33
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

TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

  • Upload
    ngokhue

  • View
    214

  • Download
    1

Embed Size (px)

Citation preview

Page 1: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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

Page 2: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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.

Page 3: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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

Page 4: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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.

Page 5: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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

Page 6: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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.

Page 7: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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

Page 8: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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

Page 9: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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

Page 10: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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.

Page 11: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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;

Page 12: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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

Page 13: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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.

Page 14: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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.

Page 15: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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

Page 16: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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.

Page 17: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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

Page 18: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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.

Page 19: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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

Page 20: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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

Page 21: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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

Page 22: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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

Page 23: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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)

Page 24: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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)

Page 25: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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)

Page 26: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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.

Page 27: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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.

Page 28: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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.

Page 29: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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.

Page 30: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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.

Page 31: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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.

Page 32: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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.

Page 33: TENDER NOTICE NO.T/DW1/ 1 /2015/E Marine … PORT TRUST MARINE DEPARTMENT No.1 Rajaji Salai, – 600001 Sealed Tenders are invited under Single cover system from the contractors satisfying

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