tender no. mee / v2 / 18 / 2016 / dy.cme (oh) e-tender ... and... · chennai port trust tender no....

45
TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER / MANUAL TENDER FOR THE SALE OF WAGON HANDLING SYSTEM (TIPPLER I & TIPPLER II) AVAILABLE AT DUMPER HOUSE, MOHP THROUGH E-TENDER CUM MANUAL TENDER Web site address: eprocure.gov.in Tender Document Cost: Rs.525 /- (Inclusive of 5% VAT)

Upload: doannhan

Post on 23-Apr-2018

219 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH)

e-TENDER / MANUAL TENDER

FOR

THE SALE OF WAGON HANDLING SYSTEM

(TIPPLER I & TIPPLER II) AVAILABLE AT

DUMPER HOUSE, MOHP

THROUGH

E-TENDER CUM MANUAL TENDER

Web site address: eprocure.gov.in

Tender Document Cost: Rs.525 /- (Inclusive of 5% VAT)

Page 2: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

CHENNAI PORT TRUST

TENDER No. MEE /V2/18/ 2016 /Dy.CME (OH)

E-TENDER / MANUAL TENDER FOR THE SALE OF

WAGON HANDLING SYSTEM (TIPPLER I &

TIPPLER II) AVAILABLE AT DUMPER HOUSE,

MOHP

EMD: Rs.5, 80,000/-

Tender Document can be submitted online cum manual tender under

single cover system either on the e-tender website eprocure.gov.in or through

manual tender on or before the due date and time. The time of opening of

tender will be on 03.08.2016 at 15.00 Hrs.

CHIEF MECHANICAL ENGINEER

CHENNAI PORT TRUST

Page 3: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

CHAPTER - I

NOTICE INVITING ONLINE TENDER / MANUAL TENDER

CHENNAI PORT TRUST

MECHANICAL & ELECTRICAL ENGINEERING DEPARTMENT

Dy.CME (OH) DIVISION

Tender No: MEE / V2 / 18 / 2016 / Dy.CME (OH)

Details about Tender:

Department Name Mechanical & Electrical Engineering Department

Circle/ Division

CHIEF MECHANICAL ENGINEER,

Dy.Chief Mechanical Engineer (OH) Division,

Royapuram, Chennai – 600 013.

Tender Notice No. MEE /V2/18/ 2016 / Dy.CME (OH)

Name of Work

E-TENDER / MANUAL TENDER FOR THE SALE OF WAGON HANDLING SYSTEM (TIPPLER I & TIPPLER II) AVAILABLE AT DUMPER HOUSE, MOHP

Estimated Contract

Value (INR) Rs.2,89,30,945/-

Period of Completion 90 Working days

Bidding Type Open

Bid Call (Nos.) Single

Tender Currency Type Single

Tender Currency

Settings Indian Rupee (INR)

Tender Document

Cost Rs.525/-

Tender Document

Cost Payable To: The Chairman, Chennai Port Trust, Chennai

Bid Security/ EMD

(INR) :

Rs.5,80,000 (Rupees Five lakhs eighty thousand only) @ 2%

of the estimated cost Rs.2,89,30,945/- Bid Security/ EMD

(INR) In Favour Of : The Chairman, Chennai Port Trust, Chennai.

Bid Document

Downloading Start

Date

06.07.2016 onwards

Page 4: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

Bid Document

Downloading End Date 03.08.2016 up to 14:30 Hrs.

Last Date & Time for

Receipt of Bids 03.08.2016 @ 14:30 Hrs.

Bid Validity Period 120 Days Condition E.M.D. & Tender fee (Demand Draft/Banker’s cheque shall be

uploaded online (by scanning) while uploading the bid. The

bidder shall also send the Hard Copy of EMD and Tender Fee

(D.D./ Banker’s cheque) in original to Dy.CME (OH), Chennai

Port Trust, Chennai, through post or by hand so as to reach to the

Dy.CME(OH) office/office of the Chief Mechanical Engineer on

or before the bid opening date for the purpose of realization.

However, either a Soft copy (scanned copy) or Hard copy of

EMD & Tender Fee shall reach the office of the Chief

Mechanical Engineer before the opening time of the Tender.

TELEPHONE: (O) 044 – 2590 4405

Email : [email protected]

Bid Opening Date Tender will be opened on 03.08.2016 @ 15:00 Hrs.

Officer Inviting Bids: CHIEF MECHANICAL ENGINEER Bid Opening

Authority : CHIEF MECHANICAL ENGINEER

Address: Chief Mechanical Engineer, VII Floor, Centenary Building, Chennai Port Trust, Rajaji Salai, Chennai – 600 001.

Contact Details : The Dy.CME (OH), Chennai Port Trust,

Royapuram, Chennai-600 013.

Phone No: 044 – 2590 4405

Facsimile number : (044) – 25360955 Email: [email protected]

NOTE: In case bidders need any clarifications or training to participate in

online Tenders, they can contact Sr.Dy.Director, EDP, 4th Floor,

EDP Department, Chennai Port Trust.

Format and Signing of Bid

The Price Bid to be submitted through on-line shall be signed

digitally by a person or persons duly authorized to sign on behalf of the

Bidders. The Bid shall contain no alterations, additions, except those to comply

with instructions issued by the Employer. >>><<<

Page 5: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

INSTRUCTIONS FOR ONLINE BID SUBMISSION

I) Bidders to follow the following procedure to submit the bids online

through the e-procurement site: https://www.eprocure.gov.in

1. Bidder should do the registration in the tender site using the ‘Click here

to Enroll’ option available.

2. Then the Digital Signature of SIFY/TCS/nCode or any Certifying

Authority is to be registered after logging into the site.

3. Bidder can use ‘My Space’ area to update standard documents in

advance as required for various tenders and use them during bid

submission. This will facilitate the bid submission process by reducing

time.

4. Bidder may read the tenders published in the site and download the

required documents/tender schedules for the tenders he is interested.

5. Bidder then logs into the site using the secured log in by giving the user

id/password chosen during registration and password of the DSC/e-

token.

6. Only one DSC should be used for a bidder and should not be misused by

others.

7. Bidder should read the tender schedules carefully and submit the

documents as asked, otherwise, the bid will be rejected.

8. If there are any clarifications, this may be obtained using clarifications

or during the pre-bid meeting. Bidder should take into account of the

corrigendum published before submitting the bids online.

10. Bidder must in advance prepare the bid documents to be submitted as

indicated in the tender schedule and they should be in required format. If

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

11. Bidder should prepare the EMD as specified in the tender. The original

should be posted/couriered/given in person to the specified location as

per Tender Document, latest by the date of bid submission.

12. Bidder selects the tender which he is interested using search option &

then moves it to the my favorites folder.

13. From the my favorites folder, he selects the tender to view all the details

indicated.

Page 6: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

14. The Bidder reads the terms & conditions and accepts the same to

proceed further to submit the bid.

15. The Bidder has to select the payment option as offline to pay the EMD

as applicable.

16. Either soft copy (scanned copy) or Hard copy of EMD & Tender fee

shall be confirmed before opening the Tender. However during the

evaluation of bid the hard copy of EMD / Tender fee should match with

soft copy of the e- portal for further evaluation of the tender.

17. The Bidder has to enter the password of the DSC/e-token and the

required bid documents have to be uploaded one by one as indicated.

18. The rates offered details have to be entered separately in a spread sheet

file (.xls) in the space allotted and should be updated as BOQ.xls file for

each tender after the financial bid. The BOQ file, if found modified by

the bidder, his bid will be rejected.

19. The tendering system will give a successful bid updating message &

then a bid summary will be shown with the bid no. & the date & time of

submission of the bid with all other relevant details. The bidder has to

submit the relevant files required as indicated in the cover content. In

case of any irrelevant files, the bid will be rejected.

20. The bid summary has to be printed and kept as an acknowledgement as a

token of the submission of the bid.

21. The bid summary will act as a proof of bid submission for a tender

floated and will also act as an entry point to participate in the bid

opening date.

22. For any clarifications with the TIA, the bid number can be used as a

reference.

23. Bidder should log into the site well in advance for bid submission so that

he submits the bid in time (i.e.) on or before the bid submission time. If

there is any delay, due to other issues, bidder only is responsible.

24. Each documents to be uploaded online for the tenders should be less

than 2 MB. If any document is more than 2 MB, it can be reduced by

scanning at low resolution and the same can be uploaded. However, if

the file size is less than 1 MB the transaction uploading time will be

very fast.

25. The time settings fixed in the server side & displayed at the top of the

tender site, will be valid for all actions of requesting, bid submission, bid

Page 7: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

opening etc., in the e-procurement system. The bidder should follow this

time during bid submission.

26. All the data being entered by the bidders would be encrypted using PKI

encryption techniques to ensure the secrecy of the data. The data entered

will not viewable by unauthorized persons during bid submission & not

be viewable by any one until the time of bid opening.

27. The confidentiality of the bids is maintained since the secured Socket

Layer 128 bit encryption technology is used Data storage encryption of

sensitive fields is done.

28. Any documents that is uploaded to the server is subjected to symmetric

encryption using a generated symmetric key. Further this key is

subjected to asymmetric encryption using buyers public keys. Overall,

the submitted tender documents become readable only after the tender

opening by the authorized individual.

29. Tenderer is required to submit their tender through online / manual tender

in the form of single cover system on or before due date of closing time

03.08.2016 @ 14.30 Hrs. The tender received after the due date and time

will not be entertained.

30. Tenderer should submit the tender as per specification indicated in

Schedule ‘A’ and accordance with the instructions to Tenderers, and as per

the conditions in this tender document.

31. In the case of On-line tender

The tenderer shall upload in the e-portal website contain the following

documents in the form of scanned copy:

i) Demand Draft / Banker’s Cheque / NSIC for EMD

ii) Demand Draft / Banker’s Cheque for Tender Document Cost.

32. PRICE BID (BOQ) (COVER - II)

Price should be quoted in Online “Price Schedule – ‘A1’ (as per BOQ).

Price should be quoted in a spread sheet file (.xls format) available in e-

procurement portal. Alternatively in the case of manual tender, the

tenderer shall quote the price in the schedule ‘A1’.

33. OTHER CONDITIONS:

a. The Port Trust reserves the right to reject any tender which in its

opinion is non-responsive and no request for alteration,

modification, substitution or withdrawal shall be entertained by

the Port Trust in respect of such Tenders.

b. The Port Trust would have the right to seek clarification

wherever necessary.

Page 8: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

SECTION – I

INSTRUCTION TO TENDERERS (ITT)

1. “E-TENDER / MANUAL TENDER FOR THE SALE OF WAGON HANDLING SYSTEM (TIPPLER I & TIPPLER II) AVAILABLE AT DUMPER HOUSE, MOHP” as detailed

in the Specification under Schedule “A” attached herewith and in

accordance with instructions to tenders, conditions of contact, etc. are

invited through Online submission not later than 14.30 Hrs. on 03.08 2016 / manual tender shall be submitted to the office of the Chief

Mechanical Engineer, Chennai Port Trust located at the 7th of floor of

the Centenary Building .

The Tenderers those who have downloaded the Tender Document from

the Trust’s Website should send a Demand Draft / Banker’s Cheque for

Rs.525/- (Rs.500/- + 5% VAT), being the non-refundable sum towards

the cost of Tender Document, in favour of “THE CHAIRMAN, CHENNAI PORT TRUST” at Chennai, so as to reach on or before

14.30 Hrs. 03.08.2016 along with the covering letter, addressed to “The Chief Mechanical Engineer, Mechanical and Electrical Engineering Department, 7th floor of Centenary Building, No.1, Rajaji Salai, Chennai Port Trust, Chennai – 600 001. The Tender Document is also

available on the Chennai Port Trust’s Website www.chennaiport.gov.in

for downloading.

2. TEST OF RESPONSIVENESS

Prior to evaluation of bids, the Authority shall determine whether each

bid is responsive to the requirements of the tender. A bid shall be

considered responsive only if:

a. it is received by the bid opening due date including any extension

there of

b. it is signed, sealed, bound together in the hard copy of the Tender

document.

c. Copy of service Tax registration Certificate, TIN Registration

copy.

3. LANGUAGE

The Tender and all related correspondence and documents shall be

written in English Language. The technical details, relevant drawings

and other information shall be provided in English only.

Page 9: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

4. EARNEST MONEY DEPOSIT

The Earnest Money Deposit for this Tender is Rs.5, 80,000/- (Rupees Five lakhs eighty thousand only).

The Demand Draft / Banker’s cheque on any nationalized /scheduled

bank payable at Chennai only in favour of “CHAIRMAN”, Chennai Port

Trust.

The Earnest Money Deposit shall be refunded to the Tenderers as

follows:

a) Successful Tenderer – after the payment of Security Deposit.

b) Unsuccessful Tenderers, validity extended Unsuccessful

Tenderers – after finalization of the H1 of contract.

c) Validity not extended Tenderers – within 20 days on submission

of bank details.

No interest shall be paid by the Trust on the Earnest Money Deposit

from the date of its receipt until it is refunded as indicated above under

any circumstances.

The Tenderer shall furnish the details of Bank Account No. & Type of

Account Bank Name and branch, MICR Number, IFSC No. etc., for the

refund of EMD through e- payment.

5. VALIDITY

The prices quoted by the Tenderer must be firm and should hold good at

least for 120 days from the date of opening of the tender. They should

be inclusive of Sales Tax or any other taxes duties etc.

6. SECURITY DEPOSIT

(i) The person who’s tender is accepted, the firm must within 5

working days of receipt of notice of such acceptance or within

such extended time as may be allowed, by the Chief Mechanical

Engineer at his discretion, deposit as security of 10% of the Total

value of the contract as mentioned below.

(ii) On receipt of full deposit as arrived at in clause (6) above

in any manner aforesaid the Earnest Money submitted with the

Tender will be refunded. No interest will be allowed on the

earnest money from the date of its receipt until it is refunded. In

the case, however for unsuccessful Tenderers, Earnest Money

will be refunded, as soon as possible after the finalisation of H1

of the contract. Alternatively the successful Tenderer shall when

Page 10: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

his tender is accepted, furnish security as specified in Clause (6)

above after giving credit to the amount deposited by him as

Earnest Money. The Earnest Money shall retain its character as

such, till the Security Deposit is furnished by the Tenderer.

7. FOREFEIT OF EMD:

Where a person whose tender has been received on behalf of the Board

intimate, the Chief Mechanical Engineer that he is not willing to abide

by the terms of the Tender or goes behind the clarifications made before

the Chief Mechanical Engineer or to the Tender Committee appointed to

scrutinise the Tenders in respect of terms of the tender, or withdraws the

tender before receipt of final acceptance or where a person whose tender

has been accepted fails to furnish the Security Deposit within the

prescribed time the Earnest Money deposited by such person shall be

forfeited and contract is liable to be cancelled.

8. FORMAT AND SIGNING

The Tender Documents submitted to the Trust shall be typed or written

in indelible ink and shall be signed by a person duly authorized to sign

on behalf of the Tenderers. The tender document should be submitted

duly signed at the bottom of each page in the case of manual tender.

9. ENTRY PASS AND SITE VISIT

The Chennai Port Trust will grant the Tenderer, permission for a site

visit on receipt of a formal written request, 2 days in advance of the

proposed date of the visit. The cost of visiting the site, if any, shall be

borne by the Tenderer and any of its personnel and agents will be

granted permission by the Port for the purpose of such inspection on the

condition that the Tenderer, their personnel and agents will release and

indemnify the Port, its Trustees, its employees, officers and agents from

and against all liability in respect thereof. The Tenderer will be

responsible for personal injury, loss, damage to property and any other

loss, damage, costs and expenses incurred as a result of the inspection

etc., during site visit.

Only such vehicle as allowed by the Board will be permitted to enter

into the Harbour premises. Tenderers should obtain a temporary pass

from the Chennai Port Trust pass section after obtaining necessary

authorization from the Chief Mechanical Engineer’s office, to gain entry

into the Trust’s premises, if necessary. Port Trust will not deal with

agents and all dealings will be directly with the Tenderer or his

authorized representative during site visit.

Page 11: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

10. DISCLAIMER

Each Tenderer shall conduct his own investigation and analysis, check

the accuracy, reliability and completeness of the information provided in

this Tender Document at his own cost and expenses.

It would be deemed that prior to submitting the Tender, the Tenderer has

(a) made a complete and careful examination of requirements and other

information set forth in this Tender, (b) received all such relevant

information as it has requested from the Port Trust, and (c) made a

complete and careful examination of the various aspects of the Wagon

Handling System including, but not limited to, (i) the site, (ii) existing

facilities and structures, (iii) the conditions of the access roads,

waterfront and utilities in the vicinity of the site (iv) applicable laws and

applicable permits and (v) all other matters, including Guidelines, Major

Port Trust’s Act 1963, as amended from time to time, bye-laws, rules

and regulations made there under, any administrative or other directions

and guidelines given under the said Act as amended from time to time, a

statement of conditions prescribed under the said Act as amended from

time to time, and all other statutory enactments in relation to the Project

or Project Services that might affect the Tenderer’s performance under

the terms of this Tender Document.

The Port Trust shall not be liable for any omission, mistake or error or

neglect by the Tenderer in respect of the above.

11. RIGHT TO ACCEPT / REJECT TENDERS

(a) Notwithstanding anything contained in this Trust Tender

Document, the Chennai Port Trust reserves the right to accept or

reject any or all Tender(s) and part thereof at any time without

assigning any reasons and without any liability or any obligation

for such acceptance / rejection.

(b) Telegraphic / fax / telex offers will be treated as defective, invalid

and rejected. Only detailed completed offers received as specified

above, prior to the closing time and date of the tender will be

considered as valid offer.

12. MATERIAL MISREPRESENTATION

The Trust reserves the right to accept or reject any or all of the tenders

and to annul the tender process, at any time prior to the award of

contract, without any liability for such action.

Page 12: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

13. ASSISTANCE IN OBTAINING APPROVALS

The Trust agrees to, at the request of the Tenderer, but without

guarantees and / or without assuming any responsibility in that behalf,

issue recommendatory letters and make best efforts to assist the

Tenderers in obtaining all the applicable permits at the Tenderer’s cost

including renewals thereof, provided that nothing contained in this

Clause shall relieve the Tenderer of its obligations under the Agreement

to obtain the Applicable Permits and to keep them in force and effect

through out the Contract Period. In cases found appropriate the Trust

may, at the request of the Tenderer and at the sole discretion of the Trust

issue recommendatory or supporting letters to any Government

Authority recommending the proposals of Tenderer.

14. The Chennai Port Trust Board do not bind themselves to accept the

highest or any tender or part thereof and reserve the right to accept or

not accept any or all of the tenders either in whole or in part, without

assigning any reason.

15. The Trust reserves the right to seek any Technical and commercial

clarifications.

CHIEF MECHANICAL ENGINEER

CHENNAI PORT TRUST

Page 13: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

TECHNICAL SPECIFICATION SCHEDULE Á’

WAGON HANDLING SYSTEM

TIPPLER 1

YEAR OF INSTALLATION 1977

YEAR OF REPLACEMENT 2005

SPECIFICATIONS

Sl.No

. DESCRIPTION SPECIFICATION

1 MAKE ELECON

2 TYPE OF WAGON TIPPLER ROTARY WAGON TIPPLER (HYDRAULIC CLAMPING)

3 MATERIAL HANDLED IRON ORE

4 QUANTITY 1 NO. (ONE NO.) R.H.

5 TOTAL WEIGHT OF TIPPLER 136 TONS (APPROX)

6 RAILWAY GAUGE 1676 MM (BROAD GAUGE)

7 ANGLE OF TIP / R0TATION 170 DEGREE (MAX)

8 TIME CYCLE

TIPPING / FORWARD ROTATION 14 SECONDS

PAUSE 8 SECONDS

REVERSE ROTATION 14 SECONDS

NO. OF TIPS / HOUR 30

9 GROSS WEIGHT OF EACH WAGON HANDLED 105 TONS(MAX)

10 TYPE OF CLAMPING ARRANGEMENT HYDRAULIC

11 WAGON CLAMPING / SIDE BEAM PAD TYPE RUBBER PAD

12 NOS. OF TOP CLAMP 4 NOS.

13 NOS. OF HYDRAULIC CYLINDER 8 NOS. (VERTICAL) AND 8 NOS. (HORIZONTAL)

14 TIPPLER DRIVE

1. ELECTRIC MOTOR

A. TYPE A.C.VVVF

B. POWER 45 KW

C. SPEED 1000 RPM

Page 14: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

D. QUANTITY 1 NO.

2. GEAR BOX

A. TYPE EP (HELICAL)

B. NO. OF STAGES 3

C. REDUCTION RATIO 22.4:1

D. MAKE ELECON

3. INPUT COUPLING

A. TYPE FLEXIBLE BRAKE COUPLING

B.SIZE FBC 400 WITH BRAKE DRUM 400 DIA. X 180 FACE

C. MAKE ELECON

4. BRAKE

A. TYPE THRUSTOR OPERATED JAW BRAKE

B. SIZE FOR 400 DIA BRAKE DRUM

C. THRUSTOR ET 3250

D. QUANTITY 1 NO.

E. MAKE ELECON

BEETLE CHARGER

SPECIFICATIONS

Sl.No

. DESCRIPTION SPECIFICATION

1 TYPE DRAW BAR TYPE BEETLE CHARGER

2 PULLING CAPACITY 10 TON (DESIGN)

3 LENGTH OF TRAVEL 28.5 MTRS (MAX)

4 TRAVELLING SPEED (a) 0.5 M/S (FORWARD)

(b) 1.0 M/S (RETURN)

5 BEETLE RAIL GAUGE 1219 MM

6 BEETLE RAIL SIZE 30 LBS / YD

7 BEETLE CHARGER DRIVE

1.ELECTRIC MOTOR

A. TYPE AC VVVF

B. POWER 45 KW

Page 15: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

C. SPEED 1000 RPM

D. QUANTITY 1 NO.

2. GEAR BOX

A. TYPE EP (HELICAL)

B. NO. OF STAGES 2

C. REDUCTION RATIO 16:1

D. MAKE ELECON

EJECTOR

SPECIFICATIONS

Sl.No

. DESCRIPTION SPECIFICATION

1 TYPE CHAIN OPERATED EJECTOR

2 PULLING CAPACITY TO HANDLE 1 NO. OF EMPTY WAGON

3 TRAVEL STROKE 16 MTRS. (MAX)

4 TRAVELLING SPEED (a) 0.8 M/S (FORWARD)

(b) 0.8 M/S (RETURN)

5 EJECTOR RAIL GAUGE 194 MM

6 EJECTOR RAIL SIZE 60 LBS / YD

7 EJECTOR DRIVE

1.ELECTRIC MOTOR

A. TYPE AC - SQUIRREL CAGE

B. POWER 5.5 KW

C. SPEED 1000 RPM

D. QUANTITY 1 NO.

2. GEAR BOX

A. TYPE WORM REDUCTION GEAR UNIT

B. REDUCTION RATIO 20:1

C. MAKE ELECON

3. INPUT COUPLING

A. TYPE FLUID COUPLING WITH BRAKE DRUM COUPLILNG

4. BRAKE

A. TYPE THRUSTOR OPERATED JAW BRAKE

Page 16: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

B. QUANTITY 1 NO.

C. PULLING CHAIN SIZE 14 DIA. X 50 MM

APRON CONVEYOR

SPECIFICATIONS

Sl.No. DESCRIPTION LONG CONVEYOR

SHORT

CONVEYOR

1 DESIGN CAPACITY 1000 TPH 1000 TPH

2 INCLINATION 0 Degrees 0 Degrees

3 MATERIAL Iron Ore Iron Ore

4 LOCATION Under Wagon Tippler Under Wagon Tippler

5 LUMP SIZE 600 mm Maximum 600 mm Maximum

6 MAXIMUM HEIGHT OF FALL 4000 mm 4000 mm

7 BULK DENSITY 2.5 Tonnes/Cu.M 2.5 Tonnes/Cu.M

8 CENTRE DISTANCE 6,075 mm 3,725 mm

9 PAN WIDTH 1500 mm 1500 mm

10 PAN WIDTH INSIDE SKIRT BOARD 1400 mm 1400 mm

11 EFFECTIVE HOPPER LENGTH 1500 mm 1500 mm

12 SKIRT BOARD LENGTH 4000 mm 1725 mm

13 AVERAGE MATERIAL LAYER DEPTH 427 mm 427 mm

14 MAXIMUM DECK SPEED 13.9 MPM 13.9 MPM

15 MODEL T50 T50

16 MOTOR POWER 40 HP, 415 V, 3 Phase, 1500 rpm,

Squirrel cage Induction Motor, Drive

from 415 V, 3 Phase, AC variable Drive

17 GEAR BOX REDUCTION RATIO 5.53333:1 5.53333:1

18 WEIGHT OF APRON CONVEYOR 23.1 T 17.3T

Page 17: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

SCRAPER CONVEYOR

SPECIFICATIONS

Sl.No. DESCRIPTION LONG CONVEYOR

SHORT

CONVEYOR

1 DESIGN CAPACITY 10 TPH 10 TPH

2 MATERIAL Iron Ore Spillage from Apron Conveyor

Iron Ore Spillage from Apron Conveyor

3 LOCATION Under Apron Conveyor Under Apron Conveyor

4 SCRAPER CENTRE DISTANCE 7,000 MM 5,000 MM

5 WIDTH OF SCRAPER TROUGH 1,790 MM 1,790 MM

6 MAXIMUM SPEED OF CONVEYOR 5 MPM 5 MPM

7 GEAR BOX REDUCTION RATIO 160:1 160:1

8 WEIGHT OF SCRAPER CONVEYOR 6.9 MT 6.1 MT

9 MOTOR 2 HP, 415 V, 3 Phase, 925 rpm,

Squirrel cage Induction Motor,

SCRAPER CCONVEYOR Consists of a Trough Assembly within which a Scraper Chain

Assembly travels. The Round Link chains and fabricated Scraper Flight runs on Scraper

Trough while conveying the spillage and on Trough support assembly while returning.

Actual conveying of spillage is done by the bottom strand by scraping material along the

Trough bottom plate.

The drive arrangement consists of an AC electric motor and shaft mounted reduction gear

box which directly rotates the drive shaft.

The drive wheel assembly has 3 low diameter sprocket assemblies which mesh with the

round link chains and drive the scraper conveyor.

At the rear end the scraper tail wheel assembly guides the round link chain assembly.

Page 18: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

WAGON HANDLING SYSTEM

TIPPLER 2

YEAR OF INSTALLATION 1977

YEAR OF REVAMPING 2005

SPECIFICATIONS

Sl.No. DESCRIPTION SPECIFICATION

1 MAKE ELECON

2 TYPE OF WAGON TIPPLER ROTARY WAGON TIPPLER (GRAVITY CLAMPING)

3 MATERIAL HANDLED IRON ORE

4 QUANTITY 1 NO. (ONE NO.) L.H.

5 TOTAL WEIGHT OF TIPPLER 136 TONS (APPROX)

6 RAILWAY GAUGE 1676 MM (BROAD GAUGE)

7 ANGLE OF TIP / R0TATION 160 DEGREE (MAX)

8 TIME CYCLE

TIPPING / FORWARD ROTATION 17 SECONDS

PAUSE 3 SECONDS

REVERSE ROTATION 20 SECONDS

NO. OF TIPS / HOUR 40

9 GROSS WEIGHT OF EACH WAGON HANDLED 100 TONS(MAX)

10 TYPE OF CLAMPING ARRANGEMENT GRAVITY TYPE

11 WAGON CLAMPING / SIDE BEAM PAD TYPE RUBBER PAD

12 NOS. OF TOP CLAMP 4 NOS.

13 TIPPLER DRIVE

1. ELECTRIC MOTOR

A. TYPE A.C. WITH VARIABLE DRIVE

B. POWER 45KW

C. SPEED 1000 RPM

D. QUANTITY 1 NO.

2. GEAR BOX

A. TYPE DOUBLE REDUCTION HELICAL GEAR BOX

Page 19: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

B. NO. OF STAGES 2

C. REDUCTION RATIO 32:1

D. MAKE ELECON

3. INPUT COUPLING

A. TYPE FLEXIBLE BRAKE COUPLING

B.SIZE FBC 400 WITH BRAKE DRUM 400 DIA. X 180 FACE

C. MAKE ELECON

4. BRAKE

A. TYPE THRUSTOR OPERATED JAW BRAKE

B. SIZE FOR 450 DIA BRAKE DRUM

C. THRUSTOR TK 402

D. QUANTITY 1 NO.

BEETLE CHARGER

SPECIFICATIONS

Sl.No. DESCRIPTION SPECIFICATION

1 TYPE DRAW BAR TYPE BEETLE CHARGER

2 PULLING CAPACITY 10 TON (DESIGN)

3 LENGTH OF TRAVEL 28.5 MTRS (MAX)

4 TRAVELLING SPEED (a) 0.5 M/S (FORWARD)

(b) 1.0 M/S (RETURN)

5 BEETLE RAIL GAUGE 1219 MM

6 BEETLE RAIL SIZE 30 LBS / YD

7 BEETLE CHARGER DRIVE

1.ELECTRIC MOTOR

A. TYPE DC MOTOR

B. POWER 37.3 KW, ARMATURE 380 V, DC, FIELD VOLTAGE 220 V DC

C. SPEED 1000 RPM

D. QUANTITY 1 NO.

2. GEAR BOX

Page 20: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

A. TYPE DOUBLE REDUCTION HELICAL GEAR BOX

B. NO. OF STAGES 2

C. REDUCTION RATIO 12:1

EJECTOR

SPECIFICATIONS

Sl.No. DESCRIPTION SPECIFICATION

1 TYPE CHAIN OPERATED EJECTOR

2 PULLING CAPACITY TO HANDLE 1 NO. OF EMPTY WAGON

3 TRAVEL STROKE 16 MTRS. (MAX)

4 TRAVELLING SPEED (a) 0.8 M/S (FORWARD)

(b) 0.8 M/S (RETURN)

5 EJECTOR RAIL GAUGE 194 MM

6 EJECTOR RAIL SIZE 60 LBS / YD

7 EJECTOR DRIVE

1.ELECTRIC MOTOR

A. TYPE AC - SQUIRREL CAGE

B. POWER 5.5 KW

C. SPEED 1000 RPM

D. QUANTITY 1 NO.

2. GEAR BOX

A. TYPE WORM REDUCTION GEAR UNIT

B. REDUCTION RATIO 20:1

C. MAKE ELECON

3. INPUT COUPLING

A. TYPE FLUID COUPLING WITH BRAKE DRUM

4. BRAKE

A. TYPE THRUSTOR OPERATED JAW BRAKE

B. QUANTITY 1 NO.

C. PULLING CHAIN SIZE 14 DIA. X 50 MM

Page 21: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

APRON CONVEYOR

SPECIFICATIONS

Sl.No

. DESCRIPTION LONG CONVEYOR

SHORT

CONVEYOR

1 DESIGN CAPACITY 1000 TPH 1000 TPH

2 INCLINATION 0 Degrees 0 Degrees

3 MATERIAL Iron Ore Iron Ore

4 LOCATION Under Wagon Tippler Under Wagon Tippler

5 LUMP SIZE 600 mm Maximum 600 mm Maximum

6 MAXIMUM HEIGHT OF FALL 4000 mm 4000 mm

7 BULK DENSITY 2.5 Tonnes/Cu.M 2.5 Tonnes/Cu.M

8 CENTRE DISTANCE 6,075 mm 3,725 mm

9 PAN WIDTH 1500 mm 1500 mm

10 PAN WIDTH INSIDE SKIRT BOARD 1400 mm 1400 mm

11 EFFECTIVE HOPPER LENGTH 1500 mm 1500 mm

12 SKIRT BOARD LENGTH 4000 mm 1725 mm

13 AVERAGE MATERIAL LAYER DEPTH 427 mm 427 mm

14 MAXIMUM DECK SPEED 13.9 MPM 13.9 MPM

15 MODEL T50 T50

16 MOTOR POWER 40 HP, 415 V, 3 Phase, 1500 rpm,

Squirrel cage Induction Motor, Drive

from 415 V, 3 Phase, AC variable Drive

18 GEAR BOX REDUCTION RATIO 5.53333:1 5.53333:1

19 WEIGHT OF APRON CONVEYOR 23.1 T 17.3T

Page 22: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

SCRAPER CONVEYOR

SPECIFICATIONS

Sl.No. DESCRIPTION LONG CONVEYOR

SHORT

CONVEYOR

1 DESIGN CAPACITY 10 TPH 10 TPH

2 MATERIAL Iron Ore Spillage from Apron Conveyor

Iron Ore Spillage from Apron Conveyor

3 LOCATION Under Apron Conveyor Under Apron Conveyor

4 SCRAPER CENTRE DISTANCE 7,000 MM 5,000 MM

5 WIDTH OF SCRAPER TROUGH 1,790 MM 1,790 MM

6 MAXIMUM SPEED OF CONVEYOR 5 MPM 5 MPM

7 GEAR BOX REDUCTION RATIO 160:1 160:1

8 WEIGHT OF SCRAPER CONVEYOR 6.9 MT 6.1 MT

9 MOTOR 2 HP, 415 V, 3 Phase, 925 rpm,

Squirrel cage Induction Motor,

SCRAPER CCONVEYOR Consists of a Trough Assembly within which a Scraper Chain

Assembly travels. The Round Link chains and fabricated Scraper Flight runs on Scraper

Trough while conveying the spillage and on Trough support assembly while returning.

Actual conveying of spillage is done by the bottom strand by scraping material along the

Trough bottom plate.

The drive arrangement consists of an AC electric motor and shaft mounted

reduction gear box which directly rotates the drive shaft.

The drive wheel assembly has 3 low diameter sprocket assemblies which mesh with

the round link chains and drive the scraper conveyor.

At the rear end the scraper tail wheel assembly guides the round link chain assembly.

Page 23: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

TIPPLER I & II SPARES AVAILABLE AT DUMPER HOUSE

RECONDITIONING SHOP (MECHANICAL & ELECTRICAL)

Sl.No Description of Material Nos

1 Scrapper Conveyor drive shaft plummer block 6

2 Fluid Coupling 2

3 Apron Feeder Support roller 4

4 Ejector Gear Box 3

5 Reduction Gear box with Motor (scraper drive) 2

6 Reduction Gear box (scraper drive) 2

7 Tippler I gear box 2

8 Cradle link (small) 8

9 Guide / Support roller assembly frame 4

10 Tippler I hydraulic system spares, consisting of connecting block,

distribution block, hose, pumps, connector, nuts, etc. 1 lot

11 10 HP motor for Ejector drive 5

12 40 HP motor for Apron Feeder 3

13 45 KW Motor for Tippler Drive 1

14 37.3 KW Motor DC for Beetle drive 1

15 2 HP Motor for scraper conveyor 2

16 AC drive for Tippler Motor 1

17 AC drive for Apron Feeder Motor 4

CHIEF MECHANICAL ENGINEER

Page 24: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

TENDER FOR THE SALE OF WAGON HANDLING SYSTEM (TIPPLER I & II)

SCHEDULE OF QUANTITIES AND PRICES

SCHEDULE - ‘A1’

S.

No. Description of the Item Unit Qty.

Rate (Rs.)

Lump sum

Amount

(Rs)

1.

Rotary Wagon Tippler with Hydraulic

clamping device. (Tippler I) along with

17 items of spares

No. 01

2 Rotary Wagon Tippler with Stopper

Beam. (Tippler II) No. 01

3 Apron Conveyor - Short No. 02

4 Apron Conveyor - Long No. 02

5 Beetle Charger No. 02

6 Ejector No. 02

7 Scraper Conveyor - Short No. 02

8 Scraper Conveyor - Long No. 02

9 Foot over Bridge made up of steel

structures near Dumper House No. 01

10 E.O.T. Crane 20 Ton Capacity No. 01

VAT 14.5%

TOTAL

(Rupees __________________________________________________only inclusive

of all taxes and duties)

CONTRACTOR’S SIGNATURE WITH SEAL

Page 25: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

SCHEDULE B TERMS AND CONDITIONS FOR DISPOSAL OF PLANT & MACHINERY

I. Schedule Á’of Tender document – contains list of materials with

specifications, description, location, quantity and special remarks,

restrictions if any, for disposal with applicable rate of taxes, levies and

other terms and conditions. The Tender document is available in the

Trust website www.chennaiport.gov.in which may be downloaded by the

Tenderer to enable them to participate in the e-Tender / Manual tender.

II. Inspection of materials – If any of the Tenderers wish to inspect the

goods offered before quoting the same can be done during working hours.

Temporary passes required for entering the Harbour for inspection of the

goods offered can be obtained from the Assistant Traffic Manager,

Computer Pass Section, Kamarajar Salai, Chennai Port Trust, Chennai,

(Near Anchor Gate)

TERMS AND CONDITIONS FOR DISPOSAL

1. The rate shall be quoted as per the unit of measurement and

exclusive of Sales Tax and other levies. The V A T @ 14.5% or as

is applicable extra. Even if the Bidder is an outstation firm and

eligible for ‘C’ Form for availing the concessional CST/VAT, they

shall pay the full Tax of 14.5% and then claim refund from the

Trust Commercial Tax Department after furnishing the completed

‘C’ Form after taking delivery of the materials. At a later date, if

the Commercial Tax Department demands higher tariff of Taxes,

the same should be paid by the bidder.

2. Income Tax: - Income Tax @ 1% will be collected extra at TDS as

per section 206C of Income Tax Act.

3. Any Trust’s equipment required for removal & handling of the

disposal equipments will be provided to the Tenderers on

chargeable basis as per Trust’s scale of prevailing rates subject to

availability.

4. As per the procedure in vogue, the lot which fetches 100% and

above the reserve price will be declared as confirmed lot. Lots for

which price fetched are in between 80% and 100% will be declared

as STA (subject to approval) lots. If the rate quoted less than 80%

of reserve price the lot will be rejected.

Page 26: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

5. For confirmed lots 100% of the sale value with applicable taxes,

levies and 10% Clearance Security Deposit shall be remitted by way

of Demand Draft/Bankers Cheque drawn in favour of the Chairman,

Chennai Port Trust, payable at Chennai within five (5) Trust working

days from the next date of tender opening to the Trust’s Finance

Department. The tenderer will be informed immediately after the

tender opening regarding the status of lot and Payment of sale value

and security deposit.

6. For subject to approval lot, 10% of sale value should be remitted

by way of Demand draft/Banker’s cheque within 5 (five) Trust

working days from the next date of Tender opening to the Trust’s

Finance Department. Payment of balance sale value can be made by

means of Demand Draft/Bankers cheque drawn in favour of the

Chairman, Chennai Port Trust, Chennai-1 payable at Chennai within 5

(five) working days calculated from the next date of intimation of the

confirmation of the sale to the Tenderer.

7. The receipt obtained from the Trust’s Financial Adviser and Chief

Accounts Officer either in the case of Confirmed / STA lots may be

produced to the Chief Mechanical Engineer, failing which the advance

paid will be forfeited and Trust will resale the lot either privately or by

public auction at the defaulter’s risk and responsibility. Interest shall

be payable to the Trust on the balance sale value for the period beyond

the free time.

8. Delivery Order – The Chief Mechanical Engineer will issue

delivery order on production of the receipt obtained from the Trust’s

Financial Adviser and Chief Accounts Officer for payment of 100%

sale value in the case of confirmed lots and sale order/acceptance letter

on receipt of Trust approval for subject to Approval lots on the same

day itself without any delay.

9. Delayed payment for Full / balance sale value – Interest at the

rate of 1% per week or part thereof up to a maximum period of two

weeks will be collected for the delayed period from the next date of

free period i.e. to make the sale value for confirmed lots and balance

sale value for subject to confirmation lot. Interest will be collected by

the Trust directly. Otherwise, the firm will not have any claim over the

Page 27: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

materials and the Trust reserves the right to re sale the materials by

conducting re-auction.

10. Clearance Security Deposit – The Trust will collect 10% of the

basic sale value towards clearance security deposit from the bidders

along with sale value with applicable taxes. The same will be refunded

through ECS to the respective bidders after the completion of delivery

of materials by the Trust. If the material has not been cleared by the

successful bidder to the satisfaction of Trust officials, 10% clearance

security deposit will be forfeited by the Trust.

11. Delivery period – Free delivery is 90 working days from the next

working day of issue of delivery order for both confirmed & Subject to

approval lots. After completion of free delivery period, the ground rent

is applicable as covered in the ground rent clause.

12. Ground rent for extension of delivery period – Applicable rent is

1% of the basic sale value per week or part thereof up to two weeks

and 3% after two weeks up to four weeks as maximum time to extend

the delivery period from the date of expiry of free period. If the goods

are not cleared within the extended maximum time of four weeks, the

goods left over by the bidder whether in whole or part will be taken

over by the Trust including the payment made and the Bidder will have

no claim over the same. Service Tax is applicable on the ground rent.

The Clearance Security Deposit on the sale value of the uncleared

goods also will be forfeited.

13. Tenderers who are participating in the e-tender/manual tender shall

contact Chief Mechanical Engineer, Chennai Port Trust for any

clarifications and the clarification furnished by the Chief Mechanical

Engineer alone shall be binding and final.

14. If the Tenderer withdraws or fails to deposit the amount of sale, the

offer will be cancelled, besides recording his unsatisfactory

performance or action taken as deemed fit. Further, Trust reserves the

right to take legal action to compensate the loss due to resale.

15. The Goods are offered are in “as is where is” condition basis. The

particulars given in Schedule “A” are only to give an idea of the Goods

offered and will not alter the “as is where is” nature of the offer.

Page 28: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

16. The Chief Mechanical Engineer does not bind himself to accept the

highest or any tender or to assign any reason for non-acceptance. He

also reserves the right to split the contract among the Tenderers if

necessary without assigning any reason.

17. Temporary passes and vehicle’s permit required for clearing the

goods sold in tender can be had on payment and on an application in

writing addressed to the Trust’s Assistant Traffic Manager, Computer

Pass Section, Chennai Port Trust (Near Anchor Gate Port Hospital)

through the Chief Mechanical Engineer/Deputy Chief Mechanical

Engineer, OH Division, Royapuram, Chennai-600013.

18. Mis-description or error in quantity will not invalidate a sale. No

sale can be invalidated by reason of any defects or fault in any of the

materials. A refund will be made to the Purchaser when the quantity

delivered is less than that of quantity mentioned in the tender

(Schedule “A”)

19. In the event of delivery being found impossible in whole or part

after the payment has been made, a refund of the value of the

undelivered goods will be made after obtaining the competent sanction

to the purchaser with an undertaking from the contractor not to claim

for further compensation from the Trust.

20. The goods should be removed from the Harbour premises within 90 working days from the date of issue of delivery order, whether by

dismantling the goods sold or otherwise, he will be allowed to remove

the major parts within the Harbour premises by hiring the cranes from

the Traffic Department at the rates prescribed in the Boards Scale of

rates according to availability. Necessary space will be provided for a

period of 90 working days from the date of issue of delivery order.

21. If the goods sold are not completely cleared within 90 working

days from the date of expiry of free period or within such extended

time as may be allowed at the discretion of the Chief Mechanical

Engineer, or if he fails to pay the ground rent or any other charges in

advance, the goods left over whether in whole or part will be taken

over by the Trust at the discretion of the Chief Mechanical Engineer

and the Contractor will have no claim on the same and will be barred.

22. The contractor shall use his own tools for the removal of goods

sold and shall hold the Board indemnified in respect of any damage or

Page 29: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

injury caused to any of the employees or any other person and property

during the execution of the works.

23. The delivery of materials covered in Schedule “A” should be

carried out from 09.30 Hours to 16.30 Hours with a break of Half an

Hour for lunch from 12.30 Hours to 13.00 Hours during Mondays to

Fridays and 09.30 Hours to 13.00 Hours during Saturdays for site

delivery items.

24. If for any reasons the delivery is prolonged beyond office hours

over time charges as permissible will have to be remitted to the

concerned immediately.

25. The Contractor should ensure that the Trust’s properties are not

damaged during the course of removal of the goods, failing which the

cost of rectifying the damage will be recovered from the amount

deposited in the Trust as Earnest Money. He shall observe the Dock

Safety Regulations and such other Regulations in force and shall hold

the Board indemnified if any violation occurs. He will also be

responsible for the discipline of the workers employed by him within

the Harbour premises.

26. The work of removal of the goods/goods sold in full should be

completed within the period stipulated or within such extended time

that may be allowed by the Chief Mechanical Engineer.

27. The removal of goods/goods sold shall be made under the

supervision of the Trust’s Officer mentioned in the Delivery Order or

his representative who will arrange to issue gate passes for the removal

in the presence of the Finance Department’s Stock verifier.

28. The Contractor shall conform to and comply with Regulations and

Bye-laws of the State or Central Government or of the Board and of all

other local authorities such as Corporation of Chennai, The Tamil

Nadu Electricity Board, the Government Customs and Police

Departments, Fire Services, the Provisions contained in the various

Labour Acts enacted by the State Legislature and the Central

Parliament in force and the Rules made there-under including those

under the Minimum Wages Act, Factories Act, The Indian Electricity

Act and Rules framed under it, Workmen’s Compensation Act,

Provident Fund Regulations Act, Employees Provident Fund Act 1961

and the schemes made under the said Act. Health and Sanitary

Page 30: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

arrangements for Workers etc. and the Contract Labour (Regulations

and Abolition) Central Rules 1971 etc. for the Welfare and protection

of Workers or for the safety of the Public and other insurance

Provisions.

29. The Board shall not be liable for the failure of the Contractor in

conforming to the provisions of the Acts, Rules, Regulations referred

to in the above para and in case of any contravention of the Provisions

of the Acts, Rules, Regulations etc, the Contractor shall keep the Board

indemnified against any loss and damages in the event of any action

being taken for contravention.

30. If any Foreigner is employed by the Contractor to work within the

Harbour premises, the later shall ensure that such a Foreigner possesses

the necessary special permit issued by the Civil Authority in writing

and also to comply with the instructions issued there for from time to

time. In the event of any lapse in this regard on the part of such

Foreigner the Contractor shall be personally held responsible for the

lapse and the Board shall not be liable in any event.

31. Irrespective of the quantities specified in Schedule “A”, the Chief

Mechanical Engineer reserves the right to dispose of only such

quantities as may be available and found necessary for disposal at the

time of finalising the Tender.

32. It must be clearly understood that the prices quoted in the tender

are to include everything required to be done by the specification and

conditions of sale for proper completion of the work though special

mention thereof have been omitted.

33. The Tenderer should confirm in clear terms in the tender that he

agrees to all conditions of the Tender Document. In the absence of the

Tenderers disagreement to any particular Clause, it will be construed

that they are agreeable to all the following conditions in this tender

Document and that they will be bound by the conditions though

Special mention thereof is not made in their Tenders.

34. The Contract is liable for cancellation, if either the Contractor

himself or any of his employees is found to be a person who has held a

Class-I Post under the Board immediately before retirement and has

within Two years of such retirement accepted without obtaining the

prior permission of the Board or the Chairman as the case may be, an

Page 31: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

employment as Contractor in connection with the execution of Public

Works or as an employee of such Contractor.

35. If any contracts terminated on account of failure of the Contractor

to comply with the above clause the Board shall be entitled to recover

from the contractor such damages as may be determined by the Chief

Mechanical Engineer, with due regard to the inconvenience caused to

the Trust on account of such termination without prejudice to the

Trust’s right to proceed against such Contractor.

36. The Contractor shall be solely responsible for reporting to the

Board and Police Departments, Security Force immediately regarding

any serious or fatal accidents at any place belonging to the Board

including premises leased by the Board, to any of his employees/

workmen engaged by him.

37. In case of any dispute arising out of interpretation of any of the

conditions of sale, the decision of the Chief Mechanical Engineer,

Chennai Port Trust will be final and binding on the Contractor.

38. While evaluating Tenders, regard would be paid to National

Defence and security considerations.

E. S. I. Clause

39. The details of the employees proposed to be engaged should be

furnished to this office before the commencement of the work.

(a) As per the Govt. Notification dated 20/07/2009, Chennai Port Trust

has registered under the ESI Act on 26/09/2012 with ESI Corporation

and provision of ESI Act, 1948 are applicable to Chennai Port Trust, a

Social Security Act, is applicable to Factories using power and

employing 10 or more personnel and establishment employing 20 or

more persons and drawing wages/salary up to Rs.15,000/- per month.

Workers covered under ESI Act, are entitled for full medical care for

self and family. Besides, cash benefit in the event of sickness,

maternity and employment injury. Accordingly, the contractual/casual

employees drawing wages up to Rs.15, 000/- per month employed

directly by Port Trust or through contractor covered under ESI Act,

Page 32: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

1948. It is obligatory on the part of the employer to calculate and

remit ESI contribution comprising of employers share of 4.75% plus

employees’ share of 1.75 %, which is payable on or before 21st of the

following month, to which the salary relates.

(b) In case of Contractor employs more than 20 employees, they

should register their name with ESI as per ESI Act, 1948 and obtain

ESI Code. Both employers share of 4.75% and Employees

contribution of 1.75% (recovered from employees), totally 6.5 % to be

paid as contribution to ESI in their Code on or before of 21st of the

following month to which the salary relates and acknowledgement for

the same shall be submitted to the Port while claiming the bill. The

bill without the acknowledgement of ESI contribution will not be

entertained. In case the contractor has not paid the ESI contribution in

contractor’s code. The delay in the payment of contribution payable

under the said Act may be recovered as an arrear of Land Revenue.

(c) In case the contractor employs less than 20 employees, the list of

employees’ names, their father’s name, identification proof, one

passport photo shall be submitted to the Port Trust. The contribution

of ESI amount, both Employers share of 4.75 % and Employees

contribution of 1.75% (recovered from employees), totally 6.5 % shall

be paid by the Contractor to the Chennai Port Trust Code on or before

of 21st of the following month to which the salary relates or otherwise

payment to the Contractor will be withheld. If the contractor fails to

comply with the above instruction, then the Principal Employer

(Chennai Port Trust) will make payment to the ESI Corporation and

such amount will be deducted from any amount due to the Contractor.

The delay in payment of contribution payable under the said Act may

be recovered as an arrear of Land Revenue.

(d) As per the above Government Notification

i.All intending contractor at the time of tender shall disclose all

necessary documents as to whether they are covered under ESI Act or

not.

ii.In case they are covered under ESI Act, they have to furnish the

details of registration.

iii.In case the contractor does not possess ESI Registration at the time

of participation in the Contractor, then they should obtain

registration under ESI Regulations before award of the work by

Chennai Port Trust and submit the same within 30 days from the

date of issue of work order. Any payment towards the work order

will be made only after compliance of the ESI Regulation.

iv. The contractor shall submit his first bill together with evidence of

having obtained registration under ESI Regulations and only then the

bill will be processed for payment. Subsequently, the contractor

Page 33: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

should periodically submit to Chennai Port Trust the Form 6

prescribed under ESI Regulations in respect of the workers/labours

employed for the work awarded by Chennai Port Trust to facilitate

making payment for the bills of the Contractor.

v. In case the contractor are not covered under ESI Act or exempted,

they would furnish necessary documents along with an affidavit in

original, affirming before a first class Judicial Magistrate in a Non-

judicial Stamp Paper worth Rs.20/- to that effect.

vi. In case they are not covered under ESI Act, they must additionally

indemnify Chennai Port Trust against all damages & Accident

occurring to his labour in a Non-Judicial Stamp Paper worth Rs.20/-

to that effect.

Chief Mechanical Engineer,

Chennai Port Trust

Page 34: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

PROFORMA OF INTEGRITY PACT

GENERAL

This pre-bid/pre-contract Agreement (herein after called the

Integrity Pact)

BETWEEN

Chennai Port Trust, represented by Chairman, Chennai Port Trust,

Chennai hereinafter referred to as “THE PRINCIPAL” / “EMPLOYER”

AND

………………………………………………………………………………

represented by Shri ……………………………………… hereinafter

referred to as “The BIDDER / CONTRACTOR”.

Preamble

The Principal intends to award, under laid down organizational

procedures, contract/s for ………………… (Name of the Contract /

Project / Stores equipment / item). The Principal values full

compliance with all relevant laws and regulations, and the principles

of economic use of resources, and of fairness and transparency in its

relations with the Bidder/s and Contractor/s.

In order to achieve these goals, the Principal will appoint an

External Independent Monitor who will monitor the tender process

and the execution of the contract for compliance with the principles

mentioned above.

NOW, THEREFORE,

To avoid all forms of corruption by following a system that is fair,

transparent and free from any influence / prejudiced dealings prior to,

during and subsequent to the currency of the contract to be entered

into with a view to:-

Enabling the PRINCIPAL/EMPLOYER to obtain the desired said stores

/ equipment at a competitive price in conformity with the defined

specifications by avoiding the high cost and the distortionary impact

of corruption on public procurement, and Enabling BIDDERs /

CONTRACTORs to abstain from bribing or indulging in any corrupt

practice in order to secure the contract by providing assurance to

Page 35: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

them that their competitors will also abstain from bribing and other

corrupt practices and the PRINCIPAL/EMPLOYER will commit to

prevent corruption, in any form, by its officials by following

transparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and

agree as follows:-

Commitments of the PRINCIPAL/EMPLOYER

The PRINCIPAL/EMPLOYER undertakes that no official of the

Principal/Employer connected directly or indirectly with the contract,

will demand, take a promise for or accept, directly or through

intermediaries, any bribe, consideration, gift, reward, favour or any

material or immaterial benefit or any other advantage from the

BIDDER / CONTRACTOR, either for themselves or for any person,

organization or third party related to the contract in exchange for an

advantage in the bidding process, bid evaluation, contracting or

implementation process related to the contract.

The PRINCIPAL/EMPLOYER will, during the pre-contract stage, treat

all BIDDERs / CONTRACTORs alike, and will provide to all BIDDERs

/ CONTRACTORs the same information and will not provide any such

information to any particular BIDDER / CONTRACTOR which could

afford an advantage to that particular BIDDER / CONTRACTOR in

comparison to other BIDDER / CONTRACTOR and could obtain an

advantage in relation to the tender process or the contract execution.

All the officials of the PRINCIPAL/EMPLOYER will report to the

Chairman / Chief Vigilance Officer of Chennai Port Trust any

attempted or completed breaches of the above commitments as well as

any substantial, suspicion of such a breach.

If the PRINCIPAL/EMPLOYER obtains information on the conduct of

any of its employees with full and verifiable facts and the same is

prima facie found to be correct which is a criminal offence under the

Indian Penal Code / Prevention of Corruption Act, or if there be a

Page 36: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

substantive suspicion in this regard, the Principal will inform its Chief

Vigilance Officer and in addition can initiate disciplinary actions.

Commitments of the BIDDER / CONTRACTOR

The Bidder / Contractor commit himself to take all measures

necessary to prevent corruption. He commits himself to observe the

following principles during his participation in the tender process and

during the post contract stage.

i. The Bidder /Contractor will not enter with other Bidder /

Contractors into any undisclosed agreement or understanding,

whether formal or informal. This applies in particular to prices,

specifications, certifications, subsidiary contracts, submission

or non-submission of bids or any other actions to restrict

competitiveness or to introduce cartelization in the bidding

process.

ii. The Bidder/Contractor will not commit any offence under the

Indian Penal Code, 1860 / Prevention of Corruption Act, 1988

further the Bidder / Contractor will not use improperly, for

purposes of competition or personal gain, or pass on to others,

any information or document provided by the Principal as part

of the business relationship, regarding plans, technical

proposals and business details, including information contained

or transmitted electronically.

iii. The Bidder/Contractor will not offer, directly or through

intermediaries, any bribe, gift, consideration, reward, favour,

any material or immaterial benefit or any other advantage,

commission, fees, brokerage or inducement to any official of the

Principal/Employer, connected directly or indirectly with the

bidding process, or to any person, organization or third party

related to the contract in exchange for any advantage in the

bidding, evaluation, contracting and implementation of the

contract.

Page 37: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

iv. The Bidder / Contractor further undertakes that it has not

given, offered or promised to give directly or indirect any bribe,

gift, consideration, reward, favour, any material or immaterial

benefit or any other advantage, commission, fees, brokerage or

inducement to any official of the Principal/Employer or

otherwise in procuring the Contract or forbearing to do or

having done any act in relation to the obtaining or execution of

the contract or any other contract with the Principal for showing

or forbearing to show favour or disfavour to any person in

relation to the contract or any other contract with the Principal.

v. The Bidder / Contractor of foreign origin shall disclose the name

and address of the Agents /representatives in India, if any.

Similarly the Bidder/Contractor of Indian Nationality shall

furnish the name and address of the foreign principals, if any.

vi. Bidder / Contractors shall disclose the payments to be made by

them to agents or any other intermediary, in connection with

this bid/contract.

vii. The Bidder / Contractor further confirms and declares to the

Principal/ Employer that the Bidder / Contractor is the

original manufacturer/integrator/ authorized government

sponsored export entity of the stores and has not engaged any

individual or firm or company whether Indian or foreign to

intercede, facilitate or in any way to recommend to the

Principal/Employer or any of its functionaries, whether officially

or unofficially to the award of the contract to the Bidder /

Contractor, nor has any amount been paid, promised or

intended to be paid to any such individual, firm or company in

respect of any such intercession, facilitation or

recommendation.

viii. The Bidder / Contractor, either while presenting the bid or

during pre-contract negotiations or before signing the contract,

shall disclose any payments he has made, is committed to or

intends to make to officials of the Principal/Employer or their

Page 38: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

family members, agents, brokers or any other intermediaries in

connection with the contract and the details of services agreed

upon for such payments.

ix. The Bidder / Contractor will not collude with other parties

interested in the contract to impair the transparency, fairness

and progress of the bidding process, bid evaluation, contracting

and implementation of the contract.

x. The Bidder / Contractor will not accept any advantage in

exchange for any corrupt practice, unfair means and illegal

activities.

xi. The Bidder / Contractor shall not use improperly, for purposes

of competition or personal gain, or pass on to others, any

information provided by the Principal/Employer as part of the

business relationship, regarding plans, technical proposals and

business details, including information contained in any

electronic data carrier. The Bidder / Contractor also undertakes

to exercise due and adequate care lest any such information is

divulged.

xii. The Bidder / Contractor commits to refrain from giving any

complaint directly or through any other manner without

supporting it with full and verifiable facts.

xiii. The Bidder / Contractor will not instigate third persons to

commit offences outlined above or be an accessory to such

offences.

xiv. If the Bidder/Contractor or any employee of the

Bidder/Contractor or any person acting on behalf of the

Bidder/Contractor, either directly or indirectly, is a relative of

any of the officers of the Principal/Employer, or alternatively, if

any relative of an officer of the Principal/Employer has financial

interest / stake in the Bidder / Contractor’s firm, the same shall

be disclosed by the Bidder / Contractor at the time of filing of

tender.

Page 39: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

The term ‘relative’ for this purpose would be as defined in

Section 6 of the Companies Act 1956.

xv. The Bidder / Contractor shall not lend to or borrow any money

from or enter into any monetary dealings or transactions,

directly or indirectly, with any employee of the

Principal/Employer

Previous Transgression

The Bidder / Contractor declares that no previous transgression

occurred in the last three years immediately before signing of this

Integrity Pact, with any other company in any country in respect of

any corrupt practices envisaged hereunder or with any Public Sector

Enterprises in India or any Government Department in India that

could justify Bidder / Contractor’s exclusion from the tender process.

If the Bidder / Contractor makes incorrect statement on this subject,

the Bidder / Contractor can be disqualified from the tender process or

the contract, if already awarded, can be terminated for such reason.

Sanction for Violations

Any breach of the aforesaid provisions by the Bidder / Contractor or

any one employed by it or acting on its behalf (whether with or

without the knowledge of the Bidder / Contractor shall entitle the

Principal / Employer) to take all or any one of the following actions,

wherever required:-

(i) To immediately call off the pre contract negotiations without

assigning any reason or giving any compensation to the

BIDDER / CONTRACTOR, However, the proceedings with the

other BIDDER / CONTRACTOR (s) would continue.

(ii) The Earnest Money Deposit (in pre-contract stage) and / or

Security Deposit / Performance Bond (after the contract is

signed) shall stand forfeited either fully or partially, as

decided by the PRINCIPAL/EMPLOYER and the

PRINCIPAL/EMPLOYER shall not be required to assign any

reason therefore.

Page 40: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

(iii) To immediately cancel the contract, if already signed, without

giving any compensation to the BIDDER / CONTRACTOR.

(iv) To recover all sums already paid by the

PRINCIPAL/EMPLOYER, and in case of an Indian BIDDER /

CONTRACTOR with interest thereon at 2% higher than the

prevailing Prime Lending Rate of State Bank of India , while

in case of a BIDDER / CONTRACTOR from a country other

than India with interest thereon at 2% higher than the

LIBOR. If any outstanding payment is due to the BIDDER /

CONTRACTOR from the PRINCIPAL/EMPLOYER in

connection with any other contract for any other stores, such

outstanding payment could also be utilized to recover the

aforesaid sum and interest.

(v) To encash the advance bank guarantee and performance

bond / warranty bond, if furnished by the BIDDER /

CONTRACTOR, in order to recover the payments, already

made by the PRINCIPAL/EMPLOYER, along with interest.

(vi) To cancel all or any other Contracts with the BIDDER /

CONTRACTOR. The BIDDER / CONTRACTOR shall be liable

to pay compensation for any loss or damage to the

PRINCIPAL/EMPLOYER resulting from such cancellation/

rescission and the PRINCIPAL/EMPLOYER shall be entitled

to deduct the amount so payable from the money(s) due to

the BIDDER / CONTRACTOR.

(vii) To debar the BIDDER / CONTRACTOR from participating in

future bidding processes of the Principal for a minimum

period of five years, which may be further extended at the

discretion of the PRINCIPAL/EMPLOYER.

(viii) To recover all sums paid in violation of this Pact by

BIDDER/CONTRACTOR(s) to any middleman or agent or

broker with a view to securing the contract.

(ix) In cases where irrecoverable Letters of Credit have been

received in respect of any contract signed by the

Page 41: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

PRINCIPAL/EMPLOYER with the BIDDER / CONTRACTOR,

the same shall not be opened.

(x) Forfeiture of Performance Bond in case of a decision by the

PRINCIPAL/EMPLOYER to forfeit the same without assigning

any reason for imposing sanction for violation of this pact.

(xi) The Bidder / Contractor accepts and undertakes to respect

and uphold the Principal’s absolute right to resort to and

impose such exclusion and further accepts and undertakes

not to challenge or question such exclusion on any ground,

including the lack of any hearing before the decision to resort

to such exclusion is taken. This undertaking is given freely

and after obtaining independent legal advice.

(xii) If the Bidder / Contractor can prove that he has restored

/recouped the damage caused by him and has installed a

suitable corruption prevention system, in such a case, it will

be discretion of the Principal to revoke the exclusion

prematurely.

(xiii) The PRINCIPAL/EMPLOYER will be entitled to take all or any

of the actions mentioned at Para (i) to (x) above of this Pact

also on the Commission by the BIDDER / CONTRACTOR or

any one employed by it or acting on its behalf (whether with

or without the knowledge of the BIDDER / CONTRACTOR),

of an offence as defined in Chapter IX of the Indian Penal

code, 1860 or Prevention of corruption Act, 1988 or any

other statute enacted for prevention of corruption.

(xiv) The decision of the PRINCIPAL / EMPLOYER to the effect

that a breach of the provisions of this Pact has been

committed by the BIDDER / CONTRACTOR shall be final

and conclusive on the BIDDER / CONTRACTOR. However,

the BIDDER / CONTRACTOR can approach the Independent

Monitor (s) appointed for the purposes of this Pact.

Page 42: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

Fall Clause

The BIDDER / CONTRACTOR undertakes that it has not

supplied / is not supplying similar product / systems or subsystems

at a price lower than that offered in the present bid in respect of any

other Ministry / Department of the Govt. of India or PSU and if it is

found at any stage that similar product / systems or subsystems

was supplied by the BIDDER / CONTRACTOR to the Principal at a

lower price, then that very price, with due allowance for elapsed tie,

will be applicable to the present case and the difference in the cost

would be refunded by the BIDDER / CONTRACTOR to the PRINCIPAL

/ EMPLOYER, if the contract has already been concluded.

Independent Monitors

The Principal/Employer has appointed one Independent External

Monitor (hereinafter referred to as Monitor)

1. Dr. P.Tamilvanan,

No.714, Poosaripalayam, Coimbatore – 641003. (a) The task of the Monitors shall be to review independently and

objectively, whether and to what extent the parties comply with

the obligations under this Pact.

(b) The Monitors shall not be subject to instructions by the

representatives of the parties and perform their functions

neutrally and independently.

(c) Both the parties accept that the Monitors have the right to

access all the documents relating to the project / procurement,

including minutes of meetings.

(d) As soon as the Monitor notices, or has reason to believe, a

violation of this pact, he will so inform the authority designated

by the Principal and the Chief Vigilance Officer of Chennai Port

Trust.

(e) The BIDDER / CONTRACTOR(s) accepts that the Monitor has

the right to access without restriction to all Project

documentation of the PRINCIPAL including that provided by the

Page 43: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

BIDDER / CONTRACTOR. The BIDDER / CONTRACTOR will

also grant the Monitor, upon his request and demonstration of

a valid interest unrestricted and unconditional access to his

project documentation. The same is applicable to

Subcontractors. The Monitor shall be under contractual

obligation to treat the information and documents of the Bidder

/ Contractor / Subcontractor(s) with confidentiality.

(f) The Principal / Employer will provide to the Monitor sufficient

information about all meetings among the parties related to the

Project provided such meetings could have an impact on the

contractual relations between the Principal and the Contractor.

The parties offer to the Monitor, the option to participate in

such meetings.

(g) The Monitor will submit a written report to the designated

Authority of Principal / Employer / Chief Vigilance Officer of

Chennai Port Trust within 8 to 10 weeks from the date of

reference or intimation to him by the Principal / Employer /

Bidder / Contractor and should the occasion arise, submit

proposals for correcting problematic situation.

(h) As soon as the Monitor notices, or believes to notice, a violation

of this agreement, he will so inform the Management of the

Principal and request the Management to discontinue or to take

corrective action, or to take other relevant action. The Monitor

can in this regard submit non-binding recommendations.

Beyond this, the Monitor has no right to demand from the

parties that they act in a specific manner, refrain from action or

tolerate action.

(i) If the Monitor has reported to the Principal substantiated

suspicion of an offence under the Indian Penal Code, 1860 /

Prevention of Corruption Act, 1988 and the Principal /

Employer has not, within reasonable time, taken visible action

to proceed against such offence or reported to the Chief

Vigilance Officer, the Monitor may also transmit this

Page 44: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

information directly to the Central Vigilance Commissioner,

Government of India.

(j) The word ‘Monitor’ would include both singular and plural.

Facilitation of Investigation

In case of any allegation of violation of any provisions of this Pact

or payment of commission, the PRINCIPAL / EMPLOYER or its

agencies shall be entitled to examine all the documents including the

Books of Accounts of the BIDDER / CONTRACTOR and the BIDDER /

CONTRACTOR shall provide necessary information and documents in

English and shall extend all possible help for the Purpose of such

examination.

Other Provisions

Changes and supplements as well as termination notices need

to be made in writing. Side agreements have not been made.

If the Contractor is a partnership or a consortium, this

agreement must be signed by all partners or consortium members.

Law and Place of Jurisdiction

This Pact is subject to Indian Law. The place of performance

and jurisdiction is the seat of the PRINCIPAL / EMPLOYER.

Other Legal Actions

The actions stipulated in this Integrity Pact are without

prejudice to any other legal action that may follow in accordance with

the provisions of the extant law in force relating to any civil or

criminal proceedings.

Validity

The validity of this Integrity Pact shall be from date of its signing

and extend up to 5 years or the complete execution of the contract to

the satisfaction of both the PRINCIPAL and the Bidder / Contractor

including warranty period whichever is later. In case Bidder /

Contractor is unsuccessful, this Integrity Pact shall expire after six

months from the date of the signing of the contract.

Page 45: TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH) e-TENDER ... And... · chennai port trust tender no. mee /v2/18/ 2016 /dy.cme (oh) e-tender / manual tender for the sale of wagon handling

If any claim is made/lodged during this time, the same shall be

binding and continue to be valid despite the lapse of this pact as

specified above, unless it is discharged/determined by the Chennai

Port Trust.

Should one or several provisions of this Pact turn out to be

invalid, the remainder of this Pact shall remain valid. In this case, the

parties will strive to come to an agreement to their original intentions.

Equal treatment of all Bidders / Contractors /Sub-Contractors

(a) The Bidder / Contractor undertake to demand from all sub-

contractors a commitment in conformity with this Integrity

Pact, and to submit it to the Principal before contract

signing.

(b) The Principal will enter into agreements with identical

conditions as this one with all Bidders / Contractors and

Sub-Contractors.

(c) The Principal will disqualify from the tender process all

Bidder / Contractors who do not sign this pact or violate its

provisions.

The parties hereby sign this Integrity Pact at on -------------.

The Principal represented BIDDER / CONTRACTOR by the Chairman, Chennai Port Trust

Name of the Officer Name Designation Designation Witness 1 Witness 1 Name & address Name & address

Witness 2 Witness 2 Name & address Name & address Place: Date: