the form provided in Volume

II Annexure -1 A3 - Proposal Security Form. The Proposal Security shall be valid for a period of not less

than 13 (thirteen) months from Bid Closing. Any Proposal not accompanied by a Proposal Security

complying with this Section will be rejected.

A Bidder shall forfeit the Proposal Security without any notice, demand, or other legal process and CPC

shall encash:

a) if the Bidder withdraws its Proposal during the period of Proposal validity; or

b) if the Bidder’s Proposal contains any false statement or material misrepresentations, in the

opinion of CPC; or

c) if a member of the Bidder disposes of or withdraws its interest in the Project prior to execution

of the Project Agreements so that it no longer complies with the qualification requirements.

d) if the Bidder has, in the opinion of CPC, made material misrepresentation or has given any

materially incorrect or false information or has submitted forged documents

e) if the Bidder withdraws its Bid during the interval between the specified date and time of

submission of the Proposal or any extension thereof and expiration of the validity period of the

Proposal including extension thereof

February, 2021

34

f) if the Bidder unilaterally modifies its Proposal during the interval between the specified date

and time of submission of the Proposal or any extension thereof and expiration of the validity

period of the Proposal including extension thereof.

g) if the selected Bidder;

(i) fails to communicate to CPC its letter of acceptance of the award or fails to sign the

agreement within such timeframes as specified in the RFP (in case of the latter, if

the Performance Security Bond is not submitted, Proposal Guarantee will be

forfeited. If Security Bond has been submitted, the same will be forfeited)

(ii) Successful bidder is unable to begin negotiations within 1 (one) month of being

invited to do so by CPC, or

(iii) Successful bidder is unable to execute the Project Agreements within 3 (three)

months of being invited to negotiate, such negotiations being conducted in mutual

good faith and based on the Bidders’ Proposal and on the terms and conditions of

the draft Project Agreements, as amended prior to Bid Closing; or

(iv) Successful bidder is unable to furnish the Performance Guarantee Bond by the time

and in the form required by the RFP.

h) if the Bidder indulges in fraud and corrupt practices as defined in this RFP.

Bidders who decline CPC request to extend the validity of their Proposals in pursuant to Section 4.15

Proposal Validity shall have their Proposal Security returned to them upon the expiration of their

Proposal validity.

After the shortlisted Bidders have been selected as per Section 8 and have extended the validity periods

of their Proposals if necessary, pursuant to Section 4.15 Proposal Validity, the Proposal Security of

those Bidders who were not shortlisted will be returned (without any interest thereon).

The Proposal Securities of shortlisted Bidders will be discharged or returned, or both, without interest,

upon the sooner of the expiration date of their Proposals or the execution of the Project Agreements

with the Company formed by the successful Bidder. The return of the Proposal Security of the

successful Bidder shall be conditional on the furnishing of a Performance Security Bond pursuant to

Section 4.17 Project Bonds.

4.17 Project Bonds

Prior to the signing of the Project Agreements, the selected Bidder (the JVC / SPV in case of a

consortium in accordance with Clause 4.7) shall form the Company and shall provide CPC with an

‘irrevocable – unconditional-encashable on demand’ Bank Guarantee on a non-judicial stamp paper as

February, 2021

35

per form specified in Volume II Annexure -1 A4 - value of USD 4 million or 10% of the Project Cost

whichever is higher. The above Performance Security Bond may also be deposited in Demand Draft /

Banker’s Cheque only drawn in favour of Ceylon Petroleum Corporation payable at Colombo.

Till such time the selected Bidder provides to CPC the Performance Security Bond pursuant hereto, the

Proposal Security shall remain in full force and effect. The Performance Security Bond, if in the form

of a bank guarantee shall be valid for the entire duration of the contract (i.e as long as the PS Agreement

is in effect) with an additional claim period of six (6) months. This shall be continued with for the entire

duration of the contract (i.e as long as the PS Agreement is in effect) concerned to this RFP.

In the event of issuing bank guarantee by any branch outside Colombo, any Colombo Branch of such

bank shall confirm the same and stand by for all the commitments under the bank guarantee.

Failure of selected Bidder to provide a valid Performance Security Bond shall entitle CPC to forthwith

cancel the Letter of Intent and also if relevant, to forfeit the Proposal Security Bond.

The Performance Security Bond may be forfeited in accordance with the provisions of the PS

Agreement. The cost of executing the Performance Security Bond and extension/ revalidation of the

same, if any, shall have to be borne by the selected Bidder. Performance Security Bond shall be

encashed at 0.1% of Performance Security Bond/day of delay in achieving financial closure (financial

closure shall occur within 180 (one hundred and eighty) days from the signing of Project Agreements)

pursuant to the Financing Plan. Any delay beyond 120 (one hundred twenty) days may result in

termination of all Project Agreements.

4.18 Proposal Authorization

The Technical Proposal Letter and the Financial Proposal Letter shall be signed by the person or

persons duly authorized to bind the Bidder to the Proposal. Proof of authorization in the form written

by a notarial executed power(s)-of-attorney and resolutions of each member's board in terms

acceptable to CPC from consortium members to authorize the signatories to sign on their behalf shall

be attached to the Technical Proposal Letter and Financial Proposal Letter.

The forms for the Proposal letters and the Proposal Security and other securities, as appropriate, shall

be adopted without modification other than inclusion of dates, references to addenda, names of

signatories, addresses and the like.

4.19 Proposal Format, Marking, Sealing and Submission

Bidders shall submit: (i) one original of the Technical Proposal (clearly marked “Original”) and (three)

copies (each clearly marked “Copy”); and (ii) one original of the Financial Proposal (clearly marked

“Original”) and 3 (three) copies (each clearly marked “Copy”). Any discrepancy between the original

February, 2021

36

and a copy will be resolved in favour of the original. Electronic copies of the Proposal (in addition to

the hard copies) may also be provided.

The Proposal, comprising the Technical and Financial Proposal, shall be delivered in a sealed package

labelled in bold letters:

The Proposal shall be submitted to the following address no later than the Bid Closing time:

Chairman, CANC

C/o Manager (Procurements & Stores),

Ceylon Petroleum Corporation,

No 609,

Dr. Danister De Silva Mawatha,

Colombo 09,

Sri Lanka.

If the Proposal is not sealed and marked as specified above, CPC may reject it as non-conforming and

will assume no responsibility for its misplacement or premature opening. The package shall also clearly

state the Bidder’s name and address.

Within this package will be three inner packages:

i. Inner Package 1: The Technical Proposal shall be enclosed in the Proposal package in a separate

sealed inner package bearing the following identification:

CONSTRUCTION OF A RE-GASIFIED LIQUEFIED NATURAL GAS (R-LNG) PIPELINE

SYSTEM FROM FLOATING STORAGE REGASIFICATION UNIT (FSRU) LOCATED

AROUND 5 KM OFF THE KERAWALAPITIYA COASTAL BELT TO EXISTING AND FUTURE

KELANITISSA AND KERAWALAPITIYA POWER PLANTS ON BUILT OWN OPERATE AND

TRANSFER (BOOT) BASIS

SEALED PROPOSAL – DO NOT OPEN

RFP Document

No............................................................................................................................................

Bidder’s Full Name and

Address....................................................................................................................

...........................................................................................................................................................

................

February, 2021

37

DO NOT OPEN

FINANCIAL PROPOSAL FOR

CONSTRUCTION OF A RE-GASIFIED LIQUEFIED NATURAL GAS (R-LNG) PIPELINE

SYSTEM FROM FLOATING STORAGE REGASIFICATION UNIT (FSRU) LOCATED

AROUND 5 KM OFF THE KERAWALAPITIYA COASTAL BELT TO EXISTING AND FUTURE

KELANITISSA AND KERAWALAPITIYA POWER PLANTS ON BUILT OWN OPERATE AND

TRANSFER (BOOT) BASIS

RFP Document

No............................................................................................................................................

Bidder’s Full Name and

Address....................................................................................................................

...........................................................................................................................................................

................

Within the first inner package will be four sealed envelopes:

a. One envelope, containing one set of the Technical Proposal documents clearly marked “Original”

on the envelope and the first and the last pages of the document; and

b. Three further envelopes, each containing the copies of the Technical Proposal clearly marked

“Copy” on the envelope and the first and the last pages of the document

ii. Inner Package 2: The Financial Proposal shall be enclosed in the Proposal package in a separate

inner sealed envelope bearing the following identification:

TECHNICAL PROPOSAL FOR

CONSTRUCTION OF A RE-GASIFIED LIQUEFIED NATURAL GAS (R-LNG) PIPELINE

SYSTEM FROM FLOATING STORAGE REGASIFICATION UNIT (FSRU) LOCATED

AROUND 5 KM OFF THE KERAWALAPITIYA COASTAL BELT TO EXISTING AND FUTURE

KELANITISSA AND KERAWALAPITIYA POWER PLANTS ON BUILT OWN OPERATE AND

TRANSFER (BOOT) BASIS

RFP Document

No............................................................................................................................................

Bidder’s Full Name and

Address....................................................................................................................

...........................................................................................................................................................

................

February, 2021

38

Within the second inner package shall be four sealed envelopes:

a. One envelope, containing one set of the Financial Proposal documents with clearly marked

“Original” on the envelope and the first and the last pages of the document and a computer disk

or USB Memory stick with Section (i) in electronic form; and

b. Three further envelopes, each containing the copies of the Financial Proposal clearly marked

“Copy” on the envelope and the first and the last pages of the document and a computer disk with

Section (i) in electronic form.

iii. Inner Package 3: A third inner envelope in the Proposal package shall be marked “Proposal

Security” on the envelope and shall carry the name of the Bidder and contain the original of the

Proposal Security document.

It shall be deemed that by submitting the Application, the Applicant has:

a. Made a complete and careful examination of the RFP;

b. Received all relevant information requested from CPC

c. Accepted the risk of inadequacy, error or mistake in the information provided in the RFP or

furnished by or on behalf of CPC;

d. Agreed to be bound by the undertakings provided by it under and in terms hereof.

e. CPC shall not be liable for any omission, mistake or error in respect of any of the above or on

account of any matter or thing arising out of or concerning or relating to the RFP or the bidding

process, including any error or mistake therein or in any information or data given by CPC.

The name and address of the Bidder shall be written on each of the inner packages allowing the return

of the Proposal unopened in the event of revision or withdrawal prior to Bid Closing or late delivery or,

in the case of the Financial Proposal, the Proposal not reaching the Third Stage Evaluation.

4.20 Modification and Withdrawal of Proposal

At any time prior to Bid Closing a Bidder may modify or withdraw its Proposal after submission,

provided that the modification or withdrawal is received in writing by CPC prior to Bid Closing and

complies with the following:

a) A Bidder’s modified Proposal shall be prepared, sealed, marked and delivered in accordance

with the requirements for submission of Proposals, including those specified in Section 4.19

(including Proposal Security), with envelopes additionally marked "MODIFICATION". On

receipt of the modified Proposal CPC shall return to the Bidder its prior unopened Proposal

(including the original Proposal Security), if the Bidder so requests in writing.

February, 2021

39

b) A Bidder may request in writing that its unopened Proposal be withdrawn and, provided such

request is received prior to Bid Closing, such Proposal (including Proposal Security), shall be

returned to the Bidder. Withdrawal of a Proposal during the interval between the Bid Closing

and before the expiration of the period of Proposal validity specified in the Proposal Letter will

result in the forfeiture of the Proposal Security pursuant to Section 4.16 Proposal Security.

c) No bid can be modified subsequent to the deadline for submission of bids.

d) No bid shall not be allowed to withdraw in the interval between the deadline for submission of

bids and the expiry of the period of bid validity.

In case of non-compliance to above provisions, bid security will be forfeited.

4.21 Bid Closing

Bid Closing shall be 11:00 am Sri Lankan standard time on 18/06/2021. Proposals must be received by

CPC at the address stipulated in Section 4.3 by Bid Closing.

Proposal submission must be made to the address specified in Section 4.3 by either of the following

methods:

(i) Hand-delivery

(ii) Courier

Proposals submitted by means other than I or II above will not be accepted.

CPC may, at its sole discretion, extend the deadline for submission of Proposals by issuing an

Addendum.

4.22 Unsolicited Supplementary materials

It is the sole responsibility of the Bidder to comply with the provisions of this RFP for submission of

Proposals.

Except as specifically provided in the RFP or unless expressly and in writing asked for by CPC, no

supplementary material / document submission will be entertained by CPC after the stipulated date

and time of submission of Proposals mentioned in the RFP, or in any Addendum / extension notice, if

any, and evaluation will be carried out only on the basis of materials/ documents received within the

stipulated date and time of submission. Unsolicited material, if submitted, will be summarily rejected.

4.23 Proposal Opening - Technical Proposals

For all Proposals properly lodged with the BID Opening Committee, the envelopes containing the

Technical Proposals, the corresponding Proposal Securities will be opened at the offices of CPC

immediately following the Bid Closing. Bidders choosing to attend the opening shall sign a register

evidencing their attendance.

February, 2021

40

At the opening of the Technical Proposals, BID Opening Committee will examine the Proposals and

record Bidders’ names, any withdrawals, the presence or absence of Proposal Securities, whether the

documents have been properly signed and complete and such other details as CPC may consider

appropriate. BID Opening Committee will prepare minutes of the openings of the Technical Proposals

and will immediately announce:

a) the names of the Bidders;

b) the value of the Proposal Security and the name of the issuing agency;

c) whether both the technical and financial proposals have been received.

Information of a commercially sensitive nature to each Proposal will not be disclosed.

Proposals for which a notice of withdrawal has been received pursuant to Section 4.20 will not be

opened.

Financial Proposals shall be held by CPC pending their opening at the start of the Third Stage

Evaluation. In the case of the Financial Proposals, the Proposals not reaching the Third Stage

Evaluation shall be returned unopened.

4.24 Proposal Opening - Financial Proposals

Financial Proposals of the Bidders whose Technical Proposals have passed the First Stage Evaluation

(Responsiveness Test specified in Annexure – 1 A1) and Second Stage Evaluation shall be opened at

the office of CPC on a date to be announced later. Those Bidders whose Technical Proposals have

passed the First Stage Evaluation and Second Stage Evaluation and wish to attend the opening of the

Financial Proposals, may do so.

4.25 Confidentiality

After Proposals have been opened, all information relating to the examination, clarification, evaluation

and comparison of Proposals and recommendations concerning the short listing of Bidders and award

of the Project shall not be disclosed to Bidders or other persons not officially concerned with such

process except as provided for herein.

Neither the GOSL nor CPC nor any Government Agency, nor any of their Representatives will be liable

for any loss or damages resulting from any disclosure before, during and after the bidding process.

Any effort by a Bidder to influence the GOSL, CPC or any Government Agency or any of their

Representatives in the process of examining, clarifying, evaluating and comparing Proposals, and in

decisions concerning award of the Project, may result in the rejection of the Bidder’s Proposal and

forfeiture of the Proposal Security.

February, 2021

41

5 PROPOSAL REQUIREMENTS

5.1 Complete Proposal

The complete Proposal shall constitute two principle packages, Technical Proposal and Financial

Proposal. Bidders shall clearly understand the difference between the Technical Proposal and Financial

Proposal. Any information related to the Tariff and any document containing such information shall

be included in the Financial Proposal only. Inclusion of such information in the Technical Proposal

may result the Bid as non-responsive. The Bidder shall enclose its Technical Proposal and its Financial

Proposal in separate sealed envelopes as specified in Section 4.19 Proposal Format, Marking, Sealing

and Submission.

5.2 Technical Proposal

The Technical Proposal shall demonstrate a sound knowledge of the requirements of the Project, an

understanding of the obligations of the Company, and the capacity and capability of the Company to

undertake the Project in compliance with the Project Agreements.

The Technical Proposal shall be submitted under cover of a letter that shall be in the form specified in

as per Volume II Annexure – 2 B1 - Technical Proposal Letter. The information provided in the

Technical Proposal shall be presented in the formats specified including those provided in Volume II

of this RFP. Failure to provide this information in full and in the forms specified may result the

Proposal as non-responsive.

The Technical Proposal shall respond to the request for information under this Section and other

provisions of this RFP (unless the information forms part of the Financial Proposal). To the extent that

the forms do not accommodate information requested in the RFP (other than information forming part

of the Financial Proposal), then Bidders shall append such information to the Technical Proposal.

Bidders may also submit such other documents as may further demonstrate their ability to undertake

the Project in accordance with the Project Agreements.

5.2.1 Functional Requirement

The solution provided by the Bidder should be in line with the Minimum Functional Specification

provided in the RFP.

5.2.2 Organizational, Staffing and QA Plan

The Bidder shall submit a detailed organizational chart, staffing plan and proposed quality assurance

program in accordance with the requirements outlined in Volume II Annexure – 1 A6 - Bidder’s

Organizational, Staffing & QA Plan.

February, 2021

42

5.2.3 Health, Safety, Environment and Community

Bidder shall confirm that it, and its subcontractors performing Works for the purposes of the Project

Agreements, have existing, proven, Health, Safety and Environmental (“HSE”) manuals and

procedures that adequately cover all aspects of the Works including ongoing Operations and

Maintenance requirements. Bidder shall include a copy of Bidder’s HSE policy in the bid submission.

Project Risk Management Plan

Bidder shall submit a Risk Management Plan outlining the risk assessments and mitigation measures

to be performed.

5.2.4 Operation and maintenance plan

The bidder shall submit an operation and maintenance plan during the bidding stage.

5.2.5 Affirmations relating to the Financial Proposal

In order to substantiate the Bidder’s (Lead Member in case of consortium) financial status

a) Bidders shall include with their Technical Proposals a formal affirmation in relation to its

Financial Proposal. Such affirmation shall be in the form specified in the attachment to the

Volume II Annexure - 2 B1 - Technical Proposal Letter.

b) Bidder (Lead Member in case of consortium) shall demonstrate a minimum rating of at least an

investment grade rating by S&P (Standard & Poor) or Moody’s or Fitch.

c) In the case of consortium, the Other Member shall demonstrate a minimum rating of at least

an investment grade rating by S&P (Standard & Poor) or Moody’s or Fitch.

d) The required S&P, Moody’s or Fitch rating may be satisfied by the rating of a parent (or holding)

company, provided that, such parent (or holding) company held majority equity share in the

relevant member of Applicant.

5.2.6 Project Execution Schedule

The Bidder shall submit a Project Execution Schedule pursuant to the requirements set out in this

Section. The Project Execution Schedule shall provide a realistic program by which the Pipeline should

be commissioned and operational.

Provided in Volume II Annexure – 1 A8 - Project Execution Schedule is the project milestone schedule

format.

February, 2021

43

5.2.7 Minimum Guaranteed Offtake (MGO)

For the purpose of this RFP CPC together with CEB has provided a Minimum Guaranteed Offtake

(MGO) to aid the Bidder in calculating its quoted prices and also for the payments made to the

successful Bidder during the validity of the Project Agreements.

The yearly minimum gas offtake by CEB through CPC are as follows:

Year 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 2033

Minimum

Guaranteed

Offtake

(in million

MMBtu)

38 38 46 35 39 44 48 45 50 50 48

The start date is (Time 0.00) 1st of January of Each Year and the last Day is midnight (Time

24:00) 31st of December the same year.

Partial years are to be pro rata based on 1/365days * Minimum Guaranteed Offtake *

remaining days of that year.

In the case of delayed start date the final year after 2033 will be a pro rata of 45 million

MMBTU Guaranteed offtake

5.3 Financial Proposal

Bidders shall complete the Financial Proposal strictly in accordance with the RFP and, where specified,

the required information shall be provided in the requested format including those formats defined in

Volume II Annexure 3. The Financial Proposal shall include:

(i) Financial Proposal Letter

(ii) Confirmation of Net Worth by the auditor of the entity, and

(iii) completed forms and other information as required pursuant to this RFP, and

(iv) any additional documents as may be required to meet specified information

requirements or to demonstrate the Bidder’s capacity to undertake the Project in

accordance with the Project Agreements.

(v) Financial Data form Volume II Annexure – 3 C4.1 should be duly signed by the Bidder.

Failure to provide such information in full shall be cause for rejection of the Proposal on the basis of

non-responsiveness.

February, 2021

44

5.3.1 Tariff

Bidder’s proposed tariff should be in the form of USD per MMBTU. The Tariff includes only Fixed Rate

(RF):

Fixed Rate RF -

o Fixed Rate component of the tariff shall cover the capital cost of the Pipeline and ORF,

debt service cost, return on equity, fixed and variable operation and maintenance cost

and any other fixed costs.

o RF is not subject to escalation

o Bidder should quote the Fixed Rate (RF) in USD per MMBTU derived based on the

Minimum Guaranteed Off Take as given in – Section 5.2.6 above

o Bidder shall not be paid any extra amount under Fixed Charge due to excess Offtake of

gas above the Minimum Guaranteed Offtake

The Tariff structure and mechanisms specified in the PS Agreement will apply irrespective of

the Bidder’s Technical Proposal.

Refer Clause 4. “Tax Liability” under Schedule 6 – “Agreed Rate and Adjustments” of the PS

Agreement for taxation.

5.3.2 Payment mechanism

The Fixed Charge shall be paid in full as per the conditions laid down in Article 13, Schedule 2 and

Schedule 6 of the PS Agreement.

5.3.3 Project Cost

Refer Clause 5.3.1 for the Fixed Rate of the tariff structure pertaining to the recovery of capital cost,

debt servicing, return on equity, fixed and variable operation & maintenance costs and any other costs.

5.3.4 Financing Plan

Bidders shall provide a detailed Financing Plan for the Project prepared in accordance with the

requirements Volume II Annexure – 3 C5 - Financing Plan. The Financing Plan shall be developed in

collaboration with the Bidders’ Financial Advisors and lenders and will be evaluated according to its

detail, level of development and bankability.

The Company shall not be permitted to pass interest or exchange rate risk through the PS Agreement

to CPC other than to the extent allowed under the respective Project Agreements. Bidders shall offer

fixed interest rates for the debt finance for the Project in their proposal.

February, 2021

45

5.3.5 Payment for Supporting Cost Data

Bidders may be required to justify their calculations of supporting costs and provide supporting

documentation and cost data, as requested. Such information provided by the Bidder will be treated

as confidential.

The contracted Fixed Charge and any other scheduled payments shall be paid in accordance with the

terms and conditions of the PS Agreement. All payments in respect of the Facility will be calculated

and paid in USD.

5.3.6 Deviations from the Project Agreements

Should the Bidder wish to propose non-material deviations from the drafts of the Project Agreements,

they shall be entered into the form provided as Volume II Annexure – 3 C3 - Deviations to the Project

Agreements. Each proposed deviation shall be described and explained. The Bidder shall also specify

in “mark-up” from the precise wording of the amendment it proposes to the relevant Project Agreement

provision.

The Bidder shall confirm in its Proposal its acceptance of, and willingness to execute, the Project

Agreements without amendment except only the amendments made prior to Bid Closing and the non-

material deviations noted in the Volume II Annexure – 3 C3 - Deviations to the Project Agreements.

CPC has the sole discretion to interpret a deviation proposed in the Volume II Annexure – 3 C3 –

Deviation to the Project Agreements as non-material or material.

The bidder shall provide the value of the non-material deviations in the above form in USD/MMBTU.

The total of the proposed deviation should be less than 5% of the Fixed Rate, RF. If the

total of the proposed deviation is more than 5% of the Fixed Rate, the bid shall be

rejected.

6 PROJECT AGREEMENTS

The draft Project Agreements given in this RFP Document are:

(i) Draft BOOT Contract for Pipeline System (PS Agreement) – Bidders may be required

to justify their calculations of supporting costs and provide supporting documentation and cost

data, as requested. Such information provided by the Bidder will be treated as confidential. The

contracted Fixed Charge and any other scheduled payments shall be paid in accordance with

the terms and conditions of the PS Agreement. All payments from the Facility will be calculated

and paid in USD.

February, 2021

46

(ii) Draft Implementation Agreement (IA) – The RFP provides a draft Implementation

Agreement in the Volume IV. The Company shall enter into the Implementation Agreement

with GOSL and CPC.

7 QUALIFICATION REQUIREMENT FOR BIDDERS

7.1 Composition of Bidder

The Bid shall conform generally to the terms and conditions given in the bidding documents. Bid will

be rejected in case services offered do not conform to the required parameters stipulated in the PS

Agreement. Notwithstanding the general conformity of the Bid, the following requirements will have

to be particularly met by the Bidder without which the same will be considered non-responsive and

rejected:

(i) A Bidder shall be a company, corporation, firm, Joint Venture Company duly registered under

the laws of its country or a consortium of such companies, corporations, firms or Joint Venture

Companies.

(ii) The Bidder shall hold at least 51% (fifty one per cent) of the subscribed and paid up equity

capital of the SPV at all times for a minimum period of 5 (five) years from the Commercial

Operation Date.

(iii) In the case of the consortium the clause 4.7 is governed and the Bidder shall nominate a Lead

Member. The Lead Member shall undertake to retain no less than 26% (twenty six per cent) of

the total required equity for the Project (which shall be at least 26% (twenty-six per cent) of the

equity capital of the Pipeline Company) for not less than 5 (five) years after the date of

Commercial Operation, The Lead Member shall submit an undertaking satisfactory to CPC that

it will maintain not less than 26% (twenty six per cent) the required equity for the Project (which

shall be at least 26% (twenty-six per cent) of the equity capital of the Pipeline Company) for a

period of 5 (five) years from the Commercial Operation date. Holding of retain no less than 26%

(twenty six per cent) of the total required equity for the project for not less than 5 (five) years

after the Commercial Operation date shall be included in the Article of Association of the

Company.

Each of the Other Members shall hold and maintain at least 10% of the total subscribed and

paid-up equity capital for the Project (which shall be at least 10% (ten per cent) of the equity

capital of the Pipeline Company) for not less than 5 (five) years after the commencement of the

Commercial Operation Date.

February, 2021

47

(iv) In the case of a consortium the Bidder shall provide in the Proposal details of role of each

Member in relation to the Project, their intended equity commitment and the organization of

the venture and a memorandum amongst the Members demonstrating their commitment to

the Project and the equity capital contributions that may be required of them. All the members

of the consortium shall sign the Bid Proposal so as to legally bind all members jointly and

severally. The Bid Proposal shall be submitted with a copy of the consortium agreement

providing jointly and severally responsible with respect of the Project.

Refer Section 4.7 Consortiums for details of the consortium.

7.2 Technical Capability

(i) Bidder shall have own gas/oil pipeline network projects worth of cumulative of USD

200,000,000 (two hundred million) or above during last 7 (seven) years ending Bid closing

date. If a Bidder is a consortium/joint venture, all partners combine can meet this requirement.

In the case of a consortium, members of the consortium who claim the experience of owning

gas/oil pipeline network project shall have a minimum of 26% (twenty six per cent) equity in

the said gas/oil pipeline network project at least for a period of 5 (five) years.

or

The Bidder as the primary entity EPC contractor shall have carried out a gas/oil pipeline

network projects of cumulative value of USD 200,000,000 (Two hundred million) or above

similar to the scope of this Project including at least 20 (twenty) km of subsea pipeline during

last 7 (seven) years ending Bid closing date. If a Bidder is a consortium/joint venture, all

partners combine can meet this requirement. Similar nature of jobs means construction of

oil/gas pipelines of size 8” NB or above as per ASME B 31.8 / ASME B 31.4 or equivalent

standard.

(ii) The Bidder shall provide expression of interests from the intended EPC contractors one of

whom will be selected as the EPC contractor for the Construction of the pipeline network by the

Company. Such EPC contractors should have constructed minimum ten (10) nos. gas/oil

pipeline networks worth of USD 100,000,000 (One hundred million) or above, from which at

least 20 km of length shall be subsea gas/oil pipeline.

(iii) The Bidder shall provide expression of interests from the intended O&M contractors one of

whom will be selected as the O&M contractor for the Operation & Maintenance of the pipeline

network by the Company. Such O&M contractor should have minimum 2 (two) years of past

experience in operating and managing a Natural Gas transfer pipeline.

February, 2021

48

Note: (a) Documentary evidence in support of the above jobs in the form of completion certificates

from the clients are to be submitted, failing which the offers will be rejected.

(iv) The Bidder must comply with all clauses / requirements of the bid document as specified under

various sections and submit the requisite documents as specifically asked for, failing which the

offer is liable for rejection. However, to ascertain the substantial responsiveness of the Bid, the

CPC reserves the right to ask the Bidder for clarification in respect of clauses covered under Bid

Evaluation Criteria/Bid Rejection Criteria also and such clarifications fulfilling the Bid

Evaluation Criteria/Bid Rejection Criteria clauses in full must be received on or before the

deadline given by the CPC, failing which the offer will be rejected.

7.3 Financial Capability

(i) Any single Bidder or in the case of the Bidder is a consortium, each member of the consortium

shall demonstrate by certified audited accounts, a Net Worth that is equal to or in excess of USD

15 (Fifteen) million in two of the last 3 (three) fiscal years (2019, 2018 and 2017). In the case of

a consortium, the net worth requirement shall be on a proportionate shareholding basis,

calculated each member of the consortium as USD 15 (Fifteen) million by the percentage of

such member’s equity share commitment.

(ii) The Bidder shall have availability of or access to liquid assets, line of credit from licensed banks,

sufficient to meet cash flow requirement which is 5,000,000 (five million) USD. In case of a

joint venture/consortium one partner must meet at least 40% (forty per cent) of the above

requirement. Documentary evidence in support of meeting the cash flow requirement are to be

submitted, failing which the offers will be rejected.

(iii) The certified audited accounts for the last three fiscal years are as follows.

• Financial year ending March 31 or June 30 or September 30 or December 31, 2019 (Year 1)

• Financial year ending March 31 or June 30 or September 30 or December 31, 2018 (Year 2)

• Financial year ending March 31 or June 30 or September 30 or December 31, 2017 (Year 3)

(iv) Any single Bidder or in the case of the Bidder is a consortium, the members of the consortium

shall demonstrate by certified audited accounts that each can invest the agreed equity in the

Pipeline Company.

(v) The Bidders shall provide the information on financial capability in the format given in the

Volume II Annexure -2 B3 - Financial Criteria

Each Bidder/ Applicant is required to go through the data required in section 4.7, 4.8, 4.9 and Section

7 and ensure completeness of information in the submitted Proposal.

February, 2021

49

Note: For the purpose of this RFP

“Net Worth” shall mean (Subscribed and Paid-up Equity + Reserves) less (Revaluation

reserves + miscellaneous expenditure not written off + reserves not available for distribution to

equity shareholders).

8 EVALUATION PROCEDURE

8.1 Outline of Evaluation Procedure

The evaluation process is a 3 (three) stage process:

a) First Stage: Responsiveness - the Proposal is reviewed for completeness and substantial

responsiveness in accordance with the Responsiveness Test specified in Annexure – 1 A1

(Responsiveness Test).

b) Second Stage: Technical Proposals – For those Proposals that satisfy the first stage evaluation

requirements, the Technical Proposals are evaluated to verify whether they meet the

requirements of the RFP, and in particular whether the proposed Project complies with the

Minimum Functional Specification.

c) Third Stage: Financial Proposals – the Financial Proposals of those Proposals meeting the

required standards of the first and second stages will be opened and evaluated. The Bidder with

the highest ranking will be invited to discuss terms for executing the Project Agreements. In the

event of failing to execute the Project Agreement with the invited Bidder, the next ranked Bidder

may be invited to discuss terms for executing the Project Agreements.

8.2 Clarification of Proposals

During the examination, evaluation and comparison of Proposals, CANC may, at its discretion, ask the

Bidders for clarification of their Proposals. Request for clarifications and responses shall be in writing

and no change in the Tariff or substance of the Proposal shall be sought, offered or permitted.

8.3 Right to Reject Proposals

The GOSL/CPC reserves the right to accept or reject any Proposal and to annul the bidding process and

reject all Proposals at any time prior to the signing of the Project Agreements, without thereby incurring

any liability to the affected Bidder or Bidders. Bidders shall not have any recourse against CPC, GOSL

or any GOSL Agency or their representatives for either rejection by the GOSL/CPC or failure to execute

the Project Agreements for any reason whatsoever.

February, 2021

50

The GOSL/CPC reserves the right to reject the Proposal of any Bidder who has qualified on the basis of

misrepresented, suppressed or incomplete information.

8.4 Deviations, Reservations, and Omissions

During the evaluation of Proposal, the following definitions apply:

a) “Deviation” is a departure from the requirements specified in the RFP;

b) “Reservation” is the setting of limiting conditions or withholding from complete acceptance

of the requirements specified in the RFP; and

c) “Omission” is the failure to submit part or all of the information or documentation required

in the RFP.

8.5 Non-material Non-conformities

a) Provided that a Proposal is substantially responsive, CPC may waive any non-conformities in

such Proposal that do not constitute a material deviation, reservation or omission.

b) Provided that a Proposal is substantially responsive, CPC shall rectify nonmaterial

nonconformities related to the Tariff. To this effect, the Tariff shall be adjusted, for comparison

purposes only, to reflect the price of a missing or non-conforming item or component.

8.6 Correction of Arithmetical Errors

Provided that the Bid is substantially responsive, CPC shall correct arithmetical errors on the following

basis:

a) If there is an error in a total corresponding to the addition or subtraction of subtotals, the

subtotals shall prevail, and the total shall be corrected; and

b) If there is a discrepancy between words and figures, the amount in words shall prevail, unless

the amount expressed in words is related to an arithmetic error, in which case the amount in

figures shall prevail.

If the Bidder that submitted the lowest responsive bid does not accept the correction of errors, its bid

shall be disqualified, and the Bidder shall stand forfeited of the Bid Security.

8.7 First Stage Evaluation: Responsiveness

In the First Stage Evaluation of Proposals, CANC will determine the responsiveness of each Proposal

to the mandatory requirements as set out in Volume II Annexure-1 A1.

A Proposal may be disqualified and excluded from further consideration for a failure to meet all

conditions of this Section or for any other valid reason including those listed below:

February, 2021

51

Failure to be responsive, as determined by the Responsiveness Test. Responsiveness

criteria to be met under the Responsiveness Test are set out in Volume II Annexure

- 1 A1.

Failure to submit supporting documentation or any other clarification or any documents

requested by CANC within the required time frame.

Material misrepresentations in the Proposal.

Illegal conduct or attempt to influence the GOSL/CPC, or any Government Agency or

any of their Representatives in their evaluation of a Proposal other than by means

expressly sanctioned in the RFP.

Determination by CANC that the Bidder is unlikely to be able to fulfil the terms or

conditions of the Proposals and of the Project Agreements.

Proposals accepted by CANC in accordance with these principles will qualify for the second stage of the

evaluation. If a Proposal is found to be not substantially responsive, it will be rejected by the CANC

and may not subsequently be made responsive by correction or withdrawal of non-conforming

deviations or reservations.

8.8 Second Stage Evaluation: Technical Proposals

8.8.1 Compliance with Minimum Functional Specification

The second stage evaluation will be conducted to confirm compliance with the Minimum Functional

Specification and with the CPC’s other obligations as set out in the Project Agreements. The Proposals

will be assessed according to their technical compliance with the Project Agreements and the Bidders’

satisfactory responses to the RFP information requirements. Among the issues to be satisfied are:

i) Facility Design Requirements

The Technical Proposal shall include an outline design of the facility conforming to

the Minimum Functional Specification.

Expressions of Interest shall be included from the prospective suppliers of Pipeline

confirming their commitment to supply the required Pipeline and accessories.

ii) Construction Period Requirements

The timetable given in the RFP and the scheduled operations dates are accepted

unconditionally.

Expression of Interest is included from the proposed EPC contractor(s) to provide

the turnkey contractor service for the Project.

February, 2021

52

iii) Operational Period Requirements

The principal O&M contractor proposed by the Bidder has past experience in

operating and managing an LNG transfer pipeline.

An Expression of Interest is enclosed from the O&M contractor(s) proposed by the

Bidder.

The Organizational, Staffing and QA Plan complies with the minimum requirements

and is complete, containing an organizational structure of the proposed Company, a

comprehensive staffing plan for the Facility and a proposed quality assurance

program.

iv) Transfer

The Transfer Plan complies with the specified minimum requirements (refer

Volume II Annexure-2 B4).

8.8.2 Correction of Errors – Technical Proposal

Where Technical Proposals contain arithmetic errors, the amounts stated in the Proposal will be

adjusted according to the following procedure:

Where a discrepancy is noted between total amounts and the sum of individual

components, the total amounts shall prevail.

Where there is a discrepancy between amounts in figures and in words, the amount in

words will govern.

If CANC wishes to further consider a corrected Proposal, it will inform the Bidder in writing of the

arithmetical adjustments made.

8.8.3 Technical Non-compliance

Where Technical Proposals contain material non-compliances, the Bidder will be disqualified from the

Second Stage Evaluation and the Proposal will be rejected. Technical Proposals containing non-

material non-compliances that are likely to result in higher costs or losses to GOSL, CEB, CPC or other

Government Agencies, the US Dollar or Sri Lankan rupee amounts of such costs or losses may be

estimated and factored into the Third Stage Evaluation. Such costs or losses may be included in a

calculation of an “evaluated tariff” for the purposes of comparing Financial Proposals.

Proposals passing the first two stages of the evaluation process will proceed to the Third Stage

Evaluation.

February, 2021

53

8.9 Third Stage Evaluation: Financial Proposal

8.9.1 Responsiveness of Financial Proposal

Financial Proposals will be examined initially to confirm that they are responsive. Non-

responsive Proposals will be rejected. Criteria to be satisfied in meeting responsiveness are:

a) The Financial Proposal is complete, with all letters, annexes and Forms are duly

completed and properly signed as stipulated in the RFP;

b) The Financial Proposal letter is provided in the required form;

c) The letter from the Bidder’s Financial Advisor or supporting banks is provided in the

required form;

d) Tariffs have been completed and other financial data provided;

e) The Tariff provided under Volume II Annexure -3 C4- Financial Data and Annexure – 3

– C5 Financing Plan is in the required hardcopy.

f) The Bidder’s Financing Plan provided as Annexure- 3 C5 of its Proposal is

comprehensive.

g) The Financial Proposal contains a memorandum from all intended subscribers of equity

committing them to;

the full amount of the required equity, being no less than 20% (twenty per cent)

of the Project’s total capital requirements;

Disbursement of equity in accordance with PS Agreement requirements

h) The Lead Member of the Bidder shall retain at least 26% (twenty six per cent) of the

equity capital in the Pipeline Company for a minimum of 5 (five) years from Commercial

Operation Date;

Volume II Annexure – 3 C3, (Deviations to the Project Agreements), shall contain no

material deviations and signed declarations attesting to the completeness of the listed

deviations shall be provided. Immediately upon opening the Financial Proposals, the Volume

II Annexure – 3 C3 Deviations to the Project Agreements submissions will be referred to CANC

for determination on the nature of the proposed deviations and if any are determined to be

material, the Proposal will be rejected unless promptly and unconditionally withdrawn

immediately upon notification from CANC.

8.9.2 Correction of Errors – Financial Proposal

Responsive Financial Proposals will then be checked for arithmetic errors. In the event of

discrepancies, the amounts stated in the Proposal will be adjusted in accordance with the

following procedure:

February, 2021

54

Where a discrepancy is noted between total amounts and the sum of individual

components, the total amounts shall prevail.

Where there is a discrepancy between calculated values and the values nominated in

the Bidder’s response to Annexure-1 A1 of Volume II, the values nominated in

Annexure-1 A1 shall prevail.

If CANC wishes to further consider a corrected Proposal, it will inform the Bidder in writing of

the arithmetical adjustments made.

Where the Bidder wishes to correct other errors in relation to clarifications sought by CANC

which do not alter the Bidder’s rank, CANC shall accept such clarifications.

8.9.3 Assessment and Ranking

The data provided by Bidders in all responsive Financial Proposals will be evaluated as follows:

a) An additional cost likely to be incurred by the CPC, Government or Government Agencies

as a consequence of any non-material technical non-compliances identified in the

Stage Two Evaluation will be factored and added together with the non-material deviations

proposed in Volume II Annexure – 3 C3 - Deviations to the Project Agreements, to the Fixed

Rate (RF) (refer to Volume II annexure C3) for the calculation of the evaluated tariff.

b) The Bidders’ Financing Plans will be evaluated and checked for completeness, degree of

development, level of commitment.

c) Responsive bidders will be ranked according to their Evaluated Tariff from lowest to

highest and the bidder with the lowest Evaluated Tariff shall be ranked the highest.

8.10 Short Listing and Award

The Project will be awarded to a Bidder according to the following procedure:

a) Project Committee (PC) will prepare a recommendation to CANC proposing a shortlist of the

highest-ranked Bidders from which Bidders will be drawn to negotiate the Project Agreements.

The shortlist will contain no less than 3 (three) Bidders (provided that 3 (three) conforming

Proposals are received). If necessary, CPC will ask shortlisted Bidders to extend the validity

period of their Proposals pursuant to Section 4.15 Proposal Validity. The Proposal Securities of

those Bidders who were not shortlisted will be returned.

b) CANC may hold a first round of negotiations comprising discussions with highest ranked short-

listed Bidder over a one to two weeks period. At the end of this period the list of deviations

February, 2021

55

notified by the highest ranked short-listed Bidder in Volume II Annexure-3 C3 will be

revised in accordance with the outcomes of these discussions.

c) CANC will then have the second round of negotiations with the highest ranked Bidder to finalise

the Project Agreements. The second round of negotiations take place over a fixed period

specified by CANC prior to the commencement of the second round.

d) If no agreement is reached with the highest ranked Bidder within the fixed period, the next-

highest ranked Bidder(s) will be invited to substitute;

e) CANC may commence negotiations with the next highest ranked Bidder who has replaced the

highest ranked Bidder.

f) Upon finalization of the Project Agreements and prior to their execution, the successful Bidder

will provide the CPC with;

(i) a formal opinion from its Financial Advisor to the effect that the Project Agreements are

bankable and that financial closure pursuing to the Financial Plan will be achieved

without need for amending the Project Agreements or seeking Government support in

addition to that provided for in the RFP;

(ii) documentation from the Bidder’s lenders confirming their intended participation in the

Project; and

(iii) form the Company and provide CPC with duly certified copies of the following:

certificate of incorporation of the Company incorporation;

list of members of the Company’s board of directors;

location of the Company’s registered office;

copy of the resolution of the Company’s board of directors authorising persons to

witness the affixing of the Company’s seal.

g) reach formal agreement with its lenders, the Government, CEB, and CPC, as applicable, on the

final wording of the Direct Agreements;

h) provide CPC with the Performance Security Bond in accordance with Section 4.17.

i) Upon execution of the Project Agreements with the Company (or Companies), the remaining

Proposal Securities held by the CPC will be returned to the Bidders.

j) The CPC will have the right to reject all Proposals and not make an award.

February, 2021

56

8.11 Cost of Finalising Project Agreements

The successful Bidder (or Bidders) shall bear all costs incurred by it in relation to any and all

negotiations and finalisation of the Project Agreements, including those of professional advisers.

Neither the CPC, GOSL nor any Government Agency nor their Representatives shall have any liability

whatsoever to the Bidder in relation to its decisions or actions in finalising and executing the Project

Agreements, whether or not it has acted in reliance on any matter supplied or represented by CPC,

Government, or Government Agency or their Representatives.

9 SCOPE OF WORK / TERMS OF REFERENCE (PIPELINE

SYSTEM, PLEM AND ORF)

Please refer Schedule 8 and 12 of the Pipeline System Agreement (Volume III) and Annexure L-1 of

this Volume.

10 TRANSFER OF PIPELINE

Pipeline Company, in consideration of the provisions of the PS Agreement, shall assign all of its rights,

title, and interest in and to the Pipeline System to CPC with good title and free from any encumbrances

as on the date falling immediately after the expiration of the PS Agreement or earlier on the date on

which this PS Agreement stands terminated. Such transfer shall be in accordance with the transfer plan

as provided by the Bidder at the time of the submission of Proposal.

The total facility (i.e. pipeline and associated systems) to be designed for a forty (40) years life span.

One and half years before the transfer of the Pipeline System, an Integrity Assessment of the Pipeline

System shall be carried out by a mutually agreed Independent Inspector appointed. The cost of the

Independent Inspector shall be borne equally between CPC and the Pipeline Company. Pipeline

Company shall be bound to rectify the Pipeline System which is acceptable to CPC before its transfer

in line with the Integrity Assessment in order to ensure the agreed life span of forty (40) years of the

pipeline system including operation of instrumented safety and metering systems subject to sub clause

10.1 of L-1-Functional Specifications of Pipeline. Failure to which, the Pipeline Company shall be held

liable to claim damages by litigation/arbitration proceedings even after the expiration of this

Agreement and however, notwithstanding the above CPC has right to forfeit the Performance Security.

Further, the Pipeline Company to provide critical spare parts recommended by OEM’s of the Pipeline

System at the time of Transferring the Pipeline.

February, 2021

57

Annexure

L1 – Functional Specification of Pipeline

1. Codes, Standards, Regulations and Project Documents

General

The pipelines shall be manufactured and tested in accordance with the requirements of this

specification, other referenced project specifications and the latest editions of the codes, standards and

regulations given at different sections and other documents referenced therein.

Regulations

Where Sri Lankan Regulations exist, the requirements of these shall apply.

Codes and Standards

Refer Annexure – 1 A-7 of Volume II for applicable codes and standards.

Quality Assurance

The Pipeline Company shall demonstrate that they operate a quality system in accordance with an

internationally recognized standard such as ISO 9001. The effectiveness of the quality system and the

compliance with it shall be subject to monitoring by CPC and in addition, may be audited following an

agreed period of notice.

The Pipeline Company shall submit a Project Quality Management Plan (PQMP) for CPC review and

approval, and is solely responsible for ensuring that all Project activities are completed in compliance

with and approved PQMP

2. Pipeline Requirements

In general, the seamless line pipes shall be manufactured and tested in accordance with the

requirements in applicable ASTM, API or DNV codes and standards with additional requirements in

this project specification.

Mechanical and corrosion testing of the pipelines shall be conducted in accordance with Appendix B of

DNV-OS-F101 or any other relevant codes/standards given in Annexure – 1 A-7 of Volume II.

Welding of the pipelines shall be performed in accordance with ASME IX and all Non-Destructive

Testing (NDT) shall be conducted in accordance with ASME V, API 1104 or Appendix D of DNV-OS-

F101.

Manufacturing

The Pipeline Company shall prepare a Manufacturing Procedures Specification (MPS) and a

Manufacturing Procedure Qualification Test (MPQT) and submit to CPC for information prior to

February, 2021

58

commencement of production. The MPS and MPQT shall be in accordance with the requirements in

Section 7, A600 of DNV-OS-F101 or any other applicable code given in Annexure – 1 A-7 of Volume

II.

3. Pipeline Properties

Particulars Details Details Details

From Node Kerawalapitiya landfall point

ORF ORF

To Node ORF Kelanitissa Node

(Kelantissa power plants location)

Kerawalapitiya Node 1

(Converted West Coast power plant location)

Size / Type Code

STPL 20 inch STPL 12 inches Lined STPL 12 inches Lined

Roughness (as per Feasibility study)

0.00059 0.00059 0.00059

Length 780 m 10.5 km 500 m

Max Flow Rate

380 MMSCFD 77 MMSCFD 152 MMSCFD

Operating Pressure at Outlet

45 – 70 barg 35 barg – 60 barg

40 barg – 65 barg

Operating Pressure of FSRU: 45 - 70 barg / Temperature: 10oC minimum

February, 2021

59

4. Pipeline Route

(This is an illustration only. The project proponent shall analyse and identify the best route for the

offshore pipeline. Suggested onshore pipeline routes are given in D7 of Annexure 4 in Volume II.)

5. Material Properties

Material of the line pipes shall be API 5L X65 equivalent or any other higher grade depending on the

FEED to be conducted by the bidder.

The weldability of the line pipes shall be as follows:

Welding and welding procedures, welding personnel, handling of welding consumables, and the

execution of welding shall meet the requirements in ASME Section IX or Appendix C of DNV-OS-F101.

Requirements for the methods and procedures for the mechanical and corrosion testing are those as

given in Appendix B of DNV-OS-F101.

February, 2021

60

6. Chemical Composition

The chemical composition of the line pipes shall comply with the requirements in ASME II, API 5L or

Table 7-3, Section 7 of DNV-OS-F101 (For delivery condition N or Q and welded pipe).

7. Pipeline Fabrication and Installation

The Pipeline Company shall carry out all Pre-Shipping Inspection of materials prior to loading onto

pipe-haul vessels. A load out inspection report shall be carried out. Pipe handling and stacking shall

conform to the requirements of the standards/codes given in Annexure – 1 A-7 of Volume II. Damaged

materials shall be repaired by Pipeline Company in accordance with the applicable codes.

The Pipeline Company shall provide, maintain and operate adequate horizontal positioning systems to

determine the location of construction and survey vessels at all times. The Pipeline Company shall

provide all necessary maps, nautical aids, navigational warnings, transponders and the like required to

properly and safely conduct the work.

The pipelines shall in general, be laid on the theoretical route as shown in Section 4 of Annexure L-1.

For pipelines start-up and lay-down, at the cable crossing, if any and at other particular areas defined

in drawings, an acoustic positioning system shall be used to assist with positioning of the pipelines in

the target areas. Pipeline Company shall exercise extreme care when anchoring with close proximity of

the as-laid pipelines or other facilities.

The lay- vessel shall be equipped with a mooring system adequate for all phases of installation including

pipe laying, pipeline initiation, laydown, and abandonment and recovery operations.

Prior to commencement of Off-shore pipeline installation work, Pipeline Company shall prepare all

necessary engineering studies and calculations including all required construction procedures.

For on-shore initiation, Pipeline Company shall prepare procedures for the HDD pipeline lay method.

On completion of the HDD section Pipeline Company shall commence normal pipe lay operations to

install the pipelines. The bidder shall specify the space requirements for HDD on the relevant onshore

pipeline sections after analyzing the entire onshore pipeline route or with along with the bid.

Pipelines cleanliness objective shall be to prevent the presence of any foreign matter in the pipelines.

All debris produced as a result of the backwelding and internal repairs shall be removed from the inside

of the pipeline.

The shore approaches shall be constructed by using an approved HDD technique.

Pipeline Company shall develop the design pipeline profile, to the criteria stated below, unless

otherwise agreed.

February, 2021

61

8. Pipeline Design Profile

Element Criteria

Entry HDD location Within a 2m radius of the design location.

HDD exit break out location To suit design profile.

HDD entry angle To suit HDD installation method and pipe

stresses.

HDD exit angle To suit HDD installation method and pipe

stresses but not more than 4°.

Pipe bend radius To suit HDD installation method and pipe

stresses but not less than 1000m.

Pipe stress for installation, testing and operation

Not to exceed design code allowable stress value (DNV OS-F101).

Pipeline Company shall prepare detailed construction procedures for inclusion within the Installation

Manual.

Pipeline Company shall be responsible for the selection and provision of a mechanical protection

coating to the pipeline external corrosion coating. This coating may also be used to provide the pipeline

with additional weight required for optimum down hole installation and also subsea stability (if the

pipes are not concrete coated).

Pipeline Company shall specify drilling fluids, including type(s) of fluid, quantity(ies) required and

proposals for handling, storing, hydrating, mixing, pumping, recirculating and disposal. The Material

Safety Data Sheets for the drilling fluid composition shall be submitted to CPC for information.

The drilling fluids shall be designed in accordance with the requirements of the Environmental

Performance Standards for EPC Contractors. Oil based fluids shall not be permitted.

The fluids proposed shall comply with all relevant regulations. The proposed methods for final disposal

of fluids shall be in accordance with the Environmental Impact Assessment approved by CEA and the

relevant governing environmental authority. Special consideration shall be given for breaking out at

the seaward end where discharge to the sea will be inevitable. Pipeline Company shall provide methods

to reduce discharge of drilling fluid, such as using water or reduced mud concentration, subject to

approval.

Pipeline Company’s overall Environmental Management Plan (EMP) shall cover all aspects of the HDD

construction activities at the shore approach site.

The EMP shall specify environmental impacts and mitigation measures in accordance with the

requirements of the Environmental Performance Standard for BOT Contractors, but not limited to, the

following:

Site cleanliness

Site clearings and reinstatement

February, 2021

62

Plant access and routes to and from site

Vehicle/plant wash down facilities

Water supply and storage

Drilling location water and mud spillage management

Storage of mud, recirculation and final disposal of mud, fluids and drill cuttings

HDD mud break out at exit location subsea and associated discharge to sea

HDD mud break out at locations along the drill profile other than exit points

Storage and disposal of contaminated water

Removal of surplus materials

Soil contamination, treatment, removal, and replacement

Noise control

Air emission control

Chemical storage and handling

Fuel storage and handling

Waste oil management

Pipeline Company shall perform all hydro tests as per applicable codes and standards.

At all times during the pipe lay operations, Pipeline Company shall keep an accurate record of the

sequential, as-laid pipe for the pipeline. As a minimum the following information shall be recorded:

Company name.

Project name.

Line pipe manufacturer’s name.

Purchase order number.

Pipe outside diameter (mm).

Pipe wall thickness (mm).

Pipe material grade.

Heat number.

Joint Length.

Anode or buckle arrestor joint.

Weld identification and details.

Field joint coating details.

Unique pipe identification number.

Pipeline Company shall provide all documentation and correspondence in English Language.

Documentation shall be submitted for CPC’s information.

February, 2021

63

9. Onshore Receiving Facility (ORF)

This section provides an overview of the process & utility equipment required to be installed on the

ORF. Process equipment shall be prefabricated offsite as skidded structures with all the associated

piping and accessories pre-installed as far as possible in order to minimize the construction activity at

site. Location of the ORF will be at the coordinates 7°01'01.5"N 79°52'10.0"E.

The incoming gas is received from the pipeline at the Onshore Receiving Facilities (ORF). The various

Process & Utility equipment proposed to be installed on the ORF at Kerawalapitiya are outlined below:

1. Pig launchers and Receiver to each node (provision to be kept for the Node 2 even though the

pipeline is not constructed at this stage)

2. Pipeline filters;

3. Actuated Ball valves;

4. Fiscal Metering (for 20” pipeline and at the each delivery node);

5. Cold vent;

6. Instrument air compressor and dryer;

7. Utility water storage tank (if deemed necessary);

8. Fire water system (if deemed necessary); and

9. Diesel generator (as required).

In addition to the above, the Pipeline Company shall provide supply pressure regulation, remote

isolation, pressure protection, water bath heater systems (if required), security systems, UPS, metering

communication, local instrument room at the ORF.

From the ORF, the gas will be distributed to the Project’s end-users via pipeline(s). Pressure let down,

preheating and cold recovery requirements shall be the responsibility of the gas end users.

10. General Requirements

10.1 Design Life

The design life shall be achievable with minimal on-site maintenance and optimal availability. All

components which for reasons of practicality, cost-efficiency are unable to meet the required design

life shall be identified as soon as possible. Their expected services life shall be informed to CPC and

provision made in system design for maintenance to extend component life or routine change out.

February, 2021

64

10.2 Human Factors Engineering

The Pipeline Company shall ensure that human capabilities, limitations and needs are considered in

the design and layout of the equipment. The intention is to improve safety, health, efficiency and

comfort of the operator.

10.3 Hazardous Area Classification

All instruments, equipment, materials and installation methods shall comply and fully satisfy the

statutory requirements for the area classification identified on the package specifications / datasheet.

All instruments are to be certified as suitable for use in a Zone 1, Gas Group IIB, and Temperature Class

T3 hazardous area as a minimum.

The installation of all electrical equipment in hazardous area shall comply with the relevant

standards/codes in Annexure – 1 A-7 of Volume II.

10.4 Availability and Reliability

The overall availability and reliability of the complete package shall be demonstrated by the Pipeline

Company. The Pipeline Company shall furnish it’s best estimates of Mean Time Between Failures

(MTBF) and Mean Time To Repair (MTTR) for the equipment concerned.

In making assessments of the package availability and reliability, the Pipeline Company will need to

estimate maintenance and repair times. For the purpose of making such estimates, the Pipeline

Company may assume that the spares holding is in accordance with the submitted recommendations

unless otherwise stated. In the case of failure modes, which make a significant contribution to the

overall unavailability, the Pipeline Company may be required to demonstrate that their assumed repair

times can be achieved.

10.5 Design Document Order of Precedence

In the event of any conflict arising between this Specification and other documents listed herein, refer

comments to the CPC for clarification before design or fabrication commences. The order of precedence

that applies is as follows:

Applicable Statutory Codes and Standards

International Codes and Standards

Project Basis of Design

Project Scope of Work document

This Specification

10.6 Plot Layout, Piping Specification breaks

The ORF plot layout shall be optimized considering operability and safety in view. The Piping will

consider the Insulation joints, specification breaks suitably and adequately as per good engineering

practices.

February, 2021

65

11. Documentation

The Pipeline Company is responsible to provide all necessary documentation for the equipment items

to have a smooth, trouble free and safe operation which shall include, as a minimum, the

documentation listed below. The Pipeline Company is responsible for all documentation in strict

accordance with the requirements of this Specification. Further details on documentation

requirements, including a full Vendor Data Requirements List (VDRL), shall be provided.

Drawings and documentation to be provided for the following main project phases as a minimum:

1. As-Built following factory testing.

2. As built (Following commissioning)

Note: As-built (2 above) drawings to accompany equipment following factory testing. The Pipeline

Company shall carefully schedule and control this revision of drawings to ensure drawing accuracy but

prevent delay in shipment following factory testing.

12. Purchase Order Documentation

The following documentation shall as a minimum be included in the Pipeline Company’s scope of

supply:

Document List

Project Schedule

Inspection and Test Plan

Equipment Datasheets (all instruments and equipment)

General arrangements

Piping and Instrument Diagrams (P&IDs)

Termination Diagrams

Lifting detail drawings

Weight Data Sheet

Sizing Calculations

Test Procedures

Installation Procedures

Maintenance Procedures

Recommended Spares List

February, 2021

66

Certification

Test Results

Shipping and Handling Procedures

13. Material Specification

All materials that require certification shall be identifiable against their certification and as a minimum

comply with the following requirements:

• Pressure containing or load bearing parts EN10204, type 3.2

• Gaskets and non-load bearing parts EN10204, type 2.2

14. Field Transmitters

Transmitters measuring variables used in calculations performed by the flow computers shall interface

directly with the flow computers using digital communications e.g. HART to avoid unnecessary

inaccuracies from conversion to and from 4-20mA.

15. Actuated Ball Valves

Valves shall be in accordance with the appropriate piping class and valve material specification.

Actuators shall be pneumatic, powered from instrument air.

16. Spares and Consumables

The Pipeline Company shall identify and supply the following spares:

Pre-commissioning, commissioning and start-up spares

Recommended spares list for 2 (two) years operation

17. Special Tools

The Pipeline Company shall identify and possess all necessary special tools required to perform routine

maintenance and any other recommended tools for specialized procedures.

18. Pig Receiver

Pig Receiver shall be installed in ORF area for the incoming pipeline from SRT. The Pig Receiver shall

be provided to allow pigging of the pipeline. As the export gas is non-corrosive and does not contain

liquids, it is expected that pigging shall only be required on initial commissioning and afterwards only

for intelligent pig surveys as required by the Regulatory Authorities for inspection of the pipeline.

Pig Receiver shall be designed, fabricated, tested and inspected in accordance with ASME Section VIII,

Div. 1. Pipeline Company will provide Pig Receiver design data. The design of the Pig Receiver will be

suitable to meet the throughput and design parameters of the incoming pipeline.

February, 2021

67

Pig Receiver shall be oriented horizontally and fitted with a vertically hinged quick opening end closure,

pressure locking device and safety devices. Given pigging requirements are envisaged to be infrequent,

the Pipeline Company, may provide tie-ins for pig receipt and utilize a temporary receiver as required

in preference to installation of a permanent equipment. In the event that a temporary arrangement is

pursued, supply of all equipment for pipeline pigging as needed shall be the responsibility of the

Pipeline Company.

19. Pipeline Filters

The incoming gas shall be filtered to remove particles which may damage the downstream flow meters.

There should be two filters, fully spared (one duty and the other one as standby). Each filter shall be

equipped with a pressure differential gauge to allow for online filter monitoring. A differential pressure

transmitter shall initiate an alarm to alert operator to changeover to the other filter. This will be a

manual operation.

A pressure safety valve (PSV) is installed at filter outlet to protect the filter from overpressure

The filters shall be vertical pressure vessel, basket or multiple cartridge type with a quick opening

closure for basket change out. The baskets shall be cleanable and reusable. Design data for the filters

shall be provided by Pipeline Company.

The Gas Filters shall be designed to achieve removal of solid particles larger than 1 micron at 100%

filtration efficiency.

Each filter element shall be sized according to operating and design conditions. Pressure drop across a

filter shall be 1 barg (maximum) at dirty condition. The gas filter shall be vertical pressure vessel

designed as per ASME Section VIII Div. 1.

20. Fiscal Metering

Design and manufacture of Fiscal Gas Metering System shall be in accordance with this specification

unless otherwise agreed in subsequent written communication between Pipeline Company and CPC.

The Fiscal Gas Metering System shall be factory assembled package ready for trouble free safe

operation. The fiscal gas metering system shall be complete with, but not limited to, the following

equipment and requirements:

Fiscal application approved, redundant, multi-path ultrasonic flow meters

Gas Chromatograph and sampling system (if necessary)

Isolation and switching valves

Flow computers

On skid piping, instrumentation and equipment

February, 2021

68

Meter proving

Protective coating

Packaging and marking for transport

Start up and commissioning spare parts

Special tools

Consumables (including calibration and carrier gases) for operation

Documentation, drawings, and certification

The Pipeline Company shall allow CPC 8 access to such meters.

21. Metering Skid Overview

The fiscal gas metering system shall comprise two 100% redundant, parallel, ultrasonic metering runs

complete with flow conditioners, pressure and temperature measurement instrumentation, pipework,

valves and support steelwork and a remote fiscal gas flow metering panel housing independent run

flow computers. The system shall also include a gas chromatograph, hydrocarbon dew point

analyser(s), water content (dew point) analyser and the associated sample extraction and conditioning

facilities. The Pipeline Company shall allow access to such meters.

22. Metering Skid Operation

The flow meters will normally be operated as parallel runs with only one run online at a time.

Changeover between the flow metering runs shall be achievable remotely through commands initiated

from the Process Control System (PCS) and activated through the flow metering computers.

Configuration of the changeover sequence shall ensure that a gas flow path from the inlet to the outlet

of the skid is maintained at all times during changeover.

The parallel ultrasonic metering runs shall be capable of being lined up serially via a skid based

crossover complete with two full bore isolation ball valves, to facilitate cross-checking of meter

indications. Changeover between parallel and series operation of the flow meters shall be achievable

remotely through commands initiated from the Process Control System (PCS) and activated through

the flow metering computers.

The flow meter in service shall determine actual (uncorrected) gas flow by measurement of gas velocity.

Gas compressibility, density and calorific (heating - LHV) values shall be calculated by the Gas

Chromatograph from the measured compositional data. Using this and the flowing pressure and

temperature measurements, the flow computer shall calculate standard volumetric flow rate, energy

and mass flows.

February, 2021

69

Measurement of the hydrocarbon dew point shall be through a dedicated hydrocarbon dew point

analyser system interfacing to the PCS. Measurement of water content shall be through a single water

content analyser (water dew point analyser) interfacing to the PCS.

23. Temperature Instrumentation

A temperature transmitter shall be installed on each metering run. Temperature measurement and test

thermowells shall be located in the metering runs in accordance with AGA-9. Thermowells shall be

located in the top of the pipe. Thermowell wake frequency and stress calculations shall be performed

to ASME PTC-19.3 and submitted for information.

24. Pressure Instrumentation

A gauge pressure transmitter shall be installed on each metering run.

25. Gas Chromatograph

An industrially hardened process Gas Chromatograph (GC) (as opposed to a laboratory type GC) shall

be fully integrated into the package skid and the associated control electronics may be incorporated

into the Flow Metering Computers Panel or alternately be located on the skid with the field GC

equipment. The gas chromatograph shall provide online analysis of gas composition.

The Gas chromatograph shall utilize a fast loop sample system to ensure a representative sample is

obtained. Sample collection and disposal shall be engineered suitably as per good engineering

practices. Sample disposal should be to the process cold vent system if possible. Pipeline Company shall

advise if venting to atmosphere is required. Gas chromatographs shall utilize proven technology and

have a proven track record.

The process conditions and performance requirements of the gas chromatograph shall be as detailed

in this specification and based on the process data detailed on the Project Data Sheets attached to the

purchase order.

The gas chromatograph shall be capable of compositional analysis of the following, in mol%:

a) C1 to C6+

b) Nitrogen

c) Carbon Dioxide

Calculations of the following are required to ISO 6976, The compressibility is to be calculated to AGA

Report No. 8 which shall be accessible serially:

a) Compressibility (Z)

b) Lower Heating Value (LHV)

c) Wobbe Index (WI)

February, 2021

70

d) Relative Density (ρr)

e) Standard Density (ρs)

f) Operating Density (ρf)

g) Speed of sound in gas at Operating Conditions (Cf)

The algorithm and truncation rounding errors for computations performed by the analyzer shall be less

than ±0.0001%. This requirement shall be verifiable. The use of hydrogen, pure oxygen or gas mixtures

having compositions within explosive limits for any purpose other than as calibration sample is to be

avoided.

The analyzer shall be supplied as a free-standing unit and shall include all accessories required for

calibration and six months (minimum) operation including carrier and calibration gases. The analyzer

shall be supplied factory programmed, tested and calibrated for use on the gas. Access to software

configuration routines shall be controllable to restrict unauthorized modifications. Key lock control is

preferred; however, password control is acceptable. Network connectivity for remote configuration /

diagnosis shall be provided. Connectivity shall be ensured by the Pipeline Company using Pipeline

Company’s network..

The gas chromatograph together with its sample collection system shall be capable of providing the

following performance criteria:

a) Time between samples, including all purge and analysis phases shall be 5 (five) minutes

maximum.

b) Analyser system shall provide repeatable results within the ambient environmental conditions.

Pipeline Company shall advise if an analyser enclosure or shelter is required and include in the

tender.

c) The minimum time between automatic calibrations shall be daily. Pipeline Company shall

advise longest time allowable between automatic calibrations in order to meet the performance

requirements for this application.

d) Automatic calibration shall correct for any drift in analyser characteristics.

e) The minimum time between inspection and/or manual calibration checks shall be 6 (six)

months.

f) The analyser shall be capable of providing extensive self-diagnostic facilities, while on-line and

without impacting on the system operation or hazardous area certification status.

g) The analyser shall, as a minimum, provide a 4mA to 20mA externally-powered optically

isolated analogue signal representing the concentration range of any specific gas component as

February, 2021

71

selected by the Pipeline Company. These shall interface with the Pipeline Company’s PCS

(HOLD).

h) The analyser shall, as a minimum, provide two user configurable volt-free contacts rated at 24V

DC, 0.5 Amps for use by others.

i) The analyser system shall interface with the Pipeline Company’s’s PCS utilising serial

communications for unit status, alarm and diagnostic information. The preferred protocol for

digital communication is PROFIBUS however MODBUS is also acceptable.

j) The analyser shall calculate and report to a minimum basic accuracy of ± 0.05% of reading the

component concentrations (mol%) of the gas.

k) The repeatability of the Gas Chromatograph shall be within the following limits (or better if

required to achieve associated fiscal gas metering performance criteria).

Table: Flow Computer I/O Listing

Component Range (mol %) Standard Deviation (mol %)

0 – 25 0.02

25 – 100 0.05

l) The uncertainty of the computed higher heating value (LHV) shall not exceed 0.025% absolute.

m) The following alarms shall be reported by the analyser, as a minimum: − Low calibration gas

pressure

a. Internal fault (eg oven temperature, electronics failure, power failure, missed component).

b. Loss of sample flow.

c. Loss of fast loop return flow.

d. Loss of utilities (eg low carrier gas pressure).

e. Pressurisation failure.

f. Hardware fault.

g. Loss of power.

26. Calibration and Carrier Gas

Pipeline Company shall supply all calibration and carrier gases inclusive of cylinders and associated

equipment e.g. valves, hoses.

February, 2021

72

27. Analyser Shelter

To provide additional protection, ensure satisfactory performance of the analysers, and to facilitate

maintenance activities, if required Vendor shall furnish a complete analysers shelter for analyser

systems including analyser sampling system. Analyser shelter may be used when the analysers comply

with the hazardous area classification of the location and the environmental conditions where they are

installed.

28. Sample Conditioning and Sampling Systems

Sample conditioning systems shall include all components required to condition the process sample to

achieve the performance requirements for the analyser. Sample systems shall minimise the time lag

between the process sample being taken and the analysis being completed.

29. Overall Measurement Uncertainty

The Pipeline Company shall guarantee the fiscal gas metering system to measure energy flow to within

an uncertainty of < ±1.0%. This guarantee shall be valid for all flow rates between 5% (five per cent)

and 100% (hundred per cent) of the CPC’s nominated maximum “calibrated range” value and at all

specified gas pressures, temperatures and compositions. Performance shall be maintained across these

conditions without any requirement for manual adjustment.

Pipeline Company shall demonstrate uncertainty with calculations. Uncertainty calculations shall be

supplied in accordance with ISO-5168. These calculations shall address measurement uncertainties for

energy, standard volumetric, actual volumetric and mass flow and shall take into account errors from

all system components including; piping geometry, ultrasonic meters, GC, pressure and temperature

transmitters, calculations, IS isolators (if required), A/D converters, rounding errors etc.

30. Metering Runs Layout

The layout and design of the piping spools and other equipment comprising each of the metering runs

shall be identical in design and layout.

31. Ultrasonic Flow Meters

Fully spared multi-path, spool type ultrasonic flow meters shall be supplied in accordance with this

specification. The design and fabrication requirements (meter requirements, performance

requirements, individual meter testing requirements, and installation) of flow meters shall comply with

AGA Report No. 9 (Measurement of Gas by Multipath Ultrasonic Meter).

The flow meters shall have internal diameters matching the upstream and downstream metering runs.

All meter body process flanges shall be ASME 600# RF including process connections used for line

pressure measurement. Flow meter type shall have approval by an independent metrology organisation

February, 2021

73

for use in custody transfer applications. Flow meter shall not suffer any damage or performance

deterioration due to rapid depressurisation or pressurisation of the meter runs.

32. Flow Conditioners

Flow conditioners shall be provided to achieve a fully developed flow profile at the ultrasonic meter.

The flow conditioner type shall be inherently designed to minimise the likelihood of clogging and

fouling. Flow conditioners shall be flanged spool type, not insertion sleeve type.

33. Calibration

All equipment used in the calibration of the Fiscal Gas Metering System shall have current master

calibration certification traceable to primary national standards. Appropriate calibration certificates

shall be supplied for all calibration tests.

The Pipeline Company shall perform a high pressure natural gas calibration of the ultrasonic flow

meters at a CPC approved facility. This calibration shall include each of the flow meters. There shall be

a minimum of 6 (six) calibration points evenly spread across the meter design flow range.

The following dry calibration tests shall be performed in accordance with AGA-9 and the referenced

standards:

Dimensional Measurements

Zero-Flow Verification Test (Zero Test)

The ultrasonic flow meters shall be zeroed using nitrogen to verify transit-time measuring system of

each meter. A zero-flow offset factor shall be documented. Pressure and temperature transmitters shall

be calibrated. Temperature transmitters shall be calibrated with their respective RTD’s.

34. Factory Acceptance Test (FAT)

The complete Fiscal Gas Metering System shall be subject to a Factory Acceptance Test (FAT) at the

Pipeline Company’s works in order to verify the design, construction, functional operation and

performance is fully in accordance with the requirements.

The GC interface shall form an integral part of the package FAT. The FAT shall include, but not be

limited to the functional test of all equipment and interfaces. The equipment shall be shop tested in

accordance with and will conform to the requirements of this specification and National Standards and

Codes. Tests shall be witnessed by the Pipeline Company as identified in the project quality control

plan and the test report will be shared with CPC.

35. Systems Integration Testing (SIT)

After the satisfactory completion of FAT for the Package, the Gas Metering system and other sub-

systems and their components will be shipped to, assembled and interconnected at a staging facility

nominated by the PCS Supplier and approved by the CPC. Where practical, the SIT may be conducted

concurrently with the FAT.

February, 2021

74

36. Site Acceptance Tests (SAT)

The SAT shall be based on a sub-set of the FAT procedures supplemented by tests which can be carried

out only at site, for location, logistical or technical reasons. The tests shall be carried out in accordance

with a testing procedure specification prepared by the vendor and agreed by the Pipeline Company in

advance of commencement. The purpose of the SAT is to establish that the package equipment has

been shipped without damage, has been correctly installed, and operates reliably to specification in its

final environment. The SAT procedure shall be carried out in accordance with the requirements defined

in the following sections.

The SAT objectives are listed as follows:

Ensure that all deliverable items -hardware, software, documentation, media, interconnecting

cables, etc -are present and acceptable.

The correct functioning of the supplied package in accordance with the applicable functional

specifications, including all interfaces to other equipment and sub-systems connected to the final

power supply and earthing system.

The system operates under load conditions over the test period at or better than design availability.

The system can tolerate failure of individual modules and sub-systems and be recovered to full

function following repair and re-instatement of such items.

That all timer settings and alarm/trip set-points that may have been modified for the purposes of

FAT have been re-configured to their correct values.

That all remedial punch-list work agreed at the FAT has been satisfactorily completed by the

Supplier and the system meets its design specification in full.

The operator interface is both safe and operable with respect to the presentation of data and alarms

and the implementation of control.

The SAT shall confirm correct installation and configuration of all equipment. Any equipment added

or replaced since the FAT shall be fully tested. This shall include but not be limited to the following

activities:

Power distribution and earthing checks.

Check for ancillary equipment interference.

Check noise levels versus specification.

Check operation and performance of all connected sub-systems. In particular those not previously

tested at FAT.

Any software which has been subject to remedial work since FAT should be thoroughly retested

including any potential impacts on unmodified software. Similarly any software added since FAT

should be fully tested.

February, 2021

75

37. Commissioning and Start-up

The CPC’s final acceptance of the equipment will be subject to a performance test acceptable to CPC

once the equipment has been installed and commissioned at Site.

38. Flow Metering Computers Panel

38.1 Panel Design – General

The flow metering computers panel design shall be in accordance with normal oil and gas requirements

for cabinets in air conditioned rooms.

38.2 Power Supplies

Power supply to the Chromatograph shall be consistent with manufacturer requirements. As far as

possible, the power supplies for the all metering runs shall remain segregated.

38.3 Flow Computers

One flow computer shall be supplied per metering run.

Each flow computer shall provide the following I/O and interfaces with the devices listed:

Table: Flow Computer I/O Listing

Device Signals Communications

Ultrasonic Flow Transmitter

Flow Pulse

Status, Diagnostic, Signal

Validity

RS-485 PROFIBUS or

Modbus RTU

Pressure Transmitter Pressure 4 – 20mA/ HART

Temperature Transmitter Temperature 4 – 20mA/ HART

Gas Chromatograph (GC)

Gas composition, Calorific

Value, Compressibility,

Standard, flowing and

relative density

Compounds to C6

GC Status

RS-485 PROFIBUS or

Modbus RTU

Digital Volt free contact

normally closed, open or

alarm

Process Control System (PCS) All instantaneous and

totalized flow values, all field

RS-485 PROFIBUS or

Modbus RTU

February, 2021

76

transmitter instantaneous

values

Common fault

Digital Volt free contact

normally closed, open or

alarm

Output to Totaliser (Provided

on Flow Computer)

Totalised Actual

(uncompensated)

Volumetric Flow

Totalised Energy Flow

Digital Display on Flow

Computer Facia

Configuration Laptop Configuration Interface RS-485 PROFIBUS or

Modbus RTU`

Printer Local

All configuration software and associated manuals for the flow computers shall be provided for

installation on a laptop PC. All necessary interface cabling and other hardware required for

configuration shall be supplied.

At least three levels of security coded access shall be provided on the flow computer:

Table: Security Access Levels

Operator Ability to read programmed data and print

reports on demand

Technician

As per Operator plus ability to manipulate

parameters required for routine maintenance

and calibration

Engineering As per Technician plus ability to change all

constants and system configuration

For audit purposes, it shall be possible to verify all flow calculation constants and configuration

parameters whilst the meter is in service.

38.4 Calculations

The following calculated values will be provided by the GC:

February, 2021

77

Gas compressibility to AGA-8 (Detail Characterisation Method)

Gas Lower Heating Value to ISO-6976

Gas Wobbe Index to ISO-6976

Gas Density (Operating / Standard / relative), to ISO-6976

Speed of sound of gas at operating conditions

The Pipeline Company may elect to perform some of these calculations within the flow computers. Each

flow computer shall calculate the following parameters:

Table: Flow Computer Calculated Parameters

Units

Instantaneous Totalised

Actual volumetric gas flow

rate

Acfh acf

Standard volumetric gas flow

rate

MMscfd MMscf

Gas mass flow Kg/hr Kg

Gas energy flow [M]J/hr [M]J

Full calculation execution shall be achieved every 5 seconds.

38.5 Software

Licenses for all proprietary software shall be provided to the CPC for the entire life of Project.

38.6 Reporting

Each flow computer on the Fiscal Gas Metering package shall be configured to produce automatic,

periodic and on-demand reports as required to ensure all system data, alarms and events are recorded

for gas sales, system analysis and troubleshooting purposes. Detailed system reporting features and

data shall be developed between the Pipeline Company and the CPC during the system design.

39. Piping

All piping shall be terminated and anchored at the skid edge for flanged tie-in to ORF’s off-skid piping

and shall be securely supported and not induce excessive loads on equipment within the skid. The

supports shall either be adequate for transportation or alternatively provided with temporary bracing.

All piping connections to ORFs piping including inlet, outlet, utility, and drain lines shall extend to and

be terminated at the edge of the skid. All termination points shall be clearly identified by permanently

February, 2021

78

fixed, durable labels. Piping terminations and nozzles shall be held to the dimensions shown on the

Project Drawings.

Safety shall be of prime importance during the development of the skid mounted package equipment

and piping layouts. The skid shall be designed as safe as practically possible for the personnel using,

installing, maintaining, and testing the equipment.

40. Utilities

40.1 Cold Vent

A cold vent shall be provided to safely dispose hydrocarbon to atmosphere under maintenance or

emergency relief. The location and length of the vent shall take into account the hydrocarbon LEL limits

acceptable on the facility in the event of venting and or relief cases and the resultant heat radiation in

the event of inadvertent ignition of vent gases. The Vent Stack shall be sized for safe venting of pipeline

gas, if required due to any Emergency. Vent stack will be self-supporting type and will be provided with

a Knock-Out Vessel and a Sonic Vent.

40.2 Instrument Air Compressor and Dryer

As a part of utilities requirements for the ORF, an instrument air system consisting of the following

components shall be installed:

-Fully spared electric motor driven rotary screw compressors

Fully spared dual air dryer package (heatless type)

Pre & post filters

Instrument air receiver

40.3 Utility Water System and Fire Water System

The utility water system and Fire Water System shall be designed to meet the requirements of ORF as

per local applicable Codes and International Codes. Fire Pumps for ORF shall be designed, fabricated,

inspected and tested in accordance with NFPA 20 and local Specifications. Jockey Pumps will keep the

fire header pressurised all the time. Both the fire pumps shall be diesel engine driven. Jockey pumps

shall be electric motor driven. Fire pumps and jockey pumps will be designed as horizontal type pump.

Fire Pump Package will be installed under a shed and shall be designed for outdoor installation. Fire

water pumps will use water from Fire Water Storage Tank.

Equipment sparing requirements shall be determined by the subject to Reliability, Availability and

Maintenance (RAM) assessment.

40.4 Diesel Generator (as required)

The ORF shall receive 400-V, 50-Hz, 3 Phase electrical power. For backup Power supply Diesel

Generator shall be provided.

February, 2021

79

40.5 Heating, Ventilation and Air-Conditioning (HVAC)

HVAC and pressurization systems shall be provided as required for the control rooms, electrical

substations.

L2 - Sri Lanka LNG Project- Preliminary EIA Report

Purpose of the report

Bidder shall obtain clearance for the Project in terms of the Central Environment Act No 56 of 1988, as

amended. This process may include obtaining clearances from various stakeholders of this project such

as Marine Environment Protection Agency (MEPA), Department of Coastal Conservation and Costal

Resources Management (CC&CRMD), Sri Lanka Land Development Corporation (SLLDC), Provincial

councils, etc.

This preliminary environment assessment is for the proposed FSRU and Liquefied Natural Gas (LNG)

pipeline from the Floating Storage Regasification Unit (FSRU) off the coast in Kerawalapitiya. In

pursuance of the principal Sri Lankan environmental Law - Central Environment Act, 1988 new

projects or expansion of any existing ones necessitates statutory prior environmental clearance in

accordance with the objectives as laid down by the Central Environmental Authority, by preparing

Environmental Impact Assessment (EIA) report.

The objective of this report is to take stock of the prevailing quality of environment, to assess the

impacts of proposed pipeline activity on environment and to plan appropriate environmental control

measures to minimize adverse impacts and the various environmental clearances required for the

same.

Project Description

This project is for design, finance, supply, delivery, erection, testing, commissioning, operation &

maintenance and transfer of Natural Gas transmission onshore and offshore pipeline system which

includes Pipeline End Manifold (PLEM), offshore pipeline from PLEM to Landfall point, Landfall

Point, Onshore Pipeline from Landfall Point to Onshore Receiving Facility (ORF), ORF, Onshore

Pipeline network from ORF to power plants at Kerawalapitiya and Kelanitissa with associated

instrumentation, metering, safety and other auxiliary systems.

The proposed regasification system is of the capacity 380 MMSCFD.

The supply of LNG (including transportation) is by an LNG Carrier Vessel (LNGC), which is to be

moored near the FSRU. LNG is then regasified on-board the FSRU and the resulting regasified LNG is

sent to the On-shore Receiving Facility via an off-shore subsea gas transmission pipeline. Pipelines

February, 2021

80

from the On-shore Receiving Facility are then routed to the power plants located at Kelanitissa and

Kerawalapitiya.

FSRU Cargo Storage Capacity Minimum 156,000 m3

Tank Type Membrane or Moss

FSRU Tank Design Pressure 80 ~ 140kPa

Cryogenic System Design

Temperature

-163°C

Minimum Regasification Output TBC based on power plant minimum supply specification.

Nominal Regasification Output 300 MMSCFD 380 MMSCFD

Boil Off Rate Max 0.15% of the storage capacity per day

Nominal Gas Send-Out Pressure 70 bar maximum & 45 bars minimum

Minimum HP Gas Send Out

Temperature

10 ˚C

BOG Management Efficient BOG management for up to 20 days of zero send-out. No

venting allowed under normal operating conditions required.

Table 1-1: Specifications of FSRU Operation

February, 2021

81

Description of the Environment

The land use of the project area is in the Kerawalapitiya area close to Colombo, Sri Lanka, near the

Indian Ocean Area. The topography is the sub-sea area around 700 meters from the seashore. The place

has tropical climate, characterized by high temperature, high humidity, medium to high rainfall and

short and mild winters. There is no wildlife sanctuary / national park within 15 kms from the proposed

alignment. However, sea conditions may become rough with wind speed exceeding 55 kmph at times.

Such wind speeds may hamper Ship-to-Ship operations. The actual site map can be shown as below:-

Anticipated Environmental Impacts

The major environmental issues associated with the Terminal and the associated facilities for a gas

pipeline projects are listed below:

a) Hazardous material management

b) Wastewater discharges

c) Air emissions

d) Waste management

e) Noise generation

February, 2021

82

The detailed Impacts and proposed mitigation measures are listed in below table:

Components Phase Associated

Impacts/Risks Proposed Mitigation

Measures

Hazardous material management

Operation (Storage, transfer, and transport of LNG)

Leaks or accidental release from tanks, pipes, hoses, and pumps at land installations and in LNG transport vessels and vehicles.

The storage and transfer of LNG also poses a risk of fire and, if under pressure, explosion, due to the flammable characteristics of its boil-off gas (BOG).

Structural soundness to prevent fires and explosions during normal operations and during exposure to natural hazards.

Provisions for commissioning, overfill protection, secondary containment, metering and flow control, fire protection (including flame-arresting devices), and grounding (to prevent electrostatic charge)

Periodic inspection for corrosion and structural integrity and installation of cathodic protection system.

Formulation and adherence to global best practices for Loading/unloading activities.

Operational Phase

Rapid Phase Transition (RPT) can occur due to accidental spilling of LNG onto water at a very fast rate. The heat transfer from water to spilled LNG causes LNG to instantly convert from its liquid phase to its gaseous phase.

The large amount of energy released during RPT can cause a physical explosion with no combustion or chemical reaction. The hazard potential of rapid phase transitions can be severe but is generally localized within the spill area.

Using internationally recognized models for conducting spill risk assessment.

Early detection of gas release.

Development of spill prevention and control plan

Adequate designing of LNG storage tanks (e.g. high nickel-content welded steel inner tank and reinforced concrete outer tank; single wall tank with an external containment basin, full containment tank design)

Adequate design of the facility drainage system discharge (trough and sump system) to reduce vaporization rates to limit the overall vapour dispersion area.

February, 2021

83

Components Phase Associated

Impacts/Risks Proposed Mitigation

Measures

Water Quality Construction Phase

Various construction activities will result in increasing the suspended solid and turbidity in drainages and channels.

In addition to this release of contaminants / wastes, loss of benthic flora and fauna and mangroves may happen

The re-suspended sediments will have negative impact on benthic fauna and fishery resource. Direct impacts on water quality arise when the sediments are contaminated.

The release of any heavy metal, hydrocarbons, or other hazardous chemicals into the water column can cause toxic effects on marine biota.

The release of organic wastes could cause localized oxygen depletion in the water column creating stressful conditions for aquatic biota.

During the construction phase there will be generation of some sewage material due to personnel involved in the construction work. The disposal of these sewage materials

Drainage management plan to prevent erosion.

Provision of waste water treatment to avoid any contamination of waterways with hazardous/municipal waste.

Regular removal of debris and waste material from site for adequate disposal.

February, 2021

84

Components Phase Associated

Impacts/Risks Proposed Mitigation

Measures

into the marine environment will also have adverse impact on the water quality as well as marine biota.

Operation Phase

The use of water for process cooling at LNG liquefaction facilities and for re-vaporization heating at LNG receiving terminals may result in significant water use and discharge streams

drainage and storm water (from process and non-process areas), sewage wastewater, tank-bottom water (e.g., from condensation in LNG storage tanks), fire water system releases, wash down (equipment and vehicle) water, general oily waters, and other waters (e.g., hydrostatic test water).

Water conservation opportunities should be considered for LNG facility cooling systems (i.e. air-cooling heat exchangers – if applicable).

Careful selection of biocides/chemical use/chemical adhesives (if necessary), in terms of dose concentration, toxicity, biodegradability, bioavailability, and bioaccumulation potential.

Consideration should be given to residual effects at discharge using techniques such as risk-based assessment.

Grey and black water from showers, toilets, and kitchen facilities should be treated in adequate manner.

Separate treatment facility should be adopted for open drains and closed drains (process drainage with possible hydrocarbon contamination)1

Preparation of hydrotest water disposal plan with due consideration of hydrostatic water quality.

1 Firewater: Firewater from regular test releases should be contained and directed to the facility’s drainage system or to a

storage pond and wastewater treatment system, if contaminated with hydrocarbons.

Wash waters: Equipment and vehicle wash waters should be directed to the closed drainage system or to the facility’s

wastewater treatment system.

General oily water: Oily water from drip trays and liquid slugs from process equipment and pipelines should be routed to the

wastewater treatment system.

Hydrostatic testing water: Hydrostatic testing of LNG equipment (e.g., storage tanks, facility piping systems, transmission

pipeline connections, and other equipment) involves pressure testing with water during construction/commissioning to verify

their integrity and to detect potential leaks. Chemical additives may be added to the water to prevent internal corrosion.

Pneumatic testing with dry air or nitrogen may be employed for cryogenic piping and components.

February, 2021

85

Components Phase Associated

Impacts/Risks Proposed Mitigation

Measures

Air Quality Construction Phase

Construction activities can become major sources of dust, for example earth-moving, drilling and handling of aggregates besides operation of construction equipment, which could generate fugitive emissions including combustion gases, greenhouse gases (GHGs), primarily carbon dioxide nitrogen oxides and carbon monoxide.

Dust suppression by using water sprinkling.

Offsite grading of aggregates

Operational Phase

The primary air pollutants from a LNG facility includes Exhaust gas emission, Boil-off Gas, Fugitive emission (nitrogen oxides (NOX), carbon monoxide (CO), carbon dioxide (CO2), and in case of sour gases, sulphur dioxide (SO2)).

These emissions majorly result from flaring and venting, as well as from fugitive sources as part of activities at both LNG liquefaction and regasification terminals

Air emission specifications should be considered during all equipment selection and Procurement.

Adequate maintenance of all pumps, valves and pipelines must be ensured to limit any fugitive natural gas and LPG emissions within acceptable limits

Continuous venting or flaring of boil off gas under normal operations should be avoided.

Use of vapour recovery system to avoid boil off gas emissions.

At regasification terminals, the selection of Submerged Combustion Vaporizers (SCV), Open Rack

Vaporizers (ORV), Shell and Tube Vaporizers, and Air Vaporizers should be assessed, taking into consideration baseline environmental conditions and environmental sensitive receptors.

February, 2021

86

Components Phase Associated

Impacts/Risks Proposed Mitigation

Measures

Waste Generation

Construction Phase

Construction debris/excavated material and municipal waste generation from labour camps

Oil spills from vehicular movement and washing/vehicle maintenance facility.

Reuse of excavated material and construction debris in filling activity.

Operation Phase

The various waste generation from a LNG facility includes waste oils, oil-contaminated rags, hydraulic fluids, used batteries, empty paint cans,

waste chemicals and used chemical containers, used filters, spent sweetening and dehydration media (e.g., molecular sieves) and oily sludge from oil-water separators, spent amine from acid gas removal units

(if present), scrap metals, and medical waste, among others

Waste materials should be segregated into non-hazardous and hazardous wastes and considered for re-use/recycling prior to disposal.

Waste management plan should be prepared and adhered for storage, handling, transportation and disposal.

Noise Quality Construction Phase

Major source of noise pollution will be movement of vehicles for transportation of construction material and various construction activities.

Adherence to statutory regulations to maintain the noise level below the desired limit.

Operation Phase

Major source of noise generation at an LNG facility include pumps, compressors,

February, 2021

87

Components Phase Associated

Impacts/Risks Proposed Mitigation

Measures

generators and their drivers, compressor suction/discharge, recycle piping, air dryers, heaters, air coolers at liquefaction facilities, vaporizers used during regasification, and general loading/unloading operations of LNG carriers/vessels

Impact on Terrestrial Ecology

Construction Phase

Construction activity will involve removal of vegetation, which may result in the destruction of natural habitat for localized flora and fauna and migratory fauna. (The detailed assessment should be carried out to understand the present ecological biota and associated impacts)

Identification of present biota, limit the removal of vegetation

Development of green belt to compensate the destruction of habitat.

Operational Phase

Fugitive emissions from the facility and waste general from the office can have negative impact on terrestrial ecology.

Adequate waste management and on time monitoring of any leakages (if identified) and adherence to the. emergency procedures.

Impact on Marine Ecology2

Construction Phase

Material derived from the dredging process may also be carried as a benthic plume for significant distances along the sea bed. Impacts include suppression of species variety,

Construction of coffer dam to retain the dredged material, which is especially designed to strain water without releasing considerable sediment load back into the marine ecosystem.

Reduce overspill as far as practically possible and

2 Most studies on the impact of dredging on marine benthos show that dredging can result in a 30 to 70% reduction in species variety, a 40

to 95 % reduction in the number of individuals and a similar reduction in biomass in dredged areas (Newell et al., 1998). The process of

recolonization and recovery is a complex one involving initial colonization by fast growing animals (opportunistic) species. In stable

environments these are replaced and supplemented by a wider species diversity of slow-growing (equilibrium) species after cessation of dredging. In more disturbed habitats the community is dominated by opportunistic species, which do not move towards an equilibrium

community of repeated environmental disturbance.

February, 2021

88

Components Phase Associated

Impacts/Risks Proposed Mitigation

Measures

population density and biomass as well as differences in species composition compared with the surrounding deposits.

Impact will include physical disturbance of nesting and spawning, destruction of fish, shrimps and benthic faunal feeding habitats, removal of benthic faunal communities.

Detrimental effects of suspended sediments, turbidity and sedimentation will include - disturbance of fish spawning and nursery habitats, disturbance of fish and shrimp larval development, effects on the behaviour of migrating organisms, feeding of larval, juvenile and adult fishes and crustaceans, burial of benthic fauna communities, enhancement of photosynthetic oxygen production of planktonic algae and burial of benthic plants.

Degradation of water quality, especially in zones with low energy and in waters with sediments with high organic content will result in impairment of larval

ensure that the discharge pipe is located at a suitable depth in the water

Use an efficient trailing suction hopper dredger.

February, 2021

89

Components Phase Associated

Impacts/Risks Proposed Mitigation

Measures

development of marine animals, impact on adult and crustaceans (e.g. bioaccumulation), benthic organisms and enhancement of algal growth.

Operational Phase

The potential threat to the fish is from the untreated industrial and municipal sewage already being discharged into the creeks.

Impacts on marine ecology can also result from collision of ships, boats or tankers.

Oil spill due to tanker accident would contaminate the environment leading to adverse impacts.

Developed a contingency plan to combat oil spills in case of emergency

Impact due to laying of pipelines

Construction phase

Laying of onshore pipelines will have impact on the land use pattern.

Dredging activity can also create disturbance to residents and fishermen. However, the impact on land acquisition is not envisaged due to laying of pipelines

Development of construction management plan

Operations phase

The area for laying pipelines will result in restricted rights within the right of way and may limit the activities

Careful marking of the Right of Way and conveying the reserved rights within the RoW to the local residents

February, 2021

90

Components Phase Associated

Impacts/Risks Proposed Mitigation

Measures

Impact on nearby settlements

Construction Phase

The impact on nearby settlements during construction phase will be due to air pollution and noise generating activities

This impact can be reduced by limiting the construction activity to day time and taking adequate measures such as installation of noise barriers, development of traffic management plan etc.

Operations Phase

Limited access to the restricted area / area with reserved rights may result in reduced accessibility to nearby settlements

Impact on Fishing Activity / Livelihood of fisherman

Construction Phase

Impact on fishing due to Construction works: during the trenching for laying the subsea pipeline, fisherman will not be allowed to cross over the areas where trenching is being done. This is a short-term impact and completely reversible as there will not be any prohibition of fisherman crossing the areas above the path where the subsea pipeline is laid

Prior consultations should be carried out to access the significance of impact on the livelihood of fisherman.

Necessary sign boards and marker buoys along with interaction with the fishermen should be initiated so that there is no hindrance in the movement of fishing boats and carrying out fishing activities.

Fisherman should be regularly educated about the orientation of approach channel and ships visits etc.

Regular interactive session with the community can help in reducing the conflict with fisherman (if any arises)

Operations Phase

Limited access may have significant impact on the livelihood of local fisherman. Impact on fishing may also result due to vessel movement.

Reduction in fish population can also result as part of rapid movements across the area

Impact of offshore

Construction Phase

Conventional offshore platform

Optimizing the light source can help in reducing the

February, 2021

91

Components Phase Associated

Impacts/Risks Proposed Mitigation

Measures

facilities on migratory birds

lighting can attract birds during the autumnal migration resulting in encirclement causing elevated avian mortality rates from bird strike, incineration in the flare (when the flare is in operation) and exhaustion

mortality rate (such as removing the long wavelength component of spectrum from the lightning used in offshore facilities)

Operations Phase

Occupational Health and Safety

Occupational health and safety are important aspects for any developmental activity. Occupational

health and safety needs attention both during construction, operation and maintenance phases. A

broad framework for Occupational health and safety measures is presented in this section.

Occupational Hazards

Occupational health hazards, areas associated with hazards and proposed mitigation measures are

given in the below table:

S.

NO

Occupational

Health Hazard

Component

Areas associated with Hazards

1 Noise Construction, operational activities such as FSRU facility handling, &

unloading of LNG, maintenance of FSRU unit, and repair activities like

metal working such as welding, cutting; the use of heavy equipment and

vehicles, DG sets

2 Confined Spaces Confined space entry by workers and the potential for accidents may vary

among LNG terminal facilities depending on design, on-site equipment,

and infrastructure. Confined spaces may include storage tanks, secondary

February, 2021

92

S.

NO

Occupational

Health Hazard

Component

Areas associated with Hazards

containment areas, and stormwater/wastewater management

infrastructure

3 Electrical Hazards Energized equipment, earthing and welding equipment’s and power lines

can pose electrical hazards for workers

4 Fire and Explosion Handling and storage of fuel, combustible material & products, etc.

5 Slip, Trip and Falls Decks, gratings, ladders and walkways are likely to become slippery or

hazardous due to cargo residues, welding rod ends, Spill liquids, scrap

metal, etc., Mal-operation of lifting equipment’s.

6 Community Health

and Safety

Community health and safety impacts during the operation of LNG

facilities or transport of LNG are related to potential accidental natural

gas leaks, in either liquid or gas form. Flammable gas or heat radiation

and overpressure may potentially impact community areas outside the

facility boundary, although the probability of large-magnitude events

directly associated with storage operations in well-designed and well

managed facilities is usually negligible. The layout of an LNG facility and

the separation distance between the facility and the public and/or

neighboring facilities outside the LNG plant boundary should be based on

an assessment of risks from LNG fire (thermal radiation protection),

vapor cloud (flammable vapor dispersion protection), or other major

hazards.

LNG facilities should prepare an emergency preparedness and response

plan that considers the role of communities and community

infrastructure in the event of an LNG leak or explosion.

February, 2021

93

S.

NO

Occupational

Health Hazard

Component

Areas associated with Hazards

7 Chemical Hazard Facilities should be equipped with a reliable gas detection system that

allows the source of release to be isolated. Blowdown of pressure

equipment should be initiated to reduce system pressure and

consequently reduce the release flow rate.

Liquefaction facilities with gas treatment operations may have the

potential for releases of hydrogen sulfide (H2S). Development of a

contingency plan for H2S release events, including appropriate aspects

from evacuation to resumption of normal operations.

8 Roll-Over Storage of large quantities of LNG in tanks may lead to a phenomenon

known as “roll-over.” The potential for rollover in LNG storage tanks

arises when separate layers of LNG of differing densities exist within the

tank. Pressure safety values should be installed to prevent roll-over.