Sie sind auf Seite 1von 35

Telephone : 08382-234030

Fax : 08382-263580

Reply should be addressed to Naval Ship Repair Yard


The Admiral Superintendent Naval Base
{For Manager (Fabrication)} Karwar-581 308

NSRY/FAB/SUB/AW-18 05 Dec 18

M/s ____________________
________________________
________________________

REQUEST FOR PROPOSAL (RFP)


INDEX OF REQUEST FOR PROPOSAL
RFP FOR REPAIR/ RENEWAL CONTRACT FOR ABOVE WATER STEEL RENEWAL ONBOARD INS
SUBHADRA

INSTRUCTIONS TO BIDDERS FOR PROPOSAL (RFP) No: NSRY/FAB/SUB/AW-18 dated 05 Dec 18.
1. Online bids are invited on Single Stage Two Bid System for Repair/Renewal contract of Above Water Steel
Renewal Onboard INS Subhadra at Naval Ship Repair Yard, Karwar. Manual bids shall not be accepted.

2. Tender documents may be downloaded from CPPP site https://eprocure.gov.in/eprocure/app as per the schedule as
given in CRITICAL DATE SHEET as under.

CRITICAL DATE SHEET


Published Date 05 Dec 2018 (1730 Hrs)
Bid Document Download / Sale Start Date 05 Dec 2018 (1830 Hrs)
Clarification Start Date 05 Dec 2018 (1830 Hrs)
Clarification End Date 10 Dec 2018 (1430 Hrs)
Pre-bid meeting 10 Dec 2018 (1430 Hrs)
Bid Submission Start Date 05 Dec 2018 (1830 Hrs)
Bid Document Download / Sale End Date 19 Dec 2018 (1100 Hrs)
Bid Submission End Date 19 Dec 2018 (1500 Hrs)
Bid Opening Date 20 Dec 2018 (1530 Hrs)

3. Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app.

4. Tenderer/Contractor are advised to follow the instructions provided in the ‘Instructions to the Contractors/Tenderer for
the e-submission of the bids online through the Central Public Procurement Portal for e Procurement at
https://eprocure.gov.in/eprocure/app’.

5. Not more than one tender shall be submitted by one contactor or contractors having business relationship. Under no
circumstance will father and his son(s) or other close relations who have business relationship with one another (i.e when one or
more partner(s)/director(s) are common) be allowed to tender for the same contract as separate competitors. A breach of this
condition will render the tenders of both parities liable to rejection.

6. Tenderer who has downloaded the tender from the Central Public Procurement Portal (CPPP) website
https://eprocure.gov.in/eprocure/app, https://eprocure.gov.in/epublish/app shall not tamper/modify the tender form including
downloaded price bid template in any manner. In case if the same is found to be tempered/ modified in any manner, tender will
be completely rejected and EMD would be forfeited and tenderer is liable to be banned from doing business with NSRY (Kar).

7. Intending tenderers are advised to visit again CPPP website https://eprocure.gov.in/eprocure/app at least 3 days prior to
closing date of submission of tender for any corrigendum / addendum/ amendment.

8. Bids will be opened as per date/time as mentioned in the Tender Critical Date Sheet. After online opening of Technical-
Bid the results of their qualification as well Price-Bid opening will be intimated latter.

Page 1 of 35
Submission of Tender

9. The tender shall be submitted online in two part, viz., technical bid and price bid. All the pages of bid being
submitted must be signed and sequentially numbered by the bidder irrespective of nature of content of the documents before
uploading. The address and contact numbers for sending Bids or seeking clarifications regarding this RFP are given below:

(a) Bids/queries to be addressed to : The Admiral Superintendent


{for Manager (Fabrication)}
Naval Ship Repair Yard
P.O. Naval Base Karwar-581 308
(b) Postal address for sending the Bids : The Admiral Superintendent
{for Manager (Fabrication)}
Naval Ship Repair Yard
P.O. Naval Base Karwar-581 308
(c) Name/designation of the contact personnel : Cdr Saurabh Singh, Manager (Fabrication)

(d) Telephone numbers of the contact personnel : 08382-234030/ 07618728320

(e) E-mail ids of contact personnel :

(f) Fax number : 08382-263580

10. The offers submitted by Telegram/Fax/email shall not be considered. No correspondence will be entertained in this
matter.

11. This RFP is divided into Six Parts as follows:

(a) Part I - Contains General Information and Instructions for the Bidders about the RFP such as the time, place of
submission and opening of tenders, Validity period of tenders, etc.

(b) Part II - Contains essential details of the items/services required, such as the Schedule of Requirements (SOR),
Technical Specifications, Delivery Period, Mode of Delivery and Consignee details.

(c) Part III - Contains Standard Conditions of RFP, which will form part of the Contract with the successful Bidder.

(d) Part IV – Guidelines for Preparation of Technical Bid.

(e) Part V - Contains Guidelines for Preparation of Commercial Bid, Evaluation Criteria and Format for Price Bids.

(f) Part VI – Summery sheet for costing /Customer.

(g) Part VII - Technical Compliance Matrix of T-Bid.

12. This RFP is being issued with no financial commitment and the Buyer reserves the right to change or vary any part
thereof at any stage. Buyer also reserves the right to withdraw the RFP, should it become necessary at any stage.

13. You are requested to get registered on http://navy.govtprocurement.com for e-Procurement as in the near future the
procurement and related transactions will be done through internet.

(Saurabh Singh)
Commander
Manager (Fabrication)
for Admiral Superintendent

Page 2 of 35
RFP: NSRY/FAB/SUB/AW-18 dated 05Dec 18

PART- I

GENERAL INFORMATION & INSTRUCTION TO THE BIDDER

1. Last date and time for depositing the Bids: 1500 hrs on 19 Dec 2018. The sealed Bids (both technical
and Commercial, in case two bids are called for) should be deposited/reach by the due date and time. The
responsibility to ensure this lies with the Bidder.

2. Manner of depositing the Bids: The bid will be submitted in the following manner: -

(a) The scanned copy of following original documents shall be submitted online on website
http://navy.govtprocurement.com by 19 Dec 2018 by 1500hrs, prior to bid submission closing date.
(i) EMD, if applicable or proof of exemption.

(b) File-1 will contain the Technical Bids consisting of following documents (This will be submitted
ONLINE):

(i) Tender Conditions Acceptance Certificate. The bidder shall certify for acceptance of all the
tender conditions of the online RFP. The certificate duly signed shall be scanned and uploaded. In
case of any deviations, the bid shall be rejected. If the certificate is signed by legally authorized
signatory, a copy of the authorization letter be uploaded.

(ii) Compliance of specifications certificate along with special note if any mentioned in SOR of the
RFP.

(iii) Copy of EMD.

(c) File II Commercial Bid will be submitted as File II and will consist of following document which will
be submitted ONLINE.

(i) Commercial bid and the Price Bid (formats at Part VI).

3. Time and date for opening of Bids: 1530 hrs on 20 Dec 2018. If due to any exigency, the due date for
opening of the Bids is declared a closed holiday, the Bids will be opened on the next working day at the same time
or on any other day/time, as intimated by Buyer.

4. Opening and verification of Documents. The physical verification of the specified documents as asked
for in the RFP will be done at The Admiral Superintendent, {For Manager(Fabrication)}, Naval Ship Repair
Yard, P.O. Naval Base Karwar-581 308 on the day of on line opening of the bids. The bidder may depute their
representatives, duly authorized in writing, to attend the event on the due date.

5. Forwarding of Bid.

(a) The documents specified in Para 2(a) to be submitted Online as per instructions envisaged at Para
2 above. The online receipt of these documents is mandatory. The technical bids shall not be accepted if
these documents are not received prior to bid opening.

(b) The Technical and Commercial bid will be submitted ‘ONLINE ONLY’.

(c) The Technical Bid and the Commercial Bid should be submitted ON LINE by the bidders duly digitally
signed by the legal owner of the firm or the person authorized by him to do so.

6. Modification and Withdrawal of Bid.

(a) The Bidder may modify (resubmit) his bid Online after submission, as per the provisions available on the
portal. No bids shall be modified after deadline for submission of bids.

(b) If the bidder desires to withdraw before bid submission closing date time, he may do so ONLINE in the
portal. EMD (in case) submitted in physical form shall be returned offline. However, the cost of the tender
will not be refunded to the firm. Once the bid is withdrawn by any firm online, that firm will not be permitted
to participate again in this tender.
Page 3 of 35
(c) No bid may be withdrawn in the interval between the deadline for submission of bids and expiry of the
period of the specified bid validity. Withdrawal of a bid during this period will result in forfeiture of Bidder's
Bid security/EMD.

7. Place of opening of Commercial Bids: The Admiral Superintendent, {for Manager(Fabrication)}, Naval
Ship Repair Yard, P.O. Naval Base Karwar-581 308 The Bidders may depute their representatives, duly
authorized in writing, to attend the opening of Bids on the due date and time. Rates and important
commercial/technical clauses quoted by all Bidders will be read out in the presence of the representatives of all the
Bidders. This event will not be postponed due to non-presence of your representative.

8. Two-Bid System: In case of Two-Bid system, only the Technical Bid would be opened on the time and date
mentioned above. Date of opening of the Commercial Bid will be intimated after acceptance of the Technical Bids.
Commercial Bids of only those firms will be opened, whose Technical Bids are found compliant/suitable after
Technical evaluation is done by the Buyer.

9. Forwarding of Bids: Bids should be forwarded by Bidders under their original memo / letter pad inter alia
furnishing details like TIN number, GST Reg. number, Bank address with NEFT Account if applicable, etc and
complete postal & e-mail address of their office.

10. Clarification regarding contents of the RFP: A prospective bidder who requires clarification regarding the
contents of the bidding documents shall notify to the NSRY (Kar) in writing about the clarifications sought not later
than 05 (Five) days prior to the date of opening of the Bids. Copies of the query and clarification by the purchaser
will be sent to all prospective bidders who have received the bidding documents.

11. Clarification regarding contents of the Bids: During evaluation and comparison of bids, the Buyer may,
at its discretion, ask the bidder for clarification of his bid. The request for clarification will be given in writing and no
change in prices or substance of the bid will be sought, offered or permitted. No post-bid clarification on the initiative
of the bidder will be entertained.

12. Rejection of Bids: Canvassing by the Bidder in any form, unsolicited letter and post-tender correction may
invoke summary rejection with forfeiture of EMD. Conditional tenders will be rejected.

13. Unwillingness to quote: Bidders unwilling to quote should ensure that intimation to this effect reaches
before the due date and time of opening of the Bid, failing which the defaulting Bidder may be de-listed for the given
range of items as mentioned in this RFP.

14. Validity of Bids: The Bids should remain valid for a period of 120 days from the last date of submission
of the Bids.

15. Earnest Money Deposit: Bidders are required to submit Earnest Money Deposit (EMD) for amount of
Rs. 7,46,830.00 (Rupees Seven lakh fourty six thousand eight hundred and thirty only) along with their bids.
The EMD may be submitted in the form of an Account Payee Demand Draft, Fixed Deposit Receipt, Banker's
Cheque or Bank Guarantee from any of the public sector banks or a private sector bank authorized to conduct
government business as per Form DPM-13 (Available in MoD website and can be provided on request). EMD is to
remain valid for a period of forty-five days beyond the final bid validity period. EMD of the unsuccessful bidders will
be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the
award of the contract. The Bid Security of the successful bidder would be returned, without any interest whatsoever,
after the receipt of Performance Security from them as called for in the contract. EMD is not required to be
submitted by those Bidders who are registered for the same item/range of products/goods or services with the
Central Purchase Organization (e.g. DGS&D), National Small Scale Industries Corporation (NSIC) or any
Department of MoD or MoD itself. The EMD will be forfeited if the bidder withdraws or amends impairs or derogates
from the tender in any respect within the validity period of their tender.

16. Payment Terms. It will be mandatory for the Bidders to indicate their bank account numbers and other
relevant e-payment details so that payments could be made through ECS/EFT mechanism instead of payment
through cheques, wherever feasible. A copy of the model mandate form prescribed by RBI to be submitted by
Bidders for receiving payments through ECS is available in MoD website and can be given on request. The
payment will be made as per the following terms, on production of the requisite documents. The Payment Terms for
the Contract Price shall be as follows.

Page 4 of 35
Stage
Activity Definition Stage Payment
No
On Work Completion of Completion of full scope of
Stage I
individual work order. work as per work order

Payments are made by AO (Navy) Karwar under PCDA (Navy) and will be made against submission of the
following documents:-

(a) Work Completion Certificate (b) Pre receipt Bill in duplicate


(c) Guarantee Certificate/ Bank Guarantee (d) Duly filled ECS form

Standard Conditions of Contract (SCOC)

17. Firm shall be required to accept the SCOC. Additionally standard clauses regarding agents / agency
commission, penalty for use of undue influence, access to books of accounts, arbitration and laws would be
incorporated in the contract. A Contract will be signed between NSRY (Kar) and the firm incorporating the SCOC at
PART-III of this RFP, which will form an integral part of the Contract.

18. The firms are requested to indicate acceptance of above in T-bid. If the same is not indicated the bid will be
disqualified.

Pre-Bid Conference

19. The SOR (Part- II) should be carefully considered while preparing the bids. All clarifications are to be
resolved in the Pre-Bid Conference to be held on 10 Dec 2018, 1430 hrs at, NSRY (Karwar),
Tel No.08382234030, prior submission of bids. If any Contractor interested to understand the exact scope of work
may attend the Pre-Bid Conference and assessment of the site of work. No revision of Commercial Bid would be
permitted after opening of the Technical Bid.

20. General Terms - The validity of contract would be One year, subject to satisfactory performance by
the vendor. The Yard reserves the right to execute parallel contract with additional firms for flexibility through a wider
vendor base/ bridge capacity constraints of the L1 firm in meeting peak requirements.

21. Special conditions of RFP - The bidder is required to give confirmation of their acceptance of special
conditions of RFP mentioned below which will automatically be considered as part of the contract concluded with
the successful bidder (i.e. seller in the contract) as selected by the buyer. Failure to do so may result in rejection of
bid submitted by the bidder-

(a) In the schedule of requirement only the anticipated drawl is mentioned without any commitment.

(b) The purchaser reserves the right to conclude more than one contract for the same item.

(c) The purchaser as well as the supplier may withdraw the contract by serving suitable notice to each
other. The prescribed notice period is generally 30 Days.

(d) The purchaser has the option to renegotiate the price with the contract holders.

(e) In case of emergency, the purchaser may purchase the same item through ad hoc contract with a
new supplier.

(f) Supply order, incorporating definite quantity of goods to be supplied along with all other required
conditions following the contract terms, will be issued for obtaining service through the contract.

(g) The contract will be guided by ‘Fall Clause’ (Para 8.7.2 of DPM-09 refers)

(Saurabh Singh)
Commander
Manager (Fabrication)
for Admiral Superintendent

Page 5 of 35
RFP: NSRY/FAB/SUB/AW-18 dated 05 Dec 18

PART II

ESSENTIAL DETAILS OF ITEMS/SERVICES REQUIRED

SCHEDULE OF REQUIREMENTS (SOR)

1. Schedule of Requirements – List of items / services required is as follows:

ABOVE WATER STEEL RENEWAL ONBOARD INS SUBHADRA AT NAVAL SHIP REPAIR YARD, KARWAR

Sl Quantit Unit Amount


Description of work Deno
No y Rate
NON-FERROUS MATERIAL
Renewal of Aluminum deck, bulkhead and ship side plating and Per kg
01 300
associated structure 3.5mm-6mm thickness.
02 Welding of bonding straps (Aluminium) Per Nos 200
Brazing of joints
03 (a) Brazing of joints-Pipes of diameter 10mm-40mm Per Sq inch 400
(b) Brazing of joints-Pipes of diameter 40mm-100mm Per Sq inch 200
Manufacture of Aluminum boxes as per details provided by the
departments
(a) Manufacturing of aluminum boxes as per detail provided by Per Nos
08
04 the department (3-5mm thickness) upto 20” x 12 “ x 6”
(b) Manufacturing of aluminum boxes as per detail provided by Per Nos
the department (3-5mm thickness) upto 20”x12 “x 6” upto 48”x 06
30”x20”)
Renewal of Chequred plate (with welded/ bolted, countersunk Per Kg
05 screwing and lifting arrangement) in engine room and machinery 3000
compartment. Material - Aluminum
06 Repair of Al Gangway/ Accommodation ladder Per Kg 600
FERROUS MATERIAL
Steel Renewal
Renewal of Structural plates ( with Stiffeners) of Deck and
bulkheads and ship side and thickness as specified below:
Material: DMR 249A/D 40S/MS/B Quality steel.
Standard : NES 155 ,NES 706
07 Material Supplied by NSRY
(a) 6mm to 8mm thickness Per Kg 89000
(b) 8mm to 12mm thickness Per Kg 10000
(c) 12mm to 20mm thickness Per Kg 2000
(d) 20mm thickness and above Per Kg 40000
Major and minor foundations fabrication & fitment.
08 Manufacturing and fitment of foundations including cropping, Per Kg 2000
repair, welding and alignment. Standard : NES 155 ,NES 706
Manhole covers and Associated fittings
09 (a) Replace fasteners with Tapping.(one sets contains one stud
(SS) one nut (SS) and washers (thickness of washer 2-3mm) Per Set 400
Removal and renewal of zinc anodes (Renewal of anodes
includes removal and cleaning of old anodes area).
10 (a) upto 6 Kg Per Nos 25
(b) above 6 kg upto 12 kg Per Nos 20
(c) above 12 kg Per Nos 20
11 Renewal of Studs/ Nut and washer up to size 5/88” or M16
(a) MS Stud/Nut Per Nos 120
(a) SS Stud/Nut Per Nos 60
(c) MS nut with washer Per Nos 120
Page 6 of 35
(d) SS nut with washer Per Nos 60
12 Renewal of Scupper along with associated rubber lips. Per Nos 80
13 Carry out DPT Per Mtr 3000
Renewal of Chequerred plate ( with welded/ bolted, countersunk 6000
14 screwing and lifting arrangement) in engine room and machinery Per Kg
compartment. Material - MS
Renewal of Deck flange
(a) MS Per Nos 200
15
(b) GI Per Nos 150
(c) SS Per Nos 40
Erection of metal or bamboo staging/ scaffolding in way of steel
16 renewal work
(a) Metal Staging/ Scaffolding Cu meter 5000
Renewal of Awning stanchion Deck eye.
17
(a) MS Per Nos 300
Renewal of Stanchion shoes
18
(a) MS Per Nos 300
Renewal of Stanctions pipe along with brackets, hook end plate
19 excluding deck eye and shoe.
(a) MS Per Nos 300
Renewal of structural pillar pipe/ system ( deck drain pipes, fresh
water, sea water lines etc) all material supplied by contractor,
pipes to be pre tested to maximum 10Kg/cm²
(a) Dia 25mm or less
(i) Material- MS (IS2026) Per Mtr 300
(ii) Material –SS(SS 316/SS304) Per Mtr 200
(iii) Material –Cu Nickel (CN 102/CN107) Per Mtr 400
(b) Dia 25mm to 50mm
(i) Material- MS (IS2026) Per Mtr 250
20 (ii) Material –SS(SS 316/SS304) Per Mtr 200
(iii) Material –Cu Nickel (CN 102/CN107) Per Mtr 400
(c) Dia 50mm to 75mm
(i) Material- MS (IS2026) Per Mtr 400
(ii) Material –SS(SS 316/SS304) Per Mtr 200
(iii) Material –Cu Nickel (CN 102/CN107) Per Mtr 300
(d) Dia 75mm to 100mm
(i) Material- MS (IS2026) Per Mtr 400
(ii) Material –SS(SS 316/SS304) Per Mtr 200
(iii) Material –Cu Nickel (CN 102/CN107) Per Mtr 300
Anchor cable locker: - Removal of perforated grating/plates and
21 refit after chipping. Includes drilling/tapping and supply of Sq Mtr 650
hardware.
Opening and boxing up of hard or soft patches for
shipping/unshipping of machinery or equipment.
22
(a) Hard patches Per Sqm 15
(b) soft patches Per Sqm 15
Renewal of following deck fittings:
(a) Mushroom heads (including wire mesh for intake) Per Nos 36
(b) Goose neck Per Nos 10
(c) Fairleads Per Nos 10
23 (d) Bollards Per Nos 15
(e) Jack staff Per Nos 02
(f) deck cleats Per Nos 40
(g) Hawser reels Per Nos 06
(h) Fueling roller (along with rubber cladding) Per Nos 10
24 Fabrication and fitment of protective covers for motors, electrical
panels, switchboards ,heat exchangers and other equipments,
Per Nos
renewal of RU lockers, DC lockers, Racks, as per following
sizes(LxWxH) upto 3mm. Material – GI (Material by contractor)
(a) 1mtr x 1mtr x1mtr Per Nos 06
(b) 1mtr x 2mtr x 1mtr Per Nos 06

Page 7 of 35
(c) 1mtr x 2mtr x 2mtr Per Nos 18
(d) 2mtr x 2mtr x 2mtr Per Nos 22
Renewal of Rubber beading/wiper of bridge window, windows of
SMBs, scuttles etc.(Inclusive of material)
(a) WT Door: 38mm x 14mm Per Mtr 800
25
(b) WT Hatches:50mm x 10mm Per Mtr 480
(c) Rubber sheets: dia- upto 5mm Per Mtr 40
(d) Cool and Cold Room Per Mtr 120
26 Renewal of spurn water beading/coaming. RMT 480

Note: - “All material and services are to be supplied by the contractor unless specifically mentioned in the
SOW”. Only steel plates, Aluminum plates and stiffeners will be provided by yard. Staging/trestles as required for
renewal of scuppers, scuppers lips, pits/pin holes build up, sea chest grids and anodes are accounted for in their
respective rates. No separate staging price will be admitted in case of these renewals. Guidelines indicated at
Annexure 3 to Part II will form integral part of the above SOW.

2. Minimum Qualification Requirement (MQR). Following is the minimum qualification requirement of the
firms bidding for the contract:-
(a) The Contractor should have minimum past experience with respect of renewal of atleast 25 ton
steel (inclusive of 50% DMR249A), cumulative for the last 03 financial years. In order to corroborate this,
WCCs and respective work orders are to be attached with T- bid. WCCs of last 03 financial years (issued
from 01 Apr 16 to 31 Mar 18) only would be valid along with respective work orders. WCC would be treated
as invalid without respective WO issued and vice versa. Quantity of steel renewal shall be considered only
from WCC. If the quantity of steel renewal is not indicated in WCC then the WCC and the respective WO
would not be admissible. Summary of Work orders and WCC is to be prepared by the contractor on his
firms letter heads as per the format attached with the SOW. The summary thus prepared is to be attached
by the firm with the T-bids along with the WCCs and work orders. All these documents are to be uploaded
on E-Portal.

(b) The Contractor should have minimum 08 welders qualified for DMR-249 A steel and marine grade
Al alloy as per ASME section-IX and issue by competent authority e.g. IRS, LRS, DNV, ABS, IBR for
adequate number welders. Supporting Welder Qualification Certificate to be uploaded on E-Portal. The
welders are to be qualified for 1G, 2G, 3G, 4G and 6G. The summary of the welder qualification certificate
is to be prepared by the contractor on his firm’s letter head as per the format attached in the SOW
(Annexure 2 to Encl – II to RFP). The summary thus prepared is to be attached with the T-bid along with the
welder qualification certificate. Original copies of Welder qualification certificates are further to be produced
to the yard at TEC stage for verification. Submission of original copies of 08 welder qualification certificate
(which uploaded on E-Portal) is mandatory. Firm are to submit the original copies of welder qualification
certificate (uploaded on E-Portal) within 48 hours of T-Bid opening date.

(c) In order to undertake the subject job the contractor should have good experience on erection of
staging and rigging up of scaffolding as per IS 4014 part I and IV. The contractor should have good quality
staging/ scaffolding materials and qualified riggers. More over relevant work orders the SOW to establish
the experience credential of the Contractor are to be enclosed with the T-Bid.

(d) Average annual financial turnover during the last three years, ending 31 Mar of the previous
financial year, should be at least Rs 1,00,00,000/- (Rupees One Crore) (per financial year). Details showing
annual turnover separately for last three years as per the format enclosed in the SOW (Annexure 2 to Encl
– II to RFP) is to be attached with T-bid on contractor’s letter head. ‘’ Audited balance sheet and IT returns
for the last three years (as on 31 Mar 16, 31 Mar 17, 31 Mar 18) of the firm is to be attached with the T-bid
in support.

(e) A list of machineries and equipments held in the workshop is also to be attached with the T-Bid with
total number of employees mentioned on it. The firms are to physically handover the copies of all
documents uploaded on E-Portal to the Fabrication Department within 48 hours of opening of T-Bid.

(f) Firm are to confirm the below mentioned during Pre-Bid meeting and ensure compliance during the
period of contract.
(i) Contractor should be able to provide minimum 12 teams, per day, with adequate number of
supervisors as per Factories Act 1948. Each team comprising of One Gas Cutter, Two Plate Fitters,
Two Arc Welders. Further, the firm should be able to deploy teams 24X7 round the clock as and
when intimated by Fabrication department. The firm should be capable to further increase the
number of teams as and when directed by Fabrication department

Page 8 of 35
(ii) A liaison team comprising of at least one person to be available in NSRY daily for
monitoring, reporting progress and co- ordination with Fabrication Department.

(iii) Weekly monitoring of work progress is to be done by the contractor in co-ordination with the
Fabrication Department. Also, augmentation of man powers/ machines is to be undertaken as
considered and advised by Fabrication Department.

(iv) The Contractor should be able to mobilize resources to ensure work progress (through
rotation of manpower/shifts) round the clock as and when required.

Note.
1. The Contractors are to take utmost interest in preparation and scrutiny of the T- Bid as per the
requirement indicated Xerox quality of documents attached with the T-Bid should be good. The matter
should be comfortably legible. Irrelevant (deviating from the subject Job) documents are NOT to be
attached with T-Bid. All supporting documents are to be uploaded on CPP Portal.

2. Fake documents attached with T-Bid, if any, would entail appropriate action against the contractor in
addition to disqualifying the Contractor for the subject job.

3. Attending of Pre bid meeting is not mandatory. However, firms are required to make all out efforts to
attend Pre-Bid meeting for understanding Scope of Work.

(Saurabh Singh)
Commander
Manager (Fabrication)
for Admiral Superintendent

Page 9 of 35
Annexure-1 to Part-II RFP: NSRY/FAB/SUB/AW-18 dated 05 Dec18

Note -

1. All materials and services are to be supplied by the contractor unless specifically mentioned in the SOW. Only steel
plates, Aluminum plates and stiffeners will be provided by the yard. Staging/ trestles as required for renewal of scuppers,
scupper lips and anodes are to be accounted for in their respective rates. No separate staging price will be admitted in case of
these renewals.

2. All applicable taxes and requirement of duty exemption certificate are to be clearly mentioned in T-bid. All prices are to
be indicated in both words and figures.

3. Quotation to be submitted in firms letter head clearly indicating TIN/ CST/GST Nos.

4. Breaking of deck underlay in way of executing SOW will be contractor liability.

5. If job commenced in one financial year extends in the next financial year or/ and to next financial year, financial year
wise tonnage worked is to be shown by the contractor along with adequate supporting document indicating breakage of
quantities worked across the financial year. In T-Bid Instance has been shown at column (e) in the format below.

SL Work order Work order WCC no Financial year wise tonnage worked as per WCC Firm assessment
NO no and date awarding and date whether the
agency documents attached
is as per RFP or not.
(a) (b) (c) (d) (e) (f)
1 01 Apr 15 to 31 Mar 16 - _______ ton
01 Apr 16 to 31 Mar 17 - _______ ton
01 Apr 17 to 31 Mar 18 - _______ ton
01 Apr 15 to 31 Mar 16 - _______ ton
2 01 Apr 16 to 31 Mar 17 - _______ ton
01 Apr 17 to 31 Mar 18 - _______ ton
3 01 Apr 15 to 31 Mar 16 - _______ ton
01 Apr 16 to 31 Mar 17 - _______ ton
01 Apr 17 to 31 Mar 18 - _______ ton

(Saurabh Singh)
Commander
Manager (Fabrication)
for Admiral Superintendent

Annexure-2 to Part-II RFP: NSRY/FAB/SUB/AW-18 dated 05 Dec 18

Page 10 of 35
SPECIAL CONDITIONS RELATED TO SOW.

Material as Yard scope of supply -

1. All plates, stiffeners or material for manufacture of stiffeners (in case of non availability of stiffeners), lagging
and paneling material, would be provided by the Yard.

2. Renewal would be as per details prepared by yard through in-house sources/ survey team. The areas
would be indicated/ marked.

3. Electricity, crane and compressed air will be provided by this yard.

Material as firm’s scope of supply and other responsibility of the firm-

1. Welding machines, all DPT related items, studs for MWMB lagging, welding/ gas cutting accessories, oxy-
acetylene gas in cylinders, fasteners, welding electrodes and miscellaneous material will be under the firm’s scope
of supply and responsibility.

2. All welding should be as per NES 706.

3. DPT to be undertaken on certain specific areas would be indicated by this Yard.

4. The scrap generated during the process is required to be kept at the designated places by firm on daily
basis.

5. The firm is to offer stage inspections to in-house QC of FAB/ or QA/QC Department of NSRY (Kar) for
respective work during progress of the work. QAP is to be submitted to M (FAB) for respective work within 3 to 4
days of clearance by Yard.

6. The removal and refitment of all kinds of machinery / equipments, switch-boards / control panels, electronic &
communication equipments, light fittings, piping, trunking, valves, electrical cables, junction boxes, lagging, paneling,
obstructions, protrusions, foundations, etc. coming in way of defect rectification will be undertaken by the firm. All
regutting of MWMB lagging is to be undertaken by the firm by spot welding of studs.

7. The firm is to manufacture and weld back all brackets, studs and clamps which were cut along with the
plating. The firm is to possess capability for spot welding of studs required for replacement of lagging/ MFMB.

8. Firm to ensure safe hot work practices. All cylinders being used should possess flash back arrestors.
Welding cables should be of good quality Aluminum / copper joints in cable should be properly insulated. Also,
proper procedure for earthing of welding machines is to be ensured. No naked cable should be used by the firm.
Firm will be liable to a fine of 2% of contract value for every violation of safety norms associated with work
and/ or for littering/ non-clearance of debris of any sought.

9. All material proposed to be used during the work will be shown in unpacked state to the Fab Department.
The Scope of material supply of the firm and specification is as follows:-

SL Material Specification
01 Fasteners Stainless steel
02 Sealant for cable glands Silicon sealant and araldite (epoxy resin +hardener)
03 Rubber sheet NCD 1423 & 5904
04 Rubber coaming NCD 5904 issued 2,
05 Sealant for port hole Industrial grade
06 Welding consumable NCD 1501

10. All applicable taxes and requirement of duty exemption certificate are to be clearly mentioned in T-Bid. All
prices are to be indicated in both words and figures.

11. Staging is to be undertaken in accordance with IS 4014 part I & II (code of practice for steel tubular
scaffolding).

General points:-

Page 11 of 35
(a) The firm must ensure all safety norms as per Dockyard safety Policy are adhered during work. The
firm must provide adequate and suitable protective gears to all its personnel. The firm should intimate the
personnel working in the vicinity of the location before commencing the job and ensure due care to avoid
any hindrance or safety hazards to any dockyard/ship personnel.

(b) The firm must undertake regular maintenance and upkeep of its equipments to ensure safety in
their operation. All motors to be provided with covers, all electrical wirings must be periodically inspected for
proper insulation. The firm is liable to be barred from continuation of work if found not adhering to the safety
norms.

(c) The firm must ensure no environmental pollution is caused due to its practices.

(d) Qualified supervisor should always be present at the site to closely monitor the work.

(e) Security passes for the workers should be available within 7 days after receipt of work order. And
entry of workers inside dockyard is firm’s responsibility.

(f) The firm should be able to position the infrastructure and manpower so to commence the work
within 24 hrs on written/ telephonic information from Manager (Fabrication), NSRY (Kar).

(Saurabh Singh)
Commander
Manager (Fabrication)
for Admiral Superintendent

Annexure-3 to Part-II RFP: NSRY/FAB/SUB/AW-18 dated 05Dec 18

Page 12 of 35
QAP FOR ABOVE WATER STEEL RENEWAL ONBOARD INS SUBHADRA AT NAVAL SHIP REPAIR YARD, KARWAR.

SL NO ACTIVITY DESCRIPTION REFERENCE INSPECTION Remarks


DOCUMENTS P R W H
1 Survey and marking of deep pitted/ ------------ 1 --- --- ---
dent areas
2 Prior commencement of cutting, tack
weld temporary supports to members Standard ship repairing 2 --- 3 3
which have lower scantling to the practices as per NES
nearest rigid structure (to prevent 155 or Approved
from self deforming) while cutting and equivalent standards.
fairing. The temporary supports will
remain welded till secondary
structures are properly tacked to new
plates.
03 Cropping of plate as per SL.No. 2 2 --- --- ---

04 The contractor must possess 2 1 3 3


following prior undertaking welding Standard ship repairing
(a) valid welder certificates, certified practices as per NES
by classification society preferably 155 or Approved
IRS/ABS/DNV equivalent standards.
(b) Proper welding equipments
(c) Baking with hand/automatic pan
(d)Correct consumables.(electrodes)
and process prescribed for that
specific jobs.
05 Weld edge preparation/fairing and 2 1 3 3
grinding to be undertaken prior Standard ship repairing
fitment. frames and longitudinal are to practices as per NES
be assessed and then 155 or Approved
renewed/repaired where ever equivalent standards.
possible as part of plate renewal.
Template or mould be prepared(for
covered surface) to manufacture new
plates & sections for renewal. It may
be metal strip or soft wood.
06 Note 1
To check the fairing and position of secondary structures: Use a batten (metallic or wood)
straight for flat and flexible for curve surface respectively of compatible length to ensure correct
fairing of old/renewed members ( such as bulkheads, parallel to the seam line, whilst touching
the renewed area. This will indicate the error of misalignment. The contractor has to undertake
fairing prior to offering QC (FAB) for inspection

Note 2
For curved section with very minimum radii it is mandatory the template / mould to be taken
prior to being so that stress will not be induced while fitting the same.

07 New plate to be prepared according Abrasive blasting as 2 --- 3 3


to the template or mould. Ensure per NES 755
plate and sections are defect free
with SA-2.5 blasted and primed.
08 Pate fit- up inspection : 2 --- 3 3 Check mis-match,
Tack welding of longitudinal, fence, Standard ship repairing root gap, weld
stiffeners etc. round the plate. Plates practices as per NES edge, chamfering
are supported around the periphery 155 or Approved for different thick
with moon plate/ string and runners to equivalent standards. etc are as per weld
be prevent deformation due to full joint standard.
welding.
09 The tacked plate is now welded with As per standard 2 --- -- ---
stiffeners from the inner side strictly structural welding
sequence (Seam & Butt) first to be practice NES 706 or
stiffeners and then plate joints. ICAS rules.
10 Back gouging and grinding: As per standard 2 -- 3 3 DPT to be
Arc air gouging followed by grinding structural welding undertaken by level
to be undertaken from outside the practice NES 706 or 2 qualified persons.
weld. DP test to be carried out in the ICAS rules.
presence of QC (FAB) to rectify the
defects.
11 Post DP, area to be thoroughly ASME sec V, VIII or 2 --- 3 3
Page 13 of 35
cleaned prior start to next activity. approved equivalent
standards.
12 (a) Full weld from outer side with Tolerance as per 2 -- 3 3
breasted supports in place. NES 147
(b) Rectify deformation beyond
tolerance.
13 Remove moon plates, keys etc and 2 --- --- ---
grind the area. Prepare the weld bead
or reinforcement suitable for DPT
test. Post visual inspection per heat
weld to relieve stress concentration.
Rectify the defect observed.
14 DP test to be carried out post full ASME sec V,VIII or 3 --- 3 3
welding. Examine for defect free approved equivalent
weld. standards.
15 Identify the location where X-Rays to 3 -- 2 --
be undertaken (Approx.10% of weld
length( Seam + Butt) for under water
and 5% For above water),UT will be
substitute where Radiography not
possible( especially fillet weld)
16 Interpretations of Radiography film for ASME sec IX, or 3 -- -- 3
defect free weld. approved equivalent
standards.
17 Pressure test of tank is compulsory 2 -- 3 3
post renewal.
Host test on shell plate be carried out
if insisted by QC.
18 Preservation (in &b out) by means of 2 -- 3 3
priming and painting after above all
test are cleared.

Legend: (A) “P” – Perform, “R” – Review, “W” – Witness, “H” – Hold
(B) 1 – Contractor, 2 – QC team of Fabrication Dept., 3 – Fabrication Department, NSRY (Kar)

Note:-

1. If the firm is liable to supply plates/section than the material should conform to relevant IS or equivalent standards. The
material to be tested from Govt. accredited lab only. The plate /section should process identification numbers, CV
numbers, hard stamped etc, as per NES 791.
2. Arc air gouging to be undertaken beyond 6mm plate. Less than 6mm only grinding is possible.
3. Welding equipment must consist of rectifier and not transformer for smooth welding.
4. Above QA do not include degutting & regutting of compartments.
5. All contractors of the yard will follow this QA plan for steel (Plate renewal) before they commence operation.

(Saurabh Singh)
Commander
Manager (Fabrication)
for Admiral Superintendent

Page 14 of 35
Annexure-4 to Part–II to RFP: NSRY/FAB/SUB/AW-18 dated 05 Dec 18

SAFETY REGULATIONS - NSRY (KARWAR)


General

1. The Contractor will be under an obligation to take safety measures in relation to the type of services or work undertaken
and must conduct himself, manage his work force and carry out his operation in such a way as to comply at all times with
obligations and duties under the appropriate health and safety legislations, Yard safety orders and all enactments made under
authority of that legislation and all other enactments in force from time to time relating to health and safety matters.. The
contractors will also adhere to the following:

Specific Safety Requirements

2. The Contractor must ensure compliance with safety regulations commensurate with the nature and extent of the
services or work.

2.1 Clearance Prior Commencement of Work. Written permission of the Ship’s Officer of the Day is to be taken on
standard format prior work e.g. Hot Work clearance with confirmation on presence of fire sentry (prior commencement of hot
work), Gas Free certification prior entry to confined spaces, negative radar transmission prior working on masts etc.
Communication sets must be sought from ship staff on temporary loan to avoid mistakes arising from inadequate/improper
communication between ship’s crew and supervisor of contractor.

2.2 Protective Equipment. Wearing of PPE such as safety helmets, safety shoes, hand-gloves, safety goggles/glasses,
lifelines while working at heights, life-jackets etc by all personnel working in the premises is compulsory and is to be strictly
ensured, the responsibility resting with the contractor on whom the order has been placed. The Contractor must provide at his
own expense all protective clothing, safety equipment and first aid boxes/stretchers required by his personnel to comply with the
safety and health regulations and ensure that they are being used.

2.3 Electrical Equipment. Contractor is to ensure that all portable electrical equipment are with sound earthing with
proper plugs for connection. No temporary connections are to be used.

2.4 Gas Cutting Equipment. Gas cutting equipment must have hoses without cuts and defects, flash-back arrestors (both
at cylinder and torch end). Cylinders being used should have been tested as per the relevant periodicity requirement of relevant
specifications.

2.5 Staging. Staging erected for the purpose of undertaking work must be sound providing safe and barricaded work
platform to ensure safety of personnel.

2.6 Housekeeping. Before starting, during working and on completion of work the area of work and its
surroundings are to be periodically cleared by the contractor of all inflammable material, residue of work etc to ensure safe and
clean working environment at all times.

2.7 Qualification of Personnel. The personnel employed must be qualified medically fit and in sound condition for the work
they are being employed and are to work under the supervision of qualified personnel.

2.8 Lifting Appliances. The lifting slings or lifting equipment used must be duly tested and certified for the load
being lifted.

Observations of the Yard

3. The Contractor must cooperate fully with the yard and comply with any directions from the yard management or any
regulatory authority, should any of them consider there to be a safety hazard and request the Contractor therefore to alter his
mode of operation

Compensation

4. The Contractor shall be liable to compensate for the damages of his personnel/ machinery and to the man, material and
machinery of the yard, due to any unsafe acts or condition created by him or his employees or by machinery's used therein while
executing of contract or otherwise.

Reporting of Accident

5. The Contractor must report immediately to the contracting authority of the yard all incidents, accidents, injuries or near
misses arising from performance of the services or work, giving full details of the relevant incidents together with such other
information that the yard many require. The yard shall have the right to carry out investigations of such incidents and the
Contractor shall render such assistance to the yard management required in such investigations.

Page 15 of 35
RFP: NSRY/FAB/SUB/AW-18 dated 05Dec18

PART III
STANDARD CONDITIONS OF CONTRACT

TABLE OF CONTENTS

ARTICLE NO. DESCRIPTION

ARTICLE 1 - DEFINITION AND ABBREVIATION


ARTICLE 2 - EFFECTIVE DATE AND OPERATION OF CONTRACT
ARTICLE 3 - SCOPE OF CONTRACT
ARTICLE 4 - CONTRACT PRICE AND TERMS OF PAYMENT
ARTICLE 5 - TAXES AND DUTIES
ARTICLE 6 - ADVANCE BANK GUARANTEE
ARTICLE 7 - PERFORMANCE BOND
ARTICLE 8 - DURATION AND DELIVERY
ARTICLE 9 - LIQUIDATED DAMAGES
ARTICLE 10 - RISK AND EXPENSE CLAUSE
ARTICLE 11 - QUALITY AND INSPECTION
ARTICLE 12 - WARRANTY & WARRANTY BOND
ARTICLE 13 - GENERAL TERMS AND CONDITIONS
ARTICLE 14 - INDEMNITY & INSURANCE
ARTICLE 15 - SECURITY
ARTICLE 16 - FORCE MAJEURE
ARTICLE 17 - TERMINATION OF CONTRACT
ARTICLE 18 - LAW
ARTICLE 19 - ARBITRATION
ARTICLE 20 - PENALTY FOR USE OF UNDUE INFLUENCE
ARTICLE 21 - AGENTS/AGENCY COMMISSION
ARTICAL 22 - ACCESS TO BOOKS OF ACCOUNT
ARTICLE 23 - NON DISCLOSURE OF CONTRACT DOCUMENTS
ARTICLE 24 - NOTICES
ARTICLE 25 - AMENDMENTS
ARTICAL 26 - FREE SERVICES BY NAVY
ARTICLE 27 - NOTICES & COMMUNICATIONS
ARTICLE 28 - INTERPRETATION
ARTICLE 29 - SIGNATURE AND WITNESSING BY PARTIES

ANNEX No. - DESCRIPTION

ANNEX 1 - FORMAT OF CERTIFICATE OF ACCEPTANCE


ANNEX 2 - FORMAT OF PROMULGATING CHANGE IN SCOPE OF WORK
ANNEX 3 - FORMAT OF CERTIFICATE OF COMPLETION OF DEFECT

Contract No. - NSRY/FAB/SUB/AW-18

Date: - ________________

Page 16 of 35
PREAMBLE

THIS Contract is made and entered into at Naval Ship Repair Yard, Karwar, on this ______ day of the Month ------- in the year
Two thousand and Eighteen,

BETWEEN

The President of India represented by ADMIRAL SUPERINTENDENT, NAVAL SHIP REPAIR YARD, KARWAR(hereinafter
referred to as the CUSTOMER), which terms, unless excluded by the context, shall be deemed to include his successor or
successors and permitted assignees, ON THE FIRST PART

AND

M/s ___________________, (Name of the firm/Shipyard including the address), hereinafter referred to as the
CONTRACTOR, which expression shall include their Administrator, Executors, Successors and Assignees, ON THE SECOND
PART
And whereas the CUSTOMER agrees to deliver / permit IN Ships and Yard Crafts (Name of the Vessel/Assets) to the
CONTRACTOR for undertaking Above Water Steel Renewal Works Onboard INS Subhadra (Title of Work) and to take delivery
of (Name of the Vessel/Assets) (IN Ships) from the CONTRACTOR after successful work completion.

The CUSTOMER and the CONTRACTOR being hereinafter referred to as "Party” or "Parties".

It is now agreed by and between both the parties hereto as follows:

ARTICLE 1 - DEFINITIONS AND ABBREVIATIONS

1.1 DEFINITIONS

The following words and expressions in this Contract including its Annexes shall have the meanings as hereinafter
defined unless the context requires otherwise:

Actuals The term Actuals, related to payment, shall mean all expenses, exclusive of those incurred towards
associated cost elements such as all taxes, duties & levies, freight, insurance and clearance
charges incurred by the CONTRACTOR and computed at the prevailing exchange rate wherever
applicable, at the time of release of payments by the CONTRACTOR to the OEMs.
Article Any Article of this Contract or partial Article with separate marginal number as referred to anywhere
in the wording of this Contract and / or its Annexes.
Contract Shall mean this Contract including its Preamble, Articles 1 to 29 and Annexes 1 to 3 herein, and all
amendments, changes, alterations and modifications made to this Contract.
Material The term Material shall mean all equipment, fittings, finished / semi finished products, spares,
consumables, Yard material, items, sub-assemblies/assemblies, documentation etc. required for
the removal, repair & refurbishment, refit/installation and testing of any part of the work being
undertaken by the CONTRACTOR (and/or by his Subcontractors on his behalf) as per scope of his
work defined in this Contract, up to completion of the guarantee period and liquidation of his
outstanding liabilities. COA Agency assigned by the Competent Financial Authority on behalf of the
President of India to conclude the contract and operate in accordance with Article 2.1
Certificate of The Certificate to be signed jointly by the representatives of the CONTACTOR and the
Acceptance CUSTOMER on the Date of Delivery of the Ship as set out in Article 8.1.1 and Annex 1 of this
(COA) Contract.
Month Any calendar month, as defined in the Gregorian Calendar, or any period of 30 consecutive
Days
Year Year starting from the 1st March and ending on 31 st February or any period of 12 consecutive
Months, as the case may be.

Page 17 of 35
1.2 ABBREVIATIONS

The following words and abbreviations in this Contract including its Annexes shall have the meanings as hereinafter defined
unless the context requires otherwise:-

B & D Spares Base & Depot Spares.


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

ARTICLE 2 - EFFECTIVE DATE AND OPERATION OF CONTRACT

2.1 It is hereby agreed and declared that the powers and functions of the CUSTOMER under this Contract, shall be
exercised by The Admiral Superintendent, NSRY (Kar) .

2.2 The Effective Date of Contract is shall remain valid until the completion of the obligations of the parties under the
contract. The deliveries, supplies and performance of the services shall commence from the Effective Date of Contract.

ARTICLE 3 - SCOPE OF CONTRACT

3.1 Work & Services Contracts.

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

3.2 Scope of Work.

3.2.1 Above water steel renewal onboard INS Subhadra is to be completed in accordance with the terms, conditions and
provisions of this Contract, as detailed in the following Articles.

3.2.2 The Scope of Work with itemized cost is placed at Part II of this Contract.

3.3 Removal and Refitting of Items

3.3.1 In the event of the requirement to remove the existing machinery / equipments, switch-boards / control panels,
electronic & communication equipments, light fittings, piping, trunking, valves, electrical cables, junction boxes, lagging, paneling,
obstructions, protrusions, foundations, etc. falling in the way of repairs, temporarily to facilitate completion of Scope of Work,
the CONTRACTOR shall reinstall the same as per drawings, amendments thereto and to the satisfaction of the CUSTOMER. All
work associated with this Article forms an integral part of Scope of Work specified in Article 3.2.

3.3.2 Electrical cables in way of repairs, if required, are to be covered adequately for protection against accidental
mechanical / fire damage, by the CONTRACTOR. Damages caused during the execution of the work by the CONTRACTOR or
his Sub Contractors are to be made good by the CONTRACTOR at his cost.

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

3.4 Change in Scope of Work

3.4.1 Notwithstanding the scope of work specified in Article 3.2 and 3.3.1, the CUSTOMER shall have the right to modify the
Scope of Work during the execution of the Contract. The necessity for repairs/ renewals/replacements other than those presently
included in the Scope of Work May arise during the inspection/survey/repair. All such work as also consequential work (rework)
required to be done by the CONTRACTOR along with work arising out of items/drawings supplied by the CUSTOMER shall be
treated as Scope of Work.

3.4.2 Such changes in the scope of work and the cost and time implications thereof shall be mutually agreed upon on priority,
in writing, before undertaking such changes in the scope of work. The resultant increase in cost as well as any extension in
Page 18 of 35
project duration will be intimated by the CONTRACTOR and shall be agreed and accepted by the CUSTOMER through mutual
negotiations prior to undertaking such changes in Scope of Work. Format for promulgating change in Scope of Work is placed at
Annexure 2 of this Contract.

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

3.5 Procurement of Material by the CONTRACTOR

3.5.1 A list of items procured, indicating cost of materials, freight, insurance, packing/forwarding taxes, duties, clearing
charges etc, will be furnished along with the bill raised by the CONTRACTOR on the basis of Third Party Invoice.

3.5.2 All material and items procured by the CONTRACTOR for Scope of Work, except where specifically indicated that such
items are CUSTOMER supplied, are to conform to the relevant approved and applicable specification (in accordance with Article
10).

3.6 Sub-Contracting.

3.6.1 The CONTRACTOR may subcontract any part of Scope of Work on mutual agreement with the CUSTOMER. The
CONTRACTOR can under no circumstance sub-contract the complete Scope of Work to a Third Party. The CONTRACTOR
would be entirely responsible for quality / standard and timely execution of the sub-contracted work. The CONTRACTOR is to
draw up a suitable Quality Assurance (QA) Plan with the Sub- Contractor and a copy of the same along with Record of
Inspection in accordance with such QA Plan shall be submitted to the CUSTOMER.

3.6.2 The supervision of work for the sub-contracted jobs is to be done by the CONTRACTOR. The CONTRACTOR is not
permitted to seek any extension of Completion Date citing delay on the part of Sub- Contractors or re-work arising
out of Sub-Contracted work.

3.7 Employment of Service Personnel. The CONTRACTOR shall not employ any service personnel of the(Repair
Agency/Service) or on his own take any assistance either directly or indirectly from any of the workshops / facilities of the (Repair
Agency/Service) in the form of men or material for Scope of Work.

ARTICLE 4 - CONTRACT PRICE AND TERMS OF PAYMENT

4.1 CONTRACT PRICE

4.1.1 This is a Fixed Price Contract for completion of Work specified in Article 3.2 and 3.3. The Contract price is Rs. -
____________ (Rupees _____________________________________________) exclusive of applicable taxes. Taxes and
Duties shall be paid at actuals on submission of proof of payment. A detailed breakdown of the Contract price, excluding
applicable taxes and duties (calculated as per the existing rate)

4.1.2 Notwithstanding the provisions contained in Article 4.1.1, the price is subject to revision upon mutual agreement, as and
when scope of work is changed as per Article 3.4, ERV, Changes in Tax Rate, etc

4.2 CHANGE IN CONTRACT PRICE DUE TO PROCUREMENT OF ADDITIONAL/NA SPARES. Notwithstanding the
Contract Price specified in Article 4.1 and as amended vide Article 4.2, the CUSTOMER shall pay for any
additional/NA Spares procured by the CONTRACTOR for Scope of Work based on mutual agreement. Payment shall be
made under this Article on the bill raised by the CONTRACTOR on the basis of Third Party Invoice accompanied by list of items
procured, indicating landed cost which includes cost of materials, freight, insurance, together with handling charge of
7.5% (Seven point Five percent)]. The Contract Price specified in Article 4.1 and as amended vide Article 4.2, shall
further stand amended to include payment towards such additional/NA Spares.

4.3 PAYMENT TERMS. The Payment Terms for the Contract Price specified in Article 4.1 shall be as follows:-

Stage No Activity Definition Stage Payment


Stage I On Work Completion Full value of work order

ARTICLE 5 - TAXES AND DUTIES

5.1.1 The Contract price indicated in Article 4.1 of this Contract is exclusive of all taxes, duties, levies of Central / State
authorities, as applicable at prevailing rates under the extant Government policy for all Materials and services procured by the
CONTRACTOR for the Scope of Work. Any increase on rates during the period of contract shall be paid extra at the time of
invoicing. The same shall be reimbursed by the CUSTOMER to the CONTRACTOR at actuals on submission of documentary
proof of payment. The CUSTOMER reserves the right to deny any increase in taxes, duties, levies, etc. if the delivery period is
extended beyond the period specified in Article 8.1.1.

5.1.2 Contract Operating Authority or his nominated representative shall issue appropriate tax exemption/concession
certificate(s) on behalf of the CUSTOMER, to avail tax exemption/ concession, where applicable, as per existing Government
policy, rules and regulations in force.

Page 19 of 35
5.2 "END USER" CERTIFICATE. Contract Operating Authority or his nominated representative shall issue the
appropriate "End User Certificate" on behalf of the CUSTOMER, for import of material and services, wherever required by the
concerned manufacturer /supplier of equipment material and services / governmental agency.

ARTICLE 6 - ADVANCE BANK GUARANTEE NOT APPLICABLE

ARTICLE 7 - PERFORMANCE BOND

7.1 The Contractor will be required to furnish a Performance Guarantee by way of Bank Guarantee through a public sector
bank or a private sector bank authorized to conduct government business for a sum equal to 10% of the Work Order value of
each work order placed under this RC within 30 days of signing of contract. Performance Bank Guarantee should be valid up
to 60 days beyond the date of expiry of contract or 60 days beyond the warranty period of the last work order issued, whichever
is later.

Sl.No AIP AMOUNT PBG VALUES (Rs)


01 Up to 10 Lakh 10% of contract value
02 > 10 Lakh-Up to 25 Lakh 10% of contract value
03 >25 Lakh –Up to 50 Lakh 2,50,000.00
04 >50 Lakh –Up to100 Lakh 5,00,000.00
05 >100 Lakh –Up to 150 Lakh 10,00,000.00
06 >150 Lakh –Up to 200 Lakh 15,00,000.00
07 >200 Lakh –Up to 400 Lakh 20,00,000.00
08 >400 Lakh –Up to 700 Lakh 40,00,000.00
09 >700 Lakh -Up to 1000 Lakh 70,00,000.00
10 >1000 Lakh -Up to 1200 Lakh 1,00,00,000.00

Page 20 of 35
FORMAT

Performance Bank Guarantee Format


From:
Bank _______________

To,
The President of India
Ministry of Defence,
Government of India
New Delhi

Dear Sir,

Whereas you have entered into a contract No._______ dated_________(hereinafter referred to as the said Contract)
with M/s__________________________, hereinafter referred to as the “seller” for supply of goods as per Part-II of the said
contract to the said seller and whereas the Seller has undertaken to produce a bank guarantee for( % ) of total Contract value
amounting to _________ to secure its obligations to the President of India. We the _______________ bank hereby expressly,
irrevocably and unreservedly undertake and guarantee as principal obligors on behalf of the seller that, in the event that the
President of India declares to us that the goods have not been supplied according to the Contractual obligations under the
aforementioned contract, we will pay you, on demand and without demur, all and any sum up to a maximum of
____________Rupees _____________ only. Your written demand shall be conclusive evidence to us that such repayment is
due under the terms of the said contract. We undertake to effect payment upon receipt of such written demand.

2. We shall not be discharged or released from this undertaking and guarantee by any arrangements, variations made
between you and the Seller, indulgence to the Seller by you, or by any alterations in the obligations of the Seller or by any
forbearance whether as to payment, time performance or otherwise.

3. In no case shall the amount of this guarantee be increased.

4. This performance guarantee shall commence from the date of acceptance of all ordered items and documentation,
supplied according to the contractual obligations under the said contract, and remains valid for up to 60 days beyond the date of
warranty.

5. Unless a demand or claim under this guarantee is made on us in writing or on before the aforesaid expiry date as
provided in the above referred contract or unless this guarantee is extended by us, all your rights under this guarantee shall be
forfeited and we shall be discharged from the liabilities hereunder.

6. This guarantee shall be a continuing guarantee and shall not be discharged by and change in the constitution of the
Bank or in the constitution of M/s______________________________.

7.2 Fall clause - The following Fall clause will form part of the contract placed on successful Bidder:
(a) The price charged for the stores supplied under the contract by the Seller shall in no event exceed the lowest prices at
which the Seller sells the stores or offer to sell stores of identical description to any persons/Organisation including the
purchaser or any department of the Central government or any Department of state government or any statutory undertaking
the central or state government as the case may be during the period till performance of all supply Orders placed during the
currency of the rate contract is completed.
(b) If at any time, during the said period the Seller reduces the sale price, sells or offer to sell such stores to any
person/organization including the Buyer or any Dep’t, of central Govt. or any Department of the State Government or any
Statutory undertaking of the Central or state Government as the case may be at a price lower than the price chargeable under
the contract, the shall forthwith notify such reduction or sale or offer of sale to the Director general of Supplies & Disposals and
the price payable under the contract for the stores of such reduction of sale or offer of the sale shall stand correspondingly
reduced. The above stipulation will, however, not apply to:-
(i) Exports by the Seller.
(ii) Sale of goods as original equipment at price lower than lower than the prices charged for normal replacement,
(iii) Sale of goods such as drugs which have expiry dates
(iv) Sale of goods at lower price on or after the date of completion of sale/placement of the order of goods by the
authority concerned under the existing or previous Rate Contracts as also under any previous contracts entered into
with the Central or State Govt. Depts., including their undertakings excluding joint sector companies and/or private
parties and bodies.

ARTICLE 8 - DURATION OF THE DELIVERY

8.1 Duration of Work The CONTRACTOR shall complete his scope of work specified in Article 3.1 and 3.2 as per
individual work order and as mutually agreed. Delivery by the CONTRACTOR shall be treated as complete on satisfactory
HATs/SATs and upon signing of Delivery Acceptance Certificate ( applicable in the case of complete Refit/Repairs of
Ships/ Submarines only) OR Completion of Scope of Work and Trails (applicable in case of Refit/Repairs of Yard/Service Assets
and partial Refits of Ships / Submarines. The said duration of Refit specified in Article 8.1.1 May be extended on mutual
agreement only, with the CUSTOMER shall accept the vessel/asset without imposition of any sort of Penalty / Reduction in
Contract Price.
Page 21 of 35
8.2 Incomplete Work

8.2.1 The CONTRACTOR and the CUSTOMER shall mutually agree on the quantum of incomplete and unsatisfactory work.
Cost of such incomplete work shall be withheld, except where such incomplete work is not attributable to the CONTRACTOR.
Payment thus withheld will be made on completion of such incomplete work, which should in any case be completed within 30
days. If such work is incomplete beyond the specified date, the same shall be deleted from Scope of Work specified in Article 3.2
with corresponding amendment to Contract Price specified in Article 4.1. The CUSTOMER reserves the right to levy LD as per
Article 9 on such incomplete work.

8.2.2 The CONTRACTOR shall be paid for completion of work specified in Article 8.4.1 only on satisfactory completion and
trials.

ARTICLE 9 - LIQUIDATED DAMAGES

9.1 The CONTRACTOR shall be liable to pay to the CUSTOMER Liquidated Damages (LD), and not by way of Penalty, a
sum equivalent to 0.5% (zero point five percent) of the unfinished/undelivered/unfulfilled part of Contract for each week of
delay beyond duration of Work specified in Article 8.1, subject to a maximum of 10% (Ten percent) of the Contract Price.

ARTICLE 10 - RISK AND EXPENSE

10.1 Should the stores or any installment thereof not be delivered within the time or times specified in the contract
documents, or if defective delivery is made in respect of the stores or any installment thereof, Customer shall after granting the
Contractor 45 days to cure the breach, be at liberty, without prejudice to the right to recover liquidated damages as a remedy for
breach of contract, to declare the contract as cancelled either wholly or to the extent of such default.

10.2. Should the stores or any installment thereof not perform in accordance with the specifications / parameters provided by
the CONTRACTOR during the check proof tests to be done in India, Customer shall be at liberty, without prejudice to any other
remedies for breach of contract, to cancel the contract wholly or to the extent of such default.

10.3. In case of a material breach that was not remedied within 45 days, Customer shall, having given the right of first refusal
to the CONTRACTOR be at liberty to purchase, manufacture, or procure from any other source as he thinks fit, other stores of
the same or similar description to make good:-
(a) Such default.
(b) In the event of the contract being wholly determined the balance of the stores remaining to be delivered there
under.

10.4. Any excess of the purchase price, cost of manufacturer, or value of any stores procured from any other supplier as the
case May be, over the contract price appropriate to such default or balance shall be recoverable from the CONTRACTOR.

ARTICLE 11 - QUALITY AND INSPECTION

11.1 Quality Assurance & Quality Control

11.1.1 In order to assure the quality of repair/refit and exercise effective control, the work executed by the
CONTRACTOR will be in accordance with CUSTOMERS inspection schedule as applicable followed by preliminary,
stage and final inspection. The repair work will be undertaken as per (specified Standards) and quality norms.
Ensuring and maintaining quality will be the responsibility of the Shipyard. (Additional Third Party Inspection or the
Services of Professional Certifying Agencies May be mentioned as applicable in respect of items of special
use.) The CONTRACTOR shall submit a Quality Assurance (QA) Plan as applicable to the scope of work for approval
of the CUSTOMER. The approved QA plan will form the basis for inspection and acceptance of work executed by the
CONTRACTOR under this contract.

11.2 Overseeing and Inspection

11.2.1 Necessary tests and inspections of the contracted job shall be carried out by COA/ or his nominated agency.
The CONTRACTOR shall give reasonable notice to the above team reasonably in advance of the date and place of
such tests / inspections. COA shall also carry out joint receipt inspection of the equipment and material procured by the
CONTRACTOR / supplied by CUSTOMER. The CUSTOMER's representative shall, during the repairs / refit invariably
attends such tests and inspections as per the QA Plan/Quality Inspection Schedule.
11.2.2 Any non-conformity discovered by CUSTOMER Representative and intimated in writing co-relating
relevant documents where necessary, in Refit or material or workmanship shall be corrected by the CONTRACTOR at
his cost, to the full satisfaction of Representative in accordance with the relevant drawings, specifications and
customers observations.
11.2.3 During the repairs / refit of the Ship, until the delivery thereof, the CUSTOMER's representatives shall be given
free and ready access to the Ship/Submarine/Asset and to any other place where related work is being performed, or
materials are being processed or stored, including the yards, workshops, stores and offices of the CONTRACTOR and
premises of Subcontractors who are doing work or storing materials, in connection with the repairs / refit of the
Ship/Submarine/Asset. Notwithstanding any provision in this Article or any other Article in this Contract,
the responsibility for the repairs / refit as per the scope of work vide Article 3.2, 3.3 and 3.4 shall rest with the
CONTRACTOR.
Page 22 of 35
ARTICLE 12 - WARRANTY & WARRANTY BOND

12.1 Guarantee

12.1.1 The contractor/ vendor shall give Guarantee (for12months) from date of completion of work for the
workmanship and material defects, for items repaired/ manufactured under the Purchase order. Any defects noticed
during this guarantee period due to defective workmanship or material shall be rectified free of cost by the contractor/
vendor to the requirements and the specifications of Dockyard. The Admiral Superintendent reserves the right to
encash this bank guarantees incase the firm fails to honor its guarantee commitments or the performance of the
repaired item/services not satisfactory.

12.1.2 If within the period of warranty, the repairs reported by the CUSTOMER to have failed to perform as per the
specifications, the CONTRACTOR shall either replace or rectify the same free of charge, within 21 days of notification
of such defect received by the CONTRACTOR provided that the equipment are used and maintained by the
CUSTOMER as per instructions contained in the Operating Manual. Record of the downtime would be maintained by
user in logbook. Spares required for warranty repairs shall be provided free of cost by CONTRACTOR.
The firm to give guarantee coverage at all ports located within the country (via India).

12.1.4 CONTRACTOR hereby warrants that necessary service and repair backup, during the warranty period of the repair,
shall be provided by the CONTRACTOR at the CUSTOMER's premises.

12.2 Notice for Remedy/Rectification of Defects during Warranty Period shall be in writing and transmitted to each other by
the fastest possible means.

ARTICLE 13 - GENERAL TERMS AND CONDITIONS

13.1 Safety of Men: The CONTRACTOR is to ensure adequate safeguards for personnel when employed on work where
human risk of health/injury is involved.

13.2 First Aid: The CONTRACTOR is liable to provide immediate first aid / hospitalization in case of accident/sudden
illness to personnel.

13.3 Gas Free & Man Entry Certificates, Fire Sentries, Administrative Support to OEMs, Pumping-out Facilities & Removal
of Debris/Waste Material shall be as per part 1 of SOR and as instructed by Customer from time to time.

13.4 Contracts for Hiring of Labour- Wages to the workforce would have to be paid as per minimum
wage norms prescribed by the local/ state/Central Government.

13.5 In case of any accident/incident caused by the contractor or his personnel, which result damage of
Government property or injury of any person , a show cause notice will be issued to the contractor .Contractor is to
replied to the show cause notice within 07 days .Thereafter, on completion of investigation of the case, if the blame
is found to be attributable to the contractor or his personnel ,action ,deemed fit, will be taken against the contractor.

ARTICLE 14 - INDEMNITY & INSURANCE

14.1 Indemnity. The CONTRACTOR shall indemnify the CUSTOMER against all claims for death or injury caused to any
person, whether workman or not, while engaged in any process connected with the CONTRACTOR's work or for dues
of any kind whatsoever, and the CUSTOMER shall not be bound to defend any claim brought under the Workmen's
Compensation Act, 1923 or Payment of Wages Act 1936, or any other statutory Act or Law in force from time to time
and applicable to the said work unless the CONTRACTOR first deposit with the CUSTOMER a sum sufficient to cover
any liability which CUSTOMER May have to incur in relation to such proceedings.

14.2 Insurance. The Contractor shall insure all equipment/spares etc when in transit at his own cost.

ARTICLE 15 - SECURITY

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

15.2 The CONTRACTOR shall also ensure secrecy of design, construction, equipment and documentation and shall carry
out all or any instructions given by the CUSTOMER in this respect. Should the CUSTOMER desire to check up the security
measures which have been provided, or will be adopted to achieve security, the CONTRACTOR shall produce necessary
evidence to establish the same.

15.3 In giving any information to the Sub-Contractors, the CONTRACTOR shall furnish to the Sub-Contractors only such
information as May be necessary for carrying out the respective work entrusted to them.
Page 23 of 35
15.4 The security of the Ship, men and material in the CONTRACTOR’s premises is the CONTRACTOR's responsibility.
ARTICLE 16 FORCE MAJEURE

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

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

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

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

16.5 If the impossibility of complete or partial performance of an obligation lasts for more than 6 (six) months, either party
hereto reserves the right to terminate the contract totally or partially upon giving prior written notice of 30 (thirty) days to the other
party of the intention to terminate without any liability other than reimbursement on the terms provided in the agreement for the
goods received.

ARTICLE 17 - TERMINATION OF CONTRACT

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

17.1.1 The delivery of the material is delayed for causes not attributable to Force Majeure for more than 2 months) after the
scheduled date of delivery.

17.1.2 The Contractor is declared bankrupt or becomes insolvent.

17.1.3 The delivery of material is delayed due to causes of Force Majeure by more than 3 months provided Force Majeure
clause is included in contract.

17.1.4 Customer has noticed that the Contractor has utilized the services of any Indian/Foreign agent in getting this contract
and paid any commission to such individual/company etc.

17.1.5 Customer can unilaterally terminate the contract due to poor/ unsatisfactory performance of the contractor, for which the
customer will give 30 days’ notice to the contractor.

ARTICLE 18 -LAW

18.1 The Contract shall be considered and made in accordance with the laws of the Republic of India. The contract shall be
governed by and interpreted in accordance with the laws of the Republic of India.

ARTICLE 19 - ARBITRATION

19.1 All disputes or differences arising out of or in connection with the present contract including the one connected with the
validity of the present contract or any part thereof should be settled by bilateral discussions.

19.2 Any dispute, disagreement of question arising out of or relating to this contract or relating to construction or
performance (except as to any matter the decision or determination whereof is provided for by these conditions),which cannot be
settled amicably, shall within sixty (60) days or such longer period as May be mutually agreed upon, from the date on which
either party informs the other in writing by a notice that such dispute, disagreement or question exists, will be referred to a sole
Arbitrator.

19.3 Within sixty (60) days of the receipt of the said notice, an arbitrator shall be nominated in writing by the authority agreed
upon by the parties.

19.4 The sole Arbitrator shall have its seat in New Delhi or such other place in India as May be mutually agreed to between
the parties.

19.5 The arbitration proceedings shall be conducted under the Indian Arbitration and Conciliation Act, 1996 and the award of
such Arbitration Tribunal shall be enforceable in Indian Courts only.

19.6 Each party shall bear its own cost of preparing and presenting its case. The cost of arbitration including the fees and
expenses shall be shared equally by the parties, unless otherwise awarded by the sole arbitrator.
Page 24 of 35
19.7 The parties shall continue to perform their respective obligations under this contract during the pendency of the
arbitration proceedings except in so far as such obligations are the subject matter of the said arbitration proceedings.

(Note - In the event of the parties deciding to refer the dispute/s for adjudication to an Arbitral Tribunal then one arbitrator each
will be appointed by each party and the case will be referred to the Indian Council of Arbitration (ICADR) for nomination of the
third arbitrator. The fees of the arbitrator appointed by the parties shall be borne by each party and the fees of the third arbitrator,
if appointed, shall be equally shared by the buyer and Contractor).

ARTICLE 20 - PENALTY FOR USE OF UNDUE INFLUENCE

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

ARTICLE 21 - AGENTS / AGENCY COMMISSION

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

ARTICLE 22 - ACCESS TO BOOKS OF ACCOUNTS

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

ARTICLE 23 - NON DISCLOSURE OF CONTRACT DOCUMENTS

23.1 Except with the written consent of Customer/ Contractor, other party shall not disclose the contract or any provision,
specification, plan, design, pattern, sample or information thereof to any third party

ARTICLE 24 - NOTICES

24.1 Any notice required or permitted by the contract shall be written in the English language and May be delivered
personally or May be sent by FAX, Telex, Cable or registered pre-paid mail/airmail, addressed to the legal address of the party.

ARTICLE 25 - AMENDMENTS

25.1 No provision of present Contract shall be changed or modified in any way (including this provision) either in whole or in
part except by an instrument in writing made after the date of this Contract and signed on behalf of both the parties and which
expressly states to amend the present Contract

ARTICLE 26 - FREE SERVICES BY CUSTOMER

Page 25 of 35
26.1 Generally NSRY (Karwar) provides electricity, water, compressed air and crane facilities free of cost. However the
contractor shall be required to make own arrangement to tap electricity, water , compressed air from the point of supply point
indicated and lifting appliances like ropes, slings shackles with drawl gears etc.

ARTICLE 27 - NOTICES AND COMMUNICATION


27.1 Address for notice /communication: The legal addresses of the Parties for the purpose of Notice/Communication are
as follows:-

Customer: The Admiral Superintendent, Naval Ship Repair Yard, PO Naval Base, Karwar 581308

Contractor: ___________________________________________________________________________

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

ARTICLE 28 - INTERPRETATION

28.1 This Contract shall be governed by the laws of Republic of India.

28.2 In the event of any conflict or discrepancy between the provisions of any Article to this Contract and any Annex
thereof, the Article of this Contract shall prevail.

28.3 This Contract constitutes the entire agreement between the CUSTOMER and the CONTRACTOR.

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

28.5 In the event of any conflict with respect to specification/drawing/existing practices, the order of precedence for
acceptance would be as follows:-

(a) THE CUSTOMER APPROVED DRAWING

(b) SPECIFICATION VIDE SCHEDULE OF REQUIREMENT

(c) THE CUSTOMER'S FEBISION

28.6 The failure of either Party to enforce any provision of this Contract shall not be considered as a waiver of such provision
or the right of such Party thereafter to enforce the same.

ARTICLE 29 - ENVIRONMENTAL POLICY

The yard is a MARPOL complaint yard and is committed to environmental performance through pollution prevention
and resource conservation. Contractor should strive to:-

(a) Minimize the generation of dust and noise by improving on operational practices.

(b) Have effective utilization of utilities like water, electricity by recycling and energy auditing.

(c) Control generation and disposal of effluent water by appropriate effluent treatment methods. Educate, train
and motivate employees to execute their task in environmentally responsible manner.

ARTICLE 30 - LABOUR REGULATIONS

30.1 Contract Labour (R&A) Act. Contractor should obtain license under Section12 and 13 of The Contract
Labour (Regulation & Abolition) Act and rules made there under and the same should be kept valid at least until the
expiry contract with NSRY(Kar) The license should be shown as and when demanded by the concerned NSRY(Kar)
authorities. Failure to obtain the license may lead to termination of the contract. The contractor shall carryout his
obligations and duties under the Contract Labour (R&A) Act 1970 and the rules framed here under.

30.2 Minimum wages Act. The contractor shall pay to the employee not less than the minimum wages and
allowances applicable to the engineering industry as notified from time to time by the state Government. Under the
minimum wages Act. Contractor shall be responsible for timely payment of wages of all employees engaged in
NSRY(Kar) not less than the prescribed minimum wages in each case and without any deductions of any kind
except specified by Government of permissible under the Payment of Wages Act.

30.3 PF Act & Scheme. The contractor wherever applicable shall cover all his eligible employees engaged on
NSRY(Kar) jobs under the employees Provident Fund Act & Scheme and Family Pension Scheme and pay the
contribution both in respect of his employees and his own. He shall submit all the necessary returns and other
particulars periodically as prescribed under the said insurance scheme by filling requisite returns to concerned
authorities and obtaining code number/Account Numbers. Contractors should remit employees per relevant
provision of the concerning acts and schemes made there under within 15 days from the close of every month.
Page 26 of 35
30.4 E.S.I contractor should also over all contract labourers working on NSRY(Kar) jobs, under the employees
State insurance Act and scheme by furnishing necessary returns to appropriate authority and pay both employees
and employers contributions in respect of these employees to the concerned authorities within 20 days from the
close of month. Contractor should produce proof of such remittances to the contracting authority along with full
details of contributions etc, as and when such details are sought. He shall also give us an undertaking that he will
not engage any one on our work, who is not duly covered under the said Act Scheme.

30.5 Uniform All personnel including supervisors employed of the work on the premises of the yard will wear
uniform with the firm name prominently printed on the front side and back side. All employees of the firm should be
provided with personnel protective equipment such as safety shoes, gloves, Helmet etc

ARTICLE 31 - REMOVAL OF METAL SCRAP AND DEBRIS

Metal scarp generated by cutting, welding of plates will be yard’s property. However the scrap will be collected,
loaded/unloaded by the contractor in his transport and landed at the survey yard for survey. The debris ( including cement
waste, broken pieces of bricks, mud, soot, rust, grit ,broken tiles, urinals etc). if any, are to be cleared to designated dumping
areas outside the yard by contractor. The contractor is not to dump the scrap and debris at any place ordinarily be granted only
for a short duration to enable arrangement to be made for transportation of the scarp and debris

ARTICLE 32 - REGISTRATION WITH YARD

(a) Following documents are required to be submitted by vendor not registered with NSRY(Kar) along with the Technical
bid, which will be referred to as part of the evolution process:-

(i) State Sales tax Certificates

(ii) Central Sales Tax Certificates

(iii) Incorporation Certificates/Shop & Establishment Certificates

(iv) Bank solvency Certificates ( Taken within Last one Year)

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

(vi) Partnership deed, if any.

(vii) Purchase order copies(latest)

(viii) Copy of Last three year balance sheet attested by CA

ARTICLE 33 - SIGNATURE AND WITNESSING BY PARTIES

This Contract is signed on______ day of the month of_______ the Year Two thousand and seventeen in two (2) originals of the
same wording, one (1) for the CUSTOMER and one (1) for the CONTRACTOR. The Annexes listed in Table of annexure and
forming an integral part of this Contract are signed under same circumstances.

FOR AND ON BEHALF OF FOR AND ON BEHALF OF PRESIDENT OF INDIA


M/S ___________
(THE CUSTOMER)

(THE CONTRACTOR)
(_______________________________________) (Saurabh Singh)
REPRESENTATIVE OF CONTRACTOR Commander
Manager (Fabrication)

Dated ____Dec 18 Dated ______Dec 18


In the presence of In the presence of

1.____________________________________________ 1.____________________________________________
Name : _______________________________________ Name : _______________________________________
Designation:___________________________________ Designation:___________________________________

2.____________________________________________ 2.____________________________________________
Name : _______________________________________ Name : _______________________________________
Designation:___________________________________ Designation:___________________________________

Page 27 of 35
ii Distribution
1. AO (Navy) Karwar under PCDA (Navy) One Ink Signed Copy
2. The Admiral Superintendent, NSRY (KAR)
3. FA to FOK

ANNEXURE-1 to PART–III to RFP: NSRY/FAB/SUB/AW-18 dated 05 Dec 18

FORMAT OF CERTIFICATE OF ACCEPTANCE

CERTIFICATE OF ACCEPTANCE

1. CERTIFIED THAT M/S_______________________, HAVE COMPLETED THE (________________) OF (NAME OF THE


VESSEL/ASSET) AS PER THE SCOPE OF WORK ASSIGNED TO THEM AND HANDED OVER THE SAME TO (NAME OF
CUSTOMER) AT ____________ HOURS, ON THIS ________DAY OF THE MONTH _________________ IN THE YEAR TWO
THOUSAND AND _________.

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


COA/REP FOR AND ON BEHALF OF THE PRESIDENT OF INDIA ____________________________ REP OF
M/S___________

ANNEX-2 to PART–III to RFP: NSRY/FAB/SUB/AW-18 dated 05Dec18

FORMAT OF PROMULGATION CHANGE IN SCOPE OF WORK

1. NAME OF WORK: ____________________

2. D.L. NO: _________________ (Wherever applicable)

3. Proposed by: ________________

4. Reference: _________________

Drg. Document _______________

5. Details of additional work (if required use overleaf of the form / attach Annexures)

NAME DESIGNATION SIGNATURE OF THE PROPOSER

6. (a) Proposal No._______________

(b) Effect on overall Schedule

(c) Approved Cost

REP OF FIRM/PROJECT MANAGER OF SHPYARD

7. Approved / Not approved

(Reasons if any)

COA/HEAD OF PROJECT MONITORING TEAM

Page 28 of 35
ANNEX-3 to PART–III to RFP: NSRY/FAB/SUB/AW-18 dated 05 Dec 18

FORMAT OF CERTIFICATE OF COMPLETION OF DEFECT

WORK COMPLETION CERTIFICATE

CERTIFICATE No. _______ dated ________

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

DESCRIPTION OF ACTIVITY/STAGE:

Rep Firm COA/REP

SIGNATURE

NAME
DESIGNATION / RANK
DEPT./ ORGANISATION

RFP: NSRY/FAB/SUB/AW-18 dated 05 Dec 18

PART-lV
GUIDELINES FOR PREPARATION OF TECHNICAL BID
Finalising of L1 Firm.

1. The L1 will be decided on the basis of total of Base price (i.e, exclusive of taxes).

The Technical Bid should contain the following information and details so as to enable (NSRY (Kar) to assess the understanding,
technical capability and infrastructure/resources of the ship repair yard to undertake the refit: -

(a) Indicate acceptance of the entire scope of work (Or) Indicate acceptance of the entire scope of work except________.
(Indicate specific jobs not being undertaken as a Deviation List).

(b) Indicate acceptance of the QAP/QIS indicated in SOR (or) Indicate acceptance of the QAP/QIS indicated in
SOR________. (Indicate specific provisions not being undertaken as a Deviation List) (Or) Forward a QAP/QIS for
consideration of Technical Evaluation Committee.

(c) Indicate anticipatory list of other material, if applicable, required for undertaking the scope of work specified in
SOR. Budgetary Estimate of all such material is to be indicated in the Commercial Bid if such a list of material is forwarded along
with the Technical Bid.

(d) Indicate acceptance of Payment terms as indicated in Article 4.3 of Part III of the RFP.

(e) Indicate acceptance of Standard Conditions of Contract (SCOC) and other terms and conditions given in the RFP.

(b) Indicate acceptance of minimum qualification requirements as mentioned in point 2 of Part Il of the RFP.

(Saurabh Singh)
Commander
Manager (Fabrication)
for Admiral Superintendent
Page 29 of 35
RFP: NSRY/FAB/SUB/AW-18 dated 05 Dec 18

PART-V

GUIDELINES FOR PREPARATION OF COMMERCIAL BID

1. Summary Sheet at PART-IV of this RFP should be filled in all respects.

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

3. Page numbering is a must to identify/locate missing/misplaced pages.

4. Bid Validity. The commercial bid is to be valid for 120 days from the date of opening of Technical Bid.

(Saurabh Singh)
Commander
Manager (Fabrication)
for Admiral Superintendent

Page 30 of 35
RFP: NSRY/FAB/SUB/AW-18 dated 05 Dec 18
PART-VI
SUMMARY SHEET OF COSTING

Unit Total
Sl
Description of work Deno Quantity Rate Taxes Amoun
No
t
NON-FERROUS MATERIAL
Renewal of Aluminum deck, bulkhead and ship side plating Per kg
01 300
and associated structure 3.5mm-6mm thickness.
02 Welding of bonding straps (Aluminium) Per Nos 200
Brazing of joints
(a) Brazing of joints-Pipes of diameter 10mm-40mm Per Sq
400
03 inch
(b) Brazing of joints-Pipes of diameter 40mm-100mm Per Sq
200
inch
Manufacture of Aluminum boxes as per details provided by
the departments
(a) Manufacturing of aluminum boxes as per detail provided Per Nos
08
04 by the department (3-5mm thickness) upto 20” x 12 “ x 6”
(b) Manufacturing of aluminum boxes as per detail provided Per Nos
by the department (3-5mm thickness) upto 20”x12 “x 6” upto 06
48”x 30”x20”)
Renewal of Chequred plate (with welded/ bolted, Per Kg
05 countersunk screwing and lifting arrangement) in engine 3000
room and machinery compartment. Material - Aluminum
06 Repair of Al Gangway/ Accommodation ladder Per Kg 600
FERROUS MATERIAL
Steel Renewal
Renewal of Structural plates (with Stiffeners) of Deck and
bulkheads and ship side and thickness as specified below:
Material: DMR 249A/D 40S/MS/B Quality steel.
Standard : NES 155 ,NES 706
07 Material Supplied by NSRY
(a) 6mm to 8mm thickness Per Kg 89000
(b) 8mm to 12mm thickness Per Kg 10000
(c) 12mm to 20mm thickness Per Kg 2000
(d) 20mm thickness and above Per Kg 40000
Major and minor foundations fabrication & fitment.
Manufacturing and fitment of foundations including cropping, 2000
08 Per Kg
repair, welding and alignment. Standard : NES 155 ,NES
706
Manhole covers and Associated fittings
09 (a) Replace fasteners with Tapping.(one sets contains one 400
stud (SS) one nut (SS) and washers (thickness of washer 2- Per Set
3mm)
Removal and renewal of zinc anodes (Renewal of anodes
includes removal and cleaning of old anodes area).
10 (a) upto 6 Kg Per Nos 25
(b) above 6 kg upto 12 kg Per Nos 20
(c) above 12 kg Per Nos 20
Renewal of Studs/ Nut and washer up to size 5/88” or M16
(a) MS Stud/Nut Per Nos 120
11 (a) SS Stud/Nut Per Nos 60
(c) MS nut with washer Per Nos 120
(d) SS nut with washer Per Nos 60
12 Renewal of Scupper along with associated rubber lips. Per Nos 80
13 Carry out DPT Per Mtr 3000
Renewal of Chequerred plate ( with welded/ bolted, 6000
14 countersunk screwing and lifting arrangement) in engine Per Kg
room and machinery compartment. Material - MS
Renewal of Deck flange
(a) MS Per Nos 200
16
(b) GI Per Nos 150
(c) SS Per Nos 40

Page 31 of 35
Erection of metal or bamboo staging/ scaffolding in way of
17 steel renewal work
(a) Metal Staging/ Scaffolding Cu meter 5000
Renewal of Awning stanchion Deck eye.
18
(a) MS Per Nos 300
Renewal of Stanchion shoes
19
(a) MS Per Nos 300
Renewal of Stanctions pipe along with brackets, hook end
20 plate excluding deck eye and shoe.
(b) MS Per Nos 300
Renewal of structural pillar pipe/ system ( deck drain pipes,
fresh water, sea water lines etc) all material supplied by
contractor, pipes to be pre tested to maximum 10Kg/cm²
(a) Dia 25mm or less
(i) Material- MS (IS2026) Per Mtr 300
(ii) Material –SS(SS 316/SS304) Per Mtr 200
(iii) Material –Cu Nickel (CN 102/CN107) Per Mtr 400
(b) Dia 25mm to 50mm
(i) Material- MS (IS2026) Per Mtr 250
21 (ii) Material –SS(SS 316/SS304) Per Mtr 200
(iii) Material –Cu Nickel (CN 102/CN107) Per Mtr 400
(c) Dia 50mm to 75mm
(i) Material- MS (IS2026) Per Mtr 400
(ii) Material –SS(SS 316/SS304) Per Mtr 200
(iii) Material –Cu Nickel (CN 102/CN107) Per Mtr 300
(d) Dia 75mm to 100mm
(i) Material- MS (IS2026) Per Mtr 400
(ii) Material –SS(SS 316/SS304) Per Mtr 200
(iii) Material –Cu Nickel (CN 102/CN107) Per Mtr 300
Anchor cable locker: - Removal of perforated grating/plates
22 and refit after chipping. Includes drilling/tapping and supply Sq Mtr 650
of hardware.
Opening and boxing up of hard or soft patches for
shipping/unshipping of machinery or equipment.
23 (a) Hard patches 15
Per Sqm
(b) soft patches Per Sqm 15
Renewal of following deck fittings:
(a) Mushroom heads (including wire mesh for intake) Per Nos 36
(b) Goose neck Per Nos 10
(c) Fairleads Per Nos 10
24 (d) Bollards Per Nos 15
(e) Jack staff Per Nos 02
(f) deck cleats Per Nos 40
(g) Hawser reels Per Nos 06
(h) Fueling roller (along with rubber cladding) Per Nos 10
Fabrication and fitment of protective covers for motors,
electrical panels, switchboards ,heat exchangers and other
25 equipments, renewal of RU lockers, DC lockers, Racks, as Per Nos
per following sizes(LxWxH) upto 3mm. Material – GI
(Material by contractor)
(a) 1mtr x 1mtr x1mtr Per Nos 06
(b) 1mtr x 2mtr x 1mtr Per Nos 06
(c) 1mtr x 2mtr x 2mtr Per Nos 18
(d) 2mtr x 2mtr x 2mtr Per Nos 22
Renewal of Rubber beading/wiper of bridge window,
windows of SMBs, scuttles etc.(Inclusive of material)
(a) WT Door: 38mm x 14mm Per Mtr 800
26 (b) WT Hatches:50mm x 10mm 480
Per Mtr
(c) Rubber sheets: dia- upto 5mm Per Mtr 40
(d) Cool and Cold Room Per Mtr 120
27 Renewal of spurn water beading/coaming. RMT 480

Page 32 of 35
Note:- “All material and services are to be supplied by the contractor unless specifically mentioned in the
SOW”. Only steel plates, Aluminum plates and stiffeners will be provided by yard. Staging/trestles as required for
renewal of scuppers, scuppers lips, pits/pin holes build up, sea chest grids and anodes are accounted for in their
respective rates. No separate staging price will be admitted in case of these renewals. Guidelines indicated at
Annexure 3 to Part II will form integral part of the above SOW.

(Saurabh Singh)
Commander
Manager (Fabrication)
for Admiral Superintendent

Page 33 of 35
RFP: NSRY/FAB/SUB/AW-18 dated 05 Dec 18
PART – VII

TECHNICAL COMPLIANCE MATRIX OF T-BIDS REPAIR/ RENEWAL CONTRACT FOR ABOVE WATER
STEEL RENEWAL ONBOARD INS SUBHADRA
Sl No. Description Remarks
01 EMD Rs.7,46,830.26
MQR
02 The Contractor should have minimum past experience with respect
of renewal of at least 25 ton steel ( inclusive of 50% DMR249A),
cumulative of the last 03 financial years. In order to corroborate
this, WCCs and respective work orders are to be attached with T-
bid. WCCs of last 03 financial years (issued from 01 Apr 16 to 31
Mar 18) only would be valid along with respective work orders.
WCC would be treated as invalid without respective WO issued
and vice versa. Quantity of steel renewal shall be considered only
from WCC. If the quantity of steel renewal is not indicated in WCC
then the WCC and the respective WO would not be admissible.
Summary of Work orders and WCC is to be prepared by the
contractor on his firms letter heads as per the format attached with
the SOW. The summary thus prepared is to be attached by the firm
with the T-bids along with the WCCs and work orders. All these
documents are to be uploaded on E-Portal
03 The Contractor should have minimum 08 welders qualified for
DMR-249 A steel and marine grade Al alloy as per ASME section-
IX and issue by competent authority e.g. IRS, LRS, DNV, ABS, IBR
for adequate number welders. Supporting Welder Qualification
Certificate to be uploaded on E-Portal. The welders are to be
qualified for 1G, 2G, 3G, 4G and 6G. The summary of the welder
qualification certificate is to be prepared by the contractor on his
firm’s letter head as per the format attached in the SOW (Annexure
2 to Encl – II to RFP). The summary thus prepared is to be
attached with the T-bid along with the welder qualification
certificate. Original copies of Welder qualification certificates are
further to be produced to the yard at TEC stage for verification.
Submission of original copies of 08 welder qualification certificate
(which uploaded on E-Portal) is mandatory. Firm are to submit the
original copies of welder qualification certificate (uploaded on E-
Portal) within 48 hours of T-Bid opening date.
04 In order to undertake the subject job the contractor should have
good experience on erection of staging and rigging up of
scaffolding as per IS 4014 part I and IV. The contractor should have
good quality staging/ scaffolding materials and qualified riggers.
More over relevant work orders the SOW to establish the
experience credential of the Contractor are to be enclosed with the
T-Bid.
05 Average annual financial turnover during the last three years,
ending 31 Mar of the previous financial year, should be at least Rs
1,00,00,000/- (per financial year). Details showing annual turnover
separately for last three years as per the format enclosed in the
SOW (Annexure 2 to Encl – II to RFP) is to be attached with T-bid
on contractor’s letter head. ‘’ Audited balance sheet and IT returns
for the last three years (as on 31 Mar 16, 31 Mar 17, 31 Mar 18) of
the firm is to be attached with the T-bid in support.
06 A list of machineries and equipments held in the workshop is also
to be attached with the T-Bid with total number of employees
mentioned on it. The firms are to physically handover the copies of
all documents uploaded on E-Portal to the Fabrication Department
within 48 hours of opening of T-Bid.

Page 34 of 35
07 Firm are to confirm the below mentioned during Pre-Bid meeting
and ensure compliance during the period of contract:

(i) Contractor should be able to provide minimum 12 teams, per


day, with adequate number of supervisor as per Factory Act 1948.
Each team comprising of One Gas Cutter, Two Plate Fitters, Two
Arc Welders. Further, the firm should be able to deploy teams 24X7
round the clock as and when intimated by Fabrication department.
The firm should be capable to further increase the number of
teams as and when directed by Fabrication department.
(ii) A liaison team comprising of at least one person to be
available in NSRY daily for monitoring, reporting progress and co-
ordination with Fabrication Department.

(iii) Weekly monitoring of work progress is to be done by the


contractor in co-ordination with the Fabrication Department. Also,
augmentation of man powers/ machines is to be undertaken as
considered and advised by Fabrication Department.

(iv) The Contractor should be able to mobilize resources to ensure


work progress (through rotation of manpower/shifts) round the
clock as and when required.

(Saurabh Singh)
Commander
Manager (Fabrication)
for Admiral Superintendent

Signature Not Verified


Digitally signed by BALASUBRAMANIAN
PRAVEEN
Date: 2018.12.05 16:07:30 IST
Location: eProcure
Page 35 of 35

Das könnte Ihnen auch gefallen