1
MAHARASHTRA MARITIME BOARD
Marine Engineer & Chief Surveyor
E-Tender For
“Qualified and Competent Technical Managers / Chief Engineers/ Master Mariners
who has experience in ownership/ Manning Competent crew (Inland Vessel) / holder
of ( Recruitment & Personnel Service license) RPSL license as well as Technical
Management for day to day Operation of handling IRS Class 4nos. vessels of 250 m3
capacity of Self Propelled Hopper Barges ( Yard Delivery) of MMB, Operating on
the coast of Maharashtra for 24 Months”.
TENDER 2013-14
Chief Executive Officer, Marine Engineer & Chief Surveyor
Maharashtra Maritime Board, Mumbai Maharashtra Maritime Board,
Andheri (w), Mumbai — 400 058
Rs. 5000/- + 5% vat = Rs.5250/-
2
MAHARASHTRA MARITIME BOARD
INDEX
Sl.
No. CONTENTS Page Nos.
01 Covering Page 01
02 INDEX 02
03 Tender Notice 03 to 04
04 Time Schedule 05/06
05 Instructions to Tenderers / Scope of Work 07 to 08
06 MMB and Contractor to Provide 09
07 Pre qualification criteria 09 to 10
08 EMD / General Condition of Contract 10 to 12
09 Performance Bank Guarantee 13
10 Special Conditions 20 to 22
11 Terms and Condition / Submission of Tenders 22 to 28
12 Schedule of rates 29
13 Form for Agreement and Bank Guarantee 31 to 33
14 List of Documents to be uploaded on line. 33 to 34.
3
E- TENDER NOTICE
1. E-Tender notice
Online Tenders (e-tender) for the following work are invited by “Marine Engineer &
Chief Surveyor” Maharashtra Maritime Board, Mumbai on Government of Maharashtra
Electronic Tender Management System portal http://maharashtra.etenders.in as per Tender
Schedule Published on the web portal. The details can be viewed online and downloaded
directly from the Government of Maharashtra e-Tendering Portal
http://maharashtra.etenders.in on sub Portal of Home Department
http://home.maharashtra.etenders.in from 09/01/2014 At 1700hrs. hours (IST) onwards.
NOTICE DETAILS
Tender Reference no. (Original
Agreement No.) MMB/ME/CEO/2013-2014/No.10
Name of Work
“Qualified and Competent Technical Managers / Chief
Engineers/ Master Mariners who has experience in
ownership/ Manning Competent crew (Inland Vessel) / holder
of ( Recruitment & Personnel Service license) RPSL license
as well as Technical Management for day to day Operation of
handling IRS Class 4nos. vessels of 250 m3
capacity of Self
Propelled Hopper Barges ( Yard Delivery) of MMB Operating
on the coast of Maharashtra for 24 Months”.
Cost of blank tender document
& Mode of Payment
Demand Draft of Rs.5250/- Only ( Inclusive of 5% VAT)
(Non-Refundable) payable at Mumbai drawn on Nationalized
Bank / Scheduled Bank in favour of “Marine Engineer &
Chief Surveyor, MMB”, Mumbai .
Last Date , Time & Place for
Submission of Original [Mode of
Payment] for Tender Document
Fees
To be submitted in the office of Marine Engineer & Chief
Surveyor ,Maharashtra,Maritime Board, Dadabhai Road, PWD
Compound, Near Bhavan’s College, Andheri(w), Mumbai —
400 058or before 25/01/0214, 17:00 Hrs of Online Bid
Submission up to 17:00 hrs on working days
EMD Amount & Mode of
Payment
Demand Draft of Rs.2,30,000/-(Two Lakks sixty thirty
thousand only) payable at Mumbai drawn on Nationalized
Bank / Scheduled Bank in favour of “Marine Engineer &
Chief Surveyor , MMB , Dadabhai Road, PWD Compound,
Near Bhavan’s College, Andheri (w), Mumbai — 400 058
4
Note: -
1. Chief Executive Officer, Maharashtra Maritime Board reserves right to accept or reject any or
all tenders without giving any reason thereof.
2. Bids will remain valid for 120 days from the date of opening of the tender. (Price Bid).
3. The detailed tender notice is available in the office of the undersigned and our website
www.mahammb.com./ www.mahagov.in
Date:
Place: Mumbai sd/-
Chief Executive Officer
Maharashtra Maritime Board
Mumbai
Date ,Time and Place of Pre Bid
Meeting
On 25/01/2014, at 17.00 hrs. in the office of the
Chief Executive Officer,
Maharashtra Maritime Board,Mumbai —400 001
Venue of online opening of
tender
Office of the Chief executive officer ,Maharashtra Maritime
Board, Mumbai
Address for Communication
Office of Marine Engineer & Chief Surveyor
,Maharashtra,Maritime Board, Dadabhai Road, PWD
Compound, Near Bhavan’s College, Andheri(w), Mumbai —
400 058
Contact Telephone & Fax
Numbers
Email [email protected].
Tel.&TelefaxNo.022—26231125 , Tel. No.022—2623 9945
e-Tendering Helpline
Support:Monday to Friday -
09:00 AM - 08:00 PM
Saturday - 09:00
AM - 06:00 PM
Telephone:020 - 253 155 55 / 56
Email: [email protected]
5
1.1 E-TENDER TIME SCHEDULE
� Please Note: All bid related activities (Process) like Tender Document Download,
Bid Preparation, and Bid Submission will be governed by the time schedule given
under Key Dates below:
Sr.
No. Activities Start Date & Time-- Expiry Date & Time
1 Online Tender Release 09/01/14, 11:00 Hrs To 09/01/14, 17:00 Hrs
2 Online Tender Document Purchase &
Download 09/01/14, 17:01 Hrs To 25/01/14, 14:00 Hrs
3 Online Bid Preparation 09/01/14, 17:01 Hrs To 25/01/14, 14:00 Hrs
4 Online Technical Bid Closing 25/01/14, 14:01 Hrs To 25//01/14, 17:00 Hrs
5 Online Commercial Bid Closing 25/01/14, 14:01 Hrs To 25//01/14, 17:00 Hrs
6 Online Submission of Bid (Decryption
& Re-encryption) 25/01/14, 17:01 Hrs To 27//01/14, 15:00 Hrs
*7 Online Tender Opening(Technical) 27/01/14, 15:01 Hrs To 28/01/14 17:00 Hrs
*8 Online Tender Opening(Commercial) 27/01/14, 15:01 Hrs To 28/01/14 17:00 Hrs
Activities to be performed by the
Department
Activities to be performed by the
Bidders (All Bidders'
Activities are Mandatory)
* Dates mentioned here, are scheduled dates for Bid Opening Activities. Any changes in
dates of opening of technical and commercial tenders shall be notified in 'Press Notice /
Corrigendum' section on the e-Tendering sub portal of the department before opening of the
same.
Note:-
1. All eligible/interested Bidders are required to be enrolled on
portalhttps://maharashtra.etenders.in before downloading tender documents and participate in
e-tendering.
6
2. Bidders are requested to contact on following telephone numbers any
doubts/information/difficulty regarding online enrollment or obtaining digital certificate Sify
Technologies Ltd. Nextender (India) Pvt. Ltd. on 020-25315555/25315556 (Pune) or
9167969601/04
3. Bidders should submit the document related to tender online However. Bidders should
submit personally the earnest money and Tender form fee in form of D.D. otherwise Bidders
cannot participate in e-tendering.
4. Other instructions can be seen in the tender form. All or any one of the tender may be
rejected by competent authority.
5. The Electronic tendering system for Home Department of Government of Maharashtra will
be available on separate Sub Portal with URL https://home.maharashtra.etenders.in as part of
the Electronic Tendering System of Government of Maharashtra which is available on the
Portal https://maharashtra.etenders.in
7
INSTRUCTION TO TENDERERS
1. DETAIL TECHNICAL SPECIFICATIONS OF 4NOS. SELF PROPELLED
HOPPER BARGES ( Yard Delivery) - Length over all : 41 .00 m
- Breadth, moulded : 8.00 m
- Depth, moulded : 2.80 m
- Hopper Capacity : 250 m3
- Maximum Draught (scantling) : 1.80 m
- Engine 2 x 270 BHP : 540 BHP
- Class IRS (RSV -1 Type) : Operation in IV Limit.
i) The SPHB will operate during Tidal condition during fair weather Only and 2nos.
each SPHB will be with 1no. Grab or 1no. Cutter Suction Dredger to form one
dredging unit. To ensure to utilize max. output
2. SCOPE OF WORK
a) Manning of the each SPHB comprises of total Crew 8nos during fair weather
and 4nos. During foul Weather
Fair Weather Foul Weather
(1st October to 25
th May) (26
th May to 30
th September)
- Second Class Master --------------------1no. --------------------------1no.
- First Class Engine Driver---------------1no.---------------------------1no.
- Oiler---------------------------------------2no. ---------------------------1no.
- Sukani-------------------------------------1no.----------------------------NA
- Khalasi------------------------------------3nos---------------------------1no
- The SPHB will have manning 100% during fair weather ( 1st October to 25
th May
ie 7 months) and 50% Manning During Foul weather ( 26th
May to 30th
September ie 5 months). The Manning Charges will be reduced accordingly.
b) The Technical Management team
i. The Technical Management will ensure appropriate operation of
Engines/ Auxillaries, Testing of oils , deck equipmet , winches etc.
without damaging the equipment.
ii. The Technical Managers will provide Fresh Water / Shoes/ Boiler
Suits/ Hand Gloves / Safety Gears/ Breakfast / food/ Linen/ Pillows
etc. to crew as well all Joining / Repatriation of crew will be
borne by them. Labour charges, trouble shooting expenses with
spares, transportation of a repair equipment will be borne by the
contractors.
iii. ‘Technical Management system’ in detail to prepare / maintain
Planned Maintainance System ( PMS ) for Overhauling of Main
8
Engine/ Genarator/ Pumps/ Batteries/ Saftey equipment , LSA/FFA
, all mechanical linkages, chipping paintings etc. in order and in
good working operating Condition. They will liase with IRS for
Annual /Intermediate survey/ Continuous Survey of
Machineries/Planing for necessary repairs, paintings , drydockings
etc. The Managers will Prepare and Maintain Daily Log Books /
Fuel record books/ Stores-Spares / LO/Grease Inventary updated
every month. The Ship staff and Managers must be well
acquitanted with equipment / Machineries/ Engine room etc.
iv. The Hopper Barges deck / shipside/ hull area / Super structure /
Engine room / Bilges etc. shall be maintained all the time clean
with hosing down with SW/ FW , regular chipping , painting etc.
v. The Managers will ensure to safe practices on board with all files/
Manuals, drawings / Documentation etc. in place and must able to
produce and update to the Marine Engineer or his representative
time to time.
vi. The MMB Shall bear the expenses and will directly pay to the
concerned parties related with Servicing charges , Diesel Oil,
Lub.oil, Paints, Grease , stores, spares , Testing, IRS Surveyor fees
, Slipway, Dry docking , repair charges of the vessel etc. on actual
only after prior approval and justification from the Marine
Engineer.
vii. The Manning Charges during foul weather will be paid 50%
however Technical management charges will 100% thorugh out
for 12 months.
c) Shifting of Hopper Barges or Single Voyage Permission from one place to
another –
i. This will be as per the IRS rules/ Single voyage permission and
additional LSA/FFA and navigational equipment required will be
on hire basis or direct purchase , manning etc. will be borne by the
contractor.
ii. Approvals and licenses / Surveys of the boats to be arranged by the
contractor whereas all port clearances, dumping clearances and
environmental clearances to be arranged by Maharashtra Maritime
Board.
9
d) Maharashtra Maritime Board to Provide :
i. 4 nos. Self Propelled Hopper Barges of 250M3
capacity will be given to be
the managers for dumping dredge material in the sea from any coast or
creek or river of the Mumbai / Maharashtra.
ii. All spare parts, Dry dock charges, IRS fees, are required for maintenance
and operations of the Cutter Suction Dredgers.
iii. Fuel (Diesel Oil) / LO/ Grease / Chemicals etc. for all 4nos. Hopper
Barges.
iv. Location / Area of Operation will be decided by the MMB.
e) Contractors / Managers to Provide.
i. Competent, Certified and experienced Manning will be provided on all
Hopper Barges for 24 x 7 as per above Scope of work sr. b. If any change,
managers to inform ME, MMB. The basic working gear , safety gears,
victualling, Transportation for crew will be on the Managers account.
ii. All crew for Hopper Barges to be insured for death and disability and
covered for medical expenses by the Contractor, as well as Pre-joining
medical inspection for all crew for Hopper Barges to be provided by
contractor
iii. All statutory obligations in relation to crew on board dredgers, barges,
boats, etc. to be complied by contractor including but not limited to
Provident Fund, Profession Tax, etc.
iv. The Contractor to ensure for maximum dumping trips as per the tidal
condition. The requirement
v. The Technical Management team shall ensure smooth and un – interrupted
service Hopper Barges in top , neat , tidy condition as mentioned above in
Scope of work sr. c .
vi. Labour charges, trouble shooting expenses with spares, transportation of a
repair equipment will be borne by the contractors.
3. PRE-QUALIFICATION TECHNICAL CRITERIA:
a. Scanned Copy of DD for Tender Document Fees of Rs. 2520/-
b. Scanned Copy of DD for EMD of Rs.2,30,000/-
c. Bank Solvency Certificate for Rs. 55,00,000/- (Rupees Fifty Five only) from
any Scheduled Bank.
d. Details of present technical staff shall comprises of Chief Engineers as a
Technical Managers and list showing qualifications and experience of key
personnel proposed for administration and execution of this contract, both on
and off site / Experience for Technical Management of IRS Class vessel and
having Recruitment & Personnel Service license. The Owners/ Manager
should have relevant experience from 3 to 5 years.
e. Report on the financial standing of the tenderer including profit and loss
statement, balance sheets duly audited by a Chartered Accountant Firm/annual
report of the company for the past three years ending March 2013 . The
Average turn over for last 3 years should of Rs. 1 Cr. In Manning/ Technical
management.
10
f. Names of partners / directors indicating their holding in the firm / company.
g. Power of Attorney or Letter of Authority issued by the company in favour of
the person authorized to sign the tender document etc.
h. Copies of original document defining the constitution or legal status, place of
registration and principal place of business of the company / proprietorship
firm / partnership firm or any other business structure.
i. Detailed information regarding any current litigation in which the tenderer is
currently involved.
j. PAN card Xerox copy.
k. Details of the ships ( MS Act/ IV Act) for executing work of Manning/
Technical Management.
4. DEPLOYMENT SCHEDULE:
- The period of deployment of the 4nos. Hopper Barges will be for 2 years from the
date of signing the agreement. The work will continue only during fair weather with
100% manning and 50% manning during foul weather. The foul weather there will no
work but only Maintainance work, dry docking etc. by the contractor.
- The vessels will be not working whenever the Annual / Intermediate class survey falls
5. EARNEST MONEY DEPOSIT:
a. The tenderer shall deposit the earnest money of Rs.2,30,000/ (Rupees Two
lakhs thirty three thousand.) in shape of demand draft drawn in favour of
Marine Engineer & Chief Surveyor, MMB drawn in any Schedule Bank
payable at Mumbai.
b. The EMD is required to be deposited along with the tender.
c. The Earnest Money Deposit of unsuccessful tenders shall be returned within
120 days from issue of Letter of Acceptance to the successful tenderer.
d. In the case of the successful tender, the EMD will be refunded within one
month of commencement of work as stipulated in the contract.
6. EVALUATION & COMPARISON OF TENDERS:
Only those tenders as have been determined to be substantially responsive to the
requirements of the Tender Documents will be evaluated. Other non-responsive tenders
will be rejected. The Chief Executive officer, MMB decision on this shall be final,
conclusive and binding.
7. AUTHORITY IN SIGNING TENDER DOCUMENTS:
a) The tender, if submitted on behalf of principals or a partnership firm should be
signed either by all the partners or some of the partners or other persons
holding a valid “Power of Attorney” from other partners or all the partners
constituting the firm or the Principals as the case may be.
b) In the event, the tender is signed by some of the partners or other persons or
the agent, the tender should be accompanied by a valid power of attorney duly
executed by partners/principals specifying that the partners or person/s or
11
agents signing the tender has the authority to bind them or the firm as the case
may be, in all matters pertaining to the tender.
c) In case of a company, the tenders should be signed by a person holding a valid
Power of Attorney executed in his favour in accordance with the constitution
of the Company. Such person may authorize a person of the company to sign
the documents by issuing an authority letter in his favour.
d) The tenderer may modify or withdraw his tender after submission provided the
notice of modification or withdrawal is received in writing by Maharashtra
Maritime Board prior to the last date or such extended date, if any, for
submission of tender. No tenderer will be permitted to withdraw his tender
after the last date for submission of the tender or such extended date as the
case may be and before the expiration of the period of validity of the tender or
such extended dates as the case may be. In the event of the tenderer
modifying / withdrawing his tender after the last date of submission or such
extended date as the case may be and before the expiration of period of
validity of such extended date as the case may be, the tender shall be cancelled
and the amount paid as tender security i.e. EMD shall be forfeited. The
decision of Maharashtra Maritime Board in this regard shall be final.
e) All costs, charges and expenses in connection with the tender submission shall
be borne by the tenderer. In addition all costs, charges and expenses in
connection with the contract as well as preparation and completion of
agreement by the tenderer’s attorneys shall be borne and payable by the
tenderer. No claim in this regard would be entertained by Maharashtra
Maritime Board.
8. PROCEDURE FOR FINALISATION OF TENDER
(a) A pre bid meeting will be held on 20/01/2014 at 11.00 hrs in the office of
the Marine Engineer & Chief Surveyor to discuss regarding various
technical aspects and clarification will be given to the tenderer about their
comments. The Tenderers are required to submit their comments on the
tender before one week of pre bid meeting.
(b) The Tender will be finalized basing on the Technical Qualification and
Lowest in the price bid.
10. GENERAL CONDITIONS OF CONTRACT
DEFINITIONS & INTERPRETATIONS:
Following words shall have the meaning hereby assigned to them except where
contract otherwise requires.
a) Contractor/ Managers : Contractor means a person or company whose tender has
been accepted by the Board and includes the contractor personnel, Technical
Management Team , Manning crew representative, successor and permitted assignees.
b) Board : Board means the Maharashtra Maritime Board.
12
c) Chief Executive Officer : Chief Executive Officer means the Chief Executive Officer
of Maharashtra Maritime Board.
d) Marine Engineer & Chief Surveyor : Marine Engineer & Chief Surveyor means the
Marine Engineer & Chief Surveyor of Maharashtra Maritime Board.
e) Works : Works mean, works to be executed in accordance with the contract.
f) Contract : Contract means the notice inviting the tender, the tender and acceptance
thereof and formal agreement if any executed between the Board and the contractor
together with the documents referred to therein including the conditions with the
appendix and special conditions and schedule of rates etc. All these documents taken
together shall be deemed to form one contract and shall be complementary to one
another.
g) Contract Price : The contract price means sum named in the tender subject to such
addition thereof on deduction from there as may be made under the provisions therein
after contained.
h) Approved : Approved means approved in writing including subsequent written
confirmation of previous verbal approvals and ‘approval’ means approved in writing
including as aforesaid.
i) Marine Engineer & Chief Surveyor Representative : Marine Engineer & Chief
Surveyor’s representative means any Officer duly authorized by the Marine Engineer
& Chief Surveyor to supervise the works.
j) Sub-contractor : Sub-contractor means any person or firm or company to whom any
part of work has been entrusted by the Contractor with the written consent of the
Marine Engineer & Chief Surveyor.
11. BOARD’S RIGHT TO ACCEPT OR REJECT ANY TENDER :
The Board reserves the right to reject or accept any or all offers without assigning any
reasons. The Board is also within its rights to negotiate with any tenderer for the early
implementation of the award of contract.
12. DETERMINATION OF RESPONSIVENESS :
The tenders will be scrutinized to determine whether the tender is substantially
responsive to the requirements of the tender documents without any deviations or
reservation. A tender which, in relation to the estimated cost, is unrealistic may be
rejected as non responsive. The decision of the Marine Engineer & Chief Surveyor in
this regard shall be final.
13
13. PROCESS TO BE CONFIDENTIAL :
After the opening of tenders, information relating to the examination, clarification,
evaluation and comparisons of tenders and recommendations, concerning the award
of contract shall not be disclosed to tenderers or any other persons. Any efforts by the
tenderers to influence the process of examination, clarification, evaluation and
comparison of tenders and decisions concerning award of contract may result in
rejection of the tenderer’s bid.
14. NOTIFICATION OF AWARD AND DEPLOYMENT :
a) Prior to the expiration of the period of tender validity, the successful tenderer will be
notified through letter by post / fax confirming that their offer has been accepted. This
letter is to be called Work Order. This work order shall indicate the sum to be paid to
the Contractor in consideration of the execution of the contract.
b) Work order will be issued in the name of the company which has purchased /
submitted the tender, and will constitute the conditions of contract.
c) Upon the receipt of work order of the contract by the successful tenderer, he shall
prepare two sets of Agreements included in the Tender Document, after taking into
account any changes thereafter agreed by both the parties, at the earliest without any
delay and complete all the formalities and submit the same to the Board duly executed
on stamp paper for appropriate value within 15 days from the date of issue of work
order. One set of the agreement will be returned to the Contractor after the signature
of the authorized person.
d) Any delay caused due to any correspondence / clarification / request etc. received
from the tenderer after the date of issue of the work order will be to the account of the
successful tenderer and no extension of time will be granted.
15. PERFORMANCE GUARANTEE :
The Contractor shall furnish within 30 days from the date of issue of work order, an
irrevocable and unconditional Bank Guarantee as per the format at Schedule – IV,
from a scheduled bank having its branch office at Mumbai, for a sum equivalent to
5% of the annual contract value towards faithful performance of the contract work to
be carried out under this contract. In case the Bank guarantee is from a Bank outside
Mumbai, then it should be countersigned by the Branch In-charge of Mumbai
indicating to pay the encashed amount forthwith unconditionally on presentation of
the Bank Guarantee. The same shall be valid for a period of two years from the date
of order to commence the work with one month additional claim period. In the event
of the Contractor failing to honour any of the commitments entered into under this
Agreement, the Board shall upon proper documentary proof and explanation provided
in reasonable time to the Contractor as to the amounts which the Board says are due
and owning have unconditional option under the guarantee to invoke the said Bank
Guarantee and to claim the amount from the bank. The bank shall be obliged to make
payment to the Board upon demand.
14
16. CARE AND DILIGENCE :
The Contractor shall exercise all reasonable care and diligence in the discharge of all
technical, professional and contractual duties to be performed by them under this
contract and shall be fully responsible to the Marine Engineer & Chief Surveyor for
the proper, efficient and effective carrying out of their duties.
All the vessels deployed in the contract are to be kept in sea worthy condition at all
times. The Contractor has to take up regular maintenance of the vessels to keep them
tight, staunch, strong and every way fit and keep them manned by competent crew for
performance of the contract. All the statutory certificates of the vessels should be kept
valid at all times.
17. COMPLIANCE WITH STATUTORY REQUIREMENTS :
a) The Contractor shall at all times during the continuance of the contract comply fully
with all existing Acts, Regulations and bye laws including all statutory amendments
and re-enactment of State or Central Government and other local authorities in as far
as they are applicable to this contract. The Contractor shall indemnify and keep the
Board indemnified in case any proceedings are taken or commenced by any authority
against the Board for any contravention of any of the laws, bye laws or scheme by the
Contractor.
b) The contractor shall abide by all the Port Rules & Regulations in force from time to
time.
18. ASSIGNMENT AND SUBLETTING :
The contractor shall not be permitted to sublease the work nor assign the right and
interest in these presents without the written permission of the Marine Engineer &
Chief Surveyor and such consent, if any, given shall not relieve the Contractor from
any liability or obligations under the contract and he shall be responsible for the acts,
defaults and neglects of any sub-contractor or his servants, agents or workmen as full
as if they were the acts, defaults or neglects of the Contractor.
19. CONTRACTOR’S SUPERINTENDENCE & REMOVAL OF WORKMEN :
a) The Contractor or his competent and authorized agent or representative is to be
constantly on the work. Such authorized agent or representative shall receive on
behalf of the contractor, directions, instructions or other notices from the Marine
Engineer & Chief Surveyor.
b) The contractor shall employ in and about the execution of the works only such
persons as are careful, skilled and experienced in their several trades and calling and
the Marine Engineer & Chief Surveyor shall be at liberty to object to and require to
the contractor to remove from the work any person employed by the contractor, who
15
in the opinion of the Marine Engineer & Chief Surveyor misconducts himself or is
incompetent or negligent in the proper performance of his duties or whose
employment is otherwise considered by the Marine Engineer & Chief Surveyor to be
undesirable and such persons shall not be again employed upon the work without the
written permission of the Marine Engineer & Chief Surveyor.
c) Any person so removed from the work shall be replaced within a period not more than
7 days at the expense of the Contractor by a qualified & competent substitute. Should
the contractor be requested to repatriate any person removed from work shall do so
and shall bear all costs in connection therewith.
d) The Contractor shall be responsible for the proper behaviour of all the staff, and shall
exercise a proper degree of control over them and in particular and without prejudice
to the said generally, the Contractor shall be bound to prohibit and prevent any
employees from trespassing or acting in any way detrimental or prejudicial to the
interest of the community or of the proprietors or occupiers of land and properties and
in the event of such employee trespassing, the Contractor shall be responsible thereof
and relieve the Owner of all consequential claims for damage or injury or any other
grounds whatsoever. The decision of the Marine Engineer & Chief Surveyor upon any
matter arising under this Article shall be final. The Contractor shall be liable for any
such liability which may have implication of law be deemed to be the liability of the
Owner on account of deployment of Contractor’s staff etc. or incidental or arising out
of the execution of the Contractor.
20. RATES AND AMOUNTS INCLUDE ALL CHARGES :
The rates and amounts submitted by the tenderer shall be gross rates and amounts
inclusive of all State/Central taxes & duties. Service Tax if applicable shall be paid
extra by Maharashtra Maritime Board as per prevailing rates. Any new tax or change
in existing tax that may be levied during the execution of contract will be reimbursed
by Maharashtra Maritime Board. During the pendency of contract amount for
variation in the rate of taxes only will be adjusted in either way, for the same the base
date will be taken as the date of submission of the bid.
21. WORK TO BE TO SATISFACTION OF MARINE ENGINEER & CHIEF
SURVEYOR :
The Contractor shall execute, complete and maintain (if specified) the work in strict
accordance with the contract to the satisfaction of the Marine Engineer & Chief
Surveyor and shall comply with and adhere strictly to the Marine Engineer & Chief
Surveyor’s instructions and directions on any matter. The contractor shall take
instructions and directions only from the Marine Engineer & Chief Surveyor or from
the Marine Engineer & Chief Surveyor’s authorized representative.
16
22. PERIOD OF CONTRACT AND PAYMENT :
The contract shall remain valid for a period of two years from the date of signing the
agreement . Contractor has to raise an invoice every 30 days and efforts will be taken
to be settled at earliest after scrutiny due to administrative delays by Maharashtra
Maritime Board.
23. MONTHLY REPORTS BY CONTRACTORS :
The following reports/ Records are to be submitted to Marine Engineer & Chief
Surveyor on a monthly basis in the form of Soft copy and Hard Copy. The 3 sets of
hard Copies to maintain all the time ie Marine Engineer’s office, on the ship,
Contractors office.
a) The daily log book, running hrs, maintenance schedule, LO/FO / Grease/Chemical /
Stores soundings, the Duration for loading / discharging quantity, distance of
Dumping location . Consumption of Diesel oil, ROB etc.
24. INCOME TAX DEDUCTION : Deduction of Income Tax shall be made from any amount payable to the Contractor
as per the relevant provisions of the Income Tax Act.
25. INSURANCE :
a) The four nos. Cutter Suction Dredgers will have adequate Hull & Machinery
insurance provided by Maharashtra Maritime Board.
b) The Hull & Machinery insurance will also cover loss or damage to the Hull &
Machinery due to Crew negligence.
26. ACCIDENT OR INJURY TO WORKMEN :
The Board shall not be liable for or in respect of any damages or compensation
payable at Law in respect or in consequence of any accident or injury to any workmen
or other person in the employment of the contractor or any sub-contractor and his
agent or servants and the Contractor shall indemnify and keep indemnified the Board
against all such damages and compensation and against all claims, demands,
proceedings, costs, charges and expenses whatsoever in respect thereof or in relation
thereto.
27. DEFAULT OF CONTRACTOR IN COMPLIANCE :
In case of default on the part of the contractor of the Marine Engineer & Chief
Surveyor shall be entitled to deploy and pay other persons to carry out the same and
all expenses consequent thereon or incidental thereto shall be borne by the contractor
and shall be recoverable from him by the Board or may be deducted by the Board
from bills due or which may become due to the contractor.
28. ACCESS TO SITE :
17
The Marine Engineer & Chief Surveyor or his authorised representative shall at all
times have access to the Hopper Barges and places where work is being prepared or
executed and the contractor shall afford every facility for and every assistance in or in
obtaining the right to such access.
29. CLEARANCE OF SITE ON COMPLETION :
On the completion of the work the contractor shall clear away and remove from port
the Hopper Barge and other plant, material and temporary works of every kind.
30. CARE OF WORKS :
From the commencement to the completion of the work, the contractor shall take full
care of Hopper Barge , its staff and his other employees in connection with the work
thereof.
a) Expected Risks
The “expected risks” are riot, war invasions, act of foreign enemies, hostilities
(whether war be declared or not), Civil war, rebellion, revolution, insurrection or
military or usurped power (all of which are herein collectively referred to as “the
expected risks”).
31. CONTRACTOR TO INDEMNIFY BOARD :
Contractor shall indemnify Board and every member, worker and employee of the
Board against all actions, proceedings, claims, demands costs and expenses
whatsoever arising out of or in connection with the matters referred and elsewhere
and all actions, proceedings, claims, demands costs and expenses which may be made
against Board for or in respect of or arising out of any failure by Contractor in the
performance of the obligations under the Contract. Board shall not be liable for or in
respect of any damages or compensation payable by law in respect of or in
consequence of any accident or injury to any workmen or other person in the
employment of Contractor of his Sub-contractor and Contractor shall indemnify and
keep indemnified Board against all damages and compensations and against all
claims, damages, proceedings costs, charges and expenses whatsoever in respect so
thereof or in relation thereto.
32. LIABILITY OF CONTRACTOR –
Without prejudice to Clause 31 above, Contractor shall be under no liability
whatsoever to the Board for any loss, damage, breakdown, delay or expense of
whatsoever nature, whether direct or indirect, (including but not limited to loss of
profit arising out of or in connection with detention of or delay to the dredgers/
vessels) and howsoever arising in the course of performance of this Contract unless
same is proved to have resulted solely from the gross negligence or wilful act or
omission of Contractor or his employee or sub-contractor employed by him in
connection with the work, in which case Contractor's liability for each incident or
18
series of incidents giving rise to a claim shall never exceed the amount of security
deposit.
33. EMPLOYEES OF BOARD NOT INDIVIDUALLY LIABLE :
No official or employee of the Board shall in any way be personal bound or liable for
acts or obligation under the contract or answerable for any default or omission in the
observance or performance of any of the acts, matters or things which are herein
contained.
34. FOSSILS ETC. : All fossils, coins, articles of value or antiquity and structures and other remains or
things of geological or archaeological interest discovered during the work shall, as
between the Board and the Contractor, be deemed to be the absolute property of the
Board and the Contractor shall take reasonable precautions to prevent his workmen or
any other persons from removing or damaging any such article or thing and shall
immediately upon discovery thereof and before Removal acquaint the Marine
Engineer & Chief Surveyor of such discovery and carry out the disposal of the same
at the Marine Engineer & Chief Surveyor’s orders and at the expense of the
Maharashtra Maritime Board.
35. REMOVAL OF IMPROPER WORK AND MATERIALS :
The Marine Engineer & Chief Surveyor or his representative shall during the progress
of the work have power to order in writing from time to time:
a) The removal from the site, within such time as may be specified in the order, of any
materials, which, in the opinion of the Marine Engineer & Chief Surveyor or his
representative, are not in accordance with the contract.
b) The substitution of proper and suitable instruments.
36. No liability for War, Hostilities, Riots, etc. :
The Contractor may take adequate cover for his men, materials and properties against
risk of war, hostilities, Riots etc. The Board shall not be liable for payment of
compensation of any kind to the Contractor for any loss or damage suffered by the
Contractor due to above risks during the period of deployment.
37. LAW :
The contract shall be interpreted and have effect in accordance with the law of India
and no suit or other proceeding relating to this contract shall be filed or taken by the
contractor in any court of law except in a court of competent jurisdiction in Mumbai,
Maharashtra.
19
38. OFFICIAL SECRETS :
a) The contract involves an obligation of secrecy, and the contractor, his agents, servants
or sub-contractors or their agents or servant shall observe and comply with same.
Any breach of this clause shall constitute a breach of the contract.
b) Drawings and photographs of works
The contractor shall not disclose the details of drawings prepared by him and of work
on which he is engaged without the approval of the Marine Engineer & Chief
Surveyor. No photographs of the Port area shall be taken or permitted by the
contractor to be taken by any of his employees without the approval of the Competent
Authority and no such photographs shall be published, or otherwise circulated without
the approval of the Marine Engineer & Chief Surveyor.
39. FORCE MAJEURE :
a) In the event of either party being rendered unable by Force Majeure to perform any
obligation required to be performed under this contract, the relative obligation of the
party affected by such Force Majeure shall upon notification to the other party be
suspended for the period during which such cause lasts.
b) The term Force Majeure shall mean acts of God, war, riot, sabotage and acts and
regulations of Government of India, State Government or any local Government /
authority.
c) Upon the occurrence of such cause and upon its termination the party alleging that it
has been rendered unable as aforesaid thereby, shall notify the other party in writing
immediately not later than 48 hours of the alleged beginning and ending thereof
giving full particulars and satisfactory evidence in support of its claim. Failure to do
so may liable the party being denied the shelter of the clause.
d) The decision of the Marine Engineer & Chief Surveyor, Maharashtra Maritime Board
shall be final and binding in this regard.
40. DISPUTE AND APPEAL :
If the Contractor desires to appeal against the decision of Marine Engineer & Chief
Surveyor of any work as not being in accordance with the contract, he shall appeal to
the Chief Executive Officer, Maharashtra Maritime Board within 7 days after the
Marine Engineer & Chief Surveyor decision and if an appeal is so preferred the
decision of the Chairman shall be final and binding.
20
41. SPECIAL CONDITIONS
1. The Special Conditions of contract are supplementary to the General Conditions of
Contract and are to be read in continuation with the General Conditions of Contract,
Specifications.
2. Daily report and recording of each load before dumping & after dumping / Dredging
shall be signed by the Board representative & Master of Vessel shall be produced by
the Contractor every month in the form of Hard Copy and the Soft Copy..
3. Permissions and Local clearances from all Government, semi-Government, Port
Trust, local and other authorities, local Panchayats, other local bodies, fishermen
unions, etc. to be obtained by the Maharashtra Maritime Board.
4. Health Regulations
The contractor must follow the local health regulations and take all precautions
against the spread of any disease.
5. Recovery for overpayment.
No certificate of the Marine Engineer & Chief Surveyor or his representative shall
protect the contractor against or prevent the Board from obtaining repayment from the
contractor in case the Board should over pay the contractor.
6. Contractor’s dues earn no interest
No claim for interest will be entertained by the Board with respect to any monies or
balances which may be in their hands owing to any dispute between themselves and
the contractor.
7. Contractor responsible for materials, labour and equipment.
The contractor shall make his own arrangements for providing hopper barges, boats,
all equipments, provision, power, consumable goods etc. together with sufficient
quantity of spare parts for the efficient and uninterrupted execution of work. He shall
also arrange for the supply and transport of all materials to the hopper barges,
dredgers and all the labour required for the satisfactory execution and completion of
the work. He shall employ competent persons with adequate qualifications and
experience to man the crafts in all shifts to ensure proper execution of the contract.
8. Contractor to furnish all necessary logistics/ technical / manning to the Hopper Barges
All the floating craft and equipments to be utilized shall be in good working order and
seaworthy condition and shall fully meet the requirements of the Board in all respects.
The contractor shall make his own arrangements for obtaining all necessary licenses,
permits, etc. for the import of any spares that may be required during the progress of
the work. Delays or difficulties on the part of the contractor in the procurement of
import licenses, permits etc. will not be accepted as excuses for delay in
commencement of the work. The contractor should therefore ensure the arrival of the
self propelled hopper barges and provide himself from the very beginning with
adequate supplies of spare parts to ensure that no delay or hold-ups occur in the
commencement and execution of the work.
21
9. Marking of the Dredging area/ Dumping area
The Board shall provide Geographical co-ordinates, UTM coordinates and marking
the dredging area in the sounding chart.
10. Port Facilities
a. Board will provide berthing facility to the dredger and other crafts of the
Contractor as per the requirement of the Vessels. Except for emergency, at
least 3 days notice to be given for allotment of berth.
b. All charges and expenses related to Port services will be borne by Maharashtra
Maritime Board.
11. Fuel
Board will provide the Fuel (Diesel Oil) for execution of the contract including 4 nos.
of Self Propelled Hopper Barges for Dumping dredge material in to the sea.Contractor
will not be held liable for any delay or stoppage in the work in the event the Board is
unable to provide the fuel in time to any of the crafts/ vessels.
12. Navigable channel to be kept free
a. Throughout the period of the contract, the contractor shall ensure that the work
is carried out without causing any obstruction or interference to the normal
traffic in the Harbour. The contractor’s craft and personnel shall at all times
adhere to the established rules of the Port and comply with any directions in
respect of navigation in the harbour that may be issued from time to time by
the Marine Engineer & Chief Surveyor.
b. The Hopper barges will be available for VHF contact on channel 16 at all
times during its working hours and dredging operations may be stopped by the
Marine Engineer & Chief Surveyor if the Hopper Barges does not respond to
calls on VHF (Channel 16) by the Signal Station, Harbour Master, Duty Pilots.
This stoppage of work will not count towards idle time charges or extension.
13. Wireless Communications
The Board shall arrange for wireless communications by means of suitable VHF
equipment on board the Hopper Barges/ Dredgers for contacting Marine Engineer &
Chief Surveyor/Harbour Master/Marine Surveyor/Pilots, Port Signal Station. The
contractor shall use VHF channel 16 & the designated communication channels for
that particular port. He may also use mobile phones for contacting port authorities.
14. Accidents
In the event of the occurrence of any accidents in connection with the execution of the
work, the contractor shall inform the Marine Engineer & Chief Surveyor of the same
immediately. He shall also report such accidents to all the competent authorities
whenever such reports are required by them. In the event of any marine accidents, a
report shall be made immediately to the Marine Engineer & Chief Surveyor.
15. Access to contractor’s vessels, works, etc.
The Marine Engineer & Chief Surveyor or his authorized representative shall have, at
all times during working hours, access to the contractor’s craft, plant etc. and shall
have the right to call for and obtain any information regarding the maintenance and
operation of the dredger, progress of work etc. from the contractor or his
22
representative. For making such visits to the dredger Board has to provide the routine
boat. The expense towards departmental supervision on board the dredger shall be
borne by the Board.
42. TERMS AND CONDITIONS
a. Interested Tenderer may obtain non-transferable bid document by submitting a non-
refundable Demand draft of Rs 5,250/- Rs Five thousand two hundred and fifty
only) drawn in favour of “Marine Engineer & Chief Surveyor” MMB, Mumbai,
payable at any Indian Scheduled / Nationalised Bank Situated in Mumbai.
b. Request for purchase of tender Documents can be down loaded from directly from the
Government of Maharashtra e-Tendering Portal http://maharashtra.etenders.in on sub
Portal of Home Department http://home.maharashtra.etenders.in The tenderer shall
meet the following pre-qualification criteria applicable to all Tenderers, irrespective
of earlier executed work, for MMB, if any, failing which the request shall be
summarily rejected.
Note: ‘’Similar works’’ Ownership/ Managers , Technical management of MS Act /
IV Act vessels . The team comprises of Technical Managers with Chief Engineers
license who deals with daily operations, maniatnance, PMS schedule, Drydocking,
liasing with IRS, annual / Statutory surveys etc.
c. Eligible Tenderer may obtain the tender documents by down loading from
09/01/2014 to 25/01/2014 between 1100 hours to 1400hours. (Indian Standard
Time)
d. Sale of Tender documents will be closed at 1400 Hours on 25/01/2014
e. MMB reserves the right to cancel/withdraw the notice for invitation of tenders without
assigning any reason and shall bear no liability whatsoever consequent upon such a decision.
MMB reserves the right to accept or reject any or all the applications or return the requests
for issue of tender documents without assigning any reason whatsoever.
f. The tender documents are not transferable under any circumstances.
g. A Pre bid Conference shall be held in OFFICE of Chief Executive Officer,
Maharashtra Maritime Board, Indian Mercantile Chamber, 3” Floor, R. K. Marg,
Ballard Estate, Mumbai— 400 001. India at 1500hrs on 20/01/2014 interested
parties may attend the same to seek any clarification about the scope of work. Any
queries in Prebid meeting to be sent in writing to Marine Engineer & Chief Surveyor,
Maharashtra Maritime Board, PWD Compound, Near Bhavan’s College, Dadabhai
Road, Andheri (w), Mumbai-400 058.( INDIA ) before 15/01/2014 on email -
Chief Executive officer,
Maharashtra Maritime Board,
Mumbai
23
43. INSTRUCTIONS TO TENDERERS
1. GENERAL INSTRUCTIONS:
The bidders are requested to familiarize themselves with the use of the e-Tendering portal of
Government of Maharashtra well in advance.
To view- Tender Notice, Detailed Time Schedule, Tender Document for this Tender and
subsequently purchase the Tender Document and its supporting documents, kindly visit
following e-Tendering website of Government of Maharashtra:
https://maharashtra.etenders.in
The Contractors participating first time for e-Tenders on GoM e-tendering portal will have to
complete the Online Registration Process for the e-Tendering portal. A link for enrollment of
new bidders has been provided on https://maharashtra.etenders.in
All bidders interested in participating in the online e-Tendering process are required to
procure Digital e-Token having 2 certificates inside it, one for Signing/Verification urpose
and another for Encryption/Decryption purpose. The tender should be prepared & submitted
online using individual’s Digital e-Token.
A) An important Training Workshop on e-Tendering procedure will be held on
20/01/2014 at 14.00 Hrs. at Maharashtra Maritime Board Mumbai
e-Tendering Tool Kit for Bidders (detailed Help documents, designed for bidders) has been
provided on e-Tendering website in order to guide them through different stages involved
during e-Tendering such as online procedure for Tender Document Purchase, Bid
Preparation, Bid Submission.
The interested contractors / bidders will have to make online payment (using credit card/debit
card/net banking) of Rs. 1038/- (inclusive of all taxes) per bid per tender to online service
provider of e-Tendering system (Sify NexTenders) at the time of entering Online Bid
Submission stage of the tender schedule.
If any assistance is required regarding e-Tendering (registration / upload / download) please
contact GoM e-Tendering Help Desk on number: 020 – 253 155 55 (Pune Helpline), Mr.
Mukesh Jaisinghani :- 9967756780 Email: [email protected]
B) PURCHASE AND DOWNLOADING OF TENDER FORM:-
The tender document is uploaded / released on Government of Maharashtra, (GOM) e-
tendering website https://maharashtra.etenders.in. Tender document and supporting
documents may be purchased and downloaded from following link of Home Department
on e-Tendering website of Government of Maharashtra,
https://home.maharashtra.etenders.in by filling Demand Draft details online.
Subsequently, bid has to be prepared and submitted online ONLY as per the schedule.
C) The Tender form will be available online only. Tender forms will not be sold / issued
manually from office of Maharashtra Maritime Board, Mumbai.
24
D) Only those Tender offers shall be accepted for evaluation for which non-refundable
Tender Fee of Rs.5250/- ( INR five thousand two hundred and fifty only) in the form
of Demand Draft drawn on Nationalized Bank / Scheduled Bank in favour of “Marine
Engineer & Chief Surveyor” MMB, is deposited at Dadabhai Road, PWD
Compound, Near Bhavan’s College, Andheri(w), Mumbai — 400 058. or before
scheduled date given in NOTICE DETAILS of the tender on working days.
E) The bidders are required to download the tender document within the pre-scribed date
& time mentioned in online tender schedule. After expiry of the date and time for
tender document download, Department will not be responsible for any such failure
on account of bidders for not downloading the document within the schedule even
though they have paid the cost of the tender to the Department. In such case the cost
of the tender paid by the bidders will not be refunded.
F) INSTRUCTION TO BIDDERS FOR ONLINE BID PREPARATION &
SUBMISSION:-
During the activity of Bid Preparation, the tenderer is required to upload all the documents of
the technical bid by scanning the documents and uploading those in the PDF format. This
apart, tenderer will have to quote commercial offer for the work / item, for which tenders are
invited, in an online form made available to them in Commercial Envelope. This activity of
Bid Preparation should be completed within the pre-scribed schedule given for bid
preparation.
After Bid Preparation, the tenderer is required to complete Bid Submission activity within
pre-scribed schedule without which the tender will not be submitted.
Interested contractors / bidders will have to make online payment (using credit card/debit
card/net banking/Cash Card) of Rs. 1038/- (inclusive of all taxes) per bid per tender to
online service provider of e-Tendering system (Sify NexTenders) at the time of
commencing Online Bid Submission stage of the tender schedule.
Non-payment of processing fees will result in non submission of the tender and Department
will not be responsible if the tenderer is not able to submit their offer due to non- payment
of processing fees to the e-tendering agency.
Detailed list of different modes of online payment to e-tendering service provider (E-Payment
Options) has been provided under E-Tendering Toolkit For Bidder section of
https://maharashtra.etenders.in .
The date and time for online preparation followed by submission of envelopes shall strictly
apply in all cases. The tenderers should ensure that their tender is prepared online before the
expiry of the scheduled date and time and then submitted online before the expiry of the
scheduled date and time. No delay on account of any cause will be entertained. Offers not
submitted online will not be entertained.
25
If for any reason, any interested bidder fails to complete any of online stages during the
complete tender cycle, department shall not be responsible for that and any grievance
regarding that shall not be entertained.
Any amendment to the tender will be placed on sub portal of the Department, who have
invited the tenders, on e-tendering portal of the Govt. of Maharashtra. The tenderer will not
be communicated separately regarding the amendment.
G. Law The contract shall be interpreted and have effect in accordance with the law of lndia
and any suit or other proceedings relating to this contract shall be filed or taken by the
contract in a court of law only in Mumbai
44. Submission of Tenders:-
Manner of Preparation & Submission of tender and its accompaniments
Both the Tenders (Technical as well as Commercial) shall have to be prepared and
subsequently submitted online only. Tenders not submitted online will not be
entertained.The tenderer shall submit the tender and documents in two digitally sealed
envelopes as below:
Online Bid preparation stage:-
In Bid Preparation stage, bidders get access to Online Technical and Commercial
Envelopes where they require uploading documents related to technical eligibility
criteria and quote commercial offer for the work / item in respective online envelopes.
1. ENVELOPE NO. 1 (FOR TECHNICAL BID - DOCUMENTS)
Following documents should be uploaded in Online Technical Envelope (T1) in PDF
format, if required can be zipped as well and then uploaded. These documents need to
be digitally signed by individual contractor’s digital signature and uploaded during
Online Bid Preparation stage.
The first envelope shall attach the following with the scanned copies.:-
a. Scanned Copy of DD for Tender Document Fees of Rs. 5250/-
b. Scanned Copy of DD for EMD of Rs.2,30,000/-
c. Bank Solvency Certificate for Rs. 55,00,000/- (Rupees Fifty Five only) from
any Scheduled Bank.
d. Details of present technical staff shall comprises of Chief Engineers as a
Technical Managers and list showing qualifications and experience of key
personnel proposed for administration and execution of this contract, both on
and off site / Experience for Technical Management of IRS Class vessel and
having Recruitment & Personnel Service license. The Owners/ Manager
should have relevant experience from 3 to 5 years.
e. Report on the financial standing of the tenderer including profit and loss
statement, balance sheets duly audited by a Chartered Accountant Firm/annual
report of the company for the past three years ending March 2013 . The
Average turn over for last 3 years should of Rs. 1 Cr. In Manning/ Technical
management.
26
f. Names of partners / directors indicating their holding in the firm / company.
g. Power of Attorney or Letter of Authority issued by the company in favour of
the person authorized to sign the tender document etc.
h. Copies of original document defining the constitution or legal status, place of
registration and principal place of business of the company / proprietorship
firm / partnership firm or any other business structure.
i. Detailed information regarding any current litigation in which the tenderer is
currently involved.
j. PAN card Xerox copy.
k. Details of the ships ( MS Act/ IV Act) for executing work of Manning/
Technical Management.
2. ENVELOPE NO. 2 (FINANCIAL BID) All financial offers must be prepared online (An online form will be provided for
this purpose in Online Commercial Envelope (C1), during Online Bid Preparation
stage).
The second envelope shall contain only the main tender. A tender submitted
without this would be considered as invalid.
He should not quote his offer any where directly or indirectly in Envelope No.1.
The contractor shall quote for the work as per details given in the main tender and
also based on the detail set of conditions issued/ Additional stipulations made by the
Department as informed to him by a letter from Marine Engineer & Chief
Surveyor Maharashtra Maritime Board, PWD Compound, Near Bhavan’s
College, Dadabhai Road, Andheri (w), Mumbai-400 058.( INDIA ) after Pre-Tender
Conference..
Note: During Online Bid Preparation stage, bidders are allowed to make any
changes or modifications in the bid data uploaded by them in Technical (T1) as well
as Commercial (C1) envelope. Once a bidder successfully completes the Bid
Preparation stage (by generating the Hash Values for T1 and C1), system won’t
allow him/her to make any further changes or modifications in the bid data.
3. ONLINE SUBMISSION OF TENDER:-
The date and time for receipt of envelope Containing tender shall strictly apply in
all cases.
In this stage, bidders who have successfully completed their Bid Preparation stage
are required to transfer the data, already uploaded by them during Bid Preparation
stage, from their custody to department’s custody.
Note: During this stage, bidders won’t have any capability to make any kind of
changes or editing into technical as well as commercial data.
27
4. OPENING OF TENDERS: The tenders that are submitted online successfully shall be opened online as per the
date and time given in detailed tender schedule (if possible), through e-Tendering
procedure only in the presence of bidders.
Tenders shall be opened either in the presence of bidders or it’s duly authorised
representatives. The bidder representatives who are present shall sign a register
evidencing their attendance. Only one representative per applicant shall be permitted
to be present at the time of opening the tender.
5. ENVELOPE NO. 1:-
First of all, Technical Envelope of the tenderer will be opened online through e-
Tendering procedure to verify its contents as per requirements.
At the time of opening of technical bid the tenderer should bring all the original
documents that have been uploaded in the Online Technical Envelope (T1) so that
same can be verified at the time of opening of technical bid.
If the tenderer fails to produce the original documents at the time of opening of
technical bid then the decision of the committee taken on the basis of document
uploaded will be final and binding on the tenderer.
If the various documents contained in this envelope do not meet the requirements of
the Department, a note will be recorded accordingly by the tender opening authority
and the said tenderer’s Envelope No.2 will not be considered for further action and
the same will be recorded.
Decision of the tender opening authority shall be final in this regard.
The commercial tenders shall not be opened till the completion of evaluation of
technical tenders.
The commercial Tenders of only technically qualified Bidders as mentioned above
will be opened.
6. ENVELOPE NO. 2 :- (Financial Bid) This envelope shall be opened online as per the date and time given in detailed
tender schedule (if possible), through e-Tendering procedure only,
This envelope shall be opened immediately after opening of Envelope No.1, only if
contents of Envelope No.1 are found to be acceptable to the Department; the
tenderer rate in Schedule ‘B’ or percentage above / below the estimated rates shall
then be read out.
i. This part shall contain a complete price bid of the Bidders specifically indicating the,
if any of applicable excise duty/ Custom duty, sales tax, VAT, freight, insurance,
Octroi, Packing & Forwarding charges service tax and other statutory levies. In
case, these are not indicated by the Bidders, the same shall be presumed to have
been included in the quoted Prices.
28
ii. The prices quoted shall be Technical Management of all 4nos. Self Propelled Hopper
barges for 24 months.
iii. The prices quoted shall be Manning of all 4nos. Self Propelled Hopper barges for 14
months during Fair weather and 10 months during foul weather.
iv. Prices should be quoted both in figures & words.
29
45. Schedule of rates “Qualified and Competent Technical Managers / Chief Engineers/ Master Mariners
who has experience in ownership/ Manning Competent crew (Inland Vessel) / holder
of (Recruitment & Personnel Service license) RPSL license as well as Technical
Management for day to day Operation of handling IRS Class 4nos. vessels of 250 m3
capacity of Self Propelled Hopper Barges (Yard delivery) of MMB Operating on the
coast of Maharashtra for 24 Months” after signing of an Agreement.
No Qty Description of Work
Rates
Duration Total Amount
in Rs.
1.
2.
3
4
4
4
Technical Management of 04
nos. Self Propelled Hopper
Barges of 250M3
Capacity of
MMB at various Ports for the
period of 24 Months.
Manning Charges during
FairWeather .
(1st October to 25
th May- 7
months only )
-Second Class Master – 1no.
-FirstClassEngine Drive-1no.
-Oiler -2nos.
-Sukani -1no.
-Khalasi -3nos.
-----------
Total 8nos.
Manning Charges during
Foul Weather .
(26th
May to 30th
September -
5 months only )
-Second Class Master – 1no.
-FirstClassEngine Drive-1no.
-Oiler -1nos.
-Sukani NA
-Khalasi -1nos.
-----------
Total 4nos.
Total Amount calculated as
sr.1+sr.2+sr.3= X ( Without
any tax)
Rs.1,50,000/-Per
Month per
Hopper Barge.
Rs. 89,418 per
month per vessel
for total 8nos. of
manning on each
vessel.
Rs.44,709/- per
month / vessel
24 Months
14 months
10months
Manning
and
Technical
Manageme
nt
1,44,00,000/-
50,07,408/-
17,88,360/-
Total of Rs.
2,11,95,768/- +
Taxes ( Two
crore eleven
lakhs ninety five
thousand seven
hundred and
sixty eight only)
30
31
CONDITION OF CONTRACT
ANNEXURE – 1
FORM OF AGREEMENT
This Agreement made at Mumbai the ------ day of ------ 201 between the Chief Executive
Officer, Maharashtra Maritime Board, Mumbai of the one part and ----- And having their
office at ------- And Whereas the Contractors the quotations their tender dated ------ which
tender was subject to the terms and conditions as mentioned in their letter Nos.--------hereto
respectively and which tender subject to the said terms and conditions was accepted by the
Board by the letter of its Marine Engineer and Chief Surveyors bearing No.----- dated ------
in respect ----- on (part of the Schedule of Quantities and Rates to the said Tender) And
whereas the Bidders have / has deposited with the Board a sum of Rs. ------- (Rupees ------
Only) as Security for the due performance of this contract And whereas at the request of the
Bidders -------- Mumbai agreed by way of further Security for the due performance of this
contract by the Bidders to pay to the Board on demand such sum or sums not exceeding Rs. -
---( Rupees ------ Only) as the Board may require.
NOW THIS AGREEMENT WITHNESSETH AS FOLLOWS:
1. In this Agreement the words and expressions shall have the same meanings are
respectively
assigned to them in the conditions of contract hereinafter referred to.
2. The following documents shall be deemed to form and be read and construed as part
of this Agreement, viz.
a) the said tender,
b) Instruction to tenderers
c) The General conditions, including the special conditions of contract.
e) The Schedule of Prices
f) The Acceptance of Tender by the said letter dated the ---- day of ---- 201----- from
the Marine Engineer & Chief Surveyors of the Board to the Bidders
b) Instruction to Tenders including addendum to tenderes
c) The General Conditions, including the special condition of contract.
e) The Schedule of Prices
f) The Bidder’s and Marine Engineer’s letter referred to above/ in the schedule ‘A’
hereto, and
g) The Acceptance of Tender by the said letter dated the ---- day of ---- 201----- from
the Marine Engineer & Chief Surveyor’s of the Board to the Bidders
In consideration of payment to be made by the Board to the Bidders as hereinafter
mentioned the Bidder DO and each of them DOTH severally and jointly HEREBY
COVENANT with the Board to carry out and complete within the stipulated period
(time being of the essence of this contract) the work of---------together with certain
spares as mentioned hereto / and all other ancillary work / as described in the
Drawings, in accordance with the specifications and in conformity in all respects with
the provisions of the contract and to maintain / guarantee the same as provided in the
conditions of contract / specifications (hereinafter collectively called ‘the contract
work’)
4. THE BOARD DOTH HERBY COVENANT to pay to the Bidders in consideration of
the Bidders carrying out and completing within the stipulated period (time being of
the essence of this contract) the contract work to the entire satisfaction of the Marine
32
Engineer of the Board in all respects the contract prices / ( after taking into account
the rebates of -----% offered by the Bidder) / at the time and in the manner prescribed
by the contract.
IN WITHNESS WHEREFO the Bidders have / has hereunto subscribed and
set his their respective hand and seals ------------ the duly Constituted Attorney of and
for and on behalf of the Bidders has hereunto subscribed and set his hand and set the
common of the Bidders hath been hereunto affixed and the Marine Engineer of the
Maharashtra Maritime Board, Mumbai for and on behalf of the Board has set his hand
and seal and common seal of the Board hath been hereunto affixed the day and year
first above written.
33
ANNEXURE – II
BANK GUARNATEE FORM FOR PERFORMANCE SECURITY
To,
Maharashtra Maritime Board,
Mumbai
WHEREAS ------------ ( Name and address of the supplier) (Herinafter called "the
Supplier”) has undertaken, In pursuance of contract no. -------- dated . . . . . . . . . . to supply
(description and Services) (herein after called "the contract")
AND WHEREAS it has been stipulated by you in the said contract that the supplier shall
furnish you with a bank guarantee by a scheduled commercial bank recognised by you for the
sum specified therein as security for compliance with its obligations in accordance the
contract
AND WHEREAS we have agreed to give the supplier such a bank guarantee.
NOW THEREFORE we hereby affirm that we are guarantors and responsible to you on
behalf of the supplier, up to a total of ------------ (Amount of the guarantee in words and
figures), and we undertake to pay you, upon your first written demand declaring the supplier
to be in default under the contract and without cavil or argument, any sum or sums within the
limits of (amount of guarantee) as aforesaid, without you needing prove or to show grounds
or reasons for your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the supplier before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the
contract to be performed there under or of any of the contract documents which may be made
between you and the supplier shall in any way release us from any liability under this
guarantee and we hereby waive notice of any such change, addition or modification.
This guarantee shall be valid up to 30 (thirty) months from the date of Notification of Award
1.e. up to ---------- (indicate date)
--------------------------------------------------
(Signature with date of the authorized officer of the Bank)
--------------------------------
Name and designation of the officer
--------------------------------------------------------
Seal, name & address of the Bank and address of the Branch
34
G) Final List of Documents to be uploaded Online:
The following documents should be uploaded by the bidders in the form of PDF Files in the same
order as mentioned below, on the e-Tendering website during Online Bid Preparation stage.:-
Sr.
No. List of Documents
Compulsory
/ Additional
1
2
3
4
5
6
7
8
9
10
Scanned Copy of DD for Tender Document Fees of Rs. 5250/-
Scanned Copy of DD for EMD of Rs.2,30,000/-
Bank Solvency Certificate for Rs. 55,00,000/- (Rupees Fifty Five only) from any
Scheduled Bank.
Details of present technical staff shall comprises of Chief Engineers as a Technical
Managers and list showing qualifications and experience of key personnel proposed
for administration and execution of this contract, both on and off site / Experience for
Technical Management of IRS Class vessel and having Recruitment & Personnel
Service license. The Owners/ Manager should have relevant experience from 3 to 5
years.
Report on the financial standing of the tenderer including profit and loss statement,
balance sheets duly audited by a Chartered Accountant Firm/annual report of the
company for the past three years ending March 2013 . The Average turn over for last
3 years should of Rs. 1 Cr. In Manning/ Technical management. .
Names of partners / directors indicating their holding in the firm / company.
Power of Attorney or Letter of Authority issued by the company in favour of the
person authorized to sign the tender document etc.
Copies of original document defining the constitution or legal status, place of
registration and principal place of business of the company / proprietorship firm /
partnership firm or any other business structure.
PAN card Xerox copy.
Details of the ships ( MS Act/ IV Act) for executing work of Manning/ Technical
Management.
Note: During Online Bid Preparation, apart from the above mentioned documents, if
any need arises to upload additional documents in Technical Envelope, an option of
‘Upload Additional Documents’ has been provided in the e-Tendering software
which will be available to bidders during Online Bid Preparation stage.
Compulsory
Compulsory
Compulsory
Compulsory
Compulsory
Compulsory
Compulsory
Compulsory
Compulsory
Compulsory
35