P.O.B 9001, ASHDOD 77191. fax. 972-8-8517523, Email: [email protected]
Date: June 8, 2017
Tender for Tug charter (the "Tug/vessel")
(the "Tender")
Tender No. 2752/YAM/17
INVITATION FOR PROPOSALS
1. Invitation for Proposals ("IFP"):
1.1. Pursuant to the Government Procurement Agreement (GPA), the Mandatory Tenders Law,
1992 and the Mandatory Tenders Regulations, 1993, Ashdod Port Company Ltd.
(hereinafter referred to as “APC“), hereby invites proposals for chartering a Bollard Pull
Tractor propelled Tug to APC on a bareboat charter basis (hereinafter referred to as the
“Tug/vessel“ and/or "Services").
The initial Term of the Agreement shall be for two (2) years commencing on the date of
the Delivery of the Tug in Ashdod Port (the "Initial Term"). APC shall have an option
to renew the Agreement for 3 additional years as of the end of the Initial Term
(hereinafter referred to as the “Option“).
Moreover, APC shall have two options to purchase the Tug, at the end of the Initial
Term and at the end of a five years period (in case APC exercises its 3 additional years
of charter defined in the Option) according to the terms and conditions specified in the
Agreement (hereinafter referred to as the “Purchase Option“).
Proposers are hereby notified that APC intends to change the flag of the Tug during
the Charter Period to an Israeli Flag (the “Flag Change”). In submitting a Proposal for
the Services, Proposers declare that they agree to the Flag Change and commit to assist
APC in the Flag Change procedure in any mean available and in good faith.
1.2. In connection with the aforesaid, APC will receive sealed competitive proposals
("Proposal(s)") from companies or shipyards which are the owners of the Tug or are
authorized by the owner to charter the Tug or have a relevant Tug in construction (each
company or shipyard shall be referred to as the "Proposer" and collectively as the
"Proposers"), based upon the terms, covenants and provisions of the Proposal Documents as
detailed hereinafter.
1.3. The "Proposal Documents" are:
(a) This IFP.
(b) The enclosed Technical Mandatory Requirements (TMR) for the Tug (Attachment A).
(c) The enclosed Financial Proposal Form (Attachment B).
(d) The enclosed Proposer's Reply Form (Attachment C).
P.O.B 9001, ASHDOD 77191. fax. 972-8-8517523, Email: [email protected] 2
(e) The enclosed Agreement which includes the following documents (the "Agreement")
(Attachment D):
i. The BIMCO STANDARD BAREBOAT CHARTER CODE NAME:
BARECON 2001 for the Tug charter (the: "Bareboat Charter").
ii. Special terms to the Bareboat Charter (the: "Special Terms").
(f) The enclosed Conflict of Interest Statement Form (Attachment E)
(g) The enclosed Proposer's declaration, stating that the Tug shall be delivered to APC not
later than December 31, 2017 (Attachment F)
(h) The enclosed Proposer's authorization certificate from the owner to charter the Tug
(Attachment G).
1.4. It is hereby clarified that APC does not in any way whatsoever commit to charter any Tug
and, for the avoidance of doubt, does not commit that it will exercise the Option and/or the
Purchase Option.
If APC shall exercise the Option, the charter of the Tug within the Option shall be on the
same terms and conditions, including prices, costs, risk, title, warranties, etc. of the Initial
Term.
1.5. The price for the Tug charter includes, inter alia, the Tug’s delivery, acceptance, warranty
and training in Israel in accordance with the terms of the Proposal Documents.
1.6. APC is under no obligation to exercise the Purchase Option, but if it does, it shall be
entitled to purchase the Tug, on the price indicated by the Winning Proposer in The
Financial Proposal.
1.7. The tendering process shall be governed solely by the provisions contained in the Proposal
Documents.
2. Pre-requisites
2.1. Proposals which maintain all conditions as follows will be entitled to participate
in this Tender:
2.1.1. The proposed Tug shall be delivered to APC not later than December 31, 2017
(hereinafter: the "Effective date"); and
2.1.2. The Proposer is a company or a shipyard which is the owner of the Tug or is
authorized by the owner to charter the Tug or has a relevant Tug in construction;
and
2.1.3. The proposed Tug was built after January 1, 2010 or it is under construction; and
2.1.4. The proposed Tug maintains all conditions included herein:
2.1.4.1. The Tug is a Voith propeller Tractor concept tug, with at least 70 ton
Bollard Pull.
2.1.4.2. The Tug’s maximum dimensions/capacities are as follows: max L.O.A of
32 meters, max breadth 13.5 meters, max draft of 6.7 meters, max gross
P.O.B 9001, ASHDOD 77191. fax. 972-8-8517523, Email: [email protected] 3
tonnage: 500 ton.
2.1.4.3. The Tug is classed by one of the IACS members. (IACS = International
Association of Classification Societies).
2.1.4.4. The Tug will hold on the Effective Date all necessary certificates up to date
and shall be ready by all means to immediately carry out all required
pushing and pulling duties.
2.1.4.5. Compliance with all mandatory items specified in Attachment A; and
2.1.5. Proposer will declare that it has no conflict of interest relating to the performance of
the Services for APC under this IFP;
Regarding compliance with the aforementioned preconditions of sections 2.1.1 - 2.1.5, APC
may recognize, at APC’s Tender Committee sole discretion, such conditions as fulfilled by
Affiliated Companies of the Proposer and/or by companies that have been sold to and/or
merged into the Proposer prior to the last date for submitting the Proposals, as being fulfilled
by the Proposer itself. “Affiliated Company” means a company wholly owned by the
Proposer, or the Proposer's parent company, or other affiliated companies of the Proposer
which are to be approved by APC’s Tender Committee at it sole discretion and subject to
any conditions which the APC’s Tender Committee shall decide to apply.
2.2. All the Proposals shall be submitted as set forth in Section 2 below, in English or
Hebrew, in 2 copies.
2.3. APC reserves the right to reject any or all Proposals, to re-advertise this IFP (as
may be amended) or to cancel the IFP process.
2.4. APC may, in its sole discretion, disqualify any proposal which will be partial or
incomplete.
3. Delivery Date: The Tug shall be delivered and accepted by APC in accordance with the
Agreement and the Technical Specifications not later than December 31, 2017.
4. Submission of the Proposal
4.1. The Proposal
APC shall receive sealed Proposals offered by the Proposers as set forth below.
4.2. Submission of the Proposal
4.2.1. Each Proposal shall be submitted in the form required and provided by the Proposal
Documents, as following:
4.2.1.1.The Financial Proposal:
the Financial Proposal should be sealed in a separate envelope which should be
marked as "Financial Proposal", and include all of the following:
the prices of the Tug charter and of the Purchase Option, filled by Proposer in the
Financial Proposal Form (Attachment B). The Financial Proposal Form should be
initialed on each page and signed by Proposer.
P.O.B 9001, ASHDOD 77191. fax. 972-8-8517523, Email: [email protected] 4
All prices in the Proposals shall be in Euros or US Dollars. It is hereby clarified that
the consideration shall be in the same currency proposed.
4.2.1.2.The Technical Proposal
Two copies of the technical Proposal including all the documents and information
detailed hereinafter, should be sealed in a separate envelope marked as “Technical
Proposal”:
i. This IFP initialed on each page.
ii. The Technical Mandatory Requirements (TMR) for the Tug
(Attachment A) to be completed by Proposer and initialed on each
page.
iii. Attachment C – Proposer's Reply Form – to be completed initialed
on each page and signed by Proposer.
iv. Attachment D – the Agreement, including the BIMCO STANDARD
BAREBOAT CHARTER CODE NAME: BARECON 2001 for the
Tug charter and the Special terms to the Bareboat Charter, to be
initialed on each page by the Proposer.
v. The proposed Tug's technical specifications (complete technical
performance data) and all relevant documents/certificates.
vi. In order to provide Proposal compliance with the pre-requisites
included in Sections 2.1.1 and 2.1.3 above – submission of
Attachment F - Proposer's declaration, stating that the Tug shall
be delivered to APC not later than December 31, 2017 and stating
the date on which the construction of the Tug was completed or the
expected date for the Tug’s construction completion .
vii. In order to provide Proposal compliance with the pre-requisite
included in Section 2.1.2 above – submission of Attachment G -
Proposer's written statement with respect to Proposer's
authorization from the owner or proof of ownership by the Proposer.
viii. In order to provide Proposal compliance with the pre-requisite
included in Section 1.7.4 above – submission of Attachment H -
Proposer's written statement with respect to the Tug's technical
details.
ix. In order to provide Proposal compliance with the pre-requisite
included in Section 1.7.5 above – submission of Attachment E -
Proposer's Conflict of Interest statement, in which Proposer shall
declare that to the best of its knowledge and belief, there are no
present or currently planned interests (financial, contractual,
organizational, or otherwise) relating to the performance of the Tug
charter for APC under this Tender, that would create any actual or
potential conflict of interest (or apparent conflict of interest).
x. In order to evaluate the Technical Proposals in section 6.4.2 below -
submission of Attachment H –Proposer's written statement with
respect to the Tug's technical details.
P.O.B 9001, ASHDOD 77191. fax. 972-8-8517523, Email: [email protected] 5
xi. Confirmation of Proposer's signatory rights in connection with this
IFP, approved by Proposer's legal counsel or Proposer's qualified
accountant (CPA or equivalent according to local laws (CIMA etc.)
xii. Any Addenda to the Tender Documents issued by APC – initialed on
each page by the Proposer.
Prices should not appear in any of the documents of the Technical
Proposal. In the event any prices appear in any documents included in
the Technical Proposal, the Proposal may be disqualified.
4.2.1.3.Both sealed envelopes should be marked "Tender No. 2752/YAM/17
Financial/Technical", as applicable, and should be submitted to APC in one envelope
bearing the Tender number according to the provisions in this IFP.
4.3. Each and every Proposal shall be valid for six (6) months from the last date set for the
submission of the Proposals herein below. The foregoing notwithstanding, it is clarified that
the Proposal is forward looking and details the undertakings of the Proposers with respect to
the entire term of the Agreement, and thus, the terms of the Proposal (including with respect
to prices, schedules, warranties, etc.) shall be valid throughout the term of the Agreement,
subject to and in accordance with its terms.
4.4. All information requested shall be provided in English and/or Hebrew languages.
5. Timetable and place for submitting the Proposals
5.1. Proposals should be submitted not later than, July 20, 2017 at 14:00 IL Time. (the
“Deadline”).
Proposal submitted after this deadline will be disqualified and shall not be considered.
5.2. Proposals should be submitted to:
Ashdod Port Company Ltd.
Tender Box, Chamber of the head of Procurement Department
Engineering and Logistic Building, 1st floor.
ASHDOD PORT
ASHDOD, 77191, Israel
Proposals submitted to the Tender Box in Ashdod Port, shall be submitted during the usual
working hours of Ashdod Port: 08:00 to 16:00 IL time, and not later than the date and time
mentioned in section 5.1, herein above.
5.3. APC reserves the right to modify (shorten or lengthen) the time scheduling set forth above,
and this by written notification to the Proposers. Proposers waive any objection to such
modification.
6. Tender Evaluation Procedure
6.1. Preliminary Evaluation
APC will examine whether the Proposal answers to all pre-conditions in order to determine
whether the Proposal is qualified to participate in the Tender.
P.O.B 9001, ASHDOD 77191. fax. 972-8-8517523, Email: [email protected] 6
6.2. At this stage, APC will examine the Technical Proposals only, in order to determine whether
they are complete and whether the documents have been properly signed.
APC reserves the right to request a Proposer to submit any documents or data that was not
submitted with the Proposal and related thereto, within a given time. The above
notwithstanding, any Proposals found to be non responsive or partial or non complete may
be rejected by APC.
6.3. The Financial Proposals envelope shall not be opened up until stage B and only for
Proposers who successfully passed stage “A”, as described herein below.
6.4. Evaluation of Proposals
6.4.1. Proposals which were qualified to participate in this Tender according to section 6.1
above will be evaluated by APC in two stages, as follows:
(a) Quality and technical evaluation - 35%.
(b) Price - 65%.
6.4.2. Stage A - Quality and Technical Evaluation
At this stage APC will evaluate the Technical Proposals, i.e., the documents submitted by
the Proposers as required in Section 4.2.1.2 above.
The Quality and Technical evaluation will be made according to the following values:
◙ 24% - the Tug building year:
New tug- built during the years 2016-2017: 24 %
A tug built during the years 2013-2015: 16%
A tug built during the years 2010-2012: 8%
◙ 20% - The Bollard Pull of the Tug:
70-72 tones: 10%
73 tones and more: 20%
◙ 10% - Type of VSP of the Tug:
Vectra 3000 class: 10%
Other VSP type: 5%
◙ 10% - Type of engine of the Tug:
High speed engines min 1500 RPM with Clutch for saving fuel: 10%
Other type of engines: 5%
◙ 20% - Characteristics of the Tug:
Towage capabilities;
Quality of bridge equipment;
Position size of engine room funnels;
P.O.B 9001, ASHDOD 77191. fax. 972-8-8517523, Email: [email protected] 7
Maneuvering capabilities;
Fuel consumption in full load condition.
These Characteristics shall be checked and determined according to the
Tug's manual booklet.
◙ 10% - Next scheduled periodical dry docking of the Tug:
After 1.1.2021: 10%
Before 1.1.2021: 0%
◙ 6% - Commitment for Early delivery of the Tug (before the effective date):
Delivery before December 1, 2017: 2%
Delivery before November 1, 2017: 4%
Delivery before October 1, 2017: 6%
A Proposer who's Quality and Technical Proposal did not receive at least 75%
of the Quality and Technical Evaluation (Stage A), will be disqualified and its
Financial Proposal will not be considered and will be returned to it unopened.
In the event that only one Proposal shall reach the score of at least 75% of the
Quality and Technical Evaluation (Stage A), then, the threshold score shall be
decreased to 65% for the Quality and Technical Evaluation and only Proposer’s
who's Quality and Technical Proposal did not receive at least 65%, shall be
disqualified.
It is hereby clarified that in the event of Late Acceptance and/or change of Bollard
Pull as defined in the Agreement which shall be different than the data given on
Attachment H as aforementioned, APC shall be entitled to collect Liquidated
Damages as set in clause 38 to the Agreement.
6.4.3. Stage B – Financial Evaluation:
At this stage, APC will evaluate the Financial Proposals of the Proposers who
successfully passed stage “A”. The financial evaluation will be as follows:
100% - the price for charter hire of the Tug per day
as per section 1.1 to the Financial form (Attachment B), delivered to
APC, all in accordance with the terms of the Agreement .
The lowest priced proposal will receive the maximum score and all other
proposals will be graded respectively ("Financial Evaluation Grade").
6.4.4. Negotiations and submission of Best and Final Financial Proposals
APC reserves the right to negotiate the Financial Proposal with selected Proposers.
In the event that the Tender Committee shall decide to exercise its right to negotiate as
stated above, then upon completion of said negotiations, the Proposers shall be entitled to
submit the “Best & Final” Financial Proposals, in accordance with APC's instructions,
and the grades of the Financial Proposals shall be readjusted by APC in accordance with
P.O.B 9001, ASHDOD 77191. fax. 972-8-8517523, Email: [email protected] 8
the Financial Proposals Evaluation Values as specified in section 6.4.3 as per section 1.1
to the Financial form (Attachment B) (hereinabove "Final Evaluation Grade").
Proposer’s which have not submitted a Best & Final Proposal as specified above, their
original Financial Proposal submitted, shall be considered as the final Financial Proposal
for this Tender.
6.4.5. Final Evaluation Grade
The final evaluation score of each Proposal shall be calculated as follows:
Proposal’s Quality and Technical evaluation
(as per Section 6.4.2) x 35%
+
Proposal’s Financial evaluation
(as per Section 6.4.3) x 65%.
The Proposer who shall be awarded with the Agreement shall be the Proposer whose final
evaluation score calculated as detailed above will be the highest, all subject to Section 1.9
above.
7. Terms of Payment and Delivery – as defined in the Agreement attached hereto as Attachment D.
8. Responsibility of Proposers Proposer shall bear all costs associated with the preparation and submission of its Proposal. APC
shall in no event be responsible or liable to any costs, regardless of the conduct or outcome of this
Tender.
Each Proposer shall carefully examine the Proposal Documents, and become familiar with the
required operation for providing the Services, and shall judge for itself all the circumstances and
conditions which might affect its Proposal and operations there under. Failure on the part of any
Proposer to examine, inspect and be completely knowledgeable of the terms and conditions of the
Proposal Documents, the operational conditions or any other relevant documents or areas, shall
not relieve the Proposer from full compliance with its Proposal and the Agreement. All
requirements in the Proposal Documents apply to the Proposer as named in the Proposer's Reply
Form unless otherwise specifically permitted herein.
9. Rejection of Irregular Proposals Proposals which contain any alteration, addition (not requested under the Proposal Documents),
omission, condition, limitation or show irregularity of any kind, may be rejected by APC.
APC reserves the right to reject, disregard or waive any additions, conditions, irregularities,
technicalities or informalities in any Proposal, or to reject any or all Proposals.
10. Clarification Procedure/Addenda
10.1. From the time of the Tender’s publication, any prospective Proposers may approach APC in
writing, by electronic mail: [email protected], and advance any reservation,
comment, request for clarification or question with respect to the Tender or the Agreement
subsequent thereto (hereinafter: “Reservation”). It is the applicant’s responsibility to verify
receipt of the Reservation by APC, by e-mail.
P.O.B 9001, ASHDOD 77191. fax. 972-8-8517523, Email: [email protected] 9
10.2. In making a Reservation, applicants must state the Tender number, their name, address, a
telephone number where they can be reached, their fax number, email address and a return
address for the response.
10.3. APC does not undertake to respond to Reservations submitted after July 6, 2017, 14:00 IL
Time.
10.4. Replies to a Reservation shall be in writing and issued in the form of “Addenda to the
Proposal Documents”, sent by electronic mail or facsimile to all Proposers. APC shall not be
responsible for, or bound by any replies, information or instructions not issued in any
manner, other than as set forth herein.
10.5. APC shall have and reserves the right to issue supplemental instructions or modifications to
the Proposal Documents, which, if issued, will be in the form of a written addendum.
11. General
11.1. APC reserves the right to request a Proposer to submit any documents or data that was not
submitted with the Proposal and related thereto, within a given time.
11.2. APC may cancel the Tender, in whole or in part, or modify it at any time, or abstain from
executing the Agreement with the selected Proposer, and Proposers shall have no right to
demand its enforcement and waive any claim in connection therewith.
11.3. APC is not obligated to choose the Proposal which received the highest calculated financial
score, the Proposal which received the highest calculated quality and technical evaluation
score or any other Proposal.
11.4. The wining Proposer shall execute the Agreement (Attachment D) (i.e., sign the Agreement)
within fourteen (14) calendar days of the date APC notifies the wining Proposer, in writing,
that it has been selected under the Tender to enter the terms and conditions of the
Agreement. Failure of the Proposer to execute the Agreement as detailed in this Section
shall be deemed a fundamental breach of the Agreement with all that this entails under the
Proposal Documents and/or applicable law and, inter alia, shall give rise to APC’s right to
terminate the selection of said Proposer as wining Proposer in the Tender, and to choose an
alternative Proposer.
11.5. It is clarified that the wining Proposer shall obtain an authorized copy of The BIMCO
STANDARD BAREBOAT CHARTER CODE NAME: BARECON 2001 for signing and
handling a clean and final copy of the Bareboat Charter with APC.
11.6. Without prejudice to any other remedy or right of APC, in the event of a breach of
Agreement, as aforesaid, or withdrawal of Proposal by the winning Proposer, APC may
declare the Proposer’s win void and declare the second highest rated Proposer (or the
incomer Proposer if such second highest Proposer fails to meet the requirements and so on)
to the winner in the Tender. In such case, all obligations listed above shall apply to the
newly-designated winner.
11.7. Right of Examination of Tender Documents
11.7.1. Unsuccessful Proposers shall be entitled to review the selected Proposal within thirty (30)
days as of receipt of APC's notification regarding the results of the Tender, subject to the
Mandatory Tenders Law, 1992 and the Mandatory Tenders Regulations, 1993, and
provided that, it has applied in writing to the Secretary of the Tender Committee
following the award and paid the APC an amount of NIS 750, including V.A.T.
11.7.2. Each Proposer should mark within its Technical Proposal, which parts contain (in the
Proposer’s opinion) the Proposer’s commercial secrets which should not to be disclosed
P.O.B 9001, ASHDOD 77191. fax. 972-8-8517523, Email: [email protected] 10
to other Proposers; these parts should be clearly identified and should be physically
separated from the rest of the Proposal, insofar as this is feasible. Regardless of the
aforementioned, the Proposer’s experience and Financial Proposal shall not constitute
commercial secrets.
11.7.3. The Tender Committee shall have sole discretion and shall make its own judgment with
regard to the nature and extent of the “commercial secrets” contained in any of the
Proposer’s documentation, and shall not be limited in disclosing such information to
other Proposers in accordance with applicable law. The Proposers, by submitting
Proposals hereunder, irrevocably waive any claim of any kind against either the Tender
Committee or the APC, in connection with such disclosure (regardless of whether they
have marked the same as “commercial secret”).
11.7.4. Regardless, the Tender Committee shall provide prior notification to the Proposer, in the
event that it intends to disclose information marked as “commercial secrets” to another
Proposer, and this in order to enable the Proposer a reasonable response time. If the
Tender Committee decides to disclose the information nevertheless, it shall inform the
Proposer prior to the disclosure.
11.8. A Proposer who marks certain items as “commercial secrets” is representing that these parts,
in other Proposers’ Proposals, are also commercial secrets and waives its right to inspect
those sections in other Proposals.
11.9. Notwithstanding anything herein to the contrary, it is hereby clarified that as per the decision
of APC's Tender Committee, APC shall be entitled to review the Financial Proposals of
Proposers who were disqualified, at any stage of the Tender, or drawn Proposals, prior to
their return, for the sake of financial effectiveness.
11.10. For further information you may contact the following APC official:
Mrs. Ayelet Mandler Procurement Coordinator
Fax: 972-8-8517523, e-mail: [email protected]
12. Governing Law and Jurisdiction The governing law regarding this Tender will be the Israeli law without regard to its conflict of
law provisions. The Tender will be subject to the sole and exclusive jurisdiction of the authorized
courts in Israel.
ATTACHMENT A
DESCRIPTION Required Units DATA -remarks
1 Bollard pull
1.1Bollard pull at 100% Maximum Continuous Rating (MCR) under standard tropical
conditions at 50% Tanks capacity.≥ 70 Ton yes/no
2 PropulsionVoith
Schnnider2 yes/no
2.1 Max. air temperature up to ≤45ºC yes/no
2.2 Max. seawater temperature ≤ 34c yes/no
2.3 Humidity range ≤ 70% yes/no
3 Gross Tonnage ≤ 500 G.Ton yes/no
4 Speed
4.1 Forward free running speed, at 50% Tank capacity and Engines at 90% MCR ≥ 11 knots yes/no
5 NOISE AND VIBRATION
5.1Noise measurement procedure according to “IMO- Noise Level Code on Board Ships-
Resolution IMO MSC.337(91). yes yes/no
5.2 Navigating bridge ≤60 (+ 5%) dB(A)
5.3 Crew cabin ≤55 (+ 5%) dB(A)5.4 Mess room ≤70 (+ 5%) dB(A)
5.5 Alleyways ≤70 (+ 5%) dB(A)5.6 Machinery space ≤100 (+ 5%) dB(A)
5.7 Engine control room ≤70 (+ 5%) dB(A)
5.8 Main Deck near Towing Winch and near Windlass (not operating) ≤85 (+ 5%) dB(A)
6 VIBRATIONS:
6.1The vibration test shall be carried out during sea trials on the similar conditions that
exposed on the noise test according to ISO standard 6954-2000: Mandatoryyes yes/no
6.2 Crew cabins, mess room6.3 Vertical ≤406.4 Horizontal ≤206.5 Engine control room6.6 Vertical ≤606.7 Horizontal ≤306.8 Machinery spaces6.9 Vertical ≤200
6.10 Horizontal ≤100
7 CLASSIFICATION AND RULES
7.1 HULL: X 100A1 TUG (Or equivalent IACS member notation) yes yes/no
7.2MACHINERY: X LMC UMS, Fire Fighting Ship 1(2400) with water spray (Or
equivalent IACS member notation)yes yes/no
7.3Classification society-Any full IACS member (Name of the proposed calcification
society)yes yes/no
8 Dimensions 8.1 Overall length ≤ 32 m yes/no8.2 Width ≤ 13.5
8.3 Operational load condition draught - Harbour - max. ≤7 m yes/no
9 Main Engines
9.1 Four-stroke Marine Diesel Engines yes yes/no
10 AUXILIARY MACHINERY
10.1 MARINE Diesel Generators 2
11 Marine Air-condition 2 yes/no
The Proposer Date
The Proposer will enclose with its proposal the following filled out data sheet as far as possible. Failure to supply the appropriate requested data
and/or documentation, may result in disqualification of Proposer's Proposal.
Tender No. 2752/YAM/17 - for Tug charter Technical
Mandatory Requirements (TMR)
1
Attachment C
Proposer’s Reply Form
Tender for Tug charter (the "Tug/vessel")
(the "Tender")
Tender No. 2752/YAM/17
Date: __________________
Proposer’s Name: _______________________
Name of contact person: _________________
Title of contact person: _________________
Tel: ___________________________________
Fax: ___________________________________
E-mail: ___________________________________
To: Ashdod Port Company Ltd. ("APC")
Subject: Our Proposal for Tug charter
Reference: Your Tender No. 2752/YAM/17 (the “Tender”)
1. We, the undersigned, hereby submit our Proposal with respect to the above mentioned
Tender for Tug charter (hereinafter: "Tug/vessel").
2. We hereby confirm that we have read and understood all Proposal Documents (as such
term is defined in the Invitation for Proposals document).
3. Attached please find all documents, information, data & certificates as specified in
Section 2 to the Request for Proposals document.
4. Our Proposal shall be valid for six (6) months from the last date set for the submission of
the Proposals in the Invitation for Proposals document.
5. We acknowledge and agree that APC is not obligated to accept the most inexpensive
Proposal or the highest scored Proposal or any other Proposal.
6. We acknowledge and agree that in the event our Proposal will be selected by APC as the
winning Proposal in the Tender, APC shall be entitled to provide our Proposal for the
review of Proposers which were not selected, including also those parts of our Proposal
that we have marked as containing commercial secrets and we shall not have any claims
with respect thereto.
_______________ __________________________
Date Proposer’s signature & stamp
1
SPECIAL TERMS TO THE AGREEMENT
No. 2752/YAM/17
Made this ______ day of __________2017
By and Between
ASHDOD PORT COMPANY LTD.
Company Registration Number 51-356977-2
of Ashdod Port, Ashdod 77191, Israel ("APC", “Charterers”)
And
_______________________________________________
Company Registration Number [____________________]
of _____________________________________________________ ("Supplier”, ”Owner")
(the “Supplier”, ”Owners” and “APC”, “Charterers” shall each be referred to as a “Party” and
collectively as “Parties”)
For
Tug charter
Whereas: APC wishes to charter the Tug, as defined below for a period of 2 years commencing on the date of the Delivery of the Tug in Ashdod Port (hereinafter the
“Initial Term“); and
Whereas: APC requires an option to renew the Agreement for an accumulating 3 periods of
up to one (1) year for each period and a total of 3 additional years as of the end of
the Initial Term (hereinafter referred to as the “Option“); and
Whereas: APC has issued Tender No. 2752/YAM/17 for the Tug charter (the "Tender"), so
as to ensure the Supplier's capability to conform to any and all standards of
performance stated hereinafter; and
Whereas: The Supplier was elected as the winning Proposer to charter the Tug
_____________________________________________________________
[Vessel’s Name, call sign and flag, to be completed according to the winning
proposer’s Proposal] (hereinafter: the "Tug") to APC, as per its proposal dated
___________ and its exhibits and all documentation and data attached thereto, as
amended in writing pursuant to negotiations conducted between the Parties (the
"Proposal");
It is therefore Agreed Declared and Stipulated between the Parties:
1. Preamble. The preamble to this Agreement and its appendices constitute an integral part hereof.
The sections' headings contained in this Agreement are for convenience only and do not
constitute matters to be considered interpreting this Agreement.
2. Definitions. In this Agreement, the following term shall have the meaning ascribed to it below:
2.1. "Agreement" means: this SPECIAL TERMS TO THE AGREEMENT and the BIMCO
STANDARD BAREBOAT CHARTER CODE NAME: BARECON 2001 (hereinafter: the
"Bareboat Charter").
Other capitalized terms shall have the meaning ascribed to them below.
2
3. Agreement Documents” means:
3.1. Appendix A: Prices
3.2. Appendix B: Certificate of Propriety
3.3. Appendix C: Conflict of Interest Statement Form
3.4. Appendix D - Requirements To be supplied/ installed on delivery
4. The terms specified below are special terms to the Bareboat Charter and its terms shall prevail the
Bareboat Charter terms, wherever there is a contradiction between the terms.
5. Supplier hereby agrees to the special terms to Part I of the Bareboat Charter, which are detailed in
this clause:
5.1. Box 1 – None
5.2. Box 4 – Bareboat Charterers/Place of business (cl.1) – “Ashdod Port Company Ltd., P.O.B
9001, Ashdod 77191, Israel”
5.3. Box 13 – Port or Place of delivery (cl.3) – “Port of Ashdod, Israel”
5.4. Box 15 – Cancelling date (cl.5) – “40 calendar days as of Time for delivery specified in
box 14”.
5.5. Box 16 – Port or Place of redelivery (cl.15) – “Port of Ashdod, Israel”
5.6. Box 17 – No. of months’ validity of trading and class certificates upon redelivery (Cl. 15)
– “6 months”.
5.7. Box 20 – Trading limits (Cl. 6) – “Territorial Israel coastal water – Vessel to be employed
in harbor towage activity”
5.8. Box 21 – Charter period (Cl. 2) – “2 years (Initial Term) + an option to renew the Charter
period for 3 periods of up to one (1) year each, totaling to 3 additional years as of the end of
the Initial Term.”
5.9. Box 23 – New class and other safety requirements (state percentage of Vessel's insurance
value acc. to Box 29)(Cl. 10(a)(ii)) – “100%”
5.10. Box 27 – Bank Guarantee/bond (sum and place)(Cl. 24) – “None.”
5.11. Box 33 – Brokerage commission and to whom payable (Cl. 27) – “None”
5.12. Box 34 – Grace period (state number of clear banking days)(Cl. 28) – “14 clear banking
days.”
5.13. Box 35 – Dispute Resolution (state 30 (a), 30(b) or 30 (c); if 30(c) agreed Place of
Arbitration must be stated) (Cl. 30) – “30 (c). Place of arbitration TBD with winning
Proposer.”
5.14. Box 42 - Hire/Purchase agreement (indicate with “yes” or “no” whether PART IV
applies) - No
6. Supplier hereby agrees to the special terms to Part II of the Bareboat Charter, which are detailed
in this clause:
6.1. Clause 3 – Delivery – line 46 – the wording below shall follow the words "unless otherwise
provided in box 32":
and any such defects shall have to be notified to the Owners as soon as possible after
discovery and at the latest within fourteen (14) working day.
6.2. Clause 5 – Cancelling – line 65 – the sentence shall be amended as follows: "…Owners
notice of cancellation within thirty-six (36) ninety six (96) running hours… ".
6.3. Clause 5 – Cancelling – line 77 – the sentence shall be amended as follows: "… such notice
or within thirty-six (36) ninety six (96) running hours …"
3
6.4. Clause 6 – Trading Restrictions – lines 87-89 – the following wording shall replace the
original wording:
"The Vessel shall be employed in lawful trades within the trading limits indicated in Box
20."
6.5. Clause 10 (a) (I)– Maintenance and Repairs– line 174 – the word "boilers" shall be deleted.
6.6. Clause 10 (a) (III)– Financial Security– line 203 – shall be amended as follows:
"…party liabilities as required by any the Israeli government including federal, state or
municipal or other division or Israeli authority thereof…"
6.7. Clause 10 (c) – Maintenance and Operation – line 234 - the following wording shall be
deleted:
"…The Charterers shall keep the Owners and the mortgagee(s) advised of the intended
employment…"
6.8. Clause 10 (d) - Flag and Name of Vessel – line 241 - the wording shall be amended as
follows:
The Charterers shall also have the liberty, upon their sole discretion with the Owners’
consent, which shall not be unreasonably withheld, to change the flag and/or the name of the
Vessel during the Charter Period, and the Owners shall assist Charterers in the flag
change procedure in any mean available and in good faith.
6.9. Clause 10 (e) – Changes to the Vessel– line 251 – the word "boilers" shall be deleted.
6.10. Clause 10 (e) – Changes to the Vessel– line 253 - the following wording shall be deleted:
"If the Owners so agree, the Charterers shall, if the Owners so require, restore the Vessel
to its former condition before the termination of this Charter."
6.11. Clause 11(g) – Hire – line 324 – the sentence shall be amended as follows: "… shall be
made within seven (7) fourteen (14) running days of the date…"
6.12. Clause 13 – Insurance and Repairs –– line 360 - the wording below shall be as follow:
"…and machinery, and war and Protection and Indemnity risks as covered by Public
Liability Insurance (Ports Owners and Operators Liability)…"
6.13. Clause 13 – Insurance and Repairs –– line 390 - the wording below shall be added after
the words "…for the Charterers' account."
Notwithstanding the above provision, all time used for repairs of latent defects of
main components of the main engines and generators (causing the shutdown of the
tug) during the first 12 months of the contract shall be on Owners account for a
maximum of 7 days per event and for a maximum of 5 events. An inspector
nominated by the Owners will be the sole judge to ascertain if the breakdown is due
to a latent defect or not. In case Owners inspector is unable to ascertain if the
breakdown is due to latent defects, the time used for repairs will be paid at the time
reduced by 50%.
6.14. Clause 13 (f) – Insurance and Repairs –– line 424 - the wording below shall be added after
the words "…indicated in Box 29."
Owners may, at their own cost, and upon their sole discretion insure the Vessel for
Protection & Indemnity risks.
6.15. Clause 15 – Redelivery –– line 533 - the following wording shall be deleted after the
words "…stated in Box 22...":
"plus 10 per cent. or to the market rate, whichever is the higher…".
6.16. Clause 17 – Indemnity –– line 572 - the following wording shall be deleted:
4
"Without prejudice to the generality of the foregoing, the Charterers agree to indemnify
the Owners against all consequences or liabilities arising from the Master, officers or
agents signing Bills of Lading or other documents."
6.17. Clause 18 – Lien –– line 588, 590 - the sentence shall be amended as follows:
"The Owners to have a lien upon all cargoes, sub-hires and sub-freights belonging or due
to the Charterers or any sub-charterers and any Bill of Lading freight for all claims under
this Charter…"
6.18. Clause 22 – Assignment, Sub-Charter and Sale–– line 613 - the wording below shall
follow the words "…and conditions as the Owners shall approve."
"Notwithstanding the above mentioned, the Charterers may assign this Charter to
other Israeli Government Entities without the prior consent of the Owner."
6.19. Clause 23 – Contracts of Carriage – this Clause shall be deleted in whole.
6.20. Clause 28 (a) (II)– Termination - Charterers Default - line 803 – the sentence shall be
amended as follows: "…provided that the Owners shall have the option, by have given a
written notice to the Charterers, to give the Charterers a specified number of days of at
least ten (10) working days grace within…"
6.21. Clause 29 – Repossession - line 854 - the sentence shall be amended as follows:
"…from the Charterers at her current or next port of call, or at an Israeli port or place
convenient to them without hindrance…"
6.22. Clause 29 – Repossession - line 867 – the following words shall be deleted:
"and repatriation".
6.23. Clause 30 – Dispute Resolution - line 870 - the wording below shall be added
6.24. If any dispute shall arise between the Parties in connection with the Agreement, the
Parties via their CEO’s or anyone on their behalf shall first seek to resolve any
such disputes by mutual consultation.
6.25. The CEO’s of the parties (or anyone on their behalf) shall have ten (10) calendar
days to resolve the dispute, to reach a mutual decision. Such decision shall become
final and binding upon the Parties. Any decision that has become final and binding
shall be implemented by the Parties forthwith.
6.26. If no decision is reached within that timeframe, the parties may mutually agree on
an extension of the timeframe or refer the dispute resolution in accordance with
section 30 (c) to the Agreement.
6.27. Clause 30 (a) and 30 (b) shall be deleted in whole.
6.28. The Clauses below shall be added after Clause 31 – Notices:
Clause 32 - Charter Period
Owners have agreed to let and Charterers have agreed to hire the Vessel for a period of 2
years commencing on the date of the Delivery of the Tug in Ashdod Port (the "Initial
Term"). Charterers shall have an option to renew the Charter period for an accumulating 3
periods of up to one (1) year each, as of the end of the Initial Term (hereinafter referred to
as the “Option“). The Option shall be exercised not later than 90 days before the end of
each period.
Clause 33 – First Charterers Purchase Option
At the end of the Initial Term (2 years of charter), Charterers shall have an option to
purchase the Vessel according to the terms and conditions specified herein (hereinafter
referred to as the “Purchase Option“).
The Purchase Option shall take place, according to the price indicated in the Appendix A –
Prices- Section 2.1 “Price for the First option”. The Purchase Option may be exercised by
written notice to the Owners, sent not later than 180 days before the end of the Initial
5
Term. The selling of the Vessel shall be executed on the redelivery date of the Vessel
against payment of the Price for the First option.
Clause 34 – Second Charterers Purchase Option
At the end of the three (3) years from the end of the Initial Term (in case APC exercised its
3 additional years of charter defined in the Option) Charterers shall have a second option
to purchase the Vessel according to the terms and conditions specified herein (hereinafter
referred to as the “Second Purchase Option“).
The Second Purchase Option shall take place, according to the price indicated in the
Appendix A – Prices- Section 2.2 “Price for the Second option”. The Second Purchase
Option may be exercised by written notice to the Owners, sent not later than 180 days
before the end of three (3) years from the end of the Initial Term. The selling of the Vessel
shall be executed on the redelivery date of the Vessel against payment of the Price for the
Second option.
Clause 35 – Owners shall effectuate 14 days training to the crew at Ashdod Port at Owners
account. The training personnel on behalf of the Owner shall include at least all of the
following personnel: tug Owners superintendent, tug master, tug's shipyard electrician (for
3 days), Voit-Schneider technician (for 3 days), engine technicians (for 2 days).
Clause 36 – Maintenance
in addition to Clause 10(a), Charterers shall perform all maintenance as specified by the
builders and suppliers of the equipment and machinery installed on board. A 3 months
report of maintenance performed shall be sent to Owners representative. Before redelivery
an underwater to be effectuated on Charterers account.
Clause 37 – Notwithstanding the provisions stated in Clause 5, should the Vessel not be
delivered latest by the cancelling date and Charterers do not exercise their option of
cancelling, Charterers will be compensated of Euro 1,300 per day of delay for a maximum
of 30 days. On expiring of the thirty days, Owners and Charterers will meet to decide
whether to cancel or maintain the agreement.
Clause 38 – Liquidated Damages:
(a) Late Acceptance.
(1) In any event of Acceptance of a Vessel after Time for delivery as as set forth in
box 14 and on Attachment H to the IFP, Owner will pay APC a half percent
(0.5%) of the Charter hire for one month (as set forth in box 22) per each week
or any part thereof of delay of Time for delivery of such Vessel, beyond the
Time for delivery dates applicable to the Vessel. However, such liquidated
damages shall not exceed an amount equal to ten percent (10%) of the Charter
hire for one year. (“Liquidated Damages for Late Acceptance”).
(2) APC shall not be entitled to Liquidated Damages for Late Acceptance for
delays of less than fourteen (14) calendar days, but for any delay of more than
fourteen (14) calendar days after the Final Acceptance date, the Liquidated
Damages for Late Acceptance will accrue from the Final Acceptance date until
actual Final Acceptance of the Vessel. Collection of the Liquidated Damages
for Late Acceptance shall be at the discretion of the APC.
(b) Bollard Pull
(1) In the event that the Bollard Pull of the Vessel, as determined at the Bollard
Pull Trials reports, is less than the BP stated in Attachment H to the IFP but
exceeds 70,000 kilograms, the Owner shall pay APC, Bollard Pull Deficiency
Liquidated Damages, in the amount of Euro 10,000 (Ten Thousand Euro) per
each full tenth of ton missing (100 kilograms) (hereinafter "Bollard Pull
Deficiency Liquidated Damages"). Notwithstanding the above, APC may
accept such Vessel only in case its Bollard Pull exceeds 70,000 kilograms, and
in this case the Bollard Pull Deficiency Liquidated Damages shall apply.
6
(2) If the Bollard Pull of the Vessel, determined as aforesaid, is less than 70,000
kilograms, then such deficiency shall be deemed a material breach by the
Owner, then without derogating from APC's rights under this Agreement and
any applicable law, APC shall be entitled to each of the following cumulative
remedies, at its sole discretion: (i) collect the Bollard Pull Deficiency
Liquidated Damages and/or (ii) terminate this Agreement due to Owners’
Default in accordance with Section 28 (b). APC will be entitled to (but not
obligated to) collect the Bollard Pull Deficiency Liquidated Damages from the
Owner in any manner, including in the event of termination due to Owners’
Material Breach.
Clause 39 – Owner shall Supply all Documents and install all Systems specified in
Appendix D on Delivery, on Owners account.
Clause 40 – Communication
40.1 Notices. All notices hereunder will be made in writing, by fax or by e-mail according to the
following:
Charterers –
Mr. Morris Mor
Tel no.: 972-8-8517280
Fax no.: 972-8-8517296
e-mail address: [email protected]
Mr. Itsike Cohen
Tel no.: 972-8-8517206
Fax no.: 972-8-8517208
e-mail address: [email protected]
Owner –
Tel no.:
Fax no.:
e-mail address:
40.2 Any notice will be deemed accepted, on the working day following its transmission (provided
acceptance was confirmed personally or electronically).
7
IN WITNESS WHEREOF the Parties have hereunto set their hands this day and year first above
written:
________________________ __________________
Ashdod Port Company Ltd. Owner
By:________________ By:_______________
Title: ______________ Title:_____________
Date:_______________ Date:_____________
By:________________
Title: _____________
Date:______________
By:________________
Title: _____________
Date:______________
----------------------------------------------------------------------------------------------------------------------------------------
I, the undersigned, legal counsel of _________________________________________________________
("Supplier"), hereby confirm that _____________________________________, who have signed this
Agreement, is duly authorized to sign this Agreement on behalf of the Supplier, and that his/her signature shall
bind the Supplier hereunder for all intents and purposes.
_________________________
Full Name and Signature
8
APPENDIX A
PRICES
[Please do NOT attach any document hereto]
9
APPENDIX D
Requirements To be supplied/ installed on delivery, on Owners account
Appendix D
Tender No. 2752/YAM/17 - for Tug charter
DESCRIPTIONWill be
suppliedUnits Remarks
1 DOCUMENTATION:To be supplied on
delivery
1.1
G.A, Construction Plans, Shell Plating, Midship sections,
Engine Room & Machinery arrangement, Bridge
Arrangement, Accommodation plans, Electrical &
Electronics plans, Auxiliary Systems plans, Safety Plan,
Docking Plan - All Approved and Stamp by the CLASS
Yes/No
1.2 Maker list, TecSpecs, Maintenance Plan Yes/No
1.3Strength Calculations, Hydrostatics, Intact Stability,
Damaged StabilityYes/No
1.4CLASS NOTATION CERTIFICATES, Makers' Warranty and
GuarrantyYes/No
2 Towing line arrangementTo be supplied on
delivery
2.1
3 sets of DYNEEMA ropes to be supplied. 2 sets to be
mounted on each of the 2 drums as follows:
1. Main line : 1 x 110 mtr. SAMSUNG Amsteel Blue dia.
60mm with two splices jacket protected 200 cm MBL
267T with supplier certificate (with chafe protection
guide).
2. Shock line: 1 x 12mtr. polyester dia. 112 mm with
one splice jacket protected MBL 269T with supplier
certificate.
3. Pendant: 1 x 30 mtr. SAMSUNG Amsteel Blue dia.
60mm with two splices jacket protected 200 cm MBL
267T with supplier certificate.
Yes/No
2 sets
on
drums+
1 set
SPARE
Requirements To be supplied/ installed on delivery
The Proposer will enclose with its proposal the following filled out data
sheet as far as possible.
3RADIO COMMUNICATION, NAVIGATION & NAUTICAL
EQUIPMENT (Indicate maker and models)
To be supplied on
delivery
3.1 Equipment GMDSS Yes/No
3.2
Two (2) portable VHF radiotelephone with permanent
extension PTT for tug master VHF operated with
movable magnet.
Yes/No
3.3 One (1) 406 MHz EPIRB. Yes/No
3.4 One (1) 9 GHz Radar transponder Yes/No
3.5 One (1) NAVTEX JRC NCR-333 (including printer) Yes/No
3.6One (1) additional VHF radiotelephone simplex-
semiduplex (SAILOR RT 5022) in the bridgeYes/No
3.7One (1) VHF remote control unit to the mess unit install
in the Tug master cabinYes/No
3.8 One (1) VHF unit to install in the mess room Yes/No
3.9 SVDR (Totem preferable) Yes/No
3.10 ECDIS ( FORUNO preferable) Yes/No
MiscellaneousTo be supplied on
delivery
4 add additional A/C supply in BRIDGE Yes/No 1
5To cover with stainless steel the inner part of the A-
frames towing rope passage. Yes/No
6 Two drums to be installed for dynema ropes Yes/No 2
7To add cylindrical fenders at the aft of hull as per
charterers specifications.Yes/No 2
fender demensions
each: dia: 0.8 m, length
: 1.5 m.
8To install back washing system on main heat exchangers
of MMEEYes/No
9
To install CCTV cameras in engine room to cover all E/R
areas To have possibility to watch on TV screen located
in MESSROOM.
Yes/No 4
10 To install one CCTV camera on each side of the bridge. Yes/No 2
11All deck projectors to be led type 1500W . Working lights
on deck to be led type.Yes/No
12Turning stainless steel arm for electricity shore
connection as per charterer request.Yes/No 1
13Seperated A/C system in control room to be installed. (
not with sea water cooling).Yes/No
14Emergency 24 V lights with stainless steel arms turning
over the side to be installed on both sides for life rafts. Yes/No
15 To install powerfull ventilation in VOITH space room. Yes/No
16piston bilge pump to be connected to all bilge suctions
with permanent pipes.Yes/No
17 local digital display to be installed for VSP oil sumps Yes/No
18all OIL DEEP STICKS of main engines and generators to be
with extension to enable easy and safe measurement.Yes/No
19 Foam tank to be filled before delivery. Yes/No
20 electricity shore connection to be of 125 AMP Yes/No
21to add four single bitts above bulwarks fwd & aft (two on
each side of the tug)Yes/No
22to add amper and voltage measurement indicators on
the battery chargers.Yes/No
23
The double bed crew cabin to be converted to a closet
cabin. The beds to be removed and 12 personal lockers
to be installed.
Yes/No
24
To add grids (with holes) in some places in engine room
floor and voith room floor, to enable easy inspection of
bilges.
Yes/No
25 Hydraulic crane to be installed. Yes/No
The Proposer Date
1
Attachment E
To: Ashdod Port Company Ltd. (“APC”)
From: _______________________ (“Supplier”)
Re: Contract No. 2752/YAM/17 for Tug charter (the "Tug/vessel").
Conflict of Interest Statement
Ashdod Port Company Ltd. (hereinafter: “APC”) wishes to notify potential Suppliers that its
policy, is that there shall be no actual or potential conflict of interest with respect to Supplier's
providing the Tug, and Supplier shall not engage in any contractual relationship that may
cause such conflict of interest.
For the avoidance of doubt, conflict of interest may also refer to cases in which the Supplier
or its controlling shareholders have relatives employed by APC.
Therefore, we hereby certify on behalf of the Supplier that, to the best of our knowledge and
belief, there are no present or currently planned interests (financial, contractual,
organizational, or otherwise) relating to the performance of the Tug charter for APC, that
would create any actual or potential conflict of interest (or apparent conflicts of interest).
_______________ __________________________
Date Supplier’s signature & stamp
1
ATTACHMENT F
FORM OF COMPLIANCE WITH PRE-REQUISITES 2.1.1 AND 2.1.3 TO
THE IFP
In order to provide Proposer's compliance with the pre-requisite included in Sections
2.1.1 and 2.1.3 to the IFP, we the undersigned, ______________________________
(Proposer's CPA or CEO or CFO or Proposer's comptrollers) hereby declare the
following:
1. We hereby undertake to deliver the Tug to APC on ________________ (indicate
date-day/Month/year) [Proposers shall indicate a date which shall not be later
than December 31, 2017].
2. The proposed Tug (please indicate the suitable option):
was built on _____________________ (indicate the date).
or
is under construction and the expected date for the Tug’s construction
completion is _________________(indicate the date).
Signature and stamp:_________________________________
Date:______________________
G Attachment
Tender for Tug charter (the "Tug/vessel")
(the "Tender")
Tender No. 2752/YAM/17
Form of Proposer's authorization certificate from the owner
To: Ashdod Port Company Ltd.
We the undersigned, ______________________________ the owner of the Tug proposed
by the Proposer in the Tender, hereby certify as following:
1. __________________________________ has submitted to Ashdod Port Company
Ltd. a proposal with respect to Tender No. 2752/YAM/17, for the Tug charter (the
"Tug/vessel") (respectively, the: “Tender”, the: “Proposal”).
2. The Proposal was submitted by ____________________________ which is
authorized by us to charter the Tug for providing the Services in the Tender.
* In case the Proposer is the owner of the Tug, please submit an approval of the
ownership of the Tug.
Name - ____________________________________
Title - _____________________________________
Signature - _________________________________
Date -_____________________________________
1
ATTACHMENT H
FORM OF COMPLIANCE WITH TECHNICAL PREREQUISITES AND
DETAILS REGARDING QUALITY AND TECHNICAL EVALUATION
In order to provide Proposer's compliance with the pre-requisite included in Section
2.1.4 to the IFP, we the undersigned, ______________________________
(Proposer's CPA or CEO or CFO or Proposer's comptrollers) hereby declare the
following:
1. The proposed Tug is VSP _______ (to be completed by the Proposer) ton BP.
2. The Proposed Tug’s dimensions/capacities are as follows:
2.1 L.O.A of ______ meters (to be completed by the Proposer) [less than 32
meters]
2.2 Breadth of _______ meters (to be completed by the Proposer) [less than
13.5 meters]
2.3 Draft of _______ meters (to be completed by the Proposer) [less than
6.7 meters]
2.4 Gross tonnage of ______ ton (to be completed by the Proposer) [less
than 500 ton]
3. The tug is classed by _______________ (to be completed by the Proposer)
[one of the IACS members. (IACS = International Association of Classification
Societies)].
4. We hereby declare that the tug will hold on the Effective Date all necessary
certificates up to date and be ready by all means to immediately carry out all
required pushing and pulling duties.
5. The Tug specifications comply with all mandatory items specified in
Attachment A.
6. Type of VSP of the Tug (please indicate the suitable option):
Vectra 3000 class
or
Other VSP type: _______________ (please specify the type).
7. Type of engine of the Tug (please indicate the suitable option):
High speed engines min 1500 RPM with Clutch for saving fuel
or
Other type of engines: _______________ (please specify the type).
8. Next scheduled periodical dry docking of the Tug: ________________ (please
indicate the date)
Signature and stamp:_________________________________
Date:______________________