+ All Categories
Home > Documents > Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal...

Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal...

Date post: 20-Aug-2020
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
27
1 Telephone: 22751632 (Reply must be address to Fleet Maintenance Unit The Officer-in-Charge) Naval Dockyard c/o Fleet Mail Office Mumbai - 400 001 Quoting: FMU/344/RRC/HOT WORK SENTRY 06 Sep 16 M/s --------------------------------------- -------------------------------------------- -------------------------------------------- TENDER ENQUIRY FOR RATE CONTRACT FOR HIRING OF CIVIL HOT WORK SENTRIES ONBOARD INDIAN NAVAL SHIPS AND SUBMARINES Dear Sir, 1. The Fleet Maintenance Unit, Mumbai has a requirement to hire civil Hot Work Sentries on board Indian Naval Ships and submarines through a Rate Contract (RC) for a period of 12 months. The scope of work and terms and conditions of the tender are enumerated in the subsequent paragraphs of TE. 2. This Tender Enquiry is being issued with no financial commitment and the customer reserves the right to change or vary any part thereof at any stage. Customer also reserves the right to withdraw the Tender Enquiry, should it become necessary at any stage. PART I- GENERAL INFORMATION 3. Last Date and Time for Depositing the Bids: The Technical and Commercial offers, in separately sealed envelopes are to be submitted to this office on or before 1200 on 27 Sep 16. 4. Manner of Depositing the Bids: Tenders are to be submitted as two separate sealed bids viz. the Technical bid (T-Bid) and the Quotation bid (Q-Bid). Tenders may be submitted by hand, but will not be accepted through private couriers / fax / e-mail or by speed post. This Unit will not be responsible for offers, which are not received in time or lost due to postal negligence. Tenders received late shall be out rightly rejected. The Technical and Commercial offer should be submitted on the due dates on the firm’s letter head in separate double sealed envelopes clearly marked “QUOTATION FOR RC FOR HIRING OF CIVIL HOT WORK SENTRIES ONBOARD INDIAN NAVAL SHIPS AND SUBMARINES”. The ‘T’ and ‘Q’ bid should be submitted on the FIRM’s letter head in sealed envelopes individually super scribing T bid/ Q bid clearly. Cost of Tender Document will be Rs. 500/- (non refundable) in the form of a bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with the T-Bid. 5. Time and Date for opening of Bids: The bids will be opened on or before 1500 Hrs on 27 Sep 16. If due to any exigency, the due date for opening of the bids is
Transcript
Page 1: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

1

Telephone: 22751632 (Reply must be address to Fleet Maintenance Unit The Officer-in-Charge) Naval Dockyard c/o Fleet Mail Office Mumbai - 400 001 Quoting: FMU/344/RRC/HOT WORK SENTRY 06 Sep 16 M/s --------------------------------------- -------------------------------------------- --------------------------------------------

TENDER ENQUIRY FOR RATE CONTRACT FOR HIRING OF CIVIL HOT WORK SENTRIES ONBOARD INDIAN NAVAL SHIPS AND SUBMARINES

Dear Sir, 1. The Fleet Maintenance Unit, Mumbai has a requirement to hire civil Hot Work Sentries on board Indian Naval Ships and submarines through a Rate Contract (RC) for a period of 12 months. The scope of work and terms and conditions of the tender are enumerated in the subsequent paragraphs of TE. 2. This Tender Enquiry is being issued with no financial commitment and the customer reserves the right to change or vary any part thereof at any stage. Customer also reserves the right to withdraw the Tender Enquiry, should it become necessary at any stage.

PART I- GENERAL INFORMATION 3. Last Date and Time for Depositing the Bids: The Technical and Commercial offers, in separately sealed envelopes are to be submitted to this office on or before 1200 on 27 Sep 16. 4. Manner of Depositing the Bids: Tenders are to be submitted as two separate sealed bids viz. the Technical bid (T-Bid) and the Quotation bid (Q-Bid). Tenders may be submitted by hand, but will not be accepted through private couriers / fax / e-mail or by speed post. This Unit will not be responsible for offers, which are not received in time or lost due to postal negligence. Tenders received late shall be out rightly rejected. The Technical and Commercial offer should be submitted on the due dates on the firm’s letter head in separate double sealed envelopes clearly marked “QUOTATION FOR RC FOR HIRING OF CIVIL HOT WORK SENTRIES ONBOARD INDIAN NAVAL SHIPS AND SUBMARINES”. The ‘T’ and ‘Q’ bid should be submitted on the FIRM’s letter head in sealed envelopes individually super scribing T bid/ Q bid clearly. Cost of Tender Document will be Rs. 500/- (non refundable) in the form of a bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with the T-Bid.

5. Time and Date for opening of Bids: The bids will be opened on or before 1500 Hrs on 27 Sep 16. If due to any exigency, the due date for opening of the bids is

Page 2: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

2

declared a closed holiday, the bids will be opened on the next working day at the same time or on any other day/time, as intimated by this unit. 6. Location of the Tender Box:- Naval Dockyard (MBI)

Inside Muster Gate (Near Lion Gate) Mumbai – 400023 (Tender box marked as ‘FMU’)

7. Place of Opening the Bids: The T & Q bids will be opened in the office of Sr. Manager (Projects), FMU (MBI). The bidder may depute their representatives duly authorized in writing, to attend the opening of bids on the due date and time. TEC/PNC meeting, if required will be scheduled subsequently and date will be intimated to the firm. 8. Period of Rate Contract: The contract to be concluded under this order shall be valid for 12 months and come into effect from the date of conclusion of the contract. The same may be extended for further period of 01 year post mutual agreement after approval from competent authorities, without any upward/revision of rates. 9. Two-Bid System. Only the Technical Bid would be opened on the time and date mentioned above. Date of opening of the Commercial Bid will be intimated after acceptance of the Technical Bids. Commercial Bid will be opened only when Technical Bid is found compliant/suitable after Technical evaluation is done by the CUSTOMER. 10. Forwarding of Bids. Bids should be forwarded by the FIRM under his original memo / letter pad furnishing details like TIN number, VAT/CST number, bank address with EFT account if applicable, etc and complete postal & e-mail address of their office.

(a) T-Bid. The ‘T’ bid should confirm to the following for validity:-

(i) Company’s profile indicating past experience/ performance in the present field of activity, certifications held, list of CLIENTs, facilities held etc. (ii) Availability of trained/ skilled manpower and infrastructure is to be indicated. (iii) Duly completed T Bid Performa/ compliance grid as per Enclosure 2. (iv) Documentary proof of the eligibility criteria as per Para 20 below viz. photocopies of the registration certificate, proof of annual turnover, copies of order, any other documentary evidence. (v) Copy of Government order indicating minimum wages applicable in this case. (vi) Tender document cost. (vii) EMD in the form of Bank Guarantee/ Fixed Deposit with validity as indicated in Para 16 below.

Page 3: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

3

(b) Q-Bid. The ‘Q’ bid should be exactly as per the format for quotation given at Enclosure 4 to this TE for validity.

11. Clarification Regarding Contents of TE. A prospective FIRM who requires clarification regarding the contents of the bidding documents shall notify to the CUSTOMER in writing about the clarifications sought not later than 14 (fourteen) days prior to the date of opening of the Bids (14 Sep 16). Copies of the query and clarification will be sent to all prospective FIRMs who have received the bidding documents. 12. Modification and Withdrawal of Bids. FIRM may modify or withdraw its bid after submission provided that the written notice of modification or withdrawal is received by the CUSTOMER prior to deadline prescribed for submission of bids. A withdrawal notice may be sent by fax but it should be followed by a signed confirmation copy to be sent by post and such signed confirmation should reach the CUSTOMER not later than the deadline for submission of bids. No bid shall be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and expiration of the period of bid validity specified. Withdrawal of a bid during this period will result in FIRM’s forfeiture of bid security. 13. Right of Acceptance or Rejection of Tender: Canvassing by the FIRM in any form, unsolicited letter, conditional tender and post tender correction may invoke summary rejection. The Competent Financial Authority reserves the right to accept or reject the tender without assigning any reasons whatsoever. 14. Unwillingness to Quote: Unwillingness to quote should be intimated to this office before the due date failing which the FIRM may be deleted for the given range of items as mentioned in the TE. 15. Validity of Offer: The FIRM’s offer should be valid for a period of 120 days from the date of opening of tender, i.e. till 27 Jan 17. 16. Earnest Money Deposit. FIRMs are required to submit Earnest Money Deposit (EMD) for amount of Rs. 12,56,500.00 (Rupees Twelve Lakhs Fifty Six Thousand Five hundred Only) along with their bids. The EMD (format placed at Enclosure-5) may be submitted in the form of Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee from any of the public sector banks or a private sector bank authorized to conduct government business as per Form DPM-13 (Available in MoD website and can be provided on request). EMD is to remain valid for a period of 45 (Forty Five) days beyond the final bid validity period, i.e. till 13 Mar 17. EMD of the unsuccessful FIRMs will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract. The Bid Security of the successful FIRM would be returned, without any interest whatsoever, after the receipt of Performance Security from them as called for in the contract. EMD is not required to be submitted by those FIRMs who are registered with the Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC) or any Department of MoD or MoD itself. The EMD will be forfeited if the FIRM withdraws or amends impairs or derogates from the tender in any respect within the validity period of their tender.

Page 4: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

4

PART II - ESSENTIAL DETAILS OF SERVICES REQUIRED 17. Scope of Work. The scope of work is listed out at Enclosure 3. You are required to quote price for the specification of the job at Enclosure 4. 18. Mandatory Requirement. The following are the requirement for undertaking the Rate Contract:-

(a) Firm to meet all the QRs of Hot Work Sentry and provide services as per scope of work mentioned at para 17 above. The firm providing the Hot Work Sentry is to invariably be ISO qualified. (b) Firm to fulfill the Eligibility Criteria mentioned at para 20 below and produce all documents pertaining to past work orders executed.

19. General Conditions.

(a) The safety and security of men and the equipment shall be the responsibility of the FIRM. (b) Personnel employed by the FIRM must be sufficiently skilled to undertake the services mentioned in the scope of work mentioned at para 17 above. They should have adequate awareness with regard to quality of work and safety. (c) FIRM should provide all certificates (educational qualification specifically in field of fire prevention, safety, fire fighting, medical and physical fitness) related to sentries being placed onboard before commencement of hot work and these certificates will be scrutinized by representatives of Customer. (d) Assessment Onboard. An assessment of the competence of the LHF and the Hotwork Sentry would be undertaken by the Ship where hot work would be undertaken. Written examination, Viva voce, verification of qualification, training of escape route etc. would be undertaken by the ship staff towards this assessment. A record of these assessments would be kept with the ship, which would not be handed over to the seller/ hotwork sentry/ Leading Hand Fireman under any circumstances. (e) The seller/ hotwork sentry/ Leading Hand Fireman should adhere to the timings and directives promulgated by the ship staff towards successful completion of hot work onboard.

20. Eligibility Criteria.

(a) The FIRM must have an average annual turnover of Rs 75.39 Lakh at any time during last three years. (b) The FIRM must have undertaken a collective order/ Rate contract on similar jobs as follows:-

(i) Three similar completed works costing collectively not less than Rs 1.00 Crore.

Or (ii) Two similar completed works costing collectively not less than Rs 1.26 Crore.

Page 5: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

5

Or (iii) One completed works costing not less than Rs 2.01 Crore in similar field any time during the last seven years with reputed Govt / private organizations.

(c) The FIRM must be registered with Defence Establishment/ Reputed organization for similar jobs.

21. Methodology for the Contract.

(a) The Firm shall depute hot work sentries on individual Work Orders issued by Customer. (b) Bills will be processed on progressive basis based on the work completion in accordance with the work orders issued by CLIENT.

22. Minimum Wages Act. The wages payable to the labourers should not be less than the minimum wages promulgated by the Government authorities as on the date of bid opening, failing which the bids will be rejected. Government orders indicating minimum wages applicable must be submitted along with technical bid. 23. Employment of Service Personnel. The firm shall not employ any service personnel of the Customer or on his own take any assistance either directly or indirectly from any of the workshops / facilities of the Customer in the form of men or material for Scope of Work. 24. Gate Pass. An escorted entry passes for Naval Dockyard, Mumbai will be issued for all personnel involved and one vehicle (car / tempo) with respective driver as nominated by FIRM for ease of entry and exit through Lion Gate / Tiger Gate. The FIRM will be required to furnish the necessary police verification certificates and others documents in respect of its personnel and vehicles within 10 days from the time of signing the contract. These passes shall be valid for the period of Contract and for a further period of 01 month to complete the ongoing jobs. Gate pass will be issued by the concerned ship, in quadruplicate, for collection/delivery of items, as and when applicable. The same should be endorsed on reverse by duty JCO at Lion Gate / Tiger Gate at the time of taking the item out of and bringing it back into Naval Dockyard for maintaining proof of dispatch and receipt. The FIRM shall be required to submit one copy of this gate pass along with the bill to the CUSTOMER. 25. Incidental Jobs/ Damages.

(a) During the course of work any equipment and materials removed from the ship/ barge shall be returned/ refitted back. In the event of existing piping, trunking, equipment wiring etc must be temporarily removed to facilitate repair work onboard, the FIRM shall subsequently reinstall in “as original condition” to the satisfaction of the CUSTOMER. The FIRM shall be responsible for the proper functioning of such rework items/systems. (b) The FIRM is to bring inside naval premises items required for the jobs as per the scope of work (if any), in only required quantities. Security & safe custody of material inside ND (MB) will be responsibility of the FIRM. The FIRM is not to dump items required for the job at any place on the jetty without obtaining prior written permission of CUSTOMER. Such permission will ordinarily be granted only for a short duration (24 hours) to enable arrangement

Page 6: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

6

to be made for the transportation of the scrap and debris. The security and safe custody of materials inside Naval Dockyard premises will be the responsibility of the FIRM. (c) The FIRM is liable to pay for any damage/ loss that may be caused to the state property on account of negligence of his staff.

26. Stages of Inspection / Trials. (a) Inspection Authority. Necessary tests and inspections of the contracted job shall be carried out by respective Ship’s staff who have raised hot work requirement. (b) An Inspection cum work completion certificate as applicable will be issued by respective Ship/ FMU(MBI) on completion of the work. (c) Form, Fit and Function Certificate. The Form, Fit and Function Certificate are to be furnished by the contractor wherever applicable and whenever asked by this unit. (d) Authenticity Certificate. The certificate of authenticity / genuineness should always be furnished by the contractor wherever applicable and whenever asked by this unit.

27. Time Frame to Complete Work. The time frame (Delivery Period) for rendering service will be 24 hrs from receipt of requirement from Ships/ Submarines/ FMU(MBi). Please note that contract can be cancelled unilaterally by the Customer in case services are not received within the contracted delivery period. Extension of contracted delivery period will be at the sole discretion of the Customer, with applicability of LD clause. 28. Quality Assurance.

(a) Quality Assurance & Quality Control. Quality of work is paramount. Best prevailing Fire Fighting Hot Work Sentry practices should be followed throughout the Contract. Contractor will only deploy qualified/ experienced manpower to ensure quality, planning and managerial function. (b) The work executed by the firm will be in accordance with respective ship/ FMU (MBI) inspection schedule as applicable followed by preliminary stage and final inspection. The Contracted work/ services will be undertaken as per Specified Standards and quality norms. (c) Assurance of quality of service is the responsibility of the FIRM and the FIRM is to indicate exclusively and submit proof of quality assurance, norms being followed.

29. Consignee details. The Officer-in-Charge, Fleet Maintenance Unit, c/o Fleet Mail Office, Naval Dockyard, Mumbai – 400 001. 30. Safety.

(a) The Firm shall take adequate and necessary precautions regarding the safety of the organization, ship, men and materials. The contractor is to ensure

Page 7: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

7

that his Hotwork Sentries uses all safety gear as laid down in Industrial & Labour Regulations while working on jobs entrusted on this contract. (b) The contractor must report immediately to the contracting authority of FMU(MBI)/Yard/ Ship, all incidents, accidents, injuries or near misses arising from performance of the services or work. (c) The contractor while executing work in onboard ships/area of work should be governed by Official Secret Act and also shall observe all necessary security rules and discipline in the FMU(MBI)/Naval Dockyard/On board Ship and will be subject to security checks as per rules and regulations in force from time to time.

31. Environmental Policy. FMU (MBI) is committed to continually improve upon environmental performance through pollution prevention and resource conservation. Contractors should strive to:-

(a) Minimize the generation of dust and noise by improving our operational practices. (b) Have effective utilization of utilities like water and electricity by recycling and energy auditing. (c) Control generation and disposal of effluent water by appropriate effluent treatment methods.

32. Deviations. The FIRM is required to furnish clause by clause compliance of specifications bringing out clearly the deviations from specification, if any. The bidders are requested to forward their compliance statement in their T-Bid for all the serials at Enclosure 2 and all clauses to the TE. 33. Security Guidelines for FIRMs. Mentioned below are certain security guidelines to be followed by all the representatives of the FIRM contracted by CUSTOMER for carrying out repairs of equipment/systems of IN ships. Detailed security instructions of the Naval Dockyard to the FIRMs may be perused from this office:-

(a) Cameras. Cameras are not allowed to be brought inside Lion Gate. This restriction also applies to mobile phones with inbuilt cameras. Visitors can carry cell phones without camera in switched off mode & use it is presence of the escort for official purpose only as per existing orders.

(b) Laptop/Computers. Computers are not allowed to be brought inside Lion Gate. In case of an inescapable requirement, explicit approval of CHSFO/ND (MB) needs to be obtained through CUSTOMER for bringing computer inside Lion gate.

(c) Storage Media. Storage media like pen/USB drive, portable HDD are not allowed to be brought inside Lion gate.

(d) Personnel Visiting Ships. Details of all personnel visiting IN ships/FMU need to be recorded at the gangway of the ship on working and holidays and they are instructed to remain within the working area and not loiter

Page 8: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

8

around to other part of ships/other ships. All personnel’s of the FIRM will be required to report to FMU first and will be deputed to various ships thereafter. (e) Personnel Driving Private Vehicles Inside Lion Gate. FIRM should ensure that their representatives driving private vehicles inside Lion gate are holding valid passes/driving licenses and are in possession of valid registration, insurance and PUC papers of the subject vehicle. (f) Police Verification. It is mandatory to obtain police verification for personnel visiting Naval Dockyard. FIRM is to compulsorily arrange the same for his employees within 10 days of signing the contract. (g) Uniform. For ease of identification while working on board ship, the FIRM reps/workers should have a distinct uniform with name of the FIRM written clearly and prominently on the back.

PART III - STANDARD CONDITIONS OF RFP 34. The FIRM is required to give confirmation of their acceptance of the Standard Conditions of the Contract which will automatically be considered as part of the Contract concluded with the successful FIRM (i.e. FIRM in the Contract) as selected by the CUSTOMER. Failure to do so may result in rejection of the Bid submitted by the FIRM. The Standard Conditions of Contract are enumerated in succeeding paragraphs. 35. Law. The Contract shall be considered and made in accordance with the laws of the Republic of India. The Contract shall be governed by and interpreted in accordance with the laws of the Republic of India. 36. Effective Date of the Contract. The Contract shall come into effect on the date of signatures of both the parties on the contract (Effective Date) and shall remain valid until the completion of the obligations of the parties under the Contract. The deliveries and supplies and performance of the services shall commence from the effective date of the Contract. 37. Arbitration. All disputes or differences arising out of or in connection with the Contract shall be settled by bilateral discussions. Any dispute, disagreement or question arising out of or relating to the Contract or relating performance, which cannot be settled amicably, may be resolved through arbitration. In case of arbitration with the FIRM and this unit on any issue, the final decision would be that of the Flag Officer Commanding-in-Chief, Western Naval Command. The arbitration will be governed by following:-

(a) All disputes or differences arising out of or in connection with the present contract including the one connected with the validity of the present contract or any part thereof should be settled by bilateral discussions. (b) Any dispute, disagreement of question arising out of or relating to this contract or relating to construction or performance (except as to any matter the decision or determination whereof is provided for by these conditions), which cannot be settled amicably, shall within sixty (60) days or such longer period as may be mutually agreed upon, from the date on which either party informs the

Page 9: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

9

other in writing by a notice that such dispute, disagreement or question exists, will be referred to a sole Arbitrator. (c) Within sixty (60) days of the receipt of the said notice, an arbitrator shall be nominated in writing by the authority agreed upon by the parties. (d) The sole Arbitrator shall have its seat in New Delhi or such other place in India as may be mutually agreed to between the parties. (e) The arbitration proceedings shall be conducted under the Indian Arbitration and Conciliation Act, 1996 and the award of such Arbitration Tribunal shall be enforceable in Indian Courts only. (f) Each party shall bear its own cost of preparing and presenting its case. The cost of arbitration including the fees and expenses shall be shared equally by the parties, unless otherwise awarded by the sole arbitrator. (g) The parties shall continue to perform their respective obligations under this contract during the pendency of the arbitration proceedings except in so far as such obligations are the subject matter of the said arbitration proceedings. (Note - In the event of the parties deciding to refer the dispute/s for adjudication to an Arbitral Tribunal then one arbitrator each will be appointed by each party and the case will be referred to the Indian Council of Arbitration (ICADR) for nomination of the third arbitrator. The fees of the arbitrator appointed by the parties shall be borne by each party and the fees of the third arbitrator, if appointed, shall be equally shared by the CUSTOMER and the FIRM).

38. Penalty for Use of Undue Influence. The FIRM undertakes by bidding for the Tender Enquiry, that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the CUSTOMER or otherwise in procuring the Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the Government of India for showing or forbearing to show favor or disfavor to any person in relation to the present Contract or any other Contract with the Government of India. Any breach of the aforesaid undertaking by the FIRM or any one employed by him or acting on his behalf (whether with or without the knowledge of the FIRM) or the commission of any offers by the FIRM or anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for the prevention of corruption shall entitle the CUSTOMER to cancel the contract and all or any other contracts with the FIRM and recover from the FIRM the amount of any loss arising from such cancellation. A decision of the CUSTOMER or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the FIRM. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the FIRM towards any officer/employee of the CUSTOMER or to any other person in a position to influence any officer/employee of the CUSTOMER for showing any favour in relation to this or any other contract, shall render the FIRM to such liability/ penalty as the CUSTOMER may deem proper, including but not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the CUSTOMER. 39. Agents/Agency Commission. The FIRM confirms and declares to the CUSTOMER that the FIRM is the original manufacturer of the stores/provider of the

Page 10: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

10

services referred to in this Contract and has not engaged any individual or FIRM, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or any of its functionaries, whether officially or unofficially, to the award of the contract to the FIRM; nor has any amount been paid, promised or intended to be paid to any such individual or FIRM in respect of any such intercession, facilitation or recommendation. The FIRM agrees that if it is established at any time to the satisfaction of the CUSTOMER that the present declaration is in any way incorrect or if at a later stage it is discovered by the CUSTOMER that the FIRM has engaged any such individual/FIRM, and paid or intended to pay any amount, gift, reward, fees, commission or consideration to such person, party, FIRM or institution, whether before or after the signing of this contract, the FIRM will be liable to refund that amount to the CUSTOMER. The FIRM will also be debarred from entering into any Contract with the Government of India for a minimum period of five years. The CUSTOMER will also have a right to consider cancellation of the Contract either wholly or in part, without any entitlement or compensation to the FIRM who shall in such an event is liable to refund all payments made by the CUSTOMER in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. The CUSTOMER will also have the right to recover any such amount from any contracts concluded earlier with the Government of India. 40. Access to Books of Accounts In case it is found to the satisfaction of the CUSTOMER that the FIRM has engaged an agent or paid commission or influenced any person to obtain the contract as described in clauses relating to agents/agency commission and penalty for use of undue influence, the FIRM, on a specific request of the CUSTOMER, shall provide necessary information/ inspection of the relevant financial documents/information 41. Liquidated Damages. If the FIRM fails to complete any work offloaded as per stipulated timeframe laid down in accordance with the Rate Contract, the FIRM shall pay to Navy @ 0.5% per week of contracted amount per job subject to a maximum of 10% on each job that is delivered late. In case a rework arises within one week of successful trials, the date of initial offloading will be taken into account while levying the LD charges. 42. Non-disclosure of Contract Documents. Except with the written consent of the one party, the other party shall not disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any third party. 43. Notices. Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by FAX or email or registered pre-paid mail/airmail, addressed to the last known address of the party to whom it is sent. 44. Premature Termination of Contract. A contract may be terminated in the following circumstances:-

(a) When the FIRM fails to honor any part of the contract including failure to deliver the contracted stores/render services in time. (b) When the FIRM is found to have made any false or fraudulent declaration or statement to get the contract or he is found to be indulging in unethical or unfair trade practices. (c) When both parties mutually agree to terminate the contract.

Page 11: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

11

(d) When the item offered by the FIRM repeatedly fails in the inspection and/or the supplier is not in a position to either rectify the defects or offer items conforming to the contracted quality standards. (e) Any special circumstances, which must be recorded to justify the cancellation or termination of a contract. (f) The delivery of the material is delayed for causes not attributable to Force Majeure for more than (01 month) after the scheduled date of delivery. (g) The FIRM is declared bankrupt or becomes insolvent. (h) The delivery of material is delayed due to causes of Force Majeure by more than (02 months) provided Force Majeure clause is included in contract. (j) The CUSTOMER has noticed that the FIRM has utilized the services of any Indian/Foreign agent in getting this contract and paid any commission to such individual/company etc. (k) As per decision of the Arbitration Tribunal.

45. Transfer and Sub-letting. The seller has no right to give, bargain, sell, assign or sublet or otherwise dispose of the contract or any part thereof, as well as to give or to let a third party take benefit or advantage of the present contract or any part thereof without prior consent in written from FMU(MBI).

(a) The FIRM may subcontract any part of Scope of Work on mutual agreement with the CUSTOMER. The FIRM can under no circumstance sub-contract the complete Scope of Work to a Third Party.

(b) The FIRM would be entirely responsible for quality / standard and timely execution of the sub-contracted work. The FIRM is to draw up a suitable Quality Assurance (QA) Plan with the Sub- Contractor and a copy of the same along with Record of Inspection in accordance with such QA Plan shall be submitted to the CUSTOMER.

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

46. Patents and other Industrial Property Rights. The prices stated in the present Contract shall be deemed to include all amounts payable for the use of patents, copyrights, registered charges, trademarks and payments for any other industrial property rights. The Seller shall indemnify the FMU (MBI) against all claims from a third party at any time on account of the infringement of any or all the rights mentioned in the previous paragraphs, whether such claims arise in respect of manufacture or use. The Seller shall be responsible for the completion of the supplies including spares, tools, technical literature and training aggregates irrespective of the fact of infringement of the supplies, irrespective of the fact of infringement of any or all the rights mentioned above.

Page 12: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

12

47. Amendments. No provision of present Contract shall be changed or modified in any way (including this provision) either in whole or in part except by an instrument in writing made after the date of this Contract and signed on behalf of both the parties and which expressly states to amend the present Contract. 48. Taxes and Duties.

(a) General i. If Bidder desires to ask for excise duty or Sales Tax / VAT extra, the same must be specifically stated. In the absence of any such stipulation, it will be presumed that the prices include all such charges and no claim for the same will be entertained. ii. If reimbursement of any Duty/Tax is intended as extra over the quoted prices, the Bidder must specifically say so. In the absence of any such stipulation it will be presumed that the prices quoted are firm and final and no claim on account of such duty/tax will be entrained after the opening of tenders. iii. If a Bidder chooses to quote a price inclusive of any duty/tax and does not confirm inclusive of such duty/tax so included is firm and final, he should clearly indicate the rate of such duty/tax and quantum of such duty/tax included in the price. Failure to do so may result in ignoring of such offers summarily. iv. If a Bidder is exempted from payment of any duty/tax up to any value of supplies from them, he should clearly state that no such duty/tax will be charged by him up to the limit of exemption which he may have. If any concession is available in regard to rate/quantum of any Duty/tax, it should be brought out clearly. Stipulations like, the said duty/tax was presently not applicable but the same will be charged if it becomes leviable later on, will not be accepted unless in such cases it is clearly stated by a Bidder that such duty/tax will not be charged by him even if the same becomes applicable later on. In respect of the Bidders, who fail to comply with this requirement, their quoted prices shall be loaded with the quantum of such duty/tax which is normally applicable on the item in question for the purpose of comparing their prices with other Bidders.

v. Any change in any duty/tax upward/downward as a result of any statutory variation in excise taking place within Supply Order terms shall be allowed to the extent of actual quantum of such duty/tax paid by the supplier. Similarly, in case of downward revision in any duty/tax, the actual quantum of reduction of such duty/tax shall be reimbursed to the Buyer by the seller. All such adjustments shall include all reliefs, exemptions, rebates, concession etc. if any obtained by the Seller.

(b) Sales Tax / VAT.

(i) If it is desired by the FIRM to ask for Sales tax / VAT to be paid as extra, the same must be specifically stated. In the absence of any such stipulation in the bid, it will be presumed that the prices quoted by the FIRM are inclusive of sales tax and no liability of sales tax will be developed upon the CLIENT.

Page 13: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

13

(ii) On the Bids quoting sales tax extra, the rate and the nature of Sales Tax applicable at the time of supply should be shown separately. Sales tax will be paid to the FIRM at the rate at which it is liable to be assessed or has actually been assessed provided the transaction of sale is legally liable to sales tax and the same is payable as per the terms of the Supply Order.

(c) Excise Duty/ Custom Duty. Excise /custom Duty Exemption Certificate shall be applicable as per directives published in CGDA Notification No. AT-IX/Acq/level playing dated 09 Jun 15. (d) Octroi Duty. Octroi Exemption Certificate will be provided by the CLIENT on as and where required basis only for the spares to be used onboard ships.

PART IV - SPECIAL CONDITIONS 49. Performance Bond/ Bank Guarantee/ Security Deposit. The FIRM shall provide security deposit in form of Performance Bank Guarantee (PBG) on yearly basis for 10% of the anticipated drawl for each year in favor of ‘The Principal Controller of Defence Accounts (Navy), Mumbai’. Performance Security deposit payable to the CUSTOMER is furnished by the FIRM in the form of a Performance Bank Guarantee (PBG) issued by a public sector bank or a private sector bank authorized to conduct government business in the prescribed format within 10 days from the date of contract/issue of work order. The performance bank guarantee will be subject to encashment by CUSTOMER, in case of, non-adherence of conditions and provisions of the contract by the FIRM. The PBG should remain valid for a period of sixty days beyond the date of completion of contractual obligations/warranty i.e. the PBG shall be valid for the term of the contract + Guarantee/warranty period + 60 days. The BG will be returned to the firm on successful completion of all his obligations under the contract/work order. In case the execution of the contract/work order is delayed beyond the contracted period and the CUSTOMER grants extension of delivery period, with or without LD, the FIRM must get the BG revalidated, if not already valid. 50. Option Clause. This contract has an Option Clause, wherein the Client can exercise an option to procure an additional 50% of the original contracted quantity of items in accordance with the same terms & conditions of the present contract. This will be applicable within the currency of contract. It will be entirely the discretion of the Client to exercise this option or not. 51. Payment. The payment of bills for work completed will be through PCDA (Navy), Mumbai. No advance payment will be made. The FIRM has to provide PAN No. and Bankers Name / Bank account no. along with MICR code for ECS payment on the bill. It is mandatory for the FIRM to indicate their bank account numbers and other relevant e - payment details so that payments could be made through ECS/EFT mechanism instead of payment through cheques. 100% payment will be made on completion of the work and acceptance by the CUSTOMER. 52. Paying Authority. The payment of bills will be made by PCDA (Navy) after submission of the following documents by the FIRM to CUSTOMER: -

Page 14: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

14

(a) Ink-signed copy of Commercial invoice / FIRM’s bill. The invoice must contain Account holder’s name, Bank name, Branch name and address, Account type, Account number, IFSC code, MICR code (if these details are not incorporated in contract). (b) A work completion certificate issued from the Ship. (c) Performance Bank Guarantee certificate. (d) Details for electronic payment viz Account holder’s name, Bank name, Branch name and address, Account type, Account number, IFSC code, MICR code (if these details are not incorporated in contract).

53. Fall Clause. The following Fall Clause will form part of the contract placed on successful FIRM:-

(a) The price charged for the stores supplied/ services under the contract by the FIRM shall in no event exceed the lowest prices at which the FIRM sells the stores/services or offer to sell stores of identical description to any persons/Organization including the purchaser or any department of the Central government or any Department of state government or any statutory undertaking the Central or State Government as the case may be during the period till performance of all supply/Work Orders placed during the currency of the rate contract is completed. (b) If at any time, during the said period the FIRM reduces the sale price, sells or offer to sell such stores/services to any person/organization including the CUSTOMER or any Dept, of Central Govt. or any Department of the State Government or any Statutory undertaking of the Central or State Government as the case may be at a price lower than the price chargeable under the contract, the shall forthwith notify such reduction or sale or offer of sale to the Director General of Supplies & Disposals and the price payable under the contract for the stores/services of such reduction of sale or offer of the sale shall stand correspondingly reduced.

54. Risk and Cost. Any serial / job mentioned in the scope of work, which is not undertaken by the Firm, would be offloaded by the FMU (MBI) on the risk and cost of the Firm and the cost of the services/repairs shall be deducted from the contracted value. 55. Force Majeure Clause.

(a) Neither party shall bear responsibility for the complete or partial non performance of any of its obligations (except failure to pay any sum which has become due on account of receipt of goods under the provisions of the present contract), if the non-performance results from such Force Majeure circumstances as flood, fire, earth quake and other acts of God as well as other circumstances beyond the parties control that have arisen after the conclusion of the present Contract. (b) In such circumstances the time stipulated for the performance of an obligation under the present contract is extended correspondingly for the period of time action of these circumstances and their consequences.

Page 15: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

15

(c) The party for which it becomes impossible to meet obligations under this contract due to Force Majeure conditions, is to notify in written form to the other party of the beginning and cessation of the above circumstances immediately, but in any case not later than 10 (ten) days from the moment of their beginning. (d) Certificate of a Chamber of Commerce (Commerce and Industry) or other competent authority or organization of the respective country shall be a sufficient proof of commencement and cessation of the above circumstances. (e) If the impossibility of complete or partial performance of an obligation lasts for more that 06 (six) months, either party hereto reserves the right to terminate the contract totally or partially upon giving prior written notice of 30 (thirty) days to the other party of the intention to terminate without any liability other than reimbursement on the terms provided in the agreement for the goods received.

PART V – OTHER / MISCELLANEOUS INFORMATION

56. The Broad Guidelines for Evaluation of Bids. (a) Only those Bids will be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the tender Enquiry, both technically and commercially. (b) In respect of Two-Bid system, the technical Bid forwarded by the FIRM will be evaluated by the CUSTOMER with reference to the technical characteristics of the equipment as mentioned in the TE. The compliance of Technical Bids would be determined on the basis of the parameters specified in the TE. The Price Bid will be opened only when Technical Bid would clear the technical evaluation. (c) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price. (d) The FIRM is required to spell out the rates of Customs duty, Excise duty, VAT, Service Tax, etc in unambiguous terms; otherwise the offer will be loaded with the maximum rates of duties and taxes for the purpose of comparison of prices. If reimbursement of Customs duty / Excise Duty / VAT is intended as extra, over the quoted prices, the FIRM must specifically say so. In the absence of any such stipulation it will be presumed that the prices quoted are firm and final and no claim on account of such duties will be entrained after the opening of tenders. If a FIRM chooses to quote a price inclusive of any duty and does not confirm inclusive of such duty so included is firm and final, he should clearly indicate the rate of such duty and quantum of excise duty included in the price. Failure to do so may result in ignoring of such offers summarily. If a FIRM is exempted from payment of Customs duty /Excise Duty / VAT duty upto any value of supplies from them, they should clearly state that no excise duty will be charged by them up to the limit of exemption which they may have. If any concession is available in regard to rate/quantum of Customs duty / Excise Duty / VAT, it should be brought out clearly. Stipulations like, excise duty was

Page 16: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

16

presently not applicable but the same will be charged if it becomes leviable later on, will not be accepted unless in such cases it is clearly stated by a FIRM that excise duty will not be charged by him even if the same becomes applicable later on. In respect of the FIRM who fail to comply with this requirement, their quoted prices shall be loaded with the quantum of excise duty which is normally applicable on the item. The same logic applies to Customs duty and VAT also. (e) The Board of Officers evaluating the technical bids may call for additional documents, site visits, presentation etc in support of the facts and figures provided by the FIRM in the technical bids. FIRM not cooperating in the bid evaluation or failing to produce the additional documents etc as required by the Technical committee will be rejected. (f) Prices quoted by the FIRM should be precise and unambiguous. Rate per unit is to be quoted individually as per format for submission of ‘Q’ bid at Enclosure 4. Clarifications, if any, may be obtained from this office prior to submission of tender. (g) FIRM is to quote for all categories mentioned in the ‘Q’ bid submission format. Any price column in Enclosure 4, if “left blank/ NA/ any figure other than amount in Rupees” shall invite rejection of the quote. (h) The taxes and out station charges if and as applicable have to be indicated for each. (j) CUSTOMER may depute team to inspect FIRM’s site to assess their Technical competency with respect to availability of infrastructure, laboratory facilities and skilled work force. (k) No overwriting/scribbling/amendments are permitted in the price bids.

56. Price Bid Format (to be used for L-1 determination): Format of price bid is placed at Enclosure 4. L1 firm would be decided based on lowest amount quoted for total Basic Rate mentioned at Row A in the price bid format. xxSdxx (Prakash Kumar Verma) Commander Senior Manager (Projects) Enclosures: As above for Officer-in-Charge

Page 17: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

17

Encl. 1 to FMU (MBI) Tender Enquiry FMU/344/RRC/HOTWORK SENTRY dated 06 Sep 16

FORMAT FOR TECHNICAL BID

1. The Technical Bid should consist of the documents in the sequence given below.-

(a) Index page indicating the technical bid contents with appropriate page numbers. (b) The Compliance matrix for Vendor Evaluation Criteria stated at Enclosure 2, along with the required supporting documents (subjected to verification) in the same sequence. (c) All the documents mentioned in TE. (d) Assumptions, Exclusions, Concessions, Deviations on the Standard and Special Conditions of Tender Enquiry. (e) Any additional relevant document on Company Profile, Employee Profile etc not exceeding 10 pages.

Note- Technical Bids not submitted in accordance with above format would be rejected.

Page 18: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

18

Encl. 2 to FMU (MBI) Tender Enquiry FMU/344/RRC/HOTWORK SENTRY dated 06 Sep 16

‘T’ BID / VENDER EVALUATION COMPLIANCE MATRIX FOR RC FOR HIRING OF

CIVIL HOT WORK SENTRIES ONBOARD INDIAN NAVAL SHIPS AND SUBMARINES

Note: 1. The following information is to be forwarded in writing on this format only,

failing which your ‘Q’ Bid is likely to be rejected. 2. It is mandatory to accept serial No 5 to 41 below. 3. It is mandatory to submit all documents as per serial No. 42 to 50 below. 4. It is expected that you will offer the item as per our specification.

5. Date of opening of ‘Q’ bid will be intimated after acceptance of your ‘T’ bid by the tender Opening Committee.

SER TAXES / OTHER CHARGES INCLUDED EXTRA

1. Transportation / Convenience Charges

2. Central Sales Tax/ VAT / any other Taxes, Custom duty

3. Transit Insurance / Any other expenditure

4. Excise duty

TERMS AND CONDITIONS ACCEPTED NOT ACCEPTED

5. Period of Rate Contract 6. Modification and withdrawal of bids 7. Right of Acceptance or Rejection of tender 8. Scope of Work 9. Mandatory Requirement 10. General Conditions 11. Eligibility Criteria 12. Methodology of Contract 13. Minimum Wages Act. 14. Employment of Service Personnel 15. Gate Pass 16. Incidental Jobs / Damages 17. Safety 18. Security Guidelines for FIRMs

Standard Conditions of the RFP 19. Law 20. Effective Date of Contract 21. Arbitration 22. Penalty for Use of Undue Influence 23. Agents/ Agency Commission 24. Access to Books of Accounts 25. Liquidated Damages 26. Non- disclosure of Contract Documents 27. Notices 28. Premature Termination of Contract 29. Transfer and Sub-letting 30. Patents and Other Industrial Property Rights 31. Amendments 32. Taxes and Duties

Special Conditions 33. Performance Bank Guarantee 34. Option Clause

Page 19: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

19

35. Payment Terms 36. Paying Authority 37. Fall Clause 38. Risk & Cost Clause 39. Force Majeure

Evaluation Criteria for Bids 40. Evaluation of Bids 41. Price Bid Format

Documents ATTACHED NOT ATTACHED

42. Photocopy of Work Order for Eligibility Criteria

43. Photocopy of certificates indicating TIN no/ VAT no

44. Copy of company registration certificate

45. Government orders indicating minimum wages applicable

46. Forwarding letter of Bids

47. Original Tender Document duly signed on each page

48. Technical details of items offered as per Appendix B to part II

49. DD/ Banker cheque towards cost of tender document (Rs. 100.00)

50. Photocopy of certificates indicating ISO certification

Indicate YES or NO YES NO

51. Quoted for all items in ‘Q’ Bid 52. Is Excise Duty Exemption (EDE) required: 53. Is Custom Duty Exemption (CDE) required 54. Delivery Period ________________________ days (should not be more than 90

days from the date of signing the contract). 55. This Offer is Valid up to ____________________________________(should

remain valid till or beyond 90 days from submission of bid) Signature of firm : (with seal and date)

Page 20: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

20

Encl. 3 to FMU (MBI) Tender Enquiry FMU/344/RRC/HOTWORK SENTRY dated 06 Sep 16

SCOPE OF WORK

1. QR’s/ Qualification Criteria of Hot Work Sentries. The qualification for the Hotwork Sentries to be employed onboard ships/ submarines should be as follows:-

(a) Age and Gender. Personnel should be a male not less than 21 years of age and not more than 45 years of age.

(b) Qualification & Proficiency. Personnel should be minimum Matric pass and must be in possession of certificate of having undergone a suitable training as a hotwork supervisor/Fire Safety Course/ Fire Fighting Course from an authorised institute.

(c) Physical Fitness. The Hotwork Sentry should be physically fit with correct eyesight and devoid of night blindness. In addition, he should be able to quickly escape from the scene of emergency. In case situation goes out of control, without hurting himself. He should not be asthamatic or should not have breathing related problems. They should possess the physical ability to carry/ lift an average person (weight-57Kgs) from decks in case of emergencies.

(d) Experience. The Hotwork Sentry should have a minimum one year of experience.

(e) Language. Personnel employed Hotwork Sentry must understand and speak Hindi and English fluently.

(f) Dress Code. The firm will be responsible for providing the Hotwork Sentry with uniforms (cotton dungarees), including protective helmets, socks and steel toe boots at his own expense. The hired personnel employed onboard will be required to wear a suitable name tally.

(g) The personnel should have basic knowledge of Fire Fighting, Fire Fighting Equipment, Security Gadgets, Safety norms and First Aid. The personnel employed should have through knowledge of general, oil, paint and electrical fire fighting with reference to the hotwork activities at the site.

(h) Hotwork Sentries will be exercised once in an eight hour shift in a mock fire- fighting drill at a convenient time and place by the company personnel. They will be also be assembled by the ships staff for general parade and drill/ security instructions in every shift.

(j) One Leading Hand Fireman to be provided by the successful bidder for each 15 Hot Work Sentries employed for a particular hot work. Consolidated man-hours required for one year including Leading Hand Fireman and Hot Work Sentries is indicated in the Q Bid format.

2. Duties of the Leading Hand Fireman (LHF)

(a) Muster nominated fire sentries for hotwork locations as detailed by the Senior Sailor-in-Charge of hotwork.

Page 21: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

21

(b) Collect “Safe to Weld” certificates for all hotwork sites from Senior Sailor-in-Charge. (c) Collect required first aid fire fighting applications including extinguishers, for all compartments. (d) Ensure that fireman is available and two fire hoses are rigged up to the site of hotwork. (e) Carry out briefing to ensure that the safety requirements are brought to the notice of all fire sentries before being detailed for welding and burning operations. (f) Ensure fire sentries close up at respective compartments 30 minutes prior to commencement of work. (g) Ensure that his team of sentries closed up for the specific welding location is available and alert at all times. (h) Ensure that power/ gas supplies to the equipment are switched off from the source during breaks in hotwork and on completion of work of the day. (j) Take rounds prior to commencement, during and on completion of hotwork of the compartments for which he is in-charge and its adjacent compartments to ensure no fire hazard exists. (k) Ensure one copy of the “Safe to Weld Certificate” duly signed is pasted at the site of hotwork, prior to allowing the hotwork to commence. (l) Stop the hotwork in case, during the course of his rounds, he notices that the detailed Hotwork Sentry is missing/ unwell or not alert. A suitable substitute is to be appointed before resuming the work. (m) In case of a fire breaking out, rush to the scene of fire, ensure that first aid measures to control/ contain the fire are adopted, and suspend all hotwork progressing elsewhere. (n) Keep the Senior Sailor-in-Charge of hotwork and Welding Control Centre informed of the progress of hotwork at all times. (p) Conduct day-to-day administration of the Hotwork Sentries. (q) Timely muster of all Hotwork Sentries under his charge to ensure that hotwork commences at the scheduled time. (r) Ensuring smooth functioning of the organization for hotwork in close coordination with the ship’s staff.

3. Duties of the Hotwork Sentry

(a) Get authorised ‘Safe to Weld Certificate’ form Leading Hand Fireman (LHF). (b) Remove inflammable material from the compartment.

Page 22: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

22

(c) Get the following First Aid Fire fighting appliances issued by LHF and carry them to the compartment:-

(i) Charged and serviceable two 9 litre AFFF (Aqueous Film Forming Foam) extinguisher.

(ii) CO2 extinguisher.

(iii) A bucket of water and mug for intermittently cooling off hotwork area.

(iv) Adequate quantity of asbestos cloth or fire retardant material for covering cables and fitted equipment.

(v) Portable smoke extraction fan.

(d) Rig up at least two fire hoses from the nearest hydrant to the welding area and keep them stand by after proving the fire main. (e) Remain alert during the hotwork. (f) Watch out for temperature build-up. (g) In case of excessive build up of temperature/smoke, ensure following:-

(i) Instruct Welder to stop hotwok.

(ii) Use available water to bring down the temperature

(iii) Run the portable smoke extraction fan to clear smoke, if required.

(iv) Inspect the vicinity of welding/burning area shortly after each operation and at the end of each day’s work to ensure that no smouldering material or areas of excessive heat are present.

(v) Remain at the site of hotwork for at least 30 minutes on completion of the welding/ burning work and before returning the fire fighting equipment.

(vi) Draw the attention of Leading hand Fireman, Fire Sueprvisor and the welder/burner or the charge man to any form of fire hazard. He is authorised to stop the progress of work and bring deficiencies to the notice of the ship.

(h) If a fire breaks out, carryout the following actions:-

(a) Stop welding immediately.

(b) Try to extinguish the fire using the appropriate extinguisher.

(c) If the fire seems larger than what can be contained by the extinguishers available, he is to raise alarm by shouting “FIRE FIRE FIRE”.

Page 23: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

23

(d) Tell the welder/burner or any other available person to relay the alarm to Welding Control Centre.

4. Terms of Employment. The firm is required to provide their fire sentry and fire fighting services in two (8-hour) shifts (first shift 0900-1700 and the second shift 1700-0200) on all the seven days in a week and the liability towards payments/compensation for relief for weekly off, National Holidays are to be borne by firm. Further, the firm shall provide replacement of Fire Fighting personnel in case of protracted illness, absenteeism, casual leave, sick leave, etc, so as to ensure the staff compliment at all times. 5. Provision of Fire Fighting Appliances. The unit/ship will provide the fire fighting appliances and the same will be maintained by the firm during the validity of the agreement. 6. The firm shall be responsible to ensure the safety of the Government property, materials, machinery, electric and water fittings, equipments and furniture, whether fixed or portable, located at the site of work or near it. 7. The firm shall stand guarantee to meet any eventuality inside the area / site indicated by the ship and it shall ensure the following:-

(a) Hotwork Sentry is posted where welding / cutting work is in progress as indicated by the ship. (b) Fire patrolling duty in the sites of hotwork, adjacent areas and wherever necessary. (c) Regular fire patrolling duty in the dock floors / areas of hotwork / adjacent compartments as required. (d) Regular Squad Drills / Fire Drills to be carried out. (e) To carry out all instructions given by the Officer nominated by the Unit on issues related with fire safety. (f) To safe guard the property of the Unit/Ship from fire accidents by providing fire prevention and protection measures through fire sentries / fire fighting personnel. (g) No Hot Work sentries have consumed any intoxicating substance. They will have no facility / amenities that are extended to the employees of the establishment and the fire sentries may make their own arrangements for the same at their own cost. (h) No Hot Work Sentry participates in any trade union activities or agitations in Government premises. (j) The Hot Work sentries are provided with uniforms by the fire service agency (firm).

Page 24: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

24

(k) Any identity cards issued by Naval Dockyard Security Office or by this Unit shall be surrendered when they are no longer required or after completion of the period of agreement. (l) No hot work is permitted to be carried out, if the concerned Hot Work sentry is convinced that adequate fire safety measures have not been adopted / not in place. (m) Change Hot Work sentries on demand within 24 hours, if the allotted personnel commit acts like:-

(i) Sleeping whilst on duty. (ii) Negligent performance of duty. (iii) Disobedience. (iv) Dishonesty. (v) Indulging in illegal activities which may jeopardise the interest of the unit.

Page 25: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

25

Encl. 4 to FMU (MBI) Tender Enquiry FMU/344/RRC/HOTWORK SENTRY dated 06 Sep 16

‘Q’ BID FORMAT FOR FOR RC FOR HIRING OF CIVIL HOT WORK SENTRIES

ONBOARD INDIAN NAVAL SHIPS AND SUBMARINES

Ser Description Den Qty

Bas

ic ra

te o

f ea

ch It

em

Cus

tom

Dut

y %

Ex

cise

Dut

y %

VAT/

Cen

tral

Sa

les

Tax

%

Serv

ice

Tax

%

Tota

l Bas

ic

Rat

e

[(10)

= (5

)*(4

)] Total Basic Rate in words

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11) 1 Rate Contract for

providing Hot Work Sentries onboard ships & submarines in two shifts i.e. from 0900 hrs to 1700 hrs and from 1700 hrs to 0200 hrs. (inclusive of Leading Hand Fireman and hot work sentry)

Man days 40208

2 Any Other requirement (including transport/ freight/ convenience charges)

Nos 1

A Total Basic Rate (Excluding Taxes and levies) for L1 determination

Additional information in price bid on taxes and duties (not in scope of L1 detertmination)

Is Excise Duty extra? (YES/ NO/ NA) If yes, then mention the following:-

(i)Total value of items on which Excise Duty is leviable:

(ii) Rate of Excise duty (item-wise if different ED is applicable):

(iii) Surcharge on Excise duty, if applicable:

B (iv) Total value of excise duty payable:

Is VAT extra? (YES/ NO/ NA) If yes, then mention the following:-

(i) Total value on which VAT is leviable:

(ii) Rate of VAT: C (iii) Total value of VAT leviable:

Page 26: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

26

Ser Description Den Qty

Bas

ic ra

te o

f ea

ch It

em

Cus

tom

Dut

y %

Ex

cise

Dut

y %

VAT/

Cen

tral

Sa

les

Tax

%

Serv

ice

Tax

%

Tota

l Bas

ic

Rat

e

[(10)

= (5

)*(4

)]

Total Basic Rate in words

Is Service Tax extra? (YES/ NO/ NA) If yes, then mention the following:-

(i) Total value of Services on which Service Tax is leviable

(ii) Rate of Service Tax leviable:

D (iii) Total value of Service Tax leviable: E Octroi / Entry taxes:

F Any other Taxes / Duties / Overheads / Other costs:

G Total cost incl of all taxes/ levies, transportation and any other charges including warranty for 12 months

H = A + B + C + D + E + F + G

Signature of Firm (with seal and date)

Note:

1. Rate indicated is basic rate column should be exclusive of all taxes and levies. 2. Total rate quoted at column H above should be inclusive of all taxes/ levies, duties, fixing and laying items/equipment in each building/places as peruser’s instruction, installation, commissioning, training etc. 3. The information is to be filled in carefully after studying the Tender Documents and should tally with ‘T’ bid format.

Page 27: Telephone: 22751632 Quoting: FMU/344/RRC/HOT WORK … · bank DD/Banker cheque (not personal cheque) in favour of The PCDA (Navy), Mumbai and the same is to be submitted along with

27

Encl. 5 to FMU (MBI) Tender Enquiry

FMU/344/RRC/HOTWORK SENTRY dated 06 Sep 16

Form DPM-13

EMD Bank Guarantee format

1. Where as _____________ (hereinafter called the “FIRM”) has submitted their offer dated __________ for the supply of _________________ (here in after called the “Bid”) against the Buyer’s Request for proposal No. _______________________ KNOW ALL MEN by these presents that WE __________________ of __________________________ having our registered office at _______________________ are bound unto ____________________ (hereinafter called the “CLIENT”) in the sum of ____________________________ for which payment will and truly to be made to the said Buyer, the Bank binds itself, its successors and assigns by these presents. 2. Sealed with the Common Seal of the said Bank this ___ day of ______ 20 ____. 3. The conditions of obligations are:–

(a) If the Bidder withdraws or amends, impairs or derogates from the Bid in any respect within the period of validity of this tender. (b) If the Bidder having been notified of the acceptance of his tender by the Buyer during the period of its validity.

(i) If the Bidder fails to furnish the Performance Security for the due performance of the contract. (ii) Fails or refuses to accept/execute the contract.

4. WE undertake to pay the Buyer up to the above amount upon receipt of its first written demand, without the Buyer having to substantiate its demand, provided that in its demand the Buyer will note that the amount claimed by it is due to it owing to the occurrence of one or both the two conditions, specifying the occurred condition or conditions. 5. This guarantee will remain in force upto and including 45 days after the period of tender validity and any demand in respect thereof should reach the Bank not later than the above date. ……………………………. (Signature of the authorized officer of the Bank) Name and designation of the officer Seal, name & address of the Bank and address of the Branch


Recommended