name of work: dry docking and afloat repairs of lighthouseनोएडा (उ॰प्र॰) -...

117
भारत सरकार /Government Of India पोत पररवहन मंालय/Ministry Of Shipping दीपतंभ और दीपपोत महाननदेशालय/Directorate General Of Lighthouses & Lightships दीप भवन, ए-13, सैटर-24/“DEEP BHAWAN” A-13, SECTOR 24 नोएडा (उ॰॰) - 201301 /NOIDA (U.P) - 201301 - नवदादतावेज /e - Tender Document कायय का नाम: लाइटहाउस टडर वेसेल एम॰वी॰ इनददरा पॉइंट (GRT-2477) के ाईडॉककग और एलोट रपेयसName of Work: Dry Docking and Afloat Repairs of Lighthouse Tender Vessels M.V Indira Point (GRT-2477).

Upload: others

Post on 07-Jul-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

भारत सरकार /Government Of India

पोत पररवहन मतं्रालय/Ministry Of Shipping

दीपस्तभं और दीपपोत महाननदशेालय/Directorate General Of Lighthouses & Lightships

दीप भवन, ए-13, सकै्टर-24/“DEEP BHAWAN” A-13, SECTOR 24

नोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301

ई - नननवदादस्तावजे /e - Tender Document

कायय का नाम: लाइटहाउस टेंडर वसेले एम॰वी॰ इनददरा पॉइंट (GRT-2477) के ड्राईडॉककग और एफ़्लोट ररपयेसय

Name of Work: Dry Docking and Afloat Repairs of Lighthouse Tender Vessels M.V Indira Point (GRT-2477).

Page 2: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - I

1

Government of India

Ministry of shipping

Directorate General of Lighthouses and Lightships

“Deep Bhawan”, A-13, Tulsi Marg, Sector 24,

NOIDA, Uttar Pradesh –201 301.

Tele-Fax-0120-2412677, Telephone-0120-2411345

E-mail:- [email protected]

INDEX

SECTION- I - NOTICE INVITING e- TENDER ................................................................................... 7

SECTION- II - INSTRUCTIONS TO BIDDERS ................................................................................. 10

2.1 Registration on CPP Portal: .................................................................................................... 10

2.2 Preparation of Bid ...................................................................................................................... 11

2.3 Submission of Online Bid ......................................................................................................... 11

2.4 Documents required to be uploaded .................................................................................. 13

2.5 Submissions and Opening ....................................................................................................... 14

2.6 Inspection of Vessels ................................................................................................................. 14

2.7 Pre-Bid Meeting ........................................................................................................................... 15

2.8 Evaluation of Bids ....................................................................................................................... 15

2.9 Notification of Award ................................................................................................................ 16

SECTION- III - DETAILED BID NOTICE .......................................................................................... 17

3.1 Technical Bid - Eligibility Criteria ........................................................................................ 17

3.2 Technical Bid – Documents to be submitted ................................................................... 17

3.3 Instructions to Bidders ............................................................................................................. 19

3.4 Language of the bid .................................................................................................................... 19

3.5 Bid Price .......................................................................................................................................... 20

3.6 Bid Currencies .............................................................................................................................. 20

3.7 Filling of Price Bid....................................................................................................................... 20

3.8 Evaluation of Bids ....................................................................................................................... 21

3.9 Award of work and signing the agreement ...................................................................... 21

SECTION- IV – GENERAL CONDITIONS OF CONTRACT ............................................................ 22

4.1 General ............................................................................................................................................ 22

4.2 Definitions...................................................................................................................................... 22

4.3 Interpretation ............................................................................................................................... 25

4.4 Communication ........................................................................................................................... 26

4.5 Law and Language ...................................................................................................................... 26

4.6 Contract Agreement ................................................................................................................... 26

4.7 Care and Supply of Document ............................................................................................... 26

4.8 Confidentiality .............................................................................................................................. 26

4.9 Employer’s Use of Contractor’s Documents: ................................................................... 27

Page 3: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - I

2

4.10 Contractor’s Use of Employer’s Documents .................................................................... 27

4.11 Confidential Details: .................................................................................................................. 27

4.12 Date of commencement ............................................................................................................ 27

4.13 Contract Period ............................................................................................................................ 28

4.14 The Employer ............................................................................................................................... 28

4.14.1 Right of Access of the Yard/Vessel ...................................................................................... 28

4.15 Employer’s Claims ...................................................................................................................... 28

4.16 The Employer’s Administration ............................................................................................ 29

4.16.1 The Employer’s Representative ............................................................................................ 29

4.16.2 Other Employer’s Personnel .................................................................................................. 29

4.16.3 Delegation Persons .................................................................................................................... 29

4.16.4 Instructions ................................................................................................................................... 30

4.16.5 Determinations ............................................................................................................................ 30

4.17 The Contractor ............................................................................................................................. 30

4.17.1 Contractor’s General Obligations ......................................................................................... 30

4.17.2 Contract Performance Guarantees ...................................................................................... 31

4.17.3 Contractor’s Representative .................................................................................................. 32

4.17.4 Subcontractors ............................................................................................................................. 32

4.17.5 Co-operation ................................................................................................................................. 33

4.17.6 Setting Out ..................................................................................................................................... 33

4.18 Quality Assurance ....................................................................................................................... 33

4.19 Sufficiency of the Contract Price ........................................................................................... 33

4.20 Unforeseeable Difficulties ....................................................................................................... 33

4.21 Rights of Way and facilities ..................................................................................................... 34

4.22 Contractor’s Equipment ........................................................................................................... 34

4.23 Progress Reports ......................................................................................................................... 34

4.24 Design .............................................................................................................................................. 34

4.24.1 General Design Obligations ..................................................................................................... 34

4.24.2 Contractor’s Documents .......................................................................................................... 34

4.24.3 Technical Standards and Regulations ................................................................................ 34

4.24.4 Documentation Error ................................................................................................................ 35

4.25 Testing ............................................................................................................................................. 35

4.26 Rejection ......................................................................................................................................... 35

4.26.1 Remedial Work ............................................................................................................................ 35

4.27 Commencement, Delays and Suspension.......................................................................... 36

4.27.1 Commencement of Works ....................................................................................................... 36

4.27.2 Time for Completion .................................................................................................................. 36

4.27.3 Extension of Time for completion ........................................................................................ 36

Page 4: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - I

3

4.27.4 Rate of Progress........................................................................................................................... 36

4.28 Liquidated Damages .................................................................................................................. 37

4.29 Suspension of Work ................................................................................................................... 37

4.30 Consequences of Suspension ................................................................................................. 37

4.31 Prolonged Suspension .............................................................................................................. 38

4.32 Resumption of Work.................................................................................................................. 38

4.33 Tests on Completion .................................................................................................................. 38

4.33.1 Contractor’s Obligation ............................................................................................................ 38

4.33.2 Delayed Tests ............................................................................................................................... 39

4.33.3 Retesting ......................................................................................................................................... 39

4.33.4 Failure to Pass Tests on Completion ................................................................................... 39

4.34 Employer’s Acceptance ............................................................................................................ 39

4.34.1 Acceptance of the Works and Sections .............................................................................. 39

4.35 Variations and Adjustments ................................................................................................... 40

4.35.1 Right to Vary ................................................................................................................................. 40

4.35.2 Value Engineering....................................................................................................................... 40

4.35.3 Variation Procedure .................................................................................................................. 40

4.35.4 Payment in Applicable Currencies ....................................................................................... 41

4.35.5 Adjustments for Changes in Costs........................................................................................ 41

4.36 Contract Price and Payment ................................................................................................... 41

4.36.1 The Contract Price ...................................................................................................................... 41

4.36.2 Schedule of Payments ............................................................................................................... 41

4.36.3 Interim Payments ....................................................................................................................... 42

4.36.4 Timing of Payments ................................................................................................................... 42

4.36.5 Cessation of Employer’s Liability ......................................................................................... 42

4.37 Termination by Employer ....................................................................................................... 42

4.37.1 Notice to Correct ......................................................................................................................... 42

4.37.2 Termination by Employer ....................................................................................................... 42

4.37.3 Valuation at date of Termination ......................................................................................... 43

4.37.4 Payment after Termination .................................................................................................... 43

4.37.5 Employer’s Entitlement to Termination ........................................................................... 44

4.37.6 Cessation of Work ....................................................................................................................... 44

4.38 Risk and Responsibility ............................................................................................................ 44

4.38.1 Indemnities ................................................................................................................................... 44

4.38.2 Contractor’s Care of the Works ............................................................................................. 45

4.38.3 Employer’s Risks ......................................................................................................................... 45

4.38.4 Consequences of Employer’s Risks ..................................................................................... 46

4.38.5 Intellectual and Industrial Property Rights ..................................................................... 46

Page 5: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - I

4

4.38.6 Limitation of Liability ................................................................................................................ 47

4.38.7 Insurance ........................................................................................................................................ 47

4.39 Force Majeure ............................................................................................................................... 47

4.39.1 Definition of Force Majeure .................................................................................................... 47

4.39.2 Notice of Force Majeure ........................................................................................................... 48

4.39.3 Duty to Minimize Delay ............................................................................................................ 48

4.39.4 Consequences of Force Majeure ........................................................................................... 48

4.39.5 Force Majeure affecting Subcontractor ............................................................................. 49

4.39.6 Optional Termination, Payment and Release .................................................................. 49

4.39.7 Release from Performance under the Law ....................................................................... 49

4.40 Claims, Disputes and Arbitration ......................................................................................... 50

4.40.1 Contractor’s Claims .................................................................................................................... 50

4.40.2 Conciliation.................................................................................................................................... 51

4.40.3 Appointment of the Dispute Resolution Board .............................................................. 51

4.40.4 Failure to Agree Dispute Resolution Board ..................................................................... 52

4.40.5 Obtaining Dispute Resolution Board’s Decision ............................................................ 52

4.40.6 Amicable Settlement .................................................................................................................. 53

4.40.7 Arbitration ..................................................................................................................................... 54

4.40.8 Failure to comply with Dispute resolution Board’s Decision ................................... 54

4.40.9 Expiry of Dispute Resolution Board’s Appointment .................................................... 54

4.41 Jurisdiction: ................................................................................................................................... 55

SECTION - V –SCOPE OF WORK ....................................................................................................... 56

5.1 General: ........................................................................................................................................... 56

5.2 Hull & Structure including Chipping & Painting: ........................................................... 56

5.3 Machineries, LSA FFA : ............................................................................................................. 56

5.4 Electrical: (Including Communication System) .............................................................. 57

5.5 Imported Spares from OEM:- ................................................................................................. 57

5.6 Re-organization of work: ......................................................................................................... 57

5.7 Additional Works: ....................................................................................................................... 57

5.8 Repairs Involving Class: ........................................................................................................... 58

5.9 Areas for Blasting: ...................................................................................................................... 58

5.10 Supply of Paints: .......................................................................................................................... 58

5.11 Steel Renewal: .............................................................................................................................. 58

5.12 Ultrasonic Gauging: .................................................................................................................... 58

5.13 Repairs to Fire Main Line: ....................................................................................................... 59

5.14 Removal of Debris: ..................................................................................................................... 59

5.15 Spares and Scrap: ........................................................................................................................ 59

5.16 Fuel, Lube Oil and Sludge: ....................................................................................................... 59

Page 6: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - I

5

5.17 Double Banking: .......................................................................................................................... 59

5.18 Fire Watch: .................................................................................................................................... 60

5.19 Time Required For Completion Of Repair Works: ........................................................ 60

5.20 Dry-Docking Period: .................................................................................................................. 60

5.21 Bar Chart: ....................................................................................................................................... 60

5.22 Periodic Review:.......................................................................................................................... 60

5.23 Unsatisfactory Progress of Work: ........................................................................................ 60

5.24 Trials: ............................................................................................................................................... 60

5.25 Dry Dock Repair Guarantee: ................................................................................................... 61

5.26 Safety Precautions: ..................................................................................................................... 61

5.27 Lodging and Boarding:.............................................................................................................. 61

5.28 Special Terms ............................................................................................................................... 61

SECTION – VI –SPECIAL CONDITIONS OF CONTRACT .............................................................. 62

6.1 General ............................................................................................................................................ 62

6.2 Time of Completion .................................................................................................................... 63

6.3 Approval of Plans ........................................................................................................................ 63

6.4 Inspection by owner .................................................................................................................. 63

6.5 Responsibility of the Contractor: ......................................................................................... 64

6.6 Liability of the Contractor ....................................................................................................... 64

6.7 Modifications and Alternations: ........................................................................................... 64

6.8 Interpretations: ........................................................................................................................... 64

6.9 Contract Price: .............................................................................................................................. 65

6.10 Payment Terms ............................................................................................................................ 65

6.11 Trials ................................................................................................................................................ 66

6.12 Guarantee ....................................................................................................................................... 67

6.12.1 Guarantee of Performance, materials and workmanship: ......................................... 67

6.12.2 Notice of defects: ......................................................................................................................... 67

6.12.3 Remedy of Defects: ..................................................................................................................... 67

6.13 Owner’s default ............................................................................................................................ 69

6.14 Termination/Contractor’s default ....................................................................................... 69

6.15 Sub-Contracting:.......................................................................................................................... 69

SECTION – VII – SCHEDULE OF WORKS (Price to be uploaded separately) .................... 70

SECTION – VIII - EVALUATION CRITERIA OF TECHNICAL BID ............................................. 98

8.1 General ............................................................................................................................................ 98

8.2 Technical Evaluation ................................................................................................................. 98

Annexure – I – Major Technical Details of M.V INDIRA POINT ......................................... 101

Annexure – II – General Information on Shipyard and Management ............................ 104

Annexure – III – Earnest Money Deposit .................................................................................. 105

Page 7: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - I

6

Annexure – IV- Proforma of Bank Guarantee for EMD ........................................................ 106

Annexure – V - Performance Bank Guarantee ....................................................................... 108

Annexure – VI - Tender Acceptance Letter .............................................................................. 110

Annexure – VII - Undertaking....................................................................................................... 111

Annexure – VIII (A) – Details of Sacrificial Anodes (Refer to BoQ item No. 2.7) ........ 112

Annexure – VIII (B) – Details of the Tanks (Refer to BoQ item No. 2.14) ..................... 114

Annexure – IX – List of Drawings ................................................................................................ 116

Page 8: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - I

7

Government of India

Ministry of shipping

Directorate General of Lighthouses and Lightships

“Deep Bhawan”, A-13, Tulsi Marg, Sector 24,

NOIDA, Uttar Pradesh –201 301.

Tele-Fax-0120-2412677, Telephone-0120-2411345

E-mail:- [email protected]

SECTION- I - NOTICE INVITING e- TENDER

File No: 30/9/2016-IP DATE: 26.06.2020

For and on behalf of the President of India, the Director General of Lighthouses

and Lightships (DGLL), Noida, invites online bids under two cover system (Part I-

Technical Bid, Part II Commercial Bid) from eligible Indian ship repairers / dock yards

having experience and expertise for the following work:

Sl.No. Details Description

1 Name of work Dry Docking and Afloat Repairs of M.V Indira Point

(GRT-2477).

2 Estimated Cost of Work Rs. 15.00 Crores (Rupees Fifteen Crores Only).

3 Period of Contract

90 Days (including Mobilization, Dry Docking, Afloat

Repairs and sea trials) from the date of handing

over the vessel to the repairer.

4 Earnest Money Deposit

Rs. 25,00,000/- (Rupees Twenty Five Lakhs Only)in

the form of Fixed Deposit receipt (FDR) of any

scheduled Nationalized Bank drawn in favor of Pay

and Account Officer, Lighthouses and Lightships,

Noida payable at Noida.

5 Tender Fee

(Non-Refundable)

Rs. 1500/- in the form of Demand Draft drawn in

favor of Pay and Account Officer, Lighthouses and

Lightships, Noida payable at Noida.

6

Time and Date of

Publishing of NIT and

Tender Documents

By 1100 Hours on 26.06.2020

Website: www.eprocure.gov.in/eprocure/app

7 Pre Bid Meeting 03.07.2020 (1500 Hrs) at the Office of Directorate

General of Lighthouses & Lightships, Noida.

8 Bid Submission Period 26.06.2020 (1200 Hrs) to 18.07.2020(1500 Hrs)

9 Date of Opening of

Technical Bids 20.07.2020 at 1600 Hrs

10

EMD & Tender Fee (in

original) submission

period

26.06.2020 (1200 Hrs) to 18.07.2020(1500 Hrs)

11 Bid validity 90 days from date of opening of technical bid.

Page 9: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - I

8

12 Initial eligibility criteria

1. The bidder shall have experience in dry

docking and afloat repairs related to trading

Vessels / military vessels / other cargo

vessels of 2000 GRT or LOA 60 m and above

during the last five years.

2. The bidder should possess ISO 9002-2014

certification.

3. Average annual turnover of the bidder during

the last three years ending 31st March, 2020

should be at least Rs. 5.0 Crores with positive

net worth in the Financial year 2019-20.

4. The Bidder should have satisfactorily

completed similar works during last seven

years and fulfill the any one of the following ,

a. At least three Dry Docking and Afloat

Repairs of trading Vessels / military

vessels / other cargo vessels with value

of each work not less than Rs. 4.0 Crores.

(or)

b. At least two Dry Docking and Afloat

Repairs of trading Vessels / military

vessels / other cargo vessels with value

of each work not less than Rs. 6.0 Crores.

(or)

c. At least one Dry Docking and Afloat

Repairs of trading Vessels / military

vessels / other cargo vessels with value

of work not less than Rs. 12.0 Crores.

Similar work shall mean Dry Docking and Afloat

Repairs of trading Vessels / military vessels / other

cargo vessels and not from any other business.

Ferry vessels and fishing trawlers shall not be

considered.

1.1 The vessel requires to be dry-docked by second week of September 2020.

1.2 Bidders should have their own dry dock / leased dry dock / Rented dry dock from Port

Trust with full repair infrastructure and relevant experiences in vessel repairs and

confirm the availability of dock space to positively dry dock the vessel by second week

of September 2020.

1.3 The details of work are available in the tender document which can be downloaded

from Central Public Procurement (CPP) Portal http://eprocure.gov.in/eprocure/app

andhttp://dgll.gov.in/.Sale of physical tender document is not applicable. The bid

should be submitted online only on http://eprocure.gov.in/eprocure/app up to last

date and time of submission of tender.

Page 10: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - I

9

1.4 The Tender fee and EMD shall be submitted in original to the Tender Inviting

Authority, on or before the last date and time of bid submission, failing which the

tender shall liable to be rejected. DGLL shall not be responsible for any delay or loss,

due to postal/Courier Services.

1.4.1 Tender Fee in the form of Demand Draft from any Nationalized Bank for Rs.

1500 drawn in favour of “Pay & Accounts Officer, Lighthouses & Lightships,

Noida”, Payable at Noida.

1.4.2 EMD in the form of Fixed Deposit Receipts (FDR) of a scheduled bank for Rs.

25.00 lakhs (Rupees Twenty Five Lakhs only) valid for a period of 06 months or

more after last date of receipt of tender in favour of “Pay & Accounts Officer,

Lighthouses & Lightships, Noida”, Payable at Noida or Rs. 12.50 Lakhs (Rupees

Twelve Lakhs Fifty Thousand only) in form of FDR of schedule bank as above &

Bank Guarantee of balance of Rs.12.50 lakhs from any Nationalized Bank, as per

“Annexure-VI B” in favour of “Pay & Accounts Officer, Lighthouses & Lightships,

Noida”.

1.5 The Technical Bids will be scrutinized by a Tender Evaluation Committee. The bids,

which do not meet the tender requirements, are liable to be rejected. The commercial

bids of technically qualified bidders meeting with the pre-qualification requirements

shall only be opened. The decision of the Director General of Lighthouses & Lightships,

Noida in deciding the successful bidder shall be final and binding on the bidders.

1.6 Director General, Directorate General of Lighthouses & Lightships, Noida reserves to

himself the right of accepting the bid. Bidder shall be bound to perform the same at the

quoted rates.

1.7 Canvassing whether directly or indirectly, in connection with Bid is strictly prohibited.

The Bids submitted by the Bidders, who resort to canvassing, shall be summarily

rejected.

1.8 Those Bidders whose near relatives are posted as accountant or as a gazetted Officer in

any capacity in the Directorate General of Lighthouses & Lightships shall not be

permitted to Bid. The prospective Bidder shall also intimate the names of persons who

are working in the office of Director General of Lighthouses and Lightships, Noida in

any capacity or subsequently employed, who are near relative to any gazetted officer in

the DGLL or in the Ministry of Shipping. Any breach of this condition by the bidder shall

render him ineligible. By the term ‘near relative’ is meant wife, husband, parents

&grand parents, children &grandchildren, brothers & sisters, uncles, aunts &

corresponding in laws.

1.9 No Gazetted Officer of Government of India is allowed to work as a contractor without

prior permission of the Govt. of India in writing for a period of two years after his

retirement from government service. The contract is liable to be cancelled if either the

contractor or any of his employees is found at any time to be such a person who had not

obtained the permission of Govt. of India as aforesaid, before submission of the Bid or

engagement in the contractor’s service.

1.10 The Notice Inviting Bids shall form the part of contract document.

For Director General

For and on behalf of the President of India

Page 11: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - II

10

Government of India

Ministry of shipping

Directorate General of Lighthouses and Lightships

“Deep Bhawan”, A-13, TulsiMarg, Sector 24,

NOIDA, Uttar Pradesh – 201 301.

Tele-Fax-0120-2412677, Telephone-0120-2411345

E-mail:- [email protected]

SECTION- II - INSTRUCTIONS TO BIDDERS

For and on behalf of the President of India, the Director General of Lighthouses and

Lightships (DGLL), Noida, invites online bids under two cover system (Part I-Technical Bid,

Part II Commercial Bid) from eligible Indian ship repairers / yards having experience and

expertise for dry docking and afloat repairs. Tender forms can be downloaded from the

web site http://eprocure.gov.in/eprocure/app and http://dgll.gov.in/

This section of the bidding document provides the information necessary for

bidders to prepare online responsive bids, in accordance with the requirements of the

Director General, Directorate General of Lighthouses & Lightships, Noida. It also provides

information on online bid submission, opening, evaluation and contract award. It is

necessary for the bidders to go through the instructions contained in this section before

submission of bid.

The bidders are required to submit soft copy of their bid electronically on the

Central Public Procurement (CPP) Portal, using valid Digital Signature Certificates. The

instructions given below are meant to assist the bidders in registering on the CPP Portal,

prepare their bids in accordance with the requirements and submitting their bids online on

the CPP Portal.

2.1 Registration on CPP Portal:

i. Bidders are required to enroll on the e-Procurement module of the Central Public

Procurement Portal by using the “Online bidder enrollment” option available on the

home page. Enrolment on the CPP Portal is free of charge.

ii. During enrolment / registration, the bidders should provide the correct/true

information including valid email-id & mobile no. All the correspondence shall be

made directly with the contractors/bidders through email-id provided.

iii. As part of the enrolment process, the bidders will be required to choose a unique

user name and assign a password for their accounts.

iv. For e-tendering possession of valid Digital Signature Certificate (Class II or Class III

Certificates with signing key usage) is mandatory which can be obtained from SIFY

/TCS /nCode /eMudra or any Certifying Authority recognized by CCA on eToken/

Smartcard.

v. Upon enrolment on CPP Portal for e-tendering, the bidders shall register their valid

Digital Signature Certificate with their profile.

vi. Only one valid DSC should be registered by a bidder. Bidders are responsible to

ensure that they do not lend their DSC to others which may lead to misuse and

should ensure safety of the same.

Page 12: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - II

11

vii. Bidders can then log into the site through the secured login by entering their user

ID/pass word and the password of the DSC / e-Token.

2.2 Preparation of Bid

i. For preparation of bid, Bidders shall search the tender from published tender list

available on site and download the complete tender document and should take into

account corrigendum, if any published, before submitting their bids. After selecting

the tender document same shall be moved to the ‘My favorite’ folder of bidders

account from where bidder can view all the details of the tender document.

ii. Bidder shall go through the tender document carefully to understand the

documents required to be submitted as part of the bid. Bidder shall note the

number of covers in which the bid documents have to be submitted, the number of

documents – including the names and content of each of the document that need to

be submitted. Any deviations from these may lead to rejection of the bid.

iii. Any clarifications, if required, may be obtained online through the tender site, or

through the contact details given in the tender document.

iv. Bidder should get ready in advance with the bid document to be submitted in

PDF/xls/rar/zip/dwf/jpg formats as indicated in the tender document/schedule. If

there is more than one document, they can be clubbed together using zip format.

v. Bidder can update well in advance, the documents such as experience certificates,

annual report, PAN and other details etc., under “My Space” option, which can be

submitted as per tender requirements. This will facilitate the bid submission

process faster by reducing upload time of the bid.

2.3 Submission of Online Bid

i. Bidder should log into the site well in advance for bid submission so that he/ she

upload the bid in time i.e. on or before the bid submission time.

ii. Bidder should prepare the Tender Fee and EMD as per the instructions specified in

the NIT/tender document. The originals of Tender Fee and EMD should be

submitted to the Director General, Directorate General of Lighthouses & Lightships,

Noida on or before the last date & time of bid submission. Bidder shall send the

EMD & Tender fee through post/Courier Service. The Director General, Directorate

General of Lighthouses & Lightships, Noida shall not be responsible for any delay or

loss, due to postal/Courier Service. The details of original Demand Draft/Bank

Guarantee submitted, should tally with the details available in the scanned copy

and the data entered during bid submission time, otherwise the uploaded bid shall

liable be to be rejected.

iii. While submitting the bids online, the bidder shall read the terms & conditions (of

CPP portal) and accept the same in order to proceed further to submit their bid.

iv. Bidder shall select the payment option as offline to pay the Tender Fee/ EMD and

enter details of the Demand Draft/Bank Guarantee.

v. Bidder shall digitally sign and upload the required bid documents one by one as

indicated in the tender document.

Page 13: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - II

12

vi. Bidders shall note that the very act of using DSC (Digital Signature Certificate) for

downloading the tender document and uploading their offer is deemed to be a

confirmation that they have read all sections and pages of the tender document

without any exception and have understood the complete tender document and are

clear about the requirements of the tender document.

vii. Bidder shall note that each document to be uploaded for the tender should be less

than 2 MB. If any document is more than 2MB, it can be reduced through zip/rar

and the same can be uploaded. For the file size of less than 1 MB, the transaction

uploading time will be very fast.

viii. Utmost care shall be taken for uploading Schedule of work and any

change/modification of the price schedule shall render it unfit for bidding. Bidders

shall download the Schedule of work i.e. Section VII, in XLS format and save it

without changing the name of the file. Bidder shall quote their rates in figures in

green background cells, thereafter save and upload the file in financial bid cover

(Price bid) only. If the Schedule of Rate file is found to be modified by the bidder,

the bid will be rejected. The bidders are cautioned that uploading of financial bid

elsewhere i.e. Other than in cover 2 will result in rejection of the tender.

ix. Bidders shall submit their bid through online e-tendering system to the Tender

Inviting Authority (TIA) well before the bid closing date & time (as per Server

System Clock). The TIA will not be held responsible for any sort of delay or the

difficulties faced during the submission of bids online by the bidders at the

eleventh hour.

x. After the bid submission (i.e. after Clicking “Freeze Bid Submission” in the portal),

the bidder shall take print out of system generated acknowledgement number, and

keep it as a record of evidence for online submission of bid, which will also act as

an entry pass to participate in the bid opening.

xi. Bidder should follow the server time being displayed on bidder’s dashboard at the

top of the tender site, which shall be considered valid for all actions of requesting,

bid submission, bid opening etc., in the e-tender system.

xii. All the documents being submitted by the bidder would be encrypted using PKI

(Public Key Infrastructure) encryption techniques to ensure the secrecy of the data.

The data entered cannot be viewed by unauthorized persons until the time of bid

opening. The confidentiality of the bid is maintained using the secured Socket Layer

128 bit encryption technology. Data storage encryption of sensitive fields is done.

xiii. The bidder should ensure/see that the bid documents submitted should be free

from virus and if the documents could not be opened due to virus during tender

opening, the bid is liable to be rejected.

xiv. Any bid document that is uploaded to the server is subjected to symmetric

encryption using a system generated symmetric key. Further this key is subjected

to asymmetric encryption using buyers/bid opener’s public keys. Overall, the

uploaded tender documents become readable only after the tender opening by the

authorized bid openers.

Page 14: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - II

13

xv. The bidder should logout of the tendering system using the normal logout option

available at the top right hand corner and not by selecting the (X) exit option in the

browser.

xvi. Any query relating to the tender document and the terms and conditions contained

therein should be addressed to the Tender Inviting Authority for a tender or the

relevant contact person indicated in the tender.

xvii. Any query relating to the process of online bid submission or queries relating to

CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk.

2.4 Documents required to be uploaded

The tender shall be submitted online in two cover system duly scanned and

digitally signed by the authorized representative of the bidder as follows:

Cover -1 (TECHNICAL BID)

Online bid should be submitted containing copy of the following documents in

Cover-1 as documentary proof, for fulfilling qualifying criteria, failing which the offer shall

be summarily rejected.

i. Scanned Copy of Earnest Money Deposit Rs.25,00,000/- from any Scheduled

Nationalized Bank in the form of Fixed Deposit receipt (FDR) drawn in favor of the

Pay and Account Officer, Lighthouses and Lightships, Noida payable at Noida or Rs.

12,50,000 in the form of FDR and Rs 12,50,000 in the form of Bank Guarantee, as

per Annexure-IV.

ii. Scanned Copy of Tender fee (Non-refundable) of Rs.1500/- in the form of Demand

Draft from any Scheduled Bank drawn in favor of the Pay and Account Officer,

Lighthouses and Lightships, Noida payable at Noida.

iii. General Information of Shipyard as per Annexure - II

iv. Scanned copies of proof for eligibility as per Para 3.1 and para 3.2 of Section III.

v. Scanned copies of documents for Technical Evaluation Criteria as per Section VIII.

vi. Scanned copy of tender acceptance letter (Annexure VI).

vii. Scanned copy of Undertaking (Annexure – VII).

If the Cover-1 i.e. technical bid does not contain any of the above mentioned documents

or contains incomplete or unsuitable technical details, then the offer shall be deemed liable

to rejection/ disqualification. The respective Cover– 2, i.e. Price Bid of the technically

disqualified offers shall not be opened. The bidders are cautioned that divulging of any

price information in Cover-1 (Technical Bid) will result in rejection of their tender.

Cover-2 (PRICE BID)

The Cover-2 shall contain the price bid in the enclosed "Schedule of work (Bill of

Quantity)"as per the MS excel format enclosed at Section–VII (to be Uploaded Separately).

i. Price bid in MS excel format (schedule of work/ Bill of quantity) provided along

with this tender shall only be used for quoting price/offer.

Page 15: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - II

14

ii. The rate shall be quoted in Indian Currency only and if quoted in any other

currency, the offer is liable to be rejected.

iii. It may be noted that this part should not contain any term & conditions. Any

condition given in the price bid (cover-2) shall be sufficient cause for rejection of

bid.

iv. The rates for the items involving imported spares from OEM shall be quoted

exclusive of Customs Duty, GST on Customs Duty, but inclusive of insurance,

Freight charges, cost of local clearing and forwarding, bank charges, cost for

transportation including landed onboard and other overhead charges, etc. The

customs duty and GST on customs duty for the imported spares shall be

reimbursed by DGLL as per actual on production of proof of payment made by the

contractor.

v. The rates quoted for the executions of works under the contract shall be exclusive

of Goods and Service tax. The Goods and Service Tax component for the works

executed under the contract will be reimbursed by DGLL as per the rates notified

by the Government of India.

2.5 Submissions and Opening

2.5.1 The bid should be submitted online at Central Public Procurement Portal (CPPP)

http://eprocure.gov.in/eprocure/app only, by the due date 18.07.2020 up to 1500 hrs. The

Server Date & Time as appearing on the website http://eprocure.gov.in/eprocure/app

shall only be considered for the cut- off date and time for submission of bids. Offers sent

through post, telegram, fax, telex, e-mail, and courier or by any other mode will not be

considered. In case of date of opening is declared as holiday, tender will be opened on next

working day at same time.

2.5.2 Only those bidders shall be considered qualified by the Director General of Lighthouses &

Lightships, Noida, who submit requisite EMD and documents accept all the terms &

conditions unconditionally and meet the qualifying requirement stipulated in the Tender

document. The decision of the Director General of Lighthouses & Lightships, Noida shall be

final and binding in this regard.

2.5.3 The bidder shall bear all cost associated with the preparation and submission of its bid and

the Director General of Lighthouses & Lightships, Noida will in no case be responsible or

liable for these cost, regardless of the conduct or outcome of the tendering process.

2.5.4 The prospective bidder requiring any clarification of the tender document may submit

queries online/ offline to Tender Inviting Authority, The Director General, Directorate

General of Lighthouses & Lightships, Deep Bhawan, A-13, Sector – 24, Noida (U.P) – 201

301 in person or otherwise in writing so as to reach the said office on or before pre bid

meeting dated 03.07.2020 at 1500 hrs.

2.6 Inspection of Vessels

The vessel M.V Indira Point is available for inspection of prospective bidders at ports at

Chennai / Cochin / Port Blair or any port in India (as per operational requirement, the

location of vessel will be available from DGLL office).

The vessels can be inspected by the bidder with the prior approval of the,

Page 16: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - II

15

The Director, Directorate of Lighthouses and Lightships, “Deep Bhawan”, Jafar

Syrang Street, Chennai –600 001. Tel 044-25232807. Fax 044-25232720

The Director, Directorate of Lighthouses and Lightships, “Deep Bhawan”,

Gandhi Nagar, Kadavanthara, Cochin – 682020. Tel. 0484 -2206608. Fax – 0484

– 2205720.

The Director, Directorate of Lighthouses and Lightships, “Deep Bhawan”, 44 -

Bhagat Singh Road, Port Blair – 744101. Tel. 03192 – 233164. Fax – 03192 -

244577.

The bidders must make their own arrangements for inspection of the vessels at their

own cost.

2.7 Pre-Bid Meeting

A pre-bid meeting to provide clarifications before the last date for submission of

bids will be arranged on 03.07.2020 at 1500 Hrs. at DGLL office, Noida or through video

conference. The bidders who may like to participate in the pre-bid meeting shall intimate

DGLL latest by 02.07.2020 at 1500 Hrs. The bidder shall make his own arrangement to

attend the pre-bid meeting at their own expenses. In case of a video conference, meeting

credentials will be provided by the DGLL to the interested bidders.

2.8 Evaluation of Bids

2.8.1 A Tender Evaluation Committee will determine whether each bid is of acceptable quality, is

generally complete and is substantially responsive to the tender document. For the

purposes of this determination, a substantially responsive bid is one that conforms to all

the terms, conditions &specifications of the tender document without any deviations,

objections, conditionality or reservations.

2.8.2 Price Bid/Schedule of Rates shall be evaluated based on the consolidated lowest cost.

2.8.3 If a bid is not substantially responsive, it will be rejected and may not subsequently be

made responsive by the bidder by correction of the non-conformity.

2.8.4 If the present performance of the bidder in a current contract for any major work is

unsatisfactory as certified by the any authority of the relevant work, the offer of the bidder

will be summarily rejected without assigning any reasons thereof.

2.8.5 The bidders shall quote the rates only for the items mentioned in the schedule of Rates in

excel format provided along with this tender.

2.8.6 The units of the items shall be same as per the Schedule of Rates and any other unit

mentioned in the offer will be liable to be rejected.

2.8.7 Conditional offers are liable for rejection.

2.8.8 The Price bid(s) of the prospective bidder(s), who fulfills the techno-commercial

requirement of the bid(s), shall be evaluated further.

2.8.9 Any effort by a bidder to influence the Director General of Lighthouses & Lightships, Noida

in the process of examination, clarification, evaluation and comparison of tenders, and in

decisions concerning award of contract, may result in rejection of his bid.

Page 17: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - II

16

2.8.10 No amount shall be payable to the Contractor for the items for which rate is not quoted by

the bidder in BOQ, and the contractor shall be bound to execute such items free of cost.

2.9 Notification of Award

2.9.1 The bidder whose bid has been accepted will be notified for the award by the Director

General of Lighthouses & Lightships, Noida prior to expiration of the Bid validity period.

2.9.2 The Bidder shall promptly check their e-mail registered with CPP Portal for receipt of any

information/clarification/ correspondence in respect of their bid. The Director General of

Lighthouses & Lightships, Noida shall not be responsible for non-receipt/failure of e-mail

to the bidders.

2.9.3 If any of the information furnished by the bidder is found to be incorrect at any stage, the

bid/contract is liable to be rejected / terminated and the EMD/Performance Security will

be forfeited.

2.9.4 The Director General of Lighthouses & Lightships, Noida reserves the right to cancel the

tender without assigning any reason thereof.

2.9.5 Bids from those bidders who have not submitted their offer as per tender requirement will

not be considered.

For Director General

For and on behalf of the President of India.

Page 18: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - III

17

Government of India

Ministry of shipping

Directorate General of Lighthouses and Lightships

“Deep Bhawan”, A-13, TulsiMarg, Sector 24,

NOIDA, Uttar Pradesh –201 301.

Tele-Fax-0120-2412677, Telephone-0120-2411345

E-mail:- [email protected]

SECTION- III - DETAILED BID NOTICE

3.1 Technical Bid - Eligibility Criteria

3.1.1 The bidder shall have experience in dry docking and afloat repairs related to trading

Vessels / military vessels / other cargo vessels of 2000 GRT or LOA 60 m and above during

the last five years.

3.1.2 The bidder should possess ISO 9002-2014 certification.

3.1.3 The company shall be registered in India with Indian ownership. Foreign companies

operating only with Indian representative offices are not eligible to quote.

3.1.4 Average annual turnover of the bidder during the last three years ending 31st March, 2020

should be at least Rs. 5.0 Crores with positive net worth in the Financial year 2019-20.

3.1.5 The bidder should have positive net worth during the immediate preceding financial year.

In case the bidder does not have positive net worth as required during the immediate

preceding financial year, it should provide a Letter of Comfort from Scheduled

Banks/reputed lending institutions indicating to provide necessary financial support (at

least 50% of the value of the contract) to execute the project.

3.1.6 The bidder should have similar experience and satisfactorily executed works in any central

/state government organization and reputed private organizations during last Seven years

ending on the last day of the month previous to the one in which, the tenders are invited,

and should produce documentary evidence with monetary value:-

a. At least three Dry Docking and Afloat Repairs of trading Vessels / military

vessels / other cargo vessels with value of each work not less than Rs. 4.0

Crores.

(or)

b. At least two Dry Docking and Afloat Repairs of trading Vessels / military vessels

/ other cargo vessels with value of each work not less than Rs. 6.0 Crores.

(or)

c. At least one Dry Docking and Afloat Repairs of trading Vessels / military vessels

/ other cargo vessels with value of work not less than Rs. 12.0 Crores.

3.2 Technical Bid – Documents to be submitted

3.2.1 The bidder is required to furnish detailed information with regard to their financial

capacity, technical capability and experience. Following details with supporting documents

shall be required to be uploaded in the web site along with the Technical bid,

Scanned and Signed Copy of,

1. Valid Tender Fee and Earnest Money Deposit.

Page 19: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - III

18

2. Documentary proof fulfilling the eligibility criteria as per para 3.1 above.

3. General Information of Shipyard as per Annexure – II.

4. Proof of satisfactory execution and completion of similar works with complete

details of monetary value and performance during last seven years.

5. Details of own dry dock or proof of valid leased dry dock or consent letter from

Port Trust for rented dry dock facility with full repair infrastructure and relevant

experiences in vessel repairs. The bidder, who provides consent letter from Port

Trust for rented dry dock facility should submit a valid rent agreement within 15

days from the date of notification of award by the DGLL, failing which his EMD shall

be liable to be forfeited.

6. PAN and GST of the bidder / yard.

7. Annual Turnover and IT return for last three financial years.

8. Tender acceptance letter as per Annexure-VI.

9. Affidavit regarding any litigation, current or during last 5 years, orders regarding

exclusion, expulsion or black listing if any, in which Bidder is involved, the parties

concerned and disputed amount. The bidder / company shall also declare whether

at any time the individual/firm has been prosecuted by any court either in India or

abroad for violation of any specific rules laid down for execution of work/contract

of any time subjected to Industrial Disputes Act for violation of said provisions of

the Act or any action taken by the Director of Seamen’s Employee and Welfare

should be indicated.

10. List of Dry Docking and Afloat repairs under taken by the bidder during last 05

years with information on time over run and cost overrun, name of the clients

(including their address, telephone and fax numbers), etc.

11. Information regarding Accident / incident, major break down, Insurance claim,

penalties imposed by statutory bodies during last five years.

12. The bidder shall submit financial capability of the contractor / yard with a C.A.

certified copy of annual turnover and IT Return for the last three financial years.

13. An undertaking that bid is unconditional as per proforma at Annexure VII.

14. List of Gazetted & Non gazetted employee (who are their relative) and serving in

Ministry of Shipping or Directorate General of Lighthouses & Lightships anywhere

in India.

15. All other documents required in section VIII consisting of evaluation criteria of

technical bid.

The bid shall be rejected if the documents are found false or fake. If at a later stage,

the documents submitted are found false or fake, the Contract shall be terminated and EMD

/ Performance Guarantee will be forfeited. Also, the Contractor shall be fined as deemed

appropriate by the employer for breach of trust.

Page 20: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - III

19

3.2.2 It will be essential requirement that the prospective bidder shall be fully equipped &

capable to carry out the work as prescribed in the bid. Technical bid of the firms not

meeting the eligibility criteria mentioned in Para 3.1 will not be evaluated.

3.3 Instructions to Bidders

3.3.1 The bid shall remain valid in all the respects up to 90 days from the date of opening of the

Technical bid.

3.3.2 The bidder shall bear all costs associated with the preparation of the bid and the employer

will in no case be responsible or liable for those costs.

3.3.3 Prospective Bidder requiring any further information or clarification on the Bid document

may notify the employer in writing / fax/e-mail at the Employers mailing address

indicated in the Notice Inviting Bids. The last date to submit queries to the Employer on bid

document is 03.07.2020 (up to 1400 hrs.). The queries so received shall be dealt in

accordance with clause 3.3.4.

3.3.4 A pre-bid meeting with prospective Bidders will be held on 03.07.2020 (at 1500 hrs.) at

DGLL office, Noida or through video conference to clarify the issues & to answer the

queries. Bidders are advised to attend the pre- bid meeting who may intend to attend at

their own cost/through video conference. Bidder shall send ‘AUTHORITY LETTER’ with an

attested specimen signature of the representatives who are deputed by them to be present

at the time of pre-bid meeting and opening of the Bid. However, non-attendance of the pre-

bid meeting shall not be a cause for disqualification of the Bidder. Any substantive

clarification or modification arising out of the pre-bid meeting would be finalized only by

addendum to bid documents. Outcome of the pre-bid meeting including the text of

questions received (without identifying the source of inquiry) and the responses given

shall be uploaded in the CPP Portal. No further queries shall be entertained after settling

clarifications/issues during the above pre- bid meeting.

3.3.5 At any time prior to the deadline for submission of Bids, the Employer may for any reason,

whether at his own initiative or in response to a clarification requested by a prospective

Bidder, modify the bid documents by an amendment or amendments.

3.3.6 The amendment or amendments shall be part of the bid document and will be notified in

CPP Portal and in writing or by Fax or email to all prospective Bidders. Bidders are

required to acknowledge receipt of any such amendment to the bid documents.

3.3.7 The Director General of Light houses and Lightships, Noida reserves the right to decide the

eligibility of the bidders. Bidder shall send “Authority letter” with an attested specimen

signature of their representative, deputed by them to be present at time of opening of bids.

3.4 Language of the bid

All documents related to bid should preferably be in English language. The

language for communications shall be English. Any printed literature furnished by the

bidder may be written in another language provided that this literature is accompanied by

an English Translation. In such case, for purpose of interpretation of the Bid, the English

translation shall prevail.

Page 21: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - III

20

3.5 Bid Price

3.5.1 The bidder shall complete the schedule of works as in included in the bid document stating

item wise, unit price and the total amount.

3.5.2 Price quoted by the bidder shall remain firm and valid until completion of Contract

performance.

3.5.3 All the dry docking repairs are to be carried out under the inspection / supervision of

Indian Register of Shipping. However, IRS fees for this purpose will be borne by DGLL.

3.5.4 The rate shall be quoted in Indian Currency only and if quoted in any other currency, the

offer is liable to be rejected.

3.5.5 The rates for the items involving imported spares from OEM shall be quoted exclusive of

Customs Duty, GST on Customs Duty, but inclusive of insurance, Freight charges, cost of

local clearing and forwarding, bank charges, cost for transportation including landed

onboard and other overhead charges, etc. The customs duty and GST on customs duty for

the imported spares shall be reimbursed by DGLL as per actual on production of proof of

payment made by the contractor.

3.5.6 The rates quoted for the executions of works under the contract shall be exclusive of Goods

and Service tax. The Goods and Service Tax component for the works executed under the

contract will be reimbursed by DGLL as per the rates notified by the Government of India.

3.6 Bid Currencies

The Contract provides for payment of the Contract Price in Indian Rupee only.

3.7 Filling of Price Bid

3.7.1 All the rates and amount shall be quoted in whole denomination of the Indian Rupee.

3.7.2 No amount shall be paid to the Contractor for the item for which no rate or amount is

quoted by the Bidder, but the contractor shall be bound to do that job/work free of cost (on

zero amount).

3.7.3 The bidder shall be deemed to have satisfied himself before Bidding as to the correctness

and sufficiency of his bid for the works and of the rates & amount quoted in the schedules

of works, which rates & amounts, shall, except as otherwise provided, cover all his

obligations under the contract and all matters and things necessary for the proper

completion of the work as aforesaid in accordance with good practices and recognized

principles.

3.7.4 In case of any bid where unit rate of any item appears unrealistic, such bid shall be

considered unbalanced and non-responsive. The employer may ask for providing

satisfactory explanation for such unrealistic quoted rate. If bidder is unable to provide

satisfactory reply with supporting analysis of rates, the bid shall liable to be rejected.

3.7.5 Each bidder shall submit only one bid for this work. A bidder who submits more than one

bid for this work will attract disqualification and rejection of all of his bids.

3.7.6 The bidder shall not be under a declaration of in-eligibility for corrupt & fraudulent

practices in any Govt. Department or organization in India or abroad.

Page 22: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - III

21

3.8 Evaluation of Bids

3.8.1 To assist in the examination, evaluation and comparison of bids, The Director General of

Lighthouses & Lightships, Noida may at his discretion, ask the bidder for any clarification

on his bid. All responses to such requests for clarification shall be in writing. No change in

the prices or substance of the bid shall be sought, offered or permitted.

3.8.2 Evaluation of bids shall be carried out by a committee as per evaluation criteria given in

Section VIII. The decision of the Employer in deciding successful bidder shall be final and

binding on the bidder.

3.9 Award of work and signing the agreement

3.9.1 The employer shall award the Contract to the bidder whose bid has been determined to be

responsive to the bid document and who has offered the consolidated lowest bid price,

provided that such bidder has been determined to be,

3.9.1.1 Eligible in accordance with the provisions of Para 3.1 and

3.9.1.2 Qualified in accordance with the provisions of Section VIII

3.9.2 The employer shall award the contract within 60 days of the opening of the financial bid.

3.9.3 The bidder whose bid has been accepted shall be notified by the Director General of

Lighthouses & Lightships, Noida, prior to expiry of the bid validity period by E-mail, or

facsimile confirmed by Speed post/ Registered letter. The bidder, who provides consent

letter from Port Trust for rented dry dock facility should submit a valid rent agreement

within 15 days from the date of notification of award by the DGLL, failing which his EMD

shall be liable to be forfeited.

3.9.4 The notification of award will constitute the formation of the Contract subject to the

furnishing of a contract performance guarantee. Within 15 days of receipt, the successful

bidder will furnish the contract performance guarantee and sign the Agreement with the

employer.

3.9.5 The Agreement will incorporate all correspondences between the employer and the

successful bidder. It will be signed by the employer and successful bidder within 15 days

following the notification of award along with the Letter of Acceptance.

3.9.6 The Earnest Money Deposit of the unsuccessful bidders shall be refunded within 30 days

after the notification of award of contract, without any interest.

3.9.7 The successful bidder shall be required to submit a Performance Bank Guaranty

(Annexure-V), equivalent to 10% of the contract value, which will remain valid for Six

months beyond expiry of guarantee period. Earnest money Deposit(EMD) of the successful

bidder shall be refunded within 30 days without any interest after submission of valid

Performance Guarantee and subsequent its verification.

For Director General

For & on behalf of the President of India

Page 23: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

22

Government of India

Ministry of shipping

Directorate General of Lighthouses and Lightships

“Deep Bhawan”, A-13, TulsiMarg, Sector 24,

NOIDA, Uttar Pradesh –201 301.

Tele-Fax-0120-2412677, Telephone-0120-2411345

E-mail:- [email protected]

SECTION- IV – GENERAL CONDITIONS OF CONTRACT

4.1 General

The contractor shall satisfy himself in regard to the nature of work to be done, its

scope, the conditions of contract, specifications, etc., included in the tender papers. Before

tendering, the contractor may inspect the vessel and fully acquaint himself about the

condition

4.2 Definitions

In the Contract, the following words and expressions shall have the meanings

hereby assigned of them (words indicating persons or parties include any legal entities)

except where the context requires otherwise.

The Contract:

i. “Contract” means Special and General conditions, scope of work, the specifications,

the drawings, the schedule of works, the tender, the letter of acceptance, the

Contract agreement (if completed) and such further documents as may be

expressly incorporated in Letter of Acceptance or Contract Agreement (if

completed).

ii. “Contract Agreement” means the contract agreement referred to in Sub-Clause

“Contract Agreement”, including any annexed memoranda.

iii. “Employer’s Requirements” means the document entitled employer’s

requirements, as included in the Contract, and any additions and modifications to

such document in accordance with the Contract. Such document specifies the

purpose, scope, and/or design and/or other technical criteria, for the works.

iv. “Bid” means the Contractor’s signed offer for the works and all other documents

which the Contractor submitted therewith for the execution and completion of the

work and remedying of any defects therein accordance with the provisions of the

contract, as accepted by the letter of acceptance.

v. “Contract Performance Bank Guarantee” and “Schedule of Payments” mean the

documents so named (if any), as included in the contract.

Parties and Persons

i. “Party” mean the Employer or the Contractor, as the context requires.

ii. “Employer/Owner” means the President of India acting through the Director

General of Lighthouses & Lightships NOIDA (U.P.), Ministry of Shipping,

Government of India (hereinafter referred to as ‘DGLL’ which expression shall

Page 24: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

23

unless excluded by or repugnant to the context or meaning thereof include its

successor in office and assigns).

iii. “Contractor/Repairer” means the person(s), firms, or company whose tender has

been accepted by the employer for the work and the legal successor but not (except

with the consent of the employer) any assignee of such person.

iv. “Employer’s Representative’ means the person named by the Employer in the

Contract or appointed from time to time by the Employer under Sub-clause “The

Employer’s Representative”, who acts on behalf of the Employer.

v. “Contractor’s Representative” means the person named by the Contractor in the

Contract or appointed from time to time by the Contractor under Sub-clause

“Contractor’s Representative”, who acts on behalf of the Contractor.

vi. “Employer’s Personnel” means the Employer’s Representative, the assistants

referred to in Sub-clause “Other Employer’s Personnel” and all other staff, labour

and other employees of the Employer and of the Employer’s Representative; and

any other personnel notified to the Contractor, by the Employer or Employer’s

Representative, as Employer’s Personnel.

vii. “Contractor’s Personnel” means the Contractor’s Representative and all personnel

whom the Contractor utilizes on Site, who may include the staff, labour and other

employees of the Contractor and of each Subcontractor; and any other personnel

assisting the Contractor in the execution of the works.

viii. “Subcontractor” means any person named in the Contract as a subcontractor, or

any person appointed as a subcontractor, for a part of the works; and the legal

successors in title to each of these persons.

ix. “DRB” means the person or those persons so name in the Contract, or other

person(s) appointed under Sub-Clause [Appointment of the Dispute Resolution

Board] or Sub-Clause [Failure to Agree Dispute Resolution Board].

x. “Department” means the Directorate General of Lighthouses and Lightships,

Ministry of Shipping, GOVERNMENT OF INDIA, Deep Bhavan, A-13, Sector-24,

NOIDA (UP) 201301.

xi. “Engineer-in-charge” also means the Employer / Employer’s Representative.

xii. “IRS” means the Indian Registrar of Shipping an IACS member and recognized

organization of DG Shipping.

xiii. “Surveyor” means an authorized persons nominated by the flag administration, DG

shipping, MMD and or IRS as RO.

xiv. “Survey” means an organized inspection as per a scheme and plan as stipulated in

the statutes issued by DG shipping based on MS Act 1958 and its rules carried out

by RO as per conventions and IRS regulations applicable to the dry docked vessel

MV Indira Point. To be carried out as per an IRS approved plan and details in

consultation with Master of the Ship as per schedule agreed progressing with dry

docking works. (Attached IRS status report).

Page 25: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

24

Dates, Tests, Periods and Completion

i. “Commencement Date” means the date of handing over the repairer. The vessel will

be handed over to the repairer within three working days from the date of award of

the contract.

ii. “Time for Completion” means the time for completing the execution and passing

the tests on completion of the works or any section or part thereof as stated in the

contract (or as extended under the Clause “Time for Completion”/ “Extension of

Time for Completion”) calculated from the Commencement Date.

iii. “Tests on Completion” means the tests which are specified in the Contract or

agreed by both Parties or instructed as a variation.

iv. “Taking-Over Certificate” means a certificate issued in pursuant to clause

“Employer’s Acceptance”.

v. “Tests after Completion” means the tests (if any) which are specified in the contract

and which are carried out under Clause “Tests after Completion” after the works or

a section (as the case may be are taken over by the Employer).

vi. “Defects Notification Period” means the period for notifying defects in the works or

a Section (as the case may be) under Sub-Cause “Completion of Outstanding Work

and Remedying Defects”, as stated in the Particular Conditions (with any extension

under Sub-Clause “Extension of Defects Notification Period”), calculated from date

on which the Works or Section is completed as certified under Sub-Clause

“Acceptance of the Works and Sections”. If no such period is stated in the Contract,

the period shall be one year.

vii. “Performance Certificate” means the certificate issued under Sub-Clause

“Performance Certificate”.

viii. “Day” means a calendar day and “Year” means 365 days.

Money and Payments

i. “Cost” means all expenditure reasonably incurred (or to be incurred) by the

Contractor, whether on or off the Site, including overhead and similar charges, but

does not include profit.

ii. “Final Statement” means the statement defined in Sub-Clause “Application for Final

Payment”.

iii. “Provisional Sum” means a sum (if any), which is specified in the contract as a

provisional sum, for the execution of any part of the works or for the supply of

Plant, Materials or services under Sub-Clause “Provisional Sums”.

iv. “Retention Money” means the accumulated retention money, which the Employer

retains under Sub-Clause “Application for Interim Payments” and pays under Sub-

Clause “Payment of Retention Money”.

v. “Statement” means a statement submitted by the Contractor as part of an

application for payment under Clause “Contract Price and Payment”.

Page 26: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

25

Works and Goods

i. “Contractor’s Equipment” means all apparatus, machinery, vehicles and other

things required for the execution and completion of the Works and the remedying

of any defects.

ii. “Goods” means Contractor’s Equipment, Materials, Plant and Temporary Works, or

any of them as appropriate.

iii. “Materials” means things of all kinds (other than Plant) intended to form or

forming part of the Permanent Works, including the supply only materials (if any)

to be supplied by the Contractor under Contract.

iv. “Section” means a part of the Works specified in the Particular Conditions as a

Section (if any).

Other Definitions

i. “Contractor’s Documents” means the calculations, computer programmes and

other software, drawings, manuals, models and other software, drawings, manuals,

models and other documents of a technical nature supplied by the contractor under

the Contract; as described in Sub-Clause “Contractor’s Documents”.

ii. “Employer’s Equipment” means the apparatus, machinery and vehicles (if any)

made available by the Employer for the use of the Contractor in the execution of the

Works, as stated in the Employer’s Requirements; but does not include Plant which

has not been taken over by the Employer.

iii. “Force Majeure” is defined in Clause “Force Majeure”.

iv. “Laws” means all national (or state) legislation, statutes, ordinances and other laws,

and regulations and by-laws of any legally constituted public authority.

v. “Performance Guarantee” means the security (or securities, if any) under Sub-

Clause “Performance Guarantee”.

vi. “Variation” means any change to the employer’s Requirements or the Works, which

is instructed or approved as a variation under Clause “Variations and Adjustments”.

4.3 Interpretation

In the Contract, except where the context requires otherwise:

(a) Works indicating one gender include all genders;

(b) Works indicting the singular also include the plural and words indicating

the plural also include the singular;

(c) Provisions including the word “agree”, “agreed” or “agreement” require

the agreement to be recorded in writing, and

(d) “Written” or “In Writing” means hand-written, type-written, printed or

electronically made, and resulting in permanent record.

The marginal works and other headings shall not be taken into consideration in the

interpretation of these conditions.

Page 27: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

26

4.4 Communication

For the giving or issuing of approvals, certificates, consents, determinations,

notices and requests, these communications shall be:

(a) In writing and delivered by hand (against receipt), sent by Registered Post

or Fax Message or email; and

(b) Be delivered, sent or transmitted to the address stated in the contract.

However,

i. If the recipient gives notice of another address, communications

shall thereafter be delivered accordingly; and

ii. If the recipient has not stated otherwise when requesting an

approval or consent, it may be sent to the address from which the

request was issued.

Approvals, Certificates, consents and determinations shall not be unreasonably

withheld or delayed.

4.5 Law and Language

The Contract shall be governed by the Indian Law. All documents related to tender

shall be in English language. The language for communications shall be in Hindi or English.

Any Printed literature furnished by the Tender may be written in another language

provided that this literature is accompanied by English Translation. Law suits and other

proceedings arising out of or in connection with the contract works shall be instituted in

Courts of Law at Delhi/New Delhi, India.

4.6 Contract Agreement

The Contract shall come into full force and effect on the date stated in the Contract

Agreement. The costs of stamp duties and similar charges (if any) payable under laws in

connection with entry into the Contract Agreement shall be borne by the Contractor.

4.7 Care and Supply of Document

Each of the Contractor’s Documents shall be in the custody and care of the

Contractor, unless and until taken over by the Employer. The Contractor shall supply to the

Employer two copies of each of the Contractor’s Documents.

The Contractor shall keep, on the Site, a copy of the Contract, publications named in

the Employer’s requirements, the Contractor’s Documents, and Variations and other

communications given under the Contract. The Employer’s Personnel shall have the right

of access to all these documents at all reasonable times.

If a Party becomes aware of an error or defect of a technical nature in a document,

which was prepared for use in executing the works, the Party shall promptly give notice to

the other Party of such error or defect.

4.8 Confidentiality

Both Parties shall treat the details of the Contract as Private and confidential,

except to the extent necessary to carry out obligations under it or to comply with

applicable laws. The Contractor shall not publish, permitted to be published, or disclose

Page 28: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

27

any particulars of the Works in any trade or technical paper or elsewhere without prior

consent of the Employer in writing.

4.9 Employer’s Use of Contractor’s Documents:

As between the Parties, the Contractor shall retain the copyright and other

intellectual property rights in the Contractor’s Documents and other design documents

made by (or on behalf of) the Contractor.

The Contractor shall be deemed (by signing the Contractor) to give the Employer a

non-terminable transferable non-exclusive royalty-free license to copy, use and

communicate the Contractor’s Documents, including making and using modifications of

them. This license shall:

i. Apply throughout the actual or intended working life (whichever is longer) of the

relevant parts of the Works,

ii. Entitle any person in proper possession of the relevant part of the Works to copy,

use and communicate the Contractor’s Documents for the purpose of completing ,

operating, maintaining, altering, adjusting, repairing and demolishing the Work,

and

iii. In the case of Contractor’s Documents, which are in the form of computer programs

and other software, permit their use on any computer on the Site and other places

as decided by the Employer, including replacements of any computers supplied by

the Contractor.

The Contractor’s Documents and other design documents made by (or on behalf of)

the Contractor shall not, without the Contractor’s consent, be used, copied or

communicated to third party by (or on behalf of) the Employer for purposes other than

those permitted under this Sub-Clause.

4.10 Contractor’s Use of Employer’s Documents

As between the parties, the Employer shall retain the copyright and other

intellectual property rights in the Employer’s Requirements and other documents made by

(or on behalf of) the Employer. The Contractor may, at his cost, copy, and obtain

communication of these documents for the purpose of the Contract.

They shall not, without the Employer’s consent, in writing, be copied, used or

communicated to a third party by the Contractor, except as necessary for the purposes of

the Contract.

4.11 Confidential Details:

The Contractor shall not be required to disclose, to the Employer, any information,

which the Contractor described in the Tender as being confidential. The Contractor shall,

however, disclose any other information, which the Employer may reasonably require in

order to verify the Contractor’s compliance with the Contract.

4.12 Date of commencement

After signing the contract, the contractor shall initiate the procurement action for

supply of imported and indigenous items including spares required as per the schedule of

Page 29: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

28

work. The period of work commence from the date of handing over the vessel to the ship

repairer. The vessel shall be handed over to the contractor within 07 days from the date of

signing the agreement and the contractor shall make necessary arrangements in this

regard. However, the handing over of the vessel to the contractor shall also be subjected to

arrival of the vessel from its voyage under taken for maintenance of Aids to Navigation.

The vessel shall be “a delivered vessel” to the contractor in order to commence the

work agreed, when she is handed over in afloat condition in a safe alongside berth at the

nominated port to the contractor and the time agreed shall commence in order to allow the

afloat preparations may start on such handing over and taking over by the contractor.

The vessel shall be redelivered in afloat condition in a safe alongside berth at the

nominated port where she was handed over to the contractor for “dry docking and afloat

repairs”, on completion of works agreed and all her certificates endorsed by the IRS/MMD

and accepted by the Employer and Master of the vessel. The time allotted for the work shall

cease on such handing over taking over by the employer or by the master on behalf of the

employer.

4.13 Contract Period

The Contractor shall complete the whole of the work, and each Section (if any),

within 90 days from the date of handing over the vessel, including;

(a) Completing all work, as per the schedule of works,

(b) Passing of the Tests on Completion,

(c) Satisfactory trials of the equipment / machinery overhauled / repaired.

Trials can be basin / harbor or sea trials as applicable and acceptable to

the Employer.

(d) Completion of survey and renewal of certificates

4.14 The Employer

4.14.1 Right of Access of the Yard/Vessel

The Employer shall give the Contractor right of access to, and possession of, all

parts of the Site within the time (or times) stated in the tender documents. The right and

possession shall not be exclusive to the Contractor. However, the Employer may withhold

any such right or possession until the Work Performance Security has been received.

4.15 Employer’s Claims

If the Employer considers himself to be entitled to any payment under any Clause

of these Conditions or otherwise in connection with the Contract, and/or to any extension

of the Defects Notification Period, he shall give notice and particulars to the Contractor.

However, notice is not required for payments due for any other services requested by the

Contractor.

The notice shall be given as soon as practicable after the Employer became aware

of the event or circumstances giving rise to the claim. A notice relating to any extension of

the Defects Notifications Period shall be given before the expiry of such period.

Page 30: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

29

The particulars shall specify the Clause or other basis of the claim, and shall include

substantiation of the amount and/or extension to which the Employer considers himself to

be entitled in connection with the Contract. The Employer shall then proceed in accordance

with Sub-Clause “Determinations” to agree or determine (i) the amount (if any) which the

Employer is entitled to be paid by the Contractor, and/or (ii) the extension (if any) of the

Defects Notification Period in accordance with the Sub-Clause “Extension of Defects

Notification Period”.

The Employer may deduct this amount from any moneys due, or to become due, to

the Contractor. The Employer shall only be entitled to set off against or make any

deduction from an amount due to the Contractor, or to otherwise claim against the

Contractor, in accordance with this Sub-Clause or with sub-paragraph (a) and/or (b) of

Sub-Clause “Interim Payments”.

4.16 The Employer’s Administration

4.16.1 The Employer’s Representative

The Employer may appoint an Employer’s Representative to act on his behalf under

the Contract. In this event, he shall give notice to the Contractor of the name, address,

duties and authority of the Employer’s Representative.

The Employer’s Representative shall carry out the duties assigned to him, and shall

exercise the authority delegated to him, by the Employer. Unless and until the Employer

notifies the Contractor otherwise, the Employer’s Representative shall be deemed to have

the full authority of the Employer under the Contract, except in respect of “Termination by

Employer”.

If the Employer wishes to replace any person appointed as Employer’s

Representative, the Employer shall give the Contractor notice of the replacement’s name,

address, duties and authority, and of the date of appointment.

4.16.2 Other Employer’s Personnel

The Employer or the Employer’s Representative may from time to time assign

duties and delegate authority to subordinates, and may also revoke such assignment or

delegation. The assignment, delegation or revocation shall not take effect until the

Contractor has received a copy of it.

4.16.3 Delegation Persons

All those persons, including the Employer’s Representative and subordinates, to

whom duties have been assigned or authority has been delegated, shall only be authorized

to issue instructions to the Contractor to the extent defined by the delegation. Any

approval, check, certificate, consent, examination, inspection, instruction, notice, proposal,

request, test, or similar act by delegated person, in accordance with the delegation, shall

have the same effect as though the act had been an act of the Employer.

However:

(a) It shall not relieve the contractor from any responsibility he has under the

contract, including responsibility for errors, omissions, discrepancies and

non-compliances;

Page 31: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

30

(b) Any failure to disapprove any work, Plant or Materials shall not constitute

approval, and shall therefore not prejudice the right of the Employer to

reject the work, Plant or Materials; and

(c) If the Contractor questions any determination or instruction of a

delegated person, the Contractor may refer the matter to the Employer,

who shall promptly confirm, reverse or vary the determination or

instructions.

4.16.4 Instructions

The Employer may issue to the Contractor instructions, which may be necessary for

the Contractor to perform his obligations under the Contract. Each instruction shall be

given in writing and shall state the obligations to which is relates and the Sub-Clause (or

other term of the Contract) in which the obligations are specified. If any such instruction

constitutes a Variation, Clause “Variation and Adjustments” shall apply. The contractor

shall take instructions from the Employer or his Representative.

4.16.5 Determinations

Whenever these general conditions of contract provide that the Employer shall

proceed in accordance with this Sub-Clause to agree or determine any matter, the

Employer shall consult with the Contractor in an endeavor to reach agreement. If

agreement is not achieved, the Employer shall make a fair determination in accordance

with the Contract, taking due regard of all relevant circumstances.

The Employer shall give notice to the Contractor of each agreement or

determination, with supporting particulars. Each Party shall give effect to each agreement

or determination, unless the Contractor gives notice to the Employer of his dissatisfaction

with a determination within 14 days of receiving it. Either Party may then refer the dispute

to the DRB in accordance with Sub-Clause “Obtaining Dispute Resolution Board’s

Decision”.

4.17 The Contractor

4.17.1 Contractor’s General Obligations

The Contractor shall design, execute and complete the Works in accordance with

the Contract, and shall remedy and defects in the Works. When completed, the Works shall

be fit for the purposes for which the Works are intended as defined in the Contract.

The Contractor shall provide the Plant and Contractor’s Documents specified in the

Contract, and all Contractor’s Personnel, Goods, consumables and other things and

services, whether of a temporary or permanent nature, required in and for this design,

execution, completion and remedying of defects.

The Work shall include any work, which is necessary to satisfy the Employer’s

Requirements, or is implied by the Contract, and all works which (although not mentioned

in the Contract) are necessary for stability or for the completion, or safe and proper

operation, of the Work.

The Contractor shall be responsible for the adequacy, stability and safety of all

operations, of all methods of construction and of all the Work.

Page 32: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

31

The contractor shall ensure that he strictly adheres to the requirements of

Pollution Prevention requirements and governing rules and regulations at all times. He

shall be responsible for any pollution incident that may arise during the contract period.

The contractor shall indemnify the employer (DGLL), the employer’s representative, the

master and ship staff and their agents against all claims during the said contract period.

The Contractor shall, whenever required by the Employer, submit details of the

arrangements and methods, which the Contractor proposes to adopt for the execution of

the Work. No significant alternation to these arrangements and methods shall be made

without this having previously been notified to the Employer and his concurrence

obtained.

4.17.2 Contract Performance Guarantees

i. The Contractor shall furnish a Contract Performance Guarantee within 15 (fifteen)

days from the date of issue Letter on Indent (LoI) by the Employer, for due

performance of the contract till the expiry of guarantee period, which shall be

equivalent to the 10% of the value of the contract. The performance guarantee shall

be in the form of Fixed Deposit Receipt (FDR) or Bank Guarantee as per the

enclosed pro forma (Annexure V), from a commercial bank. Failure of the

Contractor to Furnish the required performance guarantee by due date shall

constitute sufficient grounds for the annulment of the award and forfeiture of the

E.M.D.

ii. Contract Performance Bank Guarantee shall be in the name of Director General of

Lighthouses & Lightships, Directorate General of Lighthouses and Lightships, ‘Deep

Bhavan’ A-13, Sector-24, NOIDA, Distt. Gautam Budh Nagar (UP) 201301.

iii. The Contract Performance Bank Guarantee shall be valid for a period of 6 months

beyond the Guarantee period and the same will be released after the successful

completion of guarantee period i.e., twelve months from the date of final

acceptance of the complete Vessel.

iv. The Contractor shall ensure that the Contract Performance Guarantee must be valid

and enforceable until the Contractor has executed and completed the works and

remedied any defects. If the terms of the Contract Performance Guarantee specify

its expiry date, and the Contractor has not become entitled to receive the

Performance Certificate by the date 28 days prior to the expiry date, the Contractor

shall get extended the validity of the Contract Performance Bank Guarantee and

renew until the Works have been completed and any defects have been remedied.

v. The Employer shall not make a claim under the Contract Performance Guarantee,

except for amounts to which the Employer is entitled under the Contract in the

event of:

a. Failure by the Contractor to extend the validity of the Contract

Performance Bank Guarantee as described in the preceding paragraph,

in which event the Employer may claim the full amount of the Contract

Performance bank Guarantee,

Page 33: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

32

b. Failure by the Contractor to pay the Employer an amount due, as either

agreed by the Contractor or determined under Sub-Clause “Employer’s

Claims” or Clause “Claims, Disputes and Arbitration” within 30 days after

this agreement or determination.

c. Failure by the Contractor to remedy a defect within 30 days after

receiving the Employer’s notice requiring the defect to be remedied, or

Circumstances, which enable the Employer to terminate under Sub-

Clause “Termination by Employer”, irrespective of whether notice of

termination has been given.

4.17.3 Contractor’s Representative

i. The Contractor shall appoint the Contractor’s Representative and shall give him all

authority necessary to act on the Contractor’s behalf under the Contract.

ii. Unless the Contractor’s Representative is named in the Contract, the Contractor

shall, prior to the Commencement Date, submit to the Employer for consent, the

name and the particulars of the person, the Contractor proposes to appoint as

Contractor’s Representative. If consent is withheld or subsequently revoked, or if

the appointed person fails to act as Contractor’s Representative, the Contractor

shall immediately submit the name and particulars of another suitable person for

such appointment. The Employer may ask contractor to remove a person from his

staff stating the reasons, the contractor shall ensure that the person leaves the site

immediately and has no further relations with his work.

iii. The Contractor shall not, without the prior consent of the Employer, revoke the

appointment of the Contractor’s Representative or appoint a replacement.

iv. The Contractor’s Representative shall, on behalf of the Contractor, receive

instruction under Sub-Clause “Instructions”

v. The Contractor’s Representative may delegate any powers, functions and authority

to any competent person, and may at any time revoke the Delegation. Any

delegation or revocation shall not take effect until the Employer has received prior

notice signed by the Contractor’s Representative, naming the person and specifying

the powers, functions and authority being delegated or revoked.

vi. The Contractor’s Representative and all these persons shall be fluent in the

language for communications defined in Sub-Clause “Law and Language”.

4.17.4 Subcontractors

i. The Contractor may subcontract the part of the works with prior approval of the

Employer. The Contractor shall be responsible for the acts or defaults of any

subcontractor, his agents or employees, as if they were the acts or defaults of the

Contractor. The Contractor shall give the Employer not less than 15 days’ notice of-

a. The intended appointment of the Subcontractor with scope of work, with

details particulars which shall include his relevant experience,

b. The intended commencement of the Subcontractor’s work, and

c. The intended commencement of the Subcontractor’s work on the Site.

Page 34: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

33

ii. The sub-contractor may work after approval of the Employer. However no

extension of time will be granted to the main contractor due to the error and

omission and delays on the part of the sub-contractor.

iii. The Employer shall not make any direct payment to any sub-contractor or his

assigned agents.

4.17.5 Co-operation

The Contractor shall as specified in the Contract or as instructed by the Employer,

allow appropriate: opportunities for carrying out work to

a. The Employer’s Personnel,

b. Any other contractors employed by the Employer, and

c. The personnel of any legally constituted public authorities.

Who may be employed in the execution of any work not included in the Contract.

4.17.6 Setting Out

The Contractor shall set out the Works in relation to original points, lines and levels

of reference specified in the Contract. The Contractor shall be responsible for the correct

positioning of all parts of the Works, and shall rectify any error in the positions, levels,

dimensions or alignment of the Works.

4.18 Quality Assurance

The Contractor shall institute quality assurance systems to demonstrate

compliance with the requirements of the contract. The system shall be in accordance with

the details stated in the Contract. The Employer shall be entitled to audit any aspect of the

system. The contractor shall adhere to all the standard quality requirements of IRS at all

times towards all works that are required to be carried out by the contractor and to be

certified by the IRS.

Details of all procedures and compliance documents shall be submitted to the

Employer for information before each design and execution stage is commenced. When any

document of technical nature is issued to the Employer, evidence of the prior approval by

the contractor himself shall be apparent on the document itself.

4.19 Sufficiency of the Contract Price

The Contractor shall be deemed to have satisfied himself as to the correctness and

sufficiency of the Contract Price.

The Contract Price covers all the Contractor’s obligations under the Contract

(including those under Provisional Sums, if any) and all things necessary for the proper

design, execution and completion of the Works and the remedying of any defects during

construction and thereafter till the work is handed over to the Employer.

4.20 Unforeseeable Difficulties

The Contractor shall be deemed to have obtained all necessary information as to

risks, contingencies and other circumstances that may influence or affect the Works. By

signing the Contract, the Contractor accepts total responsibility for having foreseen all

Page 35: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

34

difficulties and costs of successfully completing the Works. The Contract Price shall not be

adjusted to take account of any unforeseen difficulties or costs.

4.21 Rights of Way and facilities

The Contractor shall bear all costs and charges for special and/or temporary rights-

of-way that he may require, including those for access to the Site. The Contractor shall also

obtain, at his risk and cost, any additional facilities outside the Site that he may require for

the purpose of the Work.

4.22 Contractor’s Equipment

The Contractor shall be responsible for all Contractors’ Equipment.

4.23 Progress Reports

Fortnightly progress reports shall be prepared by the Contractor and submitted to

the Employer. The first report shall cover the period up to the end of the first calendar

month following the Commencement Date. Reports shall be submitted fortnightly

thereafter. Reporting shall continue until the Contractor has completed all works that is

known to be outstanding at the completion date stated in the taking-Over Certificate for

the Works. The progress report shall also provide the information about the works to be

carried out during the successive periods.

4.24 Design

4.24.1 General Design Obligations

The Employer shall not be responsible for any error, inaccuracy or omission of any

kind in the Employer’s Requirements as originally included in the Contract and shall not be

deemed to have given any representation of accuracy or completeness of any data or

information. Any data or information received by the Contractor, from the Employer or

otherwise, shall not relieve the Contractor from his responsibility for the design and

execution of the Works.

4.24.2 Contractor’s Documents

The Contractor’s Documents shall comprise the docking report detailing all work

undertaken in dry-dock. The documents should contain record of measurement of all

dismantled parts, when opened and also when boxed back. Repairs, if any, effected to such

parts and final dimensions should also be recorded. The opening up and boxing up

clearances of underwater equipment such as propeller shafts, steering column etc. should

also be recorded in documents. In addition, paint scheme followed will also form part of

the contractor’s documents. The documents should also contain the major spare parts

replaced during repairs. Opening/boxing up clearance of all equipment should also be

recorded along with any vital information related to that equipment.

4.24.3 Technical Standards and Regulations

The completed Works shall comply with the Country’s technical standards,

building, construction and environmental Laws, Laws applicable to the product being

produced from the Works, and other standards specified in the Employer’s Requirements,

applicable to the Works, or defined by the applicable Laws.

Page 36: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

35

All these Laws shall, in respect of the Works and each Section, be those prevailing

when the Works or Section are taken over by the Employer under Clause “Employer’s

Acceptance”. Reference in the Contract to published standards shall be understood to be

references to the edition applicable on the Base date, unless stated otherwise.

In addition, all works shall be carried out as per standard required by IRS in

consultation with surveyors nominated by IRS for the said purpose as necessary.

4.24.4 Documentation Error

If errors, omissions, ambiguities, inconsistencies, inadequacies or other defects are

found in the Contractor’s Documents, they and the Works shall be corrected at the

Contractor’s costs, notwithstanding any consent or approval under this Clause.

4.25 Testing

The Sub-Clause shall apply to all tests specified in the Contract, other than the Tests

after Completion.

The Contractor shall provide all apparatus, assistance, documents and other

information, electricity, equipment, fuel, consumables, instruments, labour, materials, and

suitably qualified and experienced staff, as are necessary to carry out the specified tests

efficiently. The contractor shall agree, with the Employer, the time and place for the

specified testing of the Work.

The Employer may, under Clause “Variations and Adjustments”, vary the location

the details of specified tests, or instruct the Contractor to carry out additional tests. If these

varied or additional tests show that the tested System, Subassemblies, Materials or

Workmanship is not in accordance with the Contract, the cost of carrying out this Variation

shall be borne by the Contractor.

The Contractor shall promptly forward to the Employer duly certified reports of

the tests. When the specified tests have been passed, the Employer shall endorse the

Contractor’s test certificate, or issue a certificate to him, to the effect.

4.26 Rejection

If, as result of an examination, inspection, measurement or testing, any System,

Subassemblies, Materials, Design or Workmanship is found to be defective or otherwise

not in accordance with the Contract, the Employer may reject the System, Subassemblies,

Materials, Design or Workmanship by giving notice to the Contractor, with reasons. The

Contractor shall then promptly make good the defect and ensure that the rejected item

complies with the Contract.

If the Employer requires this System, Subassemblies, Materials, Design or

Workmanship to be retested, the tests shall be repeated under the same terms and

conditions. If the rejection and retesting cause the Employer to incur additional costs, the

Contractor shall subject to Sub-Clause “Employer’s Claims” pay these costs to the

Employer.

4.26.1 Remedial Work

Notwithstanding any previous test or certification, the Employer may instruct the

Contractor to:

Page 37: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

36

a. Remove and re-execute any other work which is not in accordance with the

Contract, and

b. Execute any work which is urgently required for the safety of the Work,

whether because of an accident, unforeseeable event or otherwise.

If the Contractor fails to comply with any such instruction, which complies with

Sub-Clause “Instructions”, the Employer shall be entitled to employ and pay other persons

to carry out the work. Except to the extent that the Contractor would have been entitled to

payment for the work, the Contractor shall subject to Sub-Clause “Employer’s Claims” pay

to the Employer all costs arising from this failure.

4.27 Commencement, Delays and Suspension

4.27.1 Commencement of Works

The Contractor shall commence the design and execution of the Work immediately

after the Commencement Date with due expedition and without delay.

4.27.2 Time for Completion

The Contractor shall complete the whole of the work, and each Section (if any),

within the Time for Completion for the Work or Section (as case may be), including;

a. Achieving the passing of the Tests on Completion, and

b. Completing all work, which is stated in the Contract as being required for

the Work or Section to be considered to be completed for the purpose of

Acceptance under Sub-Clause “Acceptance of the Works and Sections”.

c. Satisfactory trials of the equipment / machinery overhauled / repaired.

Trials can be at basin / harbour or sea trials as applicable and acceptable to

the Employer.

4.27.3 Extension of Time for completion

Time is essence of the Contract. No extension of time shall be granted except under

exceptional circumstances. If the Contractor shall desire an extension of time for the

completion of the work on the grounds of having been unavoidably hindered in its

execution or on any other ground, he shall apply in writing to the Employer within 15 days

of the date of the hindrance on account of which he desires such extension. If in the opinion

of the Employer, which shall be final, the grounds shown by the Contractor are reasonable

the Employer may authorize such extension of time as may in his opinion be necessary or

proper.

4.27.4 Rate of Progress

If, at any time:

a. Actual progress is too slow to complete within the Time for Completion,

and/or

b. Progress has fallen (or will fall) behind the schedule of activity the

Employer may instruct the Contractor to submit revised work plan and

supporting report describing the revised methods which the Contractor

Page 38: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

37

proposes to adopt in order to expedite progress and complete the work

within the time stipulated in the Contract.

c. Unless the Employer notifies otherwise, the Contractor shall adopt these

revised methods, which may require increases in the working hours an/or

in the numbers of Contractor’s Personnel and/or Goods, at the risk and cost

of the Contractor.

4.28 Liquidated Damages

If the contractor fails to comply with Sub-Clause “Time for Completion”, the

Contractor shall subject to Sub-Clause “Employer’s Claims” pay liquidated damages to the

Employer for this default. These liquidated damages shall be the sum stated in the Tender

documents, which shall be paid @ 0.5 % of the Contract Value per week which shall elapse

between the relevant Time for Completion and the date stated in the Taking-over

Certificate. However, the total amount due under this Sub-Clause shall not exceed the

maximum amount of 10% of the Contract Value.

These liquidated damages shall be the only damages due from the Contractor for

such default, other than in the event of termination under Sub-Clause “Termination by

Employer” prior to completion of the works. These damages shall not relieve the

Contractor from his obligation to complete the Works, or from any other duties, obligations

or responsibilities that he may have under the Contract.

In case the completion of the Repair Works of the Vessel is delayed due to any

reason whatsoever (except due to major additional jobs and force majeure situations), no

payment towards General Service Charges will be made to the Yard for the delayed period.

4.29 Suspension of Work

The Employer may at any time instruct the Contractor to suspend progress of part

or all of the Work. During such suspension, the Contractor shall protect, store and secure

such part of the Works against any deterioration, loss or damage.

The Employer may also notify the cause for the suspension. If and to the extent that

the cause is notified and is the responsibility of the Contractor, the following Sub-Clause

4.30, and 4.31 shall not apply.

4.30 Consequences of Suspension

If the Contractor suffers delay and/or incurs Cost from complying with the

Employer’s instructions under Sub-Clause “Suspension of Work” and/or from resuming

the work, the Contractor shall give notice to the Employer and shall be entitled subject to

Sub-Clause “Contractor’s Claims” to:

a. An extension of time for any such delay, if completion is or will be delayed,

under Sub-Clause “Extension of Time for Completion”, and

b. Payment of any such Cost, which shall be added to the Contract Price.

After receiving this notice, the Employer shall proceed in accordance with Sub-

Clause “Determinations” to agree or determine these matters.

Page 39: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

38

The Contractor shall not be entitled to an extension of time for, or to payment of

the Cost incurred in, making good the consequences of the Contractor’s faulty design,

workmanship or materials, or of the Contractor’s failure to protect or secure store in

accordance with Sub-Clause “Suspension of Work”.

4.31 Prolonged Suspension

If the suspension under Sub-Clause “Suspension of Work” has continued for more

than 90days, the Contractor may request the Employer’s permission to proceed with the

work. If the Employer does not give permission within 28 days after being requested to do

so, the Contractor may, by giving notice to the Employer, treat the suspension as an

omission under Clause “Variations and adjustments” of the affected part of the Works. If

the suspension affects the whole of the Works, the Contractor may give notice of

termination under Sub-Clause “Termination by Contractor”.

4.32 Resumption of Work

After the permission or instruction to proceed is given by the employer, the Parties

shall jointly examine the Works and the Plant and Materials affected by the suspension.

The Contractor shall make good any deterioration or defect in or loss of the Work.

4.33 Tests on Completion

4.33.1 Contractor’s Obligation

The contractor shall plan in a methodological fashion to offer the works for

inspection / testing / certification by the surveyors from IRS in association with master

and ship’s staff as per the standard marine practice before commencement, during the

progress and after completion. It is the responsibility of the contractor to discuss with IRS

and ship staff to plan and coordinate the survey in such a manner that no wastage / rework

become necessary. The prime intension of dry docking is to satisfy the requirements laid

down by the class IRS in timely manner. The surveys shall be completed within the time

agreed. No request for extensions shall be entertained on account of surveys. If there is any

delay, it shall be to the account of the contractor and additionally he shall be responsible

for all consequential loss.

The Contractor shall carry out the Tests on Completion in accordance with special

conditions of contract.

During trial operation, when the Works are operating under stable conditions, the

contractor shall give notice to the Employer that the Works are ready for any other Tests

on completion, including performance tests to demonstrate whether the work conform

with criteria specified in the Employer’s Requirements and with the Performance

Guarantees.

Trial operation shall not constitute a taking-over under Clause “Employer’s

Acceptance”. Unless otherwise stated in the Special Conditions, any product produced by

the work during trial operation shall be the property of the Employer.

In considering the results of the Tests on Completion, appropriate allowances shall

be made for the effect of any use of the Work by the Employer on the performance or other

characteristics of the Work. As soon as the Work, or a Section, have passed each of the

Page 40: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

39

Tests on Completion described in sub-paragraph (a), (b) or (c), the Contractor shall submit

a certified report of the results of these Tests to the Employer.

4.33.2 Delayed Tests

If the Contractor is unduly delaying the Tests on Completion, the Employer may by

notice require the Contractor to carry out the Tests within 15 days after receiving the

notice. The Contractor shall carry out the Tests on such day or days within that period as

the Contractor may fix and of which he shall give notice to the Employer.

If the Contractor fails to carry out the Tests on Completion within the period of 15

days, the Employer’s Personnel may proceed with the Tests at the risk and cost of the

Contractor. These Tests on Completion shall then be deemed to have been carried out in

the presence of the Contractor and the results of the Tests shall be accepted as accurate.

4.33.3 Retesting

If the Work, or a Section, fail to pass the Tests on Completion, sub-clause

“Rejection” shall apply, and the Employer or the Contractor may required the failed Tests

and Tests on Completion on any related work, to be repeated under the same.

4.33.4 Failure to Pass Tests on Completion

If the Work, or a Section, fails to pass the Tests on Completion repeated under Sub-

Clause “Retesting”, the Employer shall be entitled to:

a. Order further repetition of Tests on Completion;

b. If the failure deprives the Employer of substantially the whole benefit of the

Work or Section, reject the Work or Section (as the case may be), in that

event the Employer shall have the same remedies as are provided in sub-

paragraph (c) of Sub-Clause “Failure to Remedy Defects” or

c. Issue of an Acceptance Certificate.

In the event of sub-paragraph(c), the Contractor shall proceed in accordance with

all other obligations under the Contract, and the Contractor Price shall be reduced by such

amount as shall be appropriate to cover the reduced value to the Employer as a result of

this failure. Unless the relevant reduction for this failure is stated (or its method of

calculation is defined) in the Contract, the Employer may require the reduction to be (i)

determined and paid under Sub-Clause “Employer’s Claims” and Sub-Clause

“Determinations”.

4.34 Employer’s Acceptance

4.34.1 Acceptance of the Works and Sections

The decision as to the final acceptance of the Vessel Shall rest with the Employer,

Except as stated in Sub-Clause “Failure to Pass Tests on Completion”, the Work shall be

accepted by the Employer when (i) the Work have been completed in accordance with the

Contract, including the matters described in Sub-Clause “Time for Completion” and

except as allowed in sub-paragraph (a) below, and (ii) a Acceptance Certificate for the

Work has been issued, or is deemed to have been issued in accordance with the Sub-Clause.

Page 41: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

40

The Contractor may apply notice to the Employer for an Acceptance Certificate not

earlier than 14 days before the Work will, in the Contractor’s opinion, is complete and

ready for Acceptance Certificate for each Section, if the Contract specifies for the same.

The Employer shall, within 90 days after receiving the contractor’s application

a. Issue the Acceptance Certificate to the Contractor, stating the date on which

the Works or Section were completed in accordance with the Contractor; or

b. Reject the application, giving reasons and specifying the work required to be

done by the Contractor to enable the Acceptance Certificate to be issued. The

Contractor shall then complete this work before issuing a further notice

under this Sub-Clause.

4.35 Variations and Adjustments

4.35.1 Right to Vary

The Employer may initiate variations at any time prior to issuing the Taking-Over

Certificate for the Works. A variation shall not comprise the omission of any work that is to

be carried out by the Contractor.

The Contractor shall execute and be bound by each Variation, unless the Contractor

promptly gives notice to the Employer stating (with supporting particulars) that (i) the

Contractor cannot readily obtain the Goods required for the Variation, (ii) it will reduce the

safety or suitability of the Works, or (iii) it will have an adverse impact on the achievement

of the Performance Guarantees. Upon receiving this notice, the Employer shall cancel,

confirm or vary the instruction that shall be final.

4.35.2 Value Engineering

The Contractor may, at any time, submit to the Employer a written proposal which

(in the Contractor’s opinion) will, if adopted, (i) accelerate completion, (ii) reduce the cost

to the Employer of executing, maintaining or operating the Works, (iii) improve the

efficiency or value to the Employer of the Completed Works, or (iv) otherwise be of benefit

to the Employer.

The proposal shall be prepared at the cost of the Contractor and shall include the

items listed in Sub-Clause “Variation Procedure”.

4.35.3 Variation Procedure

If the Employer requests a proposal, prior to instructing a Variation, the Contractor

shall respond in writing as soon as practicable, either by giving reasons why he cannot

comply (if this is the case) or by submitting:

a. A description of the proposed design and/or work to be performed and a

programme for its execution,

b. The Contractor’s proposal for any necessary modifications to the programme

according to Sub-Clause “Programme” and the Time for Completion, and

c. The Contractor’s proposal for adjustment to the Contract Price.

Page 42: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

41

The Employer shall, as soon as practicable after receiving such proposal (under

Sub-Clause “Value Engineering” or otherwise), respond with approval, disapproval or

comments. The Contractor shall not delay any work whilst awaiting a response.

Each instruction to execute a Variation, with any requirements for the recording of

Costs, shall be issued by the Employer to the Contractor, who shall acknowledge receipt.

Upon instructing or approving a Variation, the Employer shall proceed in

accordance with Sub-Clause “Determinations” to agree or determine adjustments to the

Contract Price and the Schedule of Payments. These adjustments shall include reasonable

profit, shall take account of the Contractor’s submissions under Sub-Clause “Value

Engineering”.

4.35.4 Payment in Applicable Currencies

The Contract provides for payment of the Contract Price in Indian Rupees.

4.35.5 Adjustments for Changes in Costs

The Contract Price shall not be adjusted for rises or falls in the cost of labour, goods

and other inputs to the Works.

4.36 Contract Price and Payment

4.36.1 The Contract Price

The entire work shall be executed on Turn Key basis unless otherwise stated in the

Special Conditions:

a. Payment for the Works shall be made on the basis of the Contract Price as

mentioned in clause 6.9, subject to adjustments in accordance with the

Contract: and

b. The rates for the items involving imported spares from OEM shall be quoted

exclusive of Customs Duty, GST on Customs Duty, but inclusive of insurance,

Freight charges, cost of local clearing and forwarding, bank charges, cost for

transportation including landed onboard and other over head charges, etc.

The customs duty and GST on customs duty for the imported spares shall be

reimbursed by DGLL as per actual on production of proof of payment made

by the contractor.

c. The rates quoted for the executions of works under the contract shall be

exclusive of Goods and Service tax. The Goods and Service Tax component for

the works executed under the contract will be reimbursed by DGLL as per the

rates notified by the Government of India.

4.36.2 Schedule of Payments

a. The Contract includes schedule of payment specifying the installments in which the

Contract Price shall be paid.

b. If these installments do not match the actual progress achieved in executing the

Works, and if actual progress is found to be less than that on which the Schedule of

Payments was based, then the Employer may proceed in accordance with Sub-Clause

“Determinations” to agree or determine revised installments, which shall take

Page 43: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

42

account of the extent to which progress is less than that on which the installments

were previously based.

4.36.3 Interim Payments

No amount will be paid until the Employer has received and approved the

Performance Security. Thereafter, the Employer shall within 28 days after receiving a

Statement and supporting documents, give to the Contractor notice of any items in the

Statement with which the Employer disagrees, with supporting particulars. Payments due

shall not be withheld, except that:

a. If any item supplied or work done by the Contractor is not in accordance with

the Contract, the cost of rectification or replacement may be withheld until

rectification or replacement has been completed; and/or

b. If the Contractor was or is failing to perform any work or obligation in

accordance with the Contract, and had been so notified by the Employer, the

value of this work or obligation may be withheld until the work or obligation

has been performed.

The Employer may, be any payment, make any correction or modification that

should properly be made to any amount previously considered due. Payment shall not be

deemed to indicate the Employer’s acceptance, approval, consent or satisfaction.

4.36.4 Timing of Payments

Except as otherwise stated in Sub-Clause “Employer’s Claims”, the Employer shall

pay to the Contractor as per schedule of payment mentioned in Section VI.

4.36.5 Cessation of Employer’s Liability

The Employer shall not be liable to the Contractor for any matter or thing under or

in connection with the Contract or execution of the Works, except to the extent that the

Contractor shall have included an amount expressly for it.

4.37 Termination by Employer

4.37.1 Notice to Correct

If the Contractor fails to carry out any obligation under the Contract, the Employer

may by notice require the Contractor to make good the failure and to remedy it within a

specified reasonable time.

4.37.2 Termination by Employer

The Employer shall be entitled to terminate the Contract if the Contractor:

c. Fails to comply with Sub-Clause “Performance Security” or with a notice

under Sub-Clause “Notice to Correct”,

d. Abandons the Work or otherwise plainly demonstrate the intention not to

continue performance of his obligation under the Contract,

e. Without reasonable excuse fails to proceed with the Work in accordance with

Clause “Commencement, Delays and Suspension:,

Page 44: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

43

f. Subcontracts the whole of the Work or assigns the Contract without the

required agreement,

g. Becomes bankrupt or insolvent, goes into liquidation, has a receiving or

administration order made against him, compounds with his creditors, or

carries on business under a receiver, trustee or manager for the benefit of his

creditors, or if any act is done or event occurs which (under applicable Laws)

has a similar effect to nay of these acts or events, or

h. Gives or offers to give (directly or indirectly) to any person any bribe, gift,

gratuity, commission or other thing of value, as an inducement or reward:

i. For doing or forbearing to do any action in relation to the Contract,

or

ii. For showing or forbearing to show favour or disfavour to any

person in relation to the Contract, or

iii. If any of the Contractor’s Personnel, agents or Subcontractors gives

or offers to give (directly or indirectly) to any person any such

inducement or reward as is described in this sub-paragraph (f).

However, lawful inducements and rewards to the Contractor’s

Personnel shall not entitle termination.

In any of these events or circumstances, the Employer may, upon giving 15 days’

notice to the Contractor, terminate the Contract. However, in the case of sub-paragraph (e)

or (f), the Employer may by notice terminate the Contract immediately.

The Employer’s election to terminate the Contract shall not prejudice any other

rights of the Employer, under the Contract or otherwise. The Contractor shall then leave

the work and delivery any require goods, all Contractors’ Documents, and other design

documents made by or for him, to the Employer. However, the Contractor shall use his best

efforts to comply immediately with any reasonable instructions included in the notice (i)

for the assignment of any sub-contract, and (ii) for the protection of life or property or for

the safety of the Work.

After termination, the Employer may complete the Work and/or arrange for any

other entities to do so. The Employer and these entities may then use any Goods,

Contractor’s Documents and other design documents made by or on behalf of the

Contractor.

4.37.3 Valuation at date of Termination

As soon as practicable after a notice of termination under Sub-Clause

“Termination by Employer” has taken effect, the Employer shall proceed in accordance

with Sub-Clause “Determinations” to agree or determine the value of the Works, Goods

and Contractor’s Documents, and any other sums due to the Contractor for work executed

in accordance with the Contract.

4.37.4 Payment after Termination

After a notice of termination under Sub-Clause “Termination by Employer” has

taken effect, the Employer may:

Page 45: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

44

a. Proceed in accordance with Sub-Clause “Employer’s Claims”,

b. With-hold further payments to the Contractor until the costs of design,

execution, completion and remedying of any defects, damages for delay in

completion (if any), and all other costs incurred by the Employer, have been

established, and/or

c. Recover from the Contractor any losses and damages incurred by the

Employer and any extra costs of completing the Work, after allowing for any

sum due to the Contractor under Sub-Clause “Valuation at date of

Termination”. After recovering any such losses, damages and extra costs, the

Employer shall pay any balance to the Contractor.

4.37.5 Employer’s Entitlement to Termination

The Employer shall be entitled to terminate the Contract, at any time for the

Employer’s convenience, by giving notice of such termination to the Contractor. The

termination shall take effect 30 days after the later of the dates on which the Contractor

receives this notice or the Employer returns the Performance Security. The Employer shall

not terminate the Contract under this Sub-Clause in order to execute the Work himself or

to arrange for the Work to be executed by another contractor.

After this termination, the Contractor shall proceed in accordance with Sub-Clause

“Cessation of Work” and shall be paid in accordance with Sub-Clause “Optional

Termination, Payment and Release”.

4.37.6 Cessation of Work

After a notice of termination under Sub-Clause “Employer’s Entitlement to

Termination”, or Sub-Clause “Optional Termination, Payment and Release” has taken effect,

the Contractor shall promptly:

a. Cease all further work, except for such work as may have been instructed by

the Employer for the protection of life property or for the safety of the Work

and,

b. Hand over Contractor’s Documents, Plant, Materials and other work, for

which the Contractor has received payment.

4.38 Risk and Responsibility

4.38.1 Indemnities

The Contractor shall indemnify and hold harmless the Employer, the Employer’s

Personnel, and their respective agents, against and from all claims, damages, losses and

expenses (including legal fees and expenses) in respect of

a. Bodily injury, sickness, disease or death, of any person whatsoever arising

out of or in the course of or by reason of the design, execution and

completion of the works and the remedying of any defects, unless

attributable to any negligence, willful act or breach of the Contract by the

Employer, the Employer’s Personnel, or any of their respective agents, and

Employer, the Employer’s Personnel, or any of their respective agents, and

Page 46: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

45

b. Damage to or loss of any property, real or personal (other than the Work), to

the extent that such damage or loss:

i. Arises out of or in the course of or by reason of the design, execution

and completion of the Work and the remedying of any defects, and

ii. Is not attributable to any negligence, willful act or breach of the

Contract by the Employer, the Employer’s Personnel, their

respective agents, or anyone directly or indirectly employed by any

of them.

The Employer shall immediately and hold harmless the contractor, the Contractor’s

Personnel, and their respective agents, against and from all claims, damages, losses and

expenses (including legal fees and expenses) in respect of (1) bodily injury, sickness,

disease or death, which is attributable to any negligence, willful act or breach of the

Contract by the Employer, the Employer’s Personnel, or any of their respective agents, and

(2) the matters for which liability may be excluded from insurance cover, as described in

sub-paragraphs (d) (i), (ii) and (iii) of Sub-Clause “Insurance Against Injury to Persons and

damage to Property”.

4.38.2 Contractor’s Care of the Works

The Contractor shall take full responsibility for the care of the Work and Goods

from the commencement Date until the Taking-Over Certificate is issues (or is deemed to

be issued under Sub-Clause “Acceptance of the Works and Sections” for the Work), when

responsibility for the care of the Work shall pass to the Employer. If a Taking-Over

Certificate is issued (or is so deemed to be issued) for any Section of the Work,

responsibility for the care of the Section shall then pass to the Employer.

After responsibility has accordingly passed to the Employer, the Contractor shall

take responsibility for the care of any work that is outstanding on the date stated in a

Taking-Over Certificate, until this outstanding work has been completed.

If any loss or damage happens to the Work, Goods or Contractor’s Documents

during the period when the Contractor is responsible for their care, from any cause not

listed in Sub-Clause “Employer’s Risk”, the Contractor shall rectify the loss or damage at

the Contractor’s risk and cost, so that the Work, Goods and Contractor’s Documents

confirm with the Contract.

The Contractor shall be liable for any loss or damage caused by any action

performed by the Contractor after a Taking-Over Certificate has been issued. The

Contractor shall also liable for any loss or damage which occurs after a Taking-Over

Certificate has been issued and which arose from a previous event for which the Contractor

was liable.

4.38.3 Employer’s Risks

The risks referred to in Sub-Clause 4.38.4 below are:

a. War, hostilities (whether war be declared or not), invasion, act of foreign

enemies,

Page 47: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

46

b. Rebellion, terrorism, revolution, insurrection, military or usurped power, or

civil war, within the Country,

c. Riot, commotion or disorder within the Country by persons other than the

Contractor’s Personnel and other employees of the Contractor and

Subcontractors,

d. Munitions of war, explosive materials, ionizing radiation or contamination by

radio-activity, within the Country, except as may be attributable to the

Contractor’s use of such munitions, explosives, radiation or radio-activity,

4.38.4 Consequences of Employer’s Risks

If and to the extent that any of the risks listed in Sub-Clause 4.37.3 above results in

loss or damage to the Works, Goods or Contractor’s Documents, the Contractor shall

promptly give notice to the Employer and shall rectify this loss or damage to the extent

required by the Employer.

If the Contractor suffers delay and/or incurs Cost from rectifying this loss or

damage, the Contractor shall give a further notice to the Employer and shall be entitled

subject to Sub-Clause “Contractor’s Claims” to:

a. An extension of time for any such delay, if completion is or will be delayed

under Sub-Clause “Extension of Time for Completion”, and

b. Payment of any such Cost, which shall be added to the Contract Price.

After receiving this further notice to Employer shall proceed in accordance with

Sub-Clause “Determinations” to agree or determine these matters.

4.38.5 Intellectual and Industrial Property Rights

In this Sub-Clause, “Infringement” means an infringement (or alleged infringement)

of any patent, registered design, copyright, trademark, trade name, trade secret or other

intellectual or industrial property right relating to the Works: and “Claim” means a claim

(or proceeding pursuing a claim) alleging an infringement.

Whenever a Party does not give notice to the other Party of any claim within 30

days of receiving the claim, the first Party claim, the first Party shall be deemed to have

waived any right to indemnity under this Sub-Clause.

The Employer shall indemnify and hold the Contractor harmless against and from

any claim alleging an infringement, which is or was:

a. An unavoidable result of the Contractor’s compliance with the Employer

Requirements, or

b. A result of any Works being used by the Employer:

i. For a purpose other than that indicated by, or reasonably to be

inferred from, the Contract, or

ii. In conjunction with anything not supplied by the Contractor, unless

such use was disclosed to the Contractor prior to the Base Date or is

stated in the Contract.

Page 48: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

47

The Contractor shall indemnify and hold the Employer harmless against and from

and other claim which arises out of or in relation to (i) the Contractor’s design

manufacture, construction or execution of the Works, (ii) the use of Contractor’s

Equipment, or (iii) the proper use of the Works.

If a Party is entitled to be indemnified under this Sub-Clause, the indemnifying

Party may (at its cost) conduct negotiations for the settlement of the claim, and any

litigation or arbitration that may arise from it. The other Party shall, at the request and cost

of the indemnifying Party, assist in contesting the claim. This other Party (and its

Personnel) shall not make any admission that might be prejudicial to the indemnifying

Party, unless the indemnifying Party failed to take over the conduct of any negotiations,

litigation or arbitration upon being requested to do so by such other Party.

4.38.6 Limitation of Liability

Neither Party shall be liable to the other Party for loss of use of any Works, loss of

profit, loss of any contract or for any indirect or consequential loss or damage which may

be suffered by the other Party in connection with the Contract, other than under Sub-

Clause “Payment on Termination” and Sub-Clause “Indemnities”.

The total liability of the Contractor to the Employer, under or in connection with

the Contract shall not exceed the sum stated in the Contract Agreement.

This Sub-Clause shall not limit liability in any case or fraud, deliberate default or

reckless misconduct by the defaulting Party.

4.38.7 Insurance

The contractor shall take adequate workmen compensation insurance towards all

of his employees engaged in the repairing work on board the vessel, whether in Dry dock

or in afloat during the entire contract period as per the statutory requirement as

applicable by Govt. of India and concerned State Government. The contractor shall also

have adequate medical insurance cover for all of his employees during the entire contract

period for any illness / injury that may arise during the course of contract work. The

Employer (DGLL), the Employer’s Personnel, Master, Ship staff and their respective agents,

shall stand totally indemnified by the contractor against any and from all claims, damages,

losses and expenses (including legal fees and expenses).

4.39 Force Majeure

4.39.1 Definition of Force Majeure

In this Clause, “Force Majeure” means an exceptional event or circumstances:

a. Which is beyond a Party’s control,

b. Which such Party could not reasonably have provided against before

entering into the Contract,

c. Which, having arisen, such Party could not reasonably have avoided or

overcome, and

d. Which is not substantially attributable to the other Party.

Page 49: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

48

Force Majeure shall include, but is not limited to, exceptional events or

circumstances of the kind listed below, so long as conditions (a) to (d) above are satisfied:

e. War, hostilities (whether war be declared or not), invasion, act of foreign

enemies with India

f. Rebellion, terrorism, revolution, insurrection, military or usurped power, or

civil war,

g. Riot, commotion, disorder, strike or lockout by persons other than the

Contractor’s Personnel and other employees of the Contractor and Sub-

contractors,

h. Munitions of war, explosive materials, ionizing radiation or contamination by

radio-activity, except as may be attributable to the Contractor’s use of such

munitions, explosives, radiation or radio-activity, and

i. Natural catastrophes such as earthquake, hurricane, typhoon or volcanic

activity.

4.39.2 Notice of Force Majeure

If a Party is or will be prevented from performing any of its obligations under the

Contract by Force Majeure, then it shall give notice to the other Party of the event or

circumstances constituting the Force Majeure and shall specify the obligations, the

performance of which is or will be prevented. The notice shall be given within 15 days after

the Party became aware, or should have become aware, of the relevant event or

circumstances constituting Force Majeure.

The Party shall, having given notice, be excused performance of such obligations for

so long as such Force Majeure prevents it from performing them.

Notwithstanding any other provision of this Clause, Force Majeure shall not apply

to obligations of either Party to make payments to the Other Party under the Contract.

4.39.3 Duty to Minimize Delay

Each Party shall at all times use all reasonable endeavours to minimize any delay in

the performance of the Contract as a result of Force Majeure.

A Party shall give notice to the other Party when it ceases to be affected by the

Force Majeure.

4.39.4 Consequences of Force Majeure

If the Contractor is prevented from performing any of his obligations under the By

the Force Majeure of which notice has been given under Sub-Clause “Notice of Force

Majeure”, and suffers delay and/or incurs Cost by reason of such force Majeure, the

Contractor shall be entitled subject to Sub-Clause “Contractor’s Claims” to:

a. An extension of time for any such delay, if completion is or will be delayed,

under Sub-Clause “Extension of Time for Completion”, and

b. If the event or circumstance is of the kind described in sub-paragraphs (e) to

(i) of Sub-Clause “Definition of Force Majeure” and, in the case of sub-

paragraphs (f) to (i), occurs in the area of work, payment of any such Cost.

Page 50: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

49

After receiving this notice, the Employer shall proceed in accordance with Sub-

Clause “Determinations” to agree or determine these matters.

4.39.5 Force Majeure affecting Subcontractor

If any Subcontractor is entitled under any contract or agreement relating to the

Works to relief from Force Majeure on terms additional to or boarder than those specified

in this Clause, such additional or boarder Force Majeure events or circumstances shall not

excuse the Contractor’s non-performance or entitle him to relief under this Clause.

4.39.6 Optional Termination, Payment and Release

If the execution of substantially all the Works in progress is prevented for a

continuous period of 150 days by reason of Force Majeure of which notice has been given

under Sub-Clause “Notice of Force Majeure”, or for multiple periods which total more than

180 days due to the same notified Force Majeure, then either party may give to the other

Party a notice of termination of the Contract. In this event, the termination shall take effect

7 days after the notice is given, and the Contractor shall proceed in accordance with Sub-

Clause “Cessation of Work and Removal of Contractor’s Equipment”.

Upon such termination, the Employer shall pay to the Contractor:

The amounts payable for any work carried out for which a price is stated in the

Contract;

a. Any other Cost or liability which in the circumstances was reasonably

incurred by the Contractor in the expectation of completing the Works;

b. The Cost of removal of Temporary Works and Contractor’s Equipment from

the Site and the return of these items to the Contractor’s works in his country

(or to any other destination at no greater cost); and

c. The Cost of repatriation of the Contractor’s staff and labour employed wholly

in connection with the Works at the date of termination.

4.39.7 Release from Performance under the Law

Notwithstanding any other provision of this Clause, if any event or circumstance

outside the control of the Parties (including, but not limited to, Force Majeure) arises

which make it impossible or unlawful for either or both Parties to fulfill its or their

contractual obligations or which, under the law governing the Contract, entitles the Parties

to be released from further performance of the Contract, then upon notice by either Party

to the other Party of such event or circumstance:

a. The Parties shall be discharged from further performance, without prejudice

to the rights of either Party in respect of any previous breach of the Contract,

and

b. The sum payable by the Employer to the Contractor shall be the same as

would have been payable under Sub-Clause “Optional Termination, Payment

and Release”, if the Contract had been terminated under Sub-Clause 4.37.2

Page 51: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

50

4.40 Claims, Disputes and Arbitration

4.40.1 Contractor’s Claims

If the Contractor considers himself to be entitled to any extension of the Time for

Completion and/or additional payment, under any Clause of these Conditions or otherwise

in connection with the Contract, the Contractor shall give notice to the Employer,

describing the event or circumstance giving rise to the claim. The notice shall be given as

soon as practicable, and not later than 30 days after the Contractor became aware, or

should have become aware, of the event or circumstance.

If the Contractor fails to give notice of a claim within such period of 30 days, the

Time for Completion shall not be extended, the Contractor shall not be entitled to

additional payment, and the Employer shall be discharged from all liability in connection

with claim. Otherwise, the following provisions of this Sub-Clause shall apply.

The Contractor shall also submit any other notices which are required by the

Contract, and supporting particulars for the claim, all as relevant to such event or

circumstance.

The Contractor shall keep such contemporary records as may be necessary to

substantiate any claim, either on the Site or at another location acceptable to the Employer.

Without admitting liability, the Employer may, after receiving any notice under this Sub-

Clause, monitor the record keeping and/or instruct the Contractor to keep further

contemporary records. The Contractor shall permit the Employer to inspect all these

records, and shall (if instructed) submit copies to the Employer.

Within 45 days after the Contractor became aware (or should have become aware)

of the event or circumstance giving rise to the claim, or within such other period as may be

proposed by the Contractor and approved by the Employer, the Contractor shall send to

the Employer a fully detailed claim which includes full supporting particulars of the basis

of the claim and of the extension of time and/or additional payment claimed. If the event or

circumstance giving rise to the claim has a continuing effect:

a. This fully detailed claim shall be considered as interim;

b. The Contractor shall send further interim claims at monthly intervals, giving

the accumulated delay and/or amount claimed, and such further particulars

as the Employer may reasonably require; and

c. The contractor shall send a final claim within 30 days after the end of the

effects reasonable from the event or circumstance or within such other

period as may be proposed by the Contractor and approved by the Employer.

Within 45 days after receiving a claim or any further particulars supporting a

previous claim, or within such other period as may be proposed by the Employer and

approved by the Contractor, the Employer shall respond with approval, or with

disapproval and detailed comments. He may also request any necessary further

particulars, but shall nevertheless give his response on the principles of the claim within

such time.

Each interim payment shall include such amounts for any claim as have been

reasonably substantiated as due under the relevant provision of the Contract. Unless and

Page 52: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

51

until the particulars supplied are sufficient to substantiate the whole of the claim, the

Contractor shall only be entitled to payment for such part of the claim, as he has been

above to substantiate.

The requirements of this Sub-Clause are in addition to those of any other Sub-

Clause that may apply to a claim, any extension of time and/or additional payment shall

take account of the extent (if any) to which the failure has prevented or prejudiced proper

investigation of the claim, unless the claim is excluded under the second paragraph of this

Sub-Clause.

4.40.2 Conciliation

a. Disputes between the Employer and the Contractor shall be submitted first to

conciliation. The procedure outlined in the Arbitration and Conciliation Act, 1996

shall be followed.

b. The Party initiating conciliation shall send to the other party a written invitation to

conciliate. Conciliation proceedings shall commence when other party accepts in

writing the invitation to conciliate. If the other party rejects the invitation, there

will be no Conciliation Proceedings.

c. There shall be one Conciliator, unless the parties agree that there shall be two or

three Conciliators. Where there is more than one Conciliator, they ought, as a

general rule, to act jointly.

d. When it appears to the Conciliator that there exist an element of a settlement,

which may be acceptable to the parties, he shall submit them to the parties for their

observation. He may reformulate the terms of a possible settlement in light of their

observations.

e. If the parties reach agreement of the dispute, they may draw up and sign a written

settlement agreement. They may request the Conciliator to draw up or assist them

in drawing up the settlement agreement.

f. The settlement agreement shall have the same status and effect as if it is an arbitral

award on agreed terms on the substance of the dispute rendered by any Arbitral

tribunal under section 30 & 31, Chapter Vi of the Act.

g. If a settlement does not appear possible, the Conciliator, after the consultation with

the parties, give a written declaration that further efforts at conciliation are no

longer justified and the conciliation proceedings are terminated.

h. When conciliation proceedings have become in fructuous or have been terminated,

the Party, which initiated the conciliation, shall refer the dispute for arbitration.

The reference to arbitration shall be made within 30 days of the termination of

Conciliation Proceedings.

4.40.3 Appointment of the Dispute Resolution Board

Disputes shall be resolved by Dispute Resolution Board (DRB) in accordance with

the Arbitration and Conciliation Act, 1996 and Sub-Clause “Obtaining Dispute Resolution

Board’s Decision”. The Parties shall jointly appoint a DRB by the date 30 days after a Party

Page 53: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

52

gives notice to the other Party of its intention to refer a dispute to a DRB in accordance

with Sub-Clause 4.40.1

The DRB shall comprise of three persons; each Party shall nominate one member

for the approval of the other Party. The Parties shall consult both these members and shall

agree upon the third member, who shall be appointed to act as Chairman.

The agreement between the Parties and each of the three members shall

incorporate by the reference the General Conditions of Dispute Resolution Agreement

contained in the Appendix to these general Conditions, with such amendments as are

agreed upon between them.

The terms of the remuneration of the three members shall be mutually agreed

upon by the Parties when agreeing the terms of appointment. Each Party shall be

responsible for paying one-half of this remuneration.

If at any time the Parties so agree, they may appoint a suitably qualified person or

person to replace any one or more members of the DRB. Unless the Parties agree

otherwise, the appointment will come in to effect if a member declines to act or is unable to

act as a result of death, disability, resignation or termination of appointment. The

replacement shall be appointed in the same manner as the replaced person was required to

have been nominated or agreed upon, as described in this Sub-Clause.

The appointment of any member may be terminated by mutual agreement of both

Parties, but not by the Employer or the Contractor acting alone. Unless otherwise agreed

by both Parties, the appointment of the DRB (including each member) shall expire when

the DRB has given its decision of the dispute referred to it under Sub-Clause 4.40.1unless

other disputes have been referred to the DRB by that time under Sub-Clause 4.40.1 in

which event the relevant date shall be when the DRB has also given decision on those

disputes.

4.40.4 Failure to Agree Dispute Resolution Board

If any of the following conditions apply, namely:

Either Party fails to nominate a member for approval by the other Party of a

DRB by the date stated in the first paragraph of Sub-Clause 4.40.3,

a. The Parties fail to agree upon the appointment of the third member (to act

as chairman) of the DRB by such date, or

b. The Parties fail to agree upon the appointment of a replacement person

within 45 days after the date on which the sole member or one of the three

members declines to act or is unable to act as a result of death, disability,

resignation or termination of appointment,

Then the Secretary, Ministry of Shipping upon the request of either or both of the

Parties and after due consultation with both Parties, appoint this member of the DRB. This

appointment shall be final and conclusive.

4.40.5 Obtaining Dispute Resolution Board’s Decision

if a dispute (of any kind whatsoever) arises between the Parties in connection with,

or arising out of the Contract or the execution of the Works, including any dispute as to any

Page 54: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

53

certificate, determination, instruction, opinion or valuation of the Employer, then after a

DRB has been appointed pursuant to Sub-Clause 4.40.3 “Appointment of the DRB” and

4.40.4 “Failure to Agree DRB”, either party may refer the dispute in writing to the DRB for

its decision, with a copy to the other Party. Such reference shall state that it is given under

this Sub-Clause.

The DRB shall be deemed to have received such reference on the date when the

chairman of the DRB receives it.

Both Parties shall promptly make available to the DRB all information, access to the

Site, and appropriate facilities, as the DRB may require for the purposes of making a

decision on such dispute. The DRB shall be deemed to be not acting as arbitrator(s).

Within 90 days after receiving such reference, or the advance payment referred to

in Clause 6 of the Appendix-General Conditions of the Dispute Adjudication Agreement,

whichever date is later, or within such other period as may be proposed by the DRB and

approved by both Parties, the DRB shall give its decision, which shall be reasoned and shall

state that it is given under this Sub-Clause. However, if neither of the Parties has paid in full

the invoices submitted by each Member pursuant to Clause 6 of the Appendix, the DRB

shall not be obliged to give its decision until such invoices have been paid in full. The

decision shall be binding on both Parties, who shall promptly give effect to it unless and

until it shall be revised in an amicable settlement or an arbitral award as described below.

Unless the Contract has already been abandoned, repudiated or terminated, the Contractor

shall continue to proceed with the Works in accordance with Contract.

If either Party is dissatisfied with the DRB’s decision, then either Party may, within

30 days after receiving the decision, give notice to the other Party of its dissatisfaction. If

the DRB fails to give its decision within the period of 90 days (or as otherwise approved)

after receiving such reference or such payment, then either Party may, within 30 days after

this period has expired, give notice to the other Party of its dissatisfaction.

In either event, this notice of dissatisfaction shall state that it is given under this

Sub-Clause, and shall set out the matter in dispute and the reasons for dissatisfaction.

Except as stated Sub-Clause 4.40.8 “Failure to comply with Dispute Resolution Board’s

Decision” and Sub-Clause 4.40.9 “Expiry of Dispute Resolution Board’s Appointment”,

neither Party shall be entitled to commence arbitration of a dispute unless a notice of

dissatisfaction has been given in accordance with this Sub-Clause.

If the DRB has given its decision as to a matter in dispute to both Parties, and no

notice of dissatisfaction has been given by either Party within 30 days after the date of

DRB’s decision, then the decision shall become final and binding upon both Parties.

4.40.6 Amicable Settlement

Where notice of dissatisfaction has been given under Sub-Clause 4.40.5 above, both

Parties shall attempt to settle the dispute amicably before the commencement of

arbitration. However, unless both Parties agree otherwise, arbitration may be commenced

on or after the 60 days on which notice of dissatisfaction was given, even if no attempt at

amicable settlement has been made.

Page 55: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

54

4.40.7 Arbitration

Unless settled amicably, any dispute in respect of which the DRB’s decision (if any)

has not become final and binding shall be finally settled by national arbitration. Unless

otherwise agreed by both Parties:

a. The dispute shall be finally settled under the Rules of Arbitration,

b. The dispute shall be settled by three arbitrators appointed in accordance

with these Rules, and

c. The arbitration shall be conducted in the language for communication

defined in Sub-Clause “Law and Language”.

The arbitrator(s) shall have full power to open up, review and revise any

certificate, determination, instruction, opinion or valuation of (or on behalf of) the

Employer, and any decision of the DRB, relevant to the dispute.

Neither Party shall be limited in the proceedings before the arbitrator(s) to the

evidence or arguments previously put before the DRB to obtain its decision, or to the

reasons for dissatisfaction given in its notice of dissatisfaction. Any decision of the DRB

shall be admissible in evidence in the arbitration.

Arbitration may be commenced prior to or after completion of the Works. The

obligations of the Parties and the DRB shall not be altered by reason of any arbitration

being conducted during the progress of the Works.

4.40.8 Failure to comply with Dispute resolution Board’s Decision

In the event that:

a. Neither party has given notice of dissatisfaction within the period stated in

Sub-Clause 4.40.5 “Obtaining Dispute Resolution Board’s Decision”,

b. The DRB’s related decision (if any) has become final and binding, and

c. A Party fails to comply with this decision,

Then the other Party may, without prejudice to any other rights it may have, refer

the failure itself to arbitration under Sub-Clause 4.40.7 “Arbitration”. Sub-Clause 4.40.5

“Obtaining Dispute Resolution Board’s Decision” and Sub-Clause 4.40.6 “Amicable

Settlement” shall not apply to this reference.

4.40.9 Expiry of Dispute Resolution Board’s Appointment

If a dispute arises between the Parties in connection with, or arising out of the

Contract or the execution of the Works and there is no DRB in place, whether by reason of

the expiry of the DRB’s appointment or otherwise pursuant to Sub-Clause 4.40.6

“Obtaining Dispute Resolution Board’s Decision” and Sub-Clause 4.40.6 “Amicable

Settlement”; the dispute may be referred directly to arbitration under Sub-Clause 4.40.7

“Arbitration”.

Page 56: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - IV

55

4.41 Jurisdiction:

Failing arbitration in solving the dispute, Court of Delhi alone shall have the

jurisdiction for all aggrieved parties i.e. the Department, the contractor or any constituent

being party to the contract directly or indirectly.

For Director General

For and on behalf of the President of India

Page 57: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - V

56

Government of India

Ministry of shipping

Directorate General of Lighthouses and Lightships

“Deep Bhawan”, A-13, TulsiMarg, Sector 24,

NOIDA, Uttar Pradesh –201 301.

Tele-Fax-0120-2412677, Telephone-0120-2411345

E-mail:- [email protected]

SECTION - V –SCOPE OF WORK

5.1 General:

The work is to be carried out with ISI/BIS marked materials and with highest

degree of workmanship to the entire satisfaction of MMD/ IRS Surveyors&DGLL’s

representative.

The repair work to be carried out as per the rules of Classification Society and

Statutory Authority. The scope of work includes but not limited to,

a. Dock hire, Docking and undocking the vessel

b. Surface Preparation, Cleaning and Painting

c. Steel Plate Renewals

d. Servicing of Propellers, Rudders and bow thrusters

e. Servicing of Engine Room Machinery

f. Deck Machinery, valves & pipe lines

g. Electrical Equipment

h. Cost plus Jobs

5.2 Hull & Structure including Chipping & Painting:

This comprises of repairs of underwater and above water Hull, Deck, and Super

structure after through gauging, repairing of fittings, fixtures, cabin, all sanitary &

domestic water pipelines and associated valves, cocks, showers, WC Pans commode, wash

basin. Work of Galley, masts, Anchor & Anchor Chains, Deck fittings, funnels, reinforced

fenders, furniture, cleaning of all fuel tanks as per procedure of repairs and pressure

testing as required by Surveyor. Cleaning, pressure testing and paintings of fresh water

tanks, ballast tanks and other tanks. Chipping, scrapping, cleaning and painting of hulls,

deck structures, engine rooms, deck machinery, accommodation, galley, funnel, under

water sea chest, Valves, Anodes etc. etc. and various other works as recommended by the

Surveyor or as considered necessary by the Engineer of the contract/ his representative

i.e. Chief Engineer of the Vessel.

5.3 Machineries, LSA FFA :

This comprises of overhauling of all entire engine room machineries including

propulsion system, rudder, Deck Machineries, Pneumatic System, Pumps, Valves along

with all connected equipment and LSA FFA items.

Page 58: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - V

57

5.4 Electrical: (Including Communication System)

Main Switch Board, Motor & starters, Cable work, Galley work, Calorifier, Shore

supply, Lighting, Transformer, Battery Charger, blower & Glow Sign Board etc.

5.5 Imported Spares from OEM:-

Only genuine original spares from OEM shall be allowed to be imported. The rate of imported spares shall be included in the quote in Indian Rupees taking in to account all other costs, insurance, freight, local clearing and forwarding and bank transaction charges and local transportation costs including landing on board. The functional spares replaced by OEM shall be the property of DGLL and this shall not to be formed as part of scrap.

5.6 Re-organization of work:

The bidders are requested to inspect the vessel thoroughly at Port Blair / Chennai /

Cochin. The bidders are also requested to identify to the extent possible the items of work

not covered under the schedule of works that may crop up during the process of repairing.

In order to eliminate the unforeseen items of work, all the suggestions regarding the

addition/alteration shall have to be discussed in details in the Pre-bid meeting clearly, so

that necessary amendments in the tender can be made. Such addendum/corrigendum

shall be part of the contract.

At all stages inspection facilities by MMD/IRS Surveyors and DGLL representative

and or their authorized agencies on site and at the contractor’s Workshop or their

Supplier’s Go-down/Stores etc. shall be arranged by the contractor free of cost. Surveyor’s

Fees, however, would be borne by the DGLL.

5.7 Additional Works:

Any additional works entrusted by the Owner as per the requirement of IRS / DG

Shipping; the same shall be carried out by the contractor, subject to the variation clause.

i. In respect of such works where rates are not available in the tender, the payment

for such work shall be payable as “Cost Plus Basis”. After completion of work, the

yard may be submit a invoice along with the approval note of employer, supporting

vouchers or Proof of payment & Yard certified copy of bill, time sheets duly signed

by MASTER or CEO as the case may be and countersigned by owners

representative, otherwise such claims will not be entertained. The payment for cost

plus basis jobs will be paid to the yard with 10% mark-up (i.e., Actual + 10 %).

ii. For quoted items of work, if the quantum is actually different from that indicated in

the specification, the cost would be calculated on pro-rata basis.

iii. Additional quotations (which are not covered in original scope of work

package/NIT) of yard will be considered against the additional jobs, which are

must be approved and awarded by the employer, for settlement claims by DGLL.

iv. The employer representative shall convey the sanction for additional jobs as

required. Work Done Certificate (WDC) will be certified by Master/ Chief Engineer

Officer of the vessel along with employer representative. Yard has to submit

additional quotes against additional jobs and get approved by the employer.

Page 59: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - V

58

v. Employer’s approved OEM Service personnel are to be allowed to work onboard

the Vessel during the repair period on the mutual understanding that they would

comply with Yard’s procedures and requirements.

5.8 Repairs Involving Class:

Wherever the repairs involving classification Surveys are to be carried out, same

will be done under the Supervision and as per the recommendations of the IRS. The

Surveyor fees for repairs will be paid by DGLL.

5.9 Areas for Blasting:

The areas indicated for grit blasting and grit sweeping, are only estimated areas

which are subject to increase or decrease after actual inspection by the DGLL’s

representative.

5.10 Supply of Paints:

i. Paint – OEM Certificate of guarantee for 36 months (Underwater) to be issued by

Yard.

ii. All paints shall be supplied by the yard and are to be applied by airless spray.

Airless spray machines shall be capable of generating sufficient pressure to fully

atomize heavy coatings.

iii. All paints are to be applied only on clean and dry surfaces.

iv. Care should be taken with regard to allowable temperature and humidity condition

which are to be strictly observed.

v. All coatings are to be smoothly applied free from sags and runs.

vi. For paint coatings, the specified minimum thicknesses are to be strictly adhered to.

vii. Deficiencies in film thinness are to be made up prior to the application of final coat

in order to avoid patched appearance.

viii. Painting job of hull, underwater shell are to be undertaken as per the guidance of

paint Manufacturer and their Service Engineer.

5.11 Steel Renewal:

All steel renewals as per the Surveyor’s recommendation and as per ultrasonic

thickness (UTG) readings which are to be countersigned by the Surveyors before and after

repairs. The relevant reports are to be submitted to the ship’s staff in three copies.

(Consider specific Weight of steel 7850 kg per Cum only)

5.12 Ultrasonic Gauging:

As soon as the vessel enters dock, the ultrasonic thickness gauging (UTG) of the

ship’s hull, decks, tank tops, suction tubes etc., is to be taken, readings to be plotted as per

respective drawings and submitted to Class Surveyor, Attending Superintendent and Ship

staff for record and reference.

Page 60: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - V

59

5.13 Repairs to Fire Main Line:

i. When repairs are undertaken to the fire main line, Yard is to ensure that section of

the pipe line under repairs is isolated from ship’s fire main line.

ii. Period required for isolating the line, when no water pressure will be available in

the fire main, is to be kept to the minimum and the duty officers/ duty Engineer is

informed when this work is undertaken.

iii. During this period of repairs to fire main line, alternative firefighting arrangements

should be made for the area where water has been cut.

5.14 Removal of Debris:

Yard shall arrange removal of debris and dirt form the vessel, arising out of repairs,

at regular intervals during the repair. This will be on Yard’s account and no separate

payment will be made for this work.

5.15 Spares and Scrap:

For such items, it has been indicated in the schedule of works that the rates are inclusive of

renewals of spares, cost of OEM engineers for Rudders, propulsion system, Main engine

etc., There are two OEMs mainly for Propulsion system of M/s. Kongsberg Maritime CM

India Pvt Ltd (Ex Rolls Royce) and for Generators it is M/s. KOEL. The Yard / Bidder to

quote rates in consultation with OEM and shall include additional charges. The rate shall

include the cost of landed spares from OEM’s including service charges, over heads and or

additional supports services provided by the bidder and supply time will be allowed by

the DGLL. The functional spares replaced by OEM shall be the property of DGLL and this

shall not to be formed as part of scrap.

All Steel/ Ferrous metallic scrap generated during repair shall be cleared and

disposed off by the firm at their risk & cost. Further, an equivalent amount towards

ferrous scrap is to be reimbursed to DGLL (The same to be quoted in Kg/LOT basis). In

case, DGLL requires any of the scrap items generated out of the repairs, will have the right

to take back for its use. Yard /bidder will not have any claim on such items.

Non-Ferrous metallic scrap generated out of the repairs shall be the property of

DGLL and will be cleared within 90 days from the date of delivery of vessel to DGLL.

5.16 Fuel, Lube Oil and Sludge:

Emptying the fuel/ lube oil tanks and gas free inspection are to be carried out by

the Shipyard. Wherever sludge is removed from the oil tank/ ballast, the quantity of mud/

sludge removed, should be witnessed by the ship’s officers and quantity assessed to be got

approved from the Master / C.E.O. The sludge is to be disposed off to the shore by the Yard

for which DGLL will pay as per quoted rate. The quantity of fuel and lube oil emptied from

the vessel will be recorded jointly by the contractor and employer.

5.17 Double Banking:

In case the vessel is double banked, Yard has to make sure that adequate crane

facilities are available so that the work is not hampered.

Page 61: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - V

60

5.18 Fire Watch:

Fire watchmen should wear distinctive uniform which should be made known to

the ship’s officers on arrival. Fire watchmen are to report to Chief Officer and Chief

Engineer Officer at least once every day. The Fire Watchmen should follow procedures as

per ISM Standards.

5.19 Time Required For Completion Of Repair Works:

Total repair time should be in continuous running days, including work on

Saturdays, Sundays and Local & National holidays, that would be required for completing

the work, from the day the Vessel arrives at the repair Yard.

In case of any statutory holidays when the Yard cannot undertake repair work, also

shall be reckoned in the total time. Total time of completion of work shall be inclusive of

Dry Dock and Afloat repair.

5.20 Dry-Docking Period:

Dry docking period shall be reckoned from the date as decided by owners

representative based on arrival of the Vessel at the Yard till the date of sailing of the

Vessel from the dock, after satisfactory completion of repairs and machinery trials.

Arrangement are to be made to commence afloat repairs (or) to dry dock the Vessel

within two days on arrival at the Yard and no cost will be paid by DGLL for keeping the

Vessel idle before dry docking.

After completion of all repairs, yard shall complete and show all satisfactory sea

trials within two days. Time allowed towards Sea trials is on DGLL’s account. Vessel stay

at Yard for closure of Statutory Surveys certification for default of the yard shall be on

account of Yard.

5.21 Bar Chart:

A detailed Bar Chart for dry dock repairs shall be submitted along with technical

bid. Revised bar charts if any are to be submitted by the yard from time to time to

evaluate the progress of work.

5.22 Periodic Review:

The progress of all the works will be reviewed and discussed periodically according

to the bar chart in presence of DGLL’s representative, Master/Chief Engineer Officer of the

Vessel and Attending Superintendent. The minutes of meeting are to be recorded.

5.23 Unsatisfactory Progress of Work:

If it is noticed by the DGLL’s representative that either the work is not being

executed or the progress is not satisfactory, the DGLL reserves the right to entrust the

balance work to some other party at the sole risk and cost of the yard. This is in addition

to the Liquidated Damages clause provided under Clause No. 4.28 of the General

Conditions of the tender.

5.24 Trials:

All items in the specifications, repaired by the Yard, should be tested to the

satisfaction of ship’s staff. Cost & Time towards Calibration, Pressure Testing, purging,

Page 62: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - V

61

hose testing dye penetrate test, Megger test, lowering tubes, gantries, cylinders etc. are

generally included in the schedule of work.

5.25 Dry Dock Repair Guarantee:

The bidder should strictly adhere to the time schedule, quality and stand guarantee

for all dry dock repairs carried out for a period of twelve months from the date of final

acceptance of the complete Vessel. Any repair required within this period shall be

rectified by the yard at their own risk and cost.

5.26 Safety Precautions:

It shall be the responsibility of the Yard that when the sub-contractors are working

onboard the vessel, necessary safety precautions against accident/ fire/ damage to ship’s

property/ personnel must be followed and to avoid such incident. DGLL shall not be

anyway responsible for such incidents (if any) and Yard will only be fully responsible. The

yards are required to follow ISM and ISPS procedures during the entire period of the

repair work.

5.27 Lodging and Boarding:

Suitable Executive accommodation (i.e. Lodging and Boarding facility of good

standard) for DGLL’s representative / Officials (minimum 3 Persons) is to be provided by

the Yard near / within the Yard premises at Yard’s expenses. At the time of fumigation the

entire ship staff needs to be accommodated in suitable accommodation as per their Rank

for about 03 days near the dry dock location. The said ship’s staff had be transported to

the ship and back as necessary.

5.28 Special Terms

All Yards are required to strictly adhere to the following. No deviations or counter

offers to these special conditions will be accepted and offers not confirming to these

special conditions shall be rejected.

i. The work package indicated in the schedule of works are likely to increase by 20%

for the same or similar defect list per every item quoted and also be carried out in

the same quoted time. No time over run will be allowed for this. However, vessel

shall indicate all the additional jobs immediately on her arrival at the yard / after

opening the equipment / on receipt of UTG reports.

ii. Obtaining Gas-free Certificates, Man entry Certificates, Painting & Welding

permission and any other statutory certificates required for carrying out work

onboard will be the responsibility of the Yard.

iii. During the entire contract period, implementation and management of

recommendations and guidelines issued by the Government of India from time to

time on prevention of spread of COVID-19 shall be the account of the yard.

For Director General

For and on behalf of the President of India

Page 63: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VI

62

Government of India

Ministry of shipping

Directorate General of Lighthouses and Lightships

“Deep Bhawan”, A-13, TulsiMarg, Sector 24,

NOIDA, Uttar Pradesh –201 301.

Tele-Fax-0120-2412677, Telephone-0120-2411345

E-mail:- [email protected]

SECTION – VI –SPECIAL CONDITIONS OF CONTRACT

6.1 General

i. If any work is being outsourced to any outside agency/firm/workshop, the employer

will have the right to vet the agency/firm/workshop and accept/ reject them. This

however, will not absolve the yard to ensure quality of material, workmanship, time

frame or the guarantee clause.

ii. All work to be performed by the yard/workshop shall be executed in a good

workmanship by skilled labour working under competent and adequate supervision.

The bidder shall confirm that anything not agreed to specifically, in these

Specification/drawings, memorandum, in exchanges of letters, etc. shall be standard

Marine quality with respect to design, materials and workmanship.

iii. All steel, machinery, equipment, instruments, inventory stores, appliances and outfit

shall be of good Marine quality duly tested, inspected and certified by the

manufacturer / statutory authority/classification society/Owner as applicable.

iv. The yard/workshop shall satisfy themselves in regard to the nature of work to be

done, its scope, as per standard ship repairs practices and as per technical

specifications with other terms and conditions etc. included in the bid papers. For

any item of work, the Contractor rate shall hold to include all items as are clearly

necessary for the proper execution of the work, notwithstanding the fact that any

special items may not have been included in the specifications or shown on the

drawings.

v. Material and workmanship required for the execution of the work have been laid

down in the accompanying specifications pertaining to the work. The work shall in

every respect conform to these specifications and shall be carried out and completed

to the entire satisfaction of the classification society, Statutory Authority and the

representative of the Director General of Lighthouses and Lightships. The

representative during the dry dock work shall have full powers to reject at any stage

of ship repairs any or all materials and/or workmanship which may appear to him to

fall short of the requirements of the aforesaid specifications, drawings, etc. or which

may appear to him to be faulty.

vi. Any item not included in these specifications shall be executed with material and

workmanship of the first quality. The Contractor shall, in case of doubt, refer, in

respect of such work, to the Director General or his representative.

Page 64: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VI

63

6.2 Time of Completion

i. On arrival of vessel to yard, the total time required for completing the work for the

vessel repair on berth and number of days in dry dock is to be precisely estimated

and informed clearly to DGLL. In the event of work undertaken on any of the units of

propulsion package viz. main engine, shafting, propeller etc. or steering system

including rudder, satisfactory basin/harbour trials and sea trials would from part of

total time frame and to be indicated separately.

ii. Throughout the stipulated period of contract the work shall be proceeded with all

due diligence. Time being deemed to be the essence of contract on the part of the

yard; the Contractor shall pay @ 0.5% of the Contract value per week which shall

elapse between the relevant Time for Completion and the date stated in the Taking-

over Certificate. However, the total amount due under this Sub-Clause shall not

exceed the maximum amount of 10% of the Contract Value.

6.3 Approval of Plans

i. All drawings or Plans which will be indicated in the specification as “drawings for

approval” are to be submitted in the following three categories namely:-

a. Classification drawings for approval of Classification society;

b. Statutory drawings for approval of Statutory Authority;

c. Specification drawings for approval of the Owner or his Authorized

Representatives as stipulated in the Specification.

ii. All such drawings and plans will be submitted directly to the respective approving

agencies for examination and approval in accordance with the manner in the

proposed specifications. If the Owner’s approval of any drawing is not received

within three weeks of receipt of such drawings by the Owner or his authorized

representatives, the Contractor shall inform the owner about non-receipt of approval

by e-mail/fax. If within seven days of reminder to the owner, the approval is not

received, the Contractor will be at liberty to go ahead with the dry dock considering

that the drawings are duly approved by the Owner. Any modification/alternation

outside the scope of the specification required by the Owner or his authorized

representative after the expiry of the aforesaid period shall be governed by the

provision of Article of the contract.

iii. Whenever the Plans are furnished to the Owner for approval, the Contractor shall

inform the Owner of these Plans contain any departure from the original

Specifications or previously agreed drawings. If such departures are not indicated by

the Contractor and even if the Plans have been approved by the Owner due to

oversight in this regard then such approval shall be considered to be invalid. Any

approval of the Owner shall not relieve the Contractor of its responsibility of safe dry

dock the Vessel, its machinery, equipment or any parts thereof.

6.4 Inspection by owner

i. The Owner shall, at all times, until delivery and acceptance of the vessel at the

repairs Yard, have the right to inspect the vessel, its engines and all accessories, and

all work in progress, or materials utilized in connection with the repairs of the vessel

Page 65: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VI

64

wherever such work is done, or such material is stored, including the premises of its

suppliers and subcontractors for the purpose of ensuring that the vessel is being

repaired in accordance with the terms of the contract and the specification. The

Owner may, in writing, give advice or suggestions to the Contractor on all problems

arising during the course of or in connection with the repairs of the vessel.

ii. Any material or workmanship found to be defective, or any unauthorized departure

from the Contract, Specifications and Plan observed by the Owner during the course

of inspection shall be communicated in writing to the Contractor. And the Contractor

shall take effective measures and correct such defects and departures to the Owner’s

satisfaction. The Contractor, in such event, shall not be eligible for any increase in

price of extension in contractual delivery date, as may be caused on this account. The

supervision thus exercised by the Owner shall not absolve, alter on diminish the

responsibilities of the Contractor with regard to the compliance with the Statutory

rules and regulations and the provisions of the contract and Specifications.

iii. The Contractor shall give the owner notice in advance as stated in the General

Condition of the Contract (Section IV) regarding inspections and trials to be

conducted on the Vessel.

6.5 Responsibility of the Contractor:

The Contractor shall provide the Owner’s representative, with suitable office

accommodation within Contractor’s yard with telex, telephone, typing and secretarial

facilities to enable them to supervise the construction efficiently. The Contractor shall also

offer other facilities as available in the shipyard and shall offer full co-operation in

carrying out their duties.

6.6 Liability of the Contractor

The Supervision exercised by the Owner’s representative on behalf of the Owner shall

not absolve, alter or diminish the responsibility of the Contractor with regard to the

compliance with the rules and regulations and the provisions of the Contract and

Specifications.

6.7 Modifications and Alternations:

The Owner may request the Contractor for alternations and modifications of the

vessel, and the Contractor may carry out the said alternations and modifications provided

these alternations and modifications are not unreasonable having regard to the design of

the vessel and can be reasonably effected under the overall repairs schedule of the

Contractor, and the parties hereto agree to the necessary adjustment of the Contract price,

time of delivery and other terms of this Contract and Specification as per General

Conditions of the Contract.

6.8 Interpretations:

The quality of construction, testing and trial of the vessel, its machinery, fittings,

equipment, materials and workmanship shall be in accordance with accepted standards of

good shipbuilding practices and in accordance with the Specifications and Plans.

Page 66: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VI

65

The Specifications and Plans are intended to explain each other and anything shown

in the Plans but not stipulated in the Specifications or stipulated in the specifications but

not shown the Plans shall be deemed and considered as it is included in both. Similarly the

contract and specifications are deemed to be complementary.

In the event that there exists any conflict, inconsistencies or contradictions or there

should be any doubt regarding the interpretation between the Plans and Specifications,

the Specifications shall prevail and govern.

6.9 Contract Price:

i. The bidder shall complete the schedule of works as in included in the bid document

stating item wise, unit price and the total amount.

ii. Price quoted by the bidder shall remain firm and valid until completion of Contract

performance.

iii. All the dry docking repairs are to be carried out under the inspection / supervision of

Indian Register of Shipping. However, IRS fees for this purpose will be borne by

DGLL.

iv. The rate shall be quoted in Indian Currency only and if quoted in any other currency,

the offer is liable to be rejected.

v. The rates for the items involving imported spares from OEM shall be quoted

exclusive of Customs Duty, GST on Customs Duty, but inclusive of insurance, Freight

charges, cost of local clearing and forwarding, bank charges, cost for transportation

including landed onboard and other overhead charges, etc. The customs duty and

GST on customs duty for the imported spares shall be reimbursed by DGLL as per

actual on production of proof of payment made by the contractor.

vi. The rates quoted for the executions of works under the contract shall be exclusive of

Goods and Service tax. The Goods and Service Tax component for the works executed

under the contract will be reimbursed by DGLL as per the rates notified by the

Government of India.

6.10 Payment Terms

The Contract Price of the Vessel shall be paid by the Owner to the Contractor in Indian

currency and in installments as follows:

i. 1stinstallment: 15% of the contract price will be paid after docking the vessel.

ii. 2ndinstallment: 30% of the contract price will be paid after undocking the vessel

after successful completion of the all dry dock work. This would include work of

steel renewal on hull underwater painting; work on propellers, propeller shafts and

rudders any other below deck works.

iii. 3rdInstallment: 30% of the contract price will be paid after satisfactorily

completion of all afloat repair works.

iv. 4thInstallment: 20% of the contract price will be paid after satisfactorily

completion of all works, and satisfactory basin/harbor and sea trail.

Page 67: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VI

66

v. 5thInstallment: 5% of the contract price will be paid after satisfactorily completion

of all the works and renewal of certificates and taken over the vessel by the

employer.

vi. Payment Conditions

a. After First Installment of Payment, the actual work done shall be assessed by

the employer based on executed quantity of works as per the schedule of

works. The subsequent installments of payment will be calculated based on

the actual quantity of works executed by the contractor.

b. The payment will be made after proper deduction of TDS (for IT and GST) as

per prevailing rules/ rates issued by Government of India.

c. Payment for any inclusion/ deletion of quantity and item shall be calculated on

pro-rata basis.

d. The contractor shall not have any legal right to proceed against department in

the event of late payment due to unforeseen reasons/ Force majeure. No

interest will be paid by the Department in case of any late payment.

e. The Contractor shall also submit bill (s)/invoices towards any purchase made

for and on behalf of the DGLL, along with DGLL’s approval, supporting

documents/ vouchers/receipts.

f. Payment towards such invoice(s)/bill(s) duly supported by all relevant

documents will be made after due verification and certification within 15 days

of receipt of invoice(s)/bill(s) for all undisputed amounts. However, no

interest will be payable by DGLL for any delayed/disputed payment/claims.

g. The bill towards the procurement of spares / maintenance & repair and other

reimbursement claims are required to be raised within a period of 10 days

from the date of supply of items, completion of repairs other statutory surveys

etc. as the case may be.

h. The contractor shall not discontinue/interrupt providing any of its services in

the event of late payment due to unforeseen reasons/force majeure. In case of

any discontinuance/interruption, penal action will follow.

6.11 Trials

To confirm that the repairs/overhauling of running machinery has been done

satisfactorily and overhauled Machinery is performing to the specified level, the trial of

the machinery will be conducted to the satisfaction of owner’s rep/IRS.

In the event of any work undertaken on any of the units of propulsion package viz.

main engine, shafting, propeller etc. or steering system including rudder, satisfactory

basin/harbour trials and sea trials would from part of the repairs.

How to be conducted:

a. The Contractor shall provide the necessary qualified technical staff for trials in

harbour and at sea. The Employer shall provide the vessel with the required

quantities of fuel, lubricating oil and grease.

Page 68: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VI

67

b. The trial shall be conducted in the manner prescribed in the Specifications.

During the speed trial if excessive noise/vibrations are noticed on machinery

overhauled/repaired, it shall be rectified to the satisfaction of classification

society and the Owner at the Contractor’s account.

c. After the trials the working parts of the machinery shall be inspected in so far

as considered necessary by the Inspecting Authority Classifications Society and

the owner’s representative.

The cost towards pilotage, mooring & unmooring, port charges and all vessel

related charges at port for basin / harbour and sea trails is on the account of the

yard. The fuel and lube oil shall be provided by DGLL.

6.12 Guarantee

6.12.1 Guarantee of Performance, materials and workmanship:

The Contractor for the period of twelve months from the date of final acceptance of

the complete Vessel shall guarantee all machinery and equipment, which have been

overhauled/ worked upon steel renewed on deck or inside the ship, and their

performance against all defects which are due to defective material poor workmanship

and or faulty construction.

6.12.2 Notice of defects:

Complaint in respect of all defects discovered before the expiry of the guarantee

period shall be dispatched in writing or by cable confirmed in writing by the Owner to the

Contractor as soon as possible, preferably within fifteen (15) days from the time of

discovery of the defects. Last complaints shall be lodged not later than thirty (30) days

after the expiry of the twelve month guarantee period. The guarantee defects shall be

raised by the sailing Master and Engineer on board the Vessel.

6.12.3 Remedy of Defects:

The Contractor shall rectify any defects against which the vessel, or any part or

equipment thereof guaranteed under the clause, by repairing, rectifying or replacing the

defective parts at the port of destination or may cause necessary repairs or replacement

to be made elsewhere at the discretion the Owner at Contractors accounts with prior

information to the Contractor.

i. In such case, the Owner shall first give the contractor a notice thereof, and the

Contractor shall have the right to verify by their own representative the nature and

extent of the defects complained of, and shall after such verification promptly advise

the Owner of its acceptance or rejection of the defects as one that is subject to the

guarantee herein provided. The Owner shall give all co-operations for such

verification, which shall not hold up the operation of the vessel. The Engineer and the

Master who will be sailing during the guarantee period, shall act for and on behalf of

the owner and Contractor since there will be no Guarantee Engineer during the

Guarantee period for acceptance of any defects raised by the sailing Engineer and

Master shall be deemed as acceptance by the Contractor, unless the Contractor

provides a Guarantee Engineer at their own cost if the Contractor accepts the defects

as one justifying remedy under the clause, the Contractor shall pay to the Owner at the

Page 69: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VI

68

time of guarantee settlement at the end of the guarantee period, promptly for such

repairs, or replacement, the actual cost of making the repairs or replacements, by the

Owner.

ii. Upon reasonable request from the Owner duly endorsed by the sailing Master and

Engineer the Contractor shall forward to the vessel necessary parts and or

equipment by expeditious transportation at Contractor’s expense, to replace them

which have been found defective in accordance with provisions thereof. If the Owner

should reasonably require the same to be forwarded by airfreight, the Contractor

shall do so at Contractor’s expenses provide that, such parts and/or equipment are

essential or urgently required for the normal operation of the vessel. Customs duties,

if any, for spare parts supplied by the Contractors in consequence of any guarantee

claim will be at the Contractor’s expenses.

iii. When it is necessary for the manufacturer’s representative to carry out repairs when

such repairs cannot be undertaken by local workshops for lack of expertise at the

port where the vessel then the Owner has the right to request such representatives

to visit the port at which required any carry out the repairs. All expenses, including

travel expenses, lodging and boarding expenses as well as cost of replacement of

spare parts and labour charges shall be to the account of the Contractor.

iv. If the Owner is unable to dry dock the vessel within the guarantee period due to

operational commitments, the Contractor shall agree to extend the guarantee period

for underwater portion of the hull and equipment provided that this dry docking is

not delayed beyond three (3) months.

v. As far as one year (1) guarantee for the underwater portion of the hull and

equipment is concerned, the parties hereto agree that after the guarantee period is

over, and the defects, if any, to the underwater portion of the hull and equipment

during the guarantee period is determined and if the Owner opts not to dry dock the

Vessel within 3 months of the expiry of the one (1) year guarantee period and should

the report of the diver result in guarantee claims on the Contractor, both parties shall

mutually agree on a settlement of those claims. Should it result in a claim of a

substantial nature, Contractor may ask the Owner to dry dock the Vessel as soon as

feasible.

vi. Notwithstanding what is stated above, in the event of pressing repairs when the

safety of the Vessel is involved or when the operational requirements of the vessel

warrant, such repairs shall be carried out the Owner under intimation to the

Contractor.

vii. In respect of the items in the Contractor’s proposed technical specification if

repetitive defect occurs on a particular item of an equipment after

repair/replacements are done during the guarantee period, due to defective design,

poor workmanship or material failure, the Contractor shall take up the issue with the

respective manufacturers/suppliers to ensure that the causes of such repetitive

failure are analyzed and necessary rectifications/replacements are effected. Any

natural wear and tear an/or damages by wrong operation is not covered in the

aforesaid arrangement.

Page 70: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VI

69

6.13 Owner’s default

The Owner shall be deemed to be in default of the performance of the obligations

under this Contract; if the Owner fails to pay any of the installments to the Contractor

within thirty (30) business days after such Installment becomes due and payable,

provided that a written communication is received from class/owner’s representative

about successful completion of the work for which installment payment has to be made,

under the provisions of this Contract. In the event of such default, the contractual delivery

date shall be extended (as permissible delay) to the extent of days beyond the 30 business

days after such installment becomes due and payable to the Contractor under the

provisions of this contract.

6.14 Termination/Contractor’s default

In the event of the Contractor failing to deliver to the Owner the vessel substantially

complete is the manner stipulated in this Contract within stipulated period after the time

provided in this contract including any permissible extension, the Owner shall be entitled

to terminate this Contract and on such termination the Contractor shall refund to the

Owner all amounts they have received along with penal interest as per GOVERNMENT OF

INDIA’s guidelines as notified from time to time.

In the event of Contractor having been determined to be in default, pursuant to this

contract in proceeding with the dry dockof the vessel it shall be competent for (but not

incumbent upon) the Owner to take possession of the vessel in their custody and the

material intended therefore mentioned and to complete the dry dock of the vessel for this

purpose with power to enter into any contract with other Contractors and to use the

Contractor’s Yard, Workshop, Machinery and tools of the Contractors and the cost

incurred by the exercise of any of the powers of this clause shall be deducted from the

purchase money then unpaid, if sufficient, and if insufficient, shall be made good by the

Contractor.

6.15 Sub-Contracting:

The Contractor shall not sub-contract the complete repairs of the vessel. The vessel

must be repaired in the Contractor’s yard only. However, the Contractor may sub-contract

certain ancillary works to contractors as per normal shipbuilding practice after owner’s

approval. It will be the Contractor’s responsibility to ensure quality control and

compliance with rules, regulations etc. of the works carried out by sub-contractors. Delays

in construction schedule due to subcontracting will totally be the Contractor’s

responsibility and to its account.

For Director General

For and on behalf of the President of India

Page 71: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

70

Government of India

Ministry of shipping

Directorate General of Lighthouses and Lightships

“Deep Bhawan”, A-13, TulsiMarg, Sector 24,

NOIDA, Uttar Pradesh –201 301.

Tele-Fax-0120-2412677, Telephone-0120-2411345

E-mail:- [email protected]

SECTION – VII – SCHEDULE OF WORKS (Price to be uploaded separately)

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

1 Group A – Dock Hire and Service Charges

1.01 Dock Hire Charges including cleaning the dock floor

1.011 First Day including dock block preparation as per docking plan keel blocks for 1st version as per docking plan to facilitate dry dock repairs, blasting & painting of the areas in way of the LOA 72.5 m, Breadth 16.0 m.

01 Per Day

1.012 Following Days till undocking the vessel 25 Per Day

1.02 Wharfage for carry out repairs and survey of the vessel along with mooring/unmooring assistance - Summer Draught- 4.20 m

20 Per Day

1.03 Ship to be dry docked & undocked (including Tug & pilotage) 02 Each.

1.04 Continuous Shore power supply – AC 50Hz. 3 phase 415V; including cost of Connection and Disconnection of Shore power Supply. The payment will be actual meter reading.

5000 Per kWh

1.05 Cooling Water supply to refrigeration/ AC Machinery (per day per line) 2½” Braided hose – 2 lines including cost of Connection & Disconnection of Cooling water lines (2 Lines)

25 Per Day

1.06 Sea water supply to ballast tanks – 2 Lines including cost of Connection & Disconnection of Sea water lines

500 Per tons

Page 72: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

71

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

1.07 Fire Patrol (Rate per head = 8 Hours per Shift.) Estimated for 3 men per Shift x 2 shifts a day.

60 Per Shift

1.08 Fire line to be kept charged (3 bar) all the time when the vessel is in dry-dock.(2 lines) including cost of connection and disconnection of lines

25 Per Day

1.09 Fresh water supply from shore line –Estimated for approximately 10 tons per day including cost of connection and disconnection of fresh water lines.

250 Per tons

1.10 Galley refuge removal and disposal, Lump sum for entire DD period 01 Lump sum

1.11 Crane charges for handling Ship’s provision/stores.

1.111 up to 10 tones capacity (to be paid as per actual) 25 Per Hour

1.112 above 10 tones capacity (to be paid as per actual) 25 Per Hour

1.12 Fitting of carry way pipe on hull to clear discharge and to facilitate painting. 4 Each Pipe

1.13 Sewage Disposal - Collection of sewage waste into shore tank and disposal on load basis (3 Cu.m per load).

10 Each Load

1.14 Safe access to the vessel to be provided during the vessel at yard for ship staff and workshop personnel.

25 Per Day

1.15 Dirty Oil Removal - Arrangements to be made for removing dirty oil collected on board in drums (210 litre per Drum)

10 Per Drum

2 Group B – Hull & Structure including Surface Preparation, Cleaning, Painting and Steel Renewal

2.01

Washing, Cleaning, Surveying and Slug Blasting: Ships entire under water area to be high pressure water washed (pressure – 3000 PSI) to remove the marine growth as soon as the vessel docked and clean the underwater area with fresh Water thoroughly. After washing and cleaning, survey of underwater hull (100%) up to Wind + Water line including propeller, nozzles, annular guard chamber and other appendages including inside of the sea chest (High Sea Chest, Low Sea Chest, Fw Gen

1200 Per Sqm

Page 73: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

72

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

Sea Chest, And Emg. Fire Pump Sea Chest), sea suction gratings etc to be carried out by IRS Surveyor. Thereafter all the above areas to be properly chopped, scraped and cleaned. Copper slag blast to the IRS recommended underwater hull area to SA-2.5 standard after taking all precautions. Surface preparation of the above area to be done before painting as per the satisfaction of the IRS Surveyor/ DGLL representative & paint manufacturer representatives. Bill is to be made as per actual per sq m

2.02

Take UTG readings on area as indicated in item 2.1 or minimum 5 points on each plate assuming 500 points. One copy of the complete gauging report should be submitted to the vessel duly signed by the Surveyor for future reference. Bill is to be made as per actual per point.

500 Per Point

2.03

Steel plates renewal of underwater hull plates and internal includes associated beams, angles, stiffeners, etc., which are wasted as per UTG report and as marked by Ship staff, or by IRS Surveyor. The rate must be inclusive of staging, preparatory works and application of one coat of approved primer on steel plates. All plates must conform to Lloyds’ Grade “A” Steel. (Consider Specific Weight of steel 7.85 gms / cub.cm ). The scrap generated during renewal is the property of DGLL and the rate shall be quoted considering the item No. 6.1

15 Per MT

2.04

The entire hull area above water line up to the Main deck including Port and Stbd side ships (including DGLL LOGO) to be scrapped / spot chipped, and the entire area to be shown to the Surveyor/DGLL’s representatives. The rate is inclusive of covering the Window glasses (Accom. Window- 40, Nos., Port Holes- 13 Nos., Bridge Window- 30 Nos.) with suitable material (cardboard & plastic sheet) to avoid damage during dry dock works. Bill is to be made as per actual per sqm .

500 Per Sqm

2.05 Take UTG readings as indicated in item 2.4 or minimum 5 Points on each plate assuming 250 points. One copy of the complete gauging report should be submitted to the vessel duly signed by the Surveyor for future reference.

200 Per Points

2.06 Steel plates renewal of hull plates and internal above waterline includes associated beams, 05 Per MT

Page 74: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

73

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

angles, stiffeners, etc., which are wasted as per UTG report and as marked by Ship staff, or by Surveyor. The rate must be inclusive of staging, preparatory works and application of one coat of approved primer. All plates must conform to Lloyds’ Grade “A” Steel. (Consider Specific Weight of steel 7.85 gms / cub.cm). The scrap generated during renewal is the property of DGLL and the rate shall be quoted considering the item No. 6.1

2.07

Removal & refitting of Sacrificial zinc anodes of underwater area, sea chests & Ballast water Tank. to be checked and if necessary to renew after surveyors inspection/ recommendation as required including supply of Anodes as per sample, specification as per existing composition. The work includes removal, cleaning & fitment of Sea-Chest, gratings, along with renewal of securing bolts & nuts, and lashing wire of gratings. Anodes to be renewed as per the recommendation of Surveyor. Test certificate from the appropriate authority to be provided. Composition of the Anode: Aluminum – 94.5%, Zing – 5.5%, Maximum variation allowed: +5% in chemical composition. This work shall be carried out as per Anode plan of vessel as in Annex-VIII (A) .The scrap generated during renewal is the property of DGLL and the rate shall be quoted considering the item No. 6.1

2.071 AHW 119 68 Nos.

2.702 AHW 098 33 Nos.

2.703 AHW 072 18 Nos.

2.704 AHW 025 28 Nos.

2.08 Anchor Cable (Anchor type- 2640kg 95-spek, 2 Nos., chain dia-42mm, length- 10 cable each)

2.081

Anchor cables to be ranged in the dock floor, anchor and anchor chain to be water washed with Fresh Water (high pressured), scrapped, chipped, cleaned and applied two coat of Bituminastic paint on anchor cable and anchor and restore the cable after marking with seizing wire and paint.

20 Per Cable

Page 75: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

74

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

2.082 Anchor cable to be calibrated and three copies of calibration report to be submitted to Ship staff & IRS.

02 Nos.

2.083 Two anchors with swivels are to be inspected by I R S Surveyors and repairs to be carried out as per instruction.

02 Nos.

2.09

Chain Locker Surface Preparation and Painting – 2 Nos. Chain locker volume-41.5Cu.m - Removing and disposing mud and muck from the chain locker to shore dustbin and disposal. Scrap, wire brushing rusted areas and cleaning and throwing to the shore dustbin and applying one coat of Epoxy primer 50Mic. DFT and one coat of HB Black 50 Mic.DFT.

02 Nos.

2.10

Renewal of brake liner of Anchor windlass port & stbd (Anchor windlass drum Dimensions- dia-450mm/950 mm x 50 mm Make- Rolls Royce Model- LBFGX 41042) , Mooring drums and buoy windlass and Supply of 1 nos brake liner with brass sink bolt as spare for anchor windlass drum, mooring drum and buoy windlass. The work to be carried out in consultation with OEM, and the rate shall be quoted accordingly.

06 Nos.

2.11 Steel gratings securing studs and nuts on deck area corroded and wasted same to be renewed with SS – M 8

25 Nos.

2.12 Remove and check all tank and bilge drain plugs of 22 mm and their fastenings for wear & tear on main deck area same to be renewed with SS plug and securing chain

12 Nos.

2.13 The following of chocked scupper lines are to be cleared. The cost is inclusive of clamps, Net, fittings etc complete.

2.1301 Monkey deck fwd& aft, 'B'DK Fwd IWO windlass 2.5” Dia and 3.0 m long 03 Nos.

2.1302 Engine Room casing cover on main deck area 1.5” Dia and 2.0 m long 02 Nos.

2.14

Cleaning and painting of FW tank, ballast tank, Dirty Oil tank, F.O Tank, void space, etc after inspection and recommendation of IRS surveyor as CSH plan including Ventilation, gas free inspection & certificate and staging arrangements as per requirement. Arrangement to carry out testing of tanks as per Surveyor requirement. Under this item,

Page 76: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

75

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

there are total 54 No. of tanks listed out and the Details of tanks and its volume is at Annex –VIII (B). The job includes,

1. Opening and boxing back of manhole cover of tanks with new joints/gaskets (Cost and supply by yard) and bolts and nuts (yard supply), including chipping and painting of man hole cover as required.

2. Bailing out water/ oil, removal of mud muck etc., from the tank and to be disposed off to shore / oil drum after draining the tank by opening draining plug.

3. Hard scrapping, wire brushing, spot chipping on rusted areas and cleaning/mopping of complete tank for surveyor’s inspection (including disposal off debris generated etc.), carryout chemical cleaning & mopping the oil/sump tanks as required (Chemical cost & supply by yard).

4. Pressure testing of tanks and showing to Surveyors for inspection. 5. Applying two coats of paint in buoyancy space 6. F/W tanks to be painted with pure epoxy solvent free good grade paint 7. Void spaces to be cleaned and painted as required.

2.1401 Freshwater and Ballast Tank (Ref. Annexure VIII (B), Sr. No. 1-14 and 20-31) 1933.60 Per Cum.

2.1402 Fuel / Lube Oil / Sewage / Bilge / Sludge tanks (Ref. Annexure VIII (B), Sr. No. 16-19, 32-37, 41-49 and 51)

647.30 Per Cum.

2.1403 Void Spaces (Ref. Annexure VIII (B), Sr. No. 15, 50, 52-54) 37.77 Per Cum.

2.15 Renewal of Wiper of Deck Crane Window: The old wiper to be removed and new wiper to be supplied and fitted in position and checked its function at the satisfaction of ship staff / DGLL’s representative.

01 Nos.

2.16 Renewal of Wiper blades of Bridge Window: The wiper motor to be overhauled and old wiper blades to be renewed with new wiper blades fitted in position and checked its function at the satisfaction of ship staff / DGLL’s representative.

06 Nos.

2.17 The existing overboard discharge line to be cleaned and inspected by IRS surveyor, if required new overboard discharge line to be provided for the galley food commuter with

02 Per Rmt

Page 77: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

76

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

discharge line of dia 3" Dia With Closing & Lock Out Arrangement 80 mm at least for free flow of discharge with minimum bends. Galley grey water line to be connected to same, to minimize the frequent chocking in grey waterline. Side shell penetration won’t be required.

2.18

The wooden planks of main deck area to be cleaned and inspected and damaged wooden planks at main deck area shall be renewed. The damaged wooden planks to be removed and renewed with good quality seasoned wood suitable for deck working and caulking to be carried out to avoid water penetration. The quantity is subjected to the final Deck Inspection after removal of all the cargo containers (20Nos). Bill is to be made as per actual.

225 Per Sqm

2.19 Renewal of Damaged fenders rubber Fenders

2.1901 Removal of old damaged rubber fenders ('DD' Type- 2 Nos. of Rubber Fender 350X350 mm, 2.5m Long and 7 Nos. of Rubber Fender 350X350 mm, 3.5m Long) and staking at the yard. The cost is inclusive of material, labours, tools and staging if required complete.

09 Nos.

2.1902 Supply and fixing of “DD” Type- Reinforced Rubber Fender of size 350X350 mm, 2.5m Longat the satisfaction of ship’s staff / DGLL’s representative. The cost is inclusive of supply of fenders, fixtures, installations charges and staging if required complete.

02 Nos.

2.1903 Supply and fixing of “DD” Type- Reinforced Rubber Fender of size 350X350 mm, 3.5m Long at the satisfaction of ship’s staff / DGLL’s representative.. The cost is inclusive of supply of fenders, fixtures, installations charges and staging if required complete.

07 Nos.

2.20 Vessel is equipped with digital sounding system. Calibration of digital sounding system to be carried out on all tank and additional manual sounding point to be provided for Fuel Oil Tank as per IRS recommendation and requirements.

08 Per Tank

2.21 Deck Crane tower cabinet door (281 x 81 cm) and Crane hydraulic cooler unit casing (120 x 120 x 20 cm) to be renewed with non-corrosive metal. The cost is inclusive of material, labour and staging, if required complete in all respect.

01 Job

Page 78: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

77

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

2.22 Friction Test of Heli deck to be carried out and inspection of IRS and certification shall be arranged by the yard. Cost is inclusive of friction test, inspection and certification charges of IRS.

01 Job

2.23 Valves in ballast & fresh water transfer system to be overhauled, pressure tested and installed with new gasket and Packing.

2.2301 Valve in Ballast DN 200 37 Nos.

2.2302 Valve in fresh water transfer system DN 200 12 Nos.

2.24

Ships entire under water area. Fire Pump Sea Chest, sea suction gratings including inside of the sea chest (High Sea Chest, Low Sea Chest, FW Gen Sea Chest, And Emg etc to be painted by airless spray as per approved painting scheme of the vessel. The paint manufacturer’s representative to certify the surface preparation before application of each coat of paint. Calibrated equipment to be provided for random checks for measure of thickness of each coat of paint. Random photograph as per instruction of Chief Engineer/DGLL’s representative to be taken for surface preparation and submitted to DGLL. This work includes supply of Paint as per approved paint scheme and staging as required. Bill is to be made as per actual per sqm.

1200 Per Sqm

2.25

Ships entire hull area above waterline to be painted by airless spray as per approved painting scheme of the vessel. The paint manufacturer’s representative to certify the surface preparation before application of each coat of paint. Calibrated equipment to be provided for random checks for measure of thickness of each coat of paint. Random photograph as per instruction of Chief Engineer/DGLL’s representative to be taken for surface preparation and submitted to DGLL. This work includes supply of Paint as per approved paint scheme and staging as required. All port holes area to be de-scaled and painted without damaging glass. This includes helideck painting & marking (as per dwg. No. P717-109-01) and paint the marks and name. (01. Ships name in hindi and english in 3 locations and port of registry and imo number in one place, 02. Draught marks fore, aft & mid ship area and other various marks & symbols

500 Per Sqm

Page 79: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

78

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

on ships hull area)

2.26 Marking of load line alphabets on ship port and stbd side mid ship area with steel as per ships load line certificate. Fabrication and welding of alphabets — S, T,W,WNA, F, TF

01 Lump sum

2.27 Both anchor hawse pipe and spurling pipeØ 457 X 15.9 cm to be hydro blasted, cleaned and apply 2 coats of primer and epoxy paint.

02 Each Pipe

2.28

Engine room bilges, pipe lines, floor plates, steering compartment: tank top, bilges, pipe lines below floor -plates to scrapped / spot chipped and cleaned. After application of 02 coats of approved primer, painting to be carried out as per approved painting scheme of the vessel including supply of Paint as per approved paint scheme and staging as required.

2.2801 Bilges / Pipe lines 450 Per Sqm

2.2802 Floor Pate 350 Per Sqm

2.29 Both chain lockers floor gratings to be removed, demucked, spot chipped. After ordinary water washing, 02 coats of approved primer shall be applied. Epoxy Painting to be carried out including supply of Epoxy Paint and staging as required.

150 Per Sqm

2.30 Deck Store to be spot chipped. After ordinary water washing, 02 coats of approved primer shall be applied. Epoxy Painting to be carried out including supply of Epoxy Paint and staging as required.

185 Per Sqm

2.31

Engine room exhausts (FUNNEL) to be de-rusted. After ordinary water washing, 02 coats of approved primer shall be applied. Painting to be carried out as per approved painting scheme of the vessel including supply of Paint as per approved paint scheme and staging as required.

18 Per Sqm

2.32

Gratings on all decks to be de-rusted. After ordinary water washing, 02 coats of approved primer shall be applied. Painting to be carried out as per approved painting scheme of the vessel including supply of Paint as per approved paint scheme and fitted back with non-corrosive securing nuts and bolts.

15 Per Sqm

2.33 Deck crane to be Spot Chipping (Area of De-Rusting In Main Arm & Jib - 50 Sqm).After 100 per Sqm

Page 80: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

79

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

ordinary water washing, 02 coats of approved primer shall be applied. Painting to be carried out as per approved painting scheme of the vessel including staging, supply of Paint as per approved paint scheme. Complete greasing and lubrication to be done.

2.34 Fumigation of vessel (all spaces) to be carried out on completion of all other works and before departure of vessel from the yard.

01 Job

3

Group C –Rudders, Propellers and Bow Thrusters The works pertaining to Rudders, Propellers and Bow Thrusters to be executed in consultation with OEM. The Yard/Bidder shall engage the OEM to

carry out the job at the satisfaction of IRS surveyor / ship staff. The bidder shall quote the rates of each item in consultation with OEM. The rate shall

inclusive of cost of all spares, cost of OEM engineers, transportation of spares, and associated charges, complete. Duty exemption certificate will not

be issued by DGLL. However, the rates shall be quoted exclusive of Customs Duty, GST on Customs Duty, but inclusive of insurance, Freight charges,

cost of local clearing and forwarding, bank charges, cost for transportation including landed onboard and other overhead charges, etc. The customs

duty and GST on customs duty for the imported spares shall be reimbursed by DGLL as per actual on production of proof of payment made by the

contractor.

3.01

Rudders (make- Rolls - Royce, type- FB, System - RRM700007620, Rudder No. 3357 – 3358, Rudder Area : 4.7 Sqm, Chord Length : 1.75m, Height: 2.7m, Max Rudder Angle - 45°, Balance Ratio - 34.3%, Amount of Grease In the trunk - 90 liters). The work includes, 1. Port and Stbd. rudder bottom plug to be opened and checked for water. Plug to be

fitted back after pressure testing and cemented after flushing rudder space with yard supplied fish oil.

2. Port and Stbd. rudder drop and jumping clearances to be taken and recorded (Before/After).

3. Port & Stbd Rudder to be unshipped and placed for inspection of the Surveyor and fitted back after necessary overhauling and renewal of spares. Cost including satisfactory trails after repairs.

4. Rudder stock to be unshipped. Stock to be cleaned, placed for inspection of the Surveyor inspected for any damages at bush and bearing area and calibrated. After

02 Nos.

Page 81: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

80

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

completion of all repairs, satisfactory sea trials to be shown to Ship staff and IRS. 5. Greasing passage to rudder bush to be ensured clear.

3.02

Propellers and Shafts (Port &Stbd) Propeller Make - Rolls – Royce(RRAB) / KAMEWA CP-AI, RRAB Manufacturing No. 16783/16784, RRAB File No. 12S001428, Hub Size: 60A/4l, Propeller Diameter: 2600mm,No. of Blades: 4, Controlled Pitch Propeller, Material in Hub: NiAI-Bronze, Material inBlades: NiAI-Bronze. Shaft Coupling, Make – RRMAS, Type - UHF220, Dia. of the shaft is 250 mm and 240mm Stern Tube, size 60A/4l, Ref. Drawing No. RRM200035286, AFT Seal: Simplex-Compact Seal, Type: SC2 BC, Size: 280 mm, Forward Seal: Simplex-Compact Seal, Type: SC2 Z, Size: 260 mm. The work includes, 1. Both port and stbd. propellers to be dismantled along with accessories. Both propeller

shafts port and stbd. to be drawn from stern gear system and to be placed for inspection by Surveyor.

2. After DP/MP test on bearing areas and servicing of propeller shaft, same to be fitted back in position including coupling, after inspection / survey of IRS. Propeller shaft Fwd& Aft Liners/bushes to be calibrated, renewed as required and all seals are to be renewed (Liners, fwd& aft seal yard supply).

3. P&S Propeller hubs to dismantle, blades to be removed from the Hub and fitted back with new 'O' rings (Yard supply). Tighten the holding bolts to required torque. After completion of repairs, satisfactory trials to be shown to ship staff (Seals/O-rings yard supply). DP/MP Test of propellers shall be carried out and propeller cone to be shown to Surveyor’s satisfaction.

4. Port and Stbd. propeller blades to be cleaned and polished by buffing, dressed up and one coat of oil to be applied.

5. Port and Stbd. propeller blade tip clearance to be taken and recorded. 6. Port and Stbd stern tube seal leak observed and the same are inspected, repaired and

rectify the leak, renew seals (Yard supply) if required. Stern oil from both the Stern

02 Nos

Page 82: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

81

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

tube to be drained and new oil to be taken in (Yard supply), renew seals if required.

3.03

Bow Thrusters - Make - Rolls – Royce, Type: TT1650 DPN CP, Sl.No: RRM300024538, RRM300024540 & RRM300024542, Specifications:4 Blades, Skew Design, Dia -1650mm, Speed - 312 rpm, Motor: AC 590KW, 1475-1500rpm, 3x415, 50Hz. The work includes,

1. Thruster tunnels and gratings to be cleaned and painted, anodes to be renewed. Fwd. and Aft bow propeller to be cleaned, buffed and polished.

2. Fwd. and Aft bow propeller tip clearances between tunnel to be taken and recorded 3. Bow thruster gear box- To Overhaul by opening inspection cover, check the gears,

bushes and bearings. Renew seals and fit back. Ensure no leaks of GB. Gear box LO, NRVs to be overhauled/serviced. (Liners fwd& aft seal yard supply).

03 Nos

4

Group D – Main Engine, Coolers, Aux. Engines, Pumps, Calorifier, Windlass, Gear Boxes, Valves and Hydraulic Pipe Lines The works pertaining to Main Engine, Main Engine Reduction Gear, shaft generators, windlass / mooring winch and Aux. Engines are to be executed in consultation with OEM. The Yard/Bidder shall engage the OEM to carry out the job at the satisfaction of IRS surveyor / ship staff. The rate shall inclusive of cost of all spares, cost of OEM engineers, transportation of spares, and associated charges, complete. Duty exemption certificate will not be issued by DGLL. However, the rates shall be quoted exclusive of Customs Duty, GST on Customs Duty, but inclusive of insurance, Freight charges, cost of local clearing and forwarding, bank charges, cost for transportation including landed onboard and other overhead charges, etc. The customs duty and GST on customs duty for the imported spares shall be reimbursed by DGLL as per actual on production of proof of payment made by the contractor.

4.01 Main Engine (Port & Stbd.), Make - Rolls – Royce, Type: BERGEN C25:33L6PY-TIER 2, Sl. No: 13241 & 13242, Specifications: 6CyI; 2000kW; 1000rpm.Turbocharger - Make: ABB, Type: A140-M65, Sl. No: HT 539756 & HT 539757. The work includes,

4.011

Both Main Engines top to be serviced for 5000 -Running Hrs Maintenance as per OEM Manual to the satisfaction of the ship staff / surveyor. All clearances of the engine to be checked and recorded and shown to the surveyor. Necessary inspection / repair to be carried out as per surveyor’s instructions and shown to the surveyor. Entire Work to be covered under OEM’s Warranty norms/guidelines. (Spares – yard supply). The cost inclusive of Running test to be carried out for normal operation to the satisfaction of ship

02 Nos.

Page 83: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

82

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

staff after the completion of job.

4.012

All safety cut out system, Low LO pressure, high FW temp, and over speed cut out including the alarm system for the above to be shown in working condition to the surveyor. Control system of both main engines to be checked for proper functioning. (Spares – Yard/Bidder supply)

02 Nos.

4.013

12 Nos. fuel injectors of both engines to be opened up Pressure tested, shown to surveyor. 2 Nos. of PT Type fuel pumps of both the M.E. are to be opened up/serviced/overhauled / Pressure tested and surveyed. Coupling and vibration dampers to be checked and to be shown to Surveyor. Renewal as recommended will be payable extra.

02 Nos.

4.014 VVT and stop solenoid valves of both engines to be renewed with new spare. (Spares – yard supply)

02 Nos.

4.015

Engine driven F.W pump, L.O pump and F.O pump to be opened up, bearing and casing clearances to be checked, if found above limit, same to be renewed as required and fitted back in position at the satisfaction of ships staff / surveyor (Spares – yard/bidder supply)

02 Nos.

4.016 Both engines crank case/lube oil sump to be cleaned and sump lube oil to be replaced. 02 Nos.

4.017 Both engines turbocharger’s air filter segments to be dismantled clean and fit back and shown its function to the ships staff / surveyor.

02 Nos.

4.018 Both main engines (Port & Stbd.) vibration damper and thrust bearings to opened and offer for survey. After completion of survey, same to be boxed back and satisfactory operation to be shown to ship staff.

02 Nos.

4.02

Coolers Overhauling: The following Plate type Coolers are to be dismantled from position by removing all connections and transported to Workshop. After chemical cleaning (Chemical cost and supply by Yard) / overhauling, pressure testing to be carried out, Inspect for any damages to plates and renew defective ones and renew the gaskets as required(Spares – yard supply). Cooler body to be painted, coolers are to be fitted back with all connections and satisfactory trials after pressure testing at 10bar to be shown to

Page 84: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

83

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

ship staff.(quote should be inclusive of chemical cost)

4.021 LT Coolers (Port & Stbd.), Make: ALFA-LAVEL, Model: M15, Type: Plate Type Heat Exchanger,

02 Nos.

4.022 Main Engine Lube Oil Cooler (Port & Stbd.), Make: ALFA-LAVEL, Model: M10-BFM, Type: Plate Type Heat Exchanger,

02 Nos.

4.023 Main Engine Fuel Oil Cooler (Port & Stbd.), Make: APV Heat Transfer, Model: TR1 MV-14/1, Type: Plate Type Heat Exchanger, Capacity: 12 LW

02 Nos.

4.03

Main Engine Reduction Gear (Port & Stbd.), Make - Rolls – Royce, Type: 650AGHC-V-P.500VG, Sl. No: RRM300024546 , RRM300024548, Specifications: Ratio :4.44:1 ; PTO Type: P45,PTO Power & Speed: 1440kW/1500 –The work includes, Gear box to be opened, cleaned, and presented for surveyor’s inspection. After inspection, if required the seals may be changed. During inspection, any defects observed, same to be rectified/repaired/renewed. All pressure and temperature sensors to be calibrated as per OEM specification. After completion of all repairs, satisfactory trials to be shown to ship staff. spares yard supply

02 Nos.

4.04

Shaft Generator (Port & Stbd.) 1800 kVA, Make: Marelli Generators, Type: MURM500 MC4 B3, Specification: 415V, 50Hz, 2504A, 1800KVA, 1500rpm – Disconnect, decouple, withdraw rotor, clean with dry air electro cleaner, varnished, baked and presented to surveyor. Insulation to improve, check and maintain the air gap. Slip ring assembly to clean after removing the brush holder. Respective exciter units also to be cleaned varnished and baked. Bearings (yard supply) to be renewed if required. Winding temperature sensors to be checked inspected and calibrated. If required, same to be renewed (yard supply). While sailing and at port working as shaft generator, both main engines are tripping without any alarm indication. This defect to be inspected and rectified by the OEM. Satisfactory load trials to be shown to ship staff on completion of job.

02 Nos.

4.05 Auxiliary Diesel Generator(Port & Stbd.) 500 kVA, Make: KOEL, Model:DV10, Engine - 10 02 Nos.

Page 85: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

84

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

CYL, V-TYPE, 447kW, 1500 rpm, Alternator: Stamford, Type - HCM534E1, 500 kVA, 415V, 3Ph, 50Hz. – Complete overhauling / De-carb of engine to be done. Various clearances /measurements as required to be taken, including crank shaft.TC, FW cooler, attached pumps, Fuel Pumps, governors, turbochargers and other connected accessories to be thoroughly overhauled. Liners to be pulled and honed. All safety cut outs to be cleaned, checked, overhauled and calibrated. During inspection/overhauling, any defects observed, same to be rectified/ repaired/ renewed. As per IRS recommendation, foundation of both engines to be checked for vibration. After completion of all repairs, satisfactory trials to be shown to ship staff. All safety alarms and trips to be tried out and setting values to be given to ship staff , Also to present for survey.( MSB safety and Engine safety).

4.06

Oil Water Separator, Maker: RWO GmbH, Marine Water Technology, Model: SKIT/S-DEB 1.0, Specification: Capacity - 1m3/hr, Working Pressure - 1.0 -3.0 bar, Temp - 45 Deg C, 415V, 3Ph, 50Hz, OMD -Deckma Hamburg GmbH - Oil Separating Chambers to be opened,

cleaned, apply appropriate coating as per OEM specification and presented for surveyor’s

inspection. Separating elements to be checked and renew if required. 15ppm oil content monitor, pressure gauges and safety valves to be calibrated. After completion of all repairs, satisfactory trials to be shown to ship staff.

01 Nos.

4.07

Sewage Treatment Plant - Maker: Harmworthy, Model: 'ST02, Super Trident, Designed Hydraulic Loading: 3.12 Cu.m, Designed Organic Loading: 2.0 Kg Per Day (BOD) – settlement tank and contact tank to be opened and cleaned. Float Level Switches to be cleaned and inspected for trouble free operation. Discharge pump/motor - Type: Hamworthy B50 X 50HC Series, 50hz, 2 Pole to be overhauled. After completion of all repairs, satisfactory trials to be shown to ship staff.

01 Nos.

4.08

Windlass / Mooring Winch, Make: Rolls - Royce / Brattvaag, Specifications: Type: LBFGX 41042, Pump Type: PV GS 440 -46 - M3AA 200 MLB-4, Pump Speed: 1450 Rpm, Oil Delivery: 396 l/Min, Design Pressure: 64 Bar. The work includes, Both windlasses to be opened, cleaned, inspected and complete windlass to be overhauled

01 Nos.

Page 86: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

85

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

including gear box and hydraulic unit. All bearings, drive shaft bushes, seals and brake bands (MS) to be renewed, as necessary. Renewal of brake liners, Cost including brake lining, brass screws & nuts etc., all hydraulic lines / valves to be checked for any leakages and corrosion. Foundation to be checked for corrosion and tightness, repair, if required (spares yard supply). During overhaul any defect observed, same to be rectified / repaired /renewed. After completion of repairs, chipping and painting to be done and satisfactory load trials to be shown to ship staff.

4.09

Deck Crane, Make: Rolls - Royce / Brattvaag, Model: DDC 35T, Max. Working Radius: 20 m, Winch SWL: 35 T, Wire Length: 150 m, Wire Diameter: 48 mm, Hydraulic Pump Capacity: 500 l/min., Working Pressure: 280 bar, after all the repair / renewal works and satisfactory load trials to be shown to ship staff. Quote shall inclusive of staging and spares yard supply.

4.091 Supply and installation of new hydraulic hoses supplied by indigenous manufacturer specification, renew hydraulic filter elements and renew hydraulic Oil if required.

01 Set

4.092 Foundation bolts, connections and fasteners to be checked and repair / renew as required. 01 Job

4.093 Casing of hydraulic oil cooler of 35 t deck crane to be renewed with 5mm thick stainless steel material as per sample.

01 Job

4.094 Foundations of motor used for hydraulic oil cooler to be renewed with 10 mm thickness G.I plate as per sample and provide rain guard for cooler motor.

01 Job

4.10

Sea Water Cooling Pump, (No.1 and No.2 and backup sea water cooling pump), Make: PompeGarbarinoS.p.A., Type: MU125-315ME, Centrifugal, Vertical, Serial No. 721.101 00, 721.101 01 & 721 101.02, Specifications:Capacity-200m3/hr, 1450 RPM, 19.1kW, discharge pressure - 2.5Bar, Coupling - Closed Coupling, Seal- Mechanical Seal, Rotation - CW, Suction/Delivery Bore - 150/125, Casing - NiAl Bronze, Impeller - Closed/NiAl Bronze, Wear Rings - Bronze, Shaft - SS AISI 316 L, Flange Type: UNI PN 10; Suction/Delivery Bore: 150/125. Motor:Make: Cantoni, Italy, Type : M2SLG 200 L-4 &M2SLG225 M4/6, Specifications:3

03 Nos.

Page 87: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

86

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

Phase, 415V, 50HZ, 30kW, 1474 RPM, Bearings: DE -6312P63E1, NDE - 6312P63E1, Running Hours - No.1 -24009hrs; No.2 -23448hrs, No.3 – 26025hrs. Pump and motor to be overhauled with new spares (spares yard/bidder supply) as per OEM specification and defective pressure gauges to be renewed and to be presented for survey. After completion of overhauling, satisfactory trials to be shown to ship staff.

4.11

Fresh Water LT Circulating Pumps(No.1 and No.2 and backup pump), Make: PompeGarbarinoS.p.A., Type: MU80-160M, Centrifugal, Vertical, Serial No. 722.103 01, 721.302 01&722.104 01, Specifications: Capacity- 145 m3/hr, 2900 RPM, 17.8 kW, discharge pressure - 3.5Bar, Coupling - Closed Coupling, Seal- Mechanical Seal, Rotation - CW, Casing - Cast Iron, Impeller - Closed / Ni Al Bronze, Shaft - SS AISI 316 L, Flange Type: UNI PN 10; Suction/Delivery Bore - 100/80. Motor:Make: Cantoni, Italy, Type : M2SLG 180 M2, Specifications:3 Phase, 415V, 50HZ, 22kW, 2945 RPM, Bearings: DE -6311 2Z, NDE – 6311 ZZ, Running Hours - No.1 -33579 hrs; No.2 -34751 hrs. Pump and motor to be overhauled with new spares (spares yard supply) as per OEM specification and defective pressure gauges to be renewed and to be presented for survey. After completion of overhauling, satisfactory trials to be shown to ship staff.

03 Nos.

4.12

Sewage Discharge Pump, Make: PompeGarbarinoS.p.A., Type: MCA 50-140 M, Centrifugal, Vertical Recessed Impeller Torque Flow, Serial No. 581.117.00, Specifications: Capacity- 8 m3/hr, 2900 RPM, 2.8 kW, discharge pressure –2 Bar, Coupling - Closed Coupling, Seal- Mechanical Seal, Rotation - CW, Casing - Cast Iron, Impeller - Open Recessed/SS AISI 316 L,Shaft - SS AISI 316 L, Flange Type: UNI PN 10; Suction/Delivery Bore - 65/50. Motor:Make: Cantoni, Italy, Type : MSSLG 132 S-2A, Specifications:3 Phase, 415V, 50HZ, 5.5 kW, 2900 RPM, Bearings: DE - 6313 C3, NDE - 6313 C, Running Hours - No.1 -33579 hrs; No.2 -34751 hrs. Pump and motor to be overhauled with new spares (spares yard/bidder supply) as per

01 Nos.

Page 88: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

87

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

OEM specification and defective pressure gauges to be renewed and to be presented for survey. After completion of overhauling, satisfactory trials to be shown to ship staff.

4.13

Fresh Water Hydrophore Pump, Make: PompeGarbarinoS.p.A., Type: BT 314 M, Centrifugal, Side Channel Horizontal, Self Priming Design, Serial No. 581.102.01 & 581.102.02, Specifications: Capacity- 5.5 m3/hr, 1450 RPM, 2.8 kW, discharge pressure –6 Bar, Coupling - Flexible Coupling, Seal- Mechanical Seal, Rotation - CW, Casing - Cast Iron, Impeller - Star / Bronze, Shaft - SS AISI 316 L, Flange Type: UNI PN 40; Suction/Delivery Bore –32/32. Motor: Make: Cantoni, Italy, Type :MSSKG112M-4, Specifications:3 Phase, 415V, 50HZ, 4 kW, 1450 RPM, Bearings: DE - 6306-2Z, NDE - 6306 ZZ. Pump and motor to be overhauled with new spares (spares yard supply) as per OEM specification and defective pressure gauges to be renewed and to be presented for survey. After completion of overhauling, satisfactory trials to be shown to ship staff.

01 Nos.

4.14

Main Air Receiver, Make: NK / NeuenhauserKompressorenbau, Serial Nos. 50 N 12338 & 50 N 12389, Capacity: 500L, Design Pressure: 33 Bar, Test Pressure: 50 Bar, Design Temperature: 0/+500C. Safety Valve, Make: Leser, Type: 4383.2864, Serial Nos. 10661307 & 10661308, Size: G 1/2", Flow Area: 78.5mm, Do -10mm, Bar -33, Lift - 1mm, Back Pr - 0.0, Seat - J23, Temp- 20°C, ISO 4126. Main air receiver to be opened, cleaned, inspected and mounting including safety valve to be overhauled with new spares (spares yard supply) as per OEM specification and to be presented for survey. Safety valves to be pressure tested and calibrated. Pressure gauges to be tested and calibrated and to be presented for survey.

02 Nos.

4.15

Control Air Bottle, Make: Sperre, Serial No. 8384, Capacity: 100L, Design Pressure: 8 Bar, Test Pressure: 16.5 Bar, Design Temperature: 0/+500C. Safety Valve, Make: Leser, Type: 4383.2864, Serial Nos. 10661307 & 10661308, Size: G 1/2", Flow Area: 78.5mm, Do -10mm, Bar -33, Lift - 1mm, Back Pr - 0.0, Seat - J23, Temp-

01 Nos.

Page 89: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

88

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

20°C, ISO 4126. Control air bottle to be opened, cleaned, inspected and mounting including safety valve to be overhauled with new spares (spares yard supply) as per OEM specification and to be presented for survey. Air bottle and Safety valves to be pressure tested and calibrated. Pressure gauges to be tested and calibrated and to be presented for survey.

4.16

Hot Water Calorifier - Make: Jowa, Sweden, Type: Vertical Storage Type Tank-Ele. Heating, Capacity: 1000L, Inlet/Outlet Temp: Inlet Min 100 C/Outlet Max 850 C, Working Pressure : 6Bar, Electric Heater Capacity: 48kW (12kW X 4), Power Source : 3Phase, 415V AC, 50HZ. The existing Calorifier to be removed and indigenous Calorifier to be installed and satisfactory trails to be shown to ship staff.

01 Nos.

4.17

Sea Suction And Overboard Valves - The following valves to be over hauled by opening, examine and repaired as required(including repairs to operating mechanism, spares yard supply) and pressure tested and to fit back with new gaskets. Check for correct operation, leakages to be rectified if any at the time of dock flooding. After completion of overhauling, satisfactory trials to be shown to ship staff.

4.1701 Butterfly Valve DN 40 (R.O Plant OBD) 01 Nos.

4.1702

Globe SDNR DN 40 1. High Sea Chest Blow through 2. High Sea Chest Dosing 3. Low Sea Chest Blow through 4. Low Sea Chest Dosing 5. FIFI Blow through (Port) 6. FIFI Blow through (Stbd)) 7. Ballast Pump Blow through 8. Emg. Fire Pump Bow through

08 Nos.

4.1703 Butterfly Valve DN 50

1. R.O Plant inlet 03 Nos.

Page 90: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

89

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

2. R.O Plant Vent 3. Emg. Fire Pump Air vent

4.1704 Globe SDNR DN 50

1. OWS OBD 2. Echo Sounder

02 Nos.

4.1705 Storm Valve DN 65 (Black Water &Sewage OBD) 01 Nos.

4.1706

Butterfly Valve DN 65 1. High Sea Chest Vent 2. Low Sea Chest Vent 3. Ballast Pump Vent

03 Nos.

4.1707

Butterfly Valve DN 65 1. FIFI OBD (Stbd) 2. FIFI OBD (Port) 3. Emg. Fire Pump Suction

03 Nos.

4.1708

Storm Valve DN 100 1. Grey Water OBD (FWD Port) 2. Grey Water OBD (Aft Port) 3. Grey Water OBD (Stbd)

03 Nos.

4.1709

Butterfly Valve DN 100 1. Bilge/Fire pump OBD 2. FIFI Vent (Port) 3. FIFI Vent (Stbd)

03 Nos.

4.1710

Butterfly Valve DN 125 1. G.S Pump Suction from trunk 2. Vent from trunk 3. Bilge /Fire pump suction from trunk

03 Nos.

Page 91: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

90

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

4.1711 Butterfly Valve DN 150 (Ballast Pump OBD) 01 Nos.

4.1712

Butterfly Valve DN 200 1. S.W Cooler OBD (Port#1) 2. S.W Cooler OBD (Port#2) 3. S.W#1 Pump Inlet from trunk 4. S.W#2 Pump Inlet from trunk 5. S.W(Back up) Pump Inlet from trunk 6. Ballast Pump Suction

06 Nos.

4.1713

Butterfly Valve DN 300 1. High Sea Chest Inlet 2. High Sea Chest Outlet 3. Low Sea Chest Inlet 4. Low Sea Chest Outlet

04 Nos.

4.1714 Globe SDNR DN 350

1. FIFI Suction (Port) 2. FIFI Suction (Stbd)

02 Nos.

4.18

Intermediate Valves - The following valves to be over hauled by opening, examine and repaired as required(including repairs to operating mechanism, spared yard supply) and pressure tested and to fit back with new gaskets. Check for correct operation, leakages to be rectified. After completion of overhauling, satisfactory trials to be shown to ship staff.

4.1801 Main SW Pump Discharge - Butterfly/200ND 02 Nos.

4.1802 Main SW Pump Discharge - NRV/200ND 03 Nos.

4.1803 Cooling FW Pump Suction - Butterfly/125ND 03 Nos.

4.1804 Cooling FW Pump Discharge - Butterfly/125ND 03 Nos.

4.1805 Cooling FW Pump Discharge - NRV/125ND 03 Nos.

Page 92: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

91

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

4.1806 Ballast Line - Butterfly/200ND 10 Nos.

4.1807 FW Line - Butterfly/150ND 03 Nos.

4.19

Bunker Valves And Drain Cocks In Main Deck to be over hauled by opening, examine and repaired as required(including repairs to operating mechanism, spared yard supply) and pressure tested and to fit back with new gaskets and fastness. Check for correct operation, leakages to be rectified. After completion of overhauling, satisfactory trials to be shown to ship staff.

02 Nos.

5

Group E –Electrical Equipment: The works pertaining to Shaft Generators to be executed in consultation with OEM. The Yard/Bidder shall engage the OEM to carry out the job at the satisfaction of IRS surveyor / ship staff. The rate shall inclusive of cost of all spares, cost of OEM engineers, transportation of spares, and associated charges, complete. Duty exemption certificate will not be issued by DGLL. However, the rates shall be quoted exclusive of Customs Duty, GST on Customs Duty, but inclusive of insurance, Freight charges, cost of local clearing and forwarding, bank charges, cost for transportation including landed onboard and other overhead charges, etc. The customs duty and GST on customs duty for the imported spares shall be reimbursed by DGLL as per actual on production of proof of payment made by the contractor.

5.01

Auxiliary Generators 1& 2 Motor STD Breaker - Maker: Schneider Electric, 3x415V, 50HZ, 400kW, Serial NO: Masterpact NT 08 HA / 0201701304&Masterpact NT 08 HA / 0201701304, MCH : 200 - 240V AC, MX: 200-250 V AC/ V DC, XF : 200 -250 V AC / V DC, MN:200 - 250 VAC / V DC. Disconnect, decouple, clean, varnish and baked. Slip rings to clean, brush holders to remove and clean. Insulation to improve. Respective exciter units also to be cleaned varnished and baked. Winding temperature sensors to be checked, inspected and calibrated. If required, same to be renewed (ship supply) Satisfactory load trials to be shown to ship staff on completion of job. All trips and alarms to be tried out and also presented for survey.

02 Nos.

Page 93: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

92

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

5.02

ALTERNATOR 1 & 2 - Make: Stamford, Details: 400KW, 415V/50HZ/3PH, Serial No: N14E215630&N14E215622, Specifications: 50HZ, 415V, 695.6A - Alternator windings to be cleaned, varnished, air gap measurement to be taken and recorded. Winding and cable insulation to be checked and recorded and presented for survey if required. Inspect Condition of Bearings and renew (ship supply). Satisfactory load trials to be shown to ship staff on completion of job.

02 Nos.

5.03

Shaft Generator 1 & 2, Make: Rolls-Royce, Type: MURM500 MC4 B3, Specifications:1440kW/1800kVA/AC415V/50Hz/0.8pf/3ph.Disconnect, decouple, clean, varnish, air gap measurement to be taken and record. Winding and cable insulation to be check and record and present for survey if required and baked. Respective exciter units also to be cleaned varnished and baked. Winding temperature sensors and bearings to be checked, inspected and calibrated. If required, same to be renewed (ship supply) Satisfactory load trials to be shown to ship staff on completion of job. All trips and alarms to be tried out and also presented for survey.

02 Nos.

5.04

The following Motors are to be shown to IRS surveyor and if recommended it is to be removed after decoupling, transport from ship to workshop. The same to be brought back, refitted in position after repair / overhauling and coupled. The motors are to be dismantled, overhauled completely, bearings to renew ( ship supply), varnished and baked, insulation to improve, damage terminal covers to renew, if bearing housings is loose to be resleeved. For blower motor, dynamic balancing to be done along with fan.(any other defect if observed to be rectified). Cost including staging.

5.0401 Engine Room Supply Fan Motor 1& 2 - Maker: Hover, Rating : 22 KW, Serial No: 069706 / 069705, 1470 RPM, Specification: 415 V / 3 PH/ 50 HZ / 43/15 A, Bearing DE 6810 C3, Bearing NDE : 6810 C3.

02 Nos.

5.0402 Supply Blower for Deep Freezer1& 2 - Maker: Aeron, Rating : 4 KW, Serial No: CP S22, 1470 RPM, Specification: 3x415 V, 50HZ, 7.5 A

02 Nos.

Page 94: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

93

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

5.0403 Galley Dish Washer Motor and Pump Assembly – Make – Lamber {Beha Hedo Indusries A/S}, Specification: 415 V / 3 PH / 50 HZ / 1.5 HP

01 Nos.

5.0404 Hydrophore Pump Motor1& 2 - Make: Garbarino, Details: BT314, Serial No: 581.102.01 & 581.102.02, Specifications: Capacity 5.5m3/h, 4kW, 1450rpm,Bearing-DE&NDE 6306-ZZ

02 Nos.

5.0405 Hot Water Calorifier Motor - Make: Jowa, Serial No: 2483, Specifications: Heating Capacity 48KW (12KWx4).

01 Nos.

5.0406 Steering Gear Motors 1,2,3 & 4 - Make: ABB, Details: 4.0kW, 1440rpm, 3x380-400, 50Hz,Insulation Class-F IP55, Serial No: 430615/NO, 430614/NO, 430616/NO and 430617/NO, Specifications: M3AA 112 MB-4,1445rpm,Bearing: DE 6306-2Z,NDE 6205-2Z,

04 Nos.

5.0407 Starting Air Compressor Motor 1 & 2 - Maker: ABB, Details: 15kW,415x3, 971rpm, Serial No: CSN13 429295& CSN13 429294, Bearing: DE 6309C3, NDE 6209C3.

02 Nos.

5.0408 Reverse Osmosis Feed Pump Motor - Maker: Calpeda (Italy), 1.1kW,415x3, 2900 RPM, Serial No: 132312 ADE, Motor- M3AA 132 M-4IE2, Specifications: 50HZ, 1465 RPM, 5.05KW, 6.4 A

01 Nos.

5.0409 Emergency Fire Pump motor - Make: Cantoni (Italy), Type: MSSLG160L-2, Serial No: AEO94182, Specifications: 50HZ, 2935 RPM, 18.5KW.

01 Nos.

5.0410 Reduction Gear H.P Pump Motor 1 & 2 - Maker: Bevi Norway, Type: 3 D 200L -4 B35, Serial No: 30013022 / 30016015, Specifications: 3 PH/ 415 V / 50 HZ / 30 KW.

02 Nos.

5.0411 Freezing Room Evaporator Fan Motor - Make: Roller, Type: HVST 705EP, Serial No: S4E400-AT 15-60, Specifications: 230V, 1PH, 5018, 135W.

01 Nos.

5.0412 Cooling Room Evaporator Fan Motor - Make: Roller, Type: HVS 402EC-EP, Serial No: S3G300-AK 13-56, Specifications: 230V, 50HZ, 0.38A, 40W, 1190RPM.

01 Nos.

5.0413 Accommodation Supply (AHU) Fan Motor - Make: Hoyer, Details: 415V, 50HZ, 14.6KW, 2930RPM, Serial No: SH569981-185, Specifications: Bearing DE-6309, NDE-6309.

01 Nos.

5.0414 Exhaust Fan Motor - Sanitary Space - Make: Hoyer, Details: 2.2KW, 3x415, Serial No: SH5701191745/HMA2-90L-2, Specifications: 415V, 50HZ, 2850RPM

01 Nos.

5.0415 Supply Fan Motor - Galley - Make: Hoyer, Details: 0.5KW, 415VOLT, 3 Phase, 01 Nos.

Page 95: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

94

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

Specifications: Bearing DE 6204-2Z, NDE 6204-2Z.

5.0416 Exhaust Fan Motor - Galley - Make: Hoyer, Details: 2.5KW, 415VOLT,3 Phase, Specifications: Bearing DE 6205 2Z, NDE 6204-2Z.

01 Nos.

5.0417 Bilge and Fire Pump Motor1& 2 - Maker: Power Build Limited, Type: M08205.OBGCC1, Serial No: M111201&M111203, Specifications: 15KW, 285RPM

02 Nos.

5.0418 Main Engine Lub Oil Priming Pump Motor 1 & 2 - Maker: Lonne, Type: MOT 7BA 132S02K, Serial No: UD1397/1547171-109-003, HUD1305/1531412-012-003, Specifications: 50HZ, 5.5KW, 2925RPM, 380-420W

02 Nos.

5.0419 Fuel 0il Transfer Pump Motor - Maker: LHP, Type: TEFC, Serial No: 1000379126, Specifications: 3.7KW, 2880RPM, 415V, 50HZ, 6.9A

01 Nos.

5.0420 STP Discharge Pump Motor – Maker :WEG, Type: AL112M-02/190K/S1, Serial No :1021186016, Specifications :3 PH/ 415 V / 50 HZ, 4 KW/2910 RPM/ 7.51 A, Bearing: DE 6307 2z, NDE 6206 2Z

01 Nos.

5.0421 Sewage Discharge Pump Motor - Make: Cantoni, Type: MSSLG132S-2A, Serial No: AE068935, Specifications: 415V, 50HZ, 5.6KW, 2930RPM, 9.7A

01 Nos.

5.05

Power Slip Unit of Deck Crane 35 T, Make: Rolls Royce, Kraus Electrotechnik Article No: 9220107500238, Customer Article No : 131724, Wiring Diagram : KU-750.1.6.6.12.9 – the 35 t crane power slip ring unit to be inspected and serviced and renew slip rings if required. After completion of work, satisfactory working to be shown to ship staff.

01 Job

5.06 Motorized circuit breaker on main switch board of thrusters - Make : Schneider Electric, Model : Masterpact NT 12 H2, 3 Phase / 415 V / 50 HZ / 590 KW – 02 Bow Thruster and 01 Stern Thruster’s Motorized Circuit Breakers to be inspected and serviced.

03 Nos.

5.07 Main switch board panel Volt Meters, Ammeters, Frequency Meters, kW Meters are to be calibrated against standard instruments. After completion of work, satisfactory working to be shown to ship staff.

29 Nos.

5.08 Starter Panel of Thrusters: Make: Rolls-Royce, Details: 590KW, 415x3 –Starter Panel and Motor to be inspected and star-delta contact breakers to be cleaned. Motor insulation and

03 Nos.

Page 96: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

95

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

cable insulation to be measured and recorded. Motor Control PLC To Check For Correct Program Operation. Satisfactory trials to be shown to ship staff on completion of job.

5.09

Starter Panel of Dehumidifying Air Dryer: Make: Weathberg, Details: SKAD 40, Capacity-40CFM,220/50Hz, REF-R-134a, Dew Point-+2°C – Starter Panel to be inspected and system cooling coil to be cleaned and pressure tested. Suspected air leakage from the cooling unit to be rectified. Satisfactory trials to be shown to ship staff on completion of job.

01 Nos.

5.10

Starter Panel of Reverse Osmosis Unit - Make: SLCE, Details: SD11, Serial No: SD11-402-4554-12/13, Specifications: 8m3/24 hour, Control Unit Ref.No.821151,PLC T-SR2B201B - Starter Panel to be inspected and PLC and PLC Power Supply Transformer to be checked for correct operation system. H.P pump motor to be checked and insulation to be measured and recorded. Satisfactory trials to be shown to ship staff on completion of job.

01 Nos.

5.11

Motor of Capstan/Bouy Windlass Motor - Make: ABB, Details: 50kW,415x3,1485rpm, 89A, Serial No: CSN13-437793, Specifications: Bearing: DE 6312-2Z, NDE 6210-2Z. Motor to be inspected and insulation to be measured and recorded. Satisfactory trials to be shown to ship staff on completion of job.

01 Nos.

5.12

Motor of Windlass/Mooring Winch, FPK Stores - Make: ABB, Details: 50kW,415x3, Serial No: CSN 13-437792, Specifications: Bearing: DE 6312-2Z, NDE 6210-2Z - Motor to be inspected and condition to be assessed. Winding and Cable Insulation to be measured and recorded. Satisfactory trials to be shown to ship staff on completion of job.

01 Nos.

5.13

Crane HPU Motor 1& 2 - Make: Powermaster, Details: 150kW,415X3 Each. - Motor to be inspected and condition to be assessed. Winding and Cable Insulation to be measured and recorded. External cooler to be checked for corrosion and rectify the defect. Satisfactory trials to be shown to ship staff on completion of job.

02 Nos.

5.14 Step Down Transformer No.1 and No.2 and emergency (415V TO 230V), Make: Marine Electricals, Details: 99kVA,415x3/230x3/50 Hz, Serial No: 2030/1/31715 & 2030/2/31716, Specification: Insulation Class H.V. 3KV RMS,L.V. 3KV RMS - Transformer

03 Nos.

Page 97: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

96

Sl. No.

Description of work Qty. Unit

RATE In Figures To be

entered by the Bidder

Rs. P

AMOUNT Rs. P

to be inspected and condition to be assessed. Insulation to be measured and recorded. Satisfactory trials to be shown to ship staff on completion of job.

5.15

Main and Emergency Switch Board - Make: Rolls-Royce Marine AS, Details: 415/220V, 50Hz,/3 PH/ Kw-3680/160/A- 6400/420, Serial No: 51039&, Specifications: EBB 1-415V/50Hz. EBB 2- 220V/50Hz – Switchboards to be inspected, connections and components to be checked and tightened as required. The Bus bar to be checked, cleaned and insulation to be checked. The breakers to be pulled out and contacts to be cleaned. All the meters to be calibrated and certificates to be issued. Satisfactory trials to be shown to ship staff on completion of job.

02 Nos.

5.16

Computers and LAN Server - Make: HP (Computers) Dell (LAN Server), Details: 4 Desktop Computers, 1 LAN Computer – The D-Link panel to be cleaned and LAN connection to be checked for speed and proper connectivity. Satisfactory trials to be shown to ship staff on completion of job.

01 Job

6 Group E –Miscellaneous Items

6.1

All Steel/ Ferrous metallic scrap generated during repair shall be cleared and disposed off by the firm at their risk & cost. Further, an equivalent amount towards ferrous scrap is to be reimbursed to DGLL by the yard. The Quantity shown under this item is indicative and the payment shall be made to DGLL as per actual quantity and quoted rate.

-01 MT

6.2 The cost towards pilotage, mooring & unmooring, port charges and all vessel related charges at port for basin / harbour and sea trails is on the account of the yard. The fuel and lube oil shall be provided by DGLL. (Ref. Clause 6.11)

01 Job

Total in Figures (1+2+3+4+5+6)

Total in Words Total in Words

Notes for Financial Bid:-

1. This is only for reference. The schedule of work shall be downloaded from http://eprocure.gov.in/eprocure/app and the rates may be filled only in the

BoQ provided in the above site in .xls format. Any other form of submission of rates is liable for rejection of bid.

Page 98: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VII

97

2. The quoted rates for all jobs should be inclusive of access works, in way jobs / connected work, relevant works & associated jobs, staging, security,

necessary equipment and other preparatory works as required for doing each job. Also rates shall include transportation of items for repairs and back.

3. For hot work, the surrounding area is to be completely cleaned and required number of fire sentries be posted with fire extinguishers. The rate for steel

renewal includes fire sentries.

4. Temporary lighting, compressed air, ventilation fan and heating lamps provided for repairs, if any, shall be to the account of yard and will not be

considered separately.

5. Cement level to be made at the main deck edge with carry away pipes to keep the vessel’s hull dry and free of dropping water while painting is in progress.

6. All openings of engine room, deck fittings and all the systems are well protected from grit prior to blasting by suitable covering with polythene sheets,

canvas covers. Master and CEO clearance to be taken prior commencement of blasting.

7. Tanks are to be ventilated by providing adequate number of blowers before man entry. No separate cost will be payable for this account.

8. Greasing/Degreasing of Anodes, staging and any other facility used for the works will not be paid extra and are deemed to be included in the cost of

painting.

9. Steel renewals are to be clearly mentioned in Work done Certificate (i.e. Size of the plate renewal (Length, width & thickness), Number of plates renewed

and Location of renewal etc. Accordingly, Master/CEO & Attending Supdt. Certification to be obtained. Lump sum quantities (for example: 500kgs or 2 tons

renewed) will not be considered and such claims will not be accepted. Hence, proper care must be taken while preparing work done certificates. No

additional percentage (%) towards wastage / bending etc shall be considered.

10. No column of price schedule shall be left blank. Wherever the bidder is not willing to quote or providing service free of cost quote with “0”.

11. The rates for the items involving imported spares from OEM shall be quoted exclusive of Customs Duty, GST on Customs Duty, but inclusive of insurance,

Freight charges, cost of local clearing and forwarding, bank charges, cost for transportation including landed onboard and other overhead charges, etc. The

customs duty and GST on customs duty for the imported spares shall be reimbursed by DGLL as per actual on production of proof of payment made by the

contractor.

12. The rates quoted for the executions of works under the contract shall be exclusive of Goods and Service tax. The Goods and Service Tax component for the

works executed under the contract will be reimbursed by DGLL as per the rates notified by the Government of India.

13. Any works recommended by the IRS surveyor other than in BOQ, the Yard/bidder has to undertake the works with 10% markup on “ cost plus basis”

For Director General

For and on behalf of the President of India

Page 99: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VIII

98

Government of India

Ministry of shipping

Directorate General of Lighthouses and Lightships

“Deep Bhawan”, A-13, TulsiMarg, Sector 24,

NOIDA, Uttar Pradesh –201 301.

Tele-Fax-0120-2412677, Telephone-0120-2411345

E-mail:- [email protected]

SECTION – VIII - EVALUATION CRITERIA OF TECHNICAL BID

8.1 General

The Bids shall be evaluated technically and commercially by a Committee. It is essential to

secure at least seventy percent marks in aggregate in technical Evaluation of technical bid

to qualify for the opening of commercial bid. The commercial bids of only those bidders

shall be opened who technically qualify. Once technically qualified, the bidders will be

informed about opening of the commercial bids.

After technically qualifying the bidder who has quoted the consolidated lowest price shall

be declared successful bidder.

8.2 Technical Evaluation

The Technical Evaluation shall be carried out based on following attributes to ascertain the

quality of bid-

Sl.No. Area of Evaluation Max

Marks Evaluation

1

The bidder shall have experience in dry

docking and afloat repairs related to

trading Vessels / military vessels / other

cargo vessels of 2000 GRT or LOA 60 m

and above during the last five years.

3.9.8 Fishing trawlers, ferry boats shall not be

considered under this criterion.

10

i. 60% marks for

minimum eligibility

criteria.

ii. 100% marks for twice

the minimum of

eligibility criteria or

more.

iii. In between i& ii on pro-

rata basis.

2

Average annual turnover of the company

certified by the Charted Accountant shall

be not less than Rs.5 Crores each during

the past 3 years and proof of such income

shall be attached. Proof of income shall be

only from and for ship repair and related

activities and not from any other business

and same would be reflected in proof of

income.

10

i. 60% marks for

minimum eligibility

criteria.

ii. 100% marks for twice

the minimum of

eligibility criteria or

more.

iii. In between i& ii on pro-

rata basis.

4 3.9.9 The bidder should have similar experience

and satisfactorily executed works in any

central /state government organization

50

i. 60% marks for

minimum eligibility

criteria.

Page 100: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VIII

99

Sl.No. Area of Evaluation Max

Marks Evaluation

and reputed private organizations during

last Seven years ending on the last day of

the month previous to the one in which,

the tenders are invited, and should

produce documentary evidence with

monetary value:-

a. At least three Dry Docking and Afloat

Repairs of trading Vessels / military

vessels / other cargo vessels with

value of each work not less than Rs. 4.0

Crores.

(or)

b. At least two Dry Docking and Afloat

Repairs of trading Vessels / military

vessels / other cargo vessels with value

of each work not less than Rs. 6.0

Crores.

(or)

c. At least one Dry Docking and Afloat

Repairs of trading Vessels / military

vessels / other cargo vessels with value

of work not less than Rs. 12.0 Crores.

ii. 100% marks for twice

the minimum of

eligibility criteria or

more.

iii. In between i& ii on pro-

rata basis.

5

List of Dry Docking and Afloat repairs

under taken by the bidder during last 03

years with information on time over run

and cost overrun, name of the clients

(including their address, telephone and fax

numbers), etc. Certificate from the

employer with above details to be

provided.

5

i. No Marks, If the actual

time of completion is

triple that of scheduled

completion time.

ii. Full mark, if a job is

completed on time.

iii. In between i & ii on pro-

rata basis.

Example:

Scheduled time of

completion was 50 days and

the actual completion time

was 150 days then no

marks.

6

Certificate from past employer/owner

regarding,

i. NO accidents/incidents (2.5 Marks)

ii. NO Major breakdown (2.5 Marks)

iii. NO Insurance claim (2.5 Marks)

iv. NO Penalties imposed by Statutory

bodies (2.5 Marks Each)

10

Page 101: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Section - VIII

100

Sl.No. Area of Evaluation Max

Marks Evaluation

7

Experience in Ship Building / Dry Docking

and Afloat repairs of a Ship having Rolls-

Royce Engine and Machineries. Details of

a vessel, year of Dry dock and certificate

from owner of the vessel that the job

carried out by the bidder was satisfactory.

5

8

Experience with state / central

Government organizations in Dry Docking

and Afloat repairs of sea going vessels of

2000 GRT and above during last 5 years.

List of vessels supported with certificate

from employer that the job carried out by

the bidder was satisfactory to be provided.

10

Total Marks 100

To become eligible for short

listing the bidder must

secure at least Seventy

Percent marks in aggregate.

For Director General

For and on behalf of the President of India

Page 102: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Annexures

101

Annexure – I – Major Technical Details of M.V INDIRA POINT

General i. Name of the Vessel : Indira Point

ii. Builder : M/s Cochin Shipyard Ltd.

iii. Year of Built : 2015

Principal Dimensions i. Length overall : 71.55 meters

ii. Length between perpendiculars : 64.20 meters

iii. Breadth moulded : 16.00 meters

iv. Depth moulded : 6.00 meters

v. Draft moulded : 4.2 meters

vi. Design Speed : 13Knots

vii. Frame spacing : 600 mm

viii. Class : IRS

ix. Compliment : 34 Nos

x. Dead weight : 1500 (Approx.) metric tons at a

Moulded draught of 4.20 m

Main Machinery I. Main Engine

Number of engines : 2 x Bergen C25:33L6CD Rated power (MCR) : 2 X 2000 Kw Engine r.p.m. : 1000 Fuel : MDO Flywheel end drive : Gearbox Engine front end drive (PTO) : Fi-Fi pump, via gearbox.High elastic couplings between main engines PTO drives and step-up gearboxes.The main engines with NOx emissions in compliance with IMO Tier II requirements.

II. Main Gear With Thrust Bearings, Couplings

2 OFF Rolls-Royce reduction gears. Make : M/s Rolls Royce Type : 650AGHC-V-P45 Engine speed (MCR) : See Item 601

The reduction gears is equipped with 1 step primary PTO for shaft generator, approx. 1800 KVA, 1500 RPM, built on servo and lub. Oil pump, lub.Oil cooler and lub.Oil duplex filter. An el.driven st.by lub.oil/servo oil pump is installed for each gear. The reduction gears is equipped with built in hydraulic clutch and thrust bearing.

III. Controllable pitch propeller plant

Make : Rolls-Royce propulsion system Type : 60A/4I-B-2600_650AGHC-VP45 Number of Propellers : 2 Number of blades : 4 each propeller, Ni-Al-Bronze Propeller diameter : Approx. 2600 mm Propeller speed (MCR) : Approx. 225 RPM

Page 103: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Annexures

102

IV. Aux. electric generator set for main electric production

The vessel is equipped with diesel engine driven el. Generator set.

Number of sets : 2 Generator output approx. (KW) : 400 (500 KVA) Voltage (V) : 415 Frequency (Hz) : 50 R.p.m. : 1500 Enclosure : IP23 Generator coolant : Air cooled Diesel engine fuel : MDO

V. Shaft generators

To each main reduction gear is connected, via flexible coupling, one generator.

Capacity each : 1800 KVA RPM : 1500 rpm Voltage : 415 V Frequency : 50Hz Temperature class : F Enclosure : IP44 Generator coolant : FW from central cooling

VI. Emergency generator set

Generator output approx. (KW) : 95 (118 KVA) Voltage (V) : 415 Frequency (Hz) : 50 R.P.M. : 1500 Temperature class : F Enclosure : IP23 Generator coolant : Air cooled Diesel engine fuel : MDO

VII. Side thrusters

The vessel is fitted with: Forward: Two tunnel thrusters 590 kW Aft: One tunnel thruster 590 Kw

The tunnel thruster is Rolls-Royce Marine, electrical driven controllable pitch type.

Technical data tunnel thrusters: Type : TT 1650 DPN CP Electric Motor Power : 590 kW Electrical Supply : 415/3/50 Motor Speed approx. : 1500 RPM Water cooled Motor and Star-Delta Starter

Page 104: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Annexures

103

VIII. Steering Gear (Two independent electric-hydraulic)

Two independent electric-hydraulicsteering gears with two pumps for each rudder motor and with electronic synchronization to be fitted. Each of the steering gears to have following data: Effective torque : 70 kNm Rudder angle : 2 x 45 degrees Manoeuvring time (30-0-35 degrees) : 28 seconds with one pump14 seconds with two pumps

IX. Anchor Windlass – 2 Nos S. No. – AMW-E-743LH MAKE- Ridder in KhofsWerktuigenfa brick AMW-E-743 RH harretrunning (IXR-IXL)

X. Navigational Equipment Radar Plant

i. One (1) off Daylight, colour S-band (10 cm) ARPA radar, 96

N.miles. 21” LCD display and 12’ scanner according to

manufacturer’s standard.

ii. One (1) off Daylight, colour X-band (3 cm) True Motion radar, 72 N.miles. 21” LCD display and 6,5’ scanner according to manufacturer’s standard.

iii. One (1) offSlave monitor installed at aft steering position. Both radars shall have gyro interface. Other Navigational Equipment

i. ECDIS

ii. Sat. Navigator

iii. Gyro plant, automatic steering, compass

a) Autopilot

b) Magnetic compass

iv. Echo-sounder, log

For Director General

For and on behalf of the President of India

Page 105: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Annexures

104

Annexure – II – General Information on Shipyard and Management

Sl.No Description Remarks

1 Name of the Organization & address

2 Details of the Contact Person

3 Year Established

4 Type of Organization

5 Proprietary/Partnership /Public Limited company/ Government PSU/Others (please specify)

6 Board of Directors

7 Organization Chart

8 Major Ship repairs/refits/Dry docking during last five years

9 Major Accidents / Incidents / Insurance Claim during last five years

10 Annual Turnover in the Last Three Financial Years

11 Details of Capacity and number of slots available for repairs / Dry docking in First Week of September

12 Warehouse: To indicate area and facilities available for warehousing.

13

Logistics and Import License

Accessibility/location of yard with respect to procurement / location of nearest classification society & MMD offices

14 Permanent Employees: Employees on pay-roll to be indicated

15 Dedicated Staff in Quality Control Department

16 Dedicated staff in Safety (HSE) Department

17 After-Sales personnel: Dedicated personnel to be indicated

The above information shall be furnished along with supportive documents.

Page 106: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Annexures

105

Annexure – III – Earnest Money Deposit

1. Bidder should prepare the EMD as per the instructions specified in the NIT/tender

document.

2. Earnest Money Deposit in the form of Fixed Deposit Receipts (FDR) of a scheduled

bank for Rs. 25,00,000/- in favour of “Pay & Accounts Officer, Lighthouses &

Lightships, Noida”, Payable at Noida.

3. Scanned copy of EMD should be submitted online with Cover-1 (i.e. Technical Bid).

4. The original of EMD should be submitted to the DGLL on or before the last date and

time of the bid submission. Bidder should send the EMD through Indian

Postal/Courier service/in person.

5. DGLL shall not be responsible for any delay or loss, due to Postal/Courier services.

The details of the demand draft/bank guarantee, physically sent should tally with

the details available in the scanned copy & data entered during the bid submission

time; otherwise the uploaded bid shall liable to be rejected.

6. Earnest Money Deposit of the unsuccessful bidders shall be returned after

completion of the processing of bids.

7. The full EMD will be forfeited by the DGLL if,

a. The bidder withdraws his bid during bid validity period.

b. The bidder makes any modification in the terms & conditions of the Bid at his

own.

c. The bidder does not accept corrigendum/addendum issued by the DGLL or any

corrections raised due to error in filling the bid.

d. The successful bidder fails to sign the agreement within 15days from the issue

of award of the contract.

e. The successful bidder fails to furnish valid bank guarantee for contract

performance within 15 days from the issue of award of the contract.

For Director General

For and on behalf of the President of India

Page 107: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Annexures

106

Annexure – IV- Proforma of Bank Guarantee for EMD

(To be stamped in accordance with Stamp Act)

(For Performance Guarantee)

Bank Guarantee No. ........................ Dated………….

Ref. ..........................

To

The Director General, Directorate General of Lighthouses & Lightships, Deep Bhavan, A-13, TulsiMarg, Sector - 24, NaIDA, U.P. - 201 301.

Dear Sirs,

1. Whereas the Director General of Lighthouses & Lightships for and on behalf of the President of India (hereinafter called "DGLL/) has floated a bid enquiry for " Drydocking and Afloat repairs of MV Indira Point (GRT-2477) _________________________ __________________________ Having its registered Office at __________________________________________________________ __________________________________________ Thereinafter called the "Bidders", which expression shall unless repugnant to the context or meaning thereof mean and include all its successors, administrators, executor and assign have submitted a bid reference No. ..., And bidder having agreed to furnish as a condition precedent for participation in the said bid an unconditional and irrevocable Bank Guarantee of Indian Rs. 12,50,000 (Rupees Twelve lakh Fifty thousand only) for the due performance of bidder’s obligations as contained in the terms of the Notice Inviting Bid (NIB) and other terms and conditions contained in the Bid Documents supplied by the DGLL which amount is liable to be forfeited on the happening of any contingencies mentioned in said document.

2. We _______________Bank, __________________ registered under the Laws of India having head/registered Office at ______________________ (hereinafter referred to as "the Bank" which expression shall unless repugnant to the context or meaning thereof include all its successors, administrators, executors and permitted assigns) guarantee and undertake to pay immediately on first demand by the DGLL, the amount of Rs. 12,50,000 (Rupees Twelve lakh Fifty thousand only) in aggregate at any time without any demur and recourse, and without the DGLL having to substantiate the demand. Any such demand made by the DGLL shall be conclusive and binding on the Bank irrespective of any dispute or difference raised by the bidder.

3. The Bank confirms that this guarantee has been issued with observance of appropriate laws of the country of issue.

4. The Bank also agrees that this guarantee shall be irrevocable and governed and constructed in accordance with Indian Laws and subject to exclusive jurisdiction of Indian Courts of the place from where bids have been invited.

5. This guarantee shall be irrevocable and shall remain in force up to……………….an any demand in respect thereof should reach the Bank not later than the aforesaid date.

Notwithstanding anything contained herein above:

Page 108: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Annexures

107

(i) Our liability under this Bank Guarantee shall not exceed Rs. 12,50,000 (Rupees

Twelve lakh Fifty thousand only). (ii) This Bank Guarantee shall be valid upto ___________________. (iii) We are liable to pay the guaranteed amount or any part thereof under this Bank

guarantee only and only if you serve upon us a written claim or demand on or before_______

Date this……….. day of……….2020at………… WITNESS (Signature) __________________ (signature) ________________ Name ______________ (Bank's rubber stamp) ____________________ (Official address) _____________________ Name _______________________

Designation with Bank stamp _______________

Attorney as per power of Attorney ______________ NOTE: 1. Strike out whichever is not applicable.

Page 109: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Annexures

108

Annexure – V - Performance Bank Guarantee

PERFORMANCE GUARANTEE

FOR DRY DOCKING AND AFLOAT REPAIRS OF LIGHTHOUSE TENDER VESSELS M.V INDIRA POINT (GRT-2477) OFDIRECTORATE GENERAL OF LIGHTHOUSES &

LIGHTSHIPS, NOIDA.

(For Performance Guarantee) To

The Director General, Directorate General of Lighthouses & Lightships, Deep Bhavan, A-13, TulsiMarg, Sector - 24, NOIDA, U.P. - 201 301. Subject : - Dry Docking and Afloat Repairs of M.V Indira Point (GRT-2477).

1. With reference to the letter No………, dated ……….. issued by the Director General, Directorate General of Lighthouses & Lightships, NOIDA hereinafter referred to as "Owner" of the (Name of' contractor) for the subject work hereinafter to be referred to as "Contractor" on the other part.

2. We ……………………(name of Bank) the undersigned hereby guarantee due performance of obligations undertaken by contractor according to the above-mentioned acceptance with appertaining contract documents, against the DGLL. If the contractor, in the binding opinion of the DGLL, does not utilize the advance for the given purpose and does not properly perform and carry out any of the obligations under the above contract and if the contractor. fails within 15 days of written notice by DGLL drawing attention to such failure to take such steps as reasonably to satisfy DGLL, we do hereby irrevocably, absolutely and unconditionally undertaken to pay immediately to the DGLL on its order without any demur, any sum up to and not exceeding Rs. ……………………(amount) being 10% of the basic contract value respect of one vessel which DGLL may ascertain and claim under any title or for any reasons whatsoever upon the first written request to this effect from the DGLL, there being no need for the DGLL to issue any declaration, or to take action through legal or judicial execution or other authorities and also there being no need to prove the default of the contractor, the correctness or the Incorrectness thereof. However, our liability under this guarantee shall be restricted to an amount not exceeding ………………..(Amount).

3. This letter of guarantee will be valid up to and including thirty days beyond the day of expiry of the contract in respect of vessel as stipulated in the above mentioned contract and upon written request of the DGLL it will be extended according to the stipulation of the same contract.

4. Should we be unable or unwilling to extend the validity period to this Guarantee letter or should the contractor fail to make arrangements with us for extension of this letter of Guarantee prior to the expiration of the above maturity date, or should the Contractor fail to make arrangements with us to agree with the extension, then we do hereby irrevocably, absolutely and unconditionally undertake to pay to DGLL without demur, on the DGLL's order, the above mentioned amount, there being no need for reclaiming.

5. We…………………..(Name of Bank) further agree that the guarantee herein contained, comes into force with immediate effect until the period said, as in para 3 as above unless a demand or claim under this guarantee is made on use in writing before that date, we shall

Page 110: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Annexures

109

be discharged from all liability under this guarantee thereafter.

This guarantee shall be irrevocable and shall remain in force up to……………….an any demand in respect thereof should reach the Bank not later than the aforesaid date.

Notwithstanding anything contained herein above:

ii) Our liability under this Bank Guarantee shall not exceed Rs.___________/- (Rupees ___________________________ lakh only).

iii) This Bank Guarantee shall be valid upto ___________________. iv) We are liable to pay the guaranteed amount or any part thereof under this Bank

guarantee only and only if you serve upon us a written claim or demand on or before

Date this……….. day of……….2020 at………… WITNESS (Signature) __________________ (signature) ________________ Name ______________ (Bank's rubber stamp) ____________________ (Official address) _____________________ Name _______________________

Designation with Bank stamp _______________

Attorney as per power of Attorney ______________ NOTE:

1. Strike out whichever is not applicable. Dated this………………..,day of……………….. 2020

Page 111: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Annexures

110

Annexure – VI - Tender Acceptance Letter

(To be given on Company Letter Head)

Date:

To

The Director General, Directorate General of Lighthouses & Lightships, Deep Bhavan, A-13, TulsiMarg, Sector - 24, NaIDA, U.P. - 201 301.

Sub: - Acceptance of Terms & Conditions of Tender.

Tender Reference No: - dated: /09/2019

Name of Tender/Work: Dry Docking and Afloat Repairs of M.V Indira Point (GRT-2477).

Dear Sir,

1. I/We have downloaded/obtained the tender document(s) for the above mentioned

‘Tender/Work’ from the website(s) namely:

__________________________________________________________________________

_______________________________________________________________

as per your advertisement, given in the above mentioned website(s).

2. I/We hereby certify that I/We have read the entire Terms & Conditions of the Tender

Documents from Page No.___ to ____ (including all documents like annexure(s),

schedule(s), etc.,), which form part of the contract agreement and I/We shall abide

hereby the terms/conditions/clauses contained therein.

3. The corrigendum(s) and addendums issued from time to time by your

department/organization too have also been taken into consideration, while submitting

this acceptance letter.

4. I/We hereby unconditionally accept the tender condition of above mentioned tender

document(s)/corrigendum(s) in its totality/entirety.

5. In case any provisions of this tender are found violated, then your

department/organization shall without prejudice to any other right or remedy be at

liberty to reject this tender/bid including the forfeiture of the full said Earnest Money

Deposit absolutely.

Yours faithfully,

(Signature of the Bidder, with Official Seal)

Page 112: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Annexures

111

Annexure – VII - Undertaking

(On letter head of the firm)

I………….………………………son of Shri……………………………………… authorized

signatory to sign the bid on behalf of M/S ……………………..…………………………………

………..…………………………………………………………………… do hereby give an under taking that

i) The price bid does not contain any condition.

ii) We have not made payment or illegal gratification to any person/authority

connected with the bid process, so as to influence the bid process and have not

committed any offence under PC Act in connection with the bid.

iii) We have not been prosecuted by any Court of law either in India or abroad for

violation of any specific rules laid down for execution of work/contract of any time

subjected to Industrial dispute for violation of said provisions of the Act.

(Seal of the Company)

Date…………………….. Signature of the bidder………………………

or his Authorised signatory Place……………………. Name of the

bidder………………………….. or his Authorised signatory

Page 113: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Annexures

112

Annexure – VIII (A) – Details of Sacrificial Anodes (Refer to BoQ item No. 2.7)

Aluminium Sacrificial Anodes

Composition

Zinc 2.0% - 5.0%

Copper 0.05% Max

Silicon 0.13% Max

Iron 0.13% Max

Indium 0.01% - 0.05% Max

Aluminium Remainder

Open Circuit Potential -1.07 V (Ag/AgCl reference cell)

Anode Capacity 2550 Amp. Hr/kg

Consumption Rate 3.4 kg/Amp. Yr.

1. AHW 119 & AHW 098

Material : Aluminium Alloy Mounting: Flush Weld on

Type A

(mm) L1

(mm) L2

(mm) W1

(mm) W2

(mm) T

(mm) CW

(mm) Ct

(mm)

Net Wt. (kg)

Gross Wt. (kg)

AHW 119

650 550 470 135 115 65 50 8 10.3 12.3

AHW 098

650 555 460 137 115 50 40 8 8.5 10.2

Page 114: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Annexures

113

2. AHW 072 & AHW 025

Material : Aluminium Alloy Mounting: Flush Weld on

Type A

(mm) L1

(mm) L2

(mm) W1

(mm) W2

(mm) T

(mm) CW

(mm) Ct

(mm)

Net Wt. (kg)

Gross Wt. (kg)

AHW 072

600 520 400 120 80 40 40 6 6.0 7.2

AHW 025

400 300 275 90 65 40 25 6 2.0 2.5

For Director General

For and on behalf of the President of India

Page 115: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Annexures

114

Annexure – VIII (B) – Details of the Tanks (Refer to BoQ item No. 2.14)

SL.NO. TANK NAME VOLUME (m3)

1 FOREPEAK TK 135

2 DD/WING TK PS 54

3 DD/WING TK SB 67

4 DD/WING TANK PS 54.4

5 DD/WING TK SB 72.6

6 DD TK PS 36.2

7 DD TK SB 36.2

8 DD TK PS 53.8

9 DD TK SB 45.6

10 DD TK PS 41.5

11 DD TK SB 41.1

12 DD TK PS 56.2

13 DD TK SB 56.2

14 DD CTR TK AFT 15.2

15 V D/D CTR TK FWD 12.5

16 WING TK PS 102.2

17 WING TK SB 107.4

18 WING TK PS 149.9

19 WING TK SB 79.8

20 WING TK PS 90.5

21 WING TK SB 90.2

22 WING TK PS 169.5

23 WING TK SB 169.5

24 WING TK PS 91.9

25 WING TK SB 91.9

26 ROLL RED TK FWD 100.6

27 ROOL RED TK AFT 101.4

28 WING TK PS 75.2

29 WING TK SB 75.2

30 WING TK UPPER PS 56.1

31 WING TK UPPER SB 56.6

32 SEWAGE TK 16.7

33 FO SERVICE TK SB 33.7

34 FO SERVICE TK PS 31.9

35 FO SOIL TK SB 33.8

36 CD PS 21.3

37 FO OVERFLOW TK 40

Page 116: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Annexures

115

For Director General

For and on behalf of the President of India

SL.NO. TANK NAME VOLUME (m3)

38 MOORING CHAIN PS 25.5

39 MOORING CHAIN SB 25.5

40 CHAIN LOCKER SB/PS 41.5

41 LD TK NO 5 2

42 LD TK NO 4 2

43 LD TK NO 3 2

44 LD TK NO 2 2

45 LD TK NO 1 0.5

46 BILGE WATER TK 6.7

47 FO DRAIN TK 5.7

48 DIRTY OIL TK 4.3

49 SLUDGE TK 0.1

50 VOID DB TK AFT 3.7

51 BILGE SETTEL TK SB 5.3

52 VOID TK AFT 15

53 VOID DB TK 5.2

54 SONAR 1.37

Page 117: Name of Work: Dry Docking and Afloat Repairs of Lighthouseनोएडा (उ॰प्र॰) - 201301 /NOIDA (U.P) - 201301 ई ... and Remedying Defects ó, as stated in the Particular

Annexures

116

Annexure – IX – List of Drawings

1. General Agreement –DRW. No. 10-7152-00-101-001.

2. Shell Expansion & Framing Plan – DRW. No. 10-7152-00-200-005.

3. Sanitary Discharge System (Black Water) – DRW. No. 10-7152-00-582-200A

4. Sanitary Supply System Drawing – DRW. No. 10-7152-00-581-200.

5. Sanitary Discharge System (Grey Water) - DRW. No. 10-7152-00-582-200B.

6. Drainage Arrangement – DRW. No. P717-105-01.

7. Drain Pipe System – DRW. No. 10-7152-00-804-100.

8. Docking Plan – DRW. No. 10-7152-00-102-000.

9. Tank Plan - DRW. No. 10-7152-00-101-020.