notice for invitation to bid for hiring of reach stackers …kribhcoinfra.com/itb for hiring of...
TRANSCRIPT
NOTICE FOR INVITATION TO BID
FOR HIRING OF REACH STACKERS FOR HANDLING
OF
ISO/DSO CONTAINERS AT CONTAINER RAIL TERMINAL / PFT / ICD AT
KRIBHCO INFRASTRUCTURE LIMITED (KRIL) SIDING, REWARI (KIIP)
KRIBHCO (Krishak Bharti Cooperative Ltd.) is the world‟s premier fertilizer producing cooperative
which manufactures and distributes chemical fertilizers and allied farm input, (Kribhco
Infrastructure Limited KRIL) is a 100% subsidiary of KRIBHCO.KRIL has signed Concession
Agreement with Ministry of Railways to operate Container Trains in Category I i.e. entire Rail
Network in relation to both Exim Traffic & Domestic Traffic. Company owns/manages and
operates Inland Container Depots (ICDs) / Private Freight Terminals (PFTs) at following locations:
Hazira (Surat, Gujarat),
Modinagar (Ghaziabad, U. P.),
Pali (Rewari, Haryana) and
Hindaun City (Rajasthan),
Joint Venture Terminal at Timmapur (Hyderabad, Telangana).
KRIL invites sealed bids from eligible Bidders for hiring of two Reach Stackers for handling of
ISO/DSO containers at Rail Terminal/ PFT/ICD at Kribhco Infrastructure Limited (KIIP) siding,
Rewari(KIIP) as per following details:
ITB Ref. No. HO/Tech/2016- 3
Price of Tender Documents : Rs. 2000 Plus Service Tax
EMD : Rs. 200000/ ( Rs Two Lakh )
(Demand Draft in favour of Kribhco
Infrastructure Limited payable at New Delhi)
Date of Commencement of Issue of Tenders 3rd September 2016
Last Date & Time for submission of Bid 26th September 2016 (2:00 PM)
Date & Time for opening of Technical Bid 26th September 2016 (2:30 PM)
Date & Time for opening of Price Bid To be informed to qualified Bidders after
Evaluation and prequalification of Technical
and Un-priced commercial Bid
Place of Submission & Opening of Bids Kribhco Infrastructure Limited
KRIBHCO Bhawan, 5th Floor
A-10, Sector-1, NOIDA – 201301
Address for submission of Tender and
Communication
Sh. Kartik Pavagadhi
GM Operations
Kribhco Infrastructure Limited
KRIBHCO Bhawan
A-10, Sector-1 NOIDA – 201301
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 2
Section – 1 Instruction to Bidders
1. Pre-qualification criteria:
KRIL will review Prequalification and eligibility in this ITB for demonstration of the
capability of the bidder based on the information furnished by the bidder in the offer.
The decision of the owner in this regard is final.
1.1. Experience (i) Handling of Containers
Bidders should have experience of handling experience of minimum number of
10000 TEUs per annum during the last two financial years i.e. 2014-15 and 2015-16
put together in the name / firm composition for which this tender is being applied.
(ii) Experience Certificate
All the prospective bidders must submit their experience in the format as per
Annexure No-2 by actual the user / owner to evaluate the as per clause 1.1 (i) as
above and clause 1.2 of the section -1.
1.2. Financial Credibility
(i) Turnover:
The prospective bidder should have a minimum gross turnover of Rs.60, 00,000/-
(Rupees Sixty Lac only)per annum during any one of two financial years i.e.2014 -15
and 2015-16 or turnover of Rs 1,20,00000/ ( one Crore twenty Lakhs ) for two
financials put together. .
Audited copies of the Balance Sheets and Profit & Loss Accounts for years e.g. 2014
-15 and 2015-16 should be duly attached with Bids. However, unaudited reports /
Chartered Accountant‟s Certificate for immediately preceding year shall be accepted
in case the audited copies of the balance sheet is not available
1.3 Equipment Ownership
1.3.1 The minimum number of Two equipments required to be owned and deployed
for carrying out the work by the bidder. Equipments must be owned by the bidder,
in the name of the owner/ firm (in case of proprietary firms), in the name of the
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 3
partner/firm (in case of partnership firms) or in the name of company or any one or
more directors of the company (in case of a company) at the time of bidding.
1.3.2 Bidders who fulfill the minimum eligibility criteria can participate in the
bidding.
1.3.3 Owned equipment, as per the minimum number specified, should be deployed
at site immediately and maximum within 15 days from the date of the issue of LOI.
1.3.4 The bidder must submit detailed deployment plan in the SOR format.
2. Place / Nature of operations:
The place and area of operations shall be KRIL Rail Terminal, Rewari which is
operational since 2012 and notified as ICD under Customs Act 1962 since 2013.
The place of operation shall include the existing complex, which include container
yard, bonded warehouse or any other location inside the terminal and any further
expansion in the premises during currency of the contract. At siding handling of ISO
/DSO loaded and empty containers will be undertaken normally in 20‟ and 40‟ or
any other size of container.
3. Constitution of the Firm:
3.1. The bidders, who are the constituents of a Firm, Company, Association/or
Society, must enclose notarized/ attested copies of the constitution of their
Firm/Company/Association or Society, power of attorney and/or partnership-
deed.
Co-operative societies must submit an attested copy of the certificate of
registration along with the documents mentioned earlier.
3.2. The cancellation/modification of any documents such as Power of Attorney,
Partnership-deed etc. shall forthwith be communicated to KRIL in writing,
failing which KRIL shall have no responsibility or liability for any action taken
on the strength of the said documents submitted earlier or on the basis of the
amended documents.
3.3. KRIL may recognise changes in Power of Attorney and related documents after
obtaining proper legal advice.
3.4. If the tender is submitted by a proprietary firm, it shall be signed by the
proprietor above his full name and the name of his firm with its current
address. If the tender application is submitted by a firm of partnership, it shall
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 4
be signed by all partners of the firm, above their full names and current
addresses or by a partner holding the Power of Attorney for the firm for signing
the application, in which case a certified copy of the Power of Attorney shall
accompany the tender application / document. A certified copy of the
partnership deed, current address of the firm and the full names and
addresses of all partners of the firm shall also accompany the tender
application / document.
3.5. If the tender application is submitted by a Company or a Corporation, it shall
be signed by its Director/duly authorised person supported by Board
resolution or holding the Power of Attorney for signing the application, in
which case a certified copy of the Board resolution/Power of Attorney shall
accompany the tender document. Such Company or Corporation will be
required to furnish satisfactory evidence such as Memorandum and Articles of
Association of its existence with the tender document.
4. Joint Venture:
4.1. If the tender application is submitted by a Joint Venture of two or more firms:
a. It shall be signed by each member party to the joint venture so as to be legally
binding on all parties.
b. One of the partners shall be nominated as the lead partner and his
authorisation shall be evidenced by submitting a power of attorney signed by
legally authorized signatories of all the partners.
c. The experience of container handling as mentioned in clause 1 in case of joint
venture shall be determined by adding together the experience of all partners
of a joint venture. However, as a qualifying criterion, the lead partner must
have at least 60% of minimum experience mentioned in the above clause.
d. The turnover in case of joint venture shall be determined by adding together
the turnover of all the partners of the joint venture. However, as qualifying
criteria, the lead partner must have at least 60% of the minimum turnover.
e. The equipment can be provided by any or all partners of the joint venture.
f. It shall be accompanied by a legal document signed by all the parties to the
Joint Venture/Consortium confirming therein a clear and definite manner of
the prepared administrative arrangements for the management and execution
of contract, the delineation of duties, responsibilities and scope of work to be
undertaken by each such party and the authorised representative of the Joint
Venture.
g. The tender application shall include a copy of the joint venture agreement
which shall inter-alia state that all partners shall be liable jointly and
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 5
severally for the execution of the contract and the lead partner shall be
authorised to incur liabilities and receive instructions for and on behalf of any
or all partners, and the entire execution of the contract including payments
shall be done exclusively with the lead partner.
h. The agreement for the Joint Venture between the partners shall be
notarized/registered as per Laws of the Union of India.
i. If any person, debarred by KRIL, is a partner in joint venture bidding for
the tender, then that JV will be considered as disqualified.
5. Period of contract:
The period of Contract shall be for 2 (Two) year from the date of commencement of
work and shall be extendable further on same terms and conditions for another
1(One) year. The extension would be granted only after the consent of both the
Parties, at the time of expiry of 2 (Two) year. The date of start of physical work by the
contractor shall be treated as the date of commencement of contract.
6. Subletting:
The contractor shall not sublet, transfer, or assign the contract or any part thereof,
without the previous written approval of KRIL. In case the contractor contravenes
this condition, KRIL shall be entitled to place the contract elsewhere at the cost and
risk of the contractor and all expenses borne on this account shall be recovered from
him.
7. Validity of Offer:
7.1. The bidder is permitted to tender on the clear understanding that, after
submission of the tender he will not rescind from his offer or modify the Terms
and Conditions, Price Bid.
7.2. Validity of price Bid: 90 days from the opening of price bid.
8. Acceptance of the Tender:
8.1. The authority for acceptance/rejection of the tender documents and tendered
rates will rest with Competent Authority of KRIL, who does not bind himself to
accept the lowest or any other tender.
8.2. Acceptance of tendered rates will be communicated by FAX/E-mail/ Express
Letter or Formal letter of acceptance of tender. The acceptance of lowest bid by
the Competent Authority will be deemed to conclude the contract and non-
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 6
compliance of any terms of agreement, including signing of the agreement, will
amount to breach of contract with all attendant legal consequences.
8.3. The tender documents submitted by a bidder shall become the property of
KRIL and KRIL shall have no obligation to return the same to the bidders.
8.4. On acceptance of the tender, the name of accredited representative(s) of the
bidder who would be responsible for taking instructions from KRIL shall be
communicated to KRIL within three working days.
8.5. KRIL shall not give any intimation to the unsuccessful bidders about the fact of
the rejection of their tender both in the case of pre-qualification bids and
financial bids.
KRIL is also not bound to give the reasons for such disqualification.
9. Rights of KRIL:
KRIL also reserves the right to:
a) Award the work partially, if deemed fit by the Competent Authority, in the
financial /business interest of KRIL.
b) Overlook any bidder who is in the same line of business and competing with KRIL.
c) Bypass any bidder debarred by any Government / Semi Government body or PSU.
d) Seek clarifications from the bidders regarding any information and documents
submitted, along with Pre-Qualification bid. Failure to submit the same may
render the bid liable for rejection. However the clarifications sought should not
change the basic bid submitted by the bidder.
e) Accept or reject any or all of the pre-qualification / financial bids in part or full.
f) If the bidder/bidders deliberately gives/give wrong information or conceals some
facts in his/their tender or creates/ create circumstances for the acceptance of
his/ their tender fraudulently, KRIL reserves the right to reject such tender at any
stage along with forfeiture of earnest money deposit. Bidder is liable to face the
penalty of banning of business dealing with him by KRIL.
10. Execution of Contract document / Work Order:
The successful bidder whose tender is accepted shall be required to appear at the
KRIL office, if the bidder is a Firm, Company or a Corporation, a duly authorised
representative shall so appear to sign the agreement and execute the contract /
Work order documents within (7) Seven days of the date of issue of communication
(LOI) from KRIL's office and start the work within (15) Fifteen days of issue of LOI or
by the date communicated by KRIL, whichever is later. Failure to do so may
constitute a breach of contract concluded by the acceptance of the tender, leading to
forfeiture of Earnest Money Deposit, besides any other action, including risk and
cost working, that KRIL might take as per the Terms and Conditions including
General Conditions stipulated in this document.
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 7
11. Performance Bank Guarantee:
(i) The contractor shall submit performance bank guarantee, valid for the entire
period of the contract, equivalent to 5% of the total contract value i.e. 5% of the
amount payable for 2 years (as per Annexure 3), in the form of BG drawn in favor
of Kribhco Infrastructure Limited payable at Noida within seven (7) days from the
date of award of the contract /LOI / Work Order. In case the contractor fails to
submit PBG, an amount equivalent to BG shall be retained from the running bill
of the contractor as an interest free refundable security deposit. In case of further
renewal of the contract a fresh BG will be submitted accordingly.
(ii) PBG, subject to any deductions that may be made there from, be returned to
the contractor within Two calendar months after termination or discharge of
the contract and on issuance of "No Dues Certificate" by the Terminal
Manager.
12. Volume of work & Change in Business Pattern:
12.1. The bidder shall handle such number of containers as are brought in the place
of operations by KRIL. The Reachstacker deployed should be equipped to
handle minimum 16 containers per hour with 20 hrs a day working capability
subject to availability of work load.
12.2. The volume of work / traffic is likely to fluctuate (increase or decrease) and the
bidder shall not make any claim for compensation arising directly or indirectly
out of such fluctuations in the volume of traffic to be handled during the
currency of the contract on KRIL.
13. BID DOCUMENTS
13.1. The Bidder is expected to examine all instructions, forms, terms and
conditions in the ITB. The ITB together with all its attachments thereto, shall
be considered to be read, understood and accepted by the Bidders. Failure to
furnish all information required or submission of a Bid not responsive to the
ITB in every respect will be at the Bidder‟s risk and may result in the rejection
of the Bid.
13.2. Bids shall be prepared by the Bidders against this ITB (“Bid”) by typing or
printing with indelible black ink in the proposal sheets. Bidder shall submit
the prescribed as per Performa attached in the annexures of this ITB subject
to the provisions hereof.
13.3. The Bidder shall submit the following documents in separate sealed envelopes
by the time and date specified in the ITB marked as detailed:
13.3.1. Earnest Money Deposit (EMD)
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 8
13.3.2. Un-priced Commercial Bid cum eligibility bid
13.3.3. Price Bid
13.4. All the envelopes shall be marked as below and should have written “DO NOT
OPEN” on it. The outside of the envelope should also indicate clearly the name
of the Bidder and his address:
ENVELOPE – 1 Earnest Money Deposit (EMD)
ENQUIRY NO. HO/Tech/2016- 3
ENVELOPE – 2 Un-priced Commercial cum Pre-qualification Bid
Balance sheet of last two financial years.
Certificate stating that Bidder has not been
blacklisted by any company in India.
Unconditional Acceptance of all other Terms and
Conditions of the ITB.
Experience Certificate for similar works.
ENQUIRY NO. HO/Tech/2016- 3
ENVELOPE – 3 Price Bid (As per SOR )
ENQUIRY NO. HO/Tech/2016- 3
13.5. If the envelope is not sealed and or not marked as required, KRIL will not be
responsible for the Bid‟s misplacement or premature opening.
13.6. Bid submitted by telex or telegram or email will not be accepted. KRIL
reserves the right to reject any Bid that is not submitted according to
instructions stipulated in the ITB.
13.7. The Bidder should ensure timely submission of Bid so as to reach KRIL by the
last date and time for submission of the Bids indicated in the ITB. Any bid
received after the deadline specified in the ITB or by extended time pursuant
to it shall liable to be rejected.
13.8. KRIL may extend the last date for the submission of Bids by amending the ITB
documents. In such case all rights and obligations of KRIL and the Bidders
under this ITB shall be subject to the extended deadline.
13.9. EARNEST MONEY DEPOSIT (EMD)
13.9.1. The Bidder shall deposit the Earnest Money Deposit (EMD) of Rs.
200000/- (Rupees Two Lakh in any of the form given below
13.9.2. Account Payee Demand Draft (DD) / Pay Order (PO) / Banker‟s
Cheque (BC) drawn in favour of Kribhco Infrastructure Ltd (KRIL)
payable at New Delhi.
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 9
13.9.3. KRIL shall not be liable to pay any interest on the EMD and the
same shall be interest free. In case the Bidder revokes / revises the
bid or varies any term, during the validity of bid, without written
consent of KRIL, KRIL shall forfeit the EMD.
13.9.4. The EMD of the successful Bidder will be retained till furnishing of
Performance Bank Guarantee by the successful Bidder. The EMD of
unsuccessful Bidders will be refunded by Electronic Fund transfer
(EFT) System / returned by hand, without any interest only when it
is determined that they will not be awarded the work.
13.9.5. The EMD may be forfeited,
13.9.5.1. If a Bidder withdraws or modifies his bid during the period of
bid validity specified by the Bidder in the Bid; or
13.9.5.2. In case of a successful Bidder, if the Bidder fails to accept the
LOI/work order or deploy the equipment at site within the
timeline/deployment plan as mentioned in SOR in this ITB.
13.10. Price Bid:
13.10.1. The bidders have to quote as per SOR.
14. Payment terms:
14.1. Payment will be made within 15 days of submission of bills duly supported by
work certificate issued / verified by the Terminal Manager or any other officer
authorized by KRIL. Any bill which is not accompanied by the work certificate/
verified by the terminal manager shall not be considered for payment.
14.2. KRIL shall deduct Income Tax at source at the applicable rates provided in the
Income Tax Act
14.3. KRIL may at its sole discretion make an „on account‟ payment to the extent of
50% of the value of work done in case of delay in clearance of undisputed Bills.
14.4. The contractor shall make a claim for the services rendered under this contract
to KRIL within (2) TWO months of such service. If he does not prefer claim
within the said period, he shall be deemed to have waived his right in respect
thereof and shall not be entitled to any payment on account thereof.
14.5. No claim in respect of under payment to the contractor shall be considered
valid or entertained unless a claim in writing is made thereof within (2) two
months from the date on which payment of the original claim thereto was
made. Any claim for such under payment, not received within the stipulated
two months period, shall be liable to be summarily rejected by KRIL.
14.6. Bills to be submitted to Terminal Manager/ or any other KRIL representative –
KIIP for verification and further process.
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 10
15. Termination of Contract:
15.1. In the event of repeated instances of unsatisfactory service or any failure at
any time on the part of the contractor to comply with the terms and provisions
of this contract to the satisfaction of KRIL (who shall be the sole judge and
whose decision shall be final), it shall also be open to KRIL to terminate this
contract by giving not less than (7) seven days notice in writing to that effect
and if the contractor, does not make good his default within the notice period,
KRIL shall be entitled to terminate the contract as a whole or in part and also
make suitable deductions from the running bill towards short service /
unsatisfactory service rendered by the contractor.
15.2. In the event of such termination of the contract, KRIL shall also be entitled to:
(i) forfeit the Performance guarantee as it may consider fit;
(ii) get the balance/remaining work done by making alternative arrangements
as deemed necessary and until such time KRIL is able to appoint a new regular
Contractor; and recover from the contractor (appointed under this tender) any
extra expenditure incurred by KRIL in getting the work done and damages
which KRIL may sustain as a consequence of such action.
15.3. If the extra expenditure incurred by KRIL on account of unsatisfactory
performance of the contractor as mentioned in paragraphs above is more than
the Performance Bank Guarantee proposed to be forfeited, the expenditure
over and in excess of the Performance Bank Guarantee may be recovered by
deducting the said amount from pending bills of the contractor under this
tender or from money due to the contractor by KRIL under this or any other
contract or otherwise. The contractor shall have no claim whatsoever against
KRIL, in consequence on such recoveries or termination of the contract, as
stated above.
15.4. The certificate of KRIL Official, Terminal Manager of the ICD-REWARI / KIIP,
as to the sum payable to the new agency, if the work in question had been
carried out by him under the terms of contract, shall be final and binding on
the contractor.
15.5. If at any time the contractor becomes insolvent or files an application for
insolvency or any creditor of his moves the court for adjudicating him as an
insolvent or, if he is convicted by any court of law, KRIL will have the absolute
option of terminating the contract forthwith and he shall have no right for
damages or compensations on this account.
15.6. KRIL will have the liberty to terminate the contract by giving an advance notice
of (30) thirty days without assigning any reason. .
16. Indemnity:
Contractor shall indemnify and keep indemnified the company against all losses
and claims, injury and damages to any person or any property whatsoever which
may arise out of or in consequence of the work and against all notices., demands,
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 11
proceedings, damages, cost / charges and expenses, whatsoever that may arise
out of / against the company on account of fault of contractor or its agency or
manpower etc. The contractor would be liable to reimburse to the company the
cost of any damages to property caused.
17. Arbitration:
Any disputes arising out of this contract shall be referred for adjudication at
Delhi to a sole arbitrator to be appointed by the CEO/MD of KRIL under the
provision of Arbitration and Conciliation Act 1996 including any statutory
modification or any re-enactment thereof shall apply to arbitration proceeding.
Fees shall be shared equally between the parties
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 12
SECTION - 2
SCOPE OF WORK
1.1 The scope of work indicated in the paras below is only indicative, however the
actual requirements are subject to variations/adjustments depending on the
demand and volume of traffic.
1.2 The scope of work described in this Section shall not be a basis for any dispute
with regard to rates or for alteration of terms and conditions including other
terms & Conditions. Doubts, if any, about the interpretation of any of the
clauses in this Annexure / Tender shall be referred to the Tender Submission
Authority of KRIL, whose decision in the matter shall be final and acceptable to
the bidder /contractor.
2. BRIEF DESCRIPTION OF THE WORK
2.1 Details of Requirement:
1. Lifting Capacity: The equipment should be capable of lifting empty / loaded
container of 45 MT upto 4 high with clearance of 2 ft from its resting at 3 high
level for 20‟ / 22‟ and 40„/ 45‟ ISO/DSO containers.
(Tenderer reserves to check the load test during the commissioning of the Reach
Stacker during deployment)
2. Stacking: 4 High
3. Schedule of deployment: Two Nos of Reach stackers as per issue of LOI.
4. Condition and Make of Equipments: Good working condition and equipment
should not be older than 2011 preferably make of Cargotec / Kalmar.
5. Operation / Supervision/Manpower / Running Cost/ Fuel/ Lubricants/
Repair & Maintenance etc: To be borne by the contractor.
6. Operating Hours: 24X7 on 30/31 day basis excluding cool-off and allowed
maintenance time.
7. Maintenance: To be borne by the Equipment owner. Sufficient and critical
inventory of spares to be maintained at site office and a workshop to maintained
by the Contractor.
8. Fitness Certificate: Fitness to be certified by the competent authority clearly
specifying the residual life for safe operations and shall be periodically renewed
9. Safety: Ensure that the containers are handled and stacked carefully and no
damage is caused in shifting / Handling / Stacking for containers / property/
material of the KRIL. Ensure proper and all safety norms and compliances as per
statutory authority.
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 13
10. Handling Capacity: The Reachstacker deployed should be equipped to handle
minimum 16 containers per hour with 20 hrs a day working capability subject to
availability of work load.
11. Manpower: Helpers including operators to be available in a three shift 24X7
basis working for assisting the operator for handling / shifting of containers
including placing of locks and other activities. The contractor should make
suitable provision of Manpower for Leave Reliever & Rest Reliever.
2.2 EMPTY/LOADED CONTAINER HANDLING:
1. Loading / Unloading of ISO/DSO empty / loaded containers, of all sizes,
received from train/trailer placed inside REWARI / KIIP terminal for the
purpose, within stipulated time as stated in the General Conditions of the
contract.
2. Shifting of Empty/ Loaded containers between Rail Siding/Stacks to different
stuffing points inside REWARI / KIIP terminal for the purpose of stuffing and
after stuffing, to bring back the loaded containers to the nominated stack or to
place the same for direct loading on wagons/rakes/trailers.
3. Stacking of containers in the nominated stack or loading of these containers
directly on trailers/trains for further movement by road/rail.
4. Stacking of containers received by road in the nominated stack or loading
directly on rail wagons/trailer for further movement as specified by the
Terminal Manager, REWARI / KIIP.
5. Loading of containers stacked at REWARI / KIIP terminal on rail wagons/trailer
placed for further movement by rail/trailer.
6. Repositioning / shifting of containers through trailers or directly by
Reachstacker from Platform 1 to Platform 2 or vice versa.
7. Any other job as assigned by Terminal Manager of ICD-REWARI / KIIP from
time to time related to handling of container.
8. Maintain Data Capture sheets and machine logs with the details of container
handling from one location to another location, handling the container from/to
rail/trailer separately and to be verified by Company representative / Teminal
Manager.
3. ESTIMATED VOLUME OF WORK (Per Month):
The figures given for container handling are an estimate based upon the
performance of REWARI / KIIP terminal and the projections made for future.
These figures should not be any base for claims by bidder regarding
incorrectness of projections and consequent loss suffered by the bidder. It is
advised that the bidders should study the conditions and make their own
projections while submitting the rates.
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 14
CONTAINER HANDLING EQUIPMENT (On Monthly hiring basis):
S.No Equipment No Description Year of
Manufacturing
Owned
/
Leased
1 Reachstacker 02 Capable of lifting/ empty handling loaded DSO/ISO containers and lift on/ lift-off from 2nd
row-two deep. Capable of stacking both 20’/22’ and 40’/45’ loaded containers upto ground + three high.
2011 & above Owned
Note:
1. The Reach Stacker must be owned.
2. The ownership should be in the name of the owner / firm (in case of proprietary
firms), in the name of the partner / firm (in case of partnership firms) or in the
name of any one or more Directors / Company (in case of a Company).
3. The contractor will have to replace the equipment, if rules /laws are changed by
Government, in respect of vintage or axle payload of the equipment or any other
parameter laid down by Government.
4. Based on the previous performance and projections for the next years, there is a
requirement for handling of minimum 10,000 container moves per machine per
month with Gross Weight capacity of : 20 ft – 32 Tonne , 40 ft - 40 Tonne for
loaded containers.
4. DEPLOYMENT OF EQUIPMENT AND MANPOWER BY THE SUCCESSFUL BIDDER:
4.1 The successful bidder will be obliged to position the equipment at the terminal at
least two days prior to the scheduled start of work and deploy skilled / licensed
/ trained manpower as per extant law of State / Central government.
4.2 The successful bidder to be appointed as contractor shall, before the
commencement of the operations, get all the equipments inspected by the KRIL
official during induction of the equipment. All the deployed equipments must
conform to the age, make/model, year of manufacture, handling capacity,
carrying capacity, GVW, mechanical condition, ownership criteria, etc. wherever
applicable. The contractor will be required to produce original supporting
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 15
documents like Registration papers, invoices, valid Insurance, Fitness
certificates, etc at the time of inspection at the terminal. Contractor should also
take insurance cover from third party for third party damage, loss or injury to
any person / material during the operations and currency of this contract.
4.3 In case of failure to deploy equipments by the contractor on or before stipulated
date, damages @Rs. 10,000/- per Reach Stacker per day or part thereof, for non
deployment will be levied/charged thereof till the equipment is provided by the
contractor.
4.4 In case of short/non deployment of required number of equipment at any time
during the pendency of the contract, or if they are found not in conformity with
the required age and any other condition, similar damages (as mentioned at
s.no.4.3 above) may be levied for equipment.
4.5 The decision of KRIL, will be final and binding in the matter of deciding the type
and capacity of equipments required.
5. CONTRACTOR’s OBLIGATIONS with regard to:
5.1 MAINTENANCE & UPTIME / DOWNTIME OF EQUIPMENT
(i) Up time:
For individual equipment availability (up time) of 100% excluding maintenance
downtime and fuelling time on a monthly basis must be maintained. The
machine/equipment will be treated as downtime if there is a continuous break-
down of more than one hour. However, at no point of time should the equipment
be down for more than eight hours at a stretch. In that case the contractor shall
endeavour to make alternate arrangements at his own cost. In case the
equipment is beyond repairs, besides making immediate alternate arrangements,
the contractor shall also arrange for replacement of the equipment as per the
make/ model specified in the tender conditions, as under:
In case equipment is down and needs to be taken out of the terminal for repairs,
this can be permitted at the sole discretion of KRIL. However, at the time of
taking such prior approval, the contractor will have to declare the reasonable
time required for repairs outside. In case the equipment is brought back within
that declared period, only liquidated damages will be levied for the actual period
the equipment was under breakdown. However, in case the equipment is not
brought back within the declared period, the actual period of absence from the
terminal will be treated as a case of non deployment and damages, as specified
in the tender document will be levied.
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 16
Failure to comply with these stipulations will be considered as a serious case of
unsatisfactory performance and may be dealt with as per the provisions of Non-
Performance, at the discretion of KRIL.
(ii) Down time:
(A) Exigency / Cooling Time
(i) Three hours of cooling in every 24 hours shall be allowed in a three shift
24X7 basis working.
(ii) A total of thirty hours per month shall be allowed towards exigency break-
down, fuelling and staff change, etc. However, the exigency breakdown
should not be more than 8 hours in a day.
(B) Performance Break down
(i) Contractor to perform loading and unloading operations in minimum allowed
free time. The allowed free time is 4 Hrs for single operations and 9 hours for
double operation for full rake from placement to release of the rake. Beyond the
above free time the liquidated damages shall be imposed on the contractor @ Rs
150 per wagon per hour basis for failure to release the rake or on account of
detention and same shall be deducted from the monthly payment. The same
shall be not be applicable in case of non availability of containers.
(ii)Periods permitted for cooling and preventive maintenance is not transferable
across the machines and also cannot be carried forward across the weeks or
months.
(iii) The actual schedule of maintenance shall be finalised by contractor in
consultation with the Terminal Manager whose decision will be final.
(iv) Any direct/ indirect penalty or charges raised by Indian Railways due to slow
/ non working of Reachstacker would be recoverable from the contractor.
Note:
(1) In case, if an equipment is required to be used without these above
mentioned breaks in an operational exigency, the same shall not be refused
by the contractor.
(2) Periods permitted for cooling/preventive maintenance shall not be
transferable across the machines.
(3) The actual schedule of cooling/preventive maintenance for the equipment
shall be decided in consultation with the Terminal Manager, whose decision
will be final.
5.2 All arrangements for operations and maintenance inclusive of fuel and
lubricants, operators, other requisite personnel, maintenance and repairs etc.
shall be made by Contractor at his own cost.
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 17
5.3 Other:
(i) Rent charges for rest room provided to operators/staff/helpers to be paid by
contractor if allotted by KRIL depending on the availability and management
decision.
(ii) Repairing of Reachstacker to be done only at the nominated repairing area
with approval of TM/KIIP
(iii) All staff / Operator / Helper should wear uniform along with safety shoes,
jackets, helmets etc along with Identity cards during duty hours / in the
terminal premises.
(iv) Training session on half yearly basis to be conducted for staff including
operators and helpers in presence of KRIL operation staff. In addition a safety
awareness week to be organized in starting of new season.
6. SCHEDULE FOR COMPLETING ASSIGNED WORK:
6.1 Rail side handling
(i) The working hours for the purpose of loading/unloading onto/from railway
Flats/wagons shall be round the clock all 365 days.
(ii) The contractor shall work at the terminal on the basis of instructions issued
by KRIL representative and as per the instruction of the Terminal Manager.
7. LIQUIDATED DAMAGES
7.1 Reach Stacker: for actual down time up to 48 hours per month, beyond the
allowed downtime/Exigency/Cooling as mentioned above in para 5, liquidated
damages shall be recovered @ 1.2 times the hourly hiring rate payable to the
contractor. In case the actual total break-down is more than 48 hours in a
month, beyond the allowed down time, liquidated damages @ 1.44 times the
hourly hiring rate payable, shall be recovered for the entire period the reach
stacker was down, i.e. the benefit of lower rate for initial 48 hours will not be
given.
However no hiring charges for the duration that the equipment is non-
functional shall be deducted except for the liquidated damages as stated above.
Note: For the purpose of liquidated damages, the hourly hiring rate shall be
calculated by dividing the monthly hire charges by 720.
7.2 In case of continuous breakdown of the Reachstacker beyond 48 hours,
owner / KRIL shall have right to deploy equivalent machine on cost and risk of
contractor.
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 18
8. CONDITION FOR OPERATION OF REACH STACKER FOR HANDLING EMPTY/ LOADED CONTAINERS
8.1 The contractor is obliged to keep the Reach Stacker for handling empty and /loaded
containers in proper working condition and to be operated by skilled, licensed and
trained man power, wherever required as per existing law.
8.2 The preventive maintenance of the equipment should be carried out as per maintenance
schedule of equipment and in case of break down; the same should be attended in time
and in case of prolonged break down, some alternative arrangements should be made to
prevent hardship to customers and revenue loss to KRIL. In case of prolonged break
down for more than 48 hours, and contractor’s failure to make alternate arrangements,
KRIL can get the work done at the risk and cost of the contractor. However, in case of
repeated failure in performance, KRIL may make alternate arrangements till the remedial
measure is taken by the contractor at his risk and cost.
9. CONTRACTOR’s RESPONSIBILITIES & DUTIES
9.1 The bidders are advised to acquaint themselves with the exact location, road
approaches, conditions, the facilities at the REWARI / KIIP terminal, (where they would
work), the Customs procedures, and with the industrial areas in and around ICD-REWARI
/ KIIP. They are also advised to familiarize themselves with the procedures and method
of working of the ICDs/DCTs/CFSs’ and ports. The bidder can visit the said REWARI / KIIP
terminal on any working day prior to submitting the tender and acquaint himself of these
aspects.
9.2 The contractor shall not independently operate in the business of container handling at
the said REWARI / KIIP terminal. Damages to the extent of Rs.10,000/- per case may be
imposed on the contractor, if any such case comes to the notice of KRIL management and
if KRIL management is reasonably convinced about the same, the decision of KRIL in all
such cases shall be final and binding on the contractor. This restriction shall be applicable
not only for the entities undertaking this contract but also for all such entities in which
the contractor has his stake so far as his business interests are concerned.
9.3 The contractor is expected to monitor various operational activities on a daily basis in the
format as may be prescribed by KRIL management of the REWARI / KIIP terminal from
time to time.
9.4 All the workers and/or person employed by the contractor shall be engaged by him as his
own employees/workmen in all respect implied or expressed. The contractor shall be
responsible against any liabilities of accident, partial or full disability, death etc. of his
worker or third party. The Contractor shall keep KRIL indemnified against liabilities arising
out of the contract on this account.
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 19
9.5 The contractor shall be solely responsible for compliance of all applicable laws and the
statutory provisions enshrined therein; and the contractor shall specifically ensure
compliance of all such various Laws, Acts, etc, including but not limited to the following :-
(i) Contract Labour (Regulation & Abolition) Act 1970 and Rules made there under.
(ii) The Employees (Provident Fund & Miscellaneous Provisions) Act 1952.
(iii) The Employees State Insurance Act 1948 wherever applicable (in case ESI Act is not
applicable the Workmen Compensation Act 1923 and Maternity Benefit Act 1961
will be applicable.)
(iv) The Minimum Wages Act 1948.
(v) The Payment of Bonus Act 1965.
(vi) The Payment of Gratuity Act 1972.
(vii)The Payment of Wages Act 1936.
(viii) The Motor Vehicle Act.
9.6 The contractor shall maintain all the Registers and records, file the returns, display
notices as required under the provisions and rules of various applicable labour and
transport laws.
9.7 Apart from the indemnity provided to the principal employer under the various labour
laws, the contractor shall fully indemnify KRIL against all the payments, claims and
liabilities whatsoever incidentally arising out of or for the compliance with or
endorsement of the provisions of any labour or other laws to the extent of their
applicability to the establishment/work in KRIL.
9.8 The contractor shall give his employees/workmen unique identification either through
providing uniform or any other means and ensure that all his employees/workmen are
holding photo identity card in a conspicuous manner issued to him by the contractor. It
shall be the responsibility of the contractor to get all employees/workmen deployed at
KRIL premises duly screened and verified, preferably through police verification. KRIL
shall have the right to object and require the contractor to remove forthwith from the
premises any personnel employed by him, if in the opinion of KRIL such person’s conduct
is not commensurate with the requirements, discipline, decorum and decency of KRIL
and/or the person is not desirable with proper performance of the work.
9.9 The contractor shall pay not less than minimum wages rate as notified by the appropriate
Government to the employees/workers engaged by him. The disbursement of the wages
shall be in the manner as prescribed under law.
9.10 The contractor shall provide adequate number of trained supervisors, equipment/
equipment operators/drivers and other workers at all the desired operational points at
REWARI / KIIP terminal, to ensure proper and timely movement of containers, including
performance of incidental and general services, expeditiously and to the satisfaction of
KRIL officials. Terminal Manager of the REWARI / KIIP terminal shall have the final say in
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 20
the matter. The contractor shall deploy adequate number of staff at his cost for proper
maintenance of equipments at ICD-REWARI / KIIP. Further, the contractor shall ensure
that at least one helper is available with the Reach Stacker to carry out other instructions
of KRIL’s representatives related to the operations at the terminal.
9.11 The contractor shall provide, at his own cost, all workers and other employees with
necessary tools, safety helmets, shoes, jackets, etc. for effective and efficient discharge
of the work contemplated in the contract. Necessary inventory for consumables and
certain critical components of handling equipment should also be provided by him at the
ICD-REWARI / KIIP so that the work is not hampered at the terminal.
9.12 The contractor will be required to keep its premises and/or workshop in the ICD-
REWARI / KIIP premises neat and clean in all respects. The contractor should also be
equipped with suitable fire fighting arrangement in the area nominated for the
positioning of his trailers/equipment in the terminal premises.
9.13 In every case in which, by virtue of the provisions of the aforesaid Acts or the Rules, KRIL
is obliged to pay any amount of wages to a workman employed by the contractor in
execution of the work or to incur any expenditure in providing welfare and health
amenities required to be provided under the aforesaid Act and the Rules or to incur any
expenditure on account of the contingent liability of KRIL due to the contractor’s failure
to fulfill his statutory obligations under the aforesaid Acts and the Rules, KRIL shall be at
liberty to withhold from the bills of the contractor the amount of wage as paid or the
amount of expenditure so incurred, and without prejudice to the rights of KRIL under
relevant sections of the concerned Acts. KRIL shall be at liberty to recover such amount
or part thereof by deducting it by invocation of bank guarantee from any sum due by
KRIL to the contractor whether under the particular contract or otherwise, KRIL shall not
be bound to contest any claim made against it under any sections of any of the Acts,
except on the written request of the contractor and upon his giving to KRIL security for
all costs for which KRIL might become liable in contesting such claim. The decision of KRIL
regarding the amount actually recoverable from the contractor as stated above shall be
final and binding on him.
9.14 If KRIL, at any time, considers the mode adopted by the contractor of paying his
workmen objectionable, it shall have the power of requiring a change of system within
one week from the date of notice in writing to the effect, and in case of non-compliance
with such notice, all payment to the contractor may be withheld during such
noncompliance.
9.15 Contractor shall cover all his manpower deployed at site with adequate provision of
workmen compensation policy if required.
10. EMPLOYEES PROVIDENT FUND & ESI
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 21
10.1 It will be the responsibility of the respective contractors to obtain separate code
(identification number) for deposit of PF and ESI dues, with the concerned authorities
directly, prior to commencement of work.
10.2 The onus of deposit of PF/ESI dues shall be on the contractor. Payment against
contractor’s bills will be released only when copies of relevant challans, PF Registration /
Code Number along with photocopies of attendance and payment registers are provided
for the previous month (i.e. one month prior to the period for which the bill pertains).
10.3 It shall be mandatory for the contractor to obtain ESI and PF registration, and to obtain
(or at least apply for) labour license if required as per statutory requirement before the
commencement of the work.
10.4 The contractor shall comply with the provisions of Para 30 & 36-B of the Employees
Provident Fund Scheme, 1952; Para 3 & 4 of Employees’ Pension Scheme, 1995; and Para
7 & 8 of Employees Deposit Linked Insurance Scheme, 1976; as modified from time to
time through enactment of “Employees Provident Fund and Miscellaneous Provisions
Act, 1952, wherever applicable and shall also indemnify KRIL from and against any claims
under the aforesaid Act and the Rules.
11. LICENCE/PERMISSION/REGISTRATION
Wherever any License/Permission from or Registration with Local or State or Central
Authorities is required under the above Acts/Law or any other Laws Governing the work
contracted for, the contractor shall at his own cost arrange for such
License/Permission/Registration. Contractor shall also be liable for producing for
inspection such certificates and licenses as may be required by the Local/State/Central
Authorities or KRIL as and when required. The contractor shall pay all levies, fees, taxes and
charges etc. to appropriate authorities and other bodies as required by them under their
rules for, equipments / trailers, employees or workers engaged by him. These charges shall
be borne by the contractor. However, if any new tax is levied, subsequent to the signing of
the contract, reimbursement of the same may be considered by the Competent Authority
on the basis of written proof regarding imposition of new tax. The equipment/trailer shall
not carry load in excess of the GVW as mentioned in the RC Book of the equipment/trailer
concerned. No claim or compensation for reimbursements, made against KRIL by
Contractor shall be entertained by KRIL for any breach of the provisions/Acts or laws by the
contractor.
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 22
12. INSURANCE:
It is advisable for contractor to take a suitable insurance policy for terminal handling of
cargo/containers, and also for allied activities/risks, if any. This is in the interest of the
contractor to cover deployed manpower from risks involved in Handling and
Transportation of cargo/containers. Since this is a policy which protects the contractor, it is
advisable that he takes such a policy for a value as he deems fit. It may be noted that this is
not a mandatory requirement of KRIL for fulfillment of this contract. KRIL, however, will be
recovering the value of any damage that has arisen while the cargo/containers were in the
custody of the contractor from contractor’s bills/Security Deposit/BG etc., irrespective of
whether insurance policy has been taken by contractor or not.
13. JOINT SURVEY:
Situations may arise during the course of handling / transportation of containers and cargo
when a container (laden or empty) or cargo meets with an accident. The contractor may
avail the services of a Surveyor on his own, at his own cost, if he so desires, to carry out a
Joint Survey along with the Surveyor of KRIL / Consignor / Consignee /Insurance Company,
etc. for assessment of loss/damage to cargo and / or container. In case the contractor does
not provide his own surveyor for the joint survey, the contractor shall not raise,
subsequently, any dispute regarding the assessed value of loss/damage to cargo and/or
container. Moreover, the contractor shall be under obligation to issue “Damage
Certificate” to the Consignor/Consignee, within a reasonable time, enabling the
Consignor/Consignee to claim compensation from the Insurance Company, in the format
as desired by KRIL. Settlement of claims of Consignor/Consignee with Insurance Company
should not lead to the conclusion on the part of the contractor that his liability is over. The
contractor shall be required to settle all claims/liabilities, whatsoever, against KRIL, which
come to KRIL under all such situations. The contractor may undertake to repair the
damaged container, which has met with an accident under his custody while the same was
being handled by him, at his own initiative. This he shall do to the complete satisfaction of
the concerned shipping line / KRIL / other party to which the container belongs to at the
time of accident.
14. SAFETY
14.1 It shall be the duty of the contractor to acquaint himself with all safety regulations
regarding handling equipment and Transportation of all types of containers. The
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 23
contractor shall follow the safety requirements mentioned here and as applicable by
laws, rules and regulations all the time during the period of contract.
14.2 The contractor shall indemnify KRIL against any violation of safety laws, rules and
regulations while carrying-out operations as required by the contract.
14.3 No unauthorized person should be allowed to work on the Trailers/equipment etc. The
drivers and crane operators should have valid heavy duty commercial license and should
be proficient in their work. No person without a valid driving license should be allowed to
drive the equipment.
15. LIABILITY
15.1 The contractor shall be liable to compensate KRIL for all damages, losses and claims in
respect of damages / injuries to containers or cargo or to Customs or to any other person
or damages to property belonging to KRIL and / or to rolling stock or other property
belonging to the Railways (while operating in the premises of KRIL), whether in his
possession or not, through negligence, misconduct, default or any other act of
commission or omission or that of his agents, servants or employees. Such compensation
shall be determined by KRIL and shall be recovered from pending bills or Security Deposit
or Bank Guarantee / FDR under this or any other contract of the contractor with KRIL for
any other place / location.
15.2 KRIL will not be liable to pay any compensation to the staff / labour of the contractor for
the injuries / death while performing duty. In case KRIL is to incur any liability, the same
will be recovered from the contractor.
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 24
SCHEDULE OF RATES
RATE SCHEDULE FOR CONTRACT FOR HIRING OF REACH STACKER FOR
HANDLING OF CONTAINERS AT CONTAINER RAIL TERMINAL / PFT / ICD AT
KRIBHCO INFRASTRUCTURE LIMITED (KRIL) SIDING, REWARI (KIIP).
A. It may be noted that evaluation of the Financial Bid shall be made on the basis of
these quantities. All taxes and statutory levies would be extra.
B. The fixed rates per month for HIRING OF REACH STACKER FOR HANDLING OF
CONTAINERS including cost of diesel and all other operational expenses for
handling of any number of trains, road operations, yard operations complete in all
respect on 24x7 working, are quoted as under:
S.No Equipment Equipment Details
(Make, Model,
Registration No. &
Year of
Manufacturing
Rate per
equipment per
Month (Rs. in
Figures) Exclusive
of Taxes
Rate per equipment
per Month (Rs. in
Words ) Exclusive
of Taxes
1 Reach Stacker for handling of containers
2 Reach Stacker for handling of containers
Total
Note:
1. Taxes / Duties / levies if any as applicable shall be extra to be mentioned and
indicated in % against the rate quoted and details to be mentioned.
2. Time required for actual deployment at site shall be indicated at the time of issue
of LOI by KRIL.
3. List of critical spares with sufficient no of items to be kept at workshop at site
shall be indicated and to be maintained by Contractor
4. Monthly charges include diesel, manpower, spare, maintenance, type etc.
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 25
5. Escalation / De- Escalation upward and downward revision in the price of diesel
during the contract shall be calculated as :
0.30 x A x ((C-B) / B)
A = Base Rate -Hiring Charges /Monthly Rate as per Tender quotes shall be
treated as Base rate for all future calculations. Out of total monthly rates 30
% weight shall be considered for fuel/lubricants out of the total monthly
rates.
B= Price of diesel as applicable at Rewari on date of Tender / Opening of Price
Bid.
C= Revised Price of Diesel at Rewari on last date of the month.
Escalation / De-escalation of rates would be revised on every twelve months
basis although there may be changes in diesel prices in between.
6. The bidder must quote rates in the Schedule of rates carefully, both in words and
figures. In case of any mistake or error, the rate must be cut and written again.
Overwriting in rates should be avoided. All cuttings, corrections, etc. should be
counter signed by the bidder in full. In case of any difference in rates quoted in
words and figures, the rate quoted in words will be taken into account. Further,
in case the bidder does not indicate a rate both in words and figures and only
indicates in any one (either words or figures), then that rate will be taken into
account and his bid will be evaluated accordingly. No clarification on the same
will be sought and KRIL reserves the right of interpretation of the same to its
advantage.
7. The monthly rental shall be billed / invoice by the contractor from the date of
actual commissioning of equipment at site.
8. Any electricity or space required at site for maintenance shall be arranged at
actual prevailing tariff at terminal.
9. Based on the previous performance and projections for the next years, there is a
requirement for handling of minimum 10,000 container moves per machine per
month with Gross Weight capacity of : 20 ft – 32 Tonne , 40 ft - 40 Tonne for
loaded containers. The figures given for container handling are an estimate based
upon the performance of REWARI / KIIP terminal and the projections made for
future. These figures should not be any base for claims by bidder regarding
incorrectness of projections and consequent loss suffered by the bidder
10. Any additional and un-incidental work including handling of empty containers,
no separate payment shall be made by KRIL.
11. KRIL intends to handle minimum 10,000 container moves per machine per
month. However, this estimated quantity is only an approximate estimate of
INVITATION TO BID FOR HIRING OF REACHSTACKERS Page 26
monthly volume expected under various heads of activities and it shall not form
the basis of any dispute whatsoever.