rfp for offloading of - indian navy · pdf fileoffer: - (a) request for ... bank or icici /...

82
RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 1 of 82 Enclosure I of RFP RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Dated 09 Feb 2016 RFP FOR OFFLOADING OF REFIT OF WB JALSAGAR ON TURNKEY BASIS INSTRUCTIONS TO BIDDERS 1. Quotations in sealed cover are invited for Refit of WB Jalsagar on Turnkey Basis, as per the work package listed in enclosed Schedule of Requirement (SOR) at Enclosure II of RFP. 2. General Information about the tender:- (a) Tender Reference No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A (b) Last date and time for Receipt of Tenders: 14 Mar 2016 / 1425 Hrs (c) Date and Time for Opening of Tenders: 14 Mar 2016/ 1430 Hrs (d) Place of Opening of Tenders: Tiger Gate, Naval Dockyard, Mumbai (e) Pre-Bid Conference on: 07 Mar 2016, 1000 Hrs SMYCM Office, Tel No. 22752186,22751576 (f) The address and contact numbers for sending Bids or seeking clarifications regarding this RFP are given below: - Clarification on Technical matters/Scope of Work The Admiral Superintendent (for SMYCM) Naval Dockyard Mumbai 400023 Senior Manager YCM Tele:- 022- 22752186,22751576 Fax:- 022-22660394 3. The tender shall be submitted in single stage two - bid system, the Technical and Commercial bids. The following enclosures are forwarded along with this enquiry to assist you in preparing your technical and commercial offer: - (a) Request for Proposal - Enclosure I (b) Schedule of Requirements - Enclosure II (c) Standard Conditions of Contract - Enclosure III (d) Guidelines for Preparation of Technical Bid - Enclosure IV (e) Guidelines for Preparation of Commercial Bid - Enclosure V (f) Summary Sheet for Costing - Enclosure VI (g) EMD format - Enclosure VII (h) MOQ in MS Excel sheet format - Enclosure VIIl 4. Quotation shall remain valid up to 180 days from the date of opening of Technical Bid.

Upload: nguyennga

Post on 20-Mar-2018

217 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 1 of 82

Enclosure I of RFP

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Dated 09 Feb 2016

RFP FOR OFFLOADING OF REFIT OF WB JALSAGAR ON TURNKEY BASIS

INSTRUCTIONS TO BIDDERS

1. Quotations in sealed cover are invited for Refit of WB Jalsagar on Turnkey Basis, as per the work

package listed in enclosed Schedule of Requirement (SOR) at Enclosure II of RFP. 2. General Information about the tender:-

(a) Tender Reference No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A

(b) Last date and time for Receipt of Tenders: 14 Mar 2016 / 1425 Hrs

(c) Date and Time for Opening of Tenders: 14 Mar 2016/ 1430 Hrs

(d) Place of Opening of Tenders: Tiger Gate, Naval Dockyard, Mumbai

(e) Pre-Bid Conference on: 07 Mar 2016, 1000 Hrs SMYCM Office, Tel No. 22752186,22751576

(f) The address and contact numbers for sending Bids or seeking clarifications regarding this RFP are given below: -

Clarification on Technical matters/Scope of Work The Admiral Superintendent (for SMYCM) Naval Dockyard Mumbai 400023 Senior Manager YCM Tele:- 022- 22752186,22751576 Fax:- 022-22660394

3. The tender shall be submitted in single stage two - bid system, the Technical and Commercial bids. The

following enclosures are forwarded along with this enquiry to assist you in preparing your technical and commercial offer: -

(a) Request for Proposal - Enclosure I (b) Schedule of Requirements - Enclosure II (c) Standard Conditions of Contract - Enclosure III (d) Guidelines for Preparation of Technical Bid - Enclosure IV (e) Guidelines for Preparation of Commercial Bid - Enclosure V (f) Summary Sheet for Costing - Enclosure VI (g) EMD format - Enclosure VII (h) MOQ in MS Excel sheet format - Enclosure VIIl

4. Quotation shall remain valid up to 180 days from the date of opening of Technical Bid.

Page 2: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 2 of 82

Submission/Opening of Tenders

5. PLEASE QUOTE OUR RFP NO AND DATE OF TENDER OPENING ON SEALED COVER. FAILURE TO DO SO WILL RENDER YOUR OFFER INVALID.

6. The Technical and Commercial bids are to be submitted in two separate sealed envelopes, duly marked as “Technical Bid for RFP No DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Dated 09 Feb 2016” and “Commercial Bid for RFP No DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Dated 09 Feb 2016”. The quotes are to be super-scribed with your firm’s name, address, and official seal and ink signed by an

authorised representative of the Tenderer. Sealed Bids addressed to “The Admiral Superintendent (For DGM- Commercial), Naval Dockyard, Mumbai– 400 023” should be dropped in tender box marked as “TENDER BOX NO. “INCOD” located at Tiger Gate, Naval Dockyard, Mumbai, or to be sent by registered post so as to reach this office by 1425 hrs on 14 Mar 2016. No responsibility will be taken for postal delay or non-delivery/non-receipt

of tender documents. 7. Sealed Quotations (only Technical Bid in case of Two Bid System) will be opened by a committee on the date and time mentioned above. Your authorised representative from the Company can attend the Bids opening. If due to any exigency, the due date for opening of Bids is declared as closed holiday, in such cases, the Bids will be opened on next working day at the same time or any other day/time as intimated by the customer. The date of opening of Commercial Bid will be intimated after acceptance of Technical Bids. Commercial Bids of only those firms will be opened, whose Technical Bids are found compliant/suitable after Technical evaluation is done by the Buyer. 8. Tenders sent by FAX/E-Mail.

Tenders found in sealed box marked INCOD at Tiger Gate will only be considered. To avoid any complications with regard to Late Receipt/Non-receipt of Tenders, it may please be noted that responsibility rests with the tenderer to ensure that tenders reach this office before due date. Late quotes will be rejected outright. Tenders sent by FAX/E-Mail will not be considered. Further, Tenders dropped in the wrong tender box will be rendered invalid. 9. In case your firm is not willing to quote due to any reasons, your regret should be sent well before the due date, failing which your firm can be de-listed from the Contractor’s list. 10. Commercial offers will be opened only of those firms, who’s Technical Offers have been found suitable after technical evaluation. Further negotiations will be made only with the lowest bidder (L1) as determined by the committee. The date, time and venue fixed for this purpose will be intimated separately. 11. Payment of Cost of Tender (OTE) A sum of Rs 100/- (Rupees One Hundred only) is to be enclosed

in the form of a DD payable to the “PCDA, Navy, Mumbai” as cost of the tender document. This amount is not refundable. Bids that are received without this amount will be disqualified. Cost of Tender is exempt for MSMEs (Micro Small and Medium Enterprises) registered with NSIC under its single point registration scheme in accordance with Para 2.5.2 of DPM 09. Please note that a firm registered with ND (MB) or any other defence organization is not exempt unless it meets above criterion.

12. (a) Earnest Money Deposit. The bidders are to furnish EMD for a sum of Rs. 7,30,000/- (Rupees

Seven Lakh Thirty Thousand only) in the name of “PCDA, Navy, Mumbai” with a validity of 45 days beyond the final bid validity period, in the form of an Account Payee Demand Draft or Banker’s Cheque (including IDBI Bank) or Bank Guarantee as per Form DPM-13 (Enclosure VII to RFP) from any of the public sector banks or a private sector bank authorized to conduct government business viz. Axis / ICICI / HDFC Banks only, will be acceptable. EMDs from any other bank (including Co-op & Scheduled Banks) will not be accepted and bids will be liable for disqualification. EMD is not required to be submitted by those Bidders who are registered with Naval Dockyard (Mumbai)/NSIC/Central Purchase Organisations for the same item/range of products/goods or services. These firms must however submit a valid registration certificate with the ‘T’ bid, failing which their offers will be rejected.

(b) PBG. Bidders may note that that submission of PBG by L1 firm irrespective of their registration with any organization viz.MOD / NSIC is compulsory. Standing PBG @ 10% of the contract value valid up

to 60 days after warranty period is to be submitted in the form of Bank Guarantee through a public sector

Page 3: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 3 of 82

bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to collecting the work order ink signed copy.

13. Evaluation Criteria

(a) Loading of Cost for Items “Not Quoted” The bidder is to quote for all the sections/sub-sections

mentioned in the SOW/SOR as per the Mode of Quotation placed at Annexure 2 to Encl II to RFP. Any omissions/deviations to the SOW/SOR/Mode of Quotation are to be recorded in the Record of Deviations and submitted along with the ‘T’ Bid. In case a bidder fails to quote for a certain item/Defect List Serial, their bid will be loaded by the amount quoted by the highest bidder for that particular Item/ Defect List serial and this loading will be considered for determining the L1. CUSTOMER reserves the right to determine the qualification of a firm on this account.

(b) Discrepancy in quoted price If there is a discrepancy between the unit price and the total price the unit

price shall prevail. If there is a discrepancy between words and figures, the amount in words shall prevail. If a supplier does not accept the correction of the errors, his bid will be rejected and the bid security may be forfeited.

. Finalising of L1 Firm

14. 14. The evaluation and comparison of responsive bids and finalization of L-1 firm shall he done on the prices of the goods offered and other charges such as packing & forwarding, freight and insurance, AMC, etc, as indicated in the price schedule of the bid document but excluding levies, taxes and duties such as excise duty, vat, service tax, octroi/entry tax, etc on final product, which are to be paid extra as per actuals, wherever applicable.

15. Payment Terms. The Payment Terms for the Contract Price shall be as follows :-

Sl.No. Activity Definition

Stage Payment

1. 25% on completion of version I of dry docking, h WCC signed by MYCM 2. 25% on completion of Version II of dry docking, with WCC signed by MYCM 3. 50% On completion of sea trials and all DLs and paint manufacturers performance guarantee for underwater and internal paint scheme along with purchase voucher of paint to be submitted to QC department WCC duly signed by MYCM. Duly certified by the inspection agency MQC (H)/(L) & WCC by the SMYCM, Naval Dockyard, Mumbai.

16. Standard Conditions of Contract (SCOC)

(a) Firm shall be required to accept the SCOC. A Contract will be signed between the Contract Operating Authority, Integrated Commercial Department (INCOD), Naval Dockyard, Mumbai and the

shipyard/firm incorporating the SCOC at Enclosure III of this RFP, which will form an integral part of the Contract.

(b) The firms is requested to indicate acceptance of above in T-bid, as per format at Enclosure IV of RFP in absence of which, the bid will be disqualified.

Special Conditions of RFP.

17. The special conditions of RFP have been enumerated at Sl 3(n) and 3(z) of Annexure 2 to Encl 2 of this RFP. Bidders are to ensure that they submit relevant documents, with the T-bid, to confirm eligibility with regard to the special conditions.

Pre-Bid Conference

18. The SOR (Enclosure II) and SCOC (Enclosure III) should be carefully considered while preparing the bids. All clarifications are to be resolved in the Pre-Bid Conference scheduled on 07 Mar 2016, 1000 hrs at,

Page 4: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 4 of 82

SMYCM Office, Tel No. 22752186, 22751576 prior submission of bids. No revision of Commercial Bid would

normally be permitted after opening of the Technical Bid. (Note: Pre Bid Conference may be held depending on the nature of the work and this clause may be included as applicable. The detail of personnel attending the pre-bid meeting is to be intimated to the User Manager at least

one day prior to the pre-bid meeting for arranging the security passes.) 19. Commercial Bid

(a) The Commercial bid is to be submitted strictly in accordance with Enclosure -V to this tender enquiry. The bidder, while preparing Q-bid, is to strictly adhere to Mode of Quotation (MOQ) format indicated at Annexure 2 to Encl – II to RFP. No deviation from the MOQ format is expected. The Bidder is to avoid making any changes to the MOQ format and in case of any discrepancy, seek clarification during the pre-bid meeting. (b) A soft copy of Quote/MoQ in excel format on a CD is to be submitted in sealed manner along with the ‘Q’Bid. Non adherence to this may render the bid invalid.

(c) The Commercial bid once opened, will not be subjected to unilateral revision by the firm, unless the firm is called for price negotiations specifically and asked to justify the rates. (Total Nos of pages in the Q-bid are to be mentioned on the first page of the Q-bid. Further each page to be numbered. For example if there are 20 pages in Q bid, first page to be numbered as 1/20 and last page to be numbered as 20/20). (d) Foreign Exchange Content. Foreign Exchange content, if any, is to be clearly specified along with the specific items on which customs duty would be applicable clearly indicating the rates of customs duty applicable. Master list of spares requiring customs duty exemption is to be provided separately with the quotation indicating cost and applicable customs duty. A period of ten working days is required to process requests for Customs duty exemption certificate subsequent to receipt of Airway Bill of Materials.In the absence of complete unambiguous details,

following actions will be taken:-

(i) Loading custom duty at the rate of 25% on entire material cost, when ‘Foreign Exchange’ content is not specified in the Q bid. (ii) Loading custom duty at the rate of 25% when applicable rate of customs duty is not specified in Q bid. (iii) Further, customs duty exemption certificate will be issued only if the above mentioned particulars are provided unambiguously.

(e) Exemption Certificates. All bidders are to specify the list of items for which Customs/

Excise/ Octroi exemption certificates are sought. The list is to be forwarded alongwith the T bid for evaluation by the TEC. Exemption certificates if sought by the firms will be issued only for the list of items specified in the T Bid of the firm in the following format:-

For Issue of Customs Duty Exemption

S No Q bid reference serial no Description Part No Qty

For Issue of Octroi Duty Exemption

S No Q bid reference serial no Description Part No Qty

Page 5: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 5 of 82

20. Registration with the Yard

(a) Following documents are required to be submitted by vendors not registered with Naval Dockyard, Mumbai alongwith the Technical Bid, which will be referred to as part of the evaluation process:-

(i) State Sales Tax Certificate

(ii) Central Sales Tax Certificate

(iii) Incorporation Certificate/Shop & Establishment Certificate

(iv) Bank Solvency Certificate (Taken within last one year)

(v) Valid Financial rating Certificate from M/s CRISIL/SMERA/D&B or any organization of similar repute

(vi) Partnership deed, if any.

(vii) Purchase Order Copies (Latest)

(viii) Copy of last three years Balance Sheet attested by C. A.” (b) The L1 bidder will have to obtain a temporary registration from Quality Assurance (QA) Department of ND (MB), if not already registered for the same item/range of products/goods or services. Work order will be placed on the L1 bidder only after confirmation from QA Dept that registration formalities are in order.

21. Service Tax. Government of India, Ministry of Finance (Department of Revenue) Notification No. 12/2012 – ‘Service Tax’, dated 17 Mar 2012 exempts ‘Service tax’ for repair of ships or boats or vessels belonging to the Government of India. Therefore the firms are requested not to quote for service tax. 22. Security Workforce /personnel of the contractor will be permitted entry into Naval Dockyard only on

production of Police Verification Certificate and address proof and Navy shall not be liable for any delay whatsoever caused in execution of contract ,due to non – production of Police Verification Certificate of labourers /workers. Conditions under which this RFP is issued

23. This RFP is being issued with no financial commitment and Customer reserves the right to change or vary any part thereof at any stage. The Customer reserves the right to reject any or all of the offers without assigning any reason whatsoever. The Customer also reserves the right to withdraw the RFP should it be so necessary at any stage. Successful bidders will have to be registered with Naval Dockyard Mumbai prior to opening of Q bids/ finalization of order. 24. Safety :- Every contractor must observe all safety precautions in connection with the work to be

performed by him, his agent or workers as per details mentioned at Article 41 of Enclosure III of this RFP. 25. Please acknowledge receipt. Thanking you, Yours faithfully, Sd/-

(Pradeep Biswas) Commander SM Commercial For Admiral Superintendent

Page 6: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 6 of 82

Enclosure II of RFP DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A

Dated 09 Feb 2016

SCHEDULE OF REQUIREMENTS (SOR)

(Note: The Schedule of Requirements is a technical document and specific to the Project/ Service and is part of the RFP)

Annexure 1 - Particulars of Vessel/Asset on which work is required to be carried out. Annexure 2 - Quantified Work Package (comprehensive scope of work that contains break-up of

individual jobs to be completed including survey, dismantling and inspection, routines and repair to be carried out, consequent repair, trials and comprehensive list of services required such as dry docking,

berthing, jetty services (electricity, accommodation, phone, fresh water, fire main), cranes facilities, tugs and pilot charges. Annexure 3 - Quality Inspection Schedules/QAP (minimum and essential parameters that are required to be achieved for the scope of work to be deemed as satisfactorily completed).

Page 7: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 7 of 82

(Annexure 1 to Encl – II to RFP DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A

Dated - 09 Feb 2016) SCHEDULE OF REQUIREMENTS (SOR)

FORMAT FOR THE STATEMENT OF CASE (SOC) REFIT OF WB JALSAGAR

Sl Description Remarks of Indenter

1 Department initiating the SOC MYCM

2 Name of the item(s)/services being procured Normal Refit of WB Jalsagar

3 Summary of case for procurement

a Name of ship/equipment WATER BARGE JALSAGAR

b Broad purpose of items/services being procured Offloading the refit of WB Jalsagar to trade on open tender enquiry (OTE) iaw Refit Perspective Plan of Yard Crafts 2014-17.

c Location where work is to be undertaken Water Barge Jalsagar/Mumbai

d Type of Work Refit of WB Jalsagar

e Start Date of Work Date of Work order placement / On clearance from Yard, whichever is later.

f Estimated Duration of Work 22 Weeks including mobilization time.

g Earnest Money Deposit Rs 7,30,000/-

h Test Specification :- In accordance to that specified in drawings / QAP / repair manuals

j Technical Acceptance Criteria :- In accordance to that specified in drawings / QAP / repair manuals

k Acceptance Agency Inspection notes to be issued by MQC(E), (H) and (L). WCC to be issued by MYCM post receipt of I-notes.

l Inspection stages In accordance to that specified in QAP.

m Ability to give support at country wide locations (required/not required). If required locations to be indicated.

NA

n Past experience in undertaking (required/not required) - Similar jobs in marine field - Similar jobs

1. The firm is to have a industrial base/ manufacturing facility of its own within the municipal limits of Mumbai, Navi Mumbai and Thane. A copy of same is to be attached as part of T-bid.

2. Average annual financial turnover of the firm during the last 3 years, ending 31 Mar of previous financial year should be atleast 50 lakhs INR. A copy of same is to be attached as part of T-bid.

3. The firm should have experience of successfully completing similar work during last 7 years as follows (A copy of same is to be attached as part of T-bid):-

(a) Three similar completed work costing not less than 50 lakhs INR total. Or (b) Two similar completed work costing not less than 50 lakhs INR total. Or

Page 8: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 8 of 82

(c) One similar work not less than 90 lakhs INR.

p Details of Dockyard facilities that will be made available to the Contractor (such as crane, electricity, compressed air, crane) Note for user department:- 1. Details of services that will be provided need to be elaborated. 2. Necessary confirmation from the concerned department providing the service that the same will be made available needs to be placed on file.

Crane, Electricity, Compressed air post requisition of the firm.

q Suggested stages of completion and terms of payment

1. 25% on completion of version I of dry docking, h WCC signed by MYCM.

2. 25% on completion of Version II of dry docking, with WCC signed by MYCM.

3. 50% On completion of sea trials and all DLs and paint manufacturers performance guarantee for underwater and internal paint scheme along with purchase voucher of paint to be submitted to QC department WCC duly signed by MYCM.

r List of Specifications/drawings, as applicable (Specifications and drawings to be attached if applicable)

NA

s Technical details with technical parameters NA

t Requirement of training/on-job training NO

u Requirement of installation / commissioning Yes, all New equipments/components to be proved

V Requirement of Factory Acceptance Trials (FAT), Harbor Acceptance Trails (HAT) and Sea Acceptance Trials (SAT)

Yes, Harbour Acceptance and Sea Acceptance Trials (HATs AND SATS)

W List of Technical documentation to be provided by the vendor

NA

X Warranty period/Nature of assistance required after completion of warranty

Post completion of refit firm is to provide 12 months warranty for repair and renewal both.

Y Requirement of pre-site/equipment inspection Yes, As per QAP

Z Any other details, as considered necessary Past experience in similar jobs that is Refit of Yard crafts mandatory. Same has been specified in qualification criteria.

aa. Disposal of Scrap/Debris to be responsibility of Vendor (Yes/No). If yes indicate where and how the scrap/debris is to be disposed.

Yes the scrap generated to be disposed off at designated location as indicated by the user manager.

bb. Indicate who will be the owner scrap/debris Naval Dockyard, Mumbai

cc. Is de-gutting and re-gutting the responsibility of vendor (Yes/NO). If yes indicate the details of items (such as cables/pipes etc to be degutted/regutted)

Yes , All items in way of hot work ie. Lagging, paneling, cables, pipes, equipments, fittings etc to be degutted & after completion of HW to be regutted.

Page 9: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 9 of 82

(Annexure 2 to Encl – II to RFP DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A

Dated - 09 Feb 2016)

SCOPE OF WORK

Refer Scope of Work/Mode of Qoutation Placed at Enclosure VIlI of RFP DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A

Page 10: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 10 of 82

Annexure 3 to Encl – II to RFP DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A

Date - 09 Feb 2016

COMPREHENSIVE REFIT PACKAGE OF YARD CRAFTS/ MARINE ASSETS

Activity No.

Description & sequence of activities

Reference Documents

P R W H Remarks

All materials not supplied by dockyard to be material tested in NABL lab

i) MS Plates IS 2062 Gr B

2 3 3

The material will be stamped by QCH prior sending to lab

ii) MS Stiffeners IS 2062 GrA

iii) GI Pipes IS 139 Part-I,

Pipe Fittings as per IS 4310

a) Bolts IS 1363

b) Eye Plates IS 6203

vi) Wooden Planks African Teak Wood

vii) Deck cleats IS 5520

viii)Bollards IS 4374/80

IX) Paint NCD-1416

X) Rubber Fender IS 14238 and IS

13848. Hardness- 170 Shore A

All rubber items will be IRMRA certified

STEEL RENEWAL

1 Survey and marking of defected areas

1

2 Action against defect and marking of renewal area

Standard ship repairing practices

1 3

3 Cropping of plate as per Sl. No. 2 1/ 2

4

Prior commencement of welding, The yard/ Contractor must posses (a) WPS & PQR (b) As per WPS & PQR valid certificate for welders with their individual identity w.r.t certification while working (c) Proper welding equipments (d) Proper baking oven and hand oven (e) Correct consumable and process prescribed for the job. Ensure all the terms before finalise the contract.

Standard ship repairing practices as per NES 155 or

approved equivalent standards

1/ 2

5

Weld edge preparation / fairing and grinding of the area. Frames and longitudinal to be assessed / renewed, where ever possible template or mould to be prepared to manufacture new plate for renewal

Standard ship repairing practices as per NES 155 or

approved equivalent standards

1/ 2 3

6

New plate to be prepared according to the template or mould and prepare weld edge prior to lift the plate & ensure plates and sections are detect free and SA-2.5 blasted and primed.

Standard ship repairing practices as per NES 155 or

approved equivalent standards

1/ 2

7 Plate fit-up inspection i.e. tack welded all around with longitudinal, frames, stiffeners etc

Standard ship repairing practices as per NES 155 or

1/ 2 3 Check mis-match, root gap, weld edge, chamfering for different

Page 11: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 11 of 82

Activity No.

Description & sequence of activities

Reference Documents

P R W H Remarks

and plate breached with supports around the periphery with moon plate etc to prevent deformation due to full welding.

approved equivalent standards

thick etc are as per weld joint standard.

8 Weld the plate with stiffeners from inner side strictly in sequence.

PCW’s sequence of welding for plating

Page 343 1/ 2

9

Back gauging and grinding, 1st DP

test for to rectify the defects prior to offer the DP to QC(H)

Standard ship repairing practices as per NES 155 or

approved equivalent standards

1/ 2

10

Inspection of back gauge and DP Test prior to full weld from outside, through clean post inspection

Standard ship repairing practices as per NES 155 or

approved equivalent standards

1/ 2 3

11

(a) Full weld from outer side with breches (b) Rectify deformation beyond tolerances

1/ 2

12

Remove / cutting and grinding of moon plates, keys etc and prepare the weld bid or reinforcement suitable for DP Test

Standard ship repairing practices as per NES 155 or

approved equivalent standards

1/ 2

13

(a) Second DP Test, (b) Examine defect free weld and adjoining area, (c) Identify and note the ‘X’ Ray spots or locations approx. 10% of weld length (Seam + Butts) for u/w and 5% for a/w, which can co-relate while interpretation / review of ‘X’ ray film. UT will be substitute where radiography not possible.

1/ 2 3 3

14

(a) Interpretation of radiography film and justify the ‘X’ Ray report. (b) Action accordingly i.e. accept or repair (c) Follow the same (a) if there is repair but as per procedure.

SB Standard, ASME Sec IX

1/ 2 3

15

Pressure test or leak test whichever possible or suitable for particular job will be decided by QC

SB Standard 1/ 2 3

16 Preservation (in and out) priming and painting after above all tests

1/ 2 3

Page 12: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 12 of 82

Activity No.

Description & sequence of activities

Reference Documents

P R W H Remarks

are cleared

BLASTING Of UNDERWATER AREA

17 Area to be washed by salt water followed by fresh water after undocking

2 3 3

18 Underwater hull area to be prepared to SA 2.5 std by Grit blasting

2 3 3 Iron grits to be used of G

24

19 Areas to be primed within 2 hrs of blasting after QC concurrence

2 3 3

20 Application of paint scheme as per SOW No 20/03 2 3 3

Inspection be offered at each coat interval prior to next coat

RENEWAL OF ANODES

21 Determine No. of anodes to be renewed

Visual inspection report & Survey report

1 2

22 Identification of material

Ship's record

1/2 3 3

23

Inspection after fitment of anodes

As per installation manual. NDT post fitment

2 3 3 Areas where anodes are fitted to be blasted prior

fitment

FITTINGS

24

Survey, Repair/ Renewal/ Replacement/ of various foundations, miscellaneous out fittings, Guard Rails, Hand Rails, Stanchions, Cable locker, Hawse pipe & Naval pipe, Bollard, Cleats, Fairleads,Ventilation trunking etc

AS per SOW ( If repair work is carried out then it has to follow the norms approved by QC)

2 3 3 Structure which required renewal is manufactured as per approved drawings

25 Fittings which are renewed/repaired is chipped for application of appro paint scheme

As per SOW 2 3 3 Paint scheme application should follow crafts record

26

Overhauling and easing of various units, machineries & equipments

As per SOW and Ships manual for

concerned equipment

2 3 3 Firm to submit separate QAP for overhauling of machineries

TANK TESTING

27

Survey and Repair/ Renewal, pressure testing and chipping/ cleaning and painting of Ballast tanks, Fuel tanks, F/W gravity tanks and chipping/ cleaning and painting of E/R and ASP bilges

As per SOW Air pressure testing of the tanks at 0.2 bar pressure for 15 minutes Painting as per approved paint scheme

2 3 3

All underwater tanks (F W tank) to be blasted to SA 2.5 std

CITADEL DEFECTS

28 Repair/ Renewal of WT doors, hatches, port holes and replacement of clips, nuts etc

As per SOW 2 3 3 Items which are manufactured should as per sample

29

Replacement of rubber as per existing

As per SOW 2 3 3

Only IRMRA procured rubber to be used and certificate of same is submitted to QC

30 Chalk test on renewed rubber 2 3 3

Page 13: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 13 of 82

Activity No.

Description & sequence of activities

Reference Documents

P R W H Remarks

WOODEN UPHOLSTERY

31 Wooden deck flooring to be surveyed and renewed as per existing

Survey to be carried by MOUT

4

32

Internal wooden planks for cargo hold

As per SOW (Specification of wood to be used should be given by user dept)

2 3 3 Planks to be inspected prior fitment by QC

33 Application of wooden primer and finish coat

As per SOW 2 3 3 Prior application surface to be prepared

34

Sal wood wedges for securing cargo hold canvas

As per SOW (Specification of wood to be used should be given by user dept)

2 3 3 Wood to be inspected prior fitment by QC

35 PVC coated canvas covers for cargo hold

As per sample NCD 1453

2 3 3 Specification of PVC to be mentioned by user

SURFACE PREPARATION & PAINTING

36

The areas to be blasted should be surface prepared to SA 2.5 and appropriate paint scheme is followed. In case of LLPS paint scheme, paint to be applied under OEM reps supervision and guarantee certificate as applicable for 05-10 years to be obtained.

As per SOW 2 3 3 Grit to be used G-24

TILING

37 Provision of material test certificates for following:-

(i) H&R Johnson anti skid Endura tiles

IS 13755

(ii) Paint

38 Breaking of old Tiles and underlay in the compartment.

2 -- 3 3

39 Cleaning the surface to bare metal, surface finish to St-2 standard.

HITTU handbook/Swedish

std

2 --- 3 3

40 Application of 01 coat of Epoxy Red Oxide primer to 25- 30 microns DFT with drying time of 24 hrs

No 20/03 2 3 3

41 Application of three coats of coal tar epoxy to 300+ 25 microns DFT with inter -coat interval of 24 Hours

As per approved WLD

2 --- 3 3

Page 14: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 14 of 82

N.B. :

1. Above QA do not include degutting and re-gutting which may be placed at 3rd

and 17th respectively, where

required.

2. All contractors & yard will follow this draft QA plan for steel (Plate) renewal to prepare their own QA Plan and submit for approval to QC / M(Fab) before they commence operation.

4. QC Inspectors/ Supervisors must ensure timely preparation of Inspection reports on all the H (Hold) points after due inspection on respective hold point.

5. Legend: A) “P” – Perform, “R” – Review, “W” – Witness, “H” – Hold B) 1 – MFAB Department, 2 – CONTRACTOR, 3 – QC(H) Department

42 Dry Film Thickness measurement

3 --- -- 3

43 Laying of wire mesh of dimensions 85X40X1.5 mm and painting of wire mesh with CTE.

As per SOW 2 --- 3 3

44 Tack welding and securing of wire mesh

As per SOW 2 --- 3 3

45 Laying of Portland Cement and white river sand in the ratio of 1:3 to obtain 40-60 mm thickness with required slopes for drainage for water

As per SOW 1 --- 3 3

46 Inspection post curing of the cement layer

3 --- -- 3

47 Material conformity checks of Tiles manufactured by H&R Johnson anti-skid Endura tiles as per IS specification. 13755. Sample to be landed.

As per SOW 3 --- 1 3

48 Laying of New Tiles and grouting with white cement.

2 --- 3 3

49 Final Cleaning and Polishing. --- --- --- ,3

50 Final Inspection of completed work

3 -- - --

51 Issue of Work Completion Certificate

1 -- -- --

QAP No : QCL074QAP149 QAP Date : 06 Jun 14

SHIP : SB JALSAGAR Job Title : Electrical DLs / Refit of SB Jalsagar

Reference Documents :

OEM/ Manufacturer’s Technical Manual/drawings. QCL074QAP001, 23 & 103 QC Handbook, Respective IS Standards,

Page 15: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 15 of 82

Ser Job Description & Activity Description Inspection

P R W H

1 Stage I, II & III Inspection for each DL

(Opening, Repair and Testing)

(a) Job Description. L30001: 02 in Nos 88 KW, 415 V , 3 PH , 50 HZ

Diesel Alternator to be overhauled and load trials to be carried out on board (b) Activity Description.

(aa) Check insulation of windings (ab) Improve the insulation or renew windings if required. (ac) Renew bearings DE & NDE (ad) Replace AVR

(c) Inspection / QC Check points.

(i) Opening Inspection.

(aa) Check and ascertain the defects and recommend accordingly for repair/renewal /refurbish /overhaul.

(ab) Check /ensure new spares to be procured from OEM make/ISI standards /as per sample only. OEM Test/ calibration certificate to be provided from OEM.

(ii) Repair/Overhaul Inspection.

(aa) Check for overhauling of DA as per laid down procedure, cleaning, baking, varnishing and again baking check insulation it should be above 02 M-ohms in cold condition.

(ab) Check New spares (bearings, AVR, fasteners, winding material, paint ) make, quantity, quality and reliability. Check for OEM Test/calibration certificate of new items. Only New SKF bearings to be procured and QC checked.

(ac) Check for quality of repair work and overhaul.

(ad)Check cables for proper connection, tightness numbering of cables, (ae) Check for painting, securing, fitment and finally alignment with prime mover of DA.

1

2

2 3, 4

3

3, 4

Page 16: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 16 of 82

Ser Job Description & Activity Description Inspection

P R W H

(iii) Final Test of DA.

(aa) Check and test DA and its panel as per OEM Tech Manual /Drawing/specifications and QC formats.

(ab) Check functions /sequence operation, proper input / output as per OEM Tech manual/BR/drawing. DA output with new AVR voltage to be required 415V AC and 100% load performance.

(ac) Check for all meters, indications, switches and fuses are in the operational status.

(ac) Check for calibration of relays/meters if any. OEM test /calibration certificate to be provided. (ad) Bill of material to be submitted. (ae) Check smooth functioning of DA. DA to be proved to its capacity for continues operation.

2 (a) Job Description. L30002: 01 in no 38 KW, 415 V, 3 PH, 50 Hz diesel

Alternator to be overhauled and tested onboard (b) Activity Description.

(i) Renew bearings DE & NDE (ii) Replace AVR

(c) Inspection / QC Check points.

Check as per Sl.No 01 /DL 30001

1

2

2 3, 4

3

3, 4

3 (a) Job Description. L30003: The following item to be overhauled/ repaired

and tested or replaced (b) Activity Description. The following item to be overhauled/ repaired and

tested or replaced (i) 03Nos Self starters (ii) ) 03Nos Battery charging alternators (iii) 03Nos DG Engines starting , measuring and alarm panel with safety cut-outs and sensors.

(c) Inspection / QC Check points.

(i) Opening Inspection.

(aa) Check and ascertain the defects and recommend accordingly for repair/renewal /refurbish /overhaul.

(ab) Check /ensure new spares to be procured from OEM make/ISI standards /as per sample only.

(ii) Repair/Overhaul Inspection.

(aa) Check for overhaul/repair/replace of above items as per laid down procedure. Insulation should be above 02 M-ohms,

1

2

2 3

3 3

Page 17: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 17 of 82

Ser

Job Description & Activity Description

Inspection

P R W H

(ab) Check New spares (Self starters, Battery charging alternators, DG Engines starting , measuring and alarm panel with safety cut-outs and sensors) make, quantity, quality and reliability. Check for OEM Test/calibration certificate of new items. (ac) Check for quality of repair work and overhaul.

(ad)Check cables for proper connection, tightness numbering of cables, (ae) Check for painting, securing, fitment and finally alignment.

(iii) Final Test.

(aa) Check and test as per OEM Tech Manual /Drawing/specifications and QC formats.

(ab) Check functions /sequence operation, proper input / output as per OEM Tech manual/BR/drawing.

(ac) Bill of material to be submitted.

(ae) Check smooth functioning of Self starter, Battery charging alternator, Alarm panel and to be proved to its capacity for continues operation.

4 (a) Job Description. L30004: Overhaul and repairing of main switch board

and tested onboard. (b) Activity Description. Overhaul and repairing of main switch board and

tested onboard. (i) 03Nos Triple pole moulded case circuit breaker (rated 250 A make Merlin Gerin) (ii) ) 25Nos Indications lamps (iii) 10Nos Selector switches (iv)15Nos Meters ( Voltmeters, Hz , KW, Ammeter, (Synchroscope meter) (v) Main switchboard illuminations

(c) Inspection / QC Check points.

(i) Opening Inspection.

(aa) Check and ascertain the defects.

(ab) Check /ensure new spares to be procured from OEM make/ISI standards /as per sample only.

(ii) Repair/Overhaul Inspection.

(aa) Check for overhaul/repair/replace of above items as per laid down procedure and quality of overhaul/repair works

1

2

2 3

3 3

Page 18: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 18 of 82

Ser

Job Description & Activity Description

Inspection

P R W H

(ab) Check New spares make, quantity, quality and reliability. Check for OEM Test/calibration certificate of meters

(ac) Check for securing, fitment and finally alignment.

(iii) Final Test.

(aa) Check and test as per OEM Tech Manual /Drawing/specifications and QC formats.

(ab) Check for smooth functioning and sequence operation, proper input / output. To be proved to its capacity for continues operation.

5 (a) Job Description. L30005: 04 in nos group starter panels to be

overhauled/ repair and tested onboard.(Timer and bi-metallic overload relay to be calibrated) (b) Activity Description.

Starter panels to be overhauled/ repair and tested onboard as per laid down procedure. Timer and OLR to be calibrated as per Performa. (c) Inspection / QC Check points.

(i) Opening Inspection.

(aa) Check and ascertain the defects and repair/renew/overhaul accordingly.

(ab) Check /ensure new spares to be procured from OEM make/ISI standards /as per sample only.

(ii) Repair/Overhaul Inspection.

(aa) Check for overhaul/repair/replace of above items as per laid down procedure and quality/reliability of overhaul/repair works and new spares. (ab) Insulation of starter panel should be above 02 M-ohms. (ac) Witness for calibration of OLR and timer as per Performa.

(ac) Check for securing, fitment and connection.

(iii) Final Test.

(aa) Check and test as per OEM Tech Manual /Drawing/specifications and QC formats.

(ab) Check for smooth functioning and sequence operation, proper input / output. To be proved to its capacity for continues operation.

1

2

2 3

3 3

Page 19: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 19 of 82

Ser

Job Description & Activity Description

Inspection

P R W H

6 (a) Job Description. L30006: The following motors to be overhauled and

tested onboard. (b) Activity Description. Motor overhaul :

(i) 02Nos Feed water cargo pump motor(11 kw) (ii) Fuel oil transfer pump motor(1.1 Kw) (iii) 02Nos Fresh water cargo pump motor( 18 Kw). (iv) Sewage pump motor for STP (1.5 Kw) (v) Dirty lub oil pump motor (1.1 Kw) (vi) 02Nos Bilge/ fire pump motor. ( 7.5 Kw (vii) Main domestic SW hydrophore pump motor (1.1 Kw) (viii) 02Nos General Service pump motor.(7.5 Kw) (ix) Main domestic FW hydrophore pump motor (1.1 Kw) (x) Stripping pump motor (1.1 Kw) (xi) Alternate domestic SW hydrophore pump motor (1.1 Kw) (xii)Alternate domestic FW hydrophore pump motor (1.1 Kw) (xiii) Engine Room supply fan motor.(15 Kw) (xiv) Engine Room exhaust fan motor.(7.5 Kw) (xv) Accomodation Supply fan motor.(0.75 Kw) (xvi)Store supply fan motor.( 0.55 kw) (xvii) Galley Exhaust fan motor.(0.37 Kw.

(c) Inspection / QC Check points.

(i) Opening Inspection.

(aa) Check and ascertain the defects and repair/renew/overhaul accordingly. Motors to be overhaul as per laid down procedure (QAP001 and 103) (ab) Check /ensure new spares to be procured from OEM make/ISI standards /as per sample only.

(ii) Repair/Overhaul Inspection. (aa) Check for overhaul/repair/replace of above items as per laid down procedure and quality/reliability of overhaul/repair works and new spares. (ab) Insulation of motor should be above 02 M-ohms. (ac) Check for securing, fitment and connection.

(iii) Final Test. (aa) Check and test as per OEM Tech Manual /Drawing/specifications and QC formats. (ab) Check for smooth functioning and sequence operation, proper input / output, SPM of bearings should be in green zone, vibration should be in limit as per ISO2372 and temp of bearings and body should be below 60’c. To be proved to its capacity for Continues operation.

1

2

2 3

3 3

Page 20: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 20 of 82

Ser

Job Description & Activity Description

Inspection

P R W H

7 (a) Job Description. L30007: The following motor and starter to be

overhauled and tested onboard.( 220 V, 01 Ph, 50 Hz) (b) Activity Description. Starter overhaul :

(i) Wheel house supply fan motor (ii) Second officer room supply fan motor (iii) Emergency generator set supply fan motor (iv) Bathroom exhaust fan motor. (v) Paint store supply fan motor. (vi) ) CO2 room exhaust fan motor. (vii) Toilet exhaust fan motor (viii) Galley supply fan motor. (ix) Provision store supply fan motor. ) (x) Steering gear supply fan motor.

(c) Inspection / QC Check points.

Check as per Sl. No 05 /DL 30005

1

2

2 3

3 3

8 (a) Job Description. L30008: The following battery charger to be

overhauled (b) Activity Description. Overhaul following :

(i) Emergency DG starting battery charger.( 0.5 Kw, 220 V. 50 Hz,/24 V DC) (ii) Main DG starting battery charger.( 0.5 Kw, 220 V. 50 Hz,/24 V DC) (iii) 24 V DC transformer rectifier unit.(1.5 kw, 415 V, 3 Ph, 50 Hz/ 24 V DC) (iv) Air compressor battery charger.( 220 V/12 V DC)

(c) Inspection / QC Check points.

Check as per Sl. No 05 /DL 30005

1

2

2 3

3 3

9 (a) Job Description. L30009: The following starters with control panels to

be overhauled and tested onboard. (b) Activity Description. Overhaul following :

(i) Steering gear ( port & stbd) 8 kw (ii) Air compressor. (5.6 Kw) (iii) Boat davit .(5.6 Kw) (iv) Anchor Windlass.(9.3 Kw)

(c) Inspection / QC Check points.

Check as per Sl. No 05 /DL 30005

1

2

2 3

3 3

10 (a) Job Description. L30010: The following display unit and PCB to be

calibrated and tested onboard. (b) Activity Description. Overhaul following :

(i) Propulsion control system (Port & Stbd) make Twin disc type EC250 (ii) Marine power display unit (port & Stbd) make Caterpillar Type- MPD (iii)Steering gear control and alarm panel. Make Geeta Engineeering (iv) EOT – EC2400 (v) Sound power telephone. Make GITIESSE (vi) Echo sounder display unit. Make –Furuno

1

2

2

3

Page 21: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 21 of 82

Ser

Job Description & Activity Description

Inspection

P R W H

(vii) Air horn control panel. Make- Rakmee engineering (ix) Navigational light panel. 220 V AC , 24 V DC (x) Shaft RPM indicator. (Port & Stbd) Make- BECONELEX (xi) Rudder indicator meter of steering. Make – Geeta Engineering

(c) Inspection / QC Check points.

(i) Opening Inspection. (aa) Check and ascertain the defects of all above control panels and repair/renew/overhaul accordingly. (ab) Check /ensure new spares to be procured from OEM make/ISI standards /as per sample and marine grade only.

(ii) Repair/Overhaul Inspection. (aa) Check for overhaul/repair/replace of above items as per laid down procedure and quality/reliability of overhaul/repair works and new spares. Meters, electronic units/items, light fittings should be only marine grade. (ab) Insulation of control panel should be above 02 M-ohms. (ac) Witness for calibration of relays and timer as per Performa.

(ac) Check for securing, fitment and connection. (iii) Final Test.

(aa) Check and test as per OEM Tech Manual /Drawing/specifications and QC formats. (ab) Check for smooth functioning and sequence operation, proper input / output. To be proved to its capacity for continues operation.

3

3

11 (a) Job Description. L30011: 35 in nos wall mounted fans defective. To be

replaced. Make – Orient Fans(PSPO) Sweep 400 mm (b) Activity Description. Replace following 35 in nos wall mounted fans. (c) Inspection / QC Check points.

(i) Check and test for renewed 35Nos wall mounted Orient Fans (PSPO) sweep 400mmm as per laid down procedure and quality/reliability of new Fans. (ii) Check for securing, fitment and connection. (iii) Check and test as per OEM Tech Manual /Drawing/specifications. Fan should run smoothly and sequence operation and be proved to its capacity for continues operation.

1

2

2 3

3 3

Page 22: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 22 of 82

Ser

Job Description & Activity Description

Inspection

P R W H

12 (a) Job Description. L30012: 20 in nos switch sockets (230 V , 16 Amps)

defective. To be replaced. (b) Activity Description. Replace following 20 in nos switch sockets (230 V

, 16 Amps) Make Roma/Anchor/Reputed make only. (c) Inspection / QC Check points.

(i) Check and test for renewed 20Nos Switch sockets as per laid down procedure and quality/reliability of new Switch sockets. 20Nos 230V 16Amps Switch socket should be procured only Make Roma/Anchor/Reputed make. (ii) Check for securing, fitment and connection. (iii) Check and test switch sockets for operation. Switch sockets should run smoothly and be proved to its capacity for continues operation.

1

2

2 3

3 3

13 (a) Job Description. L30013: 02 in nos galley hot plates to be repaired ,

coils to be replaced of 13 Kw . Make- Susma &Co. (b) Activity Description. Repair/renew of 02 in nos galley hot plates and

coils. (c) Inspection / QC Check points.

(i) Opening Inspection. (aa) Check and ascertain the defectsand repair/renew/overhaul accordingly. (ab) Check /ensure new spares to be procured from OEM make/ISI standards /as per sample and marine grade only.

(ii) Repair/Overhaul Inspection. (aa) Check for overhaul/repair/replace of galley hot plates and coils as per laid down procedure and quality/reliability of overhaul/repair works and new spares. (ab) Insulation of Galley hot plate /coils should be above 02 M-ohms. (ac) Check for securing, fitment and connection.

(iii) Final Test. (aa) Check and test as per OEM Tech Manual /Drawing/specifications and QC formats. (ab) Check for smooth functioning and sequence operation, proper input / output of galley hot plate13Kw. To be proved to its capacity (13Kw) for continues operation.

1

2

2 3

3 3

14 a) Job Description. L30014: PA System amplifier with 04 loud speakers

and 10 round speakers to be tested and made operational.(250 W) (b) Activity Description. Re[pair/renew following PA System amplifier with

04 loud speakers and 10 round speakers.

1

2

2

3

Page 23: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 23 of 82

Ser

Job Description & Activity Description

Inspection

P R W H

(c) Inspection / QC Check points.

(i) Opening Inspection. (aa) Check and ascertain the defects and repair/renew/overhaul accordingly. (ab) Check /ensure new spares to be procured from OEM make/ISI standards /as per sample and marine grade only.

(ii) Repair/Overhaul Inspection. (aa) Check for overhaul/repair/replace of PA System as per laid down procedure and quality/reliability of overhaul/repair works and new spares. (ab) Check for securing, fitment and connection.

(iii) Final Test. (aa) Check and test PA System amplifier with 04 loud speakers and 10 round speakers (250 W) as per OEM Tech Manual /Drawing/specifications. (ab) Check for smooth functioning and sequence operation, To be proved to its capacity for continues operation.

3 3

15 (a) Job Description. L30015: Digital Tank gauge of water level system to

be tested on board and sensors to be replaced.( Micro controls Pvt. Ltd, Indore, India). (b) Activity Description. Repair and test of Digital Tank gauge of water

level system and sensors to be replaced of make Micro controls Pvt. Ltd, Indore, India (c) Inspection / QC Check points.

(i) Opening Inspection. (aa) Check and ascertain the defects and repair/renew/overhaul accordingly.

(ii) Repair/Overhaul Inspection. (aa) Check for overhaul/repair/replace of Digital Tank gauge of water level system as per laid down procedure and quality/reliability of overhaul/repair works and new spares. (ab) Check for securing, fitment and connection.

(iii) Final Test. (aa) Check and test as per OEM Tech Manual /Drawing/specifications and QC formats. (ab) Check for smooth functioning and sequence operation, To be proved for continues operation.

1

2

2 3

3 3

16 (a) Job Description. L30016: 02Nos Clutching system of both gear boxes to

be checked and spare PCBs (EC250) module to be supplied.

Page 24: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 24 of 82

Ser

Job Description & Activity Description

Inspection

P R W H

(b) Activity Description. Repair and test of 02Nos Clutching system of

both gear boxes and spare PCBs (EC250) module to be supplied. (c) Inspection / QC Check points.

(i) Opening Inspection. (aa) Check and ascertain the defects and repair/renew/overhaul accordingly as per OEM Tech Manual/Laid down procedure.

(ii) Repair/Overhaul Inspection. (aa) Check for quality/reliability of overhaul/repair works and new spares. Check for supplied New PCB module as per demand and OEM Tech Manual. (ab) Check for securing, fitment and connection.

(iii) Final Test. (aa) Check and test as per OEM Tech Manual /Drawing/specifications. (ab) Check for smooth functioning and sequence operation, To be proved for continues operation on board.

1

2 2 3

3 3

17 (a) Job Description. L30017: Intercom phone line in craft to be tested and

made operational. Make – Beetel (b) Activity Description. Repair and test of Intercom phone line in craft and

made operational. (c) Inspection / QC Check points.

(i) Opening Inspection. (aa) Check and ascertain the defects and repair/renew/overhaul accordingly as per OEM Tech Manual/Laid down procedure./Make Beetel

(ii) Repair/Overhaul Inspection. (aa) Check for quality/reliability of overhaul/repair works and new spares/Intercom system. . (ab) Check for securing, fitment and connection.

(iii) Final Test. (aa) Check and test as per OEM Tech Manual /Drawing/specifications. (ab) Check for smooth functioning and sequence operation, To be proved for continues operation on board.

1

2

2 3

3 3

18 (a) Job Description. L30018: The following light fittings to be repaired or

replaced. (b) Activity Description. Repair /replaced and test of light fittings (i )02Nos

Search light fittings, (ii) 05Nos Flood light fittings, (iii) 08Nos Navigational light fittings, (iv) 40Nos Tube light fittings, (v) 20Nos Pendent light fittings

1

2

2

3

Page 25: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 25 of 82

Ser

Job Description & Activity Description

Inspection

P R W H

(c) Inspection / QC Check points.

(i) Opening Inspection. (aa) Check and ascertain the defects of light fittings and repair/renew/overhaul accordingly.

(ii) Repair/Overhaul Inspection. (aa) Check for quality/reliability of renewed /repaired works of light fittings and new spares. (ab) Check for securing, fitment and connection.

(iii) Final Test. (aa) Check and test of light fittings. (ab) Check for smooth functioning and sequence operation, To be proved for continues operation on board.

3 3

19 (a) Job Description. L30019: 07 in nos window wipers in wheel house with

arms to be repaired and made operational. Make – Rakme Engg. (440 V, 3 Ph, 50Hz) (b) Activity Description. Repair /replaced and test of 07Nos window wiper

with arms (c) Inspection / QC Check points.

(i) Opening Inspection. (aa) Check and ascertain the defects of 07 Nos window wiper and repair/renew/overhaul accordingly.

(ii) Repair/Overhaul Inspection. (aa) Check for quality/reliability of renewed /repaired works of window wipers and new spares. New Material should be marine grade quality. (ab) Check for securing, fitment and connection.

(iii) Final Test. (aa) Check and test of 07nos window wipers onboard. (ab) Check for smooth functioning and sequence operation, To be proved for continues operation on board.

1

2

2 3

3 3

20 (a) Job Description. L30020: 200Mtrs 3 core 16 sq mm shore supply cable

to be replaced (b) Activity Description. Replaced of 200Mtrs 3core 16Sqmm cable of

shore supply cable. (c) Inspection / QC Check points.

(i) Check supplied cable for 200Mtrs, 3core, 16sqmm, Reputed Make only, Quality and continuity. (ii) Check and test shore supply cable for its load capacity. Cable should take capacity of boat /ship for continuous rating without effecting any property of cable. Temp should not be increased continuously/should be within limit.

1

2

2 3

3 3

Page 26: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 26 of 82

Ser/DL No Job Description & Activity Description

Inspection

P R W H

E-1 Job Description. Material inspection. Activity Description / Instruction. Check all items / material listed in standard / promulgated bill of material for overhaul / repair kit is available. Check the following:-

(a) Check quantity and quality of each item and make list of deficient items. (Total list of components and subcomponent to be provided by User Manager / Firm). (b) Check if deficient items are made available for inspection at a later stage of the work. (c) Make list of all spares which were reused / used after reconditioned. (d) Check manufacturer’s test certificates / challans / test certificates. Get the material tested from NABL accredited lab.

3,5

3

E-20010, 11,14,17,22,42,43 & 46

Job Description. Repair/Renewal of pipes as per sample. Activity Description / Instruction.

All work to be carried out as per SOW promulgated by the User Manager (a) Procurement of the Material – Procure Cu-Ni (90:10) pipes as per (BS2871 Part 3), Flanges- Gun metal-LG 4, Fasteners – HT brass, End fittings- NAB, Clamps- MS, Lagging- Deck head and Bulkhead- MFMB. Submit the procurement challans and manufacturer’s test certificate to QC(E) dept. One sample from each Heat of pipes and raw material for flanges and fittings to be tested for physical and chemical analysis at NABL accredited lab in presence of QC (E) rep. On receipt of satisfactory reports, the material will be cleared for production. Post raw material inspection, hand over the procured material to SMSYS or as directed by SMSYS.

1,5 3,5

3

Ser

Job Description & Activity Description

Inspection

P R W H

21 Remarks. Legend

(a) ‘P’- Perform, ‘R’- Review, ‘W’- Witness, ‘H’- Hold Point, 1 – Firm, 2 - YCM Dept /User Dept. 3 – QC (L&W) 4 - SS/MTU/ETMA (b) QC Hold Point (H)- The Dept/Firm is not to proceed further till the receipt of approval of QC representative. (c) Offloaded Jobs / Local Purchase. All stages will be QC checked / witnessed by QC(L&W).

(d) In case of any renewal of material is to be undertaken and the composition is not known from OEM manuals/ drawings, The certificate of the original / renewal material is required to be submitted. New material to be procured from OEM/reputed make/ISI make only/as per sample/ demand.

(e) All the old material (eg: spare parts and sub assemblies etc) are to be handed over to the ship’s staff / customer. (f) The Dept. / Firm has to submit relevant test certificates for materials from Government approved/NABL accredited laboratory. (g) The Dept. / Firm is required to undertake inspections, satisfy themselves regarding the quality of the items offered and submit report to QC. (h) Environmental and Safety Standards. The Dept. / Firm shall follow all safety norms and IMS (Integrated Management Systems) standards of ND (MB) in accordance with ISO9001:2008 ,ISO14001:2004 & OHSAS 18001:2007

Page 27: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 27 of 82

Ser/DL No Job Description & Activity Description

Inspection

P R W H

(b) Manufacture of Pipe and Fittings. Identify the pipes as per SOW indicated by systems department’s Rep and remove them from their location with prior permission of Ship’s Staff. Land the pipes in firm’s workshop and give the reports to QC (E). Gauge the pipes /gauge on board, if broken or missing as per the site requirement. Manufacture flanges and fittings. (c) Manufacture Template/Jigs. Manufacture template/jigs as per the site requirement. Fabricate the pipes by using appropriate Bend / Elbow /Fittings of Cu Ni 90/10. Hot bending is prohibited for Cu Ni pipes. Bends to be checked for bending defects- ovality, bulging, thinning of the wall etc. Select compatible electrodes as per line /fittings material. Tack weld the edge prepared pipes and subsequently full welding to be carried out by TIG welding performed by qualified TIG welders. Submit welders qualification certificate to QC(E). All the joints to be DP tested. (d) All fittings and associated pipes should be marked in order to readily identify the source and date of manufacture. The marking is to have following details:-

(i) Firm’s name. (ii) Date of manufacture carried out.

(e) Hydraulic pressure test- Post fabrication, the pipes are to be heat treated. Pickle the pipes in a suitable chemical bath. Manufactured pipes are to be pressure tested to 1.5 times the working pressure.

(f) Fitment and Clamping of Pipes - Fit the pipes in their location by using appropriate jointing material and renew the defective fasteners. Secure the pipes to the ship’s structure with appropriate clamps, fasteners and rubber packing. Prove the system. (g) On completion of renewal of pipes, carry out hot/cold lagging as necessary. (h) All lagging/ paneling/ cabling damaged during degutting to be renewed by the contractor. (j) All old pipes, fittings to be handed over to ship’s staff / SYS dept and submit the handing over report to QC (E). (k) Submit satisfactory work done certificate from Ship’s Staff to QC(E)

Page 28: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 28 of 82

Ser/DL No Job Description & Activity Description

Inspection

P R W H

E20002, 12,18,20,23,24,25,28,37,38,39, & 44

Defect Description. Repairing / overhauling of valves. Activity Description.

(a) Identify the valves as per SOW. Remove the valves from their location post permission of ship’s staff. Blank both ends of pipes/equipments with suitable blank. Put tally on each valve. Prepare a list of valves removed and get signatures from section in-charge of ship’s staff. Submit list of valves removed to QC (E). Shift the valves to the firm’s workshop (The workshop premises should be the same for which the firm has obtained registration from the Yard). Dismantle the valves. Metallic components of valve to be chemically & mechanically cleaned. Chemical cleaning procedure to be approved by QC(E). Prepare opening inspection reports and signed by firm’s QC inspector/engineer. (b) Submit opening inspection reports prepared by the firm, list of valves removed from ship duly signed by section in-charge of ship’s staff and Gate pass challans to QC(E)’s office. Forward call letter for opening inspection to QC(E)’s office, 48 hrs in advance to plan and facilitate deputing QC(E) personnel. The call letter should be forwarded along with firm’s QC report as indicated .

1,5

3

3

Page 29: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 29 of 82

Ser/DL No Job Description & Activity Description

Inspection

P R W H

(c) As per ND(MBI)/QC(E)’s opening inspection report, procure the material for renewal of parts. In case of any renewal of material is to be undertaken and the composition is not known from OEM manuals/ drawings, the contractor has to undertake the tests of materials from government approved/NABL accredited laboratory for its composition in order to select the same or equivalent material. The test sample will be stamped by the QC rep. The certificate of the original material and the renewed material is required to be submitted by the firm. (d) Submit the procurement challans to MQC(E) for verification. Note- All rubber parts, liners, gaskets, seals and glands must be renewed though they are in good condition. (e) Overhaul the valves as per procedure [in accordance with valve repair manual held with QC (E)]. Pressure tests the valves at 1.5 times the working pressure of the system indicated by ship’s staff. Pressure test of valves to be undertaken for five cycles to test the integrity of valves. Prepare overhaul/repair reports. Submit the overhaul/repair reports to QC (E) for scrutiny and offer for final QC inspection 48 hrs in advance. (f) In case of renewal of valve, procure valve from reputed manufacturers conforming to MIL grade and submit the procurement challan & manufacturer’s test certificates to QC (E) for scrutiny and offer for final QC inspection. (g) Post satisfactory reports/pr test, valves to be painted as per original paint / epoxy red oxide and blank valves flanges with plug/plastic plug. (h) Fitment of valve onboard, remove blank, use suitable joint & fasteners as per the system (OEM manual) post overhauling/refurbishment the rod gearing. (j) Proving of system by carrying out running pr test & rectify leakages if any. (k) Re-gut the items/equipment if any, by using suitable fasteners and gaskets. (l) On completion of all work as per SOW, obtain and submit Work Completion Certificate duly signed by ship’s staff. (m) Submit all reports in duplicate to QC(E).

E-20001 Job Description. Overhauling of 02 in nos. HP Air Compressors.

Activity Description.

Carry out complete overhaul of 02 in nos. HP Air compressor Make: KG Khosla

and Co, Model: BD 11.5, Capacity: 11.5 CFM. Replace all defective parts and carry out HATs&SATs.

1 1 3 3,4

Page 30: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 30 of 82

Ser/DL No Job Description & Activity Description

Inspection

P R W H

E-20003 Defect Description. Overhaul the steering system hand pump(Qty 01), renew all rubber parts and "O" rings. Prove the pump in system post overhaul. Activity Description. Dismantle pump completely, clean all parts, gauge driver and driven gear at bearing journal, check for bearing condition, prepare the inspection report and submit to the QC (E). Renew bearing if hard or damaged, check the condition or the spool valve, renew the mesh filter and dip stick, renew the end seals or as instructed by the QC(E) rep. Carry out painting post overhaul.

1

--

3

3

E-20004 Defect Description. Steering Pump (Port & Stbd) (Qty 02)-Remove and check the Lub oil hydraulic motor driven pumps Check internal parts. Carry out dimensional checks on pump, renew / recondition worn out parts. (Type: M4) Activity Description. Dismantle pump completely, clean all parts, gauge driver and driven gear at bearing journal, check for bearing condition, prepare the inspection report and submit to the QC (E). Renew bearing if hard or damaged, check the condition or the spool valve, renew the mesh filter and dip stick, renew the end seals or as instructed by the QC (E) rep. Carry out painting post overhaul.

1

--

3

3

E-20005 Defect Description. Renew rudder motor top and bottom seals (Qty 02). Activity Description. Dismantle clean all parts, check for any wear on oscillator piston, Scoring on the tiller at bearing and seal area, if observed the same must be hard chrome to standard size refer the OEM manual or as instructed by QC(E) rep. Renew seal of OEM make. Carryout painting post HATs.

1

--

3

3

E-20006 Defect Description. Renew rudder motor piston seals with correct rubber grade (Qty 02). Activity Description. Dismantle clean all parts, check for any wear on oscillator piston, Scoring on the tiller at bearing and seal area, if observed the same must be hard chrome to standard size refer the OEM manual or as instructed by QC(E) rep. If the casing is scored the same must be honed. Carryout painting post HAT

1

--

3

3

E-20007 Job Description. Clean the Rudder stock gland packing internally, check bush clearance, renew bush and gland packing. Activity Description. Remove the old gland packings & check the bush clearances, bushes clearances found more than the design limit, remove the rudder stock & rudder bushes, gauge the bush ID &OD rudder stock OD, repair the rudder stock if required & renew the rudder bush, restore the initial clearances& renew the gland packings.

1 3 3

E-20008 Defect Description. Renew the rubber bushes in coupling between motor and hydraulic pump (Qty 01). Activity Description. Renew as instructed above and submit the material certificate to QC(E) rep.

1

--

3

3

E-20009 Defect Description. Overhaul and pressure test 12 in no hydraulic system valves. Size: 25 NB (Testing Pressure 40 Kg/cm2) (Qty 12). Activity Description. (a) Identify the valves as per sow. remove the valves from the place, blank the system and

transport the valves to firm’s workshop. Give the details to QC AST cell duly signed by

the ship staff.

(b) Dismantle the valves, wash the valves part in a suitable solvent (cleaning by chemical).

Chemical cleaning procedure to be approved by mqc (e) after complete dismantling and

cleaning a detailed defect check is to be made by the firm and report submitted to QC (E).

Post inspection by QC (E) rep the part to be renewed as instructed and material test

certificate to be submitted to QC (E). After assembling hydro-pressure testing to be carried

out in presence of the QC (E) rep. Material of fasteners aluminum bronze for under water

1

--

3

3

Page 31: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 31 of 82

Ser/DL No Job Description & Activity Description

Inspection

P R W H

and SS 304 for system valves. All rubber liner, seals, rubber seat rings, teflon seat if any to

be renewed in all valves. Material of rubber- polychlroprene, asbestos packing as per

original material. land renewed rubber for test in govt. approved lab./NABL lab/IRMRA

along with QC reps.

E-20013 Job Description. Both stern tube seals and inner gland leaking, seal and gland to

be replaced. Activity Description. Remove both old stern tube seals, inner gland seals&

replace with new one.

1 3 3

E-20015 Job Description. Overhaul of PME engine driven sea water pump.

Activity Description. Sea Water Pump to be overhauled and renew mechanical seal. Replace all worn out parts and reassemble. Performance to be accessed during HATs.

1 1 3 3,4

E-20016 Job Description. Repair of Port gear box lub oil filter.

Activity Description. Port gear box lub oil filter body cracked, lub oil leaking

while in operation. Filter body to be changed.

1 1 3 3

E-20019 Job Description. Following pressure and temperature gauges of various

systems of both main engine not working, to be renewed:- (a) F/W pressure gauge(4”dia, 1/4 BSP, 0 – 10 bar) (Qty 04). (b) S/W pressure gauge(4”dia, 1/2 BSP, 0 – 07 bar) (Qty 02).

(c) G/B Lub oil pressure gauge(2”dia, ¼ BSP, 0 – 40 bar) (Qty 02). (d) F/W temperature ( 0 – 100 deg C) (Qty 06).

Activity Description. Renew pressure gauge of suitable dial and range as specified above, submit the calibration certificate of the same.

1

--

3

3

E-20021 Job Description. Air Starter of Diesel Alternators.

Activity Description. Both Diesel Alternator air starters not working. Air starter to

be replaced. Spares to be procured from OEM.

1 1 3, 4

3,4

E-20026 Defect Description. S/W Hydrophore tank level gauge glass broken and adaptor perished. Level glass and adaptors to be renewed. Activity Description. Renew above parts and submit the challan of the renewed spare.

1

--

3

3

E-20027 Defect Description. Following S/W Hydrophore tank pressure gauge not working, to be renewed:- (a) 0 - 10 bar(Qty 02) (b)1– 06 bar(Qty 02) Activity Description. Renew pressure gauge of suitable dial and range as specified above, submit the calibration certificate of the same.

1

--

3

3

E-20029 Defect Description. 37 TPH Mody DD fire main pump mechanical seal leaking. Mechanical seal to be changed. (Qty 01) Activity Description. Dismantle the pump clean all the parts carry out the visual inspection and gauging of parts, prepare the report and submit to the QC (E). If excessive clearance is observed between the sealing rings, restore the clearances or as instructed by the QC(E) rep. Carry out the shaft trueness check, dynamic balancing of the rotating unit, submit the certificate, carryout painting post HATs.

1

--

3

3

E-20030 Defect Description. 02 in no F/W tank level sensors defective. Defective sensors to be renewed/ repair and prove the system. (qty-02) Activity Description. Carry out the activities as above.

1 3,5

3

Page 32: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 32 of 82

Ser/DL No Job Description & Activity Description

Inspection

P R W H

E-20031 Defect Description. Bilge and ballast pump suction distance piece holed various places. Distance piece to be renewed. Mat : CuNi, Length: 1”, Dia: 3”(qty-01). Activity Description. Carry out the activities as for the DL E -20010 indicated above.

1 5

E-20032 Defect Description. Following suction and discharge pressure gauges of various pumps not working; suction and discharge pressure gauges along with capillaries, end fittings and cocks to be renewed:- (a) 0– 6 Bar (Qty 25). (b) 0 – 10 Bar (Qty 25). (c) Capillaries (100Mts). (d) Cocks, Mat : Brass, Size 1/4 “(Qty 50). Activity Description. Renew pressure gauge of suitable dial and range as specified above, submit the calibration certificate and the material challan of the same.

1

--

3

3

E-20033 Defect Description. Drain Lub oil from steering system, blow through the system before refilling the oil. Carry out chemical cleaning and if found damaged beyond specified limit pipes along with end fittings to be renewed(Qty 01). Activity Description. All the pipes to be chemically cleaned the procedure of the chemical cleaning to be submitted by the firm for approval from QC (E). carry out the chemical cleaning of the pipes, carryout hydro-pressure testing to 1.5 times the working pressure in presence of QC(E) rep. if any damage is observed the same

to be renewed with end fitting. All pipes to be manufactured as per sample ,the material to be tested an govt. approved NABL lab and to be witnessed by QC reps.

1

--

3

3

E-20034 Job Description. Carry out clearance check of all aft, forward, p” block bearing

and bulkhead glands. Record and recondition if necessary. Activity Description. Carry out clearance check of all aft, forward, p” block

bearing and bulkhead glands. If clearance found more than the design limit, renew the bushes & restore the design limit.

1 3 3

E-20035 Job Description. Clean Propeller, polish it & apply grease. Check visually for any

external damage to the propeller and recondition if necessary. .Activity Description. Carry out visual inspection, if found damage & bend, repair

the blades as required. Static balancing to be carried out after repair.

1 3 3

E-20036 Job description. Remove the securing screw, screw from propeller boss &

remove propeller cone. Check propeller nut & locking pin. Replace grease with fresh charge & free assemble the cone. Carry out cementing post fitment. Activity Description. Remove the securing screw, screw from propeller boss &

remove propeller cone. Check propeller nut & locking pin. If found damage, repair/ renew. Replace grease with fresh charge & free assemble the cone. Carry out cementing post fitment.

1 3 3

E-20040 Defect Description. Replace air system pressure gauges viewed not working. As per sample(Qty 03). Activity Description. Renew pressure gauge of suitable dial and range as specified above, submit the calibration certificate of the same.

1

--

3

3

E-20041 Job Description. Cleaning and Pressure Testing of 03 in nos. Air Reservoirs.

Activity Description. Chemically clean and pressure test 03 in nos. air

reservoirs and test certificate to be issued (Capacity: 125 Ltrs, Test pressure ; 40 Kg/cm2).

1 1 3 3

E-20045 Defect Description. Overhauling of 01 in no hand pump in fuel system. Replace the defective parts (Qty 01). Activity Description. Dismantle the pump clean all the parts carry out the visual inspection and gauging of parts, prepare the inspection report and submit to the

1

--

3

3

Page 33: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 33 of 82

Ser/DL No Job Description & Activity Description

Inspection

P R W H

QC(E) rep. renew part as instructed by the QC(E) rep. Assemble the pump, renew the cover seal. Test its performance.

E-20047 Activity Description. Manufacture of 30 grease cups as per sample. Mat : Brass(30nos). Activity Description. Carry out the work as above. Submit test certificates for the material.

1 5

E-20048 Defect Description. Renew 02 in nos 20 TPH submersible pump with starter. Make–Mody, Cap 20 TPH (Qty 02). Activity Description. Renew as instructed above submit the challan and guarantee certificate from the OEM.

1

--

3

3

E-2 Job Description. Preparation of inspection reports and forwarding of trial / test reports. Activity Description. All inspection reports and trial / test reports as per OEM format to be forwarded to SMQC (E) for promulgation of Quality Control Inspection Reports (QCIRs).

Legend (a) ‘P’- Perform, ‘R’- Review, ‘W’- Witness, ‘H’- Customer/QC Hold Point, (b) 1 – Contractor/ Firm, 2 - IRS/LRS, 3 – MQCE, 4 – Ship Staff, 5-SMYCM. Notes:- (a) H-Customer/QC Hold Point. The contractor is not to proceed further till approval of QC representative. (b) In case of any renewal of material is to be undertaken and the composition is not known from OEM manuals/ drawings, the contractor has to undertake the tests of materials from government approved/NABL accredited laboratory for its composition in order to select the same or equivalent material. The test sample will be stamped by the QC rep. The certificate of the original material and the renewed material is required to be submitted by the firm. (c) All the old material (eg: spare parts, sub assemblies etc) are to be handed over to the ship’s staff / customer and certificate for the same to be submitted to the QC dept prior completion of refit. (d) In case of imported materials, certificates from classification societies are required to be forwarded. (e) Test Certificates. The contractor has to submit relevant test certificates for materials from Government approved/NABL accredited laboratory. (f) The firm is required to undertake QC inspections, satisfy themselves regarding the quality of the items offered and submit report to QC(E) dept in the specified format. QC reps will be deputed only on receipt of firm’s QC reports along with call letters. (g) On completion of the work, the firm is required to submit a list of work undertaken report for each item and work done certificate from ship’s staff to MQC (E) to enable issue of I Note. (h) Environmental and Safety Standards. The firm shall follow all safety norms and IMS (Integrated Management Systems) standards of ND (MB) in accordance with ISO9001:2008 ,ISO14001:2004 & OHSAS 18001:2007.

Page 34: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 34 of 82

Enclosure III of RFP DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Dated 09 Feb

2016

STANDARD CONDITIONS OF CONTRACT FOR PARTIAL/COMPLETE REFIT/ REPAIRS OF SHIPS/SUBMARINES/MARINE AND SERVICE ASSETS

(Forms an integral part of the Contract, to be sent as Enclosure III of RFP)

TABLE OF CONTENTS

ARTICLE NO. / DESCRIPTION

ARTICLE 1 - DEFINITION AND ABBREVIATION ARTICLE 2 - EFFECTIVE DATE AND OPERATION OF CONTRACT ARTICLE 3 - SCOPE OF CONTRACT ARTICLE 4 - CONTRACT PRICE AND TERMS OF PAYMENT ARTICLE 5 - TAXES AND DUTIES ARTICLE 6 - ADVANCE BANK GUARANTEE ARTICLE 7 - PERFORMANCE BOND ARTICLE 8 - DURATION AND DELIVERY ARTICLE 9 - LIQUIDATED DAMAGES ARTICLE 10 - RISK AND EXPENSE CLAUSE ARTICLE 11 - QUALITY AND INSPECTION ARTICLE 12 - WARRANTY & WARRANTY BOND ARTICLE 13 - GENERAL TERMS AND CONDITIONS ARTICLE 14 - INDEMNITY & INSURANCE ARTICLE 15 - SECURITY ARTICLE 16 - FORCE MAJEURE ARTICLE 17 - TERMINATION OF CONTRACT ARTICLE 18 - LAW ARTICLE 19 - ARBITRATION ARTICLE 20 - PENALTY FOR USE OF UNDUE INFLUENCE ARTICLE 21 - AGENTS/AGENCY COMMISSION ARTICLE 22 - ACCESS TO BOOKS OF ACCOUNT ARTICLE 23 - NON DISCLOSURE OF CONTRACT DOCUMENTS ARTICLE 24 - NOTICES ARTICLE 25 - AMENDMENTS ARTICLE 26 - FREE SERVICES BY NAVY ARTICLE 27 - NOTICES & COMMUNICATIONS ARTICLE 28 - INTERPRETATION ARTICLE 29 - ENVIRONMENTAL POLICY ARTICLE 30 - LABOUR REGULATIONS ARTICLE 31 - REMOVAL OF METAL SCRAP & DEBRIS ARTICLE 32 - PROVISION OF SERVICES BY CUSTOMER ARTICLE 33 - PROVISION OF SERVICES BY CONTRACTOR. ARTICLE 34 - UTILISATION OF CUSTOMER'S FACILITIES BY CONTRACTOR. ARTICLE 35 – THIRD PARTY INSPECTION. ARTICLE 36 - APPROVAL OF DRAWINGS, SPECIFICATIONS AND STANDARDS. ARTICLE 37 – SPECIA LCONDITIONS OF CONTRACT FOR RRC/AMC ARTICLE 38 - ARTICLE 39 - ARTICLE 40 - SIGNATURE AND WITNESSING BY PARTIES ARTICLE 41 - ADHERENCE TO SAFETY NORMS BY CONTRACTORS

ANY AGREEMENT ARRIVED AT DURING CNC

Page 35: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 35 of 82

ANNEX No./ DESCRIPTION ANNEX 1 : FORMAT OF CERTIFICATE OF ACCEPTANCE ANNEX 2 : SCOPE OF WORK (DEFECT LIST WITH ITEMISED COST) ANNEX 3 : FORMAT OF PROMULGATING CHANGE IN SCOPE OF WORK ANNEX 4 : BREAKDOWN OF CONTRACT PRICE ANNEX 5 : FORMAT OF WORK COMPLETION CERTIFICATE ANNEX 6 : FORMAT FOR COMPLETION OF HANDING OVERALL DATA BY CONTRACTOR RELATED TO

WORK (such as 'As Fitted Drawings', Record of Hull survey/ Renewal of Hull Plates / Clearances / Alignment / Testing and Tuning / Weight Change/ Grouping of Shock Mounts etc. (to be formulated on case to case basis, if applicable and part of RFP).

Page 36: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 36 of 82

Contract No. ________________ Date : ________________ PREAMBLE

THIS Contract is made and entered into at (Name of Place), on this _____ day of the Month of _________

in the year _____________ (specify the year in words), BETWEEN The President of India represented by ADMIRAL SUPERINTENDENT, NAVAL DOCKYARD, MUMBAI (hereinafter referred to as the CUSTOMER), which terms, unless excluded by the context, shall be

deemed to include his successor or successors and permitted assignees, ON THE FIRST PART

AND

M/s_______________ (Name of the Firm/Shipyard including the address), hereinafter referred to as the CONTRACTOR, which expression shall include their Administrator, Executors, Successors and Assignees, ON

THE SECOND PART and where as the CUSTOMER agrees to deliver /permit (Name of the Vessel/Asset) to the CONTRACTOR for undertaking ________(Title of the Work) and to take delivery of (Name of the Vessel/Asset) from the CONTRACTOR after successful ______(Title of the Work undertaken) The CUSTOMER and the CONTRACTOR being hereinafter referred to as “Party” or “Parties”. It is now agreed by and between both the parties hereto as follows: ARTICLE 1 - DEFINITIONS AND ABBREVIATIONS 1.1 DEFINITIONS

The following words and expressions in this Contract including its Annexes shall have the meanings as

hereinafter defined unless the context requires otherwise:- Actuals: The term Actuals, related to payment, shall mean all expenses, inclusive of those incurred towards

associated cost elements such as all taxes, duties & levies, freight, insurance and clearance charges incurred by the CONTRACTOR and computed at the prevailing exchange rate wherever applicable, at the time of release of payments by the CONTRACTOR to the OEMs. Article: Any Article of this Contract or partial Article with separate Mayginal number as referred to

anywhere in the wording of this Contract and / or its Annexes. Certificate of Acceptance: The Certificate to be signed jointly by the representatives of the CONTRACTOR and the CUSTOMER on the Date of Delivery of the Ship as set out in Article 8.1.1 and Annex 1 of this Contract.

Contract: Shall mean this Contract including its Preamble, Articles ___ to __ and Annexes __ to __ herein,

and all amendments, changes, alterations and modifications made to this Contract. Material: The term Material shall mean all equipment, fittings, finished / semi finished products, spares,

consumables, Yard material, items, sub-assemblies / assemblies, documentation etc. required for the removal, repair & refurbishment, refit/installation and testing of any part of the work being undertaken by the CONTRACTOR (and/or by his Subcontractors on his behalf) as per scope of his work defined in this Contract, upto completion of the guarantee period and liquidation of his outstanding liabilities. COA Agency assigned by the Competent Financial Authority on behalf of the President of India to conclude the contract and operate in accordance with Article 2.1. Month: Any calendar month, as defined in the Gregorian Calendar, or any period of 30 consecutive Days.

Year: Year starting from the 1st January and ending on 31

st December or any period of 12 consecutive Months,

as the case may be.

Page 37: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 37 of 82

1.2 ABBREVIATIONS

The following words and abbreviations in this Contract including its Annexes shall have the meanings as

hereinafter defined unless the context requires otherwise: B & D Spares: Base & Depot Spares DCD : Dockyard Completion Date FAT : Factory Acceptance Trials HAT : Harbour Acceptance Trials SAT : Sea Acceptance Trials MoD : Ministry of Defence OBS : On Board Spares PAC : Proprietary Article Certificate OEM : Original Equipment Manufacturer/ Firm accorded PAC TEC : Technical Evaluation Committee CNC : Contract Negotiation Committee R & R : Remove and Refit STW : Setting To Work COA : Contract Operating Authority ABER : Anticipated Beyond Economical Repairs A's & A's : Additions and Alterations QAP : Quality Assurance Plan

(Note: All Abbreviations pertaining to the case, which require clarification are to be listed here and should form part

of RFP) ARTICLE 2 - EFFECTIVE DATE AND OPERATION OF CONTRACT

2.1 It is hereby agreed and declared that the powers and functions of the CUSTOMER under this Contract,

shall be exercised by Integrated Commercial Department, NAVAL DOCKYARD, MUMBAI. 2.2 The Effective Date of Contract is_______. The Contract commences from the Effective Date of Contract. ARTICLE 3 - SCOPE OF CONTRACT 3.1 Work & Services Contracts

3.1.1 It is expressly understood and agreed between the CUSTOMER and the CONTRACTOR that this is a repair, refit and services Contract. 3.2 Scope of Work

3.2.1 The ________ (Title of work) is to be completed in accordance with the terms, conditions and provisions of this Contract, as detailed in the following Articles. 3.2.2 The Scope of Work is placed at Annex 2 of this Contract. 3.3 Removal and Refitting of Items

3.3.1 In the event of the requirement to remove the existing machinery /equipments, switch-boards / control panels, electronic & communication equipments, light fittings, piping, trunking, valves, electrical cables, junction boxes, lagging, paneling, obstructions, protrusions, foundations, etc. falling in the way of repairs, temporarily to facilitate completion of Scope of Work, the CONTRACTOR shall reinstall the same as per drawings,

amendments thereto and to the satisfaction of the CUSTOMER. All work associated with this Article forms an integral part of Scope of Work specified in Article 3.2. 3.3.2 Electrical cables in way of repairs, if required, are to be covered adequately for protection against accidental mechanical / fire damage, by the CONTRACTOR. Damages caused during the execution of the work by the CONTRACTOR or his Sub Contractors are to be made good by the CONTRACTOR at his cost.

Page 38: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 38 of 82

3.3.3 All pipe lines, machinery, equipment and fittings which are not required to be taken out of the Ship are to be properly covered / secured to ensure they are not damaged during the course of the refit. Damages caused during the execution of the work by the CONTRACTOR or his Sub Contractors are to be made good by the CONTRACTOR at his cost. 3.4 Change in Scope of Work

3.4.1 Notwithstanding the scope of work specified in Article 3.2 and 3.3.1, the CUSTOMER shall have the right to modify the Scope of Work during the execution of the Contract. The necessity for repairs/ renewals/replacements other than those presently included in the Scope of Work may arise during the inspection/survey/repair. All such work as also consequential work (rework) required to be done by the CONTRACTOR along with work arising out of items/drawings supplied by the CUSTOMER shall be treated as Scope of Work. 3.4.2 Such changes in the scope of work and the cost and time implications thereof shall be mutually agreed upon on priority, in writing, before undertaking such changes in the scope of work. The resultant increase in cost as well as any extension in project duration will be intimated by the CONTRACTOR and shall be agreed and accepted by the CUSTOMER through mutual negotiations prior to undertaking such changes in Scope of Work. Format for promulgating of Change in Scope of Work is placed at Annex – 3 of this Contract.

3.4.3 In case promulgation of such change in Scope of Work affects the Initial Scope of Work as per Article 3.2 and 3.3 and/or additional Scope of Work as per article 3.4.1, the cost and time implications due to such changes, shall also be taken in to consideration by both the Parties, while promulgating the change in Scope of work in accordance with Article 3.3. 3.5 Procurement of Material by the CONTRACTOR

3.5.1 A list of items procured, indicating landed cost which includes cost of materials, freight, insurance, packing/forwarding taxes, duties, clearing charges etc (handling charges not exceeding 7.5 %) will be furnished along with the bill raised by the CONTRACTOR on the basis of Third Party Invoice. 3.5.2 All material and items procured by the CONTRACTOR for Scope of Work, except where specifically indicated that such items are CUSTOMER supplied, are to conform to the relevant approved and applicable specification (in accordance with Article 10). 3.6 Sub-Contracting

3.6.1 The CONTRACTOR may subcontract any part of Scope of Work on mutual agreement with the CUSTOMER. The CONTRACTOR can under no circumstance sub-contract the complete Scope of Work to a Third Party. 3.6.2 The CONTRACTOR would be entirely responsible for quality / standard and timely execution of the sub-contracted work. The CONTRACTOR is to draw up a suitable Quality Assurance (QA) Plan with the Sub- Contractor and a copy of the same along with Record of Inspection in accordance with such QA Plan shall be submitted to the CUSTOMER. 3.6.3 The supervision of work for the sub-contracted jobs is to be done by the CONTRACTOR. The CONTRACTOR is not permitted to seek any extension of Completion Date citing delay on the part of Sub- Contractors or re-work arising out of Sub-Contracted work. 3.7 Employment of Service Personnel. The CONTRACTOR shall not employ any service personnel of the

Indian Navy or on his own take any assistance either directly or indirectly from any of the workshops / facilities of the Naval Dockyard in the form of men or material for Scope of Work. ARTICLE 4 - CONTRACT PRICE AND TERMS OF PAYMENT 4.1 CONTRACT PRICE

4.1.1 This is a Fixed Price Contract for completion of Work specified in Article 3.2 and 3.3. The Contract price is Rs. ________/- (Rupees …….. ) inclusive of applicable taxes. A detailed breakdown of the Contract price,

Page 39: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 39 of 82

including applicable taxes and duties (calculated as per the existing rate) is placed at ANNEX – 6 of this

contract. 4.1.2 Notwithstanding the provisions contained in Article 4.1.1, the price is subject to revision upon mutual agreement, as and when scope of work is changed as per Article 3.4, ERV, Changes in Tax Rate, etc. 4.2 Change In Contract Price Due To Procurement Of Additional / NA Spares. Notwithstanding the

Contract Price specified in Article 4.1 and as amended vide Article 4.2, the CUSTOMER shall pay for any additional/NA Spares procured by the CONTRACTOR for Scope of Work based on mutual agreement. Payment shall be made under this Article on the bill raised by the CONTRACTOR on the basis of Third Party Invoice accompanied by list of items procured, indicating landed cost which includes cost of materials, freight, insurance. The Contract Price specified in Article 4.1 and as amended vide Article 4.2, shall further stand amended to include payment towards such additional/NA Spares. 4.3 PAYMENT TERMS. The Payment Terms for the Contract Price specified in Article 4.1 shall be as per sl

3(q) of Annexure 1 to Encl-II to RFP. ARTICLE 5 - TAXES AND DUTIES

5.1.1 The Contract price indicated in Article 4.1 of this Contract is exclusive of all taxes, duties, levies of Central / State authorities, as applicable at prevailing rates under the extant Government policy for all Materials and services procured by the CONTRACTOR for the Scope of Work. Any increase on rates during the period of contract shall be paid extra at the time of invoicing. The same shall be reimbursed by the CUSTOMER to the CONTRACTOR at actual on submission of documentary proof of payment. The CUSTOMER reserves the right to deny any increase in taxes, duties, levies, etc. if the delivery period is extended beyond the period specified in Article 8.1.1. 5.1.2 Contract Operating Authority or his nominated representative shall issue appropriate tax exemption/concession certificate(s) on behalf of the CUSTOMER, to avail tax exemption/ concession, where applicable, as per existing Government policy, rules and regulations in force. 5.2 “END USER” CERTIFICATE. Contract Operating Authority or his nominated representative shall issue

the appropriate “End User Certificate” on behalf of the CUSTOMER, for import of material and services, wherever required by the concerned manufacturer /supplier of equipment material and services / governmental agency. ARTICLE 6 - ADVANCE BANK GUARANTEE

The Bidder will be required to furnish an Advance Bank Guarantee by way of Bank Guarantee through a public sector bank or a private sector bank authorized to conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank Ltd.) for a sum equal to 100% of the advance payment within 30 days of receipt of the confirmed order. Advance Bank Guarantee should be valid up to 60 days beyond the date of work completion. The specimen of advance bank guarantee is given below:- FORMAT FOR BANK GUARANTEE FOR ADVANCE PAYMENT

From : Bank ___________________ To The President of India Sir,

With reference to contract No. ___________________________________ _________ dated ___________________ concluded between the President of India, hereinafter referred to as ‘the Purchaser’ and M/s ______________________ ______________ hereinafter referred to as the “the contractor” for the development and supply of ___________________________________ as detailed in the above contract which contract is hereinafter referred to as “the Said Contract” and in consideration of the Purchaser having agreed to make an advance payment in accordance with the terms of the Said Contract to the said contractor, we the ______________________________________bank, hereinafter called ‘the Bank’ hereby irrevocably undertake and guarantee to you that if the Said Contractor would fail to develop and supply the stores in accordance with the terms of the Said Contract for any reason whatsoever or fail to perform the Said Contract in any respect or should

Page 40: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 40 of 82

whole or part of the said on account payments at any time become repayable to you for any reason whatsoever, we shall, on demand and without demur pay to you all and any sum upto a maximum of Rs. _______ (Rupees _________________________________ only) paid as advance to the Said Contractor in accordance with the provisions contained in Clause ________________________ ________ of the Said Contract. 2. We further agree that the Purchaser shall be the sole judge as to whether the contractor has failed to develop and deliver the stores in accordance with the terms of the Said Contract or has failed to perform the said contract in any respect or the whole or part of the advance payment made to Contractor has become repayable to the Purchaser and to the extent and monetary consequences thereof by the Purchaser. 3. We further hereby undertake to pay the amount due and payable under this Guarantee without any demur merely on a demand from the Purchaser stating the amount claimed. Any such demand made on the Bank shall be conclusive and binding upon us as regards the amounts due and payable by us under this Guarantee and without demur. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs _________________________Rupees______________________________________ only). 4. We further agree that the Guarantee herein contained shall remain in full force and effect for a period of 12 months from the date the last advance payment was made or for a period of 90 days from the date on which final delivery of the stores after development was made and accepted by the Purchaser whichever falls later unless the Purchaser in his sole discretion discharges the Guarantee earlier. 5. We further agree that any change in the constitution of the Bank or the constitution of the contractor shall not discharge our liability hereunder. 6. We further agree that the Purchaser shall have the fullest liberty without affecting in any way our obligations hereunder with or without our consent or knowledge to vary any of the terms and conditions of the Said Contract or to extend the time of development/delivery from time to time or to postpone for any time or from time to time any of the powers exercisable by the Purchaser against the contractor and either to forbear or enforce any of the terms and conditions relating to the Said Contract and we shall not be relieved from our liability by reason of any such variation or any indulgence or for bearance shown or any act or omission on the Purchaser or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of so relieving us. 7. We lastly undertake not to revoke the Guarantee during the currency of the above said contract except with the prior consent of the Purchaser in writing. Yours faithfully, for ____________________ Bank (Authorised Attorney) Place : ____________________ Date : ____________________ Seal of the Bank ARTICLE 7 - PERFORMANCE BOND

The Bidder will be required to furnish a Performance Guarantee by way of Bank Guarantee through a public sector bank or a private sector bank authorized to conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank Ltd.) for a sum equal to 10% of the contract value within 30 days of receipt of the confirmed order. Performance Bank Guarantee should be valid up to 60 days beyond the date of warranty. The specimen of PBG is given below:-

Performance Bank Guarantee Format From: Bank _______________

To, The President of India

Page 41: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 41 of 82

Ministry of Defence, Government of India New Delhi Dear Sir,

Whereas you have entered into a contract No._______ dated_________ (hereinafter referred to as the

said Contract) with M/s__________________________, hereinafter referred to as the “seller” for supply of goods as per Part-II of the said contract to the said seller and whereas the Seller has undertaken to produce a bank guarantee for( % ) of total Contract value amounting to _________ to secure its obligations to the President of India. We the _______________ bank hereby expressly, irrevocably and unreservedly undertake and guarantee as principal obligors on behalf of the seller that, in the event that the President of India declares to us that the goods have not been supplied according to the Contractual obligations under the aforementioned contract, we will pay you, on demand and without demur, all and any sum up to a maximum of ____________Rupees _____________ only. Your written demand shall be conclusive evidence to us that such repayment is due under the terms of the said contract. We undertake to effect payment upon receipt of such written demand. 2. We shall not be discharged or released from this undertaking and guarantee by any arrangements, variations made between you and the Seller, indulgence to the Seller by you, or by any alterations in the obligations of the Seller or by any forbearance whether as to payment, time performance or otherwise. 3. In no case shall the amount of this guarantee be increased. 4. This guarantee shall remain valid for …… months from the date of JRI acceptance of test consignment in India or until all the store, spares and documentation have been supplied according to the contractual obligations under the said contract. 5. Unless a demand or claim under this guarantee is made on us in writing or on before the aforesaid expiry date as provided in the above referred contract or unless this guarantee is extended by us, all your rights under this guarantee shall be forfeited and we shall be discharged from the liabilities hereunder. 6. This guarantee shall be a continuing guarantee and shall not be discharged by and change in the constitution of the Bank or in the constitution of M/s______________________________. ARTICLE 8 - DURATION OF THE DELIVERY 8.1 Duration of Work

8.1.1 The CONTRACTOR shall complete his scope of work specified in Article 3.1 and 3.2 in _____ (duration in months/days/date for completion of Scope of Work) from the Effective date specified in Article 2.1. Delivery by the CONTRACTOR shall be treated as complete on satisfactory HATs/SATs and upon signing of Delivery Acceptance Certificate (applicable in the case of complete Refit/Repairs of Ships/ SubMayines only) OR Completion of Scope of Work and Trails (applicable in case of Refit/Repairs of Yard/Service Assets and partial Refits of Ships / SubMayines. 8.1.2 The said duration of Refit specified in Article 8.1.1 may be extended on mutual agreement only, with the CUSTOMER shall accept the vessel/asset without imposition of any sort of Penalty / Reduction in Contract Price. 8.2 Incomplete Work

8.2.1 The CONTRACTOR and the CUSTOMER shall mutually agree on the quantum of incomplete and unsatisfactory work. Cost of such incomplete work shall be withheld, except where such incomplete work is not attributable to the CONTRACTOR. Payment thus withheld will be made on completion of such incomplete work, which should in any case be completed within __ days (to be indicated in the RFP). If such work is incomplete

beyond the specified date, the same shall be deleted from Scope of Work specified in Article 3.2 with corresponding amendment to Contract Price specified in Article 4.1. The CUSTOMER reserves the right to levy LD on the entire value of the contract as per Article 9 in such cases. 8.2.2 The CONTRACTOR shall be paid for completion of work specified in Article 8.4.1 only on satisfactory completion and trials.

Page 42: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 42 of 82

ARTICLE 9 - LIQUIDATED DAMAGES 9.1 The CONTRACTOR shall be liable to pay to the CUSTOMER Liquidated Damages (LD), and not by way

of Penalty, a sum equivalent to 0.5% (zero point five percent) of the Contract for each week of delay beyond duration of Work specified in Article 8.1, subject to a maximum of 10% (Ten percent) of the total value of goods/services delayed beyond the original date of delivery/completion of supplies/service indicated in the contract/supply order ( completion of entire work per ship will be considered as completion of service). ARTICLE 10 - RISK AND EXPENSE 10.1 Should the stores or any installment thereof not be delivered within the time or times specified in the

contract documents, or if defective delivery is made in respect of the stores or any installment thereof, the Buyer shall after granting the Seller 45 days to cure the breach, be at liberty, without prejudice to the right to recover liquidated damages as a remedy for breach of contract, to declare the contract as cancelled either wholly or to the extent of such default. 10.2 Should the stores or any installment thereof not perform in accordance with the specifications / parameters

provided by the SELLER during the check proof tests to be done in the BUYER’s country, the BUYER shall be at liberty, without prejudice to any other remedies for breach of contract, to cancel the contract wholly or to the extent of such default. 10.3 In case of a material breach that was not remedied within 45 days, the BUYER shall, having given the right

of first refusal to the SELLER be at liberty to purchase, manufacture, or procure from any other source as he thinks fit, other stores of the same or similar description to make good:-

(a) Such default. (b) In the event of the contract being wholly determined the balance of the stores remaining to be delivered thereunder.

10.4 Any excess of the purchase price, cost of manufacturer, or value of any stores procured from any other

supplier as the case may be, over the contract price appropriate to such default or balance shall be recoverable from the SELLER. ARTICLE 11- QUALITY AND INSPECTION 11.1 Quality Assurance & Quality Control

11.1.1 In order to assure the quality of repair/refit and exercise effective control, the work executed by the CONTRACTOR will be in accordance with CUSTOMERS inspection schedule as applicable followed by preliminary, stage and final inspection. The repair work will be undertaken as per specified Standards and quality

norms. Ensuring and maintaining quality will be the responsibility of the Shipyard.

11.1.2 The CONTRACTOR shall submit a Quality Assurance (QA) Plan as applicable to the scope of work for approval of the CUSTOMER. The approved QA plan will form the basis for inspection and acceptance of work executed by the CONTRACTOR under this contract. 11.2 Overseeing and Inspection

11.2.1 Necessary tests and inspections of the contracted job shall be carried out by COA/ or his nominated agency. The CONTRACTOR shall give reasonable notice to the above team reasonably in advance of the date and place of such tests / inspections. COA shall also carry out joint receipt inspection of the equipment and material procured by the CONTRACTOR/ supplied by CUSTOMER. The CUSTOMER's representative shall, during the repairs / refit invariably attend such tests and inspections as per the QA Plan/Quality Inspection Schedule. 11.2.2 Any non-conformity discovered by CUSTOMER Representative and intimated in writing co-relating relevant documents where necessary, in Refit or material or workmanship shall be corrected by the CONTRACTOR at his cost, to the full satisfaction of Representative in accordance with the relevant drawings and specifications.

Page 43: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 43 of 82

11.2.3 During the repairs / refit of the Ship, until the delivery thereof, the CUSTOMER’s representatives shall be given free and ready access to the Ship/Submarine/Asset and to any other place where related work is

being performed, or materials are being processed or stored, including the yards, workshops, stores and offices of the CONTRACTOR and premises of Subcontractors who are doing work or storing materials, in connection with the repairs / refit of the Ship/ Submarine/Asset. Notwithstanding any provision in this Article or any other Article in

this Contract, the responsibility for the repairs / refit as per the scope of work vide Article 3.2, 3.3 and 3.4 shall rest with the CONTRACTOR. ARTICLE 12 – GUARANTEE/WARRANTY 12.1 Guarantee/Warranty

12.1.1 The CONTRACTOR warrants that the repairs carried out under this Contract conform to specifications vide SOR. 12.1.2 The CONTRACTOR shall give Twelve months guarantee for workmanship and 06/12 months warranty for material defects for items repaired and 12 months warranty for new installations under the contract

from the Contract Completion Date. The guarantee clause will also be applicable to the items repaired by the OEMs / sub contractor of shipyard. Any defects noticed during this guarantee/warranty period due to defective / poor workmanship or sub-standard material shall be rectified free of cost by the shipyard or by the OEMs / sub-contractors under arrangements by the shipyard. 12.1.3 If within the period of guarantee, the repairs reported by the CUSTOMER to have failed to perform as per the specifications, the CONTRACTOR shall either replace or rectify the same free of charge, within ___ days of notification of such defect received by the CONTRACTOR provided that the equipment are used and maintained by the CUSTOMER as per instructions contained in the Operating Manual. Record of the downtime would be maintained by user in logbook. Spares required for warranty repairs shall be provided free of cost by CONTRACTOR. 12.1.4 CONTRACTOR hereby warrants that necessary service and repair backup, during the guarantee period of the repair, shall be provided by the CONTRACTOR at the CUSTOMER’S premises. 12.2 Notice for Remedy/Rectification of Defects during guarantee Period shall be in writing and

transmitted to each other by the fastest possible means. ARTICLE 13 - GENERAL TERMS AND CONDITIONS 13.1 Safety of Men : The CONTRACTOR is to ensure adequate safeguards for personnel when

employed on work where human risk of health/injury is involved. All personnel including supervisors employed for the work on the premises of the Yard will wear uniforms with firms name prominently printed on the front and back side. All employees of the firm should be provided with personal protective clothing such a shoes, gloves, cap, and Mayon etc. 13.2 First Aid : The CONTRACTOR is liable to provide immediate first aid/hospitalization in case of

accident/sudden illness to personnel. 13.3 Gas Free & Man Entry Certificates, Fire Sentries, Administrative Support to OEMs, Pumping-out Facilities

& Removal of Debris/Waste Material shall be as per Annexure 4 of SOR. 13.4 “In case of any accident/incident caused by the contractor or his personnel, which results in damage to

government property or injury to any person, a show cause notice will be issued to the contractor. The contractor is to reply to the show cause notice within 07 days. Thereafter, on completion of investigation of the case, if the blame is found to be attributable to the contractor or his personnel, the contractor would be liable for a tender holiday of one year.” ARTICLE 14 - INDEMNITY & INSURANCE

Page 44: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 44 of 82

14.1 Indemnity. The CONTRACTOR shall indemnify the CUSTOMER against all claims for death or injury

caused to any person, whether workman or not, while engaged in any process connected with the CONTRACTOR'S work or for dues of any kind whatsoever, and the CUSTOMER shall not be bound to defend any claim brought under the Workmen's Compensation Act, 1923 or Payment of Wages Act 1936, or any other statutory Act or Law in force from time to time and applicable to the said work unless the CONTRACTOR first deposit with the CUSTOMER a sum sufficient to cover any liability which CUSTOMER may have to incur in relation to such proceedings. 14.2 Insurance. The vessel shall not be insured during the repairs period as it is the property of Government of

India and no Insurance Policy is taken for Warship/Government vessel. The items/work shall not be insured during the repair/refit period as it is the property of the Customer and no insurance policy is taken.

The Contractor is liable to pay for any damage that may be caused to the state property on account of negligence by his staff. ARTICLE 15 – SECURITY 15.1 The CONTRACTOR is bound by the Official Secrets Act 1923 and, in its connection any other statutory

Act / Law / Amendment in force and the information given is to be treated as strictly confidential and is not to be disclosed to any person or persons not concerned therein. The CONTRACTOR shall be responsible to ensure that all persons employed by him in the execution of any work in connection with this Contract are fully aware of the provisions of the Official Secrets Act 1923 / Law / Amendment in force and have undertaken to comply with the same. 15.2 The CONTRACTOR shall also ensure secrecy of design, construction, equipment and documentation and

shall carry out all or any instructions given by the CUSTOMER in this respect. Should the CUSTOMER desire to check up the security measures which have been provided, or will be adopted to achieve security, the CONTRACTOR shall produce necessary evidence to establish the same. 15.3 In giving any information to the Sub-Contractors, the CONTRACTOR shall furnish to the Sub-Contractors

only such information as may be necessary for carrying out the respective work entrusted to them. 15.4 The security of the Ship, men and material in the CONTRACTOR’s premises is the CONTRACTOR’S

responsibility. ARTICLE 16 - FORCE MAJEURE

(a) Neither party shall bear responsibility for the complete or partial nonperformance of any of its obligations (except for failure to pay any sum which has become due on account of receipt of goods under the provisions of the present contract), if the non-performance results from such Force Majeure circumstances as Flood, Fire, Earth Quake and other acts of God as well as War, Military operation, blockade, Acts or Actions of State Authorities or any other circumstances beyond the parties control that have arisen after the conclusion of the present contract.

(b) In such circumstances the time stipulated for the performance of an obligation under the present contract is extended correspondingly for the period of time of action of these circumstances and their consequences.

(c) The party for which it becomes impossible to meet obligations under this contract due to Force Majeure conditions, is to notify in written form the other party of the beginning and cessation of the above circumstances immediately, but in any case not later than 10 (Ten) days from the moment of their beginning.

(d) Certificate of a Chamber of Commerce (Commerce and Industry) or other competent authority or organization of the respective country shall be a sufficient proof of commencement and cessation of the above circumstances.

(e) If the impossibility of complete or partial performance of an obligation lasts for more than 6 (six) months, either party hereto reserves the right to terminate the contract totally or partially upon giving prior

Page 45: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 45 of 82

written notice of 30 (thirty) days to the other party of the intention to terminate without any liability other than reimbursement on the terms provided in the agreement for the goods received.

ARTICLE 17 - TERMINATION OF CONTRACT

The Buyer shall have the right to terminate this Contract in part or in full in any of the following cases :-

(a) The delivery of the material is delayed for causes not attributable to Force Majeure for more than 1 month after the scheduled date of delivery. (b) The Seller is declared bankrupt or becomes insolvent. (c) The delivery of material is delayed due to causes of Force Majeure by more than 1month provided Force Majeure clause is included in contract. (d) The Buyer has noticed that the Seller has utilised the services of any Indian/Foreign agent in getting this contract and paid any commission to such individual/company etc. (e) As per decision of the Arbitration Tribunal.

ARTICLE 18 - LAW

The Contract shall be considered and made in accordance with the laws of the Republic of India. The contract shall be governed by and interpreted in accordance with the laws of the Republic of India. ARTICLE 19 - ARBITRATION 19.1 All disputes or differences arising out of or in connection with the present contract including the one

connected with the validity of the present contract or any part thereof should be settled by bilateral discussions. 19.2 Any dispute, disagreement of question arising out of or relating to this contract or relating to construction or

performance (except as to any matter the decision or determination whereof is provided for by these conditions),which cannot be settled amicably, shall within sixty (60) days or such longer period as may be mutually agreed upon, from the date on which either party informs the other in writing by a notice that such dispute, disagreement or question exists, will be referred to a sole Arbitrator. 19.3 Within sixty (60) days of the receipt of the said notice, an arbitrator shall be nominated in writing by the

authority agreed upon by the parties. 19.4 The sole Arbitrator shall have its seat in New Delhi or such other place in India as may be mutually agreed

to between the parties. 19.5 The arbitration proceedings shall be conducted under the Indian Arbitration and Conciliation Act, 1996 and

the award of such Arbitration Tribunal shall be enforceable in Indian Courts only. 19.6 Each party shall bear its own cost of preparing and presenting its case. The cost of arbitration including the

fees and expenses shall be shared equally by the parties, unless otherwise awarded by the sole arbitrator. 19.7 The parties shall continue to perform their respective obligations under this contract during the pendency

of the arbitration proceedings except in so far as such obligations are the subject matter of the said arbitration proceedings. (Note - In the event of the parties deciding to refer the dispute/s for adjudication to an Arbitral Tribunal then one

arbitrator each will be appointed by each party and the case will be referred to the Indian Council of Arbitration (ICADR) for nomination of the third arbitrator. The fees of the arbitrator appointed by the parties shall be borne by each party and the fees of the third arbitrator, if appointed, shall be equally shared by the buyer and seller).

ARTICLE 20 - PENALTY FOR USE OF UNDUE INFLUENCE

Page 46: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 46 of 82

The Seller undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring the Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the Government of India for showing or forbearing to show favour or disfavour to any person in relation to the present Contract or any other Contract with the Government of India. Any breach of the aforesaid undertaking by the Seller or any one employed by him or acting on his behalf (whether with or without the knowledge of the Seller) or the commission of any offers by the Seller or anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for the prevention of corruption shall entitle the Buyer to cancel the contract and all or any other contracts with the Seller and recover from the Seller the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the Seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Seller towards any officer/employee of the Buyer or to any other person in a position to influence any officer/employee of the Buyer for showing any favour in relation to this or any other contract, shall render the Seller to such liability/ penalty as the Buyer may deem proper, including but not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer. ARTICLE 21 - AGENTS/AGENCY COMMISSION

The Seller confirms and declares to the Buyer that the Seller is the original manufacturer of the stores/provider of the services referred to in this Contract and has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or any of its functionaries, whether officially or unofficially, to the award of the contract to the Seller; nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of any such intercession, facilitation or recommendation. The Seller agrees that if it is established at any time to the satisfaction of the Buyer that the present declaration is in any way incorrect or if at a later stage it is discovered by the Buyer that the Seller has engaged any such individual/firm, and paid or intended to pay any amount, gift, reward, fees, commission or consideration to such person, party, firm or institution, whether before or after the signing of this contract, the Seller will be liable to refund that amount to the Buyer. The Seller will also be debarred from entering into any supply Contract with the Government of India for a minimum period of five years. The Buyer will also have a right to consider cancellation of the Contract either wholly or in part, without any entitlement or compensation to the Seller who shall in such an event be liable to refund all payments made by the Buyer in terms of the Contract along with interest at the rate of 2% per annum above LABOR rate. The Buyer will also have the right to recover any such amount from any contracts concluded earlier with the Government of India. ARTICLE 22 - ACCESS TO BOOKS OF ACCOUNTS

In case it is found to the satisfaction of the Buyer that the Seller has engaged an Agent or paid commission or influenced any person to obtain the Supply Order as described in clauses relating to Agents/Agency Commission and penalty for use of undue influence, the Seller, on a specific request of the Buyer, shall provide necessary information/ inspection of the relevant financial documents/information.

ARTICLE 23 - NON DISCLOSURE OF CONTRACT DOCUMENTS

Except with the written consent of the Buyer, the Seller/ other party shall not disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any third party. ARTICLE 24 - NOTICES

Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by FAX or registered pre-paid mail/airmail, addressed to the last known address of the party to whom it is sent. ARTICLE 25 - AMENDMENTS

No provision of this Contract shall be changed or modified in any way (including this provision) either in

whole or in part except by an instrument in writing made after the date of this Contract and signed on behalf of both parties and which expressly states to amend this Contract.

Page 47: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 47 of 82

ARTICLE 26 - FREE SERVICES BY CUSTOMER

Generally ND(MB) provides electricity, water, compressed air and crane facilities free of cost. However the

contractor shall be required to make own arrangement to tap electricity, water , compressed air from the point of supply point indicated and lifting appliances like ropes, slings shackles with drawl gears etc. ARTICLE 27 - NOTICES & COMMUNICATIONS

27.1 Address for Notice / Communication : The legal addresses of the Parties for the purpose of

Notice/Communication are as follows :-

The Customer: The Admiral Superintendent Naval Dockyard Lion Gate, Shahid Bhagat Singh Road, Mumbai - 400 023. Fax No. : 22660486 [SMYCM 22752186]

[GM(R) 22751409] [AGM (PL) 22751471] [DGM(COM) 22751476] Telephone Nos: [AGM (PR) 22751491] [SMCOM 22752066] Copy of communication to the CUSTOMER is to be endorsed to: The Admiral Superintendent

(for SMYCM) Naval Dockyard Mumbai 400023 (Name / Designation of the User Manager) Tele: 022 22752186 Fax: 022 22660394

(Legal Address of Contractor)

27.2 Language. Any and all notices and communication in connection with this Contract shall be in English

language. ARTICLE 28 – INTERPRETATION 28.1 This Contract shall be governed by the laws of Republic of India.

28.2 In the event of any conflict or discrepancy between the provisions of any Article to this Contract and any

Annex thereof, the Article of this Contract shall prevail. 28.3 This Contract constitutes the entire agreement between the CUSTOMER and the CONTRACTOR.

28.4 Any amendment to this Contract and its Annexes shall be in writing and signed by both Parties.

28.5 In the event of any conflict with respect to specification/drawing/existing practices, the order of

precedence for acceptance would be as follows :- (a) THE CUSTOMER APPROVED DRAWING (b) SPECIFICATION VIDE SCHEDULE OF REQUIREMENTS (c) THE CUSTOMER’S DECISION.

Page 48: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 48 of 82

28.6 The failure of either Party to enforce any provision of this Contract shall not be considered as a waiver of

such provision or the right of such Party thereafter to enforce the same. ARTICLE 29 - ENVIRONMENTAL POLICY

The yard is committed to continually improve upon environmental performance through pollution prevention and resource conservation. Contractors should strive to:-

(a) Minimize the generation of dust and noise by improving on operational practices. (b) Have effective utilization of utilities like water and electricity by recycling and energy auditing. (c) Control generation and disposal of effluent water by appropriate effluent treatment methods, Educate, train and motivate employees to execute their tasks in an environmentally responsible manner.

ARTICLE 30 - LABOUR REGULATIONS

30.1 Contract Labour (R&A) Act. Contractor should obtain license under section 12 and 13 of the contract labour (Regulation & Abolition) act and rules made there under and the same should be kept valid atleast until the expiry of contract with ND(MB). The license should be shown as and when demanded by the concerned ND (MB) authorities. Failure to obtain the license may lead to termination of the contract. The Contractor shall carryout his obligations and duties under the Contract labour (R & A) Act 1970 and the rules framed hereunder. 30.2 Minimum Wages Act. The contractor shall pay to the employee not less than the minimum wages and allowances applicable to the Engineering Industry as notified from time to time by the State Govt. under the Minimum Wages Act. Contractor shall be responsible for timely payment of wages of all employees engaged in ND(MB) not less than the prescribed minimum wages in each case and without any deductions of any kind except specified by Government of permissible under the Payment of Wages Act. 30.3 PF Act & Scheme. The contractor wherever applicable shall cover all his eligible employees engaged on ND(MB) jobs under the Employees Provident Fund Act & Scheme and Family Pension scheme and pay the contribution both in respect of his employees and his own. He shall submit all the necessary returns and other particulars periodically as prescribed under the said insurance scheme by filling requisite returns to concerned authorities and obtaining Code Number/Account Numbers. Contractor should remit employees and employers contributions directly to the concerned authorities with inspection and Administrative charges as per relevant provision of the concerning Acts and Schemes made there under within 15 days from the close of every month. 30.4 E.S.I. Act. Contractor should also cover all the contract labourers working on ND(MB) jobs, under the Employees State Insurance Act and Scheme by furnishing necessary returns to appropriate authority and pay both employees and employers contributions in respect of these employees to the concerned authorities within 20 days from the close of every month. Contractor should produce proof of such remittances to the contracting authority along with full details of contributions etc, as and when such details are sought. He shall also give us an undertaking that he will not engage any one on our work, who is not duly covered under the said Act Scheme. 30.5 Uniform All personnel including supervisors employed for the work on the premises of the Yard will wear

uniform with firms name prominently printed on front side and back side. All employees of the firm should be provided with personal protective clothing such a shoes, gloves, cap, and Mayon etc. ARTICLE 31 - REMOVAL OF METAL SCRAP & DEBRIS

Removal of Metal Scrap & Debris (While working inside Dockyard) :- Metal scrap generated by cutting, welding of plates will be yard's property. However the scrap will be collected, loaded/ unloaded by the contractor on his own transport and landed at the Survey yard for survey. The debris (including cement waste, broken pieces of bricks, mud, soot, rust, grit, broken tiles, urinals etc) if any, are to be cleared to designated dumping areas outside the yard by the contractor. The contractor is not to dump the scrap and debris at any place on the jetty without obtaining prior written permission of the Manager, Civil Maintenance. Such permission will ordinarily be granted only for a short duration to enable arrangement to be made for the transportation of the scrap and debris.

Page 49: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 49 of 82

ARTICLE 32 - PROVISION OF SERVICES BY CUSTOMER. Customer will provide services in accordance with Sl

3(p) of Annexure 1 to Encl II to RFP. ARTICLE 33 - PROVISION OF SERVICES BY CONTRACTOR. The contractor will provide services in

accordance with SOW mentioned at Annexure 2 to Encl II to RFP. ARTICLE 34 - UTILISATION OF CUSTOMER'S FACILITIES BY CONTRACTOR. Utilization of customer’s

facilities will be in accordance with Sl 3(p) of Annexure 1 to Encl II to RFP. ARTICLE 35 – THIRD PARTY INSPECTION. Not Applicable. ARTICLE 36 - APPROVAL OF DRAWINGS, SPECIFICATIONS AND STANDARDS. In accordance with Sl 3(r) of

Annexure 1 to Encl II to RFP. ARTICLE 37. – SPECIAL CONDITIONS OF CONTRACT FOR AMC/RRC ARTICLE 38

. Any other agreement arrived at during CNC. ARTICLE 39.

ARTICLE 40 - SIGNATURE AND WITNESSING BY PARTIES

This Contract is signed on _______ day of the month of ……… in the Year ………….., in two (2) originals of the same wording, one (1) for the CUSTOMER and one (1) for the CONTRACTOR. The Annexes listed in Table of Annexures (page 4) and forming an integral part of this Contract are signed under same circumstances.

FOR AND ON BEHALF OF FOR AND ON BEHALF OF M/s ______________ THE CONTRACTOR

PRESIDENT OF INDIA THE CUSTOMER

( ) REPRESENTATIVE OF CONTRACTOR Dated _________________20…

( ) REPRESENTATIVE OF CUSTOMER Dated _________________20….

In the presence of 1. _____________________________ Name __________________________ Designation 2. ___________________________ Name _______________________ Designation ___________________

In the presence of 1. ___________________________ Name _______________________ Designation ___________________ 2. ____________________________ Name ________________________ Designation_____________________

ii. Distribution :

Payment Authority (One Ink Signed Copy) FA to CFA (One Ink Signed Copy) FA to COA (One Ink Signed Copy) CFA (One Ink Signed Copy) PCDA(Navy), Mumbai (One Copy) IHQ,MoD(N)/DFM (One Copy)

Page 50: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 50 of 82

ARTICLE 41 ADHERENCE TO SAFETY NORMS BY CONTRACTORS

(a) All rules, regulations, codes, and ordinance of the Government of India, Government of

Maharashtra and local bodies regarding the Safety and Health will be applicable to the

contractors.

(b) The Contractor or sub contractor shall be required to provide their workmen with relevant

safety gear. The work-overall should have suitable colour with the name of the contractor

printed on it with prominent letters. It shall be ensured by the contractor’s supervisor that the

workers wear the overall and safety gears throughout their work duration in the premises of the

dockyard.

(c) The contractor worker must ensure that the place of work is kept reasonably clean and

all scrap / waste is transferred to nearby scrap garbage bins, on completion of work in any

location / compartment

(d) The management of Naval Dockyard reserves its right to suspend / revoke the work in

the event of the contractor not complying with the safety rules, instructions with regards to

safety and health practices as per prevailing statutory and legal requirements for which no

claim of any kind be entertained.

(e) The contractor or his agent must report the accidents / incidents occurring to his

personnel promptly and immediately to concerned Manager, Personnel Manager and SMIES.

Subsequently, accident reports on Form No. 07 and Form No. 24(Supervisors reporting) are to

be made.

(f) A representative of the contractor should maintain liaison with Safety department in

addition to concerned Manager while undertaking repairs of offloaded jobs regarding safety

procedures.

(g) All contractors should go through the safety manual and follow applicable safety

procedures concerning their works.

(h) The contractor should be fully responsible for the cleanliness and housekeeping of the

job site.

(i) The contractors should ensure that adequate fire extinguishers are provided, where

property is exposed to the hazard of fire. Open fire will not be permitted unless prior approval

from concerned Manager is obtained.

(j) Tarpaulin used should be of fire retarding type. All works generating dust or fume should

be carried out in an enclosed space. In case enclosed space is not available the entire work

should be done under tarpaulin.

(k) Inflammable liquids must be handles in safe cans approved by dockyard and shall be

stored in the locations allowed by competent authority. All such containers or cans must be

clearly labeled.

(l) The contractors working in confined spaces or pits, below the ground level, must

acquaint themselves with the safety procedures related to that confined space. They should

advise their employees of hazards of gas or liquid levels and take proper precautions as per

laid down procedures (work permit etc).

Page 51: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 51 of 82

(m) The contractors should ensure that first aid boxes are provided at work places and they

should ensure proper medical care of injured persons.

(n) All employees of contractors should wear appropriate Personnel Protective Equipment’s

PPE and use the correct tools and equipment to undertake the work. Further approved safely

helmets and other safety gear are to be used while working in dry docks and other areas.

(o) Carrying, storing, consuming intoxicants in the yard strictly forbidden. Entering the yard

in an intoxicated state is also an offence.

Page 52: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 52 of 82

ANNEXURE - 1 to Encl – III to RFP DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Dated 09 Feb 2016

FORMAT OF CERTIFICATE OF ACCEPTANCE

CERTIFICATE OF ACCEPTANCE

1. CERTIFIED THAT M/S_______________________, HAVE COMPLETED THE

(________________) OF (NAME OF THE VESSEL/ASSET) AS PER THE SCOPE OF WORK ASSIGNED TO

THEM AND HANDED OVER THE SAME TO (NAME OF CUSTOMER) AT ____________ HOURS, ON THIS

________DAY OF THE MONTH _________________ IN THE YEAR TWO THOUSAND AND _________.

2. THE LIST OF LIABILITIES AS ON DATE IS PLACED AT ANNEXURE TO THIS CERTIFICATE.

_______________________ COA/REP FOR AND ON BEHALF OF THE PRESIDENT OF INDIA

____________________________ REP OF M/S___________

Page 53: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 53 of 82

ANNEXURE - 2 to Encl – III to RFP DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Dated 09 Feb 2016

SCOPE OF WORK

Reproduce the Text of SOR finalised and accepted during CNC (Will be included in the document on approval of draft contract)

ANNEXURE - 3 to Encl – III to RFP DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A

Dated 09 Feb 2016

FORMAT OF PROMULGATION CHANGE IN SCOPE OF WORK

1. NAME OF WORK : ____________________ 2. D.L. NO : _________________ (Wherever applicable) 3. Proposed by : ________________ 4. Reference: _________________

Drg. Document _______________ 5. Details of additional work (if required use overleaf of the form / attach

Annexures) NAME DESIGNATION SIGNATURE OF THE PROPOSER 6. (a) Proposal No._______________

(b) Effect on overall Schedule (c) Approved Cost

REP OF FIRM/PROJECT MANAGER OF SHPYARD 7. Approved / Not approved (Reasons if any) COA/HEAD OF PROJECT MONITORING TEAM

Page 54: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 54 of 82

ANNEXURE - 4 to Encl – III to RFP DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Dated 09 Feb 2016

BREAKDOWN OF CONTRACT PRICE

Ser Description of Work/Service Material/Spares/Tax Rate (in Rs)

1. Cost of all services indicated in the SOR

(a) Hull Work Package (b) Engineering Work Package (c) Electrical work Package (d) Weapon Work Package

2. Cost of spares and material included in ser 2(a) to (d) 3. Cost of all other Services in the SOR (not covered under ser 1 and 2 including OEM charges etc) 4. Service Tax on ser 1, 2 and 3, excluding 2 (e) 5. Works Contract Tax (if applicable on ser 1, 2, and 3) 6. Cost of Yard Materials 7. Budgetary Cost of Spares 8. VAT/Sales Tax applicable on ser 6 and 7 9. Octroi/other local levies applicable on ser 6 and 7 10. Customs Duty/Amount of Customs Duty for which Exemption is sought on ser 6 and 7. 11. Excise Duty 12. Miscellaneous (not included in any of the serial above) 13. Applicable Tax/Duty/Levies on ser 12 14. Grand Total (ser 1 to 13) 15. Grand Total (excluding ser 10 and 11)

Page 55: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 55 of 82

ANNEXURE- 5 to Encl – III to RFP DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Dated 09 Feb 2016

FORMAT OF CERTIFICATE OF COMPLETION OF DEFECT WORK COMPLETION CERTIFICATE

CERTIFICATE No. … / CC / DT

The under mentioned stage/Activity as per the Payment Terms have been completed :-

DESCRIPTION OF ACTIVITY/STAGE : Rep Firm/Shipyard COA/REP SIGNATURE NAME DESIGNATION / RANK DEPT/ORGANISATION

Page 56: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 56 of 82

Enclosure IV of RFP DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Dated 09 Feb 2016

GUIDELINES FOR PREPARATION OF TECHNICAL BID

1. The Technical Bid should contain the following information and details so as to enable Naval Dockyard, Mumbai to assess the understanding, technical capability and infrastructure/resources of the ship repair yard to undertake the refit : -

(a) Indicate acceptance of the entire scope of work (or) Indicate acceptance of the entire scope of

work except ________. (Indicate specific jobs not being undertaken as a Deviation List). (b) Indicate acceptance of the QAP/QIS indicated in SOR (or) Indicate acceptance of the QAP/QIS indicated in SOR ________. (Indicate specific provisions not being undertaken as a Deviation List) (or)

Forward a QAP/QIS for consideration of Technical Evaluation Committee. (c) Indicate anticipatory list of spares, if applicable, required for undertaking the scope of work specified in SOR. Budgetary Estimate of all such spares is to be indicated in the Commercial Bid, if such a list of Anticipatory Spares is forwarded along with the Technical Bid. (d) Indicate whether Earnest Money Deposit as per para 12 of the RFP has been attached. (e) Indicate acceptance of Payment terms as indicated in para 15 of the RFP. (f) Indicate acceptance of Standard Conditions of Contract (SCOC) and other terms and conditions given in the RFP. (g) Indicate whether a License for undertaking contract work has so far been obtained from the Ministry of Labour & Employment. If yes, indicate the license number and date, and details thereof. (h) Indicate the maximum number of supervisors and the maximum number of workers that are likely to be deputed for undertaking this contract work on any single day.

2. In order to facilitate quick processing of ‘T’ and ‘Q’ bids please fill up the ‘T’ bid compliance matrix on the next page.

Page 57: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 57 of 82

‘T’ BID COMPLIANCE MATRIX (TO BE SUBMITTED WITH THE ‘T’ BID)

SL NO DESCRIPTION REMAYK

1. Accept the entire scope of work as per RFP YES/NO

2. If the answer to Question 1 above is NO, please list the specific jobs not being undertaken as a deviations list and attach with this matrix.

LIST OF DEVIATIONS FROM SCOPE OF WORK ATTACHED/NOT ATTACHED/NA

3. Accept the QAP for the scope of work as per RFP YES/NO/NA

4. If the answer to Question 3 above is NO, please list the specific jobs not being undertaken as a deviations list and attach with this matrix. (as applicable)

LIST OF DEVIATIONS FROM QAP ATTACHED/NOT ATTACHED/NA

5. Is the list of anticipatory spares attached with the ‘T’ bid (if applicable)? (List of anticipatory spares is required to be attached with the ‘T’ bid (where applicable) and the costs of such anticipatory spares attached with the ‘Q’ bid.)

YES/NO/NA

6. EMD submitted in accordance with Para 12 of the RFP

YES/NO/NA

7. Cost of Tender submitted in accordance with Para 10 of the RFP (for OTE cases only)

YES/NO/NA

8. Payment terms as per Para 15 of the RPF acceptable?

YES/NO

9. Standard terms and Conditions of the Contract as per Enclosure-III of the RPF acceptable?

YES/NO

10. Itemised list for CDEC, EDEC, ODEC enclosed with T-bid

YES/NO

11. Details of License for undertaking Contract Work attached.

YES/NO

DETAILS OF CONTRACTORS/SUPPLIERS/VENDORS

S.No. MANDATORY INFORMATION DETAILS

1 Name of the Beneficiary as per Bank Account

2 Name of the authorised person/s for communication / notice

3 Fax No. for sending notice / communication

4 Legal postal address for notice / communication

5 Telephone number for official communication

6 E- mail ID for sending notice / communication

7 Name of the Bank of Beneficiary

8 Branch Name

9 Branch Address

10 Nature / Type of Account (SB/Current etc)

11 Bank Account Number of the Beneficiary

12 MICR Code (9 Digit Number printed on Cheque leaf)

13 NEFT IFCS Code (4 Alphabets and 4 Numbers Code)

14 Tin Details

15 PAN Card Details

16 VAT TIN No

17 CST TIN No

18 Service Tax TIN No

Page 58: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 58 of 82

Enclosure V of RFP DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Dated 09 Feb 2016

GUIDELINES FOR PREPARATION OF COMMERCIAL BID

1. Mode of Quotation at Enclosure VI of this RFP should be filled in all respects.

2. The Unit cost/rate for each serial as also the total cost of repairs, e.g Rs X for One Pump (unit rate) and

Rs. Y for 5 pumps (total cost) and budgetary cost of mandatory spares should be indicated against each Defect List Item. The cost of Anticipatory spares should not be indicated in the MOQ and is to be quoted separately. The

same will not be used for determining L1 firm.

3. Bidders must indicate separately the relevant Taxes/Duties likely to be paid in connection with delivery of

completed goods specified in RFP. In absence of this, the total cost quoted by them in their bids will be taken into account in the ranking of bids.

4. The evaluation and comparison of responsive bids and finalisation of L-1 Firm shall he done on the prices

of the goods offered and other charges such as Packing & Forwarding, Freight and Insurance, AMC, etc, as

indicated in the price schedule of the Bid Document but excluding levies, taxes and duties such as excise duty, VAT, Service tax, Octroi/entry tax, etc on final product, which are to be paid extra as per actuals, wherever

applicable.

5. Cost of yard materials such as steel plates, weld consumables, general nature cables, pipes and tubes should be indicated separately. Whereas, Ferrous scrap shall be the property of the Contractor, Non-ferrous items

and unused spares shall be the property of the Customer. The cost of Ferrous Material indicated in the Bid should

therefore be inclusive of discount for scrap value.

6. In case the commercial bid is running into more than one page, the sub- total of costs on each page is to be indicated at the bottom of that page.

7. Each page is to be authenticated (signed) by the Bidder.

8. Page numbering is a must to identify/locate missing/misplaced pages. (Total Nos of pages in the Q-bid are to be mentioned on the first page of the Q-bid. Further each page to be numbered. For example if there are 20 pages in Q bid, first page to be numbered as 1/20 and last page to be numbered as 20/20.)

9. Bid Validity. The commercial bid is to be valid 180 days .

ANNEXURE No./ DESCRIPTION

ANNEXURE 1 : MODE OF QUOTATION

Page 59: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 59 of 82

Enclosure VI of RFP DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Dated 09 Feb 2016

SUMMAYY SHEET FOR COSTING / QUOTATION

Ser Description of Work/Service Material/Spares/Tax

Rate (in Rs)

1. Cost of all services indicated in the SOR

2.

Cost of repairs mentioned in the SOR (MOQ) (a) Cost of material/spares ( mandatory) (b) Cost of material/spares (anticipatory) (c) Cost of Services

3. Cost of all other Services in the SOR (not covered under ser 1 and 2 including OEM charges etc)

4. Service Tax, if applicable

5. Works Contract Tax (if applicable on ser 1, 2, and 3)

6. VAT/Sales Tax applicable on ser 6 and 7

7. Octroi/other local levies applicable on ser 6 and 7

8. Customs Duty/Amount of Customs Duty for which Exemption is sought on ser 6 and 7

9. Excise Duty

10. Miscellaneous (not included in any of the serials above)

11. Applicable Tax/Duty/Levies on ser 12

12. Grand Total (ser 1 to 13)

13. Grand Total (excluding ser 10, and 11)

Page 60: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 60 of 82

Enclosure VII of RFP DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Dated 09 Feb 2016

EMD Bank Guarantee format

Whereas ……………………………………(hereinafter called the “Bidder”) has submitted their offer dated………………………………….for the supply of ……………………………… (hereinafter called the “Bid”) against the Buyer’s Request for proposal No. ………………………… KNOW ALL MEN by these presents that WE ……………………………of …………………………………………….. having our registered office at ……………………………………………………………. are bound unto …………………. (hereinafter called the “Buyer) in the sum of ……………………………………………………………………………for which payment will and truly to be made to the said Buyer, the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal of the said Bank this…………… day of …………….20…… The conditions of obligations are – (1) If the Bidder withdraws or amends, impairs or derogates from the Bid in any respect within the period of validity of this tender. (2) If the Bidder having been notified of the acceptance of his tender by the Buyer during the period of its validity.

(a) If the Bidder fails to furnish the Performance Security for the due performance of the contract. (b) Fails or refuses to accept/execute the contract. WE undertake to pay the Buyer up to the above amount upon receipt of its first written demand, without the Buyer having to substantiate its demand, provided that in its demand the Buyer will note that the amount claimed by it is due to it owing to the occurrence of one or both the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force upto and including 45 days after the period of tender validity and any demand in respect thereof should reach the Bank not later than the above date. ……………………………. (Signature of the authorized officer of the Bank) Name and designation of the officer Seal, name & address of the Bank and address of the Branch

Page 61: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 61 of 82

Enclosure VIlI of RFP DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Dated 09 Feb 2016

1. Price Bid Format (For L-l determination):

The Price Bid Format in general is given below and Bidders are required to fill this up correctly with full details, as required under Part-Il of RFP. This format should be filled up with items / requirements as mentioned in Part-Il of RFP): -

SOW/SOR (MODE OF QUOTATION)

(To be strictly adhered to. Non-adherance to this format may result in disqualification)

RFP FOR OFFLOADING OF REFIT OF WB JALSAGAR ON TURNKEY BASIS

STEEL RENEWAL ESTIMATE : WATER BARGE JALSAGAR

(A) Steel plate IS 2062- Grade ‘B’

(B) Structural Stiffeners IS 2062 grade ‘A’

Sl No. Description Size Quantity

Unit Rate in (Rs) as per deno. mentioned in QTY column

Total Rate in (Rs) Total Mat + Ser in (Rs)

Mat Ser Mat Ser

1 Side plating transverse angle

50x50x6 mm 80 R/Mtr.

2 Deck head and transverse frame angle

75x75x8 mm 80 R/mtr

3 Foundations angle , reverse frame

75x75x10 mm 100 R/Mtr

4 Pits build up at various U/W and A/W hull and decks as per survey report

1 pits =1 Sq cm

100 Nos

SL No.

Description Sq. Mtr. Area renewal

Thickness Tonnage Unit Rate in (Rs/Tons )

Total Rate in (Rs)

Total Mat + Ser in (Rs) Mat Ser Mat Ser

1 Under water and above water shell plate (Keel, port & stbd, tank top)

80 10 mm 6.28

2 Under water and above water shell plate (Keel, port & stbd)

140 8 mm 8.79

3 Qtr deck and foxle deck 80 8 mm 5.1

4 Decks, bulkheads, internal compartments, superstructure, bullwork plating tank plating

80 6 mm 3.77

5 Deck strips quarter and foxle deck (10’x1.5”x 6mm)

--- 6 mm 0.30

Total tonnage 24.24

Total tonnage rounded off 24.3 Tons

Page 62: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 62 of 82

(C) Hull Defect List

DL NO DESCRIPTION

Qty

Unit Rate in (Rs) Total Rate in

(Rs) Total Material + Services in (Rs)

Material Services Material

Services

H-10001 24 in no MK-I sacrificial anodes of underwater hull to be renewed:-

24 Nos

H-10002 04 sets of draught marks to be renewed and painted. Note. Marks to be cut with profile cutting machine and machined

04 Sets

H-10003

Remove anchor windlass and carry out overhaul, renew MS foundation, winch side plates, brake liners, house pipe covers overhaul winch, related gearbox and winch motor . Minor repairs of defective items, Prove winch.

Lumpsum

H-10004

Remove/disconnect two in no anchors /shackles/ associated fittings from chain cable. Chip / clean and paint as per approved paint scheme. Connect up on completion.(length of chain cable 13 nos x 27.5 meter)

Lumpsum

H-10005

05 nos deck drains with brass strainers(dia 2”) corroded / thinned / holed along with securing clips corroded / thinned / broken. To be renewed. Mat of pipe – GI Dia – 2" approx length – 20 m.

05 Nos

H-10006 01 nos wooden machinery state board including white sun mica perished/broken , to be renewed.(size 2ft x 3 ft)

01 Nos

H-10007 03 nos sofa set cover perished/torn off , to be renewed with fire retardant cloth( size 3 ft x 2 ft)

03 Nos

H-10008

02 nos of sea chest grating on under water hull to be opened , prepare for survey and painting with underwater paint scheme( size of grating(340 mm x 740 mm)

02 nos

H-10009 Following doors to be repaired:-

(a) 09 nos. W/T doors along with rubber beading and 04 clips each corroded/thinned/jammed , rubber beading perished. Doors to be repaired, rubber beading to be renewed and handles to be eased and chalk tested. Size of W/T doors – 750 X 1400 mm.

09 Nos

(b) 04 nos wooden doors to be repaired including locking arrangment( size of door 660 x 1750 mm )

04 Nos

H-10010 (a)Rubber beading of 26 nos scuttles perished/cracked, to be renewed proved for chalk test. (Dia of scuttle 250 mm)

26 nos

Page 63: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 63 of 82

(b) 06 nos scuttles toughened glass broken to be renewed(Dia of scuttle 250 mm, thickness of glass 10 mm)

06 nos

(c) 10 nos window rubber beading perished to be renewed. .(size of window- 800 mm x 600 mm)

10 Nos

H-10011 MS guard rails with stanchions and chains on weather deck, 01 deck and wheel house top corroded, thinned and perished. To be renewed.

(a) 32 NB class B pipe with 04 mm thick for guard rails on top, middle and bottom guardrails pipes.

200 Mtr

(b) 65 mm x 08 mm FB guard rail stays (length 800 mm)

50 Nos

(c) 65 mm x 19 mm FB for guard rail stanchions. (length 1000 MM)

100 Nos

(d) 20 meter of 10 mm dia chains in way of opening in guard rails, chains to be secured with eyes and one end welded to bulwark.

20 Mtr

H-10012 Electroplating of ship name bell. 01 No

H-10013

D’ shape rubber fenders along with securing plate and ms nut and bolt size M 24(04 nos on each fender) and brackets (MS) at port and stbd ship side Size – L-1500 mm, 150 mm x 150 mm , ID 75 mm,Total length 100 meter Note: following as acceptable standards (i) IS 14238 : Selection of Rubber Fenders for Berthing Structure

(ii) IS 13848 : Rubber Fenders Specifications

100 m

H-10014

Sanitary system and drain water system pipe lines corroded and thinned. To be renewed. Mat – Heavy duty GI.

(a) Dia of pipe – 50 mm NB – 20 m (length) 20 M

(b) Dia of pipe 100 mm NB – 20 m (length) 20 M

H-10015

10 in nos twin bollards along with base on upper deck corroded, and thinned. To be renewed (as per IS 5740/5625). Dia 250 mm and 12 mm, height 500 mm)

10 Nos

H-10016 08 in nos life buoys to be painted with craft name and secured with MS brackets.

08 Nos

H-10017

16 chairs mounted on MS frames to be replaced on weather deck, to be renewed with SS perforated chairs with SS frames. Chairs to be bolted to the frames.

16 Nos

H-10018

Following hatches and manholes in way of compartment opening and tanks to be repaired:-

(a) 02 W/T hatches along with rubber beading, including hatch opening /closing handles to be overhauled, rubber beading renewed , metal structure to be repaired and post repairs hatch to be chalk tested(size of hatch 600x 600 mm, 08 mm thick)

02 nos

(b) 25 nos Manholes covers neoprene rubber packing perished , rubber packing to be renewed with 08 mm thick neoprene rubber

25 Nos

Page 64: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 64 of 82

(size of manhole 600 x 400 mm)

(c) 02 Nos manhole tanks covers corroded/thinned/holed to be renewed with 20 nos MS M20 studs/nuts on each manhole MS cover(size of manhole 600 x 400 mm,08 mm thick) .

02 Nos

H-10019

Following items broken/ not working in, galley officer toilets/ and gents toile :-.

(a) 01 urinal ceramic commode broken to be replaced with flushing arrangement.

01 No

(b) 02 W/C pans broken / perished. To be renewed with SS commode with flushing arrangement Make Nirali

02Nos

(c) Salt water Bib cock for WC ( 15 NB) qty -04 04 Nos

(d) Fresh water bib cock for WC 04 Nos

(e) Shower fittings 15 NB , Chrome plated Brass

05 Nos

H-10020 04 looking mirror of size 1’ 6” ft x 2 ft broken. To be renewed.

04 Nos

H-10021

Paneling in MCR,control room and accommodation space sides and deck head covered with formica sheets and wooden beading broken / perished. (approx area 40SQM )

40SQM

H-10022

Macrotek deck covering in entire lobby, crew bathroom, Wc ,stores, master cabin chief cabin mess deck broken/cracked be renewed with epoxy based deck covering approved by IHQ (MOD) . Approx area 200 Sq m Application of deck covering to conform to NCD 3717/2005. Firm to offer Inspection after each coat of deck covering to QC

200 Sq m

H-10023

one wooden boxes for light board of craft name perished / broken. To be replaced with wooden box with perspex sheet. Name of the craft to be written on perspex sheet. Sixe of box 700 x 600 x 350 mm

01 Nos

H-10024 PVC awning on upper deck perished to be renewed with brass eyelets . (approx sze 40 SQM).

40 Sqm

H-10025 Re-gutting / renewal of lagging in way of hot work Approx area – 100 Sq m

100 Sq m

H-10026

Following furniture and fittings perished/broken in dining area and accommodation area to be repaired.

(a) 20 nos wooden lockers (2ft x 2 ft x 9”) underneath of bunks broken from hinge area along with sunmica and locking arrangement perished to be repaired.

20 Nos

(b) Wooden bunks, locker, table top sunmica perished cracked to be renewed (wood color)(approx area 50 SQM)

50 Sqm

H--10027

Renewal of bulwark with stiffeners(Flat bar 75 mm x 6 mm) and 03 nos mooring eyes( nominal size 300 mm x 320 mm with 1” dia solid barl) on foxle , height of bulwark 1 meter , approx length 10 meters.

10 Mtr

Page 65: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 65 of 82

H-10028

Following fendering arrangement to be renewed:-

(a) 10 Tyre fenders all around the ship damaged / broken. To be renewed(OD-800 mm ,ID- 500 mm).

10 Nos

(b) 10 Tyre fenders to be secured with chain cable of 16 mm dia length of chain 2 meter for each tyre.

10 Nos

(c) Chain cable to be secured with 20 D shackles of 16 mm with split pins and eyes of 08 mm thick.

20 Nos

(d) Portable Cylindrical fender (900 mm x 250 mm) secured with chain of 33 mm dia.

04 Nos

H--10029

Following air escape pipes of tanks broken to be renewed.

(a)10 nos Air escape pipes of tanks on weather deck corroded/broken Dia of pipe- 2” , height 1 meter approx with goose neck and rat proof net ,Mat-GI. to be renewed as per sample/ Drawing.

10 Nos

(b) 06 nos Air escape pipes of tanks on weather deck corroded/broken Dia of pipe- 8” , height 1 meter approx with goose neck and rat proof net ,Mat-GI. to be renewed as per sample/ Drawing.

06 Nos

H--10030

06 Mushroom heads of various sizes to be overhauled, wire mesh to be renewed and repaired. Spindle to be renewed.

06 Nos

H--10031

Rubber beading of 04 nos hinged water tight covers of engine room supply and exhaust trunk perished to be renewed and chalk tested.( size of covers 1.5 mtr x .9 meter)

04 nos

H--10032

10 nos vent flaps including trunk on weather deck corroded/thinned to be repaired( size of flap 12 “x 10”) .

10 nos

H-10033

Under Water Area (730 Sq m) Note- any one of paint scheme out of three to be quoted

JOTUN SCHEME

Surface preparation by grit blasting to SA 2.5 standard by iron grits GR-25

730 Sq m

01 coat of Pen guard primer (patt No N8010-P009678 (DFT 50 Microns)

730 Sq m

01 Coat of Jota coat Universal (Aluminium anti corrosive paint (patt No N8010-P061977) – DFT 150 Microns

730 Sq m

01 Coat of Jota coat Universal (Grey - anti corrosive paint (patt No N8010-P061944) – DFT 150 Microns

730 Sq m

01 Coat of Safe Guard E 3 (Tie coat paint (patt No N8010-P009601) – DFT 125 Microns

730 Sq m

01 Coat of Sea quantum Ultra (Brown/ Light red - anti fouling paint (patt No N8010-P009602) – DFT 150 Microns

730 Sq m

Page 66: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 66 of 82

01 Coat of Sea quantum Ultra (Red Brown/ Dark Red – anti- fouling paint (patt No N8010-P009603) – DFT 150 Microns

730 Sq m

01 Coat of Sea quantum Ultra (Brown/Light Red - anti fouling paint (patt No N8010-P009602) – DFT 150 Microns

730 Sq m

01 Coat of Sea Quantum Classic (Black - anti fouling paint (patt No N8010-P009604) – DFT 150 Microns – For boot top area.

100 Sq m

or

Akzo Nobal

Surface preparation by grit blasting to SA 2.5 standard by iron grits GR-25

730 Sq m

One coat of primer Intergard 269. DFT 50 micron. (N8010-P009678)

730 Sq m

One coat of anticorrosive Intershield 300(aluminium). DFT 150 micron. (N8010-P061977)

730 Sq m

One coat of anticorrosive intershield 300(bronze). DFT 150 micron. (N8010-P061944)

730 Sq m

One coat of tie coat intergard 263. DFT 125. (N8010-P009601

730 Sq m

One coat of antifouling intersmooth 360(brown). DFT 150 micron. (N8010-P009602)

730 Sq m

One coat of antifouling intersmooth 360 (dark red). DFT 150 micron.(N8010-P009603)

730 Sq m

One coat of antifouling intersmooth 360 (brown) . 150 micron. (N8010-P009602.

730 Sq m

One coat of antifouling(boot top) intersmooth 360(black). DFT 150 micron. (N8010-P009604)

100 Sq m

or

SIGMA SCHEME

Surface preparation by grit blasting to SA 2.5 standard by iron grits GR-25

730 Sq m

01 coat of Sigma cover 280 primer (patt No N8010-P009678 (DFT 50 Microns)

730 Sq m

01 Coat of Sigma cover 630 (Aluminum anti corrosive paint (patt No N8010-P061977) – DFT 150 Microns

730 Sq m

01 Coat of Sigma cover 630 (Grey - anti corrosive paint (patt No N8010-P061944) – DFT 150 Microns

730 Sq m

01 Coat of Sigma cover 525 (Tie coat paint (patt No N8010-P009601) – DFT 125 Microns

730 Sq m

Page 67: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 67 of 82

01 Coat of Sigma Alphagen 650 (Brown - anti fouling paint (patt No N8010-P009602) – DFT 150 Microns

730 Sq m

01 Coat of Sigma Alphagen 650 (Red Brown - anti fouling paint (patt No N8010-P009603) – DFT 150 Microns

730 Sq m

01 Coat of Sigma Alphagen 650 (Brown - anti fouling paint (patt No N8010-P009602) – DFT 150 Microns

730 Sq m

01 Coat of Sigma Alphagen 650 (Black - anti fouling paint (patt No N8010-P009604) – DFT 150 Microns – For boot top area

100 Sq m

H-10034

Ballast tank , fwd and aft ,void space, cofferdam area 600 Sqm Note- any one of paint scheme out of three to be quoted

(a) M/s Sigma paint scheme

(i) To be prepared to ST3 standard 600 Sq m

(ii) Apply one coat to achieve 75 microns F/C Sigma EP universal primer

600 Sq m

(iii) Thereafter apply two coats of F/C Sigma guard BT (7451) paint to achieve 300 microns thickness

1200 Sq m

or

(b) M/s Jotun paint

(i) To be prepared to ST3 standard 600 Sq m

(ii) Apply one coat of microns to obtain 30 microns F/C Epoxy holding primer.

600 Sq m

(iii) Thereafter apply two coats of F/C Balloxy HB light paints to obtain 200 microns on each coat.

1200 Sq m

or

(c) M/s Akzo Nobel

(i) To be prepared to ST3 standard 600 Sq m

(ii) Apply one coat of intergard 269 primer to achieve 40 microns

600 Sq m

(iii) Apply two coats of intergard 403 to obtain 250 microns thickness.

1200 Sq m

H-10035

Fuel tank ,lub oil tank ,FODS tank , dirty oil tank (98 Sq m)

(i) To be thoroughly cleaned and dried 98 Sq m

(ii) apply one coat of heavy filtered mineral oil DS cat no 9150-000058

98 Sq m

H-10036

Engine room , steering gear compartment and other comp. bilges (180 Sq m)

Note- any one of paint scheme out of three to be quoted

SIGMA (i) Surface preparation ST 3

180 Sq m

(ii) Primer – sigma cover 280 – 50 micron

180 Sq m

(iii) Anticorrosive – sigmacover 630(aluminimum) – 1X150 micron

180 Sq m

(iv) Anticorrosive-Sigmacover 630(grey) – 1x150 micron

180 Sq m

Page 68: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 68 of 82

or

JOTUN

(i) Surface preparation ST3 180 Sq m

(ii) Penguard primer – 50 micron 180 Sq m

(iii) Jotacote universal (aluminium) – 1X150 micron

180 Sq m

(iv) Jotacote universal (grey) –1x150 micron

180 Sq m

(v) Penguard topcoat – 50 micron 180 Sq m

or

AKZO NOBEL

(i) Surface Preparation ST 3 180 Sq m

(ii) Integard 269 – 50 micron 180 Sq m

(iii) Intershield 300(aluminium) 1X150 Intershield 300(bronze) – 50 micron

180 Sq m

H-10037

Fresh water tank and feed water tank (750 Sq m)

(i) To be prepared to SA 2.5 standard 750 Sq m

(ii) Two coats of SFAC, EP1paint to achieve total DFT 350-400 micron

1500 Sq m

H-10038

Weather Work Surfaces / Railings/shade frame (100 Sq m) (Jotun paint scheme)

(i) Surface preparation – ST-3 standard 100 Sq m

(ii) Penguard, Primer, red to achieve a dry film thickness of 40 microns

100 Sq m

(iii) Pilot Primer, Grey to achieve a dry film thickness of 40 microns

100 Sq m

(iv) Pilot II, White to achieve a dry film thickness of 40 microns

100 Sq m

(v) Pilot II, White to achieve a dry film thickness of 40 microns

100 Sq m

(iv) Total dry film thickness of paint to be achieved 160 microns

H-10039

Weather Decks (320 sq m) (Jotun paint scheme)

(i) Surface preparation SA 2.5 standard 320 Sq m

(ii) Muki EPS, Red to achieve a dry film thickness of 30 mincrons

320 Sq m

(iii) Jotamastic 87 alu, alum to achieve a dry film thickness of 200 microns

320 Sq m

(iv) Jotamastic 87 alu, alum R/T to achieve a dry film thickness of 200 microns

320 Sq m

(v) Penguard Topcoat, Grey 38 to achieve a dry film thickness of 50 microns

320 Sq m

(vi) Penguard Topcoat, Grey 38 to achieve a dry film thickness of 50 microns

320 Sq m

(vii) Anti-Skid Powder, grey and a dry film thickness of 530 micons

320 Sq m

H-10040 General Surfaces in Dry Compartment Deck head/Bulkhead (Behind Insulation) (150 Sq m) (Jotun paint scheme)

(i) Surface to be prepared to st-3 standard 150 Sq m

Page 69: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 69 of 82

(ii) Pilot Primer, Red to achieve a dry film thickness of 50 microns

150 Sq m

(iii) Pilot Paint, white to achieve a dry film thickness of 50 microns

150 Sq m

(iv) Total dry film thickness of paint to be achieved 100 microns

H-10041

Cable locker (40 sq m) (Jotun paint scheme)

(i) To be prepared to ST3 standard 40 Sq m

(ii) Primastic Universal, aluminium/RT to achieve a dry film thickness of 150 microns

40 Sq m

(iii) Primastic Universal, aluminium to achieve a dry film thickness of 150 microns

40 Sq m

(iv) Total dry film thickness of 300 microns

H-10042

Ship side (110 Sq m) (Jotun paint scheme)

(i) To be grit blasted to SA 2.5 standard 110 Sq m

(ii) Pilot Primer, Red to achieve a dry film thickness of 40 microns

110 Sq m

(iii) Pilot Primer, Gery to achieve a dry film thickness of 40 microns

110 Sq m

(iv) Correx, RAL 7040 (Black) to achieve a dry film thickness of 40 microns

110 Sq m

(v) Correx, RAL 7040 (Black) to achieve a dry film thickness o 40 microns

110 Sq m

(vi) Total dry film thickness of 160 microns to be achieved.

H-10043

Superstructure (170 Sq m) (Jotun paint scheme)

(i) To be prepared to ST3 standard

(ii) Pilot Primer, Red to achieve a dry film thickness of 40 microns

170 Sq m

(iii) Pilot Primer, Gery to achieve a dry film thickness of 40 microns

170 Sq m

(iv) Correx, RAL 7040 (White) to achieve a dry film thickness of 40 microns

170 Sq m

(v) Correx, RAL 7040 (White) to achieve a dry film thickness o 40 microns

170 Sq m

(vi) Total dry film thickness of 160 microns to be achieved.

H-10044

Engine room/pump room/boiler room/generator room above bilges (150 Sq m) (Jotun paint scheme)

(i) To be prepared to ST3 standard 150 Sq m

(ii) Pilot Primer, Red to achieve a dry film thickness of 40 microns

150 Sq m

(iii) Pilot Primer, Grey to achieve a dry film thickness of 40 microns

150 Sq m

(iv)Pilot II White to achieve a dry film thickness of 40 microns

150 Sq m

(v)Pilot II White to achieve a dry film thickness o 40 microns

150 Sq m

(vi) Total dry film thickness of 160 microns to be achieved.

H-10045 Serviceability checks and refilling of following extinguishers

(a) 9 lt AFFF extinguishers 10 Nos

(b) 45 lt AFFF extinguishers 01 Nos

Page 70: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 70 of 82

(c) 9 lt DCP extinguisher 02 Nos

(d) 4.5 kg CO2 extinguisher 05 Nos

H-10046 Serviceability checks and repairing/refiling of following life saving equipments

(a) 20 men Life raft 02 Nos

( b) Life jackets 25 Nos

H-10047 Renewal of following submersible pumps

(a) 20 TPH submersible pump 02 Nos

(b) 40 TPH submersible pump 01 Nos

ENGG. DEFECT LIST

DL No DESCRIPTION OF WORK QTY Unit Rate in (Rs) Total Rate in (Rs)

Total Material + Services in (Rs)

Material Services Material

Services

E-20001 HP Air Compressor : Carry out complete

overhaul of HP Air compressor Make: KG Khosla and Co , Model: BD 11.5, Capacity:11.5 CFM, Qty – 02

02Nos

E-20002 Steering System Overhaul pressure

regulating valve and safety valve (set at 40 Kg / Cm2) Qty- 02

02Nos

E-20003 Steering System Hand Pump Overhaul the

steering system hand pump, Renew all rubber parts and "O" rings. Prove the pump in system post overhaul. Qty 01

01Nos

E-20004 Steering Pump (Port & Stbd) Remove and

check the Lub oil hydraulic motor driven pumps Check internal parts. Carry out dimensional checks on pump, renew / recondition worn out parts. (Type: M4, Qty - 02).

02Nos

E-20005 Rudder Motor Renew rudder motor top and

bottom seals. 02Nos

E-20006 Renew rudder motor piston seals with correct rubber grade. QTY : 02

02Nos

E-20007 Clean the rudder stock gland packing internally, check Bush clearance, renew bush and gland packing.

01Nos

E-20008 Renew the rubber bushes in coupling between motor and hydraulic pump.

01Nos

E-20009 Overhaul and pressure test 12 in no hydraulic system valves. Size: 25 NB (Testing Pressure 40 Kg/cm2)

12 Nos

E-20010 Both main engine sea chest strainer top cover cracked, top cover to be renewed along with butterfly nuts.

(a) For top cover : gun metal, qty : 02 Nos 02 Nos

(b) For butterfly nuts: brass, qty : 16 Nos 16 Nos

E-20011 Both diesel alternator emergency sea water cooling pipes holed various places. Pipes to be renewed, Length:20 mtrs, Dia: 1.5”, mat: CUNI.

20 Mtrs

E-20012 Both diesel alternator emergency sea water cooling line isolating valves not holding, bridge piece thread missed-out and spindle bend.

02Nos

Page 71: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 71 of 82

Valves to be renewed. Mat: Brass, Qty: 02, Dia: 3”.

E-20013 Both Stern tube seals and inner glands leaking, seal and gland to be replace.

02 Set

E-20014 Stern tube sea water cooling pipe cracked and holed at various places, pipes to be renewed. Mat: cuni, length: 30 Mtrs, Dia: 1”.

30 Mtrs

E-20015 PME engine driven sea water pump mechanical seal leaking. Pump to be overhauled and seal to be replaced.

01 No

E-20016 Port gear box lub oil filter body cracked, lub oil leaking while in operation. Filter body to be changed.

01 Nos

E-20017 Both main engine breather line bellow cracked. Bellow to be changed. Size: 2.5”. Length: 3”, Qty : 02

02 Nos

E-20018 Both main engine starting air isolating valves not holding. Valves to be overhauled, pressure tested prior to fitment. Size: 40 NB.

02 Nos

E-20019 Following pressure and temperature gauges of various systems of both main engine not working. to be renewed:

(a) F/W pressure gauge(4”dia, 1/4 BSP, 0 – 10 bar)

04

(b) S/W pressure gauge(4”dia, 1/2 BSP, 0 – 07 bar)

02

(C) G/B Lub oil pressure gauge(2”dia, ¼ BSP, 0 – 40 bar)

02

(d) F/W temperature ( 0 – 100 deg C) 06

E-20020 Both main engine exhaust drain valves not holding, valves to be overhauled and pressure tested prior fitment. Dia: 40 NB

04 Nos

E-20021 Both Diesel Alternator air starter not working. Air starter to be replaced.

02 Nos

E-20022 Both Diesel Alternator inlet to sew water pump pipes holed at various places. Pipes to be replaced. Dia: 1.5”, length:1”. Mat: Cu Ni.

02 Mtrs

E-20023 Following bilge suction cabinet SDNR valves not holding. Valves to be overhauled, pressure tested prior fitment.

(a) SDNR valves Size: 80NB 02 Nos

(b) SDNR valves Size: 65NB 05 Nos

E-20024 Following sea water system SD/SDNR/BUTTERFLY valves not holding. Valves to be overhauled, pressure tested prior fitment.

(a) Both main engine S/W suction. Size: 80 NB 02 Nos

(b) Both DA S/W suction. Size: 40 NB 02 Nos

(c) Hydrophore suction and discharge valves. Size: 1”

02 Nos

(d) Main Sea Chest before strainer gate valve. Size: 150NB.

04 Nos

(e) Main Sea Chest after strainer butterfly valve. Size: 150NB.

04 Nos

(f) Main engine OBD valve. Size : 80 NB 02 Nos

(g) DA OBD valve. Size: 40 NB 02 Nos

(h) Fuel quick shut off valve. Size: 40 NB 04 Nos

Page 72: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 72 of 82

E-20025 06 in no fresh water system valves not holding. Valves to be overhauled, pressure tested prior fitment. Size: 40 NB

06 Nos

E-20026 S/W Hydrophore tank level gauge glass broken and adaptor perished. Level glass and adaptors to be renewed.

(a) Level glass 01 No

(b) Adaptor 02 Nos

E-20027 Following S/W Hydrophore tank pressure gauge not working. Pressure gauge to be renewed.

(a) 0- 10 bar, qty: 02 02 Nos

(b) 1 – 06 bar, qty: 02 02 Nos

E-20028 Following Fresh water and distilled water valves on upper deck not holding. Valves to be overhauled, pressure tested prior fitment.

(a) 125 NB Butterfly, qty : 02 02 Nos

(b) 100 NB Butterfly, qty: 02 02 Nos

E-20029 37 TPH Moddy DD fire main pump mechanical seal leaking. Mechanical seal to be changed.

01 Nos

E-20030 02 in no F/W tank level sensors defective. Defective sensors to be renewed/ repair and prove the system.

02 Nos

E-20031 Bilge and ballast pump suction distance piece holed various places. Distance piece to be renewed. Mat : CuNi, Length: 1”, Dia: 3”.

01No

E-20032 Following suction and discharge pressure gauges of various pumps not working. Suction and discharge pressure gauges along with capillaries, end fittings and cocks to be renewed:

(a) 1- 06 Bar 25 Nos

(b) 0 – 10 Bar 25 Nos

(c) Capillaries 100 Mtrs

(d) Cocks, Mat : Brass, Size 1/4 “ 50 Nos

E-20033 Drain Lub oil from steering system, blow through the system before refilling the oil. Carry out chemical cleaning and if found damaged beyond specified limit pipes along with end fittings to be renewed.

01 Set

E-20034 Carry out clearance check of all aft, forward, "P" block bearing and bulkhead glands. Record and recondition if necessary.

01Set

E-20035 Clean propeller, polish it and apply grease. Check visually for any external damage to the propeller and recondition if necessary.

02Nos

E-20036 Remove the securing screw from propeller boss and remove propeller cone. Check propeller nut and locking pin. Replace grease with fresh charge and re-assemble the cone. Carry out cementing post fitment.

02Nos

E-20037 06 in no Gate valve of fresh water and distilled water system not holding. Valves to befitted back prior overhauled and pressure tested. Size: 40 NB

06 Nos

E-20038 Following butterfly valves of Fresh water and -

Page 73: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 73 of 82

distilled water system not holding. Valves to befitted back prior overhauled and pressure tested.

120 NB DN 10 15 Nos

100 NB Dn 10 10 Nos

E-20039 Remove refit , Overhaul and Pressure test of the following:

(a) Bottle safety valve ( set pr. 400 psi, qty 03) 03 Nos

(b) Reducing valve, Qty: 02( set pressure – 90 PSI

02 Nos

(c) Relief valve, Qty- 03, 03 Nos

(d) 03 in no Air bottle charging valve. 40 NB 03 Nos

(e) 02 Main Engine starting valves, 60 NB 02 Nos

(f) 03 Pressure gauge valves, 15 NB 03 Nos

(g) Air stop valve, 40 NB 04 Nos

(h) Relief valve, 0 – 10 bar 01 No

(j) Reducer 30 to 10 bar 01 No

E-20040 Replace air system pressure gauges viewed not working. Qty-03. As per sample

03 Nos

E-20041 Chemically clean and pressure test air reservoir and test certificate to be issued.(capacity ; 125 Ltrs , Test pressure ; 40 Kg/cm2, Qty: 03)

03 Nos

E-20042 Sea chest tube, mud box, grating and strainers to be cleaned, inspected, To be painted with U/W paint scheme. Grating / strainers to be renewed.

06 Nos

E-20043 Manufacturing of suction strainers for M/E, DG and aux pumps as per sample Mat: Cu Ni, Qty: 08 Nos.

08 Nos

E-20044 08 Fire hydrant valves to be overhauled, all seals to be renewed and pressure tested to 10.5 Bar (Dia: 63 mm)

08 Nos

E-20045 Overhauling of 01 in no hand pump in fuel system. Replace the defective parts.

01 Nos

E-20046 The following system pipe lines to be renewed as per sample and pressure tested to 10.5 bars and painted as per paint scheme:

(a) ME cooling sea water (Qty: 08, Dia: 50 mm, Total Length: 15 mtr) Mat : Cu Ni.

15 Mtrs

(b) Main engine fresh water cooling line (Qty: 10 , Dia: 30 mm, Length: 20 mtr), Mat : Cu Ni

20 Mtrs

(c) Bilge system pipes (Qty: 25 , Dia: 60 mm, Length: 50 mtr) Mat : MS

50 Mtrs

(d) Both Main engine S/W suction line (Qty: 08 , Dia: 50 mm, Length: 20 mtr) Mat : Cu Ni.

20 Mtrs

(e) '˜T' pieces (Qty: 08 , Dia: 40 mm) Mat : Cu Ni.

08 Nos

(f) S/W line from GS pump to sea suction (Qty: 04 , Dia: 80 mm, Length: 10 mtr) Mat : Cu Ni.

10 Nos

(g) Fire main system pipes (Qty: 10 , Dia: 50 mm, Length: 20 mtr) Mat : Cu Ni.

20 Mtrs

(h) Stern tube cooling pipes (Qty: 04, Dia: 20 mm, Length: 10 mtr) Mat : Cu Ni.

10 Mtrs

(j) M/E and D/A sea water cooling pipe(Qty 8 : 10, Dia: 65/50 mm, Total length: 15 mtr), Mat : Cu Ni.

08 Nos

Page 74: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 74 of 82

(k) Main engine & D/A fuel and lub oil system pipes (Dia : 32 mm, total length: 20 mtr, qty : 12 Nos), Mat : MS

20 Mtrs

(l) Fuel filling system pipe( Dia 50 mm, Total length: 30 mtr), Mat : MS. Qty: 04 Nos.

30 Mtrs

(m) Ballast tank pump suction and discharge pipe(Dia:30 mm, Total length: 25 mtr), Qty: 08, Mat : Cu Ni.

25 Mtrs

(n) fresh water pump to tank (dia:40 mm,total length: 10 mtr), Qty: 04, Mat : MS.

10 Mtrs

E-20047 Manufacture of 30 grease cups as per sample. Mat : Brass.

30 Nos

E-20048 Renew 02 in nos 20 TPH submersible pump with starter. Make –Mody, Cap 20 TPH

02Nos

DL No DESCRIPTION OF WORK QTY Unit Rate in (Rs) Total Rate in (Rs)

Total Material + Services in (Rs

Material Services

Mat Ser

L-30001

02 in nos 88 KW, 415 V , 3 PH , 50 HZ Diesel Alternator to be overhauled and load trials to be carried out on board (a) Check insulation of windings (b) Improve the insulation or renew windings if required. (c) Renew bearings DE & NDE (d) Replace AVR

02 Nos

L-30002

01 in no 38 KW, 415 V, 3 PH, 50 Hz diesel Alternator to be overhauled and tested onboard (a) Renew bearings DE & NDE (b) Replace AVR

01 Nos

L-30003

The following item to be overhauled/ repaired and tested or replaced.

(a) Self starters 03 Nos

(b) Battery charging alternators

03 Nos

(c) DG Engines starting , measuring and alarm panel with safety cut-outs and sensors.

03 Nos

L-30004

Overhaul and repairing of main switch board and tested onboard.

(a) Triple pole moulded case circuit breaker (rated 250 A make Merlin Gerin)

03 Nos

b) Indications lamps 25 Nos

(c) Selector switches 10 Nos

(d) Meters ( Voltmeters, Hz , KW, Ammeter, (Synchroscope meter)

15 Nos

(e) Main switchboard illuminations 04 Nos

L-30005

04 in nos group starter panels to be overhauled/ repair and tested onboard.(Timer and bi-metallic overload relay to be calibrated)

04 Nos

L-30006

The following motors to be overhauled and tested onboard.

(a) Feed water cargo pump motor(11 kw) 02 Nos

(b) Fuel oil transfer pump motor(1.1 Kw) 01 Nos

(c) Fresh water cargo pump motor( 18 Kw) 02 Nos

(d) Sewage pump motor for STP (1.5 Kw) 01 Nos

(e) Dirty lub oil pump motor (1.1 Kw) 01 Nos

Page 75: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 75 of 82

(f) Bilge/ fire pump motor. ( 7.5 Kw) 02 No

(g) Main domestic SW hydrophore pump motor (1.1 Kw)

01 No

(h) General Service pump motor.(7.5 Kw)

02 No

(j) Main domestic FW hydrophore pump motor (1.1 Kw)

01 No

(k) Stripping pump motor (1.1 Kw) 01 No

(l) Alternate domestic SW hydrophore pump motor (1.1 Kw)

01 No

(m)Alternate domestic FW hydrophore pump motor (1.1 Kw)

01 Nos

(n) Engine Room supply fan motor.(15 Kw) 01 No

(p) Engine Room exhaust fan motor.(7.5 Kw) 01 No

(q) Accomodation Supply fan motor.(0.75 Kw)

01 No

(r) Store supply fan motor.( 0.55 kw) 01 No

(s) Galley Exhaust fan motor.(0.37 Kw) 01 No

L-30007

The following motor and starter to be overhauled and tested onboard.( 220 V, 01 Ph, 50 Hz)

(a) Wheel house supply fan motor. 01 Nos

(b) Second officer room supply fan motor 01 No

(c) Emergency generator set supply fan motor

01 No

(d) Bathroom exhaust fan motor. 01 Nos

(e) Paint store supply fan motor. 01 Nos

(f) CO2 room exhaust fan motor. 01 No

(g) Toilet exhaust fan motor 01 No

(h) Galley supply fan motor. 01 No

(j) Provision store supply fan motor. 01 No

(k) Steering gear supply fan motor. 01 No

L-30008

The following battery charger to be overhauled.

(a) Emergency DG starting battery charger.( 0.5 Kw, 220 V. 50 Hz,/24 V DC)

01 Nos

(b) Main DG starting battery charger.( 0.5 Kw, 220 V. 50 Hz,/24 V DC)

01 Nos

(c) 24 V DC transformer rectifier unit.(1.5 kw, 415 V, 3 Ph, 50 Hz/ 24 V DC)

02 Nos

(d) Air compressor battery charger.( 220 V/12 V DC)

01 Nos

L-30009

The following starters with control panels to be overhauled and tested onboard.

(a) Steering gear ( port & stbd) 8 kw 02 No

(b) Air compressor. (5.6 Kw) 01 No

(c) Boat davit .(5.6 Kw) 01 Nos

(d) Anchor Windlass.(9.3 Kw) 01 Nos

L-30010

The following display unit and PCB to be calibrated and tested onboard. (a) Propulsion control system (Port & Stbd) make Twin disc type EC250

04 Nos

(b) Marine power display unit (port & Stbd) make Caterpillar Type- MPD

04 Nos

(c) Steering gear control and alarm panel. Make Geeta Engineeering

01 No

(d) EOT – EC2400 04 Nos

(e) Sound power telephone. Make GITIESSE

02 Nos

Page 76: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 76 of 82

(f) Echo sounder display unit. Make –Furuno 01 No

(g) Air horn control panel. Make- Rakmee engineering

01 No

(h) Navigational light panel. 220 V AC , 24 V DC

02 Nos

(j) Shaft RPM indicator. (Port & Stbd) Make- BECONELEX

04 Nos

(k) Rudder indicator meter of steering. Make – Geeta Engineering

02 Nos

L-30011

35 in nos wall mounted fans defective. To be replaced. Make – Orient Fans(PSPO) Sweep 400 mm

35 Nos

L-30012

20 in nos switch sockets (230 V , 16 Amps) defective. To be replaced.

20 Nos

L-30013

02 in nos galley hot plates to be repaired , coils to be replaced of 13 Kw . Make- Susma &Co.

02 Nos

L-30014

PA System amplifier with 04 loud speakers and 10 round speakers to be tested and made operational.(250 W)

01 No

L-30015

Digital Tank gauge of water level system to be tested on board and sensors to be replaced.( Micro controls Pvt. Ltd, Indore, India)

01 No

L-30016

Clutching system of both gear boxes to be checked and spare PCBs (EC250) module to be supplied.

02 Nos

L-30017

Intercom phone line in craft to be tested and made operational. Make – Beetel

10 Nos

L-30018

The following light fittings to be repaired or replaced.

(a) Search light fittings 02 Nos

(b) Flood light fittings 05 Nos

(c) Navigational light fittings 08 Nos

(d) Tube light fittings 40 Nos

(e) Pendent light fittings 20 Nos

L-30019

07 in nos window wipers in wheel house with arms to be repaired and made operational. Make – Rakme Engg. (440 V, 3 Ph, 50Hz)

07 Nos

L-30020

3 core 16 sq mm shore supply cable to be replaced.

200 Mtrs

Page 77: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 77 of 82

2. Additional information in Price Bid on Taxes and Duties (Not in scope of L-l

determination): a. Is Excise Duty extra? b. If Yes, Mention the following:

i) Total value of items on which Excise Duty is leviable ii) Rate of Excise duty (item-wise if different ED is applicable) iii) Surcharge on Excise duty, if applicable iv) Total value of excise duty payable

c. Is Excise Duty Exemption (EDE) required d. If Yes, then mention and enclose the following:

i. Excise notification number under which EDE can be given e. Is VAT extra f. If Yes, then mention the following:

i) Total value on which VAT is leviable ii) Rate of VAT iii) Total value of VAT leviable

g. Is Service Tax extra

Accessories

Installation / Commissioning

Training

Technical Literature

Tools

Freight

Insurance

Packaging & Forwarding

AMC

Any Other Requirement

Grand Total

Page 78: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 78 of 82

h. If Yes, then mention the following:

i) Total value of Services on which Service Tax is leviable ii) Rate of Service Tax leviable iii) Total value of Service Tax leviable

j. Is Custom Duty Exemption (CDE) required k. If Yes, then mention the following:

i) Custom notification number under which CDE can be given (enclose a copy) ii) CIF value of stores to be imported lll) Rate of Customs Duty payable lV) Total amount of Customs Duty payable

l. Octroi / Entry taxes m. Any other Taxes / Duties

(Highlighted portion in grey shade should not be quoted) Note : 1. "All material and services are to be supplied by the contractor unless specifically mentioned in the SOW."

(All requirements of Welding and Brazing will be in scope of supplier) 2. The bidder, while preparing Q-bid, is to strictly adhere to Mode of Quotation (MOQ) format. No deviation from the MOQ format is expected. The Bidder is to avoid making any changes to the MOQ format and in case of any discrepancy, seek clarification during the pre-bid meeting. A soft copy of Quote/MoQ in excel format on a CD is to be submitted in sealed manner along with the ‘Q’Bid. Non adherence to this may render the bid invalid.

3. Bidders must indicate separately the relevant Taxes/Duties likely to be paid in connection with delivery of completed goods specified in RFP. In absence of this, the total cost quoted by them in their bids will be taken into account in the ranking of bids.

4. The evaluation and comparison of responsive bids and finalisation of L-1 Firm shall he done on the prices of the goods offered and other charges such as Packing & Forwarding, Freight and Insurance, AMC, etc, as indicated in the price schedule of the Bid Document but excluding levies, taxes and duties such as excise duty, VAT, Service tax, Octroi/entry tax, etc on final product, which are to be paid extra as per actuals, wherever applicable.

5. In case the Quote runs into more than one page subtotal on each page to be indicated. 6. Bids should be forwarded by Bidders under their original memo / letter pad inter alia furnishing details like TIN number, VAT/CST number, Bank address with EFT Account if applicable, etc and complete postal and e-mail address of their office. 7. Total Number of pages in the Q-bid are to be mentioned on the first page of the Q-bid. Further each page is to be numbered. For example if there are 20 pages in Q bid, first page to be numbered as 1/20 and last page to be numbered as 20/20.

Page 79: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 79 of 82

8. Staging, if required, is to be undertaken in accordance with IS 4014 Part I & II (Code of practice for steel tubular scaffolding).

9. Foreign Exchange Content. Foreign Exchange content, if any, is to be clearly specified along with the

specific items on which customs duty would be applicable clearly indicating the rates of customs duty applicable. In the absence of complete unambiguous details, following actions will be taken:-

(i) Loading custom duty at the rate of 25% on entire material cost, when ‘Foreign Exchange’ content is not specified in the Q bid. (ii) Loading custom duty at the rate of 25% when applicable rate of customs duty is not specified in Q bid. (iii) Further, customs duty exemption certificate will be issued only if the above mentioned particulars are provided unambiguously.

10. Service Tax. Government of India, Ministry of Finance (Department of Revenue) Notification No. 12/2012 – ‘Service Tax’, dated 17 Mar 2012 exempts ‘Service tax’ for repair of ships or boats or vessels belonging to the Government of India. Therefore the firms are requested not to quote for service tax.

Page 80: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 80 of 82

RESPONSE FORMAT TO BE ATTACHED IN T-BID

(F) Related Activities (NOT TO BE QUOTED)

Sl Activity Confirm ability to meet requirement (Answer in Yes/No)

i) Through Surface preparation of internal compartments and external compartments for survey.

ii) Grit blasting /hydro blasting/vacuum blasting of external hull to bare metal for survey

iii) Painting as per the NCD 1481/1491 approved specifications of U/W hull and A/W hull. Paint manufacturers performance guarantee certificate and original purchase vouchers for all paints to be submitted to user department

iv) Painting of deck internal compartments and deck fittings as per the NCD/ NCD approved specifications. paint manufacturers performance guarantee certificate and original purchase vouchers for all paints to be submitted to user department

v) Air pressure test of all tanks to 0.2 Kg/cm2 more than atmospheric pressure with drop not exceeding 0.01 Kg/Cm2 after 10 Minutes.

vi) All pipes to be Gr “C” heavy galvanized pipes conforming to IS-1239 (Part I) Pipe fittings as per IS 4310.

vii) Side shell and deck boundaries are to be double continuous welded.

viii) All brackets, connections and all seams and butts are to be double continuous welded.

ix) 100% DPT to be undertaken on all weld joints.

x) Replacement (with new one) of all fittings such as brackets, paneling, MFMB/lagging, deck fittings, strips etc after completion of hot work / main job

xi) Rectifiers would be used by the contractor with suitable electrodes as approved by MQC(H) for welding.

xii) Project monitoring of the craft would be done by CCPM and CCPM would be prepared and presented by the contractor. Weekly presentation would be given by the contractor to User Manager. SMYCM would be the nodal agency to co-ordinate CCPM through contractor. Any clarification in this regard would be clarified by contractor to the User Manager

xiii) Firm to provide performance guarantee from OEM for paint scheme

(G) CONTRACTOR’S LIABILITY WELDER QUALIFICATION:-

Sl Activity Confirm ability to meet requirement (Answer in Yes/No)

i) The firm should have qualified welders certified by IRS or any other welding society to adhere with Naval structural standards NES/DGS welding booklet and should submit their experience & qualification certificate for tradesmen and welder, performance qualification (WPQ)

Page 81: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 81 of 82

certificate to the inspection authority. These welders are required to be qualified in all positions for welding.

ii) Survey and quality inspection for the work being undertaken is to be done by MFAB and MQC(Hull) respectively. Final inspection after assembly at the site is to be undertaken by dockyard QC .

iii) Prior to commencement of work, firm has to submit following documents:-

(a) QAP for undertaking the job. The extent of NDT is to be included in the QA / QC plan.

(b) Welder qualification duly certified by IRS / LRS.

(c) Work can commence on approval of QAP and acceptance of Welder qualifications and NDT norms by ND (MB). Delay in approval of QAP will be attributable to Contractor.

(H) OTHER LIABILITIES

Sl Activity Confirm ability to

adhere to requirement (Answer in Yes/No)

i) Supply of all types of paints as specified in the SOW

ii) Gas cutting /welding equipment & materials/ Electrodes to conform IS 814 all positions. Contractor has to maintain the quality records in respect of moisture content and baking of electrodes on a daily basis and should deploy sufficient number of portable ovens to ensure electrodes are not let open after baking

iii) All accessories required for undertaking the task such as welding electrodes, welding equipments, grinding machines, chipping, beveling machine, measuring instruments, Oxygen,Actylene,Argon,Co2 etc are to be catered by the contractor.

iv) Seamless steel pipes for steel bollards to conform IS 4373/80

v) Steel plates / frames not mentioned as Dockyard liability to conform IS -2062 GR – B

vi) Degutting and re-gutting in way of repair work/steel renewal work and any damage during de-gutting/ re-gutting

vii) Scaffolding/ staging, safety gears & equipments, fire extinguishers with sentry

viii) Any incidental job/any other item which is not separately mentioned in the SOW and is required for the full and satisfactory completion of the work will be provided by the Contractor.

ix) Cleaning and removal of scrap generated during repairs from DD/Yard/On board craft to the place indicated by the Yard authorities.

x) If any specification of material / spare is not given in the SOW, it will be as per sample or as per QC directive/approval and Contractor will adhere to such directive.

xi) Transportation of materials, provision of any other item which is not specifically mentioned as dockyard liability

xii) The firm has to submit a time bound PERT Chart prior to commencement of refit

xiii) Any damages or loss to the yard material / equipment / property to be made good at the contractor’s cost and risk

xiv) Bank Guarantee, Indemnity Bond and Transit Insurance to be undertaken by subcontractor for ND (MB) material as per commercial terms

xv) Safety gear i.e. personal protective equipment for workmen employed is to be provided by the contractor. Insurance for the employees working at the Naval Dockyard would be the responsibility of the contractor

xvi) Contractor has to arrange Temporary lighting as and when required.

Page 82: RFP FOR OFFLOADING OF - Indian Navy · PDF fileoffer: - (a) Request for ... bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to

RFP No: DYT/YCM/14-15/106(a)/PL-INCOD/JALSAGAR-REFIT/046A Page 82 of 82

xvii) During contractual period, if the contractor is unable to meet the production targets required by ND (MB) or if quality of work is substandard. ND (MB) will reserve the right to cancel the contract without any financial implications to ND (MB).

xviii) The work is to be carried out by the contractor utilizing their own manpower and infrastructure within ND(MB) premises and further subcontracting of the work to another agency is not permitted

xix) In case of any addition / alteration required during progress of work, User Manager's recommendation would be binding