Upload
ngokhue
View
214
Download
1
Embed Size (px)
Citation preview
1
CHENNAI PORT TRUST No. 1 RAJAJI SALAI CHENNAI – 600001
Tender for Supply of DREDGE PACK VERSION 2015 real time
dredge monitoring system on TSHD Cauvery for Chennai Port
Trust.
TENDER NOTICE NO.T/DW1/ 1 /2015/E
Marine Department
2
NIT FOR WEB
Note: Tender documents downloaded from the web can also be submitted subject to the tenderer enclosing a separate DD for Rs525/- towards the cost of the tender documents (inclusive of VAT at 5%) along with his offer.
CHENNAI PORT TRUST MARINE DEPARTMENT
No.1 Rajaji Salai, Chennai – 600001
Sealed Tenders are invited under Single cover system from the contractors satisfying the eligibility criteria for the work of “Tender for Supply of DREDGE PACK VERSION 2015 real time dredge monitoring system on TSHD Cauvery for Chennai Port Trust. Estimated cost : Rs 11,02,614/- EMD Rs 22,500/-
Completion period: 15 Days (i) Should have successfully completed similar works during last 7 years (as on 31.03.2015). a) Three similar completed works each costing not less than 40% of the present estimated cost i.e. Rs.4.41 lakhs (or) b) Two similar completed works each costing not less than 50% of the present estimated cost i.e. Rs.5.51 lakhs (or) c) One similar completed work costing not less than 80% of the present estimated cost i.e. Rs. 8.82 lakhs and (ii) ) Annual turnover data form Audited Balance sheet and profit and loss Account of the firm for the last three-year ending 31st march of the previous financial year should be enclosed. Average annual financial turnover during the last 3 years ending 31st March 2014 of the previous financial year should be atleast 30% of the present estimated cost ie Rs. 3.31 Lakhs Documentary proof for meeting all the above eligibility criteria shall be enclosed with the Tender in original or notarized and shall include certificates of satisfactory performance of work. The bids of those firms who do not meet the eligibility criteria shall be treated as invalid and will be summarily rejected.
Note: “Similar work “means any Supply of Dredge pack Version.
Tender documents can be obtained from the AO (Cash.) on payment of Rs.525/- (inclusive of VAT @ 5%) (Rs.200/- extra if by Post). Pay order/ Demand Draft towards cost of the document should be drawn in favour of “The Chairman, Chennai Port Trust” payable at Chennai.
Sale period : 28 .04.2015 to 14.05.2015 (on all working days)
Last date for Submission 15:00 hrs on 15.05.2015
Date of opening of quotation
15:30 hrs on 15.05.2015 in the Office of the Dredging Superintendent, 1st Floor, Centenary Building, Dredger Division, No.1, Rajaji Salai, Chennai Port Trust, Chennai – 600 001
For further details, please see the tender document Tender No.T/DW1/ 1 /2015/E Deputy Conservator Visit our web site WWW.Chennaiport.gov.in Note: For any public grievances connected with the Chennai Port Trust, please address to “The Chairman, Chennai Port Trust, Chennai – 600001” for early redressal.
3
Tender No.T/ DW1 / 1 /2015/E
CHENNAI PORT TRUST
Tender for Supply of DREDGE PACK VERSION 2015 real time dredge
monitoring system on TSHD Cauvery for Chennai Port Trust.
Page No.
1. Section – I
Invitation of tender 4
2. Section – II
General Rules and Direction for the Guidance of Tenderers 6
3. Section III
General Conditions of the Contract 10
4. Section – IV
Eligibility Criteria of Tenderers 16
5. Section - V
Scope of work 18
6. FORMAT OF POWER OF ATTORNEY
ANNEXURE - B 23
7. Schedule - A
Preamble to Bill of Quantities 24
8. Schedule – B
Special Condition of he Contract 26
4
CHENNAI PORT TRUST
SECTION - I
INVITATION OF TENDER
1. This invitation to tender is for Supply, Installation, Commissioning, Design,
Development, Customization, Integration, Testing, Training, of DREDGE PACK
VERSION 2015 real time dredge monitoring system on TSHD Cauvery Chennai Port
Trust.
2. Tenderers are advised to study the Tender Document (including all the Schedules
and Annexures etc) carefully. Submission of Tender shall be deemed to have been
done after careful study and examination of the Tender Document with full
understanding of its implications.
3. Sealed offers prepared in accordance with the procedures enumerated in
Section- II should be submitted to the Dredging Superintendent, 1ST floor Centenary
building, Dredger office, No.1, Rajaji Salai, Chennai Port Trust Chennai – 600 001, not
later than the date and time as mentioned, at the address given in the Schedule. All
bids must be accompanied by an Earnest Money Deposit (EMD) of Rs 22,500/-
(Rupees Twenty Two Thousands Five Hundred only) Tender documents can be
obtained from the AO (Cash.) on payment of Rs.525/- (inclusive of VAT @ 5%)
(Rs.200/- extra if by Post). Pay order/ Demand Draft towards cost of the document
should be drawn in favour of “The Chairman, Chennai Port Trust” payable at Chennai.
4. Tender documents can be downloaded from Chennai Port Trust’s Website
www.chennaiport.gov.in
5. This Tender Document is not transferable.
6. SCHEDULE FOR INVITATION OF TENDER :
1 Addressee for
Clarifications
Office of the Dredging Superintendent,
1st Floor, Centenary Building, Dredger
Division, No.1, Rajaji Salai,
Chennai Port Trust,
Chennai – 600 001
Phone : 044-25360985 – 044-25362201
Extn : 2702
2 Last date for Tender 15.05.2015 @15 : 00 Hrs.
5
submission
3 Place of submission of
Tender
Office of the Dredging Superintendent,
1st Floor, Centenary Building, Dredger
Division, No.1, Rajaji Salai,
Chennai Port Trust,
Chennai – 600 001
Phone : 044-25360985 – 044-25362201
Extn : 2702
4 Tender Opening Date and
Time
15.05.2015 @ 15 : 30 Hrs.
Name of the Purchaser :-
The Chairman,
Chennai Port Trust, No.1, Rajaji Salai,
Chennai – 600 001, Tamil Nadu - India
DEPUTY CONSERVATOR
CHENNAI PORT TRUST
6
CHENNAI PORT TRUST
SECTION - II
GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF TENDERERS
1. Tender with all necessary document should be dropped in tender box for
available at Dredging Superintendent office 1st floor at centenary building only will be
taken up for the purpose for evaluation not later than 15.00 hrs on 15/05/2015.
2. In order to verify the original document the Tenderer would have to submit the
Tender Documents in sealed covers along with original Demand Draft/Banker’s
Cheque/Pay Order towards Tender Fee and EMD in the form of Bank Guarantee.
Tenders in sealed covers superscribed as "Tender for Supply of DREDGE PACK
VERSION 2015 real time dredge monitoring system on TSHD Cauvery for
Chennai Port Trust” detailed in the terms and conditions and specifications attached
herewith and in accordance with instructions to Tenderers. General conditions of
Tender, & its components. so as to reach the The Office of the Dredging
Superintendent, 1st floor, Centenary Building, Dredger Division, No.1, Rajaji Salai,
Chennai Port Trust, Chennai - 600 001, not later than 15 : 00 Hrs on 15.05.2015.
3. The Tenderer shall furnish with Tender document along with all the related /
relevant documents and a covering letter duly signed and sealed in all pages.
4. LANGUAGE: The Tender and all related correspondence and documents shall be
written in English language.
5. The Tenderer shall sign on all pages of the Tender Document or the Amended
Tender Document, if any, and such signature shall be made by the tenderer
6. Telegraphic/Fax/Telex/e-Mail offers shall be treated as defective, invalid and
rejected.
7. Only detailed complete offers received prior to closing date and time from the
tenderer and dropped in tender box ( available in Dredging Superintendent office 1st
floor Centenary building ) only taken as valid tender.
8. VALIDITY: The prices quoted by the Tenderer must be firm and should hold good
at least for 120 days from the date of opening of the tender. The Trust does not bind
itself to accept claims for extra payments for items not included in the tender.
7
9. RIGHT TO ACCEPT / REJECT TENDERS: Not withstanding anything contained in
this Trust Tender Document, the Chennai Port Trust reserves the right to accept or
reject any or all Tender(s) and part thereof at any time without assigning any reasons
and without any liability or any obligation for such acceptance / rejection.
10. NATIONAL SECURITY: While evaluating the Tenders, regard would be paid to
National defence and security / safety considerations. Offer received from any
Tenderer may be summarily rejected on national security consideration without any
intimation thereof to the Tenderer.
11. AMENDMENT TO TRUST TENDER DOCUMENT
* The Trust may for any reason and at any time prior to the deadline for
submission of tender, whether at its own initiative or in response to
clarifications requested by the Tenderer, modify the Trust Tender Document
by the issuance of Addendum.
* The Tenderers will have to regularly check the Trust’s website
www.chennaiport.gov.in for any addendum/corrigendum published. The
Trust will not be held responsible if the tenderers have not read the
addendum/corrigendum published.
* In order to offer reasonable time for the prospective Tenderer to take an
Addendum into account, or for any other reason, the Chennai Port Trust
may, at its discretion, extend the Tender due date, if considered necessary.
* Any addendum/corrigendum thus issued to all the Tenderers and Tender
Committee Meeting shall form part and parcel of the Agreement.
12. TEST OF RESPONSIVENESS
All the Forms and Annexures that are to be enclosed by the Tenderer should be
as per the format prescribed by trust. All the documentary evidence in respect of
eligibility criteria should be dully notarized by Notary public.
13. EARNEST MONEY DEPOSIT & TENDER FEE:
The Tenderers shall enclose an Earnest Money Deposit (EMD) of Rs 22,500/- (Rupees
Twenty Two Thousands Five Hundred only) in the form of Demand Draft in favour of
The Chairman, Chennai Port Trust / drawn from any scheduled / Nationalized bank
tenderer which are not accompanied by DD will be summarily rejected and the
8
concerned tenderer or his authorized representative will not be permitted to attend
the tender opening. The DD submitted by the tenderer encashable at Chennai only.
14. Award of Contract:
(i) After evaluation and finalization of price bids received, Chennai Port Trust
would intimate the award of Contract to the successful Tenderer by placement of
order from 10th day of L.O.A. The firm should remit security deposit equal to 10% of
the total contract value within 10 days from the date of issue of LOA.
(ii) Within 30 days from the date of receipt of relevant documents from Chennai
Port Trust, the successful Tenderer, shall enter into a Contract Agreement with
Chennai Port Trust.
15. Execution of Contract Agreement:
i) The Tenderer shall execute an agreement within 30 days from the date of
receipt of documents for execution of the agreement. If the tenderer, whose
tender has been accepted, fails to execute an agreement within 30 days from the
date of receipt of documents for execution of the agreement, the Earnest Money
Deposit (EMD) and / or the Security Deposit deposited by the Tenderer shall be
likely to be forfeited.
ii) Further, if the successful Tenderer undertakes, to enter into and execute, when
called upon to do so, an agreement, with such modifications as agreed upon,
and unless and until the formal agreement is prepared and executed, the
successful Tenderer’s offer, Trust order and the written acceptance for the
receipt of Trust order of the successful Tenderer shall form a binding contract
between the Trust and the Tenderer.
16 .DISCLAIMER:
Each Tenderer shall conduct his own investigation and analysis, check the
accuracy, reliability and completeness of the information provided in this Tender
Document at his own cost and expenses. It would be deemed that prior to submitting
the Tender, the Tenderer has (a) made a complete and careful examination of
requirements and other information set forth in this Tender, (b) received all such
relevant information as it has requested from the Port Trust, and (c) made a complete
and careful examination of the various aspects of the Project including, but not
limited to, (i) the site, (ii) existing facilities and structures, (iii) the conditions of the
access roads, waterfront and utilities in the vicinity of the site (iv) applicable laws and
9
applicable permits and (vi) all other matters, including Guidelines, Major Port Trust’s
Act 1963, as amended from time to time, bye-laws, rules and regulations made there
under, any administrative or other directions and guidelines given under the said Act
as amended from time to time, a statement of conditions prescribed under the said
Act as amended from time to time, and all other statutory enactments in relation to
the Project or Project Services that might affect the Tenderer’s performance under the
terms of this Tender Document. The Port Trust shall not be liable for any omission,
mistake or error or neglect by the Tenderer in respect of the above.
DEPUTY CONSERVATOR
CHENNAI PORT TRUST
10
CHENNAI PORT TRUST
SECTION - III
GENERAL CONDITIONS OF THE CONTRACT
1. The Tenderers should specifically note that they should send their offer in line with
all conditions indicated in this documents in all respects, so as to finalize the Tender
at the shortest period. The offers with deviation in commercial conditions shall be
summarily rejected and no further correspondence regarding the clarification shall be
made after opening the Tender.
2. The cost of stamping agreement must be borne by the successful Tenderer.
3. Taxes & Duties :- All the taxes and duties, charges etc., applicable shall be
indicated clearly in the Tender documents itself. The Trust is not eligible for C or D
form for availing Concessional rate of CST. The Tenderer shall indicate all applicable
taxes (as % of Basic price and not the amount).
The prices quoted should be on a Indian Rupee basis (INR) and should include
free delivery at Chennai Port Trust. The Taxes and Duties, Discounts and/or Rebates,
if any, shall be indicated clearly in the tender documents (Schedule – A) and the same
shall be taken into account to arrive at the total price. The Board does not bind itself
to accept claims for extra payment for items not included in the Tender.
The Port Trust shall reimburse the Taxes and Duties, which the Port is liable to
pay as per law alone at the time of making payment of bills to the Tenderer. If there is
any change in the rate of Taxes and Duties quoted in the Bid during the currency of
contract, then the Port Trust shall reimburse the Taxes and Duties at the revised rate.
Any new Tax levied by the Government after the award of contract, which Port Trust is
liable to pay as per Law alone shall be reimbursed. Any penal interest, penalty or fine
payable / paid by the contractor to the Tax Authorities on the Taxes and Duties shall
not be paid / reimbursed by the Trust under any circumstances.
In the event of the Tenderer not indicating the rate of Taxes and Duties included
in the Price separately in the Bid, the Port shall not pay any change in the rate of
Taxes and Duties including any newly levied Taxes and Duties during the entire
currency of the contract under any circumstances.
The Tenderer while quoting the Price shall keep in mind that the Trust shall not
issue any Form ‘C’ or ‘D’ and quote the Rates of Taxes and Duties as applicable.
NOTE: The tenderer should quote the price that inclusive of all taxes.
11
4. In the event of a tender being submitted by a firm it must be signed separately by
each member thereof or in the event of the absence of any partner it must be signed
on his behalf by a person holding an irrevocable power of attorney authorizing him to
do so.
5.VALIDITY: The prices quoted by the Tenderer must be firm and should hold good at
least for 120 days from the date of opening of the tender. They should be inclusive of
Sales Tax or any other tax dues & its components. The Trust does not bind itself to
accept claims for extra payments for items not included in the tender.
6. SECURITY DEPOSIT: The firm should furnish Security Deposit equal to 10% of the
total contract value within 10 days from the date of work order in the form of Demand
Draft from any Nationalized / Scheduled Bank drawn in favour of the Chairman,
Chennai Port Trust en-cashable at Chennai . The Security Deposit will be retained till
the successful completion of contract period and warranty period (One year from the
date of completion of warranty period) released thereafter. If the Tenderer fails to pay
the Security Deposit within 10 days as stipulated above an additional period of 20
days will be allowed at the discretion of the Deputy Conservator to pay the Security
Deposit on Tenderer’s request.
7. FORFEITURE OF SECURITY DEPOSIT: The Security Deposit can be encashed in
the following events and to the extent of the licensee’s obligations determined in
accordance with the provisions of this agreement and without prejudice to any other
remedies the trust may have under this agreement after encashing such security
deposit
i. Failure to sign and execute the Agreement as per Clause 14 of Section II.
ii. Failure to commence the work within 30 days from the date of Placement of
Order.
iii. Failure to pay the Penalty for non-posting necessary manpower as per the
Contract.
iv. Failure of the tenderer to adequately insure the employees, staff, officers, plant,
machineries, buildings, equipments, project assets, facilities, services & its
components.,
v. Utilizing the services provided by Chennai Port Trust for any other purpose
other than the purpose for which it is given as per the conditions of Contract
vi. Company goes into voluntary liquidation or otherwise;
12
vii. Evidencing of an intention by the Contractor not to be bound by the terms of
the Contract Agreement;
viii. The Contractor abandons the Installation of any or part of the work under this
Contract for a continuous period of 30 days;
ix. Failure to comply with the statutory obligations under applicable laws;
x. Violating of strategic, security, environmental concerns on the Contractor’s
part;
xi. The tenderer engaging or knowingly allowing any of its employees agents or
representatives to engage in any activity prohibited by Law or which constitutes
a breach of or an offence under any Law, in the course of any activity
undertaken pursuant by the tenderer.
xii. Failure to pay any other amount due to the Trust as per the terms and
conditions of the Contract.
xiii. Failure to pay minimum wages to Employees as per Minimum Wages Act or any
failure as per the applicable Labour Laws.
xiv. Failure to perform or discharge or breach of any of its obligations, terms and
conditions in accordance with the provisions of the Contract Agreement.
xv. If the tenderer fail to complete the warranty period to the satisfaction of Deputy
Conservator ( warranty period as AMC )
8. On receipt of Security Deposit as arrived at in Clause (6) and upon execution of the
Agreement, the EMD submitted by the Tenderer shall be refunded. No interest shall be
allowed on the EMD from the date of its receipt until it is refunded. In the case of
unsuccessful Tenderers, the EMD shall be refunded, as soon as possible after the final
decision of awarding the contract. The EMD shall retain its character as such, till the
Security Deposit is furnished and an agreement executed within 30 days from the
date of receipt of documents from the Trust for execution of the agreement by the
successful Tenderer.
9. Where the firm whose tender has been received on behalf of the Trust, intimates to
the Trust that they are not willing to abide by the terms of the Tender or go back on
the clarifications made before the Trust or the Tender Committee appointed to
scrutinise the Tenders in respect of terms and condition of the tender, or withdraws
the tender before receipt of final acceptance or when the firm whose tender has been
accepted fails
13
(i) To furnish an acceptance within 10 days for the purchase order given
(ii) To furnish the Security Deposit within the prescribed time.
Else the Earnest Money deposited by shall be forfeited in cases of the above, the
contract shall be cancelled or the agreement, if executed, shall be treated as null and
void.
10. Further the Contractor undertakes, if his tender is accepted to enter into and
execute when called upon to do so, an Agreement with such modifications as agreed
upon and unless and until the formal agreement is prepared, and executed this
Tender together with Tender Document, written replies to Clarifications issued based
on the queries raised in the Minutes of the Tender Committee Meeting(s), letter(s) of
correspondences including Fax/E-Mail shall form a binding contract between the
Trust and the Contractor.
11. Only such persons as authorized (licensed) by the Trust shall be permitted to
enter into the Harbour premises for entering the person, the entry pass will be issued
at free of cost.
12. The Tenderer shall give an undertaking that they have not made any payment or
illegal gratification to any person/authority connected with the bid process so as to
influence the bid process and have not committed any offence under PC Act in
connection with the bid.
13. The Tenderers shall disclose any payments made or proposed to be made to any
intermediaries (agents etc.) in connection with the bid.
14. Any misrepresentation of facts (or) furnishing false information by the Tenderer
are liable to be blacklisted, declaring them ineligible for a stated period of time.
15 Period Of Contract: The entire project of Supply, Installation, Commissioning,
Design, Development, Customization of ERP Software, Integration, Testing, Training
and Implementation should be completed within a period of Fifteen Days from the
date of 10th day of placing order or actual date of commencement of work whichever is
eariler.
16. Extension of time: Delivery of the services / goods shall be made by the tenderer
in accordance with the work schedule Schedule ‘A’. However, the tenderer may claim
extension of time limits as set forth in the work schedule in case of –
(i) Changes ordered by the Chennai Port Trust.
14
(II) Any Hindrance for execution of work at on board and for non availability of
Dredger Cauvery (TSHD). The tenderer should inform well in advance for granting of
extension of time.
17. Risk Purchase Without prejudice to any of its legal rights, Chennai Port Trust
shall have the power to recover the said amount of damage as above, from any money
due or likely to become due to contractor. The payment or deduction of such
compensation shall not relieve contractor from their obligation to complete the work or
from any of other obligations/liabilities under the contract and in case of failure, at
the absolute discretion of the Deputy Conservator or his representative, the work may
be ordered to be completed by some other agency at the risk & cost of the tenderer,
after issuance of a notice in writing of minimum seven days by the Deputy
Conservator or his representative.
18. Warranty Period The warranty period will be One Year from the date of
Operational Acceptance of the entire system or as may be mutually agreed upon for
specific items. The Contractor shall provide warranty that the System, including all
Information Technologies, Materials, and other Goods supplied and Services provided,
shall be free from defects in the design, engineering, Materials, and workmanship that
prevent the System and/or any of its components from fulfilling the Technical
Requirements or the performance, reliability, or extensibility of the System and/or
Subsystems. Commercial warranty provisions of products supplied under the
Contract shall apply to the extent that they do not conflict with the provisions of this
Contract. The Warranty Period shall commence from the date of Operational
Acceptance of the entire System and shall extend for One Year or as may be mutually
agreed upon for specific items. During the warranty period, the firm would be
responsible a) For fixing bugs in the software b) Rectify problems found in the
software, if any. c) Incorporating necessary modification / changes required in the
software for implementing govt. taxes, duties, rules, rate structures etc. from time to
time. d) For repairing or replacing defective equipment or a component of equipment
or material or any goods supplied During the warranty period, the Tenderer shall
station adequate number of persons in Chennai Port premises to take care of the
above works so that the down time for the applications is kept to a minimum.
15
(i) Procedure for support during warranty period: If during the Warranty
Period any defect should be found, the Tenderer shall at its sole cost, repair, replace,
or otherwise make good such defect and prevent the recurrence of such defects as well
as any damage to the System or other sub systems caused by such defect.
(ii) Extension of Warranty Period: If the System or Subsystem cannot be used
by reason of such defect, the Warranty Period for the System shall be extended by a
period equal to the period during which the System or Subsystem could not be used
by the Employer because of such defect.
(iii) Warranty Certificate: The Tenderer shall not be considered as completed
until a Warranty Certificate shall have been signed by the Employer, with a copy to
the Tenderer, stating the date on which the Tenderer shall have completed his
obligations to execute and complete the Works and remedy any defects therein to the
Deputy Conservator or his representative satisfaction. The Warranty Certificate shall
be given by the Deputy Conservator or his representative within 30 days after the
expiration of the Warranty Period, or, if different Warranty periods shall become
applicable to different Sections or parts of the works, the expiration of the latest such
period, or as soon thereafter as any Works instructed, have been completed to the
satisfaction of the Employer.
19. System and end user documentation The Contractor shall provide
comprehensive documentation in both hard copies and soft copies. The
documentation shall be made available prior training of the Port personnel.
20. Fine tuning Though the system may be made operational, it may take quite some
time for the application to stabilize. The Tenderer shall evolve suitable mechanisms
through the Portal interface to get the feed back of individual users and take
corrective action to fine tune the system and procedures. This will be an on going
effort even during the post implementation support period. The Tenderer shall retain
the original implementation team till the systems stabilize.
DEPUTY CONSERVATOR
CHENNAI PORT TRUST
16
CHENNAI PORT TRUST
SECTION - IV
Eligibility Criteria for Tenderers
1. The Tenderer should have the experience of successfully having carried out similar
works during the last 7 years ending 31.03.2015 as per the following duly supported
by Work Order / Agreement and Project Completion Certificates. If the Tenderer has
submitted work order for similar works which contains combination of different
works, then the relevant portion of the order (i.e.) order value related to the similar
works will only be taken for evaluation purpose of the Eligibility Criteria.
Documentary proof for meeting the eligibility criteria duly notarized shall be enclosed
in the tender. The Completion Certificate shall indicate Name of Employer / Work
Order Reference No / Contract Agreement Reference and value for which the work
order was executed.
* Three similar completed works costing not less than Rs 4.41 Lakh each (OR) * Two similar completed works costing not less than Rs 5.51 Lakh each (OR) * One similar completed work costing not less than Rs 8.82 Lakh
“Similar completed work means” – “Tenderer should have implemented any
Supply of Dredge pack Version” Any similar completed work executed by a Tenderer
through any other Company or Companies. For this consideration, the Tenderer shall
submit a notarized copy of the work order in the name of the tenderer indicating break
up details of each item and then value for determining the tenderer value. The
tenderer shall enclose notarized copy of the completion certificate of the respective
work order indicating, work order reference and value. Which the work orders was
executed.
2. The Tenderer should have a registered office in India. Further, the Tenderer should
have a Software Development Support Centre in Chennai and also a Hardware Service
Centre in Chennai.
3. The Average consolidated financial turnover per year of the Tenderer and its
subsidiaries during the last three years ended (2011 -12, 2012 -13 and 2013 -14)
31.03.2014 should be at least Rs 3.31 Lakh. The Tenderer shall enclose its stand
alone P&L accounts audited by the chartered accountant and dully notarized for the
years of 2011-12, 2012-13 and 2013-14.
17
4. The Tenderder should have been in operations for a period of at least 3 years as on
last date of submission of tender. Please attach documentary evidence for the same as
per Section I to V duly notarized.
5. The Tenderder shall be responsible for all warranties, and guarantees etc. offered
by them.
6. The Tenderer must submit on-site comprehensive warranty support (clearly
mentioning the warranty period) and response authorization letter from the Original
Equipment Manufacturer (OEM) / its authorized distributor in India specifically
addressed to Deputy Conservator, Chennai Port Trust mentioning Tender number and
date. In case of authorization from a distributor the tenderer must attach a copy of the
OEM authorization for the said distributor / Should have OEM partnership certificate
with the proposed OEM.
7. The Tenderer should render direct support service to Chennai Port Trust with their
own resource and shall not sub-contract the work order issued other than to OEMs.
8. The Tenderer should not have been blacklisted or involved in any corrupt practices
in Central/StateGovernment/PSU’s in India. (This must be supported by a declaration
signed by the the Tenderer).
9. The Tenderer should fulfill the eligibility criteria conditions for evaluation of their
tender. Offers of the Tenderers fulfilling the above eligbility criteria will only be
evaluated by the Tender Committee. The Trust reserves the right to reject any Tender
as non-responsive on the grounds of failure to comply with above or for any other
reasons
10. Verification of documents Port reserves the right to verify/confirm all original
documentary evidence submitted by the Tenderer. The successful Tenderer should
produce original documents as and when required by Deputy Conservator. Failure to
produce the same within the specific period by the tender committee as and when
required and notified in writing by the Port shall result in summary rejection of the
Offers and/or termination of the contract.
DEPUTY CONSERVATOR
CHENNAI PORT TRUST
18
CHENNAI PORT TRUST
SECTION - V
SCOPE OF WORK
Purpose : Purpose and output of Dredgepack version 2015 on TSHD Cauvery.
Dredgepack enables you to monitor and track digging operations for hopper,
cutter and other dredge types. Dredgepack monitors the position and depth of the
cutting tool on the operator’s screen in real-time and re-maps the bottom based on the
depth and location of the digging tool.
For a hopper dredge, Dredgepack also needs to be able to determine the exact
draft of the vessel.
Dredgepack output on TSHD Cauvery – Since the Bubbler system and hopper
level sensor are not available, Dredgepack will only allow the user to
1. To view the Dredger location over aback ground chart to verify correct
Dredging location.
2. To monitor the Dredger’s position, Heading, speed and depth in real time.
3. Interface to an AIS system to view other vessel positions.
4. Plan the Dredger route, waypoints, lines and mark targets. Record &
playback data.
5. To load pre-survey data in the form of soundings and / or color coded blocks
to compare depths.
Scope of work :
Scope of work shall be commissioning of Dredgepack software onboard TSHD
Cauvery, which includes installing the Dredgepack software, along with supplied
accessories viz. UPS, Desktop PC and USB to serial Multiport device, integration of
Customer equipment viz.
(i) Firewall & Disaster Recovery:
The Tenderer should ensure and have clear Firewall and Disaster Recovery plans.
OTHER CONDITIONS:
i. Any requirement in Software within the scope of work should be carried out
by the successful Tenderer during the period of contract.
ii. All on-site comprehensive warranty maintenance work, should be carried out
within same working day of reporting the problem else alternate system should
be provided.
19
iii. The Tenderer shall designate a single point of contact for the project, for
Chennai Port to interface with, on all project issues during development &
warranty period viz. Deputy Conservator.
iv. The Tenderer shall intimate the contact details including mobile numbers
and e-mail address etc. within two weeks of the letter of Award/ Intent to
Chennai port.
v. All project work after Proof of Concept (POC) testing & thereafter shall be
carried out at Chennai Port’s premises or as decided by Chennai Port, at its sole
discretion.
vi. The Tenderer shall deploy one person at Chennai Port Trust – Dredging
Superintendent Division to facilitate communications, monitoring, control etc
till the final acceptance. Chennai Port will only to provide the entry pass at free
of cost.
Baseline Products
In case of any issues relating to the baseline products/DPV supplied by
the Tenderer are observed which may hamper the End-to-end functioning and
working of the Tenderer shall implement a workaround to resolve the issue at
Tenderer’s cost.
In case of any issues relating to the supplied baseline products/DPV,
being the latest, are different from the ones specified at the time of ordering,
then and otherwise also the Tenderer should ensure compatibility and
integration of all the baseline products while supplying and implementing
software solution.
On- site Comprehensive Warranty Maintenance and Change Management
i. The Tenderer will provide on-site comprehensive warranty maintenance for both
baseline products and application software and hardware during the maintenance
period.
ii. The on-site comprehensive warranty maintenance would include:
a. Adaptive Maintenance
b. Perfective Maintenance
c. Corrective Maintenance
d. Emergency Maintenance
e. Preventive Maintenance
20
i. All the supplied products shall be maintained by the Tenderer during the warranty
and maintenance period. In case of OEM not supporting/ providing the required
solution then it is the Tenderer’s responsibility to design, develop, test and implement
a workaround for the problem/ bug/ error in hand.
ii. The scope of maintenance includes acquisition and installation of upgrades/
patches/ revisions on the supplied products
iii. The scope of on-site comprehensive warranty maintenance etc includes porting the
application and data migration to accommodate upgrades/ patches/ revisions etc. of
the supplied products
iv. A schedule will be drawn up for preventive, adaptive and perfective maintenance
during the fortnightly project status review between Chennai Port and the Tenderer.
v. All maintenance will be carried out at Chennai Port premises or as decided
mutually between Chennai Port and the Tenderer on a case to case basis. The
Tenderer may have to provision for a scaled down version of the system to facilitate
debugging at Chennai Port premises. No debugging shall be carried out on the live
production system.
vi. Notification of all bugs or enhancement requests will be sent by e-mail, or delivered
by hard copy (Fax etc) to the Tenderer’s by Chennai Port Trust (the format for details
of bugs can be decided by Tenderer after discussion and approval of Chennai Port
Trust).
vii. All enhancement requests will be governed by the Change Control Procedure. The
change control board will be constituted comprising of both Chennai Port and
Tenderer staff, within a fortnight of letter of Award/ Intent
viii. During the entire contract period the Tenderer should and is liable to implement
the changes in the software required (e.g. new functionalities, improvement in
execution time, performance tuning etc.) and which were not there in base line i.e.
SRS, design description, etc. Any change management shall invariably be governed by
the terms and conditions of the initial software solution and the same acceptance,
penalties, maintenance and payment terms shall stand subject to the discretion of
Chennai Port. The decision of the Deputy Conservator, Chennai Port Trust shall be
final and binding on the vendor in this regard.
ix. During the period of on-site warranty maintenance the vendor is liable to
implement the changes in the supplied product and/or services and to suggest
21
changes if any and which are essentially required as well as adequate for efficient and
effective functioning of solution in terms of other products and/or servers. Chennai
Port reserves the right to decide on any such suggestion(s).
x. The vendor should estimate the efforts (man hours and function point) required to
implement the change for each functional process based on function point analysis.
xi. Warranty of all supplied products is the responsibility of the Tenderer and not the
OEM.
xii. Wherever the Contractor proposes a ready made package as part of the solution,
the existing features of the package shall be mapped against the requirements
identified during the system study. This will be indicated clearly in a gap study report.
Since the Port would like to go in for the best practices of the industry and would like
to streamline the operations, the Contractor can suggest process improvements and
changes to the existing procedures and practices. However, the Port will not be bound
to accept all such changes.
MAINTENANCE SUPPORT CLAUSE -- (AMC):
i. After expiry of warranty period the contractor will take over the entire system i.e
ERP based integrated Port Information System including all IT infrastructure, all
software etc for maintenance and administration.
ii. During execution of AMC, (warranty period) the Contractor shall post adequate and
competent support personnel, follow the OEM maintenance manual and follow the
procedure confirming to sound engineering, administrative and financial practices so
as to ensure an availability of 99% for the entire system.
iii. During execution of maintenance contract, (warranty period) Operational
Assistance is to be provided to all the users as and when required.
iv. The contractor shall propose an effective maintenance schedule (preventive
maintenance, plan maintenance and repair & replacement) to be executed in a
possible shortest time during the warranty period.
v. The system is said to be down if the users or a group of users are not able to gain
access to the solution i.e. it shall include breakdown of the servers or database,
network or the software solution etc.,
Training
1. The Tenderer shall provide the training at Chennai Port on working days (Monday
to Saturday) between 10:00 hours to 17:00 hours only. Chennai Port at it’s discretion
22
can also allow the Tenderer to arrange training at Tenderer’s / reputed training
institutes with adequate training infrastructure without any extra cost.
2. The Tenderer will provide soft copies and hard copies (three sets) of all training
material and course material to enable Chennai Port to conduct further training to its
staff/ users, if required at a later point
3. Training should include functional training, training on the base product and
system / database administration activities.
DEPUTY CONSERVATOR
CHENNAI PORT TRUST
23
FORMAT OF POWER OF ATTORNEY
ANNEXURE - B
Dated: _________
POWER OF ATTORNEY
To Whomsoever It May Concern
Mr. _______________________ (Name of the Person(s)), domiciled at
________________________________________ (Address), acting as
______________________(Designation and name of the firm), and whose signature is
attested below, is hereby authorized on behalf of
_____________________________________ (Name of the Tenderer) to provide information
and respond to enquiries etc. as may be required by the Port Trust or any
governmental authority for the (project title)
_____________________________________________________ and is hereby further
authorized to sign and file relevant documents in respect of the above.
(Attested signature of Mr. _________________________)
For _______________________________ (Name of the Tenderer)
For ________________________________ (Name of the Tenderer)
24
CHENNAI PORT TRUST (SCHEDULE A - Bill of Quantities)
“Tender for Supply of DREDGE PACK VERSION 2015 real time dredge monitoring
system on TSHD Cauvery”
(Schedule of approximate quantities and rates)
1 2 3 4 5 6
Sl. No
Probable Quantity
Description of work
Rate in Figures and in Words
Unit in Figures and in Words
Total Amount
Rs. P.
1 1 No DREDGEPACK version 2015 Real
Time Dredge
Monitoring system, 1 Hardlock key
system
DREDGEPACK allows users to
monitor and record digging
operations for hopper, cutter, and
other dredge types. The survey
data is displayed on the operator's
screen and re-mapped in real time,
based the depth and location
operations for clients.
1No
(One
Number)
2 1 No Dell Desktop Computer or
equivalent
Dell Optiplex:
- Intel Core i5, 3.3Ghz
- Win 7 Professional
- 8 GB RAM
- 500 GB HDD
- DVD RW
- 21" LCD Monitor
1No
(One
Number)
25
1 2 3 4 5 6
3 1 No External Multiport USB to Serial 4-
port RS232/422 converter
1No
(One Number)
4 1 No 0.5 / 1 KVA UPS (line interactive
type) w/ internal battery
1No
(One Number)
5 1 No Commissioning for the above
system shall be done by Systems
Engineer.
1No
(One Number)
6 Service tax if any
Total
Rs.
(Rupees ………………………….……………………………………………………….….
……………………………………………………………………………………only)
26
CHENNAI PORT TRUST
SCHEDULE `B'
SPECIAL CONDITIONS OF CONTRACT
1. The Contractor shall examine carefully the General Rules and Directions,
General and Special Conditions of Contract, Technical Specifications and Shall
inspect the site to acquaint himself with the nature of work local working conditions
etc., for the purpose of making his offer on his own responsibility.
2. The Tenderer shall be responsible for any accident, damage or injury caused to
any of his employees during the execution of this work till acceptance and shall hold
the Board blameless in respect thereof and also on respect of any reason whatsoever.
3. The Deputy Conservator or his representative shall be at liberty to object to and
require the contractor to remove from the works any person employed by the
Contractor for the works, who in the opinion of the Deputy Conservator or his
representative, misconducts himself or due to his incompetence or negligence in the
proper performance of his duties and such persons shall not be again employed upon
the works, without the permission of the Deputy Conservator.
4. The price shall be firm till the completion of the contract.
5. The Tenderer shall be responsible for all structural damage to both permanent
and temporary property of the Trust and for injury caused by work or workmen to
persons, animals or things and shall hold the Board blameless in respect thereof. He
shall also be responsible for any injuries or damages caused to the works by
inclemency of weather and shall rectify at his own cost, the damages caused by the
same and thoroughly complete the whole of the works.
6. (i) Authorized representative of the Trust shall have full and free access to
inspect the assembly of the equipment at site in Chennai Port while in progress.
(ii) The Contractor shall at his own expense provide all special materials, tools,
tackles, apparatus and things necessary to assemble the plant and complete the test
and demonstration in the manner aforesaid.
27
7. LIQUIDATED DAMAGES/ LATE DELIVERY CHARGE & PENALTY CLAUSE:
(For Defective Equipment, Supply & Commissioning of Hardware and Custom
ERP Software during Warranty period and AMC period.)
If the Contractor fails to complete the work in all respects within the period
specified or within such extended period as may be allowed by the Deputy
Conservator or provides defective equipment, or fails to provide satisfactory
performance during the warranty period or AMC period, the contractor shall pay to
the Board a sum equivalent to 0.5 % of the total Contract Value per week (7 days) or
part thereof subject to a maximum limit of 10 % of the total contract value as
Liquidated Damages/Late Delivery Charge for every week or part thereof beyond the
said period or extended period, as the case may be during which the work shall
remain incomplete. Such damages shall be deducted by the Trust from any money
due or to become due to the contractor. Not withstanding extension of time given the
Trust reserves the right to levy liquidated damages / late delivery charges.
* The Tenderer shall execute the implementation with due diligence and
expedition, keeping to the approved time schedule. Should Tenderer refuse
or neglect to comply with any reasonable orders given in writing by Port in
connection with the work or contravene the provision of the Contract or the
progress of work lags persistently behind the time schedule due to
Tenderer’s neglect, the Trust shall be at liberty to give seven days notice in
writing to the Tenderer require to make good the neglect or contravention
complained of and should the Tenderer fail to comply with the requisitions
made in the notice within seven days from the receipt thereof, it shall be
lawful for the Trust to take the work wholly or in part out of the Tenderer's
hands without any further reference and get the work or any part thereof,
as the case may be, completed by other agencies without prejudice to any
other right or remedy of the Trust.
* If the Tenderer fails to deliver within the time period(s) specified in the
Contract, the Trust without prejudice to its other rights and remedies
under the Contract, deduct from the Contract price, as liquidated damages,
a sum equivalent to 0.5 % per week or part thereof of Contract
value/Departmental value whichever is higher.
28
* The deduction shall not in any case exceed 10 percent of the contract
value.
* The Trust may without prejudice to its right to effect recovery by any
other method deduct the amount of liquidated damages from any money
belonging to the Tenderer in its hands (which includes the Trust right to
claim such amount against the Tenderer’s Security Deposit or Bank
Guarantee) or which may become due to the Tenderer. Any such recovery
or liquidated damages shall not in any way relieve the Tenderer from any of
its obligations to complete the Work or from any other obligations and
liabilities under the Contract.
* Delay not attributable to the Tenderer will be considered for exclusion for
the purpose of computing liquidated damages.
* Whenever the Tenderer is unable to complete the work and contract is
cancelled, the security deposit shall be forfeited and the balance work shall
be got done by Departmentally at the cost & risk of the failed Tenderer. The
failed Tenderer shall be debarred from participating in the Tender for
executing the balance work.
8. PAYMENT TERMS: S.No Descriptions Activities to be completed % of Payment
1 Hardware & System Software – as per Schedule – A
Supply, Installation ( All Test Certificates Manuals, DC &Related Documents should be submitted)
80%
2 Hardware & System Software – As per Schedule–A
Commissioning & Acceptance by the Port
10%
3 Application
Software - As per
Schedule - A
(v) Training on Application Software & Hardware to Deputy Conservator Division /Dredging Superintendent Division Officers & Staff & Acceptance
10%
a. Upon Supply, Installation and Commissioning of the materials and
development of the Custom ERP Software payment would be made by the
Trust as per Schedule A No.1, TO 5 and would have to be certified by
Deputy Conservator/or his representative.
29
b. The Tenderer would have to submit the necessary bill / invoices to the
Deputy Conservator in the prescribed trust format for payment
c. TDS will be deducted at the applicable rates under I.T. Act and TNVAT
Act from the amount payable to the Contractor. Payment will be made
through ECS for which the tenderer should furnish PAN No., MICR
Number, Name of Bank and Branch details, Account Number and type
of Account, IFS code. A copy of the cancelled cheque leaf, PANCARD
should also be furnished.
d. Payment would be made within 30 days from the date of submission of
the bills.
9. PENALTY CLAUSE:
i. A Minimum uptime of 99 % should be maintained for items as per Schedule – A,
(1to 5) during the contract period. Personnel should be posted as per Schedule – A
during the contract period/Annual maintenance period. Necessary Engineers should
be posted during the contract period. It has to be ensured by the Contractor that all
complaints are attended to within 2 hours of lodging of complaint and the
faults/defects arising in the said equipment are identified and rectified within
8 hours (including holidays). The Engineers should attend every call immediately. The
contractor shall make all arrangements to provide spare required and replacing the
defective spares/ for equipment could not be rectified immediately.
ii. Engineer so deputed shall attend to the complaints on call basis and all the
complaints/calls should be attended and completed by the firm within 8 hours of
logging and not more than 24 hours of logging of such complaint. In case a
complaint/call is not attended satisfactorily within stipulated period i.e. maximum of
24 hour, deduction at the penalty rates as per clause (v) below will be made out of the
payment beyond the stipulated period till such time the defect is rectified and the
system/equipment is brought back to normal working condition.
iii. In case the hardware remains either unattended or defective even after the
specified downtime, the deduction at the following rates per day and per machine will
be made as penalty from out of contractual charges payable to the firm as under.
30
iv. The Engineer should attend every call immediately. The contractor shall make all
arrangements to provide a stand by spare parts in case the defective spare parts could
not be rectified immediately. If the percentage of uptime of any of the items under the
penalty will be levied as per the description of Deputy Conservator.
v. In case of non-availability of Engineers during the contract period/AMC, a sum
equivalent to per man-day cost which will be arrived from the Annual cost of Engineer
furnished by the contractor will be deducted as Penalty from the security deposit or
any other amount due to the contractor for each day of absence of Engineers.
10. No correspondence shall be entertained by the Chennai Port Trust from the
unsuccessful tenderers.
11. Chennai Port Trust reserves the rights to accept or reject any or all offers without
assigning any reason thereof.
12. BREACH OF CONTRACT
Any one or more of the following shall be construed as a Breach of Contract :-
I. Failure to sign and execute the Agreement as per Clause 8 of Section II.
II. Failure to commence the work within 10th days from the date of Placement of
Order.
III. Failure of the Contractor to adequately insure the employees, staff, officers, plant,
machineries and equipments etc.,
IV Evidencing of an intention by the Contractor not to be bound by the terms of the
Contract Agreement;
V. Failure to comply with the statutory obligations under applicable laws;
VII. Violating of strategic, security, environmental concerns on the Contractor’s part;
VIII. The Contractor engaging or knowingly allowing any of its employees agents or
representatives to engage in any activity prohibited by Law or which constitutes a
breach of or an offence under any Law, in the course of any activity undertaken
pursuant to the Contract Agreement;
IX. Failure to pay minimum wages to Employees as per Minimum Wages Act or any
failure as per the applicable Labour Laws.
X. Failure to perform or discharge or breach of any of its obligations, terms and
conditions in accordance with the provisions of the Contract Agreement.
31
XI. Failure to pay Security Deposit drawn in favour of the Chairman, Chennai Port
Trust, at Chennai as per the tender conditions within the time limit of 10 days from
the date of receipt of the Letter of Intent / order or such extended date by Deputy
Conservator.
13. CANCELLATION/TERMINATION OF CONTRACT:
If the contractor breaches any of the contractual obligations as set forth in
Clause 12 of Schedule-B, the contract shall be cancelled and Security Deposit will be
forfeited
14. FORCE MAJEURE:
If at any time during the continuance of this contract the performance in whole or in
part by either party of any obligation under this contract is prevented or delayed by
reasons of any war (whether declared or not ) act of God or acts of Republic of India’s
enemies, invasions, riots, civil commotion, fire, sabotage, accidents, floods,
earthquakes, storms, plague, quarantine, strikes or lock-outs or any labour unrest, go
slow at contractor’s work or that of the suppliers/sub contractor’s work or any natural
calamities or any other factor which are reasonably beyond the control of both the
parties, provided notice of happenings of any such eventuality is given by either party
to the other within 21 days from the date of occurrence thereof, neither party shall by
reason of such event, be entitled to terminate this contract nor shall either in respect
of such non performance or delay in performance and completion of work under the
contract shall be resumed as soon as practicable after such event has come to an end
of cease to exist and the decision of the Engineer as to whether the work has been so
resumed or not shall be final and conclusive provided further that if the performance
in whole or in part or any obligation under this contract is prevented or delayed by
reasons of any such event for a period exceeding 60 days, either party may at its
option terminate the contract provided also that if the contract is terminated under
this clause, the Trust shall be at liberty to take over from the contractor at a price to
be fixed by the Deputy Conservator, which shall be final all unused, undamaged and
acceptable materials, bought out components and stores in course of manufacture in
the possession of the contactor at the time of such termination or such portion thereof
as the Trust may deem fit excepting such materials, bought out components and
stores as the contractor may with the concurrence of the Trust elect to retain.
32
15. It must be clearly understood that the amount payable under the contract is to be
inclusive of everything required to be done as per the specifications, conditions of
supply and all such work as is necessary for the proper completion of the contract
although special mention thereof may have been omitted in the specifications.
16. The contractor shall be solely responsible for reporting to the Trust and the Police
department of any serious or fatal accident inside the harbour premises/Onboard
of Dredger Cauvery to any of his employees / workman engaged by him.
17. The prices shall be firm and not subject to fluctuation at any stage till the
completion of the contract. The prices quoted must be filled in ink both in figures and
words in the Schedule of prices attached with the Tender Document and any
correction shall be supported by the Contractor's signature there against.
18. It shall be entirely the Contractor's responsibility to take required steps to
adequately safeguard the personnel carrying out the work and to ensure that the work
is carried out in such a manner that maximum safety to the personnel is assured.
They shall all be adequately insured and produce proof for the insurance premises
paid when called upon Deputy Conservator to do so.
19. All materials specified for the work shall be subject to the approval of the Deputy
Conservator or his representative and no materials shall be used on the work without
prior approval of the Deputy Conservator or his representative.
20. The Contractor shall co-ordinate his work with Dredger master on board Dredger
Cauvery (TSHD) and executive the work to plan properly for to avoid inconvenient to
do for dredging work.
21. At the time of execution till completion of work the contractor is solely
responsible for all the materials procured for this contract.
22. The Contractor shall be deemed to have satisfied himself before submitting the
tender as to the correctness and sufficiency of his tender for the work and of his price
stated in the schedule as to cover all his obligation under the contract for completion
of the work.
33
23. For Harbour entry pass and direction to site of work for inspection for the purpose
of making the offer, the Contractor shall contact the Dredging Superintendent at
Chennai Port Trust, Ist floor, Centenary Building, No.1, Rajaji Salai,
Chennai - 600 001, Phone No.25362201, Extn:2510.
24. The decision of Deputy Conservator would be final and binding of the entire
project.
DEPUTY CONSERVATOR
CHENNAI PORT TRUST