tender rv sindhu sadhna manning...

41
1 Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 OPEN TENDER NOTICE MANNING, OPERATION, MAINTENANCE AND MANAGEMENT OF OCEANOGRAPHIC RESEARCH VESSEL RV SINDHU SADHANA The Director, CSIR- National Institute of Oceanography (NIO), Dona Paula, Goa invites bids (two bid system) from well-established and reputed Organizations/Firms/Companies/Govt. PSU(s) for Manning, Operation, Maintenance and Management of its Oceanographic Research Vessel, RV Sindhu Sadhana. Detailed Tender Document is available at www.nio.org . and can be downloaded free of cost . Tender Document can also be purchased by paying a fee of Rs.300.00 (Rupees Three hundred only) from the Purchase Section of NIO. Interested bidders may go through the Tender document carefully & submit their bids as prescribed. Last Date & time for receipt of Tenders is 29/10/2014 by 14.30 hours. The interested bidders may visit the vessel RV Sindhu Sadhana during 14 th to 15 th October 2014 at Chennai port with a prior intimation to CSIR-NIO. Stores and Purchase Officer CSIR- NATIONAL INSTITUTE OF OCEANOGRAPHY (Council of Scientific & Industrial Research) DONA PAULA, GOA – 403 004 Tel: 0832-2450230/450 Fax: 0832-2450602, 2450603, 2450605 E-mail: [email protected] Web site: http://www.nio.org

Upload: others

Post on 15-Aug-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

1

Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014

OPEN TENDER NOTICE

MANNING, OPERATION, MAINTENANCE AND MANAGEMENT OF

OCEANOGRAPHIC RESEARCH VESSEL RV SINDHU SADHANA The Director, CSIR- National Institute of Oceanography (NIO), Dona Paula, Goa invites bids (two bid

system) from well-established and reputed Organizations/Firms/Companies/Govt. PSU(s) for Manning,

Operation, Maintenance and Management of its Oceanographic Research Vessel, RV Sindhu Sadhana.

Detailed Tender Document is available at www.nio.org. and can be downloaded free of cost. Tender

Document can also be purchased by paying a fee of Rs.300.00 (Rupees Three hundred only) from the

Purchase Section of NIO. Interested bidders may go through the Tender document carefully & submit their

bids as prescribed. Last Date & time for receipt of Tenders is 29/10/2014 by 14.30 hours. The interested

bidders may visit the vessel RV Sindhu Sadhana during 14th to 15th October 2014 at Chennai port with a prior

intimation to CSIR-NIO.

Stores and Purchase Officer

CSIR- NATIONAL INSTITUTE OF OCEANOGRAPHY (Council of Scientific & Industrial Research)

DONA PAULA, GOA – 403 004 Tel: 0832-2450230/450 Fax: 0832-2450602, 2450603, 2450605 E-mail: [email protected] Web site: http://www.nio.org

Page 2: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

2

Important Dates & timings for Tender The interested bidders may visit the vessel RV Sindhu Sadhana during 14th to 15th October 2014 at Chennai port with a prior intimation to CSIR-NIO. LAST DATE AND TIME- For The visit to the vessel at Chennai port with a prior intimation : 14th to 15th October 2014 to CSIR-NIO. For Receipt of Tender : 29th October, 2014 by 1430 hours. For Opening of Technical bid : 29th October, 2014 by 1500 hours Address for Communication : The Director

CSIR- NATIONAL INSTITUTE OF OCEANOGRAPHY, DONA PAULA, GOA 403 004, INDIA.

Kind Attn: Stores & Purchase Officer

Stores & Purchase Officer

Page 3: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

3

Contents of Bid Document:

S. No. Title Chapter No.

01 Notice Inviting Tender I 02 Instructions to Bidder II 03 Scope of work and Technical Specifications III 04 Other Terms and Conditions IV 05 Price Bidding Format V

Page 4: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

4

Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1. : Notice Inviting Tender

OPEN TENDER NOTICE

MANNING, OPERATION, MAINTENANCE AND MANAGEMENT OF OCEANOGRAPHIC RESEARCH VESSEL RV SINDHU SADHANA

CSIR- National Institute of Oceanography (NIO), Dona Paula, Goa is a constiuent laboratory under

Council of Scientific & Industrial Research (CSIR), Department of Science and Industrial Research, Ministry

of Science & Technology, Government of India. The Director, CSIR-NIO, invites open tenders under two bid

system i.e. Technical & Commercial Bid from well-established and reputed

Organizations/Firms/Companies/Govt. PSU(s) for the Manning, Operation, Maintenance and

Management of its Oceanographic Research Vessel, RV Sindhu Sadhana for a period of 3 years, subject

to renewal on yearly basis based upon the satisfactory performance of the contractor which should be

to the satisfaction of the CSIR-NIO. Detailed Tender Document is available at www.nio.org. Tender

document can be free of cost downloaded from our website i.w. http://www.nio.org. Tender Document can

also be purchased by paying a fee of Rs. 300.00 (Rupees three hundred only) from the Purchase Section of

NIO. Interested bidders may kindly go through the Tender document carefully & submit their bids as

prescribed. Last Date & time for receipt of Tenders is 29th October, 2014 by 14.30 hours. The interested

bidders may visit the vessel RV Sindhu Sadhana during 14th to 15th October, 2014 at Chennai port with a prior

intimation to CSIR-NIO.

Stores and Purchase Officer

NATIONAL INSTITUTE OF OCEANOGRAPHY Council of Scientific & Industrial Research (CSIR)

DONA PAULA, GOA – 403 004 Tel: 0832-2450230/450 Fax: 0832-2450602, 2450603, 2450605 E-mail: [email protected] Web site: http://www.nio.org

Page 5: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

5

Chapter II: Instructions to bidders:

1. Sealed Tenders are invited under two bid system basis i.e. ‘Technical Bid’ & ‘Commercial Bid’. The Bidder shall seal the un-priced technical bid and the priced commercial bid in two separate envelopes duly marked as “Technical Bid” and “Commercial Bid” for Manning, Operation, Maintenance & Management (MOMM) of Oceanographic Research Vessel RV Sindhu Sadhana.” Both the envelopes shall then be sealed in one outer envelope duly marked as Techno Commercial Bid for Manning, Operation, Maintenance & Management (MOMM) of Oceanographic Research Vessel RV Sindhu Sadhana.” Technical Bids shall contain technical aspects of the Manning, Operation, Maintenance & Management of Research Vessel RV Sindhu Sadhana and the EMD (Earnest Money Deposit). If no EMD is submitted with the technical bid then the tender will summarily be rejected. The Commercial Bid shall contain the price and terms of offer, for comprehensive operation taking into consideration of all aspects strictly as per the format given herein-under in the tender document. The price quoted shall be in lump sum. However, category–wise breakup for Manning, Maintenance & Servicing of the Vessel, Catering, House Keeping, services at port(s), should be provided for each year as per Annexures attached. No change in price offer shall be accepted and the price quoted shall remain firm during the entire contract period. If the price bid is not quoted as per the given format then the tender/price bid will be liable to be rejected at the sole discretion of the competent authority, CSIR-NIO.

(a) The inner and outer envelopes shall be addressed to the Director, CSIR - National Institute of

Oceanography, Dona Paula, Goa. (b) The envelopes to bear the name and address of the bidder, Tender No., due date, time and a warning

"Do not open before 29/10/2014 ” to be completed with the time and date as specified in the invitation for bids.

(c) If the outer envelope is not sealed and marked as required above, the Purchaser will assume no responsibility for the bid's misplacement or premature opening. In such cases, bids received in open condition within the due date and time will be accepted at the risk of the bidder if the same is presented to the Stores & Purchase Officer before expiry of the due date and time of opening of the bids.

2. Tenders complete in all respects addressed to The Director, CSIR-National Institute of

Oceanography, Dona-Paula, Goa, 403 004 shall be received in the office of Stores and Purchase Officer, CSIR-NIO, Dona – Paula, Goa – 403 004 up to 1430 hrs. on 29/10/ 2014 . Technical bid shall be opened on the same day at 1500 hrs. in the committee room of Purchase Section, NIO, in the presence of tenderers or their authorised representatives, if any. The commercial bids of the technically qualified firms shall be opened at a later date under prior intimation to the respective bidders.

An earnest money deposit (EMD) of Rs.10,00,000/-(Rupees Ten Lakhs only) by way of Demand Draft / Bank Guarantee (BG) drawn from any scheduled bank in favour of the Director, CSIR- National Institute of Oceanography, Dona-Paula, Goa payable at Panaji/Dona Paula, Goa, India should be submitted along with the Technical bid. Tenders without EMD will be summarily rejected. The earnest money deposit (EMD) shall be forfeited if the successful bidder fails to accept the award of the contract/work. EMD of unsuccessful bidders shall be released (within 15 working days) after the contract/work is awarded to the successful bidder.

3. The tenders of those bidders who do not enclose the following with Technical Bid shall be summarily rejected:

i). Earnest Money Deposit (EMD) of Rs. 10,00,000/- ii). Proof of Income Tax Return and Audited Balance Sheet for past three financial years. iii). Proof of experience copies - as per the Tender Document (Refer experience).

Page 6: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

6

iv). The bidders shall have offices at major ports of India, such as Mormugao, Kochi, Mumbai, Tuticorin, Chennai, Visakhapatnam, Paradip and Port Blair. In any of these ports, if the bidder does not have his office he shall have agreement with reputed shipping agents to provide necessary service. List and addresses of offices of the bidder or documentary proof of working arrangement with agents of repute at the above ports of India to be provided. If the vessel calls at any other Indian port, the bidder shall provide necessary logistic support for that port call, at no additional cost to CSIR-NIO towards service charge/agency charges.

v). For any foreign port calls, all the expenses incurred towards handling of vessel for various services related to port call will be reimbursed on actuals on submission of valid documents.

vi). List of management and technical staff with details of their qualifications and experience in providing support for manning, operation, maintenance and management of vessels should be provided. Proof of competency/certificates should be provided.

vii). The PRICE BID should be as per the Annexures 1, 2, 3 and 4 attached. viii). The bidder should have valid Document of Compliance (DOC) and Recruitment and Placement

Service Licence (RPSL) issued by competent authorities (DG Shipping, etc) at the time of bidding and must maintain the validity of these documents till the end of the contract. Failure to comply with this condition will lead to the termination of contract and forefeits his Performance bank guarantee.

ix). Letter of confirmation of offer and validity. EXPERIENCE:

The bidder should have experience in providing all round complete management services to government / government undertakings / reputed private business houses/corporates. Documentary evidence of providing such services and experience gained by way of contract copies/work orders and the related testimonials should be enclosed. The bidder should have at least five years of experience in manning, operation, maintenance and management of foreign going vessels having crew and officers compliment of 12 or more. The bidder should be presently operating and managing a fleet of minimum three vessels with crew and officers compliment of 12 or more. Out of these three vessels, at least two must be foreign going vessels, and at least one must be DP classed. The bid of those who don’t have the above minimum experience will be rejected.

Complete management services mean deployment of navigation & engine side officers and crew for total operation and maintenance of deck and engine room machinery as well as general upkeep of vessel in totality including housekeeping, catering on board and shore services. VALIDITY: The tenderer should keep their offer valid for a period of 90 (ninety) days from the date of Opening of Technical Bids. ELIGIBILITY CRITERIA: In addition to the other terms of the tender, the bidders complying with the following eligibility criteria will be qualified technically and their price bid will be opened: 1. Earnest Money Deposit (EMD) of Rs.10,00,000/- 2. Proof of Income Tax Return Submissions for past three financial years 3. Proof of Audited Balance Sheet for last three financial years. 4. Proof of experience as specified in the tender. 5. Proof of having their own offices or agreement with reputed shipping agents at all major ports of India.

Page 7: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

7

6. List of technical and management staff and proof of their competence. 7. Compliance with the format of price bid - Annexure 1, 2, 3 and 4. 8. Proof of valid Document of Compliance (DOC) . 9. Proof of valid Recruitment and Placement Service License (RPSL). 10. Letter of confirmation of offer and validity. 11. Tenderer to submit undertaking that they agree to submit PBG (10% of contract value PBG) in case the

contract is awarded to him. 12. Adoption of Integrity Pact: -

As per directive of the Central Vigilance Commission, all organizations including CSIR and its Laboratories (CSIR-NIO) have to adopt an Integrity pact (IP) to ensure transparency, equity and competitiveness in major Public procurement activities. The integrity pact envisages an agreement between the prospective bidders/vendors with the buyer committing the persons/officials of both the parties with the aim not to exercise any corrupt influence on any aspect of the contract. Only those bidders/vendors who are willing to enter in to such an integrity pact with the buyer i.e. CSIR or its Labs./institutes (CSIR-NIO), would be competent to participate in the bidding. IP also envisages Panel of Independent External Monitors (IEMs) which shall be provided / recommended by CSIR/CSIR-NIO with the approval of by CVC. The Model format of Integrity Pact (IP) is at Annexure C. Kindly read it carefully. Interesting bidders may give their acceptance regarding adoption of integrity pact. If the bidder is not willing to enter into the Integrity pact with CSIR-NIO then his bid will be summarily technically disqualified.

Note: 1. The bidder should invariably submit the supporting technical and other literature wherever required.

In the absence of supporting document their bid will be liable to be rejected.

2. The bidder should invariably serially number their bid and indicate the relevant page number in the Check list for submission of documentary evidence in support of Technical Eligibility Criteria column ‘D’. (Annexure-A)

3. The bidder should not incur the loss during the last three financial years else this may be the reasons of rejections of their technical bid.

Page 8: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

8

Chapter III: Description of the Vessel (RV Sindhu Sadhana) and scope of work of the contract Owners Director, CSIR-National Institute of Oceanography, Dona-Paula,

Goa, 403 004 Main dimensions

- Length over all ………………………………… 80.00 m - Length between perp........................................70.80 m - Breadth moulded ..............................................17.60 m - Depth to 1st deck ................................................7.80 m - Depth to 2nd deck................................................4.80 m - Draught scantling ...............................................5.00 m - Design speed………………………… …….14.00 knots - Installed gen. power ......... min. 4x 1150 kW (caterpillar DG sets )- Installed Azimuth propulsion motors ...............min. 2x 1200 kW

Gross Tonnage Gross tonnage according to international conv. Of measurements approx. 4170 GT.

Capacities

- Deadweight at draught 4.60 m.... approx. : 1200 tonnes - Deck area .................................. approx.: 350 m2 - Marine diesel oil .................................. approx.: 800 m3 - Fresh water ................................... approx.: 230 m3 - Ballast water ................................... approx.: 750 m3

Accommodation

The Vessel has accommodation for fifty seven (57) persons and one(1) hospital, all according to General arrangement.

DP System Kongsberg Class I, Model K – Pos DP – 11 – cJoy. Hot water boiler Capacity :405KW (Oil fired) Fresh water generator RO Plant : 15T/day X 1set Class details Indian Flag

IRS Class+SUL, SYJ,GS(KK), 1Y General Arrangement GA-Plan enclosed. Note : A fairing has been appended to the ship’s bottom between Fr Nos. 74-96. The appendage height below keel is 800mm. For more technical details see Annexure-B

Page 9: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

9

SCOPE OF WORK: 1. To operate the Research Vessel with Master and other qualified and competent crew certified for

manning the vessel and assisting the Scientists in collection of data and samples as described in Chapter IV (section 3). The deployment of the crew and officers shall be as per statutory requirement including replacement of crew and payment of wages and all establishment matters related to the vessel. The contractor shall be responsible for maintaining the certificates and obtaining all the necessary exemptions required from the concerned authorities on behalf of the owners.

2. Description of the vessel along with the list of equipment is given in the tender document (chapter III) for the benefit of the contractor to decide on appropriate and competent crew requirement for manning, operating, maintaining, servicing and managing the vessel in the best possible manner and least number of break downs.

3. Operating the vessel as per the cruise plan provided and as per instructions of CSIR-NIO/Chief Scientist on board. The contract document will contain terms and conditions given under each chapter and other pertinent details.

4. House Keeping. 5. Catering to all scientists/participants, NIO/owner’s personnel on board and to the ship’s crew. Catering

to ship’s crew is to the Operator’s account. 6. Clearance of the vessel at ports, submitting ship’s documents to port authorities, arrangement of berths,

pilotage, etc. is expected to be done quickly without any delay. The Operator has to ensure that the cruise schedules/dates provided by NIO which will be given as far as possible sufficiently in advance are adhered to, all the time, keeping in mind the weekend holidays/public holidays for which the papers should be submitted to the authorities, in time. Any excuses on non submission of papers in time or not accepting the papers by the authorities will be the sole responsibility of the Operator and appropriate penalty will be imposed by NIO for the lapses on the part of the Operator. The cruise plans indicating port of call will be indicated in the cruise plans as drawn by the Institute from time to time as per their requirement.

7. Vessel has on board installed freshwater generator and a RO plant. However in case of any fresh water

requirement, arising due to any reason , operator shall ensure to supply of freshwater from recognized supplier or as per the demand of owner to the entire period of cruise and refilling in every port of call as required. Cleaning the tanks and the filtration system on routine basis or as and when required.

8. Fuel Bunkering to be carried out under supervision of NIO representatives, checking/monitoring on

daily basis and logging the consumption of fuel and fresh water. All log books to be maintained in order duly signed by responsible officer/master.

9. Carrying out routine, preventive maintenance and repair work on all systems in the vessel and

maintenance of log books in this regard as per the requirements of CSIR-NIO and other statutory body. A sample copy of Log sheets of different types of log books maintained on other vessels by the Contractor to be attached with technical bid. All the log books to be prepared by Operator for keeping on board at their cost. The Contractor shall provide routine and special maintenance schemes/schedule for different machinery and equipment of the vessel and implement accordingly.

10. Weekly submission of performance reports of all systems in the vessel. 11. Liaison with NIO and the ship repairers as and when required for repairs of vessel’s

machinery/equipment, which cannot be carried out on board the vessel. 12. Maintenance of the vessel, all its systems, main diesel generator sets, propulsion machinery, DP

system, GMDSS systems, air-conditioning system, refrigeration system, cold storage, fresh water

Page 10: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

10

system, sea water system, steering gear hydraulics, anchor/mooring systems, deck machinery, scientific deck machinery, workshop machinery, electrical system, fresh water generation system, boiler system, sewage system, cabins, laboratory, galley/mess, furniture, communication systems, all navigational equipment and equipments other than scientific instruments of the vessel, either directly or by engaging authorised service engineers with the knowledge and supervision of NIO representatives. The Contractor is expected to place competent technical crew who will carry out routine maintenance, servicing and repairs in case of any breakdowns during the voyage or at port. The Contractor shall call the services of authorised service engineers/ agencies or competent workshop/personnel only if the problems are of complex nature with the permission of NIO. If it is found that the problem was less complex in nature and should have been within the capability of a qualified crew employed for such job without the authorised service engineer/agencies, the Contractor will have to bear the expenses of such repairs. If found on inspection at any given time that due to negligence by the ship’s crew handling various systems on board, a system is allowed to deteriorate in its functioning to allow the cost of repairs to escalate, the entire amount will be recovered from the Operator by NIO and in addition to levy of a penalty for negligence.

13. Comprehensive insurance of the vessel including its system, all on board scientific instruments and

complements, processing of the claims, if any, on behalf of the owner as per Chapter IV, section 10. 14. In addition to their work on board, the general purpose crew/deckhands should assist the

Scientists/participants in carrying out scientific activities including operation of all scientific deck machinery, work boat/rescue boat, etc., as and when required.

15. The Contractor shall look after safety and security of the vessel, its machinery and equipment and all

the items on board, all the time. 16. Complete security of the vessel and the equipments on board to be done during the voyage and at ports.

Page 11: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

11

CREW AND RUNNING OF THE VESSEL:

Manning of the vessel shall be as per the rules laid down by the DG Shipping. All personnel employed shall be holders of necessary qualifying certificates. (The LOA of the vessel – 80.0 meters; Gross tonnage – 4170GT; Propulsion power – 1200 KW X 2). The maximum number of crew permissible for this vessel is twenty five. The details are given below: Master (with valid DP certificate)…. 1 Chief Officer …………. 1 2nd Officer …………..1 3rd Officer …………..1 Chief Engineer …………..1 2nd Engineer …………..1 3rd Engineer …………..1 Electrical Officer …………..1 Bosun engineering …………..1 Bosun deck …………..1 Petty officer …………..1 ABS …………..1 Fitter/Oil man …………..2 Wireman …………..2 Laundry man …………..1 Chief Cook …………..1 Assistant cook …………..1 Catering assistant …………..2 Crew …………..4 Total crew : ………….25

The crew and officers shall be having valid license / certificates for manning foreign going vessels. The master is to execute the cruise program in accordance with the instructions from Chief Scientist on board and will be responsible for the safety of the vessel and personnel on board. Master and Mate to compulsorily have Radio Operator’s License and other licences/competency certificates such as DP operation as applicable. The crew must have all the competency certificates as applicable.

THE OPERATOR shall provide any additional deckhands as when required by the CSIR-NIO as per the agreed rates.

The OPERATOR shall provide a doctor on board as and when required by the CSIR-NIO as per the agreed rates.

Page 12: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

12

Chapter IV: Other Terms & conditions: 1. Manning:

The crew will have to be deployed by THE OPERATOR at the place(s) of port call at his own cost, as directed by THE OWNER. THE OPERATOR shall employ qualified (as specified by the concerned authorities) and competent people to ensure smooth operation and safety of the vessel and ensure that their minimum requirements as laid down in the Tender document are met. The NIO has every right to ask for replacement of any crew member, if found non-cooperative/incompetent. THE OPERATOR should have an arrangement put in place to rotate the same officers and crew such that the vessel’s operations are carried out by the familiar personnel all the time.

The timings of cruises must be strictly maintained as per the NIO Official Memorandum or Chief Scientist official advice failing which proportional damages will be calculated. No delays on any account are acceptable. The provisional damages for any delays will be calculated at the rate of 1.0 % of the total contract value per day.

2. Layoff: a) During the currency of the contract, the owner may request the operator to lay off some of the crew

either during dry dock or during any such cases where full compliment other than minimum manning is not envisaged. Such lay off period shall be communicated to the Operator in advance. Payments during such period will be made to the Operator only for the number of persons actually deployed on board and as per the quoted rates.

b) The owner may request the operator to provide specific services during such lay off periods. Expenditure of major repairs by external parties will be reimbursed at 12orpor. Supervision of these major repairs by competent personnel/superintendent from operator will be the responsibility of the Operator at no extra cost.

3. Cruise programmes: A tentative cruise programme of the vessel will be provided from time to time for operation of the vessel. During the cruises, any or all of following activities will be conducted: (a) Collection of water and/or sediment samples using winch system, crane, gamma frame and “A” frame,

etc., (b) Deployment and retrieval of instrumented moorings using winch systems, crane and “A” frame. I Underway data acquisition (d) Towing of instruments for seabed survey /sampling. (e) CTD, XBT, Met operations. (f) Data acquisition from sensors/samplers from Forward masts (g) DP operations (h) Precise station keeping in case of seabed sampling and CTD operations, and line keeping in case of

underway data and towing the instruments to be maintained as per the requirement specified by the Chief Scientist.

(i) Any other activity as and when decided.

The position of the locations where samples will be collected, will be given and discussed with Master, who shall comply with the sampling plan. The locations and their numbers are subject to change. Sometimes the entire cruise direction may be changed. Collection of data and samples will be both during the day as well as during the night. The Chief Officer/duty officer will be responsible & should be available on deck to coordinate all the related deck operations in consultation with the NIO scientists during data and sample collections/loading & unloading of scientific equipments. The duty officers and deck hands handling the sampling stations will assist in operating the required deck machinery and sampling gear.

Page 13: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

13

Scientific voyages are expected to go to depths as shallow as 10 meters (modified draft of the vessel is 5.6 meters at location between Fr.Nos.74-95). The Master should have the capabilities to do so. However, the Master must indicate in writing to the Chief Scientist in the situation wherein he does not want to take the vessel to such areas from safety point of view. This situation will be assessed by the Chief Scientist with available documentation.

4. Catering: The operator will provide the food and other beverages to the ship crew, scientists and OWNERS(CSIR-

NIO) personnel on board. Catering Charges for crew and officers to be borne by the Contractor. Owners will pay only for the NIO participants and owner personnel. Following is an example of the setup of menu.

i) Bed Tea/Coffee

ii) Morning: Break Fast

a. Cereals b. Fruit Juice/milk c. Bread,Toast,Butter,Jam d. Eggs on order (Scrambled/Omlette/ half fry/ Boiled egg) e. Tea/Coffee f. Upma / Masala Dosa / French toast / different types of parothas / Idli / Vada / Veg and Non-Veg Sandwiches / sauted lever/Chola batoora/ variety vegitable/variety non vegitable items/other items.

Item ’a’ to ’e’ will remain constant.

iii) Mid Morning Break.

Fruit Juices/Lime juice/Cold drinks/Tea or Nescafe.

iv) Lunch and Dinner Menu:

a. Veg Menu should have: • Vegetable fried rice / Veg Biryani / Veg Pulav and other varieties. • Two types of vegetables (One masala type and the other leafy with different type of preparations. • Roti / Chapatti / Parathas , white Rice, Dal and other varieties. • Green salad / Raita and other varieties. • Papad, Pickles, curds, (This items should always be available for veg)

b. Non Veg Menu should have: • Fish Curry with Fried Fish / Fish Masala / Tandoori Fish / Grilled Fish / Chicken Biryani / Mutton

Pulav and other varieties. • Tandoori chicken/ Butter chicken/ Mutton and chicken xacuti/ Chicken curry/ Chicken Cafereal with

French Fries / and other varieties. • Rice, Roti / Chapati / Parathas and other varieties. • One vegetable (Masala / Leafy) with different types of preparations. • Green salad / Raita. • Papad, Pickles.

c. Desserts: • Ice Cream (twice in a week) • Fruits • Indian sweets / and continental sweets

Page 14: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

14

v). Evening Tea Break: Tea/coffee with Snacks (Cookies/ Khara / Batata vada / Samosa / Fruit Cake / Kanda Bhaje / Shankar Palely / Sheera etc.)

vi. Pantry with arrangement for tea/coffee shall be available round the clock. During night time late night refreshment comprising of bread, butter, jam, eggs and biscuits will also be made available in the dayroom on 1st deck. Quoting of Rate: Charges will be paid as per the agreed/negotiated rates per day per person. [Catering charges for twenty nine (29) Scientists for 365 days per year will be considered for price comparison. The rates will have to be indicated clearly for bed tea, breakfast, midmorning tea, lunch, evening tea, dinner and late night refreshments]. Catering Terms : a) If the food is rejected for the particular period of the day by the Chief Scientist, an alternate food with

equal calories will have to be provided. In the absence of alternate arrangement no charges towards victualling will be paid by THE OWNER.

b) Operator should procure good food with standard materials/provisions. All provisions to be purchased by caterer only and must be offered for inspection by owner’s representative.

c) The Operator should provide 16 (sixteen) Menus, which will be scrutinized by NIO. The Cook will have to

serve the food as per the Menu, or as per the request of the Chief Scientist/NIO Representative. Penalty shall be invoked if the food is not served generally as per the Menu. A 10% on the total day’s service will have to be forfeited by the Operator.

d) The utensils in the ship will have to be handled carefully and all damaged utensils will have to be replaced by the Operator. In case Operator feels that there is need for replacement of vessels/utensils/stove etc., prior approval has to be taken for the replacement, and changes for the same will have to be intimated at that time.

e) Operator has to provide food to Scientists and NIO Representatives during voyages and port calls. The food charges will be paid by THE OWNER for the days the food is provided and will be on actual basis. The Chief Scientists/NIO Representative/Master will certify the list of persons to whom catering facilities have been provided. The number of scientists on board will be intimated generally seven days before the commencement of the cruise.

f) All provision purchases should be done well in advance so that there is no delay in sailing. Operator will be penalized for loss of sailing time.

g) If a Scientist / THE OWNER’s person is suffering from sickness, including seasickness an appropriate diet will have to be provided to him/her.

h) Operator owns responsibility in case of development of ailment due to contamination of food items provided by him. He will have to bear medical expenses for treatment of such ailments.

i) No payment will be made for the days on which the food was rejected and not consumed.

Page 15: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

15

5. House keeping:

� Linen, Towels, Soaps, Pillow Covers, Blankets should be changed at the beginning of the cruise and at every 7 (seven) days.

� All the Accommodation cabins, Alley way, Mess Room, Baths and toilets & Steel Basins has to be cleaned every day (at 8.00 hrs and 17.00 hrs) with proper cleaning material like Dettol, good quality phenol and floor/ toilet stain remover etc.

� The inside walls on Accommodation Deck including cabins etc. to be wiped with soap water/disinfectants every 10 days.

� An inspection register has to be maintained.

� Galley to be cleaned everyday and twice a month the Galley has to be completely washed.

� Linen and other items should be taken care of. Clean linen should be provided to all on board. Used linen should be washed and ironed onboard with the available facilities. Enough linen should be made available on board.

� Washing machine detergent to be provided to all participants during voyage. Liquid soap detergent to be placed in both the day rooms and conference room.

� The vessel should be completely free of Pests, termites and insects etc. The Operator shall take necessary steps such as fumigation and regular spraying of insecticides etc.

� All other jobs as directed by the Owner from time to time. These jobs will be added to the existing instructions for catering and housekeeping.

Replacement of Medicines:

The medicines in the kit will have to be replaced as per the MMD norms at the cost of Operator. Penalty:

Improper maintenance, irregular attendance to cleaning work on any day will attract penalty at the rate of 1.0% of the annual house keeping charges, in addition to forfeiting of house keeping charges of that day.

6. (i) Clearance of the vessel at ports, submitting ships documents to port authorities, arrangement of

berths etc. normal ports of call are indicated in the cruise plan.

a) THE OPERATOR, through their local office/agent appointed by him, shall be responsible for obtaining port clearance, arrangement of berths, pilotage whenever required at major ports only as indicated in the acceptance letter, at each calling port and shall maintain stay of the vessel in ports for the stipulated period in the cruise programme. No delay on account of the above is permitted, except the ones that are beyond the control of THE OPERATOR.

b) The charges on account of delays due to THE OPERATOR’s fault will have to be borne by THE OPERATOR at the rate of 1.0% per day to the total value of the contract as per the break-up for clearing work. The cruise plan is tentative and changes will be intimated to the operator at least 15 days in advance.

c) Only port charges, pilotage and berth charges are reimbursable at actuals. (ii) Supply of fresh water:

a) The operator should ensure optimum utilization of fresh water in the entire period of cruise. Fresh water is required in the laboratory and washing of deck and deck equipment also. The fresh water

Page 16: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

16

should be potable. Any time if the fresh water is required to be supplied the necessary charges for fresh water will be reimbursed by NIO on actual cost basis.

b) The operator should have a prior arrangement with the port for filling of fresh water.

c) Minimum ROB for fresh water to be 200 KL. (iii) Bunkering of vessel:

a) Operator will bunker the vessel with HFHSD / HSD and necessary LUBE oils as and when required to keep the vessel operational all the time. The logbook containing the fuel level on board should be strictly maintained on twice a day basis and a report on weekly fuel consumption of the vessel will have to be submitted to NIO. The FOB before and after bunkering will have to be certified by the Master, Engineer and NIO person/ Chief Scientist available at the time of bunkering the vessel.

The operator will also maintain proper engine room logbook on daily basis on running and maintaining of machinery, consumption of fuel oil, lube oils, fresh water, etc.

b) The entire cost of bunkering will be paid by THE OPERATOR and shall be reimbursed by NIO, including the transportation and handling charges involved, at actual.

c) Minimum ROB of 200 KL HSD/Fuel to be maintained.

Bunkering of fuel to be carried out during normal working hours with sufficiently advance notice to be given to NIO.

7. Maintenance and repair works: The operator should assign a competent technical superintendent who will monitor all the maintenance and repair works on board the vessel. He will visit the vessel at every port call and will coordinate with ship’s officers, Operator and NIO to organize and execute the maintenance and repair jobs in a scheduled manner. a) The operator shall carry out the routine maintenance, painting of the deck, machinery spaces,

accommodation and the superstructure during the entire contract period by supplying his own consumables, electrical fittings, bulbs/tubes, paints, primers, thinner, and painting materials and any other item required for routine maintenance. In the event of THE OWNER’s deciding to get the entire ship painted overall, then THE OWNER shall supply the painting material and THE OPERATOR shall apply the paint using his own crew without any additional charges to THE OWNER. However the entire cost of painting the HULL and the underwater areas shall be the responsibility of THE OWNER.

b) During the voyage, all minor repairs will have to be within the capability of the crew of the vessel, the same has to be carried out by THE OPERATOR after informing NIO/Chief Scientist on board. A separate logbook should be maintained for this purpose and details to be reported to NIO.

c) In regard to carrying out the repairs works, which are beyond the capacity of the crew and if such repairs occur during the warranty period, the same will have to be carried out in the ship builder’s yard/supplier provided that the ship is located close to the next calling port with repair facilities/workshop facilities after prior permission from NIO.

d) Spares: An inventory of spares and all systems will be made by NIO and handed over to THE OPERATOR. THE OPERATOR can utilize these spares with the consent of NIO for repairing and

Page 17: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

17

maintenance of systems. Minimum spares for equipment listed below, other than those essential for engine/generator set and critical machinery, to be carried on board so that possible repair jobs can be attended at sea. The actual spares to be stocked will be identified in consultation with NIO. Equipments: all DGs, thrusters, all Cranes, all winches, A-Frames, Gamma frame, deep freezer, Fresh water generator and RO plant, all Pumps, AC Systems, hydrophore, galley equipments, STP, boiler, compressors, fuses for all machinery etc.

e) The operator is to maintain and carry out the repairs of all systems, including all galley items (eg.

Heaters, fridge, cooking range etc.) in the ship, other than the scientific equipment, either directly or by engaging authorized service engineers of the systems with the consent of NIO. The cost of repair charges, only when Operator gives in writing, that a repair is beyond competency of Operator’s crew or Operator’s shore based experts, will be reimbursed.

These systems include engine room, navigational and communication equipment, winches, all furniture, including the furniture in the scientific laboratories, galley equipment, laundry equipment etc., and other items such as windows panes, glass, etc. as mentioned in Annexure-B

f) Dry-dock repairs: The Operator will also attend the dry-docking related repairs at a time as prescribed by the NIO and in compliance with the statutory requirements. The operator’s technical superintendent must plan, oversee and coordinate the drydock jobs including the statutory surveys.

g) Penalty Conditions: The operator should ensure proper maintenance of ship and all systems, failing which a penalty equivalent to the cost of the time lost in the operation of the vessel or the system concerned will be levied. In case the fault leads to non-operation of the vessel, penalty at the rate of 1.0% per day of the total contract value will be imposed, in addition to the cost of the time lost.

h) If any damages result due to the negligence of the operator whereby the ship is rendered irreparable / useless, then the damages will include but not limited to the cost of the ship. The decision regarding damages as arrived at by the Surveyor will be the criteria for determination of damages. The charges towards replacements / repairs of such damages will be borne by the OPERATOR/contractor so that the vessel is again made operational.

i) THE OWNER shall provide all necessary assistance to the operator in claiming such damages from the underwriters at all times.

j) Loss/demage of any items including tools, crockery, spares, mooring ropes due to negligence of the crew, the Operator shall replace the lost/damaged items on board immediately at no cost to NIO.

8. Agency:

THE OPERATOR shall have his own personnel or appoint agents in the respective ports of call, who shall co-ordinate all the port-related services necessary to be performed in connection with the berthing / un-berthing of the vessel as necessary.

9. Watch & ward:

The operator should ensure adequate safety to the vessel and its contents. He has to post watch and ward personnel at each calling port or berthing place to ensure adequate security to the vessel and all items in the vessel. Any loss of material should be reported immediately to the NIO and the operator must replace the same at his cost.

10. Insurance:

a) Necessary insurance for the SCIENTIFIC INSTRUMENTS on board and the PERSONNEL OF THE OWNERS will have to be arranged by the operator. The names of persons and list of instruments with their value will be given to the operator before the departure for the cruise.

Page 18: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

18

b) A comprehensive insurance for the vessel, for its HULL and MACHINERY, its systems and all EQUIPMENTS, will have to be made by the Operator in the name of THE OWNER from the date of the contract, or shall continue to make the payments for insurance premium as were paid by earlier Operator. The operator will process all the claims, if any, relating to the damages and the claim proceeds as received from the insurance company shall be payable to NIO.

c) A separate insurance for all permanently installed scientific equipments and scientific deck machinery will have to be arranged by the operator. Details of all such equipments and machinery including cost will be provided by the owner.

d) P&I insurance policy covering oil spill pollution or collision wreckage due to accidents as per the regulations will have to be provided by the operator.

e) The premium payment receipts must be in the name Director, National Institute of Oceanography, Dona Paula, Goa. The premium on all the above three cases will be reimbursed by NIO to the operator.

f) The service charges in regard to above are included in the lump sum figure for manning, operating, maintenance and management of the vessel.

g) Operator shall ensure that all insurance premium are paid well in advance (at least 15 days) of the due date. Lapse of any policy will attract a penalty of 1% of the contract value will be imposed per day. The operator will be responsible for compensating any consequential loss/ damage to the vessel, equipment and personnel during such period.

11. Communication: a) The operator shall carry out routine maintenance of communication equipment and shall provide

consumables after installation of such equipment during the warranty period, the satellite charges, if any, will be paid by NIO.

b) The satellite/Radio telephone/telex/fax as the case may be, will be within the overall control of Master

and he should maintain a logbook for all calls/messages originated from the vessel. The Master will be responsible for any discrepancy between the logbook details and telephone/telex bills from Communication Company. Charges for the telephone/telex/fax made by the operator and his men for their personal use will have to be borne by the operator. While claiming the telephone/telex/fax bills the operator must deduct the amount due to their personnel use and the payment will be made to the operator accordingly. The calls made by NIO scientists will also have to be entered in the log book. The amount towards the personnel calls by NIO scientists should be deposited with the Master by the concerned scientist.

c) The operator must provide a mobile phone to the NIO Representative on the Ship and the Master so that communication can be established between the Ship and Operator’s local office and also enable contact with the Owner or any outside party/agency.

12. DETENTION AT PORT If the vessel is detained at any port of call or during cruises, by the concerned authorities for improper

Ship Certificates or not in order or the lack of improper certificates of ship’s officers and crew members or due to unsatisfactory maintenance of the ship’s hull machinery or equipment, OPERATOR shall be responsible for all damages arising due to it. The OPERATOR is expected to ensure all documents and certificates are onboard the vessel and in order and updated regularly in consultation with NIO. The Operator will be responsible in this regard.

Page 19: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

19

13. Arbitration: All disputes and differences relating to manning, operation, management & maintenance of vessel shall be settled mutually as far as possible. In case the mutual settlement of disputes is not possible, the matter shall be referred to sole arbitrator appointed by the Director General, CSIR, New Delhi. The party involving the Arbitration Article shall do the same in writing, listing the disputes and differences. The provisions of Arbitration and Conciliation Act 1996 will apply. Settlement of disputes (if any) will be within the jurisdiction of Court of Goa.

14. Performance guarantee

a) The operator must have liquid capital of about (Approximately Rs150.00 Lakhs) of RV Sindhu Sadhana for running daily operations exclusively in order to make the payments associated with bunkering, water, repairs and consumables which are to be claimed from Owner.

b) At the time of execution of the Contract Agreement, the operator shall submit an irrevocable performance bank guarantee (PBG) from any scheduled bank acceptable to NIO for a sum equivalent to 10% (ten percent) of the total contract value, towards performance of contractual obligations. This bank guarantee shall be valid for the entire period (36 months) of the contract and with a claim period of 60 days beyond the currency of the contract. The CSIR-NIO will have an unqualified option under this bank guarantee to invoke the said guarantee and claim the amount to the extent of the claim of the NIO under this Agreement directly from the bank.

c) The Agreement shall become operative only upon receipt and acceptance of the above bank guarantee by CSIR-NIO.

d) Performance of the operator will be judged by the CSIR-NIO for the competence of the Master and crew in handling the vessel and also preventive maintenance, carrying out routine and emergency repairs in shortest possible time, keeping the vessel in a seaworthy condition during the tenure of the Agreement.

e) The operator shall make use of all outfit, equipment and appliances on board the vessel without the extra cost, provided the same or their substantial equivalent shall be returned to the CSIR-NIO on redelivery in the same good order and condition as and when received, ordinary wear and tear expected.

f) In the event the operator fails to return the items mentioned in para 14 (e) above in a satisfactory condition, the NIO reserves the right to recover the cost of such of the damages/missing items from the monthly bills as well as from the performance Guarantee. This shall be without prejudice to all the other rights and remedies available to the NIO, under the terms of this Agreement.

g) The performance guarantee shall be extended by the operator as advised by the NIO for the corresponding period of extension of the contract beyond the primary terms.

15. Termination: a) In the event of the operator going into liquidation or winding up his business or making arrangement

with his creditors, this contract shall stand ipso-facto terminated from the date of occurrence of such event. This termination shall be without prejudice to any other rights to remedies, available to the NIO under this Agreement. Under such circumstances, NIO can encash the performance bank guarantee furnished by the operator.

b) In the event of NIO deciding to wind up the operations of the vessel due to technical or other reasons, NIO will notify the operator accordingly and the contract stands terminated.

Page 20: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

20

c) In the event of any breach of items and conditions of this contract or unsatisfactory performance of the operator, the NIO shall have the right to terminate the Contract forthwith by giving 30 days notice. The decision of the NIO under this clause shall be final and binding upon the contractor.

d) In the event of any breach of terms and conditions of this contract due to the part of the NIO, the operator shall have the right to request for termination of this contract by giving a notice of sixty (60) days.

e) Either party reserves his right to terminate the contract any time during the extension period after expiry of twelve months of prime contract, by giving ninety (90) days notice in writing to the other party without assigning any reason whatsoever and without paying any compensation thereof for premature termination of the contract

f) In the event the operator becomes insolvent and assigns its interest under this Agreement for the benefit of creditors or is adjudged bankrupt, the contract shall stand terminated from the date.

g) If the vessel is inoperative and is not made available to the NIO for its use for thirty (30) continuous days, the NIO, at their option, can terminate this contract, without giving any further notice.

16. Liquidated damages:

Operation of the vessel shall be as per the cruise plan provided and as per the instructions of NIO/Chief Scientist on board. The vessel will have to be operated strictly as per the instructions manual, which will be provided after signing the contract. The Owner will provide guidelines, schedules for preventive maintenance and operations for engine and navigation side in this Instructions Manual. The schedules must be followed by the Operator and logged in the Logbook. If the contractor fails to Perform or provide services as specified in the contract following penalties shall be applicable: i) Delay affecting the Vessel’s Program because operator fails in arranging a) Qualified Crew & Officers on time b) Necessary Clearances c) Repairs d) Bunkers, Provisions, etc. Compensation by way of liquidated damages will be calculated at the rate of 1.0% per day of total contract value. In case the total amount of compensation exceeds performance deposit, the bank guarantee will be enchased and a new bank guarantee has to be provided. ii) Improper handling/operation/maintenance by the operator’s personnel resulting in repairs/replacement of on-board systems, the entire amount will be recovered from the contractor. iii) No catering charges shall be paid if i) The food is not served generally as per the Menu ii) Any item is found non-edible and hence rejected by the NIO participants. iv) Improper maintenance, irregular attendance to cleaning work, will attract penalty at the rate of 1.0% per day for the amount quoted for housekeeping.

17. Liability and Indemnity: The Contractor agrees to indemnify, defend and hold the owner, NIO Scientists/participants and owners personnel harmless from any and all claims, suits or causes of action for injury to or death of Contractor’s personnel and for loss or damage to property of Contractor or its personnel arising from or related to performance of this contract and without regard to the negligence or fault of any party.

18. Quoting of rates & Criteria to award the contract: The rates should be quoted as per the price format at Annexure 1, 2 and 3.

The total of item A (1-3) lump sum cost is arrived which includes service charges for a period of one year (365 days) as manning cost.

The total of item B catering cost will be considered for 365 days for 29 Scientists for comparison purpose. However, catering charges for NIO persons will be paid at actuals for the number of persons and number of days as per the agreed catering rates.

Page 21: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

21

The total of item C is the lump sum cost of housekeeping for 365 days.

The total of item D will be the cost of four additional deckhands for 100 day, i.e., 400 deckhand days, for comparison purpose. However, charges for additional deck hands will be paid at actuals for the number of deck hands provided and for the number of days as per the agreed per day rates.

The total of item E is the cost of one doctor for 100 days for comparison purpose. However, charges for the doctor will be paid at actuals for the number of days as per the agreed per day rates.

The total amount per year is calculated by adding (A) manning, (B) catering, (C) housekeeping, (D) additional deck hands and (E) Doctor. Further the Grand Total cost for the duration of the contract (3 Years) to be filled as per Annexure 4.

The bidder who quoted the lowest Grand Total (Annexure – 4) will be qualified for the award of the contract.

The bids of the bidders who do not quote as per our format of rates will be treated as unresponsive and rejected straightway. No further correspondence will be entertained in this regard.

19. Payments:

The Contractor will raise his payment claims at the end of every month. For all cost reimbursable items, the relevant invoice of supplies (in original) will have to be attached. While making the payment, the penalty levied, if any, will be deducted and the balance amount will be paid.

20. Taxes:

All Taxes and other statutory liabilities may be shown separately and shall be paid as actual. 21. Acceptance & Compliance:

The tenderers should specifically indicate in their offers about acceptance and compliance of all the terms and conditions stipulated in this tender document. The decision regarding acceptance or rejection of the tender(s) in partial or full will rest with the Director, CSIR-National Institute of Oceanography, Goa, who does not bind himself to accept even the lowest tender and reserve the right to himself to reject or partly accept any or reject all the tenders received without assigning any reason(s) thereof. This will be binding on the bidders.

STORES AND PURCHASE OFFICER

Page 22: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

22

Annexure-A Check list for submission of documentary evidence in support of Technical Eligibility Criteria: No. Documentary evidence To be exclusively filled by the bidder A B C D Bidder Must mention

(Yes/No) If, against any point in this column the answer of the bidder is ‘No’, then the same will lead to the rejection of technical bid

If yes, in column C then bidder must mention the related page number here

1. Whether the Bidder has submitted Earnest Money Deposit (EMD) of Rs. 10,00,000/-(Rupees Ten lakh only) with the technical bid?

2 Whether the bidder has submitted the proof of Income Tax Return for past Three years.

3 Whether the bidder has submitted the proof of audited balance sheet for last three financial years

4 Whether the bidder has submitted Proof of experience as specified in the tender : (i) Documentary evidence of providing all round complete management services to government / government undertakings / reputed private business houses/22corporate services and experience gained by way of contract copies/work orders and the related testimonials should be enclosed . (ii) Bidder should have at least five years of experience in manning, operation, maintenance and management of foreign going vessels having crew and officers compliment of 12 or more. Documentary proof to be submitted. (iii) The bidder should be presently operating and managing a fleet of minimum three vessels with crew and officers compliment of 12 or more. Out of these three vessels, at least two must be foreign going vessels, and at least one must be DP classed. Documentary proof to be submitted

Page 23: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

23

5 Whether the bidder has submitted Proof of having their own offices or agreement with reputed shipping agents at all major ports of India

6 Whether the bidder has submitted List of technical and management staff and proof of their competence

7 Whether the bidder has submitted the PRICE BID as per the Annexures 1, 2, 3 and 4.

8 Whether the bidder has submitted Proof of valid Document of Compliance (DOC)

9 Whether the bidder has submitted Proof of valid Recruitment and Placement Service License. (RPSL )

10 Whether the bidder has submitted Letter of confirmation of all the terms and conditions stipulated in the tender document.

11 Whether the bidder has submitted undertaking that they agree to submit PBG (10% of contract value PBG) in case the contract is awarded to him

12 Whether the bidder is agree to enter into the integrity pact as per CVC directions. (Refer point No 12 of eligibility criteria and Annexure-A)

Note:

1. The bidder should invariably submit the supporting technical and other literature wherever required. In the absence of supporting document their bid will be liable to be rejected.

2. The bidder should invariably serially number their bid and indicate the relevant page number in column ‘D’ above.

3. The bidder should not incur the loss during the last three financial years else this may be the reasons of rejections of their technical bid.

Page 24: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

24

Annexure-B

Equipments List

S.No. Description Qty supplier Part Number MACHINERY ROOM Y-353 1 F.W. Hydrophor Pumps 2 KSB ITUR SPAIN S.A. 7632755, 76327482 S.W. Hydrophore pumps 2 KSB ITUR SPAIN S.A. 7636053, 7636046 3 Pressure tanks 1 4 F.W. Hydrophore Tank 2

5 UV- Filter 2 Technicomar S.P.A, Alfalevel

6 Hot water circulating Pump 2 S-MAN

7 Sewage Discharge Holding tk Pump 1 KSB ITUR SPAIN S.A. 7632987

9 Sewage Discharge Ejector 1 Hamworthy 10 Sewage Discharge Plant 1 Hamworthy 97255-01 11 Oil fired Boiler 1 S-MAN

12 Main Generator set 4 Caterpillar S.A.R.L S2H00556, S2H00557, S2H00559, S2H00561

13 Fuel oil Transfer Pump 2 KSB ITUR SPAIN S.A. 7633019, 7633027 14 Fuel oil Transfer for EM pump 1 KSB ITUR SPAIN S.A. 7632953

15 F.O. Seperator 1 GEA Westfalia Seperator Group GMBH 9056-316

16 FO Stand-by pump unit 2 KSB ITUR SPAIN S.A. 7632995, 7633001 17 Lubricating oil Transfer pump 1 KSB ITUR SPAIN S.A. 7632938 18 Hydraulic oil Transfer pump 1 KSB ITUR SPAIN S.A. 7632946 19 Sludge Pump 1 KSB ITUR SPAIN S.A. 7632912 20 main sea water stand by pump 1 KSB ITUR SPAIN S.A. 7632888

21 S.W.Aux pump 3 KSB ITUR SPAIN S.A. 7632839, 7632847, 7632854

22 S.W.pump for harbour genset 1 KSB ITUR SPAIN S.A. 7632813 23 S.W./F.W. central cooler 4 Caterpillar S.A.R.L 24 S.W./F.W. Aux cooler 2 Alfa Laval 25 F.W. Aux. cooler stby. pump 2 KSB ITUR SPAIN S.A. 7632797, 7632789 26 Heat Recovery Exchanger 4 Alfalaval

27 Circulating Pumps Central Heating 2 S-MAN

28 Starting Air Compressor 2 Deno Compressors B.V. 3-56A 02729 Starting Air Receiver 2 Caterpillar (GMMCO) 30 Service Air Compressor 1 Deno Compressors B.V. DSA 11-8-5-149

31 F.W. Generator 1 Alfa Laval Copenhagen A/S

32 Reverse Osmosis unit 1 Technicomar S.P.A 3031102033 S.W.pump 761-050-010 1 Alfaleval CNL02356/1 34 Ballast pump 2 KSB ITUR SPAIN S.A. 7632870, 7632862

35 Bilge pump 803-025-010 3 KSB ITUR SPAIN S.A. 7633050, 7633043, 7633035

36 Oily water Seperator 1 Victor Marine Ltd 37 Oily water pump 1 KSB ITUR SPAIN S.A. 7632920

Page 25: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

25

38 Fire pump 1 KSB ITUR SPAIN S.A. 7632896 39 Bilge / fire pump 1 KSB ITUR Spain S.A 763280540 Deck water pump 1 KSB ITUR SPAIN S.A. 7632821 41 Waste oil pump 1 KSB ITUR SPAIN S.A. 7632961 42 Harbour Generator 1 Caterpillar S.A.R.L 8HG02836 43 Hydraulic waste oil pump 1 KSB ITUR SPAIN S.A. 7632979 44 F.W. Aux. cooler pump 2 KSB ITUR SPAIN S.A. 7632763, 7632771 45 Emergency Generator 1 Caterpillar S.A.R.L BOW-THRUSTER ROOM

46 Bow-Thruster 2 SCHOTTEL STT-172152, STT-172153

47 B.T. Motors 2 ABB 48 B.T.Header Tanks 2 SCHOTTEL PUMP ROOM

49 Bilge pump 803-025-010 3 KSB ITUR SPAIN S.A. 7633050, 7633043, 7633035

50 Emergency fire pump 1 KSB ITUR Spain S.A 7632904 PROPULSION ROOM

51 Azmith Thrusters 2 Schottel GmbH WO25699/25699 - 1, WO25699/25699 - 2

52 Water cooled motors 2 53 Steering Pump port 2 54 Steering Pump stbd 2 55 Incinerator 1 Teamtec WORKSHOP MACHINERY

56 Lathe Machine 1 57 Drilling Machine 1 58 Grinding Machine 1 59 Bench Vice 1 DECK MACHINERY

60 Marine Knuckle Crane 5 Tonx17m 1 HAEAN Machinery Co,

Ltd.

61 Marine Knuckle TelescopicCrane 1 Tonx10m 2 HAEAN Machinery Co,

Ltd.

62 Marine Knuckle TelescopicCrane 2.5 Tonx7m 1 HAEAN Machinery Co,

Ltd.

63 Marine Knuckle TelescopicCrane 2.5 Tonx7m 1 HAEAN Machinery Co,

Ltd.

64 Marine Knuckle TelescopicCrane 2.5 Tonx12m 1 HAEAN Machinery Co,

Ltd. 65 Windlass 2 C-NAUTICAL BV 66 Mooring Capstans 2 C-NAUTICAL BV 67 Chain Lockers 2 C-NAUTICAL BV

70 Spooling Device Geological Coring 1 Rolls Royce 228232

71 Spooling Device Double CTD 1 Rolls Royce 228228 72 Gamma Frame 1 Rolls Royce 229785 73 A - Frame 1 Rolls Royce

Page 26: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

26

74 Stbd A - Frame 1 Rolls Royce 754572 75 Pilot Corer Winch 1 Rolls Royce 228225 76 Auxiliary Winch 8T 1 Rolls Royce 229889

77 Routing Sheave CTCU w/ Load Cell 1 Rolls Royce 231773

78 Routing Sheave CTCU w/ Flag 1 Rolls Royce 231774 79 Routing Sheave CTD winch Room 2 Rolls Royce 231775 80 Routing Sheave CTD Deck 1 Rolls Royce 231776 81 Routing Sheave CTCU Double 1 Rolls Royce 23177782 Routing Sheave SB A-Frame outer 1 Rolls Royce 231778 83 Routing Sheave Stern A-Frame 1 Rolls Royce 231779 84 Routing Sheave SB A-Frame inner 1 Rolls Royce 233201 85 Inboard Damper CTCU 1 Rolls Royce 228231 86 Corer Crib 7 Rolls Royce 756665, 757035, 756422,

87 Piston Corer Set Frame for Boombs 1 Rolls Royce 233055

88 Corer Davit 2 Rolls Royce 757504 89 CTD Wiches 2 Rolls Royce 228226, 228227 90 Deep Sea Storage Winch 1 Rolls Royce 228229 91 Auxiliary Winch 5T 2 Rolls Royce 22920092 CTCU 1 Rolls Royce 228230 93 Hydrographic winch 1 Wintech, USA 94 Scientific Mooring winch 1 Wintech, USA 95 Scan Fish Winch 1 KC Denmark

SR NO. BRIDGE EQUIPMENT MAKE MODEL

1 MF/HF SSB Radio Telephone Furuno FS-2570 a. Transceiver Unit Furuno FS-2570T b. Control Unit Furuno FS-2570C c. Antenna Coupler Furuno AT-1560-25-AAS d. Terminal Unit Furuno IB-583 e. Pre Amp Unit Furuno FAX-5 f. AC-DC Power Supply Unit Furuno PR-850A

2 INMARSAT C - FELCOM 15 Furuno FELCOM 15 a. Terminal Unit Furuno IC-215-E b. Antenna Unit Furuno IC-115 c. Receiving Unit Furuno IC-306

Page 27: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

27

d. Junction Box Furuno IC-315 e. Distress Alert Button Furuno IC-305 g. AC-DC Power Supply Unit Furuno PR-300

3 VHF Radiotelephone unit - 1 (Duplex) Furuno FM-8800D a. Telephone Unit Furuno FM-8800D b. Handset for Telephone Furuno HS-2003

4 VHF Radiotelephone unit - 2 (Simplex) Furuno FM-8800D a. Telephone Unit Furuno FM-8800D b. Handset for Telephone Furuno HS-2003

5 VHF Simplex 1 Furuno FM-8800S a. Telephone Unit Furuno FM-8800S b. Handset for Telephone Furuno HS-2003 c. Junction Box Furuno IF-8810 d. Remote Station Furuno RB-8800

6 VHF Simplex 2 e. Telephone Unit Furuno FM-8800S f. Handset for Telephone Furuno HS-2003 g. Junction Box Furuno IF-8810 h. Remote Station Furuno RB-8800

7 VDR 8 GYRO 9 ECDIS

10 AUTOPILOT EMRI SEM200 11 AIS FURNO FA150 12 Navigation Echo Sounder FURNO FE700 13 RADAR S Band FURNO MU-231CR 14 BANWAS FURNO BR510 15 DGPS FURNO GP150 16 NAVTEX Receiver FURNO NX700 A/B 17 Magnetic Compass C. Plath NAVIPOL 18 SPEED LOG FURNO DS-60 19 Weather Station YOUNG 26800 20 DP-1 Dynamic Positioning KONGSBERG K-POS DP 11 & C Joy 21 Maritime DGPS Sensor for DP KONGSBERG DPS-110

22 CCTV System with 14 Cameras, 11 monitors ELCON Marine

Page 28: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

28

Annexure C

Format of the Integrity Pact

INTEGRITY PACT

Between

Council of Scientific & Industrial Research (CSIR) hereinafter referred to as “The Principal”. And …………………………………………………herein referred to as “The Bidder/ Contractor.” Preamble The Principal intends to award, under laid down organizational procedures, contract/s for ……………………………………….The Principal values full compliance with all relevant laws of the land, rules, regulations, economic use of resources and of fairness/ transparency in its relations with its Bidder(s) and/or Contractor(s). In order to achieve these goals, the Principal will appoint an Independent External Monitor (IEM), who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above. Section 1 – Commitments of the Principal (1) The Principal commits itself to take all measures necessary to prevent corruption and to

observe the following principles:

a. No employee of the Principal, personally or through family members, will in connection with the tender for, or the execution of a contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

b. The Principal will, during the tender process treat all Bidder(s) with equity and reason.

The Principal will in particular, before and during the tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential/additional information through which the Bidder(s) could obtain an advantage in relation to the tender process or the contract execution.

c. The Principal will exclude from the process all known prejudiced persons.

Page 29: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

29

(2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the IPC/PC Act, or if there be a substantive suspicion in this regard, the Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary action.

Section 2 – Commitments of the Bidder(s)/Contractor(s) (1) The Bidder(s)/Contractor(s) commit himself to take all measures necessary to prevent corruption.

He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

a. The Bidder(s)/Contractor(s) will not, directly or through any other Person or firm, offer,

promise or give to any of the Principal’s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

b. The Bidder(s)/Contractor(s) will not enter with other Bidders into any Undisclosed

agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelization in the bidding process.

c. The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act;

further the Bidder(s)/Contractor(s) will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

d. The Bidder(s)/Contractor(s) of foreign origin shall disclose the name and address of the

Agents/representatives in India, if any. Similarly the Bidder(s)//Contractors(s) of Indian Nationality shall furnish the name and address of the foreign principals, if any. Further details as mentioned in the “Guidelines on Indian Agents of Foreign Suppliers” shall be disclosed by the Bidder(s)/Contractor(s). Further, as mentioned in the Guidelines all the payments made to the Indian agent/representative have to be in Indian Rupees only. Copy of the “Guidelines on Indian Agents of Foreign Suppliers” is annexed and marked as Annexure.

e. The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments

he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

Page 30: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

30

(2) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory to such offences.

Section 3 – Disqualification from tender process and exclusion from future contracts.

If the Bidder(s)/Contractor(s), before award or during execution has committed a transgression through a violation of Section 2, above or in any other form such as to put his reliability or credibility in question, the Principal is entitled to disqualify the Bidder(s)/Contractor(s) from the tender process or take action as per the procedure mentioned in the “Guidelines on Banning of business dealings”. Copy of the “Guidelines on Banning of business dealings” is annexed and marked as Annex -“B”.

Section 4 – Compensation for Damages

(1) If the Principal has disqualified the Bidder(s) from the tender process prior to the award according to Section 3, the Principal is entitled to demand and recover the damages equivalent to Earnest Money Deposit/ Bid Security.

(2) If the Principal has terminated the contract according to Section 3, or if the Principal is

entitled to terminate the contract according to Section 3, the Principal shall be entitled to demand and recover from the Contractor liquidated damages of the contract value or the amount equivalent to Performance Bank Guarantee.

Section 5 – Previous transgression

(1) The Bidder declares that no previous transgressions occurred in the last 3 Years with any other Company in any country conforming to the anti corruption approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the

tender process or action can be taken as per the procedure mentioned in “Guidelines on Banning of business dealings.”

Section 6 – Equal treatment of all Bidders / Contractors/ Subcontractors.

(1) The Bidder(s)/Contractor(s) undertake(s) to demand from all Subcontractors a commitment in conformity with this Integrity Pact, and to submit it to the Principal before contract signing.

(2) The Principal will enter into agreements with identical conditions as this one with all

Bidders, Contractors and Subcontractors.

(3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions.

Page 31: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

31

Section 7 – Criminal charges against violating Bidders / Contractors/ Subcontractors.

(1) The Principal appoints competent and credible Independent External Monitor for this

Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and

performs his functions neutrally and independently. He reports to the JS(A),CSIR.

(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.

(4) The Principal will provide to the Monitor sufficient information about all meetings

among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notice, or believes to notice, a violation of this agreement, he will

so inform the Management of the Principal and request the Management to discontinue or take corrective action, or to take other relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action.

(6) The Monitor will submit a written report to the JS(A), CSIR within 8 to 10 weeks from

the date of reference or intimation to him by the Principal and should the occasion arise, submit proposals for correcting problematic situations.

(7) Monitor shall be entitled to compensation on the same terms as being extended

to/provided to Independent Directors on the CSIR.

(8) If the Monitor has reported to the JS(A),CSIR, a substantiated suspicion of an offence under relevant IPC/PC Act, and the JS(A), CSIR has not, within the reasonable time taken visible action to proceed against such offence or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner.

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

Page 32: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

32

Section 9 – Pact Duration This Pact begins when both parties have legally singed it. It expires for the Contractor 10 months after the last payment under the contract, and for all other Bidders 6 months after the contract has been awarded. If any claim is made/lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged/determined by JS(A), CSIR. Section 10 – Other provisions

(1) This agreement is subject to Indian Law. Place of performance and Jurisdiction is the Registered Office of the Principal, i.e. New Delhi

(2) Changes and supplements as well as termination notices need to be made in writing. Side

agreements have not been made.

(3) If the Contractor is a partnership or a consortium, this agreement must be signed by all partners or consortium members.

(4) Should one or several provisions of this agreement turn out to be invalid, the remainder.

of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

__________________________ _____________________________ (For & On behalf of the Principal) (For & On behalf of Bidder/Contractor)

(Office Seal) (Office Seal)

Place………………….. Date………………….. Witness 1: (Name & Address): __________________________

__________________________ __________________________

Witness 2: (Name & Address): __________________________ ______________________________________________________________________________________________________________

Page 33: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

33

Annexure - 1 Format for price bid (Year 1)

Sr. No. Main Items (A)

1. Manning Charges per crew/day -Charges for 365 days

Master (with valid DP certificate)

Chief Officer 2nd Officer 3rd Officer Chief Engineer 2nd Engineer 3rd Engineer Electrical Officer Bosun deck Bosun Engineering Petty officer ABS Fitter/Oil man (2nos) Wireman (2 Nos) Laundry man Chief Cook Assistant cook Catering assistant (2 nos)

Crew (4 nos) Total (Rs.)

Total manning cost for 365 days

Rs.

Other services Lumpsum Cost for 365 days

2. Routine maintenance, repairs, servicing 3. Cost of services provided at port

(i) arranging port clearance for vessel, embarking and disembarking of participants, communication, Watch & ward at port. (ii) Arranging berthing of the vessel, boat/trawler service, transport of participants and cruise material, medicines (as per MMD norms), insurance, bunkers, fresh water* (iii) Arranging IRS surveys, dry-docking, major repairs by external parties, and any other job requested by the owner*

Total cost for Main Items for 365 days (add items 1-3) (A) Rs.

*Cost of these items at actual shall be reimbursed by NIO. Quote only Lumpsum service charges)

Page 34: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

34

Sr. No. Catering (B)

Charges per person per day

Charges for 29 scientists for 365 days

1 Charges for providing food and beverages as specified in the tender

Rs.

Sr. No. House keeping (C)

Lump sum amount for 365 days

1 Charges for providing house keeping services as specified in the tender

Rs.

Sr. No. Additional deck hands (D)

Charges per Deck hand per day(Rs)

Charges for 4 deck hands for 100 days , i.e, 400 deckhand days

1 Charges for providing additional deck hand as specified in the tender

Rs.

Sr. No. Doctor (E)

Charges per Doctor per day(Rs)

Charges per doctor for 100 day

1 Charges for providing Doctor as specified in the tender Rs.

Total cost per year (A+ B + C + D + E) = Rs. ________________

(Signature, Name and Seal)

Page 35: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

35

Annexure - 2 Format for price bid (Year 2)

Sr. No. Main Items (A)

1. Manning Charges per crew/day -Charges for 365 days

Master (with valid DP certificate)

Chief Officer 2nd Officer 3rd Officer Chief Engineer 2nd Engineer 3rd Engineer Electrical Officer Bosun deck Bosun Engineering Petty officer ABS Fitter/Oil man (2nos) Wireman (2 Nos) Laundry man Chief Cook Assistant cook Catering assistant (2 nos)

Crew (4 nos) Total (Rs.)

Total manning cost for 365 days

Rs.

Other services Lumpsum Cost for 365 days

2. Routine maintenance, repairs, servicing 3. Cost of services provided at port

(i) arranging port clearance for vessel, embarking and disembarking of participants, communication , Watch & ward at port. (ii) Arranging berthing of the vessel, boat/trawler service, transport of participants and cruise material, medicines (as per MMD norms), insurance, bunkers, fresh water* (iii) Arranging IRS surveys, dry-docking, major repairs by external parties, and any other job requested by the owner*

Total cost for Main Items for 365 days (add items 1-3) (A) Rs.

*Cost of these items at actual shall be reimbursed by NIO. Quote only Lumpsum service charges)

Page 36: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

36

Sr. No. Catering (B)

Charges per person per day

Charges for 29 scientists for 365 days

1 Charges for providing food and beverages as specified in the tender

Rs.

Sr. No. House keeping (C)

Lump sum amount for 365 days

1 Charges for providing house keeping services as specified in the tender

Rs.

Sr. No. Additional deck hands (D)

Charges per Deck hand per day(Rs)

Charges for 4 deck hands for 100 days , i.e, 400 deckhand days

1 Charges for providing additional deck hand as specified in the tender

Rs.

Sr. No. Doctor (E)

Charges per Doctor per day(Rs)

Charges per doctor for 100 day

1 Charges for providing Doctor as specified in the tender Rs.

Total cost per year (A + B + C + D + E) = Rs. ________________

(Signature, Name and Seal)

Page 37: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

37

Annexure - 3 Format for price bid (Year 3)

Sr. No. Main Items (A)

1. Manning Charges per crew/day -Charges for 365 days

Master (with valid DP certificate)

Chief Officer 2nd Officer 3rd Officer Chief Engineer 2nd Engineer 3rd Engineer Electrical Officer Bosun deck Bosun Engineering Petty officer ABS Fitter/Oil man (2nos) Wireman (2 Nos) Laundry man Chief Cook Assistant cook Catering assistant (2 nos)

Crew (4 nos) Total (Rs.)

Total manning cost for 365 days

Rs.

Other services Lumpsum Cost for 365 days

2. Routine maintenance, repairs, servicing 3. Cost of services provided at port

(i) arranging port clearance for vessel, embarking and disembarking of participants, communication , Watch & ward at port. (ii) Arranging berthing of the vessel, boat/trawler service, transport of participants and cruise material, medicines (as per MMD norms), insurance, bunkers, fresh water* (iii) Arranging IRS surveys, dry-docking, major repairs by external parties, and any other job requested by the owner*

Total cost for Main Items for 365 days (add items 1-3) (A) Rs.

*Cost of these items at actual shall be reimbursed by NIO. Quote only Lumpsum service charges)

Page 38: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

38

Sr. No. Catering (B)

Charges per person per day

Charges for 29 scientists for 365 days

1 Charges for providing food and beverages as specified in the tender

Rs.

Sr. No. House keeping (C)

Lump sum amount for 365 days

1 Charges for providing house keeping services as specified in the tender

Rs.

Sr. No. Additional deck hands (D)

Charges per Deck hand per day(Rs)

Charges for 4 deck hands for 100 days , i.e, 400 deckhand days

1 Charges for providing additional deck hand as specified in the tender

Rs.

Sr. No. Doctor (E)

Charges per Doctor per day(Rs)

Charges per doctor for 100 day

1 Charges for providing Doctor as specified in the tender Rs.

Total cost per year (A + B + C + D + E) = Rs. ________________

(Signature, Name and Seal)

Page 39: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

39

Annexure 4.

Total contract cost (Three Years)

Amount

Total Cost for year 1 (Annexure 1)

Total Cost for year 2 (Annexure 2)

Total Cost for year 3 (Annexure 3)

Grand Total

Grand Total cost (in word) : Signature, name and seal of the bidder

Page 40: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

40

MODEL BANK GUARANTEE FORMAT FOR FURNISHING BID SECURITY (EMD) Whereas ……………………………………………… (Hereinafter called the “tenderer”) has submitted their offer dated………….………………………for the supply of ……………………………………………….. (hereinafter called the “tender”) against the Purchaser’s tender enquiry No.……………………………………………..KNOW ALL MEN by these presents that WE…………………………………….of ……………………………….. having our registered office at……………………………………………………………. are bound unto ………………….(hereinafter called the “Purchaser)in the sum of …………………………………………………………………… for which payment will and truly to be made to the said Purchaser, 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 THIS OBLIGATION ARE: (1) If the tenderer withdraws or amends, impairs or derogates from the tender in any respect within the period of validity of this tender. (2) If the tenderer having been notified of the acceptance of his tender by the Purchaser during the period of its validity:- a) If the tenderer 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 Purchaser up to the above amount upon receipt of its first written demand, without the purchaser (CSIR/Lab) having to substantiate its demand, provided that in its demand the purchaser will note that the amount claimed by it is due to it owing the occurrence of one or both the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to 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 and address of the Bank and address of the Branch.

Page 41: Tender RV Sindhu Sadhna Manning 2014itg.nio.org/tenders.nsf/0/7B788C4D56F37C2D65257D640026764D/$f… · Tender No. NIO/Ship Cell/RV Sindhu Sadhana/2014 Dated: 01/10/2014 Chapter 1

41

PERFORMANCE SECURITY FORM (PBG)

MODEL BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY To, ………………………….. WHEREAS ………………………………. (name and address of the supplier) (hereinafter called “the supplier”) has undertaken, in pursuance of contract no. ……. dated ………….to supply (description of goods and services) (herein after called “the contract”). AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bank guarantee by a scheduled commercial bank recognized by you for the sum specified therein as security for compliance with its obligations in accordance with the contract; AND WHEREAS we have agreed to give the supplier such a bank guarantee; NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the supplier, up to a total of …………………………………. (amount of the guarantee in words and figures), and we undertake to pay you, upon your first written demand declaring the supplier to be in default under the contract and without cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the contract to be performed there under or of any of the contract documents which may be made between you and the supplier shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until the ….. day of ………, 20………………………………….

(Signature of the authorized officer of the Bank) ………………………………………………………….

Name and designation of the officer ………………………………………………………….

Seal, name & address of the Bank