tender no. mee / v2 / 18 / 2016 / dy.cme (oh) e-tender ... and... · chennai port trust tender no....
TRANSCRIPT
TENDER No. MEE / V2 / 18 / 2016 / Dy.CME (OH)
e-TENDER / MANUAL TENDER
FOR
THE SALE OF WAGON HANDLING SYSTEM
(TIPPLER I & TIPPLER II) AVAILABLE AT
DUMPER HOUSE, MOHP
THROUGH
E-TENDER CUM MANUAL TENDER
Web site address: eprocure.gov.in
Tender Document Cost: Rs.525 /- (Inclusive of 5% VAT)
CHENNAI PORT TRUST
TENDER No. MEE /V2/18/ 2016 /Dy.CME (OH)
E-TENDER / MANUAL TENDER FOR THE SALE OF
WAGON HANDLING SYSTEM (TIPPLER I &
TIPPLER II) AVAILABLE AT DUMPER HOUSE,
MOHP
EMD: Rs.5, 80,000/-
Tender Document can be submitted online cum manual tender under
single cover system either on the e-tender website eprocure.gov.in or through
manual tender on or before the due date and time. The time of opening of
tender will be on 03.08.2016 at 15.00 Hrs.
CHIEF MECHANICAL ENGINEER
CHENNAI PORT TRUST
CHAPTER - I
NOTICE INVITING ONLINE TENDER / MANUAL TENDER
CHENNAI PORT TRUST
MECHANICAL & ELECTRICAL ENGINEERING DEPARTMENT
Dy.CME (OH) DIVISION
Tender No: MEE / V2 / 18 / 2016 / Dy.CME (OH)
Details about Tender:
Department Name Mechanical & Electrical Engineering Department
Circle/ Division
CHIEF MECHANICAL ENGINEER,
Dy.Chief Mechanical Engineer (OH) Division,
Royapuram, Chennai – 600 013.
Tender Notice No. MEE /V2/18/ 2016 / Dy.CME (OH)
Name of Work
E-TENDER / MANUAL TENDER FOR THE SALE OF WAGON HANDLING SYSTEM (TIPPLER I & TIPPLER II) AVAILABLE AT DUMPER HOUSE, MOHP
Estimated Contract
Value (INR) Rs.2,89,30,945/-
Period of Completion 90 Working days
Bidding Type Open
Bid Call (Nos.) Single
Tender Currency Type Single
Tender Currency
Settings Indian Rupee (INR)
Tender Document
Cost Rs.525/-
Tender Document
Cost Payable To: The Chairman, Chennai Port Trust, Chennai
Bid Security/ EMD
(INR) :
Rs.5,80,000 (Rupees Five lakhs eighty thousand only) @ 2%
of the estimated cost Rs.2,89,30,945/- Bid Security/ EMD
(INR) In Favour Of : The Chairman, Chennai Port Trust, Chennai.
Bid Document
Downloading Start
Date
06.07.2016 onwards
Bid Document
Downloading End Date 03.08.2016 up to 14:30 Hrs.
Last Date & Time for
Receipt of Bids 03.08.2016 @ 14:30 Hrs.
Bid Validity Period 120 Days Condition E.M.D. & Tender fee (Demand Draft/Banker’s cheque shall be
uploaded online (by scanning) while uploading the bid. The
bidder shall also send the Hard Copy of EMD and Tender Fee
(D.D./ Banker’s cheque) in original to Dy.CME (OH), Chennai
Port Trust, Chennai, through post or by hand so as to reach to the
Dy.CME(OH) office/office of the Chief Mechanical Engineer on
or before the bid opening date for the purpose of realization.
However, either a Soft copy (scanned copy) or Hard copy of
EMD & Tender Fee shall reach the office of the Chief
Mechanical Engineer before the opening time of the Tender.
TELEPHONE: (O) 044 – 2590 4405
Email : [email protected]
Bid Opening Date Tender will be opened on 03.08.2016 @ 15:00 Hrs.
Officer Inviting Bids: CHIEF MECHANICAL ENGINEER Bid Opening
Authority : CHIEF MECHANICAL ENGINEER
Address: Chief Mechanical Engineer, VII Floor, Centenary Building, Chennai Port Trust, Rajaji Salai, Chennai – 600 001.
Contact Details : The Dy.CME (OH), Chennai Port Trust,
Royapuram, Chennai-600 013.
Phone No: 044 – 2590 4405
Facsimile number : (044) – 25360955 Email: [email protected]
NOTE: In case bidders need any clarifications or training to participate in
online Tenders, they can contact Sr.Dy.Director, EDP, 4th Floor,
EDP Department, Chennai Port Trust.
Format and Signing of Bid
The Price Bid to be submitted through on-line shall be signed
digitally by a person or persons duly authorized to sign on behalf of the
Bidders. The Bid shall contain no alterations, additions, except those to comply
with instructions issued by the Employer. >>><<<
INSTRUCTIONS FOR ONLINE BID SUBMISSION
I) Bidders to follow the following procedure to submit the bids online
through the e-procurement site: https://www.eprocure.gov.in
1. Bidder should do the registration in the tender site using the ‘Click here
to Enroll’ option available.
2. Then the Digital Signature of SIFY/TCS/nCode or any Certifying
Authority is to be registered after logging into the site.
3. Bidder can use ‘My Space’ area to update standard documents in
advance as required for various tenders and use them during bid
submission. This will facilitate the bid submission process by reducing
time.
4. Bidder may read the tenders published in the site and download the
required documents/tender schedules for the tenders he is interested.
5. Bidder then logs into the site using the secured log in by giving the user
id/password chosen during registration and password of the DSC/e-
token.
6. Only one DSC should be used for a bidder and should not be misused by
others.
7. Bidder should read the tender schedules carefully and submit the
documents as asked, otherwise, the bid will be rejected.
8. If there are any clarifications, this may be obtained using clarifications
or during the pre-bid meeting. Bidder should take into account of the
corrigendum published before submitting the bids online.
10. Bidder must in advance prepare the bid documents to be submitted as
indicated in the tender schedule and they should be in required format. If
there is more than one document, they can be clubbed together.
11. Bidder should prepare the EMD as specified in the tender. The original
should be posted/couriered/given in person to the specified location as
per Tender Document, latest by the date of bid submission.
12. Bidder selects the tender which he is interested using search option &
then moves it to the my favorites folder.
13. From the my favorites folder, he selects the tender to view all the details
indicated.
14. The Bidder reads the terms & conditions and accepts the same to
proceed further to submit the bid.
15. The Bidder has to select the payment option as offline to pay the EMD
as applicable.
16. Either soft copy (scanned copy) or Hard copy of EMD & Tender fee
shall be confirmed before opening the Tender. However during the
evaluation of bid the hard copy of EMD / Tender fee should match with
soft copy of the e- portal for further evaluation of the tender.
17. The Bidder has to enter the password of the DSC/e-token and the
required bid documents have to be uploaded one by one as indicated.
18. The rates offered details have to be entered separately in a spread sheet
file (.xls) in the space allotted and should be updated as BOQ.xls file for
each tender after the financial bid. The BOQ file, if found modified by
the bidder, his bid will be rejected.
19. The tendering system will give a successful bid updating message &
then a bid summary will be shown with the bid no. & the date & time of
submission of the bid with all other relevant details. The bidder has to
submit the relevant files required as indicated in the cover content. In
case of any irrelevant files, the bid will be rejected.
20. The bid summary has to be printed and kept as an acknowledgement as a
token of the submission of the bid.
21. The bid summary will act as a proof of bid submission for a tender
floated and will also act as an entry point to participate in the bid
opening date.
22. For any clarifications with the TIA, the bid number can be used as a
reference.
23. Bidder should log into the site well in advance for bid submission so that
he submits the bid in time (i.e.) on or before the bid submission time. If
there is any delay, due to other issues, bidder only is responsible.
24. Each documents to be uploaded online for the tenders should be less
than 2 MB. If any document is more than 2 MB, it can be reduced by
scanning at low resolution and the same can be uploaded. However, if
the file size is less than 1 MB the transaction uploading time will be
very fast.
25. The time settings fixed in the server side & displayed at the top of the
tender site, will be valid for all actions of requesting, bid submission, bid
opening etc., in the e-procurement system. The bidder should follow this
time during bid submission.
26. All the data being entered by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered
will not viewable by unauthorized persons during bid submission & not
be viewable by any one until the time of bid opening.
27. The confidentiality of the bids is maintained since the secured Socket
Layer 128 bit encryption technology is used Data storage encryption of
sensitive fields is done.
28. Any documents that is uploaded to the server is subjected to symmetric
encryption using a generated symmetric key. Further this key is
subjected to asymmetric encryption using buyers public keys. Overall,
the submitted tender documents become readable only after the tender
opening by the authorized individual.
29. Tenderer is required to submit their tender through online / manual tender
in the form of single cover system on or before due date of closing time
03.08.2016 @ 14.30 Hrs. The tender received after the due date and time
will not be entertained.
30. Tenderer should submit the tender as per specification indicated in
Schedule ‘A’ and accordance with the instructions to Tenderers, and as per
the conditions in this tender document.
31. In the case of On-line tender
The tenderer shall upload in the e-portal website contain the following
documents in the form of scanned copy:
i) Demand Draft / Banker’s Cheque / NSIC for EMD
ii) Demand Draft / Banker’s Cheque for Tender Document Cost.
32. PRICE BID (BOQ) (COVER - II)
Price should be quoted in Online “Price Schedule – ‘A1’ (as per BOQ).
Price should be quoted in a spread sheet file (.xls format) available in e-
procurement portal. Alternatively in the case of manual tender, the
tenderer shall quote the price in the schedule ‘A1’.
33. OTHER CONDITIONS:
a. The Port Trust reserves the right to reject any tender which in its
opinion is non-responsive and no request for alteration,
modification, substitution or withdrawal shall be entertained by
the Port Trust in respect of such Tenders.
b. The Port Trust would have the right to seek clarification
wherever necessary.
SECTION – I
INSTRUCTION TO TENDERERS (ITT)
1. “E-TENDER / MANUAL TENDER FOR THE SALE OF WAGON HANDLING SYSTEM (TIPPLER I & TIPPLER II) AVAILABLE AT DUMPER HOUSE, MOHP” as detailed
in the Specification under Schedule “A” attached herewith and in
accordance with instructions to tenders, conditions of contact, etc. are
invited through Online submission not later than 14.30 Hrs. on 03.08 2016 / manual tender shall be submitted to the office of the Chief
Mechanical Engineer, Chennai Port Trust located at the 7th of floor of
the Centenary Building .
The Tenderers those who have downloaded the Tender Document from
the Trust’s Website should send a Demand Draft / Banker’s Cheque for
Rs.525/- (Rs.500/- + 5% VAT), being the non-refundable sum towards
the cost of Tender Document, in favour of “THE CHAIRMAN, CHENNAI PORT TRUST” at Chennai, so as to reach on or before
14.30 Hrs. 03.08.2016 along with the covering letter, addressed to “The Chief Mechanical Engineer, Mechanical and Electrical Engineering Department, 7th floor of Centenary Building, No.1, Rajaji Salai, Chennai Port Trust, Chennai – 600 001. The Tender Document is also
available on the Chennai Port Trust’s Website www.chennaiport.gov.in
for downloading.
2. TEST OF RESPONSIVENESS
Prior to evaluation of bids, the Authority shall determine whether each
bid is responsive to the requirements of the tender. A bid shall be
considered responsive only if:
a. it is received by the bid opening due date including any extension
there of
b. it is signed, sealed, bound together in the hard copy of the Tender
document.
c. Copy of service Tax registration Certificate, TIN Registration
copy.
3. LANGUAGE
The Tender and all related correspondence and documents shall be
written in English Language. The technical details, relevant drawings
and other information shall be provided in English only.
4. EARNEST MONEY DEPOSIT
The Earnest Money Deposit for this Tender is Rs.5, 80,000/- (Rupees Five lakhs eighty thousand only).
The Demand Draft / Banker’s cheque on any nationalized /scheduled
bank payable at Chennai only in favour of “CHAIRMAN”, Chennai Port
Trust.
The Earnest Money Deposit shall be refunded to the Tenderers as
follows:
a) Successful Tenderer – after the payment of Security Deposit.
b) Unsuccessful Tenderers, validity extended Unsuccessful
Tenderers – after finalization of the H1 of contract.
c) Validity not extended Tenderers – within 20 days on submission
of bank details.
No interest shall be paid by the Trust on the Earnest Money Deposit
from the date of its receipt until it is refunded as indicated above under
any circumstances.
The Tenderer shall furnish the details of Bank Account No. & Type of
Account Bank Name and branch, MICR Number, IFSC No. etc., for the
refund of EMD through e- payment.
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 taxes duties etc.
6. SECURITY DEPOSIT
(i) The person who’s tender is accepted, the firm must within 5
working days of receipt of notice of such acceptance or within
such extended time as may be allowed, by the Chief Mechanical
Engineer at his discretion, deposit as security of 10% of the Total
value of the contract as mentioned below.
(ii) On receipt of full deposit as arrived at in clause (6) above
in any manner aforesaid the Earnest Money submitted with the
Tender will be refunded. No interest will be allowed on the
earnest money from the date of its receipt until it is refunded. In
the case, however for unsuccessful Tenderers, Earnest Money
will be refunded, as soon as possible after the finalisation of H1
of the contract. Alternatively the successful Tenderer shall when
his tender is accepted, furnish security as specified in Clause (6)
above after giving credit to the amount deposited by him as
Earnest Money. The Earnest Money shall retain its character as
such, till the Security Deposit is furnished by the Tenderer.
7. FOREFEIT OF EMD:
Where a person whose tender has been received on behalf of the Board
intimate, the Chief Mechanical Engineer that he is not willing to abide
by the terms of the Tender or goes behind the clarifications made before
the Chief Mechanical Engineer or to the Tender Committee appointed to
scrutinise the Tenders in respect of terms of the tender, or withdraws the
tender before receipt of final acceptance or where a person whose tender
has been accepted fails to furnish the Security Deposit within the
prescribed time the Earnest Money deposited by such person shall be
forfeited and contract is liable to be cancelled.
8. FORMAT AND SIGNING
The Tender Documents submitted to the Trust shall be typed or written
in indelible ink and shall be signed by a person duly authorized to sign
on behalf of the Tenderers. The tender document should be submitted
duly signed at the bottom of each page in the case of manual tender.
9. ENTRY PASS AND SITE VISIT
The Chennai Port Trust will grant the Tenderer, permission for a site
visit on receipt of a formal written request, 2 days in advance of the
proposed date of the visit. The cost of visiting the site, if any, shall be
borne by the Tenderer and any of its personnel and agents will be
granted permission by the Port for the purpose of such inspection on the
condition that the Tenderer, their personnel and agents will release and
indemnify the Port, its Trustees, its employees, officers and agents from
and against all liability in respect thereof. The Tenderer will be
responsible for personal injury, loss, damage to property and any other
loss, damage, costs and expenses incurred as a result of the inspection
etc., during site visit.
Only such vehicle as allowed by the Board will be permitted to enter
into the Harbour premises. Tenderers should obtain a temporary pass
from the Chennai Port Trust pass section after obtaining necessary
authorization from the Chief Mechanical Engineer’s office, to gain entry
into the Trust’s premises, if necessary. Port Trust will not deal with
agents and all dealings will be directly with the Tenderer or his
authorized representative during site visit.
10. 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 Wagon
Handling System 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
applicable permits and (v) 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.
11. RIGHT TO ACCEPT / REJECT TENDERS
(a) Notwithstanding 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.
(b) Telegraphic / fax / telex offers will be treated as defective, invalid
and rejected. Only detailed completed offers received as specified
above, prior to the closing time and date of the tender will be
considered as valid offer.
12. MATERIAL MISREPRESENTATION
The Trust reserves the right to accept or reject any or all of the tenders
and to annul the tender process, at any time prior to the award of
contract, without any liability for such action.
13. ASSISTANCE IN OBTAINING APPROVALS
The Trust agrees to, at the request of the Tenderer, but without
guarantees and / or without assuming any responsibility in that behalf,
issue recommendatory letters and make best efforts to assist the
Tenderers in obtaining all the applicable permits at the Tenderer’s cost
including renewals thereof, provided that nothing contained in this
Clause shall relieve the Tenderer of its obligations under the Agreement
to obtain the Applicable Permits and to keep them in force and effect
through out the Contract Period. In cases found appropriate the Trust
may, at the request of the Tenderer and at the sole discretion of the Trust
issue recommendatory or supporting letters to any Government
Authority recommending the proposals of Tenderer.
14. The Chennai Port Trust Board do not bind themselves to accept the
highest or any tender or part thereof and reserve the right to accept or
not accept any or all of the tenders either in whole or in part, without
assigning any reason.
15. The Trust reserves the right to seek any Technical and commercial
clarifications.
CHIEF MECHANICAL ENGINEER
CHENNAI PORT TRUST
TECHNICAL SPECIFICATION SCHEDULE Á’
WAGON HANDLING SYSTEM
TIPPLER 1
YEAR OF INSTALLATION 1977
YEAR OF REPLACEMENT 2005
SPECIFICATIONS
Sl.No
. DESCRIPTION SPECIFICATION
1 MAKE ELECON
2 TYPE OF WAGON TIPPLER ROTARY WAGON TIPPLER (HYDRAULIC CLAMPING)
3 MATERIAL HANDLED IRON ORE
4 QUANTITY 1 NO. (ONE NO.) R.H.
5 TOTAL WEIGHT OF TIPPLER 136 TONS (APPROX)
6 RAILWAY GAUGE 1676 MM (BROAD GAUGE)
7 ANGLE OF TIP / R0TATION 170 DEGREE (MAX)
8 TIME CYCLE
TIPPING / FORWARD ROTATION 14 SECONDS
PAUSE 8 SECONDS
REVERSE ROTATION 14 SECONDS
NO. OF TIPS / HOUR 30
9 GROSS WEIGHT OF EACH WAGON HANDLED 105 TONS(MAX)
10 TYPE OF CLAMPING ARRANGEMENT HYDRAULIC
11 WAGON CLAMPING / SIDE BEAM PAD TYPE RUBBER PAD
12 NOS. OF TOP CLAMP 4 NOS.
13 NOS. OF HYDRAULIC CYLINDER 8 NOS. (VERTICAL) AND 8 NOS. (HORIZONTAL)
14 TIPPLER DRIVE
1. ELECTRIC MOTOR
A. TYPE A.C.VVVF
B. POWER 45 KW
C. SPEED 1000 RPM
D. QUANTITY 1 NO.
2. GEAR BOX
A. TYPE EP (HELICAL)
B. NO. OF STAGES 3
C. REDUCTION RATIO 22.4:1
D. MAKE ELECON
3. INPUT COUPLING
A. TYPE FLEXIBLE BRAKE COUPLING
B.SIZE FBC 400 WITH BRAKE DRUM 400 DIA. X 180 FACE
C. MAKE ELECON
4. BRAKE
A. TYPE THRUSTOR OPERATED JAW BRAKE
B. SIZE FOR 400 DIA BRAKE DRUM
C. THRUSTOR ET 3250
D. QUANTITY 1 NO.
E. MAKE ELECON
BEETLE CHARGER
SPECIFICATIONS
Sl.No
. DESCRIPTION SPECIFICATION
1 TYPE DRAW BAR TYPE BEETLE CHARGER
2 PULLING CAPACITY 10 TON (DESIGN)
3 LENGTH OF TRAVEL 28.5 MTRS (MAX)
4 TRAVELLING SPEED (a) 0.5 M/S (FORWARD)
(b) 1.0 M/S (RETURN)
5 BEETLE RAIL GAUGE 1219 MM
6 BEETLE RAIL SIZE 30 LBS / YD
7 BEETLE CHARGER DRIVE
1.ELECTRIC MOTOR
A. TYPE AC VVVF
B. POWER 45 KW
C. SPEED 1000 RPM
D. QUANTITY 1 NO.
2. GEAR BOX
A. TYPE EP (HELICAL)
B. NO. OF STAGES 2
C. REDUCTION RATIO 16:1
D. MAKE ELECON
EJECTOR
SPECIFICATIONS
Sl.No
. DESCRIPTION SPECIFICATION
1 TYPE CHAIN OPERATED EJECTOR
2 PULLING CAPACITY TO HANDLE 1 NO. OF EMPTY WAGON
3 TRAVEL STROKE 16 MTRS. (MAX)
4 TRAVELLING SPEED (a) 0.8 M/S (FORWARD)
(b) 0.8 M/S (RETURN)
5 EJECTOR RAIL GAUGE 194 MM
6 EJECTOR RAIL SIZE 60 LBS / YD
7 EJECTOR DRIVE
1.ELECTRIC MOTOR
A. TYPE AC - SQUIRREL CAGE
B. POWER 5.5 KW
C. SPEED 1000 RPM
D. QUANTITY 1 NO.
2. GEAR BOX
A. TYPE WORM REDUCTION GEAR UNIT
B. REDUCTION RATIO 20:1
C. MAKE ELECON
3. INPUT COUPLING
A. TYPE FLUID COUPLING WITH BRAKE DRUM COUPLILNG
4. BRAKE
A. TYPE THRUSTOR OPERATED JAW BRAKE
B. QUANTITY 1 NO.
C. PULLING CHAIN SIZE 14 DIA. X 50 MM
APRON CONVEYOR
SPECIFICATIONS
Sl.No. DESCRIPTION LONG CONVEYOR
SHORT
CONVEYOR
1 DESIGN CAPACITY 1000 TPH 1000 TPH
2 INCLINATION 0 Degrees 0 Degrees
3 MATERIAL Iron Ore Iron Ore
4 LOCATION Under Wagon Tippler Under Wagon Tippler
5 LUMP SIZE 600 mm Maximum 600 mm Maximum
6 MAXIMUM HEIGHT OF FALL 4000 mm 4000 mm
7 BULK DENSITY 2.5 Tonnes/Cu.M 2.5 Tonnes/Cu.M
8 CENTRE DISTANCE 6,075 mm 3,725 mm
9 PAN WIDTH 1500 mm 1500 mm
10 PAN WIDTH INSIDE SKIRT BOARD 1400 mm 1400 mm
11 EFFECTIVE HOPPER LENGTH 1500 mm 1500 mm
12 SKIRT BOARD LENGTH 4000 mm 1725 mm
13 AVERAGE MATERIAL LAYER DEPTH 427 mm 427 mm
14 MAXIMUM DECK SPEED 13.9 MPM 13.9 MPM
15 MODEL T50 T50
16 MOTOR POWER 40 HP, 415 V, 3 Phase, 1500 rpm,
Squirrel cage Induction Motor, Drive
from 415 V, 3 Phase, AC variable Drive
17 GEAR BOX REDUCTION RATIO 5.53333:1 5.53333:1
18 WEIGHT OF APRON CONVEYOR 23.1 T 17.3T
SCRAPER CONVEYOR
SPECIFICATIONS
Sl.No. DESCRIPTION LONG CONVEYOR
SHORT
CONVEYOR
1 DESIGN CAPACITY 10 TPH 10 TPH
2 MATERIAL Iron Ore Spillage from Apron Conveyor
Iron Ore Spillage from Apron Conveyor
3 LOCATION Under Apron Conveyor Under Apron Conveyor
4 SCRAPER CENTRE DISTANCE 7,000 MM 5,000 MM
5 WIDTH OF SCRAPER TROUGH 1,790 MM 1,790 MM
6 MAXIMUM SPEED OF CONVEYOR 5 MPM 5 MPM
7 GEAR BOX REDUCTION RATIO 160:1 160:1
8 WEIGHT OF SCRAPER CONVEYOR 6.9 MT 6.1 MT
9 MOTOR 2 HP, 415 V, 3 Phase, 925 rpm,
Squirrel cage Induction Motor,
SCRAPER CCONVEYOR Consists of a Trough Assembly within which a Scraper Chain
Assembly travels. The Round Link chains and fabricated Scraper Flight runs on Scraper
Trough while conveying the spillage and on Trough support assembly while returning.
Actual conveying of spillage is done by the bottom strand by scraping material along the
Trough bottom plate.
The drive arrangement consists of an AC electric motor and shaft mounted reduction gear
box which directly rotates the drive shaft.
The drive wheel assembly has 3 low diameter sprocket assemblies which mesh with the
round link chains and drive the scraper conveyor.
At the rear end the scraper tail wheel assembly guides the round link chain assembly.
WAGON HANDLING SYSTEM
TIPPLER 2
YEAR OF INSTALLATION 1977
YEAR OF REVAMPING 2005
SPECIFICATIONS
Sl.No. DESCRIPTION SPECIFICATION
1 MAKE ELECON
2 TYPE OF WAGON TIPPLER ROTARY WAGON TIPPLER (GRAVITY CLAMPING)
3 MATERIAL HANDLED IRON ORE
4 QUANTITY 1 NO. (ONE NO.) L.H.
5 TOTAL WEIGHT OF TIPPLER 136 TONS (APPROX)
6 RAILWAY GAUGE 1676 MM (BROAD GAUGE)
7 ANGLE OF TIP / R0TATION 160 DEGREE (MAX)
8 TIME CYCLE
TIPPING / FORWARD ROTATION 17 SECONDS
PAUSE 3 SECONDS
REVERSE ROTATION 20 SECONDS
NO. OF TIPS / HOUR 40
9 GROSS WEIGHT OF EACH WAGON HANDLED 100 TONS(MAX)
10 TYPE OF CLAMPING ARRANGEMENT GRAVITY TYPE
11 WAGON CLAMPING / SIDE BEAM PAD TYPE RUBBER PAD
12 NOS. OF TOP CLAMP 4 NOS.
13 TIPPLER DRIVE
1. ELECTRIC MOTOR
A. TYPE A.C. WITH VARIABLE DRIVE
B. POWER 45KW
C. SPEED 1000 RPM
D. QUANTITY 1 NO.
2. GEAR BOX
A. TYPE DOUBLE REDUCTION HELICAL GEAR BOX
B. NO. OF STAGES 2
C. REDUCTION RATIO 32:1
D. MAKE ELECON
3. INPUT COUPLING
A. TYPE FLEXIBLE BRAKE COUPLING
B.SIZE FBC 400 WITH BRAKE DRUM 400 DIA. X 180 FACE
C. MAKE ELECON
4. BRAKE
A. TYPE THRUSTOR OPERATED JAW BRAKE
B. SIZE FOR 450 DIA BRAKE DRUM
C. THRUSTOR TK 402
D. QUANTITY 1 NO.
BEETLE CHARGER
SPECIFICATIONS
Sl.No. DESCRIPTION SPECIFICATION
1 TYPE DRAW BAR TYPE BEETLE CHARGER
2 PULLING CAPACITY 10 TON (DESIGN)
3 LENGTH OF TRAVEL 28.5 MTRS (MAX)
4 TRAVELLING SPEED (a) 0.5 M/S (FORWARD)
(b) 1.0 M/S (RETURN)
5 BEETLE RAIL GAUGE 1219 MM
6 BEETLE RAIL SIZE 30 LBS / YD
7 BEETLE CHARGER DRIVE
1.ELECTRIC MOTOR
A. TYPE DC MOTOR
B. POWER 37.3 KW, ARMATURE 380 V, DC, FIELD VOLTAGE 220 V DC
C. SPEED 1000 RPM
D. QUANTITY 1 NO.
2. GEAR BOX
A. TYPE DOUBLE REDUCTION HELICAL GEAR BOX
B. NO. OF STAGES 2
C. REDUCTION RATIO 12:1
EJECTOR
SPECIFICATIONS
Sl.No. DESCRIPTION SPECIFICATION
1 TYPE CHAIN OPERATED EJECTOR
2 PULLING CAPACITY TO HANDLE 1 NO. OF EMPTY WAGON
3 TRAVEL STROKE 16 MTRS. (MAX)
4 TRAVELLING SPEED (a) 0.8 M/S (FORWARD)
(b) 0.8 M/S (RETURN)
5 EJECTOR RAIL GAUGE 194 MM
6 EJECTOR RAIL SIZE 60 LBS / YD
7 EJECTOR DRIVE
1.ELECTRIC MOTOR
A. TYPE AC - SQUIRREL CAGE
B. POWER 5.5 KW
C. SPEED 1000 RPM
D. QUANTITY 1 NO.
2. GEAR BOX
A. TYPE WORM REDUCTION GEAR UNIT
B. REDUCTION RATIO 20:1
C. MAKE ELECON
3. INPUT COUPLING
A. TYPE FLUID COUPLING WITH BRAKE DRUM
4. BRAKE
A. TYPE THRUSTOR OPERATED JAW BRAKE
B. QUANTITY 1 NO.
C. PULLING CHAIN SIZE 14 DIA. X 50 MM
APRON CONVEYOR
SPECIFICATIONS
Sl.No
. DESCRIPTION LONG CONVEYOR
SHORT
CONVEYOR
1 DESIGN CAPACITY 1000 TPH 1000 TPH
2 INCLINATION 0 Degrees 0 Degrees
3 MATERIAL Iron Ore Iron Ore
4 LOCATION Under Wagon Tippler Under Wagon Tippler
5 LUMP SIZE 600 mm Maximum 600 mm Maximum
6 MAXIMUM HEIGHT OF FALL 4000 mm 4000 mm
7 BULK DENSITY 2.5 Tonnes/Cu.M 2.5 Tonnes/Cu.M
8 CENTRE DISTANCE 6,075 mm 3,725 mm
9 PAN WIDTH 1500 mm 1500 mm
10 PAN WIDTH INSIDE SKIRT BOARD 1400 mm 1400 mm
11 EFFECTIVE HOPPER LENGTH 1500 mm 1500 mm
12 SKIRT BOARD LENGTH 4000 mm 1725 mm
13 AVERAGE MATERIAL LAYER DEPTH 427 mm 427 mm
14 MAXIMUM DECK SPEED 13.9 MPM 13.9 MPM
15 MODEL T50 T50
16 MOTOR POWER 40 HP, 415 V, 3 Phase, 1500 rpm,
Squirrel cage Induction Motor, Drive
from 415 V, 3 Phase, AC variable Drive
18 GEAR BOX REDUCTION RATIO 5.53333:1 5.53333:1
19 WEIGHT OF APRON CONVEYOR 23.1 T 17.3T
SCRAPER CONVEYOR
SPECIFICATIONS
Sl.No. DESCRIPTION LONG CONVEYOR
SHORT
CONVEYOR
1 DESIGN CAPACITY 10 TPH 10 TPH
2 MATERIAL Iron Ore Spillage from Apron Conveyor
Iron Ore Spillage from Apron Conveyor
3 LOCATION Under Apron Conveyor Under Apron Conveyor
4 SCRAPER CENTRE DISTANCE 7,000 MM 5,000 MM
5 WIDTH OF SCRAPER TROUGH 1,790 MM 1,790 MM
6 MAXIMUM SPEED OF CONVEYOR 5 MPM 5 MPM
7 GEAR BOX REDUCTION RATIO 160:1 160:1
8 WEIGHT OF SCRAPER CONVEYOR 6.9 MT 6.1 MT
9 MOTOR 2 HP, 415 V, 3 Phase, 925 rpm,
Squirrel cage Induction Motor,
SCRAPER CCONVEYOR Consists of a Trough Assembly within which a Scraper Chain
Assembly travels. The Round Link chains and fabricated Scraper Flight runs on Scraper
Trough while conveying the spillage and on Trough support assembly while returning.
Actual conveying of spillage is done by the bottom strand by scraping material along the
Trough bottom plate.
The drive arrangement consists of an AC electric motor and shaft mounted
reduction gear box which directly rotates the drive shaft.
The drive wheel assembly has 3 low diameter sprocket assemblies which mesh with
the round link chains and drive the scraper conveyor.
At the rear end the scraper tail wheel assembly guides the round link chain assembly.
TIPPLER I & II SPARES AVAILABLE AT DUMPER HOUSE
RECONDITIONING SHOP (MECHANICAL & ELECTRICAL)
Sl.No Description of Material Nos
1 Scrapper Conveyor drive shaft plummer block 6
2 Fluid Coupling 2
3 Apron Feeder Support roller 4
4 Ejector Gear Box 3
5 Reduction Gear box with Motor (scraper drive) 2
6 Reduction Gear box (scraper drive) 2
7 Tippler I gear box 2
8 Cradle link (small) 8
9 Guide / Support roller assembly frame 4
10 Tippler I hydraulic system spares, consisting of connecting block,
distribution block, hose, pumps, connector, nuts, etc. 1 lot
11 10 HP motor for Ejector drive 5
12 40 HP motor for Apron Feeder 3
13 45 KW Motor for Tippler Drive 1
14 37.3 KW Motor DC for Beetle drive 1
15 2 HP Motor for scraper conveyor 2
16 AC drive for Tippler Motor 1
17 AC drive for Apron Feeder Motor 4
CHIEF MECHANICAL ENGINEER
TENDER FOR THE SALE OF WAGON HANDLING SYSTEM (TIPPLER I & II)
SCHEDULE OF QUANTITIES AND PRICES
SCHEDULE - ‘A1’
S.
No. Description of the Item Unit Qty.
Rate (Rs.)
Lump sum
Amount
(Rs)
1.
Rotary Wagon Tippler with Hydraulic
clamping device. (Tippler I) along with
17 items of spares
No. 01
2 Rotary Wagon Tippler with Stopper
Beam. (Tippler II) No. 01
3 Apron Conveyor - Short No. 02
4 Apron Conveyor - Long No. 02
5 Beetle Charger No. 02
6 Ejector No. 02
7 Scraper Conveyor - Short No. 02
8 Scraper Conveyor - Long No. 02
9 Foot over Bridge made up of steel
structures near Dumper House No. 01
10 E.O.T. Crane 20 Ton Capacity No. 01
VAT 14.5%
TOTAL
(Rupees __________________________________________________only inclusive
of all taxes and duties)
CONTRACTOR’S SIGNATURE WITH SEAL
SCHEDULE B TERMS AND CONDITIONS FOR DISPOSAL OF PLANT & MACHINERY
I. Schedule Á’of Tender document – contains list of materials with
specifications, description, location, quantity and special remarks,
restrictions if any, for disposal with applicable rate of taxes, levies and
other terms and conditions. The Tender document is available in the
Trust website www.chennaiport.gov.in which may be downloaded by the
Tenderer to enable them to participate in the e-Tender / Manual tender.
II. Inspection of materials – If any of the Tenderers wish to inspect the
goods offered before quoting the same can be done during working hours.
Temporary passes required for entering the Harbour for inspection of the
goods offered can be obtained from the Assistant Traffic Manager,
Computer Pass Section, Kamarajar Salai, Chennai Port Trust, Chennai,
(Near Anchor Gate)
TERMS AND CONDITIONS FOR DISPOSAL
1. The rate shall be quoted as per the unit of measurement and
exclusive of Sales Tax and other levies. The V A T @ 14.5% or as
is applicable extra. Even if the Bidder is an outstation firm and
eligible for ‘C’ Form for availing the concessional CST/VAT, they
shall pay the full Tax of 14.5% and then claim refund from the
Trust Commercial Tax Department after furnishing the completed
‘C’ Form after taking delivery of the materials. At a later date, if
the Commercial Tax Department demands higher tariff of Taxes,
the same should be paid by the bidder.
2. Income Tax: - Income Tax @ 1% will be collected extra at TDS as
per section 206C of Income Tax Act.
3. Any Trust’s equipment required for removal & handling of the
disposal equipments will be provided to the Tenderers on
chargeable basis as per Trust’s scale of prevailing rates subject to
availability.
4. As per the procedure in vogue, the lot which fetches 100% and
above the reserve price will be declared as confirmed lot. Lots for
which price fetched are in between 80% and 100% will be declared
as STA (subject to approval) lots. If the rate quoted less than 80%
of reserve price the lot will be rejected.
5. For confirmed lots 100% of the sale value with applicable taxes,
levies and 10% Clearance Security Deposit shall be remitted by way
of Demand Draft/Bankers Cheque drawn in favour of the Chairman,
Chennai Port Trust, payable at Chennai within five (5) Trust working
days from the next date of tender opening to the Trust’s Finance
Department. The tenderer will be informed immediately after the
tender opening regarding the status of lot and Payment of sale value
and security deposit.
6. For subject to approval lot, 10% of sale value should be remitted
by way of Demand draft/Banker’s cheque within 5 (five) Trust
working days from the next date of Tender opening to the Trust’s
Finance Department. Payment of balance sale value can be made by
means of Demand Draft/Bankers cheque drawn in favour of the
Chairman, Chennai Port Trust, Chennai-1 payable at Chennai within 5
(five) working days calculated from the next date of intimation of the
confirmation of the sale to the Tenderer.
7. The receipt obtained from the Trust’s Financial Adviser and Chief
Accounts Officer either in the case of Confirmed / STA lots may be
produced to the Chief Mechanical Engineer, failing which the advance
paid will be forfeited and Trust will resale the lot either privately or by
public auction at the defaulter’s risk and responsibility. Interest shall
be payable to the Trust on the balance sale value for the period beyond
the free time.
8. Delivery Order – The Chief Mechanical Engineer will issue
delivery order on production of the receipt obtained from the Trust’s
Financial Adviser and Chief Accounts Officer for payment of 100%
sale value in the case of confirmed lots and sale order/acceptance letter
on receipt of Trust approval for subject to Approval lots on the same
day itself without any delay.
9. Delayed payment for Full / balance sale value – Interest at the
rate of 1% per week or part thereof up to a maximum period of two
weeks will be collected for the delayed period from the next date of
free period i.e. to make the sale value for confirmed lots and balance
sale value for subject to confirmation lot. Interest will be collected by
the Trust directly. Otherwise, the firm will not have any claim over the
materials and the Trust reserves the right to re sale the materials by
conducting re-auction.
10. Clearance Security Deposit – The Trust will collect 10% of the
basic sale value towards clearance security deposit from the bidders
along with sale value with applicable taxes. The same will be refunded
through ECS to the respective bidders after the completion of delivery
of materials by the Trust. If the material has not been cleared by the
successful bidder to the satisfaction of Trust officials, 10% clearance
security deposit will be forfeited by the Trust.
11. Delivery period – Free delivery is 90 working days from the next
working day of issue of delivery order for both confirmed & Subject to
approval lots. After completion of free delivery period, the ground rent
is applicable as covered in the ground rent clause.
12. Ground rent for extension of delivery period – Applicable rent is
1% of the basic sale value per week or part thereof up to two weeks
and 3% after two weeks up to four weeks as maximum time to extend
the delivery period from the date of expiry of free period. If the goods
are not cleared within the extended maximum time of four weeks, the
goods left over by the bidder whether in whole or part will be taken
over by the Trust including the payment made and the Bidder will have
no claim over the same. Service Tax is applicable on the ground rent.
The Clearance Security Deposit on the sale value of the uncleared
goods also will be forfeited.
13. Tenderers who are participating in the e-tender/manual tender shall
contact Chief Mechanical Engineer, Chennai Port Trust for any
clarifications and the clarification furnished by the Chief Mechanical
Engineer alone shall be binding and final.
14. If the Tenderer withdraws or fails to deposit the amount of sale, the
offer will be cancelled, besides recording his unsatisfactory
performance or action taken as deemed fit. Further, Trust reserves the
right to take legal action to compensate the loss due to resale.
15. The Goods are offered are in “as is where is” condition basis. The
particulars given in Schedule “A” are only to give an idea of the Goods
offered and will not alter the “as is where is” nature of the offer.
16. The Chief Mechanical Engineer does not bind himself to accept the
highest or any tender or to assign any reason for non-acceptance. He
also reserves the right to split the contract among the Tenderers if
necessary without assigning any reason.
17. Temporary passes and vehicle’s permit required for clearing the
goods sold in tender can be had on payment and on an application in
writing addressed to the Trust’s Assistant Traffic Manager, Computer
Pass Section, Chennai Port Trust (Near Anchor Gate Port Hospital)
through the Chief Mechanical Engineer/Deputy Chief Mechanical
Engineer, OH Division, Royapuram, Chennai-600013.
18. Mis-description or error in quantity will not invalidate a sale. No
sale can be invalidated by reason of any defects or fault in any of the
materials. A refund will be made to the Purchaser when the quantity
delivered is less than that of quantity mentioned in the tender
(Schedule “A”)
19. In the event of delivery being found impossible in whole or part
after the payment has been made, a refund of the value of the
undelivered goods will be made after obtaining the competent sanction
to the purchaser with an undertaking from the contractor not to claim
for further compensation from the Trust.
20. The goods should be removed from the Harbour premises within 90 working days from the date of issue of delivery order, whether by
dismantling the goods sold or otherwise, he will be allowed to remove
the major parts within the Harbour premises by hiring the cranes from
the Traffic Department at the rates prescribed in the Boards Scale of
rates according to availability. Necessary space will be provided for a
period of 90 working days from the date of issue of delivery order.
21. If the goods sold are not completely cleared within 90 working
days from the date of expiry of free period or within such extended
time as may be allowed at the discretion of the Chief Mechanical
Engineer, or if he fails to pay the ground rent or any other charges in
advance, the goods left over whether in whole or part will be taken
over by the Trust at the discretion of the Chief Mechanical Engineer
and the Contractor will have no claim on the same and will be barred.
22. The contractor shall use his own tools for the removal of goods
sold and shall hold the Board indemnified in respect of any damage or
injury caused to any of the employees or any other person and property
during the execution of the works.
23. The delivery of materials covered in Schedule “A” should be
carried out from 09.30 Hours to 16.30 Hours with a break of Half an
Hour for lunch from 12.30 Hours to 13.00 Hours during Mondays to
Fridays and 09.30 Hours to 13.00 Hours during Saturdays for site
delivery items.
24. If for any reasons the delivery is prolonged beyond office hours
over time charges as permissible will have to be remitted to the
concerned immediately.
25. The Contractor should ensure that the Trust’s properties are not
damaged during the course of removal of the goods, failing which the
cost of rectifying the damage will be recovered from the amount
deposited in the Trust as Earnest Money. He shall observe the Dock
Safety Regulations and such other Regulations in force and shall hold
the Board indemnified if any violation occurs. He will also be
responsible for the discipline of the workers employed by him within
the Harbour premises.
26. The work of removal of the goods/goods sold in full should be
completed within the period stipulated or within such extended time
that may be allowed by the Chief Mechanical Engineer.
27. The removal of goods/goods sold shall be made under the
supervision of the Trust’s Officer mentioned in the Delivery Order or
his representative who will arrange to issue gate passes for the removal
in the presence of the Finance Department’s Stock verifier.
28. The Contractor shall conform to and comply with Regulations and
Bye-laws of the State or Central Government or of the Board and of all
other local authorities such as Corporation of Chennai, The Tamil
Nadu Electricity Board, the Government Customs and Police
Departments, Fire Services, the Provisions contained in the various
Labour Acts enacted by the State Legislature and the Central
Parliament in force and the Rules made there-under including those
under the Minimum Wages Act, Factories Act, The Indian Electricity
Act and Rules framed under it, Workmen’s Compensation Act,
Provident Fund Regulations Act, Employees Provident Fund Act 1961
and the schemes made under the said Act. Health and Sanitary
arrangements for Workers etc. and the Contract Labour (Regulations
and Abolition) Central Rules 1971 etc. for the Welfare and protection
of Workers or for the safety of the Public and other insurance
Provisions.
29. The Board shall not be liable for the failure of the Contractor in
conforming to the provisions of the Acts, Rules, Regulations referred
to in the above para and in case of any contravention of the Provisions
of the Acts, Rules, Regulations etc, the Contractor shall keep the Board
indemnified against any loss and damages in the event of any action
being taken for contravention.
30. If any Foreigner is employed by the Contractor to work within the
Harbour premises, the later shall ensure that such a Foreigner possesses
the necessary special permit issued by the Civil Authority in writing
and also to comply with the instructions issued there for from time to
time. In the event of any lapse in this regard on the part of such
Foreigner the Contractor shall be personally held responsible for the
lapse and the Board shall not be liable in any event.
31. Irrespective of the quantities specified in Schedule “A”, the Chief
Mechanical Engineer reserves the right to dispose of only such
quantities as may be available and found necessary for disposal at the
time of finalising the Tender.
32. It must be clearly understood that the prices quoted in the tender
are to include everything required to be done by the specification and
conditions of sale for proper completion of the work though special
mention thereof have been omitted.
33. The Tenderer should confirm in clear terms in the tender that he
agrees to all conditions of the Tender Document. In the absence of the
Tenderers disagreement to any particular Clause, it will be construed
that they are agreeable to all the following conditions in this tender
Document and that they will be bound by the conditions though
Special mention thereof is not made in their Tenders.
34. The Contract is liable for cancellation, if either the Contractor
himself or any of his employees is found to be a person who has held a
Class-I Post under the Board immediately before retirement and has
within Two years of such retirement accepted without obtaining the
prior permission of the Board or the Chairman as the case may be, an
employment as Contractor in connection with the execution of Public
Works or as an employee of such Contractor.
35. If any contracts terminated on account of failure of the Contractor
to comply with the above clause the Board shall be entitled to recover
from the contractor such damages as may be determined by the Chief
Mechanical Engineer, with due regard to the inconvenience caused to
the Trust on account of such termination without prejudice to the
Trust’s right to proceed against such Contractor.
36. The Contractor shall be solely responsible for reporting to the
Board and Police Departments, Security Force immediately regarding
any serious or fatal accidents at any place belonging to the Board
including premises leased by the Board, to any of his employees/
workmen engaged by him.
37. In case of any dispute arising out of interpretation of any of the
conditions of sale, the decision of the Chief Mechanical Engineer,
Chennai Port Trust will be final and binding on the Contractor.
38. While evaluating Tenders, regard would be paid to National
Defence and security considerations.
E. S. I. Clause
39. The details of the employees proposed to be engaged should be
furnished to this office before the commencement of the work.
(a) As per the Govt. Notification dated 20/07/2009, Chennai Port Trust
has registered under the ESI Act on 26/09/2012 with ESI Corporation
and provision of ESI Act, 1948 are applicable to Chennai Port Trust, a
Social Security Act, is applicable to Factories using power and
employing 10 or more personnel and establishment employing 20 or
more persons and drawing wages/salary up to Rs.15,000/- per month.
Workers covered under ESI Act, are entitled for full medical care for
self and family. Besides, cash benefit in the event of sickness,
maternity and employment injury. Accordingly, the contractual/casual
employees drawing wages up to Rs.15, 000/- per month employed
directly by Port Trust or through contractor covered under ESI Act,
1948. It is obligatory on the part of the employer to calculate and
remit ESI contribution comprising of employers share of 4.75% plus
employees’ share of 1.75 %, which is payable on or before 21st of the
following month, to which the salary relates.
(b) In case of Contractor employs more than 20 employees, they
should register their name with ESI as per ESI Act, 1948 and obtain
ESI Code. Both employers share of 4.75% and Employees
contribution of 1.75% (recovered from employees), totally 6.5 % to be
paid as contribution to ESI in their Code on or before of 21st of the
following month to which the salary relates and acknowledgement for
the same shall be submitted to the Port while claiming the bill. The
bill without the acknowledgement of ESI contribution will not be
entertained. In case the contractor has not paid the ESI contribution in
contractor’s code. The delay in the payment of contribution payable
under the said Act may be recovered as an arrear of Land Revenue.
(c) In case the contractor employs less than 20 employees, the list of
employees’ names, their father’s name, identification proof, one
passport photo shall be submitted to the Port Trust. The contribution
of ESI amount, both Employers share of 4.75 % and Employees
contribution of 1.75% (recovered from employees), totally 6.5 % shall
be paid by the Contractor to the Chennai Port Trust Code on or before
of 21st of the following month to which the salary relates or otherwise
payment to the Contractor will be withheld. If the contractor fails to
comply with the above instruction, then the Principal Employer
(Chennai Port Trust) will make payment to the ESI Corporation and
such amount will be deducted from any amount due to the Contractor.
The delay in payment of contribution payable under the said Act may
be recovered as an arrear of Land Revenue.
(d) As per the above Government Notification
i.All intending contractor at the time of tender shall disclose all
necessary documents as to whether they are covered under ESI Act or
not.
ii.In case they are covered under ESI Act, they have to furnish the
details of registration.
iii.In case the contractor does not possess ESI Registration at the time
of participation in the Contractor, then they should obtain
registration under ESI Regulations before award of the work by
Chennai Port Trust and submit the same within 30 days from the
date of issue of work order. Any payment towards the work order
will be made only after compliance of the ESI Regulation.
iv. The contractor shall submit his first bill together with evidence of
having obtained registration under ESI Regulations and only then the
bill will be processed for payment. Subsequently, the contractor
should periodically submit to Chennai Port Trust the Form 6
prescribed under ESI Regulations in respect of the workers/labours
employed for the work awarded by Chennai Port Trust to facilitate
making payment for the bills of the Contractor.
v. In case the contractor are not covered under ESI Act or exempted,
they would furnish necessary documents along with an affidavit in
original, affirming before a first class Judicial Magistrate in a Non-
judicial Stamp Paper worth Rs.20/- to that effect.
vi. In case they are not covered under ESI Act, they must additionally
indemnify Chennai Port Trust against all damages & Accident
occurring to his labour in a Non-Judicial Stamp Paper worth Rs.20/-
to that effect.
Chief Mechanical Engineer,
Chennai Port Trust
PROFORMA OF INTEGRITY PACT
GENERAL
This pre-bid/pre-contract Agreement (herein after called the
Integrity Pact)
BETWEEN
Chennai Port Trust, represented by Chairman, Chennai Port Trust,
Chennai hereinafter referred to as “THE PRINCIPAL” / “EMPLOYER”
AND
………………………………………………………………………………
represented by Shri ……………………………………… hereinafter
referred to as “The BIDDER / CONTRACTOR”.
Preamble
The Principal intends to award, under laid down organizational
procedures, contract/s for ………………… (Name of the Contract /
Project / Stores equipment / item). The Principal values full
compliance with all relevant laws and regulations, and the principles
of economic use of resources, and of fairness and transparency in its
relations with the Bidder/s and Contractor/s.
In order to achieve these goals, the Principal will appoint an
External Independent Monitor who will monitor the tender process
and the execution of the contract for compliance with the principles
mentioned above.
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is fair,
transparent and free from any influence / prejudiced dealings prior to,
during and subsequent to the currency of the contract to be entered
into with a view to:-
Enabling the PRINCIPAL/EMPLOYER to obtain the desired said stores
/ equipment at a competitive price in conformity with the defined
specifications by avoiding the high cost and the distortionary impact
of corruption on public procurement, and Enabling BIDDERs /
CONTRACTORs to abstain from bribing or indulging in any corrupt
practice in order to secure the contract by providing assurance to
them that their competitors will also abstain from bribing and other
corrupt practices and the PRINCIPAL/EMPLOYER will commit to
prevent corruption, in any form, by its officials by following
transparent procedures.
The parties hereto hereby agree to enter into this Integrity Pact and
agree as follows:-
Commitments of the PRINCIPAL/EMPLOYER
The PRINCIPAL/EMPLOYER undertakes that no official of the
Principal/Employer connected directly or indirectly with the contract,
will demand, take a promise for or accept, directly or through
intermediaries, any bribe, consideration, gift, reward, favour or any
material or immaterial benefit or any other advantage from the
BIDDER / CONTRACTOR, either for themselves or for any person,
organization or third party related to the contract in exchange for an
advantage in the bidding process, bid evaluation, contracting or
implementation process related to the contract.
The PRINCIPAL/EMPLOYER will, during the pre-contract stage, treat
all BIDDERs / CONTRACTORs alike, and will provide to all BIDDERs
/ CONTRACTORs the same information and will not provide any such
information to any particular BIDDER / CONTRACTOR which could
afford an advantage to that particular BIDDER / CONTRACTOR in
comparison to other BIDDER / CONTRACTOR and could obtain an
advantage in relation to the tender process or the contract execution.
All the officials of the PRINCIPAL/EMPLOYER will report to the
Chairman / Chief Vigilance Officer of Chennai Port Trust any
attempted or completed breaches of the above commitments as well as
any substantial, suspicion of such a breach.
If the PRINCIPAL/EMPLOYER obtains information on the conduct of
any of its employees with full and verifiable facts and the same is
prima facie found to be correct which is a criminal offence under the
Indian Penal Code / Prevention of Corruption Act, or if there be a
substantive suspicion in this regard, the Principal will inform its Chief
Vigilance Officer and in addition can initiate disciplinary actions.
Commitments of the BIDDER / CONTRACTOR
The Bidder / Contractor commit himself to take all measures
necessary to prevent corruption. He commits himself to observe the
following principles during his participation in the tender process and
during the post contract stage.
i. The Bidder /Contractor will not enter with other Bidder /
Contractors into any undisclosed agreement or understanding,
whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission
or non-submission of bids or any other actions to restrict
competitiveness or to introduce cartelization in the bidding
process.
ii. The Bidder/Contractor will not commit any offence under the
Indian Penal Code, 1860 / Prevention of Corruption Act, 1988
further the Bidder / Contractor will not use improperly, for
purposes of competition or personal gain, or pass on to others,
any information or document provided by the Principal as part
of the business relationship, regarding plans, technical
proposals and business details, including information contained
or transmitted electronically.
iii. The Bidder/Contractor will not offer, directly or through
intermediaries, any bribe, gift, consideration, reward, favour,
any material or immaterial benefit or any other advantage,
commission, fees, brokerage or inducement to any official of the
Principal/Employer, connected directly or indirectly with the
bidding process, or to any person, organization or third party
related to the contract in exchange for any advantage in the
bidding, evaluation, contracting and implementation of the
contract.
iv. The Bidder / Contractor further undertakes that it has not
given, offered or promised to give directly or indirect any bribe,
gift, consideration, reward, favour, any material or immaterial
benefit or any other advantage, commission, fees, brokerage or
inducement to any official of the Principal/Employer or
otherwise in procuring the Contract or forbearing to do or
having done any act in relation to the obtaining or execution of
the contract or any other contract with the Principal for showing
or forbearing to show favour or disfavour to any person in
relation to the contract or any other contract with the Principal.
v. The Bidder / Contractor of foreign origin shall disclose the name
and address of the Agents /representatives in India, if any.
Similarly the Bidder/Contractor of Indian Nationality shall
furnish the name and address of the foreign principals, if any.
vi. Bidder / Contractors shall disclose the payments to be made by
them to agents or any other intermediary, in connection with
this bid/contract.
vii. The Bidder / Contractor further confirms and declares to the
Principal/ Employer that the Bidder / Contractor is the
original manufacturer/integrator/ authorized government
sponsored export entity of the stores and has not engaged any
individual or firm or company whether Indian or foreign to
intercede, facilitate or in any way to recommend to the
Principal/Employer or any of its functionaries, whether officially
or unofficially to the award of the contract to the Bidder /
Contractor, nor has any amount been paid, promised or
intended to be paid to any such individual, firm or company in
respect of any such intercession, facilitation or
recommendation.
viii. The Bidder / Contractor, either while presenting the bid or
during pre-contract negotiations or before signing the contract,
shall disclose any payments he has made, is committed to or
intends to make to officials of the Principal/Employer or their
family members, agents, brokers or any other intermediaries in
connection with the contract and the details of services agreed
upon for such payments.
ix. The Bidder / Contractor will not collude with other parties
interested in the contract to impair the transparency, fairness
and progress of the bidding process, bid evaluation, contracting
and implementation of the contract.
x. The Bidder / Contractor will not accept any advantage in
exchange for any corrupt practice, unfair means and illegal
activities.
xi. The Bidder / Contractor shall not use improperly, for purposes
of competition or personal gain, or pass on to others, any
information provided by the Principal/Employer as part of the
business relationship, regarding plans, technical proposals and
business details, including information contained in any
electronic data carrier. The Bidder / Contractor also undertakes
to exercise due and adequate care lest any such information is
divulged.
xii. The Bidder / Contractor commits to refrain from giving any
complaint directly or through any other manner without
supporting it with full and verifiable facts.
xiii. The Bidder / Contractor will not instigate third persons to
commit offences outlined above or be an accessory to such
offences.
xiv. If the Bidder/Contractor or any employee of the
Bidder/Contractor or any person acting on behalf of the
Bidder/Contractor, either directly or indirectly, is a relative of
any of the officers of the Principal/Employer, or alternatively, if
any relative of an officer of the Principal/Employer has financial
interest / stake in the Bidder / Contractor’s firm, the same shall
be disclosed by the Bidder / Contractor at the time of filing of
tender.
The term ‘relative’ for this purpose would be as defined in
Section 6 of the Companies Act 1956.
xv. The Bidder / Contractor shall not lend to or borrow any money
from or enter into any monetary dealings or transactions,
directly or indirectly, with any employee of the
Principal/Employer
Previous Transgression
The Bidder / Contractor declares that no previous transgression
occurred in the last three years immediately before signing of this
Integrity Pact, with any other company in any country in respect of
any corrupt practices envisaged hereunder or with any Public Sector
Enterprises in India or any Government Department in India that
could justify Bidder / Contractor’s exclusion from the tender process.
If the Bidder / Contractor makes incorrect statement on this subject,
the Bidder / Contractor can be disqualified from the tender process or
the contract, if already awarded, can be terminated for such reason.
Sanction for Violations
Any breach of the aforesaid provisions by the Bidder / Contractor or
any one employed by it or acting on its behalf (whether with or
without the knowledge of the Bidder / Contractor shall entitle the
Principal / Employer) to take all or any one of the following actions,
wherever required:-
(i) To immediately call off the pre contract negotiations without
assigning any reason or giving any compensation to the
BIDDER / CONTRACTOR, However, the proceedings with the
other BIDDER / CONTRACTOR (s) would continue.
(ii) The Earnest Money Deposit (in pre-contract stage) and / or
Security Deposit / Performance Bond (after the contract is
signed) shall stand forfeited either fully or partially, as
decided by the PRINCIPAL/EMPLOYER and the
PRINCIPAL/EMPLOYER shall not be required to assign any
reason therefore.
(iii) To immediately cancel the contract, if already signed, without
giving any compensation to the BIDDER / CONTRACTOR.
(iv) To recover all sums already paid by the
PRINCIPAL/EMPLOYER, and in case of an Indian BIDDER /
CONTRACTOR with interest thereon at 2% higher than the
prevailing Prime Lending Rate of State Bank of India , while
in case of a BIDDER / CONTRACTOR from a country other
than India with interest thereon at 2% higher than the
LIBOR. If any outstanding payment is due to the BIDDER /
CONTRACTOR from the PRINCIPAL/EMPLOYER in
connection with any other contract for any other stores, such
outstanding payment could also be utilized to recover the
aforesaid sum and interest.
(v) To encash the advance bank guarantee and performance
bond / warranty bond, if furnished by the BIDDER /
CONTRACTOR, in order to recover the payments, already
made by the PRINCIPAL/EMPLOYER, along with interest.
(vi) To cancel all or any other Contracts with the BIDDER /
CONTRACTOR. The BIDDER / CONTRACTOR shall be liable
to pay compensation for any loss or damage to the
PRINCIPAL/EMPLOYER resulting from such cancellation/
rescission and the PRINCIPAL/EMPLOYER shall be entitled
to deduct the amount so payable from the money(s) due to
the BIDDER / CONTRACTOR.
(vii) To debar the BIDDER / CONTRACTOR from participating in
future bidding processes of the Principal for a minimum
period of five years, which may be further extended at the
discretion of the PRINCIPAL/EMPLOYER.
(viii) To recover all sums paid in violation of this Pact by
BIDDER/CONTRACTOR(s) to any middleman or agent or
broker with a view to securing the contract.
(ix) In cases where irrecoverable Letters of Credit have been
received in respect of any contract signed by the
PRINCIPAL/EMPLOYER with the BIDDER / CONTRACTOR,
the same shall not be opened.
(x) Forfeiture of Performance Bond in case of a decision by the
PRINCIPAL/EMPLOYER to forfeit the same without assigning
any reason for imposing sanction for violation of this pact.
(xi) The Bidder / Contractor accepts and undertakes to respect
and uphold the Principal’s absolute right to resort to and
impose such exclusion and further accepts and undertakes
not to challenge or question such exclusion on any ground,
including the lack of any hearing before the decision to resort
to such exclusion is taken. This undertaking is given freely
and after obtaining independent legal advice.
(xii) If the Bidder / Contractor can prove that he has restored
/recouped the damage caused by him and has installed a
suitable corruption prevention system, in such a case, it will
be discretion of the Principal to revoke the exclusion
prematurely.
(xiii) The PRINCIPAL/EMPLOYER will be entitled to take all or any
of the actions mentioned at Para (i) to (x) above of this Pact
also on the Commission by the BIDDER / CONTRACTOR or
any one employed by it or acting on its behalf (whether with
or without the knowledge of the BIDDER / CONTRACTOR),
of an offence as defined in Chapter IX of the Indian Penal
code, 1860 or Prevention of corruption Act, 1988 or any
other statute enacted for prevention of corruption.
(xiv) The decision of the PRINCIPAL / EMPLOYER to the effect
that a breach of the provisions of this Pact has been
committed by the BIDDER / CONTRACTOR shall be final
and conclusive on the BIDDER / CONTRACTOR. However,
the BIDDER / CONTRACTOR can approach the Independent
Monitor (s) appointed for the purposes of this Pact.
Fall Clause
The BIDDER / CONTRACTOR undertakes that it has not
supplied / is not supplying similar product / systems or subsystems
at a price lower than that offered in the present bid in respect of any
other Ministry / Department of the Govt. of India or PSU and if it is
found at any stage that similar product / systems or subsystems
was supplied by the BIDDER / CONTRACTOR to the Principal at a
lower price, then that very price, with due allowance for elapsed tie,
will be applicable to the present case and the difference in the cost
would be refunded by the BIDDER / CONTRACTOR to the PRINCIPAL
/ EMPLOYER, if the contract has already been concluded.
Independent Monitors
The Principal/Employer has appointed one Independent External
Monitor (hereinafter referred to as Monitor)
1. Dr. P.Tamilvanan,
No.714, Poosaripalayam, Coimbatore – 641003. (a) The task of the Monitors shall be to review independently and
objectively, whether and to what extent the parties comply with
the obligations under this Pact.
(b) The Monitors shall not be subject to instructions by the
representatives of the parties and perform their functions
neutrally and independently.
(c) Both the parties accept that the Monitors have the right to
access all the documents relating to the project / procurement,
including minutes of meetings.
(d) As soon as the Monitor notices, or has reason to believe, a
violation of this pact, he will so inform the authority designated
by the Principal and the Chief Vigilance Officer of Chennai Port
Trust.
(e) The BIDDER / CONTRACTOR(s) accepts that the Monitor has
the right to access without restriction to all Project
documentation of the PRINCIPAL including that provided by the
BIDDER / CONTRACTOR. The BIDDER / CONTRACTOR will
also grant the Monitor, upon his request and demonstration of
a valid interest unrestricted and unconditional access to his
project documentation. The same is applicable to
Subcontractors. The Monitor shall be under contractual
obligation to treat the information and documents of the Bidder
/ Contractor / Subcontractor(s) with confidentiality.
(f) The Principal / Employer will provide to the Monitor sufficient
information about all meetings among the parties related to the
Project provided such meetings could have an impact on the
contractual relations between the Principal and the Contractor.
The parties offer to the Monitor, the option to participate in
such meetings.
(g) The Monitor will submit a written report to the designated
Authority of Principal / Employer / Chief Vigilance Officer of
Chennai Port Trust within 8 to 10 weeks from the date of
reference or intimation to him by the Principal / Employer /
Bidder / Contractor and should the occasion arise, submit
proposals for correcting problematic situation.
(h) As soon as the Monitor notices, or believes to notice, a violation
of this agreement, he will so inform the Management of the
Principal and request the Management to discontinue or to take
corrective action, or to take other relevant action. The Monitor
can in this regard submit non-binding recommendations.
Beyond this, the Monitor has no right to demand from the
parties that they act in a specific manner, refrain from action or
tolerate action.
(i) If the Monitor has reported to the Principal substantiated
suspicion of an offence under the Indian Penal Code, 1860 /
Prevention of Corruption Act, 1988 and the Principal /
Employer has not, within reasonable time, taken visible action
to proceed against such offence or reported to the Chief
Vigilance Officer, the Monitor may also transmit this
information directly to the Central Vigilance Commissioner,
Government of India.
(j) The word ‘Monitor’ would include both singular and plural.
Facilitation of Investigation
In case of any allegation of violation of any provisions of this Pact
or payment of commission, the PRINCIPAL / EMPLOYER or its
agencies shall be entitled to examine all the documents including the
Books of Accounts of the BIDDER / CONTRACTOR and the BIDDER /
CONTRACTOR shall provide necessary information and documents in
English and shall extend all possible help for the Purpose of such
examination.
Other Provisions
Changes and supplements as well as termination notices need
to be made in writing. Side agreements have not been made.
If the Contractor is a partnership or a consortium, this
agreement must be signed by all partners or consortium members.
Law and Place of Jurisdiction
This Pact is subject to Indian Law. The place of performance
and jurisdiction is the seat of the PRINCIPAL / EMPLOYER.
Other Legal Actions
The actions stipulated in this Integrity Pact are without
prejudice to any other legal action that may follow in accordance with
the provisions of the extant law in force relating to any civil or
criminal proceedings.
Validity
The validity of this Integrity Pact shall be from date of its signing
and extend up to 5 years or the complete execution of the contract to
the satisfaction of both the PRINCIPAL and the Bidder / Contractor
including warranty period whichever is later. In case Bidder /
Contractor is unsuccessful, this Integrity Pact shall expire after six
months from the date of the signing of the contract.
If any claim is made/lodged during this time, the same shall be
binding and continue to be valid despite the lapse of this pact as
specified above, unless it is discharged/determined by the Chennai
Port Trust.
Should one or several provisions of this Pact turn out to be
invalid, the remainder of this Pact shall remain valid. In this case, the
parties will strive to come to an agreement to their original intentions.
Equal treatment of all Bidders / Contractors /Sub-Contractors
(a) The Bidder / Contractor undertake to demand from all sub-
contractors a commitment in conformity with this Integrity
Pact, and to submit it to the Principal before contract
signing.
(b) The Principal will enter into agreements with identical
conditions as this one with all Bidders / Contractors and
Sub-Contractors.
(c) The Principal will disqualify from the tender process all
Bidder / Contractors who do not sign this pact or violate its
provisions.
The parties hereby sign this Integrity Pact at on -------------.
The Principal represented BIDDER / CONTRACTOR by the Chairman, Chennai Port Trust
Name of the Officer Name Designation Designation Witness 1 Witness 1 Name & address Name & address
Witness 2 Witness 2 Name & address Name & address Place: Date: