Tendernotice_1 (7)
Tendernotice_1 (7)
Tendernotice_1 (7)
1. The bidders shall upload the copy of the transaction details with UTR No. along
with the Technical bid documents. The details of Bank Account are furnished
below.
Bank Name : State Bank of India
Bank Branch : Visakhapatnam Port Branch
Account No. : 30387186900
IFSC : SBIN0001740
3. Port will accept the payment of transaction fee and EMD through
RTGS/NEFT/Net banking only
Instructions for Online Bid Submission Instructions to the Bidders to submit the bids
online thro’ the e - Procurement site https://etenders.gov.in
1. Bidder should do the registration in the tender site using the “Click here to Enroll”
option available.
2. Then the Digital Signature of SIFY/TCS/n Code or any Certifying Authority is to
be registered after logging into the site
3. Bidder can use “My Space” area to update standard documents in advance as
required for various tenders and use them during bid submission. This will
facilitate the bid submission process by reducing time.
4. Bidder may read the tenders published in the site and download the required
documents /tender schedules for the tenders he is interested.
5. Bidder then logs into the site using the secured log in by giving the user
id/password chosen during registration and password of the DSC/e token.
6. Only one DSC should be used for a bidder and should not be misused by others.
7. Bidder should read the tender schedules carefully and submit the documents as
asked, otherwise, the bid will be rejected.
8. If there are any clarifications, this may be obtained using clarifications or during
the pre-bid meeting. Bidder should take into account of the corrigendum’s
published before submitting the bids online.
9. Bidder must in advance prepare the bid documents to be submitted as indicated
in the tender schedule and they should be in required format. If there are more
than one document, they can be clubbed together.
10. Bidder selects the tender which he is interested using search option & then
moves it to the my favorites folder.
11. From the my favorites folder, he selects the tender to view all the details
indicated.
12. The bidder reads the terms & conditions and accepts the same to proceed
further to submit the bids.
13. The bidder has to enter the password of the DSC/e token and the required bid
documents have to be uploaded one by one as indicated.
14. The rates offered details have to be entered separately in a spread sheet file
(.xls) in the space allotted and should be updated as BOQ.xls file for each tender
after the financial bid. The BOQ file, if found modified by the bidder, his bid will
be rejected.
15. The tendering system will give a successful bid updation message & then a bid
summary will be shown with the Bid No. & the Date & Time of submission of the
bid with all other relevant details. The bidder has to submit the relevant files
required as indicated in the cover content. In case of any irrelevant files, the bid
will be rejected.
16. The bid summary has to be printed and kept as an acknowledgement and as a
token of the submission of the bid.
17. The bid summary will act as a proof of bid submission for a tender floated and
will also act as an entry point to participate on the bid opening date.
18. For any clarifications with the TIA, the bid number can be used as a reference.
19. Bidder should log into the site well in advance for bid submission so that he
submits the bid in time i.e. on or before the bid submission time. If there is any
delay, due to other issues, bidder only is responsible.
20. Each document to be uploaded online for the tenders should be less than 2 MB.
If any document is more than 2MB, it can be reduced by scanning at low
resolution and the same can be uploaded. However if the file size is less than 1
MB the transaction uploading time will be very fast.
21. The time settings fixed in the server side & displayed at the top of the tender site,
will be valid for all actions of requesting, bid submission, bid opening etc., in the
e Procurement system. The bidders should follow this time during bid
submission.
22. All the data being entered by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered will
not viewable by unauthorized persons during bid submission & not be viewable
by any one until the time of bid opening.
23. The confidentially of the bids is maintained since the secured Socket Layer 128
bit encryption technology is used Data storage encryption of sensitive fields is
done.
24. Any documents that is uploaded to the server is subjected to symmetric
encryption using a generated symmetric key. Further this key is subjected to
asymmetric encryption using buyers public keys. Overall, the submitted tender
documents become readable only after the tender opening by the authorized
individual.
25. For any queries, the bidders are asked to contact by mail dc.vpt@gov.in or by
phone 0891 2875502 and 0891 2875504 well in advance
Online tenders are invited for engaging contractors for supply of manning,
operation, maintenance and complete technical management of VPA owned dredger
GHD SAGAR DURGA for seven years to marine department of Visakhapatnam Port
Authority under two cover system by e-tendering mode detailed in specification attached
herewith and in accordance with instructions to the tenderer, general conditions of
tender, etc. Through e-procurement website (www.https://etenders.gov.in)
The copy of UTR Number for cost of Tender document & EMD along with Integrity pact
(original) executed in the stamp paper of Rs.100/- as mentioned in Annexure must
be submitted to this office on or before1500 hours on 4.7.2024 i.e. before opening of the
Techno- Commercial bids, failing which, the Techno-commercial bids of the concerned
firm will not be opened.
Pre-bid Meeting: The bidder may sent their queries vide email dc.vpt@gov.in if any on
or before 1600 hours on 17.06.2024.The pre-bid meeting will be conducted at 1500
hours on 18.06.2024 to submit their queries and seek any clarifications.
1.1.2 PRICE BID: Bidders may note that “PRICE BID” shall be submitted through e-
procurement website only.
i) The amount of Earnest Money Deposit is Rs.27,85,905/-
ii) The total cost of Tender Document is Rs.1770/-
iii) Tenderers can down load the Tender Documents from Govt.
e- procurement Website.
iv) The bidders should pay the EMD Rs.27,85,905/-and Transaction Fee
(non-refundable) Rs.1770/- in online mode through RTGS/NEFT/Net
banking etc.. Further, the bidders shall upload the copy of the online
transaction details with UTR No. along with the Technical bid documents
failing which the bid shall be summarily rejected.
1.1.3 Bidders opted for EMD/ Transaction fees exemption having NSIC /
MSE should meet the following.
(a) Bidders have to submit the supporting documents issued by
competent Govt. bodies to become eligible for above exemption.
(b) Certificate issued by NSIC/ MSE shall cover the items tendered to
get fee exemption.
(c) NSIC certificate shall be valid as on due date / extended due date
of the tender.
(d) In case the bid is submitted as an Indian arm of a foreign bidder
and the eligibility criteria conditions were met through foreign
company, then the EMD exemption cannot be claimed under the
MSME status of Indian arm / subsidiary.
1.2 The offer of Techno-Commercial bids must be valid for a minimum of 180 days
from the date of opening of Tender, otherwise the offer shall be rejected as non-
responsive.
1.3 Bidding is open to all eligible bidders meeting the eligibility criteria as defined in
Pre-Qualifying criteria of Instructions to Tenderers. Bidders are advised to note
the minimum qualification criteria specified for qualifying in the tender.
1.4 VPA shall not bind themselves to accept the lowest or any tender and reserve
the right to accept any tender in part or to reject any tender without assigning any
reason thereof.
1.5 The due date of submission of offers will be 03 .7.2024 at 1600 hours unless
otherwise notified. In the event of changes in the schedules, Visakhapatnam Port
Authority notifies the same through e-procurement website.
1.6 If the offers are not received according to the instructions detailed here above,
they shall be liable for rejection.
DEPUTY CONSERVATOR
Ph.No:08912875502,
email: dc.vpt@gov.in
SCOPE OF BID
2.1 VPA invites bids for ‘engaging contractors for supply of manning, operation,
maintenance and complete technical management of VPA owned dredger GHD
Sagar Durga for seven years. To Marine Department of Visakhapatnam Port
Authority as per scope of work under two cover system’ by e-procurement
mode from experienced and eligible who are meeting the minimum qualifying
criteria.
2.2 The proof of eligibility as detailed in the eligibility clause (2.9) and the EMD and
Cost of Tender Document must be scanned and uploaded in the e-procurement
website.
2.3 The tender document can be downloaded from following website
www.https://etenders.gov.in THE BIDDERS SHOULD PAY THE TRANSACTION
FEE (NON-REFUNDABLE) AND EMD SHALL BE ACCEPTED through
RTGS/NEFT/Net banking etc.. FURTHER, THE BIDDERS SHALL UPLOAD
THE COPY OF THE ONLINE TRANSACTION DETAILS WITH UTR NO. The
tenderers shall remit a sum of Rs.1770/- (non-refundable) drawn in favour of
“FA&CAO/VPA, on any Nationalized/Scheduled Bank payable at Visakhapatnam
towards the cost of the tender documents. The cost of tender documents along
with EMD and tender document duly signed and stamped on all pages and other
documents required as per tender are to be scanned and uploaded in the
Website www.https//etenders.gov.in before the closing date and time.
Last date and time for submission of e -tenders will be 1600 hours
on 3.7.2024 Deputy Conservator may at its discretion extend the date and time
for receipt of tenders.
2.5 The EMD of unsuccessful Tenderers shall be returned within 30 days from the
date of issue of Letter of Award (LOA) to the successful Tenderer and on receipt
of Performance Guarantee and signing of the agreement as stipulated in the
tender.
2.5(1) EXPERIENCE
The Tenderer having experience in the MANNING, OPERATION,
MAINTENANCE AND COMPLETE TECHNICAL MANAGEMENT OF
DREDGER or harbour craft above 200 gt for a MINIMUM period of one year are
eligible to participate in the tender. The Tenderer should submit the details of
contracts executed with notarized copies of work order and Completion
certificate/ etc. and certificate.
2.5(2) The tenderer should have successfully completed manning, operation for a
minimum period of one year during last 7 years and the value of similar works
carried out shall be as mentioned below:
CONTRACTOR DY. CONSERVATOR
10
o Three similar works each of value not less than amount 40% of the
present estimated l cost OR
o Two similar works each of value not less than amount 50% of the present
estimated cost OR
o One similar work of value not less than amount 80% of the present
estimated cost
MANAGEMENT
The contractor has to furnish the GST IN Number and PF & ESI
Registration number of their firm to consider their bid and those who fail to
furnish the same, their bids will be rejected summarily.
2.6 VPA reserves the right to forfeit the EMD in respect of successful Tenderer, if the
tenderer fails to enter into a contract and furnish the necessary Bank guarantee
towards Security Deposit (Performance Guarantee) within 15 days from the date
of issue of Letter of Award (LOA).
2.8 All bidders shall provide signed Tender Form, Details of Experience Qualification
(Schedule IA), Details of Turn Over (Schedule IB), Covering letter in the format
Schedule II, Letter of acceptance Schedule III, Memorandum Schedule IV,
Integrity Pact, etc.
The Tenderer must fulfil the following criteria to prove the techno-
commercial competence and submit the documents in support thereof.
2.10 Even though the bidders meet the above qualifying criteria, they are subject to be
disqualified if they have:
• made misleading or false representations in the forms, statements and
attachments submitted in proof of the qualification requirements; and/or
• Record of poor performance such as abandoning the works, not properly
completing the contract, inordinate delays in completion, litigation history, or
financial failures etc.
While evaluating the bids, Marine department may seek any other details /
documents which it may feel as necessary to ascertain and establish the
competence of the tenderer. In case of failure or refusal to furnish such details
within the given time limit, Marine department shall evaluate the bids on the
merits of the available documents.
2.11 The rate shall be quoted strictly as per the cost schedule given in BOQ format
and also applicable taxes. The tenderers are directed to comply with the
directions while submitting the tender. Those price bids not conforming to the
format in cost BOQ will be summarily rejected.
2.12 If any discrepancies are observed between figures and words in the rates
quoted, while evaluating the bid, the rates quoted in words shall supersede the
rates quoted in figures.
2.13 The Tenderer shall quote in BOQ in Indian Rupees only. No other currency
would be accepted. Any offers received in other currencies will be treated as
“Non Responsive” and will not be considered for further evaluation.
2.14 The rate shall be quoted only online and shall not be submitted along with
Techno Commercial bid required to be submitted in the cover.
2.15 The Tenderer shall not put any counter conditions. Any counter offer as well as
any alterations in the conditions/scope of work as specified in the tender shall be
liable to disqualify the tender forthwith.
2.16 The Tenderer must submit all details, documents etc. as required in the tender
and fill all Annexure of the tender documents and also fill in the format given in
Annexure for submission of all documents for Experience & Turn over. In case,
the Tenderer fails to submit the documents as per the requirements of tender,
VPA reserves the right to treat the tender as non – responsive without seeking
any further clarification.
The Bids from JV / Consortium with two partners will also be considered.
(i) In a JV, both partners are jointly and severally liable to the Employer for the
fulfillment of the provisions of the Contract and shall designate one party to
act as a Lead member with authority to bind the joint venture, consortium, or
association by entering into an MOU (to be executed on non-judicial stamp
paper). The roles and responsibilities, equity holding, etc. shall be clearly
indicated in the MOU and the same shall be submitted with the Techno-
Commercial Proposal.
(ii) The technical and financial criteria (PQC) may be met jointly by the partners.
Thus, firms with at least 26% equity holding each shall be allowed to jointly
meet the Pre-Qualification Criteria.
The bidder shall bear all costs associated with the preparation and submission of
his Bid and Visakhapatnam Port Authority will in no case be responsible and
liable for those costs.
(iii) Contains all the information as requested in the tender documents and
the covering letter in the format specified in Schedule-II.
(v) Mentions the validity period as set out in Clause 2.27 of the Tender;
(vi) Letter stating that the tenderer visited the port and understood the said
scope of work. While submitting the clarification regarding the Techno-
Commercial Bid, the Tenderer shall not be allowed to change the Price.
In case, the Tenderer desires to change Price, the Tender shall be
rejected and EMD forfeited.
• All corrections and over writings are not signed, dated and stamped by
the authorized signatory signing the tender.
• The Rate is not quoted in Cost Schedule-‘V’ as per the instructions
given in the Tender Document.
• Tenders without furnishing the proof for Experience and average
annual turnover for the last three years
• The Tenders submitted without the EMD and cost of tender document
VPA reserves the right to reject any offer that is non-responsive on the
grounds listed in the Tender condition or for any other reasons. The Port will not
entertain any request for alteration, modification, substitution or withdrawal in
respect of such offers.
(vi) The following documents shall be duly filled in, signed & stamped
a. Letter of submission – covering letter (Tender form) as in Schedule-II.
b. Power of Attorney.
c. Bankers Details
d. Memorandum Schedule-IV
The tenderer should not indicate the rate anywhere directly or indirectly in
cover. Any such offer or indication of rate shall disqualify the tender forthwith.
2.26 Bid Prices
The rate must be quoted online only.
a. The contract shall be for the whole period as described based on the rate
submitted online by the Bidder.
b. The bidder shall fill in rates and prices inclusive of all Taxes and Duties as
described in the Cost Schedule (Bill of Quantities).
c. All duties, taxes and other levies payable by the contractor under the
contract, or for any other cause shall be included in the rate submitted by the
Bidder. Statutory deductions (TDS) as applicable from time to time will be
deducted at source while releasing the stage payment.
d. The Tenderer shall take into account all costs without limitations and include
but not to salary, PF, ESI, transport, overtime, Bonus, holiday wages,
Insurance for men and materials, Cafeteria (meals), labour, profit, taxes,
liabilities, vehicles, PPEs and other materials viz. Boiler suit, shoe, rain coat,
helmet, Highlight jacket, Life Jacket, Hand gloves, Walkie Talkies (3 Nos.),
Torch (FLP) (3 Nos.) First Aid Box and other consumables etc., and any
other expenses for the smooth conduct of this Contract. Reasonability of
providing the above said to all personnel involved in this contract needs to
spelt out if required. If not reasonably justified, the tender will be considered
non-responsive.
e. The rates and prices quoted by the bidder shall be fixed for the duration of
the Contract and shall not be subject to adjustment on any account. It must
be clearly understood that the rates quoted in the tender are to include
CONTRACTOR DY. CONSERVATOR
16
2.29 Alternative Proposals by Bidders Conditional offer or Alternative offers will not be
considered further in the process of tender evaluation.
2.30.1 The Bid shall be typed or written in indelible ink and shall be signed by a
person or persons duly authorized to sign on behalf of the Bidder. All
pages of the bid and where entries or amendments have been made shall
be initialed by the person or persons signing the bid.
2.30.2 The Bid shall contain no alterations or additions, except those to comply
with instructions issued by Marine Department of Visakhapatnam Port
Authority.
2.31 The Tender has to send the Integrity Pact by post/courier so as to reach the
Office of the Deputy Conservator, Marine Department, Visakhapatnam Port
Authority,Visakhapatnam-530035 on or before the date & time mentioned above.
Tenderer should participate and submit the tender mandatory through online only
and need not submit the hard copies of bid.
2.33 Modification and Withdrawal of Bids
2.34 Bidders may modify or withdraw their bids before the deadline prescribed for
submission of bids.
2.34.1 No bid may be modified or withdraw after the deadline prescribed for
submission of Bids.
2.35.1 On the due date specified, Visakhapatnam Port Authority will first open
Technical bids of all bids received through E-Tendering mode (on–line).
In the event of the specified date for Bid opening being declared a
holiday by VISAKHAPATNAM PORT AUTHORITY the Bids will be
opened at the appointed time and location on the next working day.
2.35.2 If all Bidders have submitted unconditional Bids together with requisite
Bid security, then all Bidders will be so informed then and there. If any
Bid contains any deviation from the Bid documents and /or if the same
does not contain Bid security the manner prescribed in the Bid
documents, then that Bid will be rejected. All valid Price Bids whose
technical bids have been determined to be substantially responsive (to
the pre qualifying criteria) shall be opened on the specified date. The
Bidder's name, the Bid prices, the total amount of each Bid and such
other details as the VPA may consider appropriate, will be disseminated
automatically in e-procurement mode.
A substantially responsive Technical bid is one which conforms to all the terms,
conditions and specification of the Bidding documents, without material deviation
or reservation and also satisfies eligibility & qualification criteria. A material
deviation or reservation is one which affects in any substantial way the scope,
quality or performance of the Works, which limits in any substantial way, Marine
Department of Visakhapatnam Port Authority rights or the Bidder's obligations
under the Contract or whose rectification would affect unfairly the competitive
position of other Bidders presenting responsive Bids. If a Technical Bid is not
substantially responsive, it will be rejected by Visakhapatnam Port Authority may
not subsequently be made responsive by correction or withdrawal of the non-
conforming deviation or reservation.
(a) Where there is a discrepancy between the rates in figures and in words,
the rate in words will govern and
(b) The amount stated in the Bid will be adjusted by Visakhapatnam Port
Authority. in accordance with the above procedure for the correction of
errors and, with the concurrence of the Bidder, shall be considered as
binding upon the bidder. If the Bidder does not accept the corrected
amount, the Bid will be rejected, and the Bid security (EMD) shall be
forfeited.
2.41 RATE:-the tenderer shall quote the rate per day of 24 hours basis supply of
manning, operation, maintenance and complete technical management of VPA
owned GHD Sagar Durga for seven years to marine department of
Visakhapatnam Port Authority under two cover system e – tender in Indian
rupees as per the BOQ format of tender document and the same shall be paid in
Indian rupees only.
2.42 DAY:-
The day means 24 hrs. of duration commencing from 0600 hrs to 0600
of the following day.
2.43.2 No Tenderer will be permitted to withdraw or modify his tender after the last
date for submission of the Tender or such extended time as the case may be
and before the expiration of the period of validity of the tender or such
extended time as the case may be.
All costs, charges and expenses including stamp duty in connection with the
contract as well as preparation and completion of agreement by the
Tenderer’s attorneys shall be borne and payable by the Tenderer.
2.45 CLARIFICATION OF TENDERS :-
CONTRACTOR DY. CONSERVATOR
20
forfeited. The Tenderer shall not be allowed to sign the Agreement without
submitting B.G. towards the Performance Guarantee.
The Tenderer who has been awarded with the contract should commence the
operations within 30 days from the date of issue of Letter of Award (LOA).
2.50 INSURANCE:
2.51 PF, ESI, Insurance : The Contractor shall comply with all applicable labour law
requirements like Provident Fund (PF), Employees State Insurance (ESI),
Workmen compensation Act, all other applicable Acts and Rules from time to
time as per Ministry of Labour, Govt. of India and Andhra Pradesh Labour
Welfare Board, AP Govt. Irrespective of the number of men employed in the
work, insurance of staff and all personnel deployed by him including third party
insurance shall be done by the Contractor against risk due to any accident at
site.
(i) The Tenderer shall make payment to their employees not lesser
than minimum Wages Act.
(ii) The Tenderer shall comply with all other applicable Acts/Laws
(Minimum Wages Act, Labour Laws, Safety Laws etc.)
In the event of default on the part of the contractor to make any statutory
payments of the above Acts/Rules, Visakhapatnam Port Authority shall
recover the same from the Contractor’s bills immediately next falling due or
from his security deposit without prejudice to other rights of Visakhapatnam
Port Authority under this contract.
2.52 In case of failure to post of the crew as per the requirements of VPA the
payment will not be made for the period of non-availability of crew and a like
sum will be levied as penalty as per the penalty class said in the tender
document.
2.53 The contractor shall indemnify Visakhapatnam Port Authority of any liabilities
sustained by him or the personnel engaged by him during the contract period
and give such an undertaking/execute an indemnity bond. Also the Contractor
shall indemnify Visakhapatnam Port Authority against Fire risk, theft and any
damage caused by him to any Visakhapatnam Port Authority property / other
vessels and to Undertake to make good the damages.
2.54 Changing Room: VPA will provide one Changing room if available for rent,
water and electricity inside the Port for the crew team . However, it is the
responsibility of the contractor to keep this room neat and clean at all times.
2.57 Disputes and Settlement of Disputes. Any litigation arising out of this agreement
shall only be adjudicated before the Competent Court of Law within the
jurisdiction of Visakhapatnam.
2.60.1 In the contract (as hereinafter) defined the following words and
expressions shall have the meaning hereby assigned to them except
where the context otherwise requires
2.60.4 ‘ISPS’ means International Ship and Port Facility Security Code.
2.60.7 “CONTRACT PRICE” means the total sum of money to be paid by VPA to
the contractor for satisfactorily rendering the services as per the contract
subject to such additions thereto or deductions therefrom as may be made
under the provisions hereinafter contained.
2.60.8 ‘DAY’ means 24 Hours commencing from 0600 Hours to 0600 hours of
the next day.
2.60.9 IN WRITING’ or ‘WRITTEN’ means a letter handed over from the Charterer
to the Successful Tender or vice versa, a registered letter, email
or other modern form of written communication.
The Tenderer shall exercise all responsible care and diligence in the
discharge of all technical, professional and contractual duties to be
performed by them under this contract and shall be fully responsible to
Visakhapatnam Port Authority for the proper, efficient and effective
carrying out of their duties.
2.62 EXECUTION:
b) Letter of Award will be issued in the name of the company which has
purchased / submitted the tender, and will constitute the conditions of
contract.
Visakhapatnam Port Authority will deduct all type of Tax & Levies at source as
per the Law applicable to the Contractor.
Visakhapatnam Port Authority will have a lien on and over all of any money that
may become due and payable to the Contractor under this contract or any other
contract or from any amount lying with them or under their control and in respect
of any debt or sum that may become due and payable by Visakhapatnam Port
Authority to the Contractor either alone or jointly with another or other and either
under this contract or under any other contracts or transaction of any nature
whatsoever between Visakhapatnam Port Authority and the Contractor.
2.67 INDEMINITY:-
Notwithstanding that all reasonable and proper precautions may have been taken
by the Contractor at all times during the currency of the agreement, the
Contractor will nevertheless be wholly responsible for all damages to the property
of Visakhapatnam Port Authority during the currency of the agreement and the
cost of such damages will be borne by the Contractor.
2.68 Damage to persons and property:
The contractor shall indemnify and keep indemnified the VPA against all losses
and claims for injuries or damage to any person or any property and against all
claims, demands, proceedings, damages, costs, charges and expenses
whatsoever in respect of or in relation thereto.
Injuries or damage to persons/property resulting from any act or neglect done or
committed during the currency of the contract by the Board, its agents, servants
or other contractors (not being employed by the contractor) or for in respect of
any claims, demands, proceedings, damages, costs, charges and expenses in
respect thereof or in relation thereto.
2.69 LAWS:
2.69.1 This agreement will be governed by the laws of India and is subject to the
Jurisdiction of the Courts in Visakhapatnam Port Authority
2.69.2 Notwithstanding the contractual obligation, the board of Visakhapatnam
Port Authority shall be entitled to all protections and defence under the
provisions of the Major Port Act 1963 and the Indian Ports’ Act 1908
including any amendments/changes as may be incorporated.
2.69.3 In these conditions unless there is something in this subject or context
inconsistent therewith words importing the singular will include the plural
and vice versa words importing the masculine gender will include feminine
and words importing persons will include bodies corporate.
2.70 ECS/RTGS PAYMENT
The tenderers are advised that all payments related to this subject work
would be made through ECS/RTGS. The tenderer would be required to provide
the following particulars of their bank account along with their bid.
Particulars of the bank A/C
1. Bank Name
2. Branch name & address
3. Phone No.
4. Type of account
5. Account number
CONTRACTOR DY. CONSERVATOR
26
2.72 ESCALATION
The quoted rates shall be firm throughout the tenure of the contract. No
escalation is payable over and above the rates quoted by the contractor for any
reasons whatsoever.
The Contractor shall at all times during the continuance of the contract comply
fully with all existing Acts, Regulations and bye laws including all statutory
amendments and re-enactment of State or Central Government and other local
authorities and any other enactments and acts that may be passed in future
either by the State or Central Government or local authority including Indian
Workmen’s Compensation Act, Contract Labour (Regulation and Abolition) Act
1970 and Equal Remuneration Act 1976, Factories Act, Minimum Wages Act,
Provident Fund Regulations, Employees Provident Fund Act, Merchant Shipping
Act, Indian Ports Act, Major Port Act, Harbour Craft Rules, environmental act,
MARPOL and Rules and Regulations of VPA and other maritime
legislations/rules/regulations etc. in so far as they are applicable to this contract.
The Contractor shall indemnify and keep board of Visakhapatnam Port
indemnified in case any proceedings are taken or commenced by any authority
against board of Visakhapatnam Port for any contravention of any of the laws,
bye laws or scheme by the Contractor. If as a result of Contractor’s failure,
negligence, omission, default or non-observance of any provisions of any laws,
the Board of Visakhapatnam Port is called upon by any authority to pay or
reimburse or required to pay or reimburse any amount, the board of
Visakhapatnam Port shall be entitled to deduct the same from any money due or
that may become due to the Contractor under this contract or any other contract
or otherwise recover from the Contractor any sum which the board of
2.76.1 The decision of the Chairperson shall be final, conclusive and binding on all
parties to the contract and shall not be subjected to Arbitration upon all questions
relating to the meaning of the specifications, instructions and or any matter
arising out of or relating to the specifications and instructions concerning the
works or the execution of or failure to execute the same arising during the course
of works and in no case shall the work be stopped consequent to such dispute
arising and the work shall also be carried out by the Contractor strictly in
accordance with instructions of the Deputy Conservator.
2.76.2 The jurisdiction for all legal actions arising out of this contract shall be within the
jurisdiction of the Court at Visakhapatnam.
2.78 EXIT :-
In case the Contractor desires to discontinue this contract with Visakhapatnam
Port Authority, the Contractor shall give a minimum of three months’ notice to
Visakhapatnam Port Authority. During this three months’ notice period, the
Contractor has to continue the contract of in all respects. If the crew not supplied
for carrying out the works as required by the VPA, the Penalty Clause as
CONTRACTOR DY. CONSERVATOR
28
applicable in the Contract shall be enforced. In case the Contractor withdraws the
crew posted without giving three months prior notice for the intended withdrawal,
the Contractor has to pay 90 days rate quoted to the VPA as compensation. In
case the Contractor pays the compensation of three months value, then the
performance security in the form of Bank guarantee will be released within 30
days from the date of payment of compensation by the Contractor after deduction
of any dues payable by the Contractor to the VPA. If the Contractor fails to pay
the compensation, the VPA will encash the Bank guarantee and adjust the
compensation amount from the Bank Guarantee or any other amount due to the
contractor from the VPA.
2.79 FORE CLOSURE :-
2.79.1 Visakhapatnam Port Authority has the right to Foreclose the contract for
National Security, National Emergency and in general public interest or for any
other reasons, Visakhapatnam Port Authority feels deemed fit. Visakhapatnam
Port Authority will issue a written notice of not less than one week of the intended
foreclosure to the Contractor specifying therein reasonable details, the reasons
for foreclosure and expressing readiness to relieve all undertakings of the
Contractor and the Contractor withdraw the crew engaged and employ them
anywhere he intends to go. Contractor shall continue to work in the notice period
at the same Rate quoted.
2.79.2 If Visakhapatnam Port Authority does not require crew for any unseen reasons
in future, the VPA shall give one week’s notice to the Contractor. During this one
week notice period, Marine Department of Visakhapatnam Port Authority shall
use the man power of contractor and pay the same Rate quoted.
2.80 ARBITRATION:
• The dispute shall be decided by a sole arbitrator when the total claim of dispute
is INR 3 crores or less.
In all cases of disputes claimed for more than INR 3 crores, the parties shall
appoint three (3) Arbitrators, one (1) each appointed by the Contractor and the Port
and the 3rd presiding Arbitrator appointed by the two Arbitrators appointed by the
parties”. If one Party fails to appoint its arbitrator within 15 (fifteen) days after the
other Party has named its arbitrator or If the 2 (two) arbitrators do not succeed in
appointing a third arbitrator within 30 (thirty) days after the latter of the 2 (two)
arbitrators has been appointed, the such arbitrator will be appointed as per the
provisions of the Arbitration & Conciliation Act, 1996.
• Once appointed, the Arbitrator must make full disclosures of all the facts and
circumstances, any past or present relationship with any party to the dispute or
representative of any party that may justifiable doubts to his impartiality or
independence.
Arbitration proceedings under this Clause will be conducted in accordance with the
Arbitration and Conciliation Act, 1996 and rules made thereunder as may be
The arbitrators will provide a written and reasoned award. The decision of a majority
of the arbitrators (or the third arbitrator chairing the arbitration panel, if there is no
such majority) will be final and binding and will be enforceable in any court of
competent jurisdiction as decree of the court. The Parties hereby waive any
objections to or claims of immunity from such enforcement.
The work under the contract shall, however, continue during the arbitration
proceedings and no payment due or payable to the Contractor shall be withheld on
account of such proceedings.
The arbitrators shall be deemed to have entered on the reference on the dates they
issue notice to both the parties fixing the date of their first hearing. The fees, if any,
of the Arbitrators /Umpire, if required to be paid before the award in respect of
disputes is made and published, shall be paid half by each of the
parties. VISHAKAPTNAM PORT AUTHORITY shall pay his portion of the fees in
Indian Rupees only.
SCOPE OF WORK
The contract involves carrying out dry dock survey repairs, as per extensive defect list
prepared jointly by IRS Surveyor and VPA officials along with contractor with 5 years
paint scheme (applicable DFT), to bring the vessel into IRS Class under Harbour Craft
Rules, within 4 months of time (45 weather working days in dry dock and remaining in
floating condition alongside a VPA designated jetty) and make both cranes (existing 10
ton capacity) operational with supplying two new grabs. IRS charges will be borne by
VPA for initial classification. Also Round the clock Manning, operation and maintenance
of GHD SAGAR DURGA for SEVEN years.
Note: For initial dry dock repairs to bring the dredger into class, dock charges, block
preparation charges and dock hiring charges will be on VPA account, shore power
charges in initial dry docking and floating repairs to be borne by the contractor at actual
to VPA. The new loose steel plates supplied by the contractor to be blasted and one
coat of primer applied on both sides on contractor’s account. Subsequent I R S
charges and dry dock charges are to be borne by the Contractor. Scrap/waste oils etc.,
generated upon repairing the craft to be handed over to VPA at designated place in
ORS. Account. Unwated materials, mud, waste generated to be disposed by the
contractor on his own cost.
GHD SAGAR DURGA will be used for dredging port waters and will comply with
all lawful instructions from the Deputy Conservator of the Port or any other Officer duly
authorized by him.
The dumping of clean sand from the hopper is to be carried out on the
Northeastern side of the east breakwater and silt and others to be dumped in the spoil
ground. During bad/rough weather dumping may be suspended on the instructions from
the Deputy Conservator of the Port or any other Officer duly authorized by him. Any
short fall in the target due to weather would be reduced from the monthly target.
The successful tenderer has to carry out dry dock survey repairs, man (as per IR
class and HC rules as applicable), maintain and operate the GHD SAGAR DURGA as
per the directives of the VPA. He will be responsible for the vessel including the
statutory requirements for the entire period of the contract. One technical resource
person (such as Dredge master or Dredge mate or Dredger commander) with sufficient
dredging experiences must be posted on the dredger.
c. FUEL: First year actual consumed fuel will be supplied, average daily fuel
consumption will be calculated taking first year consumption and capped at
above calculated average +10%. HSD will be supplied by VPA. GHD SAGAR
DURGA should maintain the log sheets for running hours of the Engine (Main ,
Aux & cranes.) and consumption of fuel oil on daily basis. Requirement of Fuel to
be submitted to MRC well in advance (at least 5 days before.)
d. FRESH WATER for use of the crew members on board GHD SAGAR DURGA
as well as for requirements of GHD SAGAR DURGA will be provided by VPA.
If VPA water supply is not available at any time during the currency of
the contract, the contractor shall make arrangement of drinking water.
Entire Engine Room, chain locker and steering room bilges are to be regularly
cleaned and it is to be ensured that there is no oil, oily sludge and solid particles
inside the bilges at any point of time. All tanks are to be regularly checked and
inspected against leak proof and all fittings such as cocks, gauge glasses etc.
are to be maintained and kept in order. Oil removed from the bilges/dirty oil from
machinery to be recorded, records should be maintained.
The Main Engines and the DG Sets (Engine + Alternator) are to be checked at
intervals of 12 hrs. or as per manufacturers check list and to be logged down.
Periodical maintenance routines to be strictly carried out as per manufacturers’
operator manuals. The log of such maintenance to be submitted on monthly
basis along with the monthly bills for inspection/verification and payment
CONTRACTOR DY. CONSERVATOR
32
The alternator winding should be maintained dust free all the time. All the
safety parameters of the Alternator e.g., reverse Power Trip, Over Current Trip,
Low Voltage Trip etc. are to be maintained, regularly checked and condition is to
be regularly entered into the log book.
The Performance Test (Time taken to press up the Air Bottle by a single
compressor, 15-30 Bar) to be recorded and entered in the log book on every
Month. The Compressed Air System should be kept free from any leakages.
Note: The machinery details above are to be checked at least twice a day and
the conditions entered into the log book kept in the engine room for scrutiny of
VPA’s representative. If at any point of time, it is observed that any one of the
above machinery is not behaving properly or if any unusual observation is made
which is not for regular routine maintenance and up keep, then the same is to be
brought to the notice of the operator's Engineer. The cause of such abnormal
behaviour is to be analyzed, recorded and action corrective measure to be
initiated by the Contractor with intimation to VPA representatives.
All Pumps in the engine room mainly the Cooling pumps, Bilge pump, GS
pump, transfer pumps and Fire pumps etc. shall be periodically checked and
maintained for ensuring proper functioning during operation.
Electrical Equipment
All electric equipment namely MSB, Panel Boards, Consoles, Electric Motors,
Galley equipment (Electrically Operated) and all other electric fittings including
domestic appliances shall be checked and maintained periodically to ensure their
Deck Machinery: All Deck machinery namely windlass, capstan, ventilation fans
etc. shall be regularly checked as preventive maintenance. Some of these items
are normally not used but periodical drill should be carried out as to check the
functioning of the same.
Steering Gear Regular check of steering gear unit shall be carried out. Change
of Hydraulic Oil, repair & maintenance of Hydraulic Valves, Rudder Angle
Indicator, Pipelines, Cleaning of Filters etc. shall be undertaken periodically to
ensure the normal operation of the vessel.
h) MAJOR AND MINOR REPAIRS For the purpose of the contract, all major and
minor repairs will be on contractor’s account till the vessel is taken back from the
contractor.
l. The Operator shall ensure that the preventive maintenance of the vessel is being
carried out as recommended by the OEM and as suggested/required by the VPA
, he has to maintain the A M Cs for all Engines and cranes. The Operator shall
be responsible for the manning, maintenance and operation of the vessel offered
to them under the agreement and to keep the vessel always in proper class and
seaworthy condition in all respect for Marine operation of VPA.
m. In view of the age of GHD SAGAR DURGA, The Contractor shall be allowed a
compensating downtime up to 4 days / month (24 hrs. x 4 days) to carry out all
repair & maintenance for upkeep of GHD SAGAR DURGA. The down time one
time a year in the beginning of the contract will be given(48 days) The contractor
can accumulate a maximum downtime up to 60 days during the currency of
contract to carry out any work /repairs
n. In case any of the works under this contract are not performed by the Operator,
like repairs, maintenance, painting, dry docking, surveys etc., then the VPA shall
carry out the same at the risk and cost of the Operator as applicable with 20%
overheads.
o. The Operator will be responsible for submission of complete detailed list of
defect at the end of each month indicating real cause of each defect and suggest
remedial action to overcome the problems / defects. The Operator shall monitor
and analyze the problems and the rectification, trouble-shooting should be
carried out by the Operator.
p. The Operator has to provide suitable transport (Jeep/Van) at his own cost round the
clock for mobilizing in time the vessel’s crew to and from the Port and/or any other
places and within port premises for smooth execution of the contract.
q. The Master and crew shall be qualified, experienced, trained & competent to operate
and maintain, supervise and assist in surveying the vessel to the entire satisfaction
of the VPA and shall possess requisite and VALID certificate of competency in
accordance with the applicable Indian laws.
r. The bidder to indicate details of a dedicated person to manage the operation, who
shall be representative of operational issues and same to be reported to Senior
Marine Engineer, VPA.
s. The Operator shall be liable for all acts of omission and or commission of the Master
and crew deployed by the Operator and also for all liabilities pertaining to their
salaries, allowances victuals, medical facilities, insurance coverage as per contract
labour laws and any other requirement pertaining to the Master and crew at the cost
of the Operator, including supply of stores, consumables etc., transport onshore /
offshore, laundry etc.
t. The Operator shall comply with and shall ensure due compliance of all Indian Laws
by the Master and the Crew as applicable.
u. In addition thereto monthly consumption of VPA supplied fuel and the balance on
board at the end of each month to be submitted. The Operator shall submit daily
repair progress report whenever the vessel is laid up for any repair, maintenance,
survey or dry-docking. Technical report on each machinery should be submitted by
the Operator every month. Operator to seek prior permission to take up any repair /
maintenance.
v. The Operator shall provide two sets of Marine uniform and one set of safety gear,
Personal Protective Equipment, winter wear, monsoon wear etc., to the crew of the
vessel at their cost as appropriate.
w. The Operator shall replace and/or substitute the officer / crew within one week if any
personnel found by the VPA to be unsuitable/unsatisfactory for the smooth and
efficient operation and maintenance of the vessel. The Operator shall strictly follow
the instructions/directions of the VPA in this regard.
x. The Operator shall not, without the written consent of VPA, shall transfer or assign
the agreement or any interest therein or make any arrangement whereby the
maintenance, management or operation of the said vessel shall be performed by any
other Party.
y. All the systems on the vessel will have to be kept in working condition and the deck
should be kept clean/painted at all times. The Agreement is a full and complete
demise of the vessel to the Operator, which shall at its own expense, navigate and
operate the vessel. Operator shall have exclusive control over the vessel during the
currency of the Agreement strictly for the purpose of the Agreement.
z. During any major repairs/dry docking, the supervision of the ongoing repair job will
be carried out by the Operator. The Operator has to co-ordinate with the attending
workshops so as to complete the repair jobs in minimum time.
z1. The Contractor shall have to pay the wages to the crew as per Shipping
practices and Shipping Laws or Laws of the State, as applicable. The record of
wages paid to the crew to be maintained for inspection.
z2. Contractor shall be liable for pollution damage and the cost of cleanup which has
occurred due to Contractor’s and / or the Contractor’s personnel by willful,
wanton, intentional, acts or omission or gross negligence which cause or allow
the discharge, spills or leaks of any pollutants from GHD SAGAR DURGA under
contract.
z3. INSURANCE: The VPA will cover the vessel under insurance cover, i.e. Hull and
machinery only.
Residual Liability: In case of any insurance claim under Hull & Machinery
(H & M) insurance policy of GHD SAGAR DURGA taken by VPA during period of
contract, the contractor will be duty bound to assist the port in providing all
necessary support during the survey of the damaged vessel and will also be
liable and obligated to provide necessary documents, statements and other
assistance as required by surveyors/ insurance company/the Port for
assessment of loss and to facilitate proper settlement of Claim. On settlement of
CONTRACTOR DY. CONSERVATOR
36
claim, any amount comprising of deductions from the claim amount, if any /
expenses not paid by insurance company etc, will be paid by the
Operator/contractor to VPA forthwith after the same being intimated by the Port
in writing except for any deduction under H & M Policy Excess Clause. In case
of non-payment of such amount by contractors the same will be deducted by port
from their subsequent monthly bills due to them.
For any minor or major repair / maintenance / Dry-docking of GHD SAGAR
DURGA for any reason whatsoever etc., during the period of contract, the
Operator should ensure that the said repairer has adequate Ship Repairers
Liability (SRL) Policy in place covering any loss or damage to the vessel during
the course of repair as well as during dry-docking period. Such SRL policy
should also cover post repair / dry-docking sea Trial Run/ Navigation etc. The
Operator shall provide copy of such adequate SRL Policy of the repairer to VPA
before delivering GHD SAGAR DURGA for any such repairer job / Dry-docking.
z4 During the hire period the personal on board shall be insured by Contractors at
their expenses. A workmen Compensation Liability Policy shall be taken by
contractor.
Insurance for personal injuries : The contractor shall at his own expenses
obtain and shall cause any subcontractor to obtain such insurance as may be
necessary to cover the liability of the contractor or as the case may be of such
contractor in respect of personal injuries and death arising out of or in the course
of or caused during the execution of the works and shall produce or cause any
such sub-contractor to produce for inspection the relevant policy or policies
together with receipt for the premium paid under such policy/policies as and
when required by the VPA.
z5. VISHAKAPTNAM PORT AUTHORITY will not be responsible for any damage
suffered by GHD SAGAR DURGA due failure of GHD SAGAR DURGA or errors
of GHD SAGAR DURGA Master and crew.
z6. Any damages suffered should be brought to the notice of the Deputy
Conservator immediately VPA. is not liable to pay any compensation to the firm.
z8. PERIODIC INSPECTION: The VPA is entitled to inspect / survey the vessel at
any time. The inspection / survey shall be conducted by the VPA’s representative
in the presence of the Operator’s representative. The comments of the VPA’s
representative shall be recorded in the Register to be maintained by the Operator
on the vessel. Such Register shall have serially numbered pages in triplicate
(one for VPA, one for Operator’s representative and the other for the vessel). If
any defect or deficiency is identified during the inspection, the same shall be
recorded in the Register and signed by both the VPA’s and the Operator’s
representatives. The Operator shall immediately thereafter rectify such
defect/deficiency.
4 (a) STORES:
The Operator shall at his own cost fully store and provision the vessel. The Operator’s
liability shall extend to all stores including but not limited to saloon stores, galley stores,
Bosun stores, Stationery, Chemicals, Engine room stores etc., which are required to
maintain the vessel efficiently.
All the store items to be procured to be of good standard and through reputed
manufacturer / suppliers and copy of delivery challans to be forwarded to the Owner for
their information along with the monthly bills for stores. If at any time the VPA feels
insufficiency regarding quality and quantity of stores, he will inform the Operator in
writing which they have to rectify at the earliest, failing which suitable deductions shall
be made from their bills. Operator shall supply log sheets and other stationery to the
vessel after getting the approval of the Owner for the format. A complete inventory of
stores shall be maintained at all times by the Operator and a copy duly authenticated by
the Operator shall be furnished to the Owner on or before the 5th day of every month.
Saloon Store: Napkin, soap, linen, mattresses, pillows, cleaning items, detergents,
blankets, mops, buckets, mugs, brooms etc.
Bosun Stores: Paints, Brush, Cotton waste, cotton rags, Gloves, brooms cleaning
material, D Shackle, wooden plank, wire brush, scrapper, chipping hammer, thinner,
lashing ropes, miscellaneous ropes, plastic pipes, pipe wrench, tools & tackles etc.
The Operator will have to supply any other items in addition to items mentioned above
as may be required / directed by the Owner for the smooth operation and upkeep of the
vessel.
5. Period of Hire:
6. A) TERMINATION OF CONTRACT:
7) EXIT CLAUSE:
a) The Contract may be foreclosed by either parties by serving six months’ notice
with no liability on either side for early termination and without assigning any
reason thereof.
b) In case of Total Loss/ Constructive total loss of GHD SAGAR DURG the
contract for GHD SAGAR DURG shall be foreclosed immediately on intimation
by the Port in writing. This will not however exonerate the Contractor from any
contractual liability/obligation of the Contractor in terms of the Contract till
closure.
8. DATE OF COMMENCEMENT:
The contract period of 7 years shall commence from the date of deployment of
manpower’s and readiness of GHD SAGAR DURGA for conducting dredging
operations.
HSD fuel, Fresh Water and Shore power shall be on VPA account Contractor
should maintain the log sheets for consumption of fuel on daily
basis. Expenses towards all other required stores and consumables shall be
borne by contractor. Requirement of Fuel to be submitted to MRC well in
advance (at least 5 days before.)
c) DISCLAIMER:
The Bidders are encouraged to submit their respective Bids after at their own
cost and ascertaining for themselves the applicable laws, applicable permits and
regulations, and any other matter considered relevant by them.It will be deemed
that by submitting a Bid, the Bidder has:
(iv) satisfied itself about all matters, things and information with the tender
documents and performance of all of its obligations thereunder;
VISAKHAPATNAM PORT AUTHORITY will not be liable for any omission, mistake or
error on the part of the Bidder in respect of any matter or thing arising out of or
concerning or relating to the tender documents or the bidding process.
In the contract (as hereinafter) defined the following words and expressions shall the
meaning hereby assigned to them except where the context otherwise requires.
(b) “Contract” means and includes Tender document, which includes Instruction to
Tenderer, Conditions of Contract, Agreement, Letter of Acceptance, Bank
Guarantee in respect of satisfactory performance of contract etc. any
addendum/corrigendum thereto, the bid submitted by the successful bidder along
with tender document and the Letter of Acceptance.
(c) Contractor” means the person or persons, firms, corporation, joint ventures or
company whose tender has been accepted by the Owner and includes the
Contractor’s servants, agents and workmen, personal representatives,
successors and permitted assigns.
(d) (c) “Contract” means and includes Tender document, which includes Instruction
to Tenderers, Conditions of Contract, Agreement, Letter of Acceptance, Bank
Guarantee in respect of satisfactory performance of contract etc. any
addendum/corrigendum thereto, the bid submitted by the successful bidder along
with tender document and the Letter of Acceptance.
d) “Contract Price” means the sum named in the letter of acceptance subject to
such additions thereto or deductions there from as may be made under the
provisions hereinafter contained.
e) “Approved/Approval” means the approval in writing.
b. The contract shall be interpreted and have effect in accordance with the Law of
India and no suit or other proceeding relating to this contract shall be filed or
taken up by the Contractor in any Court of Law except in VISHAKHAPATNAM.
13. INDEMNITY:
The contractor will indemnify, defend and hold harmless VPA and VPA’s
personnel, their respective officers, employees, agents, sub-contractors,
suppliers, affiliates and other representatives from and against any and all
claims, liability, action, demand, judgment, loss, damage, costs and expenses
(including legal fees) in respect of or arising out of:
i.all and any claims or other lawsuits or proceedings, that may arise on account of
breach of any of the labour and other related applicable law and/or that may
arise of breach of any covenants of the contract including those arising out of
any accident that may occur during or in relation to the services to be provided
by the contractor under the contract, as may be proceeded against VPA, for any
CONTRACTOR DY. CONSERVATOR
43
reason whatsoever and assume full responsibility for whatsoever including the
payment of indemnification, penalties, attorneys’ fees, legal cost and other
charges, if any
ii. damages and losses caused by its negligent or intentional act or omission or any
damages and losses caused by the negligent act of the Contractor’s Staff or any
third party or agency/master and crew engaged by the Contractor;
iii. failure on the part of the contractor and or non-compliance to perform any of its
obligations under the contract;
iv. any environmental damages cause by it and/or its representatives or employees
or employees of any third party or agency engaged by the contractor;
v. the contractor will be liable for and will indemnify and hold VPA harmless from
and against any and all claims, liability, action, demand, judgment, loss, damage,
costs and expenses (including reasonable legal fees) brought by a third party,
including any of the contractor’s staff, for loss or damage to property or personal
injury or death caused by, resulting from, or incidental to the contractor’s
performance under the contract;
vi. in the event of hazardous materials being released or any non- compliance of Air
(Pollution & Control) Act 1981 and Hazardous and other waste (Management &
Handling), Rules 2016 thereto (including but not limited to air, ground or water
contamination) as a result of the contractor’s actions, inactions, breach of
default, then, the contractor with forthwith at its own expense, take all such steps
as may be necessary to remove the hazardous materials and fully restore and
reinstate the contaminated area and items. This clause will survive the
termination of contract.
Any and all claims, actions, suits, proceedings, taxes, duties, levies, costs,
expenses, damages and liabilities, including attorneys’ fees, arising out
of, connected with, or resulting from or arising in relation to this Contract due to
neglect, omission or intentional act of the Contractor. bodily injury, sickness,
disease or death, of any person whatsoever arising out of or in the course of or
by reason of the performance or non-performance of its services or obligation
under this Contract, unless attributable to any negligence, willful act or breach of
this Contract by the Owner.
COMMERCIAL CONDITIONS
14. SECRUITY DEPOSIT
The successful Tenderer should deposit 10% of the total contract value
towards Security Deposit in the form of unconditional and irrevocable Bank
Guarantee from a Nationalized / Scheduled Bank enforceable/encashable at
Visakhapatnam valid for a period of 84 months prior to signing the agreement
i.e. within 15 days from the date of issue of LOI.
15. OTHERS :
A. Owner shall have the right to be repaired if Contractor is not carried out on time.
The charges for such repair shall be borne by the Contractor. All time taken in
respect of repairs shall not count as down time and penalty imposed.
B. The Master to execute owner’s instructions with the utmost dispatch and to
render customary assistance with GHD SAGAR DURGA’s crew. The Master to
CONTRACTOR DY. CONSERVATOR
45
D. If the Owner has reasons to be dissatisfied with the conduct or efficiency of the
Master, Officer or Crew the Contractor on receiving particulars of the complaint,
promptly investigate the matter and if necessary make a change in
appointment. However, the Owner shall have the right to demand the changes
of any Master or other crew which demand shall not be unreasonable.
E. The Owner or its representative will give the Master all instructions in English
and the Master and Engineer to keep full and correct logs in English, accessible
to the Owner.
F. Contractor shall be liable for pollution damage and the cost of cleanup which has
occurred due to Contractor’s and / or the Contractor’s personnel by willful,
wanton, international, acts or omission or gross negligence which cause or allow
the discharge, spills or leaks of any pollutants from GHD SAGAR DURGA under
contract
16 PAYMENT / INCOME TAX :
The Contractor should opt for ECS/RTGS/NEFT payment, if the tenderer is
located in VISHAKAPTNAM. The Tenderer located outside VISHAKAPTNAM and
anywhere in India may opt for payment through National Electronic Clearing System
(NECS) provided that the concerned branch of bank is core banking enabled and MICR
code starts with number other than zero.
Payment shall be made at the end of each calendar month after a certificate of
satisfactory service has been obtained from the Deputy Conservator. Contractor shall
submit abstract of daily deck and engine log books of GHD SAGAR DURGA. For this
purpose, the contractor shall maintain daily deck and engine log books, the format of
which should be submitted for approval of the Owner prior to the commencement of
contract. The bill shall be submitted in duplicate along with the said certificate & a
separate mention of the GST amount included in each bill by the contractor.
Payment shall be made within 30 working days from the date of submission of
bill clear in all respect. The tenderer shall take into consideration the prevailing rates of
taxes and duties as applicable. The tenderer shall indicate the amount of GST / other
applicable taxes and duties included in the quoted amount by them separately.
The Contractor shall have to pay the wages to the crew as per Shipping
practices and Shipping Laws or Laws of the State, as applicable. The record of wages
paid to the crew to be maintained for inspection.
The Contractor shall carry out the works in accordance with the contract to the
satisfaction of the Deputy Conservator and shall comply with and adhere strictly to his
instructions and direction on any matter, whether mentioned in the contract or not.
INSPECTION:
Owner shall have the right to require GHD SAGAR DURGA to be repaired if Contractor
is not carried out on time. The charges for such repair shall be borne by the Contractor.
All time taken in respect of repairs shall not count as down time and penalty imposed.
(a) The Master to execute owner’s instructions with the utmost dispatch and to
render customary assistance with GHD SAGAR DURGA’s crew. The Master to
be under the order of the owner as regards employment, agency or other
arrangements. The contractors to indemnify the owner against all consequences
or liabilities arising from the Master, Officers or Agents for their unlawful actions
as well as from any irregularity in the mooring launch’s papers.
(b) If the Owner has reasons to be dissatisfied with the conduct or efficiency of the
Master, Officer or Crew the Contractor on receiving particulars of the complaint,
promptly investigate the matter and if necessary make a change in
appointment. However, the Owner shall have the right to demand the changes
of any Master or other crew which demand shall not be unreasonable.
c) . The Owner or its representative will give the Master all instructions in English and
the Master and Engineer to keep full and correct logs in English, accessible to
the Owner.
DECLARATION:
I/We certify that the details as furnished by me/us have been verified and found
correct. We have not made misrepresentation with the view to get the contract in our
favour. If any information is found to be not correct, the contract awarded to us shall be
liable for cancellation by Visakhapatnam Port Authority and we shall be liable to pay the
Visakhapatnam Port Authority such damages as Visakhapatnam Port Authority may be
put to, due to termination of the contract.
I/We, hereby offer price details in Price Bid only. If price found anywhere in
Techno-Commercial Bid, the offer is liable for rejection.
The Earnest Money (EMD) has been paid in online through e-tenders portal of
Rs. /- by me/us vide UTR No. . . . . . …………. dated....
and it is agreed that the said amount so deposited is interest free and refundable to
me/us after finalization of this Tender.
Station: Signature:
Date : Seal with Date:
20. PENALTY:
A. If the GHD Sagar Durga is inoperative due to the fault of contractor and unable
to carryout dredging as per the scope of wok a penalty daily cost of prorate for
23400 per month would be deducted .
B. If the craft is not manned as per the requirement 2% of daily cost would be
deducted.
C. If the craft is not operational be beyond annual downtime in a year 90% of daily
cost would be deducted.
D. In case any of the works under this contract are not performed by the Operator,
like repairs, maintenance, painting, dry docking, surveys etc., then the VPA shall
carry out the same at the risk and cost of the Operator as applicable with 20%
overheads
E. If the Dry-docking is not completed within 30 days due to the fault of the operator
90% of daily cost would be deducted.
21. Dry docking
If GHD Sagar Durga is required to be dry docked as required by Class, or for any
other reason whatsoever, the Contractor will be permitted to dry dock GHD
Sagar Durga to maintain her Class with the prior approval of Deputy
Conservator. Period of docking should not beyond 30 days.
In case GHD Sagar Durga is not available for operation after 30 days,. Penalty
will be levied as per clause 20
22. DOWNTIME:
23. Contractor shall be liable for pollution damage and the cost of cleanup which has
occurred due to Contractor’s and / or the Contractor’s personnel by willful,
wanton, international, acts or omission or gross negligence which cause or allow
the discharge, spills or leaks of any pollutants from Harbour tug under contract.
In the event of either party being rendered unable by force majeure to perform
any obligation required to be performed by them under the Contract, the relative
obligation of the party affected by such force majeure, shall upon notification to
the other party be suspended for the period during which force majeure event
lasts. The cost and loss sustained by either party shall be borne by respective
parties.
The term ‘Force Majeure’ as employed shall mean acts of God, war, revolt, riot,
fire (not caused by negligence of the Contractor’s employees), sabotage, strike
and cyclone. Time of performance, for the specific activities affected by such
‘Force Majeure’ directly shall be extended suitably. Provided always that upon
occurrence of such cause and upon its’ termination, the party alleging that it has
been rendered unable, as aforesaid, to perform his duty as per CONTRACT,
shall notify the other party in writing immediately but not later than 48 (forty-eight)
hours of the alleged beginning and ending thereof, giving full particulars thereof
and satisfactory evidence in support of his claim. Failure to do so may make the
party liable to being denied of the shelter of the ‘Force Majeure’ clause.
a) All personnel deployed by the Contractor will be qualified to perform and will be
appropriately experienced (or be efficiently trained) in the duties that are
assigned to them.
responsible for paying the salaries and all benefits of the Contractor’s Staff.
There will be no liability on the Owner for the costs of employment during and
beyond the term of the Contract. The Contractor will indemnify the Owner and
hold the Owner harmless, for all costs and consequences in respect of any claim
that may be made against the Owner in this regard.
d) The Contractor will establish procedures designed to ensure that all the
Contractor’s Staff comply with the safety requirements.
e) This Contract does not and will not be construed to create any employer-
employee or principal-agent relationship between the Owner and the Contractor /
Contractor’s Staff.
f) The Contractor, inter-alia, agrees that the services will be rendered in strict
compliance with the provisions of all the Applicable Laws and the Applicable
Permits. The Contractor will make statutory payments/ remittances, applicable
deductions as are required to be made under labour related and Applicable
Laws.
g) The Owner reserves the right to recover from the Contractor any amounts
towards discharge of any claim or statutory obligations arising out of the breach
of any Applicable Laws including the labour laws by the Contractor, without
prejudice to any of its rights and other remedies herein stated or available under
other Applicable Laws.
h) The contract labour, if any, engaged by the Contractor, will be at its own risk and
cost. The contract labour employed to perform the services will be paid by the
Contractor, the wages in conformity with the applicable wages notified by the
respective Government.
Instrumentality from time to time. The Contractor will be solely responsible for
payment of all wages, salaries and any expenses of the personnel employed
including, without limitation, all amounts payable towards employee’s insurance,
provident fund, pension, or employment compensation, or any other payment to
be made under the Applicable Law, and/ or otherwise to the professionals,
technicians or workmen employed and/ or contracted in relation to the provision
of services under this Contract. The Contractor will ensure that the labour and
working conditions of contract labour meets the requirements as required under
the Environmental Standards.
i) The Contractor will, in a timely manner, obtain and/ or maintain the licenses,
registrations, employment records, registers, certificates and other records and
file returns as are required under Applicable Laws and furnish proof of the same
to the Owner on demand. The Contractor will obtain requisite registrations,
statutory permissions, licenses, Applicable Permits from concerned authorities
and furnish proof of the same to the Owner on demand. The Contractor will have
the absolute control and/ or supervision on its employees/ staff/ contract labour.
The Owner will not be liable for any dispute, which may arise between the
CONTRACTOR DY. CONSERVATOR
51
Contractor and the Contractor’s Staff. The Contractor will itself regulate the
engagement of its workers and their working conditions, providing statutory
benefits, uniform, food in accordance with Applicable Law.
k) The Contractor will maintain proper books of accounts, registers, records, bills,
invoices, receipts, vouchers etc. in respect of the compliance of labour related
Applicable Laws and will regularly cause proper entries to be made therein and
of all other particulars and matters necessary thereto and furnish a certification of
compliance thereof to the Owner. The Contractor will make available such
information and documents as may be required by the authorised
representatives of the Owner for verification.
Safety Regulations
l) The Contractor will comply with the provisions of this Contract, Applicable Laws
and Applicable Permits for securing the safety of the materials, equipment, users
and other persons.
m) The Contractor will ensure safe and healthy living and working conditions for
labourers/ workers including labourers/ workers engaged through contract labour
suppliers. The Contractor will be solely responsible for all acts and/or omissions
by the Contractor’s Staff engaged for the performance of the services.
n) No part of the services under the Contract will be carried out by any person on
behalf of the Contractor under the Contract who does not have valid Applicable
Permits. No work, which may cause fire hazards will be carried out in the
prescribed areas unless Applicable Permits for the same are obtained and
necessary precautions are taken to avoid any risk of fire hazards.
o) The Contractor will take necessary measures to protect all persons from
accidents and occupational diseases. In the event of any accident or dangerous
occurrence or any damage, occurring on account of any reason whatsoever, the
Contractor will immediately send a notice of the same to the Owner.
p The Contractor will promptly, in case of the occurrence of any Emergency Event,
mobilize all resources to the said emergency and will co-ordinate with the Owner
in this regard.
Emergency Events
r) If the Owner considers that any Emergency Event has occurred, the Owner may
give notice (which may be oral notice with subsequent written notice) to the
Contractor specifying the nature of the Emergency Event, which it has identified
and the manner in which it requests such Emergency Event to be rectified. The
Contractor will take all actions to mitigate the effects of such Emergency Event
with due diligence. If the Contractor fails to comply with such notice promptly, the
Owner will be entitled to procure by itself or through any third party, such actions,
as may be necessary, to remedy such breach by the Contractor.
The Contractor will, at its own cost, make the necessary arrangements for
meeting exigencies of the Emergency Events, as per the instructions of the
Owner.
LETTER OF APPLICATION
To, Date:
Sir,
2. VPA and its representatives are hereby authorized to conduct any enquiry or
investigations to verify the statements, documents & information submitted in
connection with this Tender and to seek clarifications from our bankers & Clients
regarding any financial, commercial & technical aspects. This letter of application
will also serve as authorization to any individual or representatives of any
institution referred to in the supporting information, to provide such information
deemed necessary and requested by yourself to verify statements and information
provided in this Tender, or with regard to the resources, experience, and
competence of the Tenderer.
Duly authorized to sign the Tender for and on behalf of: [insert complete name of
Tenderer]
Tenderers including each partner of Joint Venture, if any, shall provide the
following information to demonstrate that they meet the qualifying requirements for
short-listing. Each tenderer or partner of a Joint Venture must fill the information in
this format only. If required, the tenderer may use separate sheet to provide complete
information.
Annual Turnover of the Firm / Joint Venture for the last 3 years ending on
31.03.2024
2021-22
2022-23
2023-24
Audited Annual Reports / Profit and Loss Accounts or a turnover statement duly
certified by the Chartered Accountant for the preceding three years in this regard
shall be submitted by the tenderer along with the Techno-commercial offer. In
case of the last financial year, if the Annual Reports / Profit and Loss Accounts or
a turnover statement are not audited then the provisional certificate only for the
last financial year will be acceptable.
2. The particulars of the successfully completed similar works during last 7 years
ending last day of month previous to the one in which applications are invited:
Sr. Order Brief Description Contract Month & Year of the Name & Client’s
No. No. & of similar works Value works detailed satisfactory
date carried out addresses completion
Commenced Completed Telephone certificate
on on No. of
clients No. Dated
1 2 3 4 5 6 7 8 9
.
4. The litigation history in which the Tenderer is involved:
Duly authorized to sign the Tender for and on behalf of: [insert complete name of
Tenderer]
Duly authorized to sign the Tender for and on behalf of: [insert complete name of
Tenderer]
ANNEXURE-I
TENDER NO.: IMAR/DCO/D/2/2024
(BANK SEAL)
Note: Only basic format for PBG have been annexed to the tender document
ANNEXURE - II
Schedule of Quantities and Rates to the said Tender) * AND WHEREAS the
Contractors have/has deposited with the Board a sum of Rs.__________
(Rupees______ ______________________________________ ) only as security for
the due performance of this contract * AND WHEREAS Contractors
__________________________________________ (Here please mention the name of
Bank and Branch) VISHAKAPTNAM, has given Bank Guarantee for Rs. ____________
(Rupees _______________________________) only towards further security for the
due performance of this contract by the Contractors.
OR
OR
presence of _______________________ )
and _____________________________ )
two of the Directors of the said company. ) Director
TENDERER’S UNDERTAKING
4. Until and unless a formal Contract Agreement is prepared and executed, this
TENDER NO. IMAR/DCO/D/2/2024together with your written acceptance
thereof, shall constitute a binding contract between us and the Board. We
understand that the Board is not bound to accept the lowest of any tender that
Board may receive.
5. The undersigned confirm, after personal scrutiny, that the documents used in
compiling this tender are true copies of the documents.
Submission of fraudulent documents shall be treated as major violation of the
tender procedure and in such cases the port shall resort to forfeiture
of Security Deposit and / Bank Guarantee apart from black listing of the firm for
next three years.
6. The bidder undersigned confirms that they have not made any payment or
illegal gratification to any person / authority connected with the bid process so as
to influence the bid process and have not committed any offence under the PC
Act in connection with the bid. The bidder shall disclose any payments made or
9. I/ We have studied all the tender documents carefully and also surveyed the site.
We understand that except to the extent as expressly set forth in the Contract,
we will have no claim, right or title arising out of any documents or information
provided to us by the Owner or in respect of any matter arising out of it.
10. I/ We agree and undertake to abide by all the terms and conditions of the tender
documents.
-----------------------------
Dated : ____________ Name and Address
-----------------------------------
ANNEXURE - IV
TENDER NO. IMAR/DCO/D/2/2024
The Tenderer shall fill in the following information and submit copies of relevant
documents.
d) FAX Number(s)
e) E-mail Address(es)
f) Website Address(es)
c) Telephone Number(s)
d) FAX Number(s)
e) E-mail Address(es)
c) Telephone Number(s)
d) FAX Number(s)
e) E-mail Address(es)
Note (i) : In case of ‘Non-availability’ regarding the above, if any, reason(s) should be
clearly furnished along with supporting documents.
Duly authorized to sign the Tender for and on behalf of: [insert complete name of
Tenderer]
ANNEXURE -V
SCHEDULE – VIII
SCHEDULE OF DOCUMENT
We certify that all relevant documents for qualifying in the tender, have been duly
attested, notarized and are enclosed, secured and indexed properly.
TENDERER.S SIGNATURE
AUTHORISED SIGNATORY
Name.__________________
ANNEXURE -VI
SCHEDULE- IX
SCHEDULE OF DEVIATION
We hereby certify that there are no deviations / suggestion etc. in the bid
documents inserted by us. VISHAKAPTNAM Port AUTHORITY can reject the offer, if it
is found that there are counter conditions / suggestions / deviations from the tender
conditions prescribed in the bid document.
TENDERER.S SIGNATURE
AUTHORISED SIGNATORY
Name.__________________
ANNEXURE-VII
SECTION -III
SCHEDULE OF RATES
NB: THE PRICE BID SHALL BE FILLED ONLY IN EXEL FORMAT IN CPP
PORTAL http://eprocure.gov.in
ANNEXURE -VIII
Duly authorized to sign the Tender for and on behalf of: [insert complete name of
Tenderer]
ANNEXURE – IX
AND
Preamble:
(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 execution of a contract, demand, take a promise for or accept, for
him/herself or third person, any material or immaterial benefit which he/she is
not legally entitled to.
(b) The Principal will, during the pre-contract stage, treat all BIDDERs alike, and
will provide to all BIDDERs the same information and will not provide any
such information to any particular BIDDER which could afford an advantage
to that particular BIDDER in comparison to other BIDDERs.
(c) The Principal will exclude from the process all known prejudicial persons.
(2) If the Principal obtains information on the conduct of any of its employees which is
a criminal offence under relevant Anti-Corruption Laws of India, or if there be a
substantive suspicion in this regard, the Principal will inform its Vigilance Office
and in addition can initiate disciplinary actions. In such a case, while an
enquiry is being conducted by the Principal, the proceedings under the contract
would not be stalled.
a. The Bidder/Contractor will not, directly or through any other person or firm, offer,
promise or give to any of the Principal's employees involved in the execution of
the contract or to any third person any material or immaterial benefit, which
he/she is not legally entitled to, in order to obtain in exchange of advantage of
any kind, whatsoever during the execution of the contract.
c. The Bidder/Contractor will not commit any offence, under the Anticorruption Laws
of India ; further the Bidder/Contractor will not use improperly, for purposes of
competition, or personal gain, or pass on to others, any information or document
provided by the Principal, as part of the business relationship, regarding plans,
technical proposals and business details, including information contained or
transmitted electronically.
d. The Bidder will not collude with other parties interested in the contract to impair
the transparency, fairness and progress of the bidding process, bid evaluation,
contracting and implementation of the contract.
e. The Bidder /Contractor will, when presenting his bid, disclose any and all
payment she has made, is committed to or intends to make to agents, brokers
or any other intermediaries, in connection with the award of the contract.
f. The Bidder commits to refrain from giving any complaint directly or through any
other manner without supporting it with full and verifiable facts.
g. The Bidder shall not lend to or borrow any money from or enter into any
monetary dealings or transactions, directly or indirectly, with any employee of
the Principal.
(2) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences
outlined above or be an accessory to such offences.
2. The Bidder accepts and undertakes to respect and uphold, the principal's
Absolute right to resort to and impose such exclusion and further accepts
and undertakes, not to challenge or question such exclusion, on any
ground, including the lack of any hearing before the decision, to resort to
such exclusion is taken. This undertaking is given freely and after obtaining
independent legal advice.
3. If the Bidder / Contractor can prove that, he has restored / recouped the
Damage caused by him and has installed a suitable corruption prevention
system, the Principal may revoke the exclusion prematurely.
1. If the Principal has disqualified the Bidder, from the tender process prior to the
award, according to Section-3, the Principal is entitled to demand and recover
the damages or debar from future tenders.
3. The Bidder agrees and undertakes to pay the said amounts, without protest or
demur, subject only to condition that, if the Bidder / Contractor can prove and
establish that the termination of the contract, after the contract award has
CONTRACTOR DY. CONSERVATOR
77
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 part or violates its provisions.
2. The Monitor is not subject to instruction, by the representative of the parties and
performs his function neutrally and independently. He reports to the Chairperson
VPA.
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 valid interest, unrestricted and unconditional
access, to the 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
meeting, among the parties related to the project, provided such meeting cloud
have an impact, on the contractual relations between the Principal &
Contractor. The parties offered to the Monitor the option to participate in such
meeting.
6. The Monitor will submit a written report, to the Chairperson, VPA., 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.
This Pact begins when both parties have signed it. It expires 12months after
the last payment under the contract Agreement is made.
If any claim is made / lodged during this time, the same shall be binding and continue
be valid, despite the lapse of this Pact, as specified above, unless it is discharged
/determined Chairperson of the Principal.
The Pact duration in respect of unsuccessful Bidders shall expire after 3 months of
the award of the contract.
• 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 intensions.
------------------------------------- --------------------------------------
-------------------------------- -------------------------------
ANNEXURE-X
TENDER NO. IMAR/DCO/D/2/2024
INDEMNITY BOND
(Rs. 500/- stamp paper)
The contractor will indemnify, defend and hold harmless owner and VPA’s personnel,
their respective officers, employees, agents, sub-contractors, suppliers, affiliates and
other representatives from and against any and all claims, liability, action, demand,
judgment, loss, damage, costs and expenses (including legal fees) in respect of or
arising out of:
(i) all and any claims or other lawsuits or proceedings, that may arise on account of
breach of any of the labour and other related applicable law and/or that may
arise of breach of any covenants of the contract including those arising out of
any accident that may occur during or in relation to the services to be provided
by the contractor under the contract, as may be proceeded against VPA, for any
reason whatsoever and assume full responsibility for whatsoever including the
payment of indemnification, penalties, attorneys’ fees, legal cost and other
charges, if any;
(ii) damages and losses caused by its negligent or intentional act or omission or
any damages and losses caused by the negligent act of the Contractor’s Staff or
any third party or agency/master and crew engaged by the Contractor;
(iii) damages and losses resulting from the non-compliance with the
obligations established hereunder;
(iv) any environmental damages caused by it and/ or its representatives or
employees or employees of any third party or agency engaged by the
Contractor;
(v) failure on the part of the contractor and or non-compliance to perform any of its
obligations under the contract;
(a) any environmental damages cause by it and/or its representatives or employees
or employees of any third party or agency engaged by the contractor;
(b) the contractor will be liable for and will indemnify and hold VPA harmless from
and against any and all claims, liability, action, demand, judgment, loss, damage,
costs and expenses (including reasonable legal fees) brought by a third party,
including any of the contractor’s staff, for loss or damage to property or personal
injury or death caused by, resulting from, or incidental to the contractor’s
performance under the contract;
( c) in the event of hazardous materials being released or any noncompliance of Air
(Pollution & Control ) Act 1981 and Hazardous and other waste (Management &
Handling ) Rules 2016 thereto.(including but not limited to air, ground or water
contamination) as a result of the contractor’s actions, inactions, breach of default,
then, the contractor with forthwith at its own expense, take all such steps as may
be necessary to remove the hazardous materials and fully restore and reinstate
the contaminated area and items. This clause will survive the termination of
contract.
ANNEXURE-XI
To,
The Board of AUTHORITYEES OF PORT OF VISHAKAPTNAM
Dear Sir,
We confirm that we shall be bound by all and whatsoever our said signatory shall
commit.
We understand that the communication made with him by the Employer shall be
deemed to have been done with us in respect of this Tender.
[specimen signature]
Yours faithfully,
In the capacity of [insert legal capacity of person signing the Letter of Authority]
ANNEXURE – VIII
1. If the applicant is a joint venture of two members, the members shall submit a
memorandum of understanding entered between themselves for participating in
qualification along with the percentage shareholding, rates and responsibility of
each member of joint venture.
2. Financial Details (of each party in case of joint venture) in the format prescribed
along with the authority from the applicant/partner in the charge of joint venture
for the VPA to seek reference from the bidder's bankers shall be submitted.
3. The details of experience and past performance of the applicant (of each of the
party to a joint venture) on works of similar nature within the past 7 years
including the details of current order book position and other contract
commitments in the prescribed format.
4. The bidder shall submit the power of Attorney, in charge or authorizing signatory
of the application or one member of the joint venture as lead member in the
prescribed format.
5. The bidder shall designate one of the partner as partner in charge (lead member)
through whom any correspondence between the applicant and the VPA shall be
channeled.
6. Each form shall submit only one Bid in response to this qualification. Multiple
Bids through subsidiaries shall not be entertained.
7. Each firm can participate only in one joint venture. In case of firms name appears
in more than one joint venture, then both the bids may be rejected.
JOINT VENTURE
If the Company intends to enter into a Joint Venture for the project, please give
the following information, otherwise state “NOT Applicable” :
POWER OF ATTORNEY
Dated --------------
For -------------------------------------
(Name & designation of the member of joint venture)
POWER OF ATTORNEY
In the witness hereof we have signed this deed on this the ---------------- day of ------------
-
for and on behalf ------------------------------------------------------
for and on behalf ------------------------------------------------------
for and on behalf ------------------------------------------------------
for and on behalf ------------------------------------------------------
Supply of Work Boat including crew, fuel and supply of Mooring staff for period of five Years
TENDERER’S UNDERTAKING
7. I/ We further certify that in regard to matters relating to security and integrity of the
country, we have not been charge-sheeted by any agency of VISHAKAPTNAM Port
AUTHORITY or convicted by a Court of Law for any offence committed by us.
8. I/ We undertake that in case due to any change in facts or circumstances during the
bidding process, we are attracted by the provisions of disqualification in terms of the
guidelines referred to above, we will intimate the Licensor of the same immediately.
9. I/ We have studied all the tender documents carefully and also surveyed the site. We
understand that except to the extent as expressly set forth in the Contract, we will have
no claim, right or title arising out of any documents or information provided to us by the
Owner or in respect of any matter arising out of it.
10. I/ We agree and undertake to abide by all the terms and conditions of the tender
documents.
11. We, being the members of the joint venture, agree and undertake to be jointly and
severally liable for all the obligations of the Contractor under the Contract in
accordance with the Contract.