CONTAINER CORPORATION OF INDIA LTD. (A Govt. of India Undertaking) Western Region. Open Tender. For

CONTAINER CORPORATION OF INDIA LTD. (A Govt. of India Undertaking) Western Region Open Tender For Establishing of a Container Repair Facility for Re...
Author: Daniel Hampton
0 downloads 0 Views 1MB Size
CONTAINER CORPORATION OF INDIA LTD.

(A Govt. of India Undertaking) Western Region

Open Tender For Establishing of a Container Repair Facility for Repairs of Damaged DSO Containers at DCTTURBHE (TAPG), AND CFS-DRT (DRT) TERMINALS.

2015 TENDER FORM PRICE: Rs.2,625/- (2500/- + 5% VAT)

SIGNATURE AND STAMP OF THE TENDERER

Page 1 of 59

NOTICE INVITING TENDER CONCOR invites Tenders for the following work:

Tender No.

CON/WR/Container Repair/ TAPGDRT/31/2015

Name of the work

Establishing of a Container Repair Facility for repairs of damaged DSO Containers at DCT- TURBHE (TAPG), AND CFS-DRT (DRT) TERMINALS Two Bid

Tender Type Estimated Value of contract for 3 (2+1) Years.

ì 92,42,523/-.

Earnest Money Deposit.

ì 1,85,000/-

Period of Contract Cost of Tender Document

02 years extendable for one more year ì 2,625/- (2500/- + 5% VAT)

Date of Sale

From 15.10.2015 to 04.11.2015 (on all working days)

Last Date & Time of Submission of tender 05.11.2015 (12:00 Hrs.) Date & Time of opening of tender

05.11.2015 (12:30 Hrs.)

For eligibility criteria and other details please log on to www.concorindia.co.in or contact the Office of the Chief General Manager, Western Region, Container Corporation of India Ltd, 5th Floor, New Admin Bldg., Central railway, D. N. Road, Mumbai -400001

SIGNATURE AND STAMP OF THE TENDERER

Page 2 of 59

CONTENTS CHAPTER

PAGE NOs.

1.

CHAPTER – 1 TENDER FORM, TENDER LETTER

04-07

2.

CHAPTER – 2 INSTRUCTIONS FOR SUBMISSION OF TENDER

08-15

3.

CHAPTER – 3 SCOPE OF WORK & TERMS AND CONDITION

16-35

GOVERNING OF CONTRACT

ANNEXURE

PAGE NOs.

I.

ANNEXURE-I

FINANCIAL (PRICE) BID FORM

36

II.

ANNEXURE-II

CONCOR SCHEDULE OF RATES (SOR) FOR CONTAINER REPAIR (DSO)

37-52

III.

ANNEXURE-III

SPECIMEN OF AGREEMENT

53-54

IV.

ANNEUXRE-IV

SPECIMEN OF BANK GUARANTEE

55-56

V.

ANNEXURE-V

PARTICULARS OF EQUIPMENTS OFFERED BY THE CONTRACTOR

57

VI.

ANNEXURE-VI

FORMAT FOR DAILY REPAIR COMPLIANCE REPORT

58

UNDERTAKING TO BE GIVEN BY THE BIDDERS DOWNLOADING TENDER FROM CONCOR‟S WEBSITE

59

VII. ANNEUXURE-VII

SIGNATURE AND STAMP OF THE TENDERER

Page 3 of 59

CHAPTER – 1 TENDER FORM

Tender Ref. No. CON/WR/Container Repair/ TAPG-DRT/31/2015 TENDER FORM PRICE:₹. 2,625/- (2500/- + 5% VAT) Tender for “Establishing of a Container Repair Facility for repairs of damaged DSO Containers at DCT- TURBHE (TAPG), AND CFS-DRT (DRT) TERMINALS.” 1.

Serial number assigned to the Tender Form

2. 3.

Date of Sale/Issue ______________________ Name of the applicant to whom the Tender was sold/issued

4.

Full address of the applicant

Official seal

______________________

_______________________ _______________________ Full Signature of the official issuing the Tender form Name in block letters:……………………………... Designation:………………………………………..

NOTES/INSTRUCTIONS i) ii)

iii) iv) v)

vi) vii) viii) ix)

x) xi)

The Tender Form is not transferable under any circumstances. All the pages of tender document are required to be submitted intact in a sealed cover without tampering with any of the folios thereof i.e., none of the folios of the Tender Document including all the Annexures should be detached and retained by the intending Tenderer. All folios shall be submitted in the manner required duly fulfilling all the conditions mentioned therein. All p a g e s / folios of the Tender Document shall be signed by the intending Tenderer or such person on his behalf and embossed with official seal at the time of submission. Failure to comply with conditions will render the tender liable to be rejected. The tender should contain all the information including details of present business contracts on hand, availability of equipment, financial standing which would enable CONCOR to decide on credentials of the tenderer for performing/doing the job. Earnest money in the manner prescribed under terms and conditions governing the contract should be attached with the tender form and placed inside a sealed cover superscribed “Tender for Establishing of a Container Repair Facility for repairs of damaged DSO Containers at DCT- TURBHE (TAPG), AND CFS-DRT (DRT) TERMINALS and the cover addressed to C h i e f G e n e r a l M a n a g e r , Western Region, Container Corporation of India Ltd., 5th Floor, New Admin Bldg., Central Railway, D. N. Road., Mumbai – 400001. Please note that any agency engaged as Surveyor (For survey of containers/cargo) in Western Region of CONCOR is prohibited to participate in this tender. Tenders containing omissions or alterations are liable to be rejected. If any correction becomes necessary, these must be made in ink and all such corrections must be attested by full signature of the tenderer and dated. Rates for all items of work described in Price Bid at Annexure-1 must be quoted both in words as well as in figures. In case of discrepancy between the rates quoted in figures and words, highest of the two will be taken to be correct. CONCOR will not consider tender form with incomplete filled schedules. The bid of the tender duly completed as per the instructions in chapter–2 must reach the designated office of the C h i e f G e n e r a l M a n a g e r , Western Region, Container Corporation of India Ltd., 5th Floor, New Admin Bldg., Central Railway, D. N. Road., Mumbai – 400001 on or before 12:00 hrs. o n 0 5 . 1 1 . 2 0 1 5 . T he Bid will be opened at 12:30 hrs. on the same day. The tenderers or their authorized representative may be present at the time of opening of tenders, if they so desire. Sealed tenders shall be submitted either by registered post with acknowledgement due or in person Tenders submitted in other manner (Fax, Telegram, e-mail etc.) will not be considered. The tenderer is further advised to carefully study the terms and conditions including Paragraphs pertaining to equipment requirement, time schedule for completion of various types of job orders, staff deployment, unsatisfactory working and various damages charges clauses before quoting the rates.

SIGNATURE AND STAMP OF THE TENDERER

Page 4 of 59

xii) xiii)

CONCOR reserves rights to reject any or all tender without assigning any reason. During the currency of the Contract, CONCOR reserves the right to appoint additional vendor/vendors at any of the location/locations for container repairs at the same rate, terms and conditions as the existing vendor. xiv) CONCOR reserves the right to re-tender or modify the terms and conditions of the tender at any stage. CONCOR also reserves the right to negotiate with the bidder on the premium/discount/par quoted over and above the SOR. xv) The tenderer shall not increase his/their quoted rates in the case the CONCOR administration negotiates for further discount. Such negotiations shall not amount to cancellation or withdrawal of the original offer and the rates quoted will be binding on the tenderers. xvi) CONCOR reserves the right to ask clarifications on the bid documents submitted by the bidders. xvii) If the tenderer deliberately gives wrong information or suppresses/conceals any information/facts in his tender to make his bid favorable for acceptance of his tender or creates circumstances for the acceptance of his tender fraudulently, then CONCOR reserves the right to reject such tender at any stage of execution without any financial liability. Any loss suffered by CONCOR on this account will be recovered from the contractor. This will be done without prejudice to CONCOR‟s right to seek any other remedy under law.

Chief General Manager / Western Region Container Corporation of India Ltd.

SIGNATURE AND STAMP OF THE TENDERER

Page 5 of 59

TENDER LETTER To The Chief General Manager, Western Region, Container Corporation of India Ltd., 5th Floor, New Admin Bldg., Central Railway, D. N. Road, Mumbai -400 001. Dear Sir, Sub: Tender for “ Establishing of a Container Repair Facility for repairs of damaged DSO Containers at DCT- TURBHE (TAPG), AND CFS-DRT (DRT) TERMINALS.” 1.

Subject to the instructions and conditions given in tender documents purchased by me in connection with above mentioned contract, I/We hereby tender for the contract for working as Contractor for CONCOR, for terminals at WR at the rates specified in Price/Financial Bid (Annexure – I) & SOR (Annexure–II) annexed with the documents. I/We hereby certify that I/We have examined and am/are fully familiar with all the provisions of the contract documents and I/We am/are satisfied that they are accurate and agree to abide by all the terms & conditions laid therein.

2.

Following certificates/documents are enclosed herewith in the PRE-QUALIFICATION BID: 2.1. 2.2.

2.3. 2.4. 2.5. 2.6. 2.7. 2.8. 2.9. 2.10. 2.11. 2.12. 2.13. 3.

Demand Draft for ₹.2,625/- (₹.2,500/- + 5% VAT) (towards the cost of tender document) in favour of “Container Corporation of India Limited” payable at M u m b a i , if the tender document is downloaded from CONCOR Website. (Para 4 of Chapter 2). Bonafide Offers including Notarized copy of documents showing Proof of Employment of at least One No. of IICL qualified staff i.e. Company/Proprietor/Partner/Director/Employee (Para 3 of Chapter 2), a police verification report in respect of their firm including its Proprietor/Directors/Partners or Owner and the other terms listed at Para 3 of Chapter 2. Tender Document (Para 4 of Chapter 2). Previous Experience of the Tenderer (Para 5 of Chapter 2). Financial Credibility of the Tenderer (Para 6 of Chapter 2). Copy of Service Tax Registration Certificate (Para 7 of Chapter 2). Copy of PF/ESIC Registration Certificate (Para 8 of Chapter 2). Constitution of Firm. (Para 9 of Chapter 2). Power of Attorney (Para 10 of Chapter 2). Income Tax Return (Para 11 of Chapter 2). Equipments (Para 12 of Chapter 2). Undertaking for downloading the tender document from CONCOR Website on the letter head of the bidder in the format as per Annexure - VII. (Para 13 of Chapter 3). MSME Registration Certificate if Applicable (Para 14 of Chapter 2).

I/We hereby deposit the EMD of ₹.1,85,000/- vide pay order/demand draft No. ________________ dated ___________ in favour of "CONTAINER CORPORATION OF INDIA LTD.", payable at Mumbai.

SIGNATURE AND STAMP OF THE TENDERER

Page 6 of 59

4.

I/We agree to keep this tender open for a period of 120 (One Hundred and Twenty) days from the last date of submission of tender which cannot be withdrawn from the said period of 120 days or until a contract for the work is fully executed with a third party whichever is earlier.

5.

I/We do hereby declare that the entries made in the tender and annexures attached therein are true.

6.

The Price/Financial Bid duly filled and signed is enclosed in a separate envelope.

7.

I/We do hereby declare that my/our firm is / is not registered under MSME and a notarized copy of the registration certificate is attached herewith. (As applicable)

Yours Faithfully, -------------------Tenderer‟s Address -----------------------Telegraphic Address ------------------------

Signature of Tenderer/s 1.

Telephone Numbers ------------------------

Name & Address of witnesses 1. --------------------------------

SIGNATURE AND STAMP OF THE TENDERER

2.

Page 7 of 59

CHAPTER-2 INSTRUCTIONS FOR SUBMISSION OF TENDER 1.

PREAMBLE CONCOR is inviting open tender bids under two bid system (Pre-Qualification Bid and Financial Bid) for carrying out the container repair work at CFS-DRT & DCT-TAPG. The work tendered for includes establishing of a container repair facility to carry all major and minor repairs of damaged DSO containers as per IICL specifications including arrangement of a pre and post repair survey/certification, as required, at Depots of WR under the overall supervision of Chief General Manager, Western Region, which is under the management of Container Corporation of India Ltd., with Corporate Office at „CONCOR Bhawan‟ C-3 Mathura Road, Opp. Apollo Hospital, New Delhi 110076. The details of the work required to be done are described in “Scope of Work” in chapter–3. The tenderer is advised in his own interest to visit the site of the work for an adequate length of time and acquaint himself with all local conditions, means of access to the work, nature/pattern of work etc.

2.

ELIGIBILITY CITERIA The tenderer should submit all the requisite documents listed at various paras below (listed from Para 3 to 18) for fulfillment of the Minimum Eligibility Criteria.

3.

BONAFIDE OFFERS The tenderer should be a bonafide container repair and survey/certification firm which shall mean an entity: (a) Having required previous experience as specified in Clause 5 below. (b) Having staff certified for container repair and inspection issued by the International Institute of Container Lessors (IICL). Notarized copy of documents showing Proof of Employment of at least One No. of IICL qualified staff i.e. Company/Proprietor/Partner/Director/Employee (Notarized copy of IICL certificate to be submitted). (c) Having sound financial standing as described in para 6 below. (d) Possessing requisite no. of equipment, tools and tackles as described in Chapter-4 on “Scope of Work” clause no. 7 & 8 and terms and conditions. (e) Having adequate no. of technically/professionally qualified personnel with him to manage the work efficiently (to give their names, qualifications, experience & present assignment). (f) Meeting all other requisites laid down in this chapter elsewhere. (g) Any agency engaged as Surveyor (For survey of containers/cargo) in Western Region of CONCOR is prohibited to participate in this tender. (h) Bidders are also required to submit a police verification report in respect of their firm including its Proprietor/Directors/Partners or Owner.

4.

TENDER DOCUMENT (a) Cost of the Tender Document: - Demand Draft for Rs.2,625/- (2500/- + 5% VAT) (towards the cost of tender document) in favour of “Container Corporation of India Limited” payable at M u m b a i , if the tender document is downloaded from CONCOR Website. (b)

The tender document should comprise of all the chapters along with rate quotation as per format

SIGNATURE AND STAMP OF THE TENDERER

Page 8 of 59

given in Annexure-II and duly signed and embossed with official seal by the tenderer or any such person as is legally authorized to sign on behalf of the tenderer. These must be submitted together in the manner indicated below, failing which the tender is liable to be rejected. Incomplete or conditional tender is also liable to be rejected. 5. 5.1.

5.2. 5.3.

5.4. 5.5. 5.6. 5.7.

6. 6.1.

6.2.

6.3. 6.4. 7.

PREVIOUS EXPERIENCE OF TENDERER The tenderer should have direct experience in repairing of DSO containers of ICD/CFS/Empty Container Park/Port/Shipping Line owned by Private or Government agencies i.e. should have undertaken repair of minimum number of 350 containers per annum directly and not through any other contractor during any one of the previous four years i.e. 2011–12, 2012-13, 2013-14 and 2014-15 in the same name/firm composition in which he is applying for the Tender. The experience in the current year would not be considered on extrapolated basis. The experience submitted as a second contractor is not acceptable. If the existing contractor has submitted the tender for the same activity in the same facility, the existing contractor‟s bid should necessarily be accompanied by a satisfactory performance report from the same terminal. In case, if his bid for the same activity is not accompanied with the above mentioned satisfactory performance report, it will not be considered. The tenderer should also give a list of his ongoing contracts on hand on bidder firm‟s letterhead, if any, for similar kind of work indicating clearly the name of the party, volume of work and duration of contract. CONCOR reserves right to ignore/reject the tender received from any tenderer, who may be in the same line of business, i.e., competing with CONCOR. CONCOR also reserves rights to ignore/reject the tenders of such parties who have been blacklisted by State/Central Government Undertaking / PSU. CONCOR reserves the right to relax the tender conditions at any stage if considered necessary for the purpose of finalizing the contract in the overall interest of CONCOR and the trade. FINANCIAL CREDIBILITY OF THE TENDERER The tenderer should have achieved a minimum gross turnover of ₹. 13,90,000/- (Rupees Thirteen Lakhs Ninety Thousand only) per annum in its business (in the same name in which he is submitting his offer) during any one of previous four financial years, i.e. 2011–12, 2012-13, 2013-14 and 2014-15 as stipulated in this document through execution of container repair activities. If the tenderer is a proprietary firm or a partnership firm, duly attested Profit and Loss account and Balance Sheet for the years 2011–12, 2012-13, 2013-14 and 2014-15 certified by Chartered Accountancy Firm should be enclosed. In the case of a company, duly attested audited Annual Reports and financial statements for 2011–12, 2012-13, 2013-14 and 201415 should be submitted. Duly attested audited financial statements, viz., Balance Sheets and Profit and Loss accounts for the years, viz., 2011–12, 2012-13, 2013-14 and 2014-15 should be submitted to enable CONCOR to gauge the financial ability of the bidder to do the jobs tendered for. Net worth: The tenderer must have a positive net worth based upon latest completed (audited) annual accounts. SERVICE TAX REGISTRATION The duly attested copy of Service Tax Registration Certificate should be enclosed.

SIGNATURE AND STAMP OF THE TENDERER

Page 9 of 59

8. 9. 9.1.

9.2. 9.3.

9.4.

9.5.

9.6.

PF/ESIC REGISTRATION The duly attested copy of PF/ESIC Registration Certificate should be enclosed. CONSTITUTION OF THE FIRM The tenderers who are the constituents of a Firm, Company, Association/or Society must enclose attested copies of the constitution of their Firm/Company/Association or Society, power of attorney and/or partnership-deed. Cooperative societies and partnership firms must submit an attested copy of the certificate of registration along with the documents mentioned earlier. If the tender is submitted by a proprietary firm, it shall be signed by the proprietor above his full name and the name of his firm with its current address. If the tender application is submitted by a firm in partnership, it shall be signed by all partners of the firm, above their full names and current addresses or by a partner holding the Power of Attorney for the firm for signing the application, in which case a certified copy of the Power of Attorney shall accompany the tender application / document. A certified copy of the partnership deed, current address of the firm and the full names and addresses of all partners of the firm shall also accompany the tender application/document. If the tender application is submitted by a Limited Company or a Limited Corporation, it shall be signed by its Managing Director or by a duly authorized person holding the Power of Attorney for signing the application, in which case a certified copy of the Power of Attorney shall accompany the tender application/ document. Such Limited Company or Corporation will be required to furnish satisfactory evidence such as Articles of Association of its existence before the contract is awarded. The cancellation of any documents such as Power of Attorney, Partnership-deed etc. shall forthwith be communicated to CONCOR in writing, failing which CONCOR shall have no responsibility or liability for any action taken on the strength of the said documents submitted earlier or on the basis of the amended documents. CONCOR may, recognize changes in Power of Attorney and related documents mentioned above after obtaining proper legal advice, cost of which will be chargeable to the tenderer/contractor.

10.

POWER OF ATTORNEY Tenderer should submit the Power of Attorney to CONCOR if required.

11.

INCOME TAX RETURN The tenderer shall produce along with the Bid, latest Income Tax Return in the name of the bidder in original or an attested copy. In case of failure to submit such certificates, the tender may be liable for rejection.

12. (a)

EQUIPMENTS The tenderer shall submit with his tender a list of equipments on bidder firm‟s letterhead, tools and tackles which he has in hand and those he intends to deploy at DEPOTS OF WR for execution of the work. The minimum scale of equipment envisaged for the operation has been detailed vide Para 7 & 8 of chapter-3. All the equipment, tools and tackles should be in good fettle in accordance with IICL standards and guidelines stipulated for repair of containers. The tenderer, on bidder firm‟s letterhead, should also indicate arrangement proposed for dealing with unforeseen increase

(b)

SIGNATURE AND STAMP OF THE TENDERER

Page 10 of 59

in the volume of damaged containers so that the repair works do not suffer. 13. TENDERS DOWNLOADED THROUGH WEBSITE OF CONCOR:(a) The bidders who are downloading the tender document from the CONCOR website www.concorindia.co.in and willing to participate in this tender must comply with the terms and conditions mentioned in the tender document and any changes/modifications made in the tender document will be liable for rejection. (b) Tenderers may download the tender document from our website and same may be submitted along with the cost of tender document of ₹.2,625/- (2500/- + 5% VAT) by way of Demand Draft in favour of CONTAINER CORPORATION OF INDIA LIMITED payable at Mumbai, at the time of submission of tender document. In case of non-submission of the cost of the tender document, as above, the tender shall be liable for rejection. (c) The tenderer has to indemnify CONCOR for any losses accrued due to alteration/ modification made in the tender terms and conditions. (d) If at any stage, change/modification is noticed in the tender document, tenderer will abide by the original terms and conditions of the tender, failing which, CONCOR reserves the right to reject the tender and/or terminate the contract. 14. MSME:14.1. Tender Document/sets shall be provided free of cost to Micro & Small enterprises (MSE’s) registered with the listed agencies. 14.2. MSE’s registered with the agencies for the item tendered will be exempted from payment of Earnest Money Deposit (EMD). 14.3. MSEs who are interested in availing themselves of these benefits and preferential treatment according to the prescribed guidelines as issued by Govt. of India under the MSMED Act 2006, will enclose with their offer the proof of their being MSE registered with any of the agencies mentioned in the notification of Ministry of MSME indicated below along with the bid: (i) District Industries Centers. (ii) Khadi and Village industries Commission. (iii) Khadi and village Industries Board. (iv) Coir Board. (v) National Small Industries Corporation. (vi) Directorate of Handicraft and Handloom. (vii) Any other body specified by Ministry of MSME. 14.4. The MSE must also indicate the terminal validity date of their registration. In those cases where MSEs are not able to provide the certificate with validity date of their registration, a self-declaration by the MSE (Party) on their letterhead, confirming the validity of their registration can be accepted. In case the MSE does not fulfill the criteria listed 14.3 & 14.4 above, such offers will not be liable for consideration of benefits in MSE notification of Government of India dated 23.03.12. 15. 15.1.

SUBMISSION OF TENDERS – TIME LIMIT / MODE The tender documents duly completed should be submitted in sealed in an envelope and super scribed as "Bid for Establishing of a Container Repair Facility for repairs of

SIGNATURE AND STAMP OF THE TENDERER

Page 11 of 59

15.2.

15.3. 15.4.

15.5.

15.6. 15.7.

damaged DSO Containers at DCT- TURBHE (TAPG), AND CFS-DRT (DRT) TERMINALS”. This should contain all the information including details of present business, ownership of equipments and financial standing which would enable CONCOR to decide on credentials of the tenderers for performing/doing the job besides earnest money (Para 13 of Chapter–3) and other documents listed below in para 4.1.1 and elsewhere in this chapter. Due date and time of submission should also be written on envelopes along with full name and address of the bidder on the left hand side and addressed to the Chief General Manager, Western Region, Container Corporation of India Ltd., 5th Floor, New Admin Bldg., Central Railway, D. N. Road., Mumbai 400 001. The tenders duly completed as described in Para above must reach the designated office of Chief General Manager, Western Region, Container Corporation of India Ltd., 5th Floor, New Admin Bldg., Central Railway, D. N. Road., Mumbai 400 001, on or before 05.11.2015 at 12:00 hrs. on due date for opening of tenders. Tender received after this time will not be considered. The tenders will be opened at CONCOR's office, located at the above address at 12:30 hrs. on 05.11.2015. Delayed / Late / Post Tender: (a) Delayed tender is the tender received before the time of opening but after the due date and time of submission of tenders. Late tender is the tender received after the specified time of opening of tender. Post Tender is the tender received after specified date and time of opening. (b) Delayed Tender / Late Tender / Post Tender shall not be opened and will be summarily rejected. (c) In respect of both delayed and late tenders, the photocopy of envelopes containing the markings of tender opening committee as late/delayed/post tender should be retained in the file along with offers. And such bids should be returned unopened after finance vetting of the tender opening note. (d) Tender must be enclosed in a sealed cover, superscripted “Tender No. CON/WR/Container Repair/ TAPG-DRT/31/2015 and name of work “Establishing of a Container Repair Facility for repairs of damaged DSO Containers at DCT- TURBHE (TAPG), AND CFSDRT (DRT) TERMINALS” and must be sent by registered post / courier to the address of office of the Chief General Manager, Container Corporation of India Ltd., Western Region, 5th Floor, New Admin Bldg., Central Railway, D. N. Road., Mumbai 400 001, so as to reach the nominated office not later than 1200 hours on the date (05/11/2015) of submission or deposited in the special tender box allotted for the purpose in the office of Chief General Manager, Western Region. This special tender box will be sealed at 1230 hours on dated 05/11/2015. The tender will be opened at 1230 hours on the same day. The tender papers will not be sold after 1700 hours on (04/11/2015). Any tender received after specified date and time of submission of tender shall be summarily rejected. Sealed tenders shall be submitted either by registered post with acknowledgement due or in person. Tenders submitted in any other manner (Fax, Telegram, e-mail etc.) will not be considered. The Chief General Manager, Western Region, CONCOR reserves the right to extend the date of submission and opening of the tender. If the date of submission and opening of tender is declared as holiday then the tender will be submitted and opened on the next working day. All rates shall be quoted only on the proper form (Annexure IA) of the Price/Financial Bid and each page of this schedule shall be signed in full by the tenderer or his authorized signatory as described in sub para above. The Price/Financial Bid should be filled in carefully after considering all the aspects of work as described in Chapter–4 on “Scope of Work” and “Terms and Conditions”. No request for

SIGNATURE AND STAMP OF THE TENDERER

Page 12 of 59

change or variation in rates or terms and conditions of the contract shall be entertained on the ground that the tenderer had not understood the work envisaged by this contract, or did not understand or did not have full knowledge of site conditions, method of working of DEPOTS OF WR, various laws applicable to the work relating to ICDs/DCT/CFSs etc., labour laws and local labour practices, etc. 15.8.

15.9. 15.10. 15.11.

15.12. 15.13.

Any overwriting in the Price/Financial Bid should be avoided. In case of a mistake, the mistake should be clearly cut and the correction should be signed in full by the tenderer or his authorized signatory. The total number of cuttings on each page must be mentioned at the bottom of each page. The tenderer will have to submit an analysis of rates if called upon to do so by CONCOR. Any variation, addition and/or omissions in the items of work to be actually carried out shall not form a basis of any dispute regarding the rates quoted by the tenderer in the tender. The rate quoted by the tenderer shall be applicable irrespective of the volume of work. The rates for all categories in Price/Financial Bid must be quoted both in words and figures. If there is variation between the rates quoted in “figures” and in “words” only the higher in case of discount & lower in case of premium offer of the two rates quoted either in figures or in words shall be taken to be as correct and valid. If more than one or improper rate is tendered, the tender is liable to be rejected summarily and will not be considered. Each folio of Tender Documents shall be signed by the intending Tenderer or such person on his behalf as is legally authorized to sign for and on his behalf and embossed with official seal at the time of submission. Tenders containing erasures, omissions or alterations are liable to be rejected.

16. ACCEPTANCE OF TENDER 16.1. The evaluation of bids will be based on the discount/premium percentage offered by the bidder. 16.2. Please note that for award of contract, the highest % discount on CONCOR SOR or lowest premium offer on CONCOR SOR, as the case may be, will be considered. 16.3. The authority for acceptance of the tender documents and tendered rates will rest with the Chief General Manager, Container Corporation of India Ltd., Western Region, Mumbai, who does not bind himself to accept the lowest or any other tender, nor does he undertake to assign reasons for his decision in this matter. 16.4. CONCOR reserves the right to re-tender or modify the terms and conditions of the tender at any stage. It also reserves the right to negotiate the rates with the most suitable bidder. 16.5. Tenderers shall not increase his/their quoted r a t e s i n c a s e t h e C O N C O R administration negotiates the offered rates, such negotiations shall not amount to cancellation or withdrawal of the original offer and the rates quoted will be binding on the tenderers. 16.6. Acceptance of tendered rates will be communicated by Email/Cable/Telex/Telegram/Express Letter or Formal letter of acceptance of tender. In case where acceptance is indicated by E-Mail/Cable/Telex/Telegram/Express Letter, the Formal letter of acceptance of tender will be forwarded to the contractor as soon as possible, but the E-mail/ Cable/Telex/Telegram/Express Letter should be deemed to conclude the contract. 16.7. The tender document in which tender is submitted by a tenderer shall become the property of CONCOR and CONCOR shall have no obligation to return the same to the tenderer. SIGNATURE AND STAMP OF THE TENDERER

Page 13 of 59

16.8. Canvassing in connection with tender is strictly prohibited and the tender submitted by the tenderer who resorts to canvassing will be liable for rejection. 16.9. On acceptance of the tender, the name of accredited representative(s) of the tenderer who would be responsible for taking instructions from CONCOR shall be communicated to CONCOR within two working days. 16.10. If the tenderer deliberately gives wrong information or conceals any information/ facts in his tender which shall be favorable for acceptance of his tender fraudulently, then CONCOR reserves the right to reject such tender at any stage of execution without any financial liability. 16.11. CONCOR reserves the right to ask clarification from the bidder after submission of the bids. 17. 17.1.

VALIDITY OF OFFER The tenderer will be required to keep the offer open for a period of 120 (One Hundred Twenty) days from the last date of submission of tenders. It shall be understood that the tender document have been sold/issued to the tenderer, and the tenderer is permitted to tender in consideration of the stipulation that after submission this tender, he will not rescind from his offer or modify the Terms and Conditions thereof in any manner that is not acceptable to CONCOR. If the tenderer fail to observe or comply with the said stipulation, the amount of Earnest Money under Para 2 of Chapter - 2 shall be liable to be forfeited to CONCOR.

18. 18.1.

EXECUTION OF CONTRACT DOCUMENT The successful tenderer whose tender is accepted shall be required to appear at the office of the CGM of the Western Region, Container Corporation of India Ltd., 5th Floor, New Admin Bldg., Central railway, D. N. Road, Mumbai – 400001 in person or, if the tenderer is a Firm, Company or a Corporation, a duly authorized representative shall so appear to sign the agreement and execute the contract documents within (15) fifteen days of the date of issue of communication of award of contract (LOI) from CONCOR's office and start the work by the date communicated by the CGM, Failure to do so shall constitute a breach of contract concluded by the acceptance of the tender, leading to forfeiture of Earnest Money Deposit, besides any other action, including risk and cost working, that CONCOR might take as per the Terms and Conditions including General Conditions stipulated in this document. RGM/CGM/ED/RGM may extend the time for execution of Agreement or starting the work by 15 days each, on the request of the Contactor, or in the interest of CONCOR, if there are sufficient reasons for doing so. The tenderer shall treat the contents of the tender documents as private and confidential.

19. TENDERS DOWNLOADED THROUGH WEBSITE OF CONCOR:19.1. The bidders who are downloading the tender document from the CONCOR website www.concorindia.co.in and willing to participate in this tender must comply with the terms and conditions mentioned in the tender document and any changes/modifications made in the tender document will be liable for rejection. 19.2. Tenderers may download the tender document from our website and same may be submitted along with the cost of tender document of ₹. 2,625/- (2500/- + 5% VAT) by way of Demand Draft in favour of CONTAINER CORPORATION OF INDIA LIMITED payable at Mumbai, at the time of submission of tender document. In case of non-submission of the cost of the tender document, as above, the tender shall be liable for rejection. 19.3. The tenderer has to indemnify CONCOR for any losses accrued due to alteration/ modification made in the tender terms and conditions. SIGNATURE AND STAMP OF THE TENDERER

Page 14 of 59

19.4. If at any stage, change/modification is noticed in the tender document, tenderer will abide by the original terms and conditions of the tender, failing which, CONCOR reserves the right to reject the tender and/or terminate the contract. 20.

CONCOR reserves the right to seek clarifications from the Tenderers/Bidders regarding any information and documents, mentioned in sub-paras above, along with bid. Failure to submit the same may render the bid liable for rejection. However the clarifications sought should not change the basic bid submitted by the bidder.

21.

POSTAL ADDRESS FOR COMMUNICATION Every tenderer shall state in the tender his postal address fully and clearly. Any communication sent to the tenderer by post at his said address shall be deemed to have reached the tenderer in time.

Chief General Manager/Western Region Container Corporation of India Ltd.

SIGNATURE AND STAMP OF THE TENDERER

Page 15 of 59

CHAPTER – 3 1.

2. 2.1.

SCOPE OF WORK & TERMS AND CONDITION GOVERNING OF CONTRACT PREAMBLE Container Corporation of India Ltd (CONCOR) is in the business of providing terminal services and facilities of container traffic and providing inland transport of containerized cargo. Container traffic is divided in two distinct groups: Export- Import traffic and domestic traffic. EXIM cargo moves to and from the port into the hinterland for which the direct customers for CONCOR are the shipping lines. The shipping Lines own the international traffic containers. The domestic traffic containers are either owned or leased by the CONCOR. CONCOR has developed the vast network of container terminals all over the country at prime locations, which are over 61 terminals. CONCOR‟s terminals provide spectrum of facilities in terms of warehousing, container parking, repair facility and even office complexes. CONCOR‟s physical performance remained impressive and CONCOR‟s financials for the last ten years has shown a positive trend. Turnover has registered a steady increase whereas, fixed assets, net profit and reserves & surplus also showing a steady growth. CONCOR aims to emerge, in the long term, as an integrated logistics service provider for both export import & domestic trade and industry. The depots of WR provide the facilities of quality container repair to its customers. The repair facility and work is supervised and monitored at terminal as well as Regional Level of CONCOR. Repairs of DSO containers payable by CONCOR will have to be carried out. The exact volumes of container repairs cannot be ascertained. The approximate annual Volumes will be around 350 TEUs for WR Domestic Depots BRIEF DESCRIPTION OF WORK The work to be undertaken by the contractor would involve Container Repair of DSO including 20/22‟ as well as new containers types, if any, brought into use at DEPOTS OF WR. Repair of Containers: To execute repair on DSO containers at the allocated locations as above, as and when requested by CONCOR/Shipping Lines as per IICL procedures, specifications and standards. The repair has to be done at the accepted rates prescribed for container repairs .The repair is also to be c arried at other locations/sites, within the jurisdiction of the region through deployment of mobile repair units

to be maintained by the Contractor for this purpose. 2.2.

CONCOR proposes to provide space to intending tenderer for establishing of a Container Repair Facility. The contractor would be required to carry all major and minor repairs of damaged DSO Containers as per IICL specification, as required, at the aforesaid terminals.

2.3.

The repair will be conducted as and when requested by CONCOR as per IICL procedures for repair. The repair will be carried out within the space provided for the purpose or within the terminal as well as at such places within the region as decided by Chief General Manager, Western Region at the a c c e p t e d rate read in conjunction with the Schedule of Rates (Annexure - II).

2.4.

The contractor or his staff must possess IICL certificate/license for this purpose for carrying out correct procedure as laid down by IICL to ensure quality repairs. The quantity of container repair may fluctuate from time to time.

2.5.

Classification of Repairs:

2.5.1. Major Repair:- Container repair requiring replacement of structural members, other subassemblies or replacement of floor board/plank/ply board, patch or welding, dents removal, straightening of doors, replacement of gaskets, strips, door hinges, lugs and pins SIGNATURE AND STAMP OF THE TENDERER

Page 16 of 59

etc. and when the container repair cost is more than ₹. 5,000/-. 2.5.2. Minor Repair : This may generally include straightening of rear corner post J – bar (if door operation restricted), replace or straighten door locking bar, cam, bracket, handle, retainer set or hub, straighten and weld fork pocket strap, refit floor board or ply board screws, normal wash or sweep out if cargo, commodity needs cleaning, replace of block ventilator panel etc. The Container is made fit for use or cargo worthy and if major repairs are required, booked-up to a major repair location. Container repair cost under minor repair is up to ₹. 5000/-. 2.5.3. In case of minor repair and major repair the contractor should take the digital photograph (both pre-

repair and post repair) of damaged portion along with the container number and should submit the same to CONCOR in the form of Compact Disk (CD). The CONCOR staff will cross-check the details of damage, estimated cost of repair along with the surveyor and certify the correctness of estimate. Estimate with digital photographs/diagram shall be verified by CONCOR/ Technical staff and pre and post repair digital photographs of container should be submitted for verification by CONCOR. 2.5.4. In case of minor repair the diagram should be signed by the Terminal surveyor and one of the CONCOR staff/technical staff nominated by the Terminal Manager. 2.6. The contractor has to carry all major and minor repairs within the above facility provided. In addition, the contractor would also be required to carry minor repairs at other locations/loading points or on containers lying at other CONCOR or non CONCOR terminals located within the administrative control of Western Region. CONCOR will provide a list of all such locations and terminals where minor repair may be required from time to time. To carry such minor repairs the contractor will be required to maintain mobile repair units. 2.7.

The contractor will also maintain adequate inventory of all required materials, spare parts, gaskets, paints, chemicals and other consumables to timely execute the work for all major as well as minor repairs within the shortest time. Non-availability of above materials, spares, gaskets, paints, chemicals and other consumables, tools and tackles will not be considered as a valid reason for delay in executing an assigned repair job. The above equipment, tools and tackles will be maintained at major repair location.

2.8.

The work should be done under the control and supervision of Terminal Manager and nominated Official. After physical verification of the damaged container, the exact nature of repairs required with estimated cost shall be submitted by the certified staff of the Licensee and approved by Terminal Manager or nominated official prior to repair work carried. Thereafter the repair work shall be carried and certified as having been done to the quality standards laid down and the container being fit for further loading and movement. The certificate shall be signed by a qualified staff (minimum Technical Trade Certificate or Diploma holder) of the contractor who is also simultaneously an IICL certified Container Inspector (a copy of his/her valid license/certificate is to be provided to CONCOR for record).

2.9.

The work is to be carried using standard materials and workmanship. In addition to the Tender conditions stipulated, the material used for repair should be from Original Equipment Manufacturer i.e. OEM in case of Corten Steel; it should be procured from companies like TISCO, SAIL, ESSAR, LLYOD, JINDAL, RINL etc. Material should be as per the details painted on the panel of containers or material specifications laid down in ISO Specification. The repairs to be carried out should be certified by the qualified staff of the contractor. Technical specification to be used and workmanship is being indicated as below for compliance, wherever applicable.

SIGNATURE AND STAMP OF THE TENDERER

Page 17 of 59

SPECIFICATION OF THE MATERIALS: ISO-6346 ISO-1161 JIS-G3125 DOOR GASKET SEALANT WOODEN PLYBOARD

: Coding, Identification & Marking : Specification of Corner Casting/Fitting : Specification of CORTEN Steel or Equivalent : Hard EPDM : Hidden Parts – BUTYL : Exposed parts-Chloroprene : Marine Ply (28 mm. thick & 19 Ply rating as per Specification IS-710).

SURFACE PREPARATION: i. Abrasive blasting to a minimum of Swedish Standard SA 2-1/2 and SA-2 for outside surfaces and underside surfaces respectively. ii. Hinge blade, Hinge lugs, Lashing rings, Lashing bars, Gear cam keepers and all fasteners such as bolts/nuts, washers, screws, etc. are electro zinc platted. (Thickness: Minimum 64 microns) iii. Locking rod assemblies which are welded with gear cams, bar, holder, handle hinges, handle retainer and bearing bracket are hot dipping galvanized. WELDING: Welding wire or rod has a minimum yield point of 46 Kg./sq.mm (65,000psi) or greater. Welding should confirm to American Welding Society, British standard, Bureau of Indian Standard or equivalent. PAINTING: a) EXTERIOR: 1) Epoxy zinc rich primer 2) Epoxy zinc phosphate 3) Modified Acrylic top coat (RAL-6019) 4) Total D.F.T. minimum

: 10 microns : 40 microns : 50 microns : 100 microns

b) INTERIOR: 1) Epoxy zinc rich primer 2) Epoxy polyamide finish (RAL-7035) 3) Total D.F.T. minimum

: 10 microns : 60 microns : 70 microns

c) UNDERSTRUCTURE: 1) Epoxy zinc rich primer 2) Tectyl 121 B 3) Total D.F.T.

: 10 microns : 190 microns : 200 microns for steel parts : 190 microns for wooden parts.

d) MARKING: The markings shall be as per ISO-6346 (Latest). Material and parts should be equal to (“like-for-like”) or of higher equality, strength and thickness than the original. The strength of the repaired area should be greater than or equal to the original. In case of any doubt as to the type of material used in the container, consult to the Terminal Manager or nominated Official. SIGNATURE AND STAMP OF THE TENDERER

Page 18 of 59

2.10. The Container Repair Facility to be established by the Licensee at terminals for the purpose of carrying out repairs of DSO containers shall include items listed as below: i) ii) iii) iv)

Conventional Transformer Type AC/DC Welding Sets with proper electric connection. One portable diesel welding set. CO2 inert gas welding set for quality welding. Jacks, Tackles, Fixtures and Material Handling Equipments for doing the repair of DSO containers. v) Keeping of reasonable inventory of spares and raw material for container repairs and their proper storage facility. vi) A small Office Section for maintaining all records of repairs of DSO Containers. vii) Ensuring all safety aspects related to fire, electrical fittings and personnel safety. viii) Maintaining all gauges, inspection and testing tools and latest technical literature on container repair. ix) Equipment for steam cleaning and arrangement for chemical/steam washing. 2.11. It shall be the responsibility of contractor, to keep the working area neat and clean and arrange proper upkeep of tools, jigs, fixture, raw material and consumable in proper order. CONCOR will not be responsible for any loss or damage of tools etc. 2.12. Repair of containers offered by CONCOR – Procedure: a) For each container identified for repair, the Licensee shall submit a detailed estimate duly indicating the nature of repair proposed to be carried out and the relevant Serial Number in the Schedule of Rates as given in Annexure-II after allowing the accepted percentage of premium/discount. b) CONCOR shall issue a job order to the Licensee asking him to carry out the repair. c) On completion of the repair the Licensee shall obtain the work completion certificate to the Job Order. d) The Licensee shall raise monthly bills for all those containers which were repaired along with work completion certificate issued by CONCOR officials. The bill will mention the references of the Job order number, work completion date, serial number of the SOR and amount. e) The Licensee should note that mere submission of estimates does not mean that the container is allotted for repair. CONCOR reserves the right to withdraw the container, before commencement of repair without assigning any reason. The Licensee shall not dispute CONCOR‟s action. f) The Licensee shall commence the repair work only after receipt of Job order from CONCOR. He shall not undertake any repair on verbal instructions. CONCOR will not entertain any c laim from the Licensee/admit bills raised with the pretext of having carried out repairs. 3.

MONTHLY CHARGES The successful bidder will also be given electrical connection and will be required to put a certified energy meter and pay the electrical charges at industrial rates to CONCOR along with water charges as applicable. Please note that the contractor will have to pay the Electricity and water charges within 15 days of the receipt of the bill and in case of non-payment, a surcharge of 10% will be charged on the outstanding amount.

SIGNATURE AND STAMP OF THE TENDERER

Page 19 of 59

4.

VOLUME OF CONTAINER TRAFFIC The approximate annual throughput for 2011-12, 2012-13 & 2013-14 is as under:Total Domestic Handling (DCT Turbhe) in TEUs

Total Domestic Handling (CFS DRT) in TEUs

363

194

Total Approx. Volume for 3 Years

4.1. 4.2.

4.3.

4.4.

4.5.

The exact volume of container repairs cannot be ascertained. The financial implications of the bids may accordingly be worked out by the bidders on the basis of above handling figures. It should, however, be understood that this estimation of volume is without prejudice and without commitment on part of CONCOR as to any specific quantity. The figure can fluctuate depending upon traffic offering and no claim for any compensation arising out of such fluctuation in volume will be entertained. CONCOR proposes to allow for variations in growth rates by calling for additional equipment only as laid down in para 8.5. However, the actual volume of traffic is likely to fluctuate (increase or decrease) with market fluctuations and the tenderers should note that no changes in the rates tendered and accepted nor any claim for compensation arising directly or indirectly out of such fluctuations in volume of traffic during the currency of the contract shall be entertained. The Description of work given in the schedules or in these terms and conditions shall not be a cause of any dispute about the rates of the contract or nature and extent of Operations. The nature and extent of the work is and shall remain subject to variations and adjustments depending upon the actual requirement. The Description of work is only illustrative and not exhaustive. The tenderer should inspect the site of work at the terminals for a sufficient length of time to satisfy themselves regarding local conditions, nature and volume of traffic and work involve to enable them to quote rates. Fluctuations in the rate of labour, material and general commodities and other possibilities of each and every kind should be considered before quoting the rates. No claims for enhancement of rates during currency of contract shall be entertained by CONCOR.

5. 5.1.

ADDITIONAL OR EXTRA SERVICES The contractor shall have to perform all the services provided for in this contract and shall be paid at the rates quoted by him and accepted by CONCOR, subject to the terms and conditions of the contract. The contractor may also be asked to provide additional services not specifically provided for in this contract for which the remuneration shall be payable at the rates as may be settled by mutual negotiation. In the absence of an agreement being reached on the rates for such additional services, the decision of Chief General Manager, Western Region CONCOR or any official nominated by him will be final and binding and non-settlement of rates for additional services will not confer. Any right upon the contractor to refuse to carry out or render such services.

5.2.

Deriving of rates for extra services/substituted items: The rates for any new items of work or substitution of existing items by a modified item would be derived in the manner given below: i) As far as possible, the rates of a new item of work or part of work would be derived from the existing rate schedule and would be acceptable to the contractor. ii) If on any account it is not possible to derive the rates from the existing rate schedule,

SIGNATURE AND STAMP OF THE TENDERER

Page 20 of 59

then the rate prevailing at a similar facility (ICD/CFS) near-by would be applicable. iii) If no such rates are available even in the nearby facility, then market rates would be ascertained and paid for by CONCOR and accepted by the contractor. iv) The decision of the Tender Accepting Authority of CONCOR, with respect to the rates for extra/substituted items of work will be final and binding. 5.3. In the absence of an agreement being reached on the rates for such additional services will not confer a right upon the contractor to refuse to carry out or render such services. 5.4. The decision of t e n d e r a c c e p t i n g a u t h o r i t y , CONCOR or any official nominated by him with respect to the rates for extra/substituted items of work will be final and binding. 6. TIME FOR COMPLIANCE OF CONTAINER REPAIR JOB ORDERS 6.1. The permissible time for container repairs from the date of issue of job orders is as follows: Sr. No. i) ii) iii) iv) v)

Work Major Repairs covering above 50% area/TEU Major Repairs covering above 20% & up to 50% area/ TEU. Major Repairs covering up to 20% area/ TEU All Minor Repairs (for JO issued before 12:00 Hrs) ** All Minor Repairs (for JO issued after 12:00 Hrs or those needing deployment of mobile repair units outside terminal)**

Time Allowed Next 5 working days Next 3 working days Next 2 working day Same day Next working day

** this will include the time taken for shifting of containers from any location within the terminal but excluding actual travel time taken for deployment of mobile repair units.

i)

ii) iii)

iv) v)

Time for completion of major/minor repair orders will start as soon as the container has been placed inside the designated repair yard. However, due to operational or other reasons, if it is not possible to move the container to the designated repair yard, the contractor will carry all possible major/minor repairs at the same place where the container is physically located through deployment of mobile repair units. If the mobile repair unit is required to carry major or minor repair outside the terminal, the actual time taken for travel would be considered as over and above the time allocated for carrying the repair works. In case of job orders not being completed within the period specified above, a container detention charge shall be levied at the following rates: Rs.20/TEU (20‟/22‟ container) or Rs.40/FEU (40‟ container) per hour or part thereof on the total number of TEUs/FEUs in the job order. (In case of second/additional job orders, the total number of TEUs/FEUs in the main & additional job orders shall be taken into account). Decision of the CONCOR designated official with respect to location of a container, extent of repair required, time frame and delays if any, amount of damage charges imposed etc. shall be final and binding on the contractor. In case the number of major repair containers in a job order exceeds six per day, the next six containers will be treated as a separate job order of the next day. This is exclusively for the containers lying in the terminal only. However, in respect of containers for adhoc loading points, the repairs have to be completed on war-footing basis. The workshop manager should coordinate on daily basis for such movements with the local

SIGNATURE AND STAMP OF THE TENDERER

Page 21 of 59

CONCOR officials. The concerned staff should therefore be deployed round the clock. However, deployment of staff round the clock will not be applicable for adhoc locations. 7. 7.1.

7.2.

7.3. 7.4.

7.5.

7.6. 8.

Minimum Equipment Requirements to be provided by Contractor The contractor shall ensure that he deploys the specified/required serviceable equipment, Tools, Fixtures and Gauges in good working condition as detailed in para 8 below at the container Terminals for execution of the proposed work. The contractor should also make necessary arrangements for stand-by equipment against any failures to ensure that the work does not suffer. The arrangements for servicing the equipment, dealing with breakdowns etc., should also be made by him. In the event of a breakdown of the equipment affecting repair works at Terminals, CONCOR will be free to hire equipment at rates available in the market and debit charges to the contractor if he is unable to arrange for repair of broken down equipment or provision of a stand by in a reasonable time, which will be the sole discretion of the CONCOR official. All equipment shall be in good condition and capable of repair works on containers in accordance with relevant IICL standards stipulated for container repair and certification. The contractor shall, before commencement of operation, get all equipment inspected at Container Terminals by the Official In-charge of the Container Terminal. In case any particular equipment is not found to be of adequate standard/performance before commencement of contract or at any time during the currency of the contract, the contractor shall replace the same to the satisfaction of CONCOR. The contractor shall pay (& bear) all levies, fees, taxes and charges etc. to the appropriate authorities and other bodies as required by them, under their rules for equipment, facilities, employees or workers engaged by him. No claim in this behalf shall be entertained by CONCOR. Specified area will be given for repair and maintenance and no other area to be used for this work unless directed by the Terminal Manager or nominated official. MINIMUM EQUIPMENT, TOOLS AND GAUGES REQUIRED UNDER THE CONTRACT: The following minimum equipment, tools and gauges is to be deployed by the Contractor as per following table:

a)

Ownership proof required:-

Machines MIG Welding Set (Generator type) Arc Welding Set Portable DG Welding Set Trolley Mounted Gas Cutting Equipment b) Ownership proof not required:Shearing Machine Bending Machine Air compressor for sand blasting Portable Grinders Portable Drilling Machines Portable Wood Cutting Saw Bending Machine SIGNATURE AND STAMP OF THE TENDERER

Quantity 1 1 1 1 Given the option of standard patch Given the option of standard patch 1 1 3 1 Given the option of standardPage 22 of 59 patch of the plates/sheets/bend plates/sheets

Hand Tools Carpentry Tools Hydraulic Jacks Trestles Hand Pulled Trolleys Retractable tape of at least 2.9 m (9.5 ft. with magnetic attachment to end. Damage scale of at least 150 mm (6 inches) with gauges for 5 mm and 15 mm attached. Magnetic spacer of various heights Taper Gauge (A triangular flat bar) Standard tape of 3.5 m (12.5 ft.) Corrosion Testing Hammer (one end tapered with a rounded point) 15.3 meter retractable chalk line or string line. 15.3 meter measuring tape. Small auto focus camera Fire Extinguishers: 1. Dry powder ABC stored pressure mechanical type. 2.Foam type 3. CO2 type 4. Fire buckets Electrical Socket Points with Water proof Insulation. Welding gloves, Aprons, Screen and Goggles. Helmets 8.1. 8.2.

8.3.

8.4. 8.5.

As required - do - do - do - do - do - do - do - do - do - do - do - do - do -

- do - do - do - do -

The above equipments, tools and tackles will be maintained at depots of WR. The contractor will also maintain adequate inventory of all required materials, spare parts, gaskets, paints, chemicals and other consumables to timely execute the work for all major as well as minor repairs within the shortest time. Non-availability of above materials, spares, gaskets, paints, chemicals and other consumables, tools and tackles will not be considered as a valid reason for delay in executing an assigned repair job. Scrap will be the property of contractor and accordingly the price bid (Annexure-I) should be quoted. In all minor repair cases, the Contractor will be notified of the location and after prior approval, the Contractor will assign a repair team with all required equipments, tools, tackles, spares as contained in the mobile unit kept ready at all times and will promptly deploy the team to carry the minor repair at such locations/loading points, terminals as deemed fit by the Officer in-charge of CONCOR. The contractor will also comply all local law related to labour, electricity, shops and establishments etc. The minimum requirement of equipment has been given on the basis of the existing volume of work and will be revised on the basis of the actual volumes. The Contractor will be required to provide the additional equipment within a period of one month from the date of the requirement being given to the Contractor in writing. In the eventuality of the Contractor failing to provide the additional equipment, tools, tackles and gauges within the stipulated period, CONCOR will be free to procure the same from any other party/provide own equipment, at risk and cost of the Contractor.

SIGNATURE AND STAMP OF THE TENDERER

Page 23 of 59

9. 9.1.

PROVISION OF STAFF The Contractor shall provide adequate number of trained staff and other employees at all major points to ensure proper container repairs with utmost expedition. 

9.2. 9.3. 9.4.

9.5.

One workshop Manager should be deployed at each DEPOT OF WR to monitor overall working of staff, equipments etc.  The contractor should also keep a minimum one staff during all working days, who is duly certified for container repair and inspection issued by the International Institute of Container Lessors (IICL). Bonafides IICL certified/licensed staff is to be furnished to CONCOR as and when required.  In case of staff deployed in shifts, the roster will be as laid down in the relevant labour laws. The shift duration shall, however, not exceed 12 hours. The same person cannot be deployed in two consecutive shifts.  The staff deployment roster will be got countersigned on daily basis from the official nominated for the purpose by the designated official at terminals. The contractor shall provide, at his own cost, all employees with necessary tools, safety helmets, shoes, jackets, instruments, equipment, etc. for effective and efficient discharge of the work contemplated in the contract. The contractor shall provide at his own cost all the labourers and employees with Identity Cards with photo graphs and distinctive names batches which they shall display on their person to distinguish them from unauthorized persons. The contractor shall be responsible for the proper and orderly conduct of his staff/workers while performing their duties as a part of this contract and shall l employ not only such persons whose character has been verified by Police. He shall on demand, produce papers regarding police verification of any or all of his staff employed to work at the terminal. The official in charge of DEPOTS OF WR shall be a liberty to object to and require the contractor to remove forthwith from the terminal any person employed by contractor if, in the opinion of official in charge of DEPOTS OF WR such a person is disobedient/ insubordinate/misconduct himself, is incompetent or negligent in the proper performance of his duties or whose employment is otherwise considered undesirable. Such a person shall not be deployed by the contractor at the terminal without the written permission of official in charge of the terminal. Any person so removed shall be replaced by a competent substitute. The decision of official in charge of the terminal shall be final and shall not be questioned on any ground whatsoever.

10. CONDITIONS FOR CONTAINER REPAIR 10.1. The contractor shall exercise all care and precaution while repairing containers to avoid any damage or loss to the container or cargo inside at any stage. The Licensee shall be responsible for safety of the containers and cargo while in his custody failing which CONCOR shall be at liberty to forfeit the security deposit furnished by the contractor. 10.2. The contractor shall abide by all the rules and procedures including all the directions and instructions given by CONCOR through official in-charge of terminal, which are not inconsistent with terms and conditions of the contract. The decision of the Terminal Manager shall be final in the matters or proper performance of the operations. 10.3. UNSATISFACTORY PERFORMANCE & CONSEQUENCES THEREOF In the event of the shipping lines/client/CONCOR not being satisfied with the repairs carried out, the contractor shall redo the repairs, without extra charges, to the satisfaction of shipping SIGNATURE AND STAMP OF THE TENDERER

Page 24 of 59

lines/client/CONCOR. Any claims arising out of damage/loss to container/cargo occurring during the course of repairs done by the contractor, or subsequently due to defective repairs, the same shall be attributable to the contractor and the monetary loss/claim if any would be recovered from the contractor account, money due or from the security deposit. 10.4. In case of contractor equipment getting damaged whether by way of accident or due to any other reason whatsoever, it shall be his responsibility to get the same repaired at his cost and expenses, and CONCOR shall not be liable either for the expenditure incurred by him on the repairs and/or on replacement of spare parts of such equipment or in any other manner whatsoever. 10.5. Notwithstanding anything contained herein above, due to reasons beyond the control of CONCOR e.g. riots, violence, calamities, fires, strikes, by employees, lock outs, failure of electricity/machinery non availability or inadequate availability of containers/cargo, CONCOR shall have the absolute right to suspend the contract on any day or number of days. In such a case, the contractor shall have no right to claim from CONCOR any compensation, damage, loss etc. whatsoever in connection with the suspension of work. 11 UNSATISFACTORY PERFORMANCE & CONSEQUENCES THEREOF 11.1. Following shall constitute unsatisfactory performance under the agreement and damage charges for the same will be imposed on each occasion as given below: Sr. No. i) ii)

iii)

iv)

v)

Item Failure to complete job orders within time specified in Para 6.1 Failure to deploy trained and IICL certified staff for container repair. Damage to container during the course of custody/repair by Contractor or unsatisfactory repair as brought to notice by shipping lines/clients/CONCOR Damage to Cargo during the course of custody/repair by Contractor. For unsatisfactory service or any other lapses, misconduct on part of the employees, servants or workers of the contractor in day to day operations.

Damages As laid down in the Clause regarding Damages in Para 6.1 Upto ₹. 3,000/-on each occasion, at the discretion of TM. He shall be liable to re-repair it to the satisfaction of CONCOR and the owners of the container. In case CONCOR gets the container repaired outside through other agency, the repair charges (in full) will be deducted from his bills due/Security Deposit. He shall be liable to pay the cost of the damages/ claims incurred by CONCOR. The contractor shall be liable to be fines up to ₹. 5,000/- (Rupees Five Thousand Only) on each occasion at the sole discretion of the Terminal Manager of CONCOR.

11.2 The Contractor will submit a daily report of containers repaired/held for repairs, JOs issued and compliance with reasons for delay, if any (format at annexure-VI) for verification. The report shall be submitted to the official nominated for the purpose by CONCOR by 12:00 hours every day. Decision of TM with regard to level of compliance/damage charges due to delay shall be final and binding.

SIGNATURE AND STAMP OF THE TENDERER

Page 25 of 59

11.3 11.4

11.5

11.6

11.7

11.8

The Contractor shall be responsible for any dishonesty of labourers or other person employed by him or for any other cause whatsoever and shall be liable to pay any damages charges/claims accruing on this account. CONCOR shall not be liable to give prior notice to the Contractor in respect of number of containers to be entrusted for repair. The Contractor must keep himself informed to the status of damages and repairs required in a given time frame and accordingly adjust his manpower and equipments, tools and tackles to perform within the time allotted in the Job orders. In case of repeated instances of unsatisfactory working, in addition to the levy of damages charges as laid down in Para 11.1 above, CONCOR reserves the right to take any other action including termination of the contract as given in Clause 30. In the event of such termination of the contract, CONCOR shall be entitled to (i) forfeit the security deposit as it may consider fit (ii) get the balance/remaining work done by making alternative arrangements as deemed necessary and (iii) recover from the contractor any extra expenditure incurred by CONCOR in getting the work done and damages which CONCOR may sustain as a consequence of such action,(iv) exercise lien on the equipment purchased out of advance taken from CONCOR, till such reasonable time as the advance is recovered from the contractor. If the extra expenditure incurred is more than the Security Deposit proposed to be forfeited, the expenditure over and in excess of the Security Deposit may be recovered by deducting the said amount from any pending bills of the contractor under this or any other of his contract with CONCOR anywhere in India or otherwise. The contractor shall have no claim whatsoever against CONCOR, in consequence on termination of the contract, as stated above. In the event of Contractor‟s employees going on strike which would include what is understood as a sit in strike or if there is suspension of work due to non-availability of manpower or any other cause or if the progress of the work is affected due to shortage/inadequate provision of equipments/staff or any other failure on the part of the contractor to do any work either in full or part as stipulated in the contract, CONCOR shall be at liberty to carry on work under this contract through any other agency and all expenses incurred on this account shall be at the sole risk and responsibility of contractor and shall be recovered from any money due to him or from his security deposit referred to in this agreement. Notwithstanding anything contained herein above due to reasons beyond the control of the contractor e.g. riots, violence, calamities, fires etc. covered purview of force majeure, C G M /WR, CONCOR is empowered to consider waiver of above damage charges either in part or full at his sole discretion.

12. PERIOD OF CONTRACT 12.1. The period of contract would be for 2 years with an option of extension for another 1 year on the same Rate, Term & Conditions. Extension of the contract, if any, shall be with the mutual consent of CONCOR and the contractor. 12.2. However, it will be obligatory on the part of contractor to continue to work at the Rates, and Term & Conditions prevailing on the last date of the contract even beyond contract period, for at least 4 (four) months more or till the new contract is finalized, whichever is earlier. 13. EARNEST MONEY 13.1. Each tenderer shall be required to deposit the EMD of ₹. 1,85,000/-. The earnest money is towards an undertaking by the tenderer that the tenderer will not resile from his offer or SIGNATURE AND STAMP OF THE TENDERER

Page 26 of 59

13.2. 13.3. 13.4. 13.5. 13.6.

13.7.

modify the terms and conditions thereof in a manner not acceptable to CONCOR. Should the tenderer fail to observe or comply with the said stipulation, the entire amount shall be liable to be forfeited by CONCOR. The deposit as referred to under Para 13.1 above shall be made by pay orders or demand drafts made out in favour of Container Corporation of India Ltd, payable at Mumbai and valid for a minimum period of three months after the date of issue. Cheques, war bonds, guarantee bonds and Government securities (Stock certificates, bearer bonds, promissory notes, cash certificates etc.) will not be accepted towards the earnest money referred to above. Pay Orders/demand drafts should be enclosed along with bid document of the tender. No interest shall be allowed on the earnest money deposited and also on security deposit as referred to under Para below. The earnest money deposited by the successful tenderer will be adjusted towards the security deposit referred to in para 14.1 thereof. Subject to the conditions stipulated in para 14.1 below, the earnest money of the unsuccessful tenderers will be returned as soon as possible after the tenders have been finalized. Should a person, whose tender has been accepted, decline or fail to remit the security deposit and/ or execute an agreement and start the work within 10 days of the date of communication of acceptance of his tender in his favour, the Earnest Money deposit mentioned above will be forfeited in full by CONCOR without prejudice to any further rights of remedies in this regard for breach of contract.

14. SECURITY DEPOSIT 14.1. The successful tenderer will be required to furnish a security deposit of ₹. 2,57,000/-, towards successful performance under this contract within fifteen days from the date of communication of award of contract (LOI) in his favour by CONCOR.

The security deposit may be submitted in any of the following forms with validity up to 4 months beyond the expiry of the period of contract: i) Bank Guarantee of State Bank of India or any Nationalized/Scheduled Bank in the proforma approved by CONCOR. ii) 12 years National Saving Certificates, treasury saving deposit receipts and National Plan Certificates pledged in favour of CONCOR in prescribed forms :a. 12 years National Defence Certificate at the surrender value. b. 10 years Defence Deposit at the surrender value. c. State Loan Bonds. iii) Demand Draft/Pay Orders Notes i) ii)

iii) 14.2

Govt. Securities (stock Certificates, bearer bonds promissory notes, cash certificates, etc.) will not be accepted. The National Saving/Defence Certificates as referred to in para 14.1 (ii) and (iii) above should be accompanied by the prescribed form duly filled in favour of M/s CONCOR. National Certificates etc. not accompanied by this form will not be accepted as valid security deposit. No interest shall be allowed or paid on the security deposit.

Should a bidder, whose tender has been accepted, decline or fail to remit the security deposit and/or execute an agreement to take up the contract within fifteen days of the acceptance of the tender, the Earnest Money Deposit mentioned above will be forfeited by CONCOR in full,

SIGNATURE AND STAMP OF THE TENDERER

Page 27 of 59

14.3

14.4

14.5

14.6

14.7

15.

without prejudice to any further rights or remedies in this regard for breach of contract. Competent Authority of CONCOR, may, at his discretion, increase the amount of Security Deposit, mentioned above, proportionately to the increase in the volume of work, but not exceeding 50% of original Security Deposit referred above in Para 14.1. The decision of the Competent Authority; CONCOR, with regard to the volume of work and the value of the security deposit shall be final and will be binding on the Licensee. CONCOR shall be entitled to appropriate the whole or any part of the security deposit in the circumstances hereinafter provided without prejudice to any other remedy or right. CONCOR shall be entitled to recover any loss or damage that CONCOR may suffer or sustain by reason of the failure of the Licensee to observe and in performance of the terms and conditions of this contract or any amount that may become due to CONCOR under or by reason of the terms and conditions, of this contract from the amount of security deposit, and in the event of any balance remaining due to CONCOR, the Licensee shall forthwith pay the same. In the event of any such deduction being made from the security deposit, the Licensee shall at once make good the deficiency in the amount of the security deposit within fifteen days of the date of demand to this effect, failing which CONCOR shall deduct the same from the amounts due to the Licensee. The security deposit referred to above shall be forfeited by CONCOR in the event of any breach on the part of the Licensee of any of the terms and conditions of this contract, leading to pre-mature termination of the contract, without prejudice to CONCOR‟s other rights and remedies available under law. The Security Deposit shall, subject to any deduction that may be made there from, be returned to contractor within four calendar months after completion of contract and on submission of “No claim Certificate” by the contractor and issuance of “NO DUES CERTIFICATE” by the Terminal Manager. However, even if there is any delay the Contractor will not be entitled to any interest. RGM/CGM/ED may extend the time for submission of Security Deposit by 10 days, on the request of the Contractor, or in the interest of CONCOR, if there are sufficient reasons for doing so. CONTRACTOR’s RESPONSIBILITIES & DUTIES

15.1. The tenderers are advised to acquaint themselves with the exact location, conditions, the facilities at the d e p o t s o f W R , (where they want to work), and with the industrial areas in and around depots of WR. They are also advised to familiarize themselves with the procedures and method of working of the CFSs. The tenderer can visit the said terminals on any working day prior to submitting the tender and acquaint himself of these aspects. 15.2. All the workers and/or person employed by the contractor shall be engaged by him as his own employees/workmen in all respect implied or expressed. The contractor shall be responsible against any liabilities of accident, partial or full disability, death etc. of his worker or third party. The Contractor shall keep CONCOR indemnified against liabilities arising out of the contract on this account. 15.3. The contractor shall be solely responsible for compliance of all applicable laws and the statutory provisions enshrined therein; and the contractor shall specifically ensure compliance of all such various Laws, Acts, etc, including but not limited to the following :(i) Contract Labour (Regulation & Abolition) Act 1970 and Rules made there under. (ii) The Employees (Provident Fund & Miscellaneous Provisions) Act 1952. (iii) The Employees State Insurance Act 1948 wherever applicable (in case ESI Act is not applicable the Workmen Compensation Act 1923 and Maternity Benefit Act 1961 will be SIGNATURE AND STAMP OF THE TENDERER

Page 28 of 59

(iv) (v) (vi) (vii) (viii)

applicable.) The Minimum Wages Act 1948. The Payment of Bonus Act 1965. The Payment of Gratuity Act 1972. The Payment of Wages Act 1936. The Motor Vehicle Act.

15.4. The contractor shall maintain all the Registers and records, file the returns, display notices as required under the provisions and rules of various applicable labour and transport laws. 15.5. Apart from the indemnity provided to the principal employer under the various labour laws, the contractor shall fully indemnify CONCOR against all the payments, claims and liabilities whatsoever incidentally arising out of or for the compliance with or endorsement of the provisions of any labour or other laws to the extent of their applicability to the establishment/work in CONCOR. 15.6. The contractor shall give his employees/workmen unique identification either through providing uniform or any other means and ensure that all his employees/ workmen are holding photo identity card in a conspicuous manner issued to him by the contractor. It shall be the responsibility of the contractor to get all employees/ workmen deployed at CONCOR premises duly screened and verified, preferably through police verification. CONCOR shall have the right to object and require the contractor to remove forthwith from the premises any personnel employed by him, if in the opinion of CONCOR such person‟s conduct is not commensurate with the requirements, discipline, decorum and decency of CONCOR and/or the person is not desirable with proper performance of the work. 15.7. The contractor shall pay not less than minimum wages rate as notified by the appropriate Government to the employees/workers engaged by him. The disbursement of the wages shall be in the manner as prescribed under law. 15.8. The contractor shall provide adequate number of trained supervisors and other workers at all the desired operational points at depots of WR, to ensure proper and timely movement of containers, including performance of incidental and general services, expeditiously and to the satisfaction of CONCOR officials. Terminal In- charges of the depots of WR shall have the final say in the matter. 15.9. The contractor shall provide, at his own cost, all workers and other employees with necessary tools, safety helmets, shoes, jackets, etc. For effective and efficient discharge of the work contemplated in the contract. Necessary inventory for consumables should also be provided by him at the depots of WR so that the work is not hampered at the terminal. 15.10. The contractor will be required to keep its premises and/or workshop in the depots of WR premises neat and clean in all respects. The contractor should also be equipped with suitable firefighting arrangement in the area nominated in the terminal premises. 15.11. In every case in which, by virtue of the provisions of the aforesaid Acts or the Rules, CONCOR is obliged to pay any amount of wages to a workman employed by the contractor in execution of the work or to incur any expenditure in providing welfare and health amenities required to be provided under the aforesaid Act and the Rules or to incur any expenditure on account of the contingent liability of CONCOR due to the contractor‟s failure to fulfill his statutory obligations under the aforesaid Acts and the Rules, CONCOR shall be at liberty to withhold from the bills of the contractor the amount of wage as paid or the amount of expenditure so incurred, and without prejudice to the rights of CONCOR under relevant sections of the concerned Acts. CONCOR shall be at liberty to recover such amount or part thereof by deducting it from Security Deposit and/or by invocation of bank guarantee SIGNATURE AND STAMP OF THE TENDERER

Page 29 of 59

from any sum due by CONCOR to the contractor whether under the particular contract or otherwise, CONCOR shall not be bound to contest any claim made against it under any sections of any of the Acts, except on the written request of the contractor and upon his giving to CONCOR security for all costs for which CONCOR might become liable in contesting such claim. The decision of CONCOR regarding the amount actually recoverable from the contractor as stated above shall be final and binding on him. 15.12. If CONCOR, at any time, considers the mode adopted by the contractor of paying his workmen objectionable, it shall have the power of requiring a change of system within one week from the date of notice in writing to the effect, and in case of non- compliance with such notice, all payment to the contractor may be withheld during such non-compliance. 16.

EMPLOYEES PROVIDENT FUND & ESI

16.1. It will be the responsibility of the respective contractors to obtain separate code (identification number) for deposit of PF and ESI dues, with the concerned authorities directly, prior to commencement of work. 16.2. The onus of deposit of PF/ESI dues shall be on the contractor. Payment against contractor‟s bills will be released only when notarized copies of relevant challans, PF Registration/Code Number along with photocopies of attendance and payment registers are provided for the previous month (i.e. one month prior to the period for which the bill pertains). 16.3. It shall be mandatory for the contractor to obtain ESI and PF registration, and to obtain (or at least apply for) labour license before the commencement of the work. (To enable the Contractor to apply for labour license, necessary certificate of award of work shall be given by CONCOR) 17.

RESPONSIBILITY FOR LOSS OR DAMAGE TO CONTAINER/CARGO.

17.1. The contractor shall be liable to compensate CONCOR in full for all damages and losses and claims in respect of injuries or damage to any person or damages or material or physical damage to property or any damage to container or cargo whether in his possession or not, through his negligence, misconduct, default or any other act of commission or omission or that of his agents, servants or employees. 17.2. All costs, damages or expenses incurred by CONCOR in this connection will be recovered by CONCOR from the contractor. It also reserves the right to retain contractor‟s security deposit or any payment under the contractor to be off against such claims. 18.

ILLEGAL GRATIFICATION

18.1.

Any bribe, commission, gift or advantage given/promised or offered by or on behalf of the contractor or his partner or agent or servant or any one of his or on their behalf to any employee(s) of CONCOR or to any person on his or on their behalf in relation to the obtaining or the executing of this or any other contract with CONCOR shall entitle CONCOR to rescind all contracts with him in addition to any criminal liability the contractor may incur, entitle CONCOR to rescind this contract and all other contracts with him. CONCOR shall also be entitled to hold the contractor liable to pay to CONCOR any loss/damage resulting from such decisions and to recover the amount from any money due to the contractor in respect of all contracts between him and CONCOR. The contractor shall not lend to or borrow from or have or enter into any monetary dealing or transaction either directly or indirectly with any employee(s) of CONCOR and, if he shall do so, CONCOR shall be entitled forthwith to rescind the contract and all other contracts with CONCOR. Any

SIGNATURE AND STAMP OF THE TENDERER

Page 30 of 59

18.2.

19.

question or dispute as to the commission of any offense or compensation payable to CONCOR under this clause shall be settled by the CONCOR in such manner as he shall consider fit and sufficient and his decision shall be final and conclusive. The contractor shall forbid and take all possible steps within his power to prevent all labourers and other persons employed by him from demanding or receiving from any person other than the contractor himself or his agents any remuneration or gratuity whatsoever. DEATH OF THE CONTRACTOR

19.1. No alteration by death, resignation, addition or otherwise for or to the contractor or the partners constituting the contractor's firm shall vitiate or affect this contract but the contractor's heir or heirs or partners of the firm for the time being shall be absolutely bound by the terms hereof in the same manner as if he/they had been the sole or original party/parties hereto. 20.

SUBLETTING NOT ALLOWED

20.1.

The contractor shall not sublet, transfer or assign the contract or any part thereof without the previous written approval of CONCOR. In case the contractor contravenes this condition, CONCOR shall be entitled to place the contract elsewhere at the cost and risk of the contractor and all expenses borne on this account shall be recovered from him.

21.

PAYMENTS

21.1.

For doing the repair work the contractor will be paid according to the Schedule of rates and the explanatory notes attached thereto as Annexure VI. 21.2. Payment under various items of the Schedule of Rates will be done only on completion of the respective activity. 21.3. The rates given in the Schedule of Rates will be binding on both the parties and no change in the rates will be permissible during currency of the contract. It is expressly understood that the tenderer has considered every possible fluctuation in the rates of labour, material and general conditions and other possibilities of each and every kind before quoting the rates. No claims on this account shall be entertained. 21.4. In case of provision of extra/additional services, not specifically provided for in the contract, payment will be made at rates decided as given in Para 5. 21.5. Subject to any deductions, which CONCOR will be authorized to make under the terms of contract that may be applicable while accepting the tender, the Contractor shall be entitled for payment as under: “The Contractor shall prepare and submit monthly bills in prescribed forms based on the quantum of work carried out during the previous month to the CONCOR’s Official in-charge of the terminal. Payment of the amount claimed will be arranged after necessary checks of the correctness of claim, deducting all charges due, including income tax, at the prescribed rates. The aforesaid payment of the bill will ordinarily be made within 15 days of submission. The delay, however, shall neither entitle the contractor to claim interest nor terminate contract. 21.6. The contractor shall make a claim for the services rendered under this contract to CONCOR within (3) three months of such service. If he does not prefer claim within the said period, he shall be deemed to have waived his right in the respect thereof and shall not be entitled to any SIGNATURE AND STAMP OF THE TENDERER

Page 31 of 59

21.7.

21.8.

21.9. 21.10.

21.11.

22.

payment on account thereof. Nevertheless, RGM/CGM/ED, on written request can waive off this limitation and allow late submission of bills if the reasons for delay are found convincing and reasonable. No claim in respect of under payment to the contractor shall be considered valid or entertained unless a claim in writing is made thereof within (3) three months from the date on which payment of the original claim thereto was made. Any claim for such under payment, not received within the stipulated four months period, shall be liable to be summarily rejected by CONCOR. Nevertheless, RGM/CGM/ED of the Region, on written request can waive off this limitation and allow late submission of bills if the reasons for delay are found convincing and reasonable. However, in case of any specific issue over which the contractor had not billed for any particular activity the same can be allowed for payment, subject to with the prior approval of the RGM/CGM/ED, notwithstanding what has been laid down in Para 21.6 above. The decision of RGM/CGM/ED shall be final and binding on the contractor Payment shall be made through cheques & through RTGS transfer. The successful tenderer taking up the work of the Contractor shall intimate CONCOR the person/body in whose favour the cheque for amounts due to him should be drawn. CONCOR will have the right to recover any over payment which might have been made to the contractor by CONCOR through inadvertence, error, etc., or any cause, whatsoever from pending bills and from the security deposit or any other amounts due to him. In the event of any such recoveries / adjustments being made from the security deposit, the contractor shall at once make good deficiency in the amount of the security deposit within 15 days of payment to this effect, failing which CONCOR will be at liberty to deduct the said amount from the future bills. For Service Tax as regards Domestic containers on submission of detailed workings by the contractor, Service Tax will be paid. The contractor after payment of the Service Tax to the concerned authorities shall submit the challan to the terminal on a month to month basis.

ARBITRATION

22.1. In case of any dispute arising out of interpretation of any of the provisions of this contract, an arbitrator shall be appointed by the Managing Director. There will be no objection if the arbitrator so appointed is an employee of CONCOR and that he had to deal with the matters to which the contract relates and that in the course of his duties as such he had expressed views on all or any of the matters in dispute in reference. 22.2. Subject as aforesaid, the provisions of the Arbitration Act 1996, or any statutory modification or re-enactment thereof and the rules made there under and for the time being in force shall apply to the arbitration proceeding under this clause. 22.3. It is a term of the contract that the party invoking arbitration shall specify the disputes to be referred to arbitration under this clause together with the amount or amounts claimed in respect of each dispute. The Arbitrator(s) may from time to time, with consent of the parties, enlarge the time for making and publishing the award. 22.4. The work under the contract shall, if reasonably possible, continue during the arbitration proceedings and no payment due or payable to the contractor shall be withheld on account of such proceedings. 22.5. The Arbitrator shall be deemed to have entered on the reference on the date on which he issues notices to both the parties fixing the date of the first hearing. 22.6. The Arbitrator shall have power to call for such evidence by way of affidavits or otherwise SIGNATURE AND STAMP OF THE TENDERER

Page 32 of 59

22.7. 22.8. 22.9. 22.10. 22.11. 22.12.

23.

as the Arbitrator shall think proper and it shall be the duty of the parties hereto to do or cause to be done all such things as may be necessary to enable the Arbitrator to make the award without any delay. The Arbitrator shall give a separate award in respect of each dispute or difference referred to him. The venue of arbitration shall be such place as may be fixed by the Arbitrator in his sole discretion. The award of the Arbitrator shall be final, conclusive and binding on all parties to the contract. No disputes shall be entertained after the contractor has been paid his security deposit and has been returned his Bank Guarantee by CONCOR after the end of the contract. The cost of the arbitration shall be borne by the parties to the dispute as may be decided by the arbitrator. In case of any disputes or differences arising between one public sector enterprises, the above stipulations shall not apply. This will be resolved as per provisions and guidelines of BPE, GOI applicable as on date. DEDUCTION TOWARDS INCOME TAX/SERVICE TAX ETC. AT SOURCE.

23.1. Deduction of statutory dues like income tax at source or service tax wherever due or any other tax/levy imposed by Govt. will be made from the money payable to the contractor on the bills for the work done in accordance with the provisions of the Income Tax Act 1961 or any statutory modifications of the said Act, and a Certificate of such deductions will be issued. 24.

TERMINATION OF THE CONTRACT DUE TO INSOLVENCY OR CONVICTION OF THE CONTRACTOR.

24.1. If, at any time, the contractor becomes insolvent or files an application for insolvency or any creditor of his moves the court for adjudicating him as an insolvent or, if he is convicted by any court of law, CONCOR will have the absolute option of terminating the contract forthwith and the contractor shall have no right for claiming damage or compensations on this account. 25.

VERBAL OR WRITTEN UNDERTAKING NOT BINDING UNLESS FORMALIZED.

25.1. Except as otherwise provided, a verbal or written arrangement abandoning, varying or supplementing this contract or any of the terms hereof shall not be binding on CONCOR unless and until the same are endorsed or incorporated in a formal instrument. 26.

NOTICES

26.1. Save as otherwise provided, all notices issued and action to be taken for and on behalf of the Chief General Manager, Western Region, CONCOR shall be issued/taken by the OfficialIn-charge of the Container Terminal. The contractor shall furnish to CONCOR the names, designations and addresses of his authorized representatives, and all complaints, notices, communications and references shall be deemed to have been duly served to the contractor, if delivered to him or his authorized representatives or left at or posted at the address so given. 27.

WORKING HOURS

27.1. The depots of WR functions round the clock for rail/road handling purposes as well as containers stuffing/de-stuffing. The working hours for the purpose of container repairs shall be from 8:00 hrs. to 20:00 hrs. The contractor will be required to work during such hours of the SIGNATURE AND STAMP OF THE TENDERER

Page 33 of 59

day (including Sundays & holidays). 28.

RESPONSIBILITY FOR RAILWAY.

LOSS

OR

DAMAGE

TO

PROPERTY OF CONCOR/

28.1. The contractor shall be liable to compensate CONCOR for all damage and losses and claims in respect of injuries or damage to any person or material or physical damage to property belonging to CONCOR and/ or to rolling stock or other property belonging to Railway or CONCOR whether in his possession or not through his negligence, misconduct, default or any other act of commission or omission of his agents, servants or employees. 29.

PROHIBITION AGAINST GOVERNMENT SERVANTS.

TAKING

WORK

FROM

CONCOR/

29.1. No person, who had retired within two years as a Gazetted Officer in Executive or Administrative duties in any Government service or CONCOR, shall be a Contractor of CONCOR. The Contractor shall, under no circumstances employ any person in the Government or CONCOR for the purpose of carrying out this contract and further shall not employ any person previously in the employment of the Government or CONCOR without express sanction in writing of CONCOR. The contract is liable for cancellation if the contractor himself or any of his employees is found to be person to whom this applies and who had not obtained the necessary permission of CONCOR. 30.

TERMINATION CLAUSE

30.1. CONCOR will have the liberty to seek termination of contract by serving an advance (90) ninety days‟ notice against the contractor in case there are strong business reasons for it doing so as, determined by its management. 30.2. However, if there are multiple cases of unsatisfactory working, the contract can be terminated even before the stipulated 90 days. However, in such cases, a “Show Cause Notice” will be served on the contractor by CONCOR and the contractor will be required to furnish a satisfactory reply within 7 days of his receiving “Show Cause Notice”. If no reply is received or the reply is found to be unsatisfactory, the contract can be terminated by giving 48 days notice. Decision of CONCOR management, in this regard, will be final and binding on the contractor. No compensation or damages would be payable by CONCOR to the contractor in such cases. 30.3. In the event of such termination of the contract, the contractor would be required to clear all dues including advances taken for procurement of new equipments, if any and all other commercial, legal & statutory dues falling on the date of termination and/or subsequently raised.

31.

SAFETY:

31.1. The contractor shall indemnify CONCOR against any violation of safety laws, rules and regulations while carrying out operation as required by the contractor. 31.2. The contractor is liable to compensate CONCOR against any damage, loss or claim or injury to any property or person in the premises of CONCOR resulting on account of negligence, misconduct, default or any other commission or omission of the contractor or his agent or servant / employees. An independent surveyor will do assessment of the damage/injury and SIGNATURE AND STAMP OF THE TENDERER

Page 34 of 59

compensation within 48 hours. 32.

VACATION OF WORKSHOP PREMISES

32.1. Upon expiry of the contract, the contractor shall hand over possession of workshop premises in satisfactory condition making good any defect/deficiencies as may be pointed out by CONCOR. 33.

UNAUTHORIZED ACTIVITY PROHIBITED

33.1. The contract should keep in mind that the area allotted (workshop) for container repair are only meant for attending container repairs at DEPOTS OF WR of Western Region. Any unauthorized use of the premises for other job is not permitted unless expressly authorized in writing by CONCOR in a particular case on agreed terms. 34. GENERAL 34.1. Any clarification in regard to the meaning or intent or interpretation of any of the provisions of these terms and conditions required on any point shall be sought from Chief General Manager, Western Region, CONCOR, whose decision in the matter shall be final and binding. Any other matter relevant to but not covered in the contract shall also be decided by making reference to him and his decision shall be final and binding.

Chief General Manager / Western Region, For and on behalf of Container Corporation of India Ltd.

The Scope of work and all terms and conditions listed from para 1 to 34 along with their Sub – Paras have been read carefully, understood and accepted. Signature of Tenderer For and on behalf of (Name, Designation and Address)

SIGNATURE AND STAMP OF THE TENDERER

Page 35 of 59

ANNEXURE- I

(PRICE/FINANCIAL BID FORM) To Chief General Manager Western Region Container Corporation of India Ltd. Western Region, Mumbai. Dear Sir, SUB: Tender for “Establishing of a Container Repair Facility for repairs of damaged DSO containers at depots of WR” Ref. Tender No. : 1. Subject to the conditions given in the tender documents purchased by me/us in connection with above mentioned Tender, I/We hereby submit offer for Container Repair facility at depot of WR, as below. Sr. No. Item Description Premium/Discount/ At Par (to be quoted by the tenderers) 1 Premium/Discount/ At Par offer on Please tick your choice and strike out the other two. CONCOR‟s Schedule of Rates (SOR) Annexure-II. i) At Par or ii) Premium ----------% (up to first place after decimal) ------------------------ (Percentage in words) or iii) Discount -----------% (up to first place after decimal) ------------------------- (Percentage in words) Note: The bidder is required to tick only any one of options. If more than one option selected, offer will be rejected.

Note: 1. 2. 3. 4. 5. 6.

The Price Bid quoted above will apply to all activities of SOR (Annexure-II). Bidders should note that if different bids are given for different activities of SOR, the offer will be rejected. Service Tax on labour cost and VAT/ST on material as applicable will be paid as per tax provisions. I agree to pay the monthly water & electricity charges plus Service Tax or any other charges as applicable. I/We hereby certify that I /We have examined and am/are fully familiar with all the provisions of the tender documents and I/We am/are satisfied with the terms and conditions and agree to abide by all these terms and conditions laid therein. Scrap will be the property of contractor and accordingly the price bid should be quoted.

I accept rates as mentioned in SOR (Annexure-II) for Two years with discount /Premium / at par as quoted above (and also during the extended period, if the term is extended and the obligatory period) from the date of award of contract.

Yours faithfully, (Signature of Tenderer)

SIGNATURE AND STAMP OF THE TENDERER

Page 36 of 59

ANNEXURE-II

Schedule of Rates for Repair of Containers Sr. No.

Activity S. No.

DESCRIPTION OF REPAIR

Labour

Material

(A)

(B)

In ì.

In ì.

Total C=(A+B ) In ì.

A

PANEL (SIDE & FRONT)

1

A1

5847

16606

22453

2

A1A

5847

18266

24113

3

A2

3189

8303

11492

4

A2A

3189

9649

12838

5

A3

1063

1661

2724

6

A3A

1063

1827

2890

7

A4

1169

1860

3029

8

A4A

1169

2046

3215

9

A5

3508

9299

12807

10

A5A

3508

10229

13737

11

A6

6431

18598

25029

12

A6A

6431

20458

26889

13

A7

3986

10229

14215

14

A7A

REPLACE SIDE WALL COMPLETE 40FT REPLACE SIDE WALL COMPLETE 40FT CORTEN REPLACE SIDE WALL COMPLETE 20FT REPLACE SIDE WALL COMPLETE 20FT CORTEN REPLACE ONE SIDE WALL PANEL 8‟X4‟ REPLACE ONE SIDE WALL PANEL 8‟X4‟ CORTEN REPLACE ONE SIDE WALL PANEL 9‟X4‟ HC CONTAINER 1.6MM REPLACE ONE SIDE WALL PANEL 9‟X4‟ HC CONTAINER 1.6MM CORTEN REPLACE ONE SIDE WALL COMPLETE OF 20FT HC CONTAINER 1.6MM REPLACE ONE SIDE WALL COMPLETE OF 20 FT HC CONTAINER 1.6MM CORTEN REPLACE ONE SIDE WALL COMPLETE OF 40 FT HC CONTAINER 1.6MM REPLACE ONE SIDE WALL COMPLETE OF 40 FT FOR HC CONATINER 1.6MM CORTEN REPLACE ONE SIDE WALL COMPLETE OF 22.5FT HC CONTAINER 1.6MM REPLACE ONE SIDE WALL COMPLETE OF 22.5ft HC container 1.6MM Corten

3986

11251

15237

15

A8

REPLACE FRONT PANEL 8‟X4‟ (2MM)

1063

2081

3144

16

A8A

1063

2290

3353

17

A9

REPLACE FRONT PANEL COMPLETE (2MM)

1595

3897

5492

18

A9A

REPLACE FRONT PANEL COMPLETE (2MM) CORTEN

1595

4286

5881

19

A10

REPLACE ONE FRONT PANEL OF HC 9'x4' 2MM

1169

2342

3511

20

A10A

REPLACE ONE FRONT PANEL OF HC 9'x4' 2MM CORTEN

1169

2575

3744

REPLACE (CORTEN)

FRONT

SIGNATURE AND STAMP OF THE TENDERER

(1)

PANEL

8‟X4‟

(2MM)

Page 37 of 59

21

A11

REPLACE COMPLETE FRONT PANEL OF HC CONTAINER 2MM

1648

4386

6034

22

A11A

REPLACE COMPLETE FRONT PANEL OF HC CONTAINER 2MM CORTEN

1648

4823

6471

23

A12

REPLACE/BLOCK INNER VENTILATOR PANEL

104

156

260

24

A13

REPLACE STEEL VENTILATOR (BIG)

74

117

191

25

A14

REPLACE STEEL VENTILATOR (SMALL)

32

83

115

26

A15

STRN. AND WELD PANEL FIRST 6”

32

26

58

27

A16

STRN. AND WELD PANEL EVERY ADD 6”

26

25

51

3189

10406

13595

3189

11447

14636

5847

20812

26659

5847

22894

28741

1063

2081

3144

1063

2290

3353

159

143

302

159

178

337

B

ROOF (3) REPLACE CORRUGATED 2MM REPLACE CORRUGATED 2MM CORTEN REPLACE CORRUGATED 2MM REPLACE CORRUGATED 2MM CORTEN REPLACE CORRUGATED 2MM REPLACE CORRUGATED 2MM CORTEN REPLACE CORNER GUSSET EACH REPLACE CORNER GUSSET EACH CORTEN

ROOF PANEL 20FT

28

B1

29

B1A

30

B2

31

B2A

32

B3

33

B3A

34

B4

35

B4A

36

B5

STRN. ROOF BOW EACH

34

21

55

37

B6

STRN. ROOF BOW EVERY ADD

34

18

52

38

B7

49

39

88

39

B8

49

43

92

40

B9

REMOVE STRN & REFIX ROOF BOW EACH STRN. AND WELD CORNER PROTECTION PLATE STRN. AND WELD GUSSET EACH

43

26

69

41

B10

34

25

59

42

B11

21

22

43

43

B12

3189

9963

13152

44

B12A

3189

10960

14149

45

B13

ROOF STRN. AND WELD PANEL 6” ROOF STRN. AND WELD PANEL EVERY ADD 6” REPLACE FLAT ROOF PANEL COMPLETE 20 FT 2MM REPLACE FLAT ROOF PANEL COMPLETE 20 FT 2MM CORTEN REPLACE FLAT ROOF PANEL COMPLETE 40 FT 2MM

5847

19927

25774

46

B13A

REPLACE FLAT ROOF PANEL COMPLETE 40 FT 2MM CORTEN

5847

21919

27766

47

B14

REPLACE FLAT ROOF PANEL COMPLETE 22.5 FT HC 2 MM

3721

10849

14570

SIGNATURE AND STAMP OF THE TENDERER

ROOF PANEL 20FT ROOF PANEL 40 FT ROOF PANEL 40 FT ROOF PANEL 8‟X4‟ ROOF PANEL 8‟X4‟ PROTECTION/ROOF PROTECTION/ROOF

Page 38 of 59

48

B14A

49

B15

50

B15A

51

B16

52

B16A

53

B17

54

B17A

55

B18

56

B18A

57

B19

58

B19A

54

20

55

20A

56

21

57

21A

REPLACE FLAT ROOF PANEL COMPLETE 22.5 FT HC 2 MM CORTEN

3721

11934

15655

REPLACE FLAT ROOF PANEL 8‟X4‟ (2MM)

1063

1993

3056

REPLACE FLAT ROOF PANEL 8‟X4‟ (2MM) CORTEN

1063

2192

3255

106

66

172

106

73

179

PATCH FLAT ROOF PANEL EVERY ADD FT

106

64

170

PATCH FLAT ROOF PANEL EVERY ADD FT CORTEN

106

70

176

PATCH CORRU. ROOF PANEL PER FOOT

106

66

172

106

73

179

106

64

170

106

70

176

106

70

176

106

73

179

106

64

170

106

70

176

425

2081

2506

425

2290

2715

53

55

108

49

65

114

32

33

65

213

90

303

PATCH FLAT ROOF PANEL PER FOOT PATCH FLAT (CORTEN)

ROOF

PANEL

PER

FOOT

59

C1

60

C1A

61

C2

62

C3

63

C4

PATCH CORRU. ROOF PANEL PER FOOT (CORTEN) PATCH CORRU. ROOF PANEL PER FOOT PATCH CORRU. ROOF PANEL EVERY ADD FT CORTEN PATCH CRRU.ROOF PANEL EVERY ADD FT PATCH CRRU.ROOF PANEL PER FOOT (CORTEN) PATCH CORRU. ROOF PANEL PER FOOT [ATCH CORRU. ROOF PANEL EVERY ADD FT (CORTEN) DOOR ASSEMBLY (5) REPLACE ONE COMPLETE CORRU. DOOR PANEL REPLACE ONE COMPLETE CORRU. DOOR PANEL CORTEN INSERT/PATCH DOOR PANEL BEHIND HINGE/BRACKET REPLACE STAINLESS STEEL CARGO LABEL PLATE STRN. & CARGO LABEL PLATE

64

C5

RE-ALIGN DOOR EACH

65

C6

REPLACE PER DOOR FULLY WITH HARDWARE (1 NO. LOCKING SYSTEM)

1913

5322

7235

66

C7

REPLACE PER DOOR FULLY WITH HARDWARE (2NOS. LOCKING SYSTEM)

2551

6197

8748

67

C8

DOOR REMOVE, STRN. & REFIX

213

195

408

68

C9

DOOR FULLY STRN.

170

104

274

69

C10

REPLACE DOOR FRAME 8‟ EACH

372

488

860

70

C10A

REPLACE DOOR FRAME 8‟ EACH (CORTEN)

372

537

909

71

C11

53

65

118

C

SECTION DOOR FRAME PER FT

SIGNATURE AND STAMP OF THE TENDERER

Page 39 of 59

72

C12

SECTION DOOR FRAME EVERY ADD FT

49

61

110

73

C13

INSERT DOOR FRAME PER FT

32

39

71

74

C14

INSERT DOOR FRAME EVERY ADD FT

32

33

65

75

D

PATCH/INSERT ON ALL PANELS (6)

76

D1

0 INCH * 6 INCH SQUARE

43

52

95

77

D1A

0 INCH * 6 INCH SQUARE (CORTEN)

43

64

107

78

D2

7 INCH * 12 INCH SQUARE

53

79

132

79

D2A

53

95

148

80

D3

64

165

229

81

D3A

13 INCH * 24 INCH SQUARE (CORTEN)

64

194

258

82

D4

24 INCH * 24 INCH SQUARE

85

285

370

83

D4A

24 INCH * 24 INCH SQUARE (CORTEN)

85

333

418

84

D5

48 INCH * 24 INCH SQUARE

149

470

619

85

D5A

48 INCH * 24 INCH SQUARE (CORTEN)

149

551

700

86

D6

48 INCH * 48 INCH SQUARE

266

879

1145

87

D6A

48 INCH * 48 INCH SQUARE (CORTEN)

266

1028

1294

88

D7

ABOVE 16 SQ.FT EVERY SQ.FT

43

46

89

89

D7A

ABOVE 16 SQ.FT EVERY SQ.FT (CORTEN)

43

56

99

90

E

STRN./DENTS ON ALL PANELS (7)

91

E1

0 INCH 6” SQUARE

11

0

11

92

E2

7 INCH TO 12 INCH SQUARE

17

4

21

93

E3

13 INCH TO 24 INCH SQUARE

34

17

51

94

E4

24 INCH * 24 INCH SQUARE

51

26

77

95

E5

48 INCH * 24 INCH SQUARE

96

49

145

96

E6

48 INCH * 48 INCH SQUARE stn

170

90

260

97

E7

96 INCH * 48 INCH SQUARE

255

160

415

298

1361

1659

170

265

435

F

7 INCH * 12 INCH SQUARE OR RATE PER SQ.FT CORTEN 13 INCH * 24 INCH SQUARE PATCH INSERT ON ALL PANELS

DOOR ASSEMBLY (GASKET/SEAL & RETAINER STRIP) (8) REPLACE COMPLETE GASKET/SEAL INCLDG. RETAINER STRIP 24'AND OF ONE DOOR

98

F1

99

F2

REPLACE COMPLETE RETAINER STRIP 24‟

100

F3

SECTION DOOR GASKETS PER FOOT

17

68

85

101

F4

SECTION DOOR GASKETS EVERY ADD FOOT

17

63

80

102

F5

43

96

139

103

F6

38

90

128

SECTION GASKET/SEAL UP TO 1FT. INCLDG. RETAINER STRIP & CORNER SECTION GASKET/SEAL ADDL.FT INCLDG. RETAINER STRIP & CORNER

SIGNATURE AND STAMP OF THE TENDERER

Page 40 of 59

104

F7

SECTION RETAINER STRIP PER FT.

6

11

17

105

F8

SECTION RETAINER STRIP ADDL. PER FT.

4

11

15

106

F9

17

17

34

107

F10

17

15

32

108

F11

DOOR STOPPER PLATE REPLACEMENT

68

51

119

109

G

110

G1

128

281

409

111

G2

DOOR ASSEMBLY (HINGE/LUG/PIN) (9) REPLACE COMPLETE ASSEMBLY (HINGE/LUG/PIN) REPLACE HINGE BLADE EACH

68

110

178

112

G3

REPLACE HINGE LUG & PIN

34

91

125

113

G4

REPLACE HINGE PIN ONLY

21

47

68

114

G5

FREE UP 4 HINGES/DOOR

26

30

56

115

G6

26

19

45

116

G7

68

99

167

117

G8

STRN. HINGE BLADE EACH REMOVE STRN. & REFIX REWELD HINGE blade each REPLACE HINGE LUG ONLY

21

39

60

118

G9

HINGE LUG STRN. & WELD

11

10

21

119

H

120

H1

319

753

1072

121

H2

REPLACE DOOR LOCKING BAR EACH ONLY

138

217

355

122

H3

43

104

147

123

H4

43

140

183

124

H5

43

83

126

125

H6

13

30

43

126

H7

34

29

63

127

H8

REPLACE DOOR LOCKING BAR CAM ONLY REP. DOOR LOC. BAR CAM RET. (KEEPER) EACH REP. LARGE END BEARING BRACKET (GUIDE) EACH REP. SMALL BEARING BRACKET (GUIDE) EACH RESECURE/REWELD/REFIX LARGE (END) BEARING BRACKET EACH REMOVE AND REINSTAL SMALL BEARING BRACKET GUIDE EACH

21

26

47

128

H9

28

38

66

129

H10

28

33

61

130

H11

SECTION DOOR LOCKING BAR PER FOOT SECTION DOOR LOCKING BAR EVERY ADDL. FOOT STRN. DOOR LOCKING BAR PER FT.

32

36

68

131

H12

STRN. DOOR LOCKING BAR EVERY ADDL. FT.

9

8

17

132

H13

13

14

27

133

H14

STRN. LARGE END BEARING BRACKET EACH STRN. SMALL BEARING BRACKET (GUIDE) EACH

13

15

28

STRN. & RESECURE/FASTEN 1 FT RET.STRIP WITH GASKET STRN. & RESECURE/FASTEN EVERY ADDL. FT RET STRIP WITH GASKET

DOOR ASSEMBLY (LOCKING BAR) MECHANISM (10) REPLACE COMPLETE ONE DOOR LOCKING BAR MECHANISM 01 NO.

SIGNATURE AND STAMP OF THE TENDERER

Page 41 of 59

H15

RESECURE/REWELD & STRN. DOOR LOCKING BAR CAM OR RET.(KEEPER) EACH

I

DOOR ASSEMBLY HANDLE MECHANISM (11)

135

I1

136

134

32

32

64

REPLACE DOOR HANDLE WITH HUB

36

143

179

I2

REPLACE DOOR HANDLE

36

128

164

137

I3

REPLACE DOOR HANDLE CATCH (HUB) EACH

21

36

57

138

I4

REPLACE DOOR HANDLE RETAINER SET

21

53

74

139

I5

13

30

43

140

I6

13

15

28

141

I7

REPLACE RETAINER CATCH FREE UP DOOR HANDLE CATCH/RETAINER EACH STRN.DOOR HANDLE EACH

21

30

51

142

I8

STRN.DOOR HANDLE HUB EACH

13

18

31

143

I9

STRN.DOOR HANDLE RETAINER EACH

13

11

24

144

I10

STRN. AND REFIX HANDLE EACH

43

38

81

1329

1640

2969

1329

1804

3133

2126

3280

5406

2126

3608

5734

478

656

1134

478

722

1200

478

656

1134

478

722

1200

489

959

1448

489

1054

1543

85

94

179

96

103

199

96

96

192

96

106

202

96

90

186

J 145

J1

146

J1A

147

J2

148

J2A

149

J3

150

J3A

151

J4

152

J4A

153

J5

154

J5A

155

J6

156

J6A

157

J7

158

J7A

159

J8

TOP RAILS (12) REPLACE (FULL PROFILE) TOP SIDE RAIL BOX TYPE WITH COMPONENTS 20' REPLACE (FULL PROFILE) TOP SIDE RAIL BOX TYPE WITH COMPONENTS 20' (CORTEN) REPLACE (FULL PROFILE) TOP SIDE RAIL BOX TYPE WITHCOMPONENTS 40' REPLACE (FULL PROFILE) TOP SIDE RAIL BOX TYPE WITH COMPONENTS 40' (CORTEN) REPLACE (FULL PROFILE) TOP FRONT RAIL BOX TYPE WITH COMPONENTS 8' REPLACE (FULL PROFILE) TOP FRONT RAIL BOX TYPE WITH COMPONENTS 8' ( CORTEN) REPLACE (FULL PROFILE) TOP REAR RAIL WITH COMPONENTS 8' REPLACE (FULL PROFILE) TOP REAR RAIL WITH COMPONENTS 8' (CORTEN) REPLACE TOP/FRONT/REAR HEADER EXTN. PLATE 8' REPLACE TOP/FRONT/REAR HEADER EXTN. PLATE 8' (CORTEN) REPLACE GUSSET EACH (INTERIOR TOP RAILS) REPLACE GUSSET EACH (INTERIOR TOP RAILS) CORTEN SECTION (FULL PROFILE) TOP SIDE RAIL BOX TYPE FIRST FOOT SECTION (FULL PROFILE) TOP SIDE RAIL BOX TYPE FIRST FOOT (CORTEN) SECTION (FULL PROFILE) TOP SIDE RAIL BOX TYPE EVERY ADDL FOOT

SIGNATURE AND STAMP OF THE TENDERER

Page 42 of 59

160

J8A

161

J9

162

J9A

163

J10

164

J10A

165

J11

166

J11A

167

J12

168

J12A

169

J13

170

J14

171

J15

172

J16

173

J17

174

J18

175

J19

176

J20

177

J21

178

J22

179

J23

180

J23A

181

J24

182

SECTION (FULL PROFILE) TOP SIDE RAIL BOX TYPE EVERY ADDL FOOT (CORTEN) SECTION (FULL PROFILE) TOP FRONT RAIL FIRST FOOT SECTION (FULL PROFILE) TOP FRONT RAIL FIRST FOOT (CORTEN) SECTION (FULL PROFILE) TOP FRONT RAIL EVERY ADDL FOOT SECTION (FULL PROFILE) TOP FRONT RAIL EVERY ADDL FOOT (CORTEN) SECTION (FULL PROFILE) TOP/REAR RAIL HEADER FIRST FOOT SECTION (FULL PROFILE) TOP /REAR RAIL HEADER FIRST FOOT (CORTEN) SECTION (FULL PROFILE) TOP /REAR RAIL HEADER ENERY ADDL FOOT SECTION (FULL PROFILE) TOP /REAR RAIL HEADER EVERY ADDL FOOT (CORTEN) INSERT (PARTIAL PROFILE) TOP FRONT RAIL PER FT INSERT (PARTIAL PROFILE) TOP FRONT RAIL EVRY ADDL FT INSERT (PARTIAL PROFILE) TOP REAR RAIL HEADER PER FT INSERT (PARTIAL PROFILE) TOP REAR RAIL HEADER EVERY ADDL FT INSERT (PARTIAL PROFILE) TOP SIDE OR FRONT RAIL FIRST FT INSERT (PARTIAL PROFILE) TOP SIDE OR FRONT RAIL FOR ADDL FT INSERT TOP FRONT/REAR HEADER EXTN. PLATE PER FT

89

98

187

106

96

202

106

106

212

96

94

190

64

103

167

128

103

231

128

114

242

106

101

207

106

107

213

64

69

133

53

69

122

64

96

160

53

96

149

74

76

150

74

69

143

43

76

119

43

72

115

74

96

170

64

90

154

TOP RAIL FLAT BAR 20‟ REPLACE

850

1734

2584

TOP RAIL FLAT BAR 20‟ REPLACE (CORTEN)

850

1907

2757

TOP RAIL FLAT BAR 40‟ REPLACE

1595

3467

5062

J24A

TOP RAIL FLAT BAR 40‟ REPLACE (CORTEN)

1595

3814

5409

183

J25

74

94

168

184

J25A

74

103

177

185

J26

60

99

159

186

J26A

TOP RAIL FLAT BAR SECTION PER FEET TOP RAIL FLAT BAR SECTION PER FEET (CORTEN) TOP RAIL FLAT BAR SECTION EVERY ADDL. FEET TOP RAIL FLAT BAR SECTION EVERY ADDL. FEET CORTEN

53

110

163

INSERT TOP FRONT/REAR HEADER EXTN. SECTION TOP FRONT/REAR HEADER EXTN. PLATE PER FT SECTION TOP FRONT/REAR HEADER EXTN.PLATE EVERY ADDL FT

SIGNATURE AND STAMP OF THE TENDERER

Page 43 of 59

187

J27

WELD TOP RAIL – PER FOOT

26

36

62

188

J28

WELD TOP RAIL – EVERY ADDL. FOOT

26

34

60

189

K

190

K1

21

10

31

191

K2

36

20

56

192

K3

30

20

50

193

K4

43

33

76

194

K5

32

20

52

195

K6

26

22

48

196

K7

17

17

34

197

K8

34

34

68

198

K9

26

26

52

199

K10

170

90

260

200

K11

21

20

41

201

K12

17

16

33

1329

1638

2967

1329

1803

3132

2339

3277

5616

2339

3605

5944

425

886

1311

425

974

1399

425

1018

1443

425

1120

1545

74

78

152

74

86

160

L 202

L1

203

L1A

204

L2

205

L2A

206

L3

207

L3A

208

L4

209

L4A

210

L5

211

L5A

STRAIGHTEN TOP/SIDE/FRONT REAR RAIL Header (13) STRAIGHTEN TOP/SIDE/FRONT REAR RAIL HEADER UP TO 6' STRAIGHTEN TOP/SIDE/FRON REAR RAIL HEADER PER FT STRAIGHTEN TOP/SIDE/FRONT REAR RAIL HEADER PER ADDL FT STRAIGHTEN AND WELD TOP/SIDE/FRONT REAR RAIL HEADER UP TO 6 INCHES STRAIGHTEN AD WLED TOP SIDE FRONT REAR RAIL ADDL 6 INCHES STRAIGHTEN AND WELD GUSSET EACH (INTERIOR TOP RAILS) STRAIGHTEN TOP RAIL FLAT BAR UPTO 6 INCHES STRAIGHTEN TOP RAIL FLAT BAR PER FOOT STRAIGHTEN TOP RAIL FLAT BAR EVERY ADDL FT STRAIGHTEN & WELD TOP SIDE FRONT / REAR EXTENSION PLATE STRAIGHTEN & WELD TOP SIDE FRONT / REAR EXTE PLATE PER 6' STRAIGHTEN & WELD TOP SIDE FRONT / RWAR EXTENSION PLATE EVERY ADDL 6' BOTTOM RAILS (14) REPLACE (FULL PROFILE) BOTTOM SIDE RAILS WITH COMPONENTS 20' REPLACE (FULL PROFILE) BOTTOM SIDE RAILS WITH COMPONENTS 20' CORTEN REPLACE (FULL PROFILE) BOTTOM SIDE RAILS WITH COMPONENTS 40' REPLACE (FULL PROFILE) BOTTOM SIDE RAILSWITH COMPONENTS 40'(CORTEN) REPLACE (FULL PROFILE) BOTTOM FRONT RAILS WITH COMPONENTS 8' REPLACE (FULL PROFILE) BOTTOM FRONT RAILS WITH COMPONENTS 8' (CORTEN) REPLACE (FULL PROFILE) BOTTOM REAR RAIL/SILL WITH COMPONENTS 8' REPLACE (FULL PROFILE) BOTTOM REAR RAIL/SILL WITH COMPONENTS 8' (CORTEN) REPLACE GUSSET EACH (INTERIOR/EXTERIOR BOTTOM RAIL ) REPLACE GUSSET EACH (INTERIOR/EXTERIOR BOTTOM RAIL )

SIGNATURE AND STAMP OF THE TENDERER

Page 44 of 59

(CORTEN) 212

L6

213

L6A

214

L7

215

L7A

216

L8

217

L8A

218

L9

219

L9A

220

L10

221

L10A

222

L11

223

L11A

224

L12

225

L13 M

226

M1

227

M2

228

M3

229

M4

230

M5

231

M6

232

SECTION (FULL PROFILE) BOTTOM SIDE RAIL FIRST FT SECTION (FULL PROFILE) BOTTOM SIDE RAIL FIRST FT (CORTEN) SECN. (FULL PROFILE) BOTTOM SIDE RAIL EVERY ADDL FOOT SECN (FULL PROFILE) BOTTOM SIDE RAIL EVERY ADDL FOOT CORTEN SECN (FULL PROFILE) BOTTOM FRONT RAIL FIRST FT SECN (FULL PROFILE) BOTTOM FRONT RAIL FIRST FT (CORTEN) SECN (FULL PROFILE) BOTTOM FRONT RAIL EVERY ADDL FOOT SECN (FULL PROFILE) BOTTOM FRONT RAIL EVERY ADDL FOOT (CORTEN) SECTN. (FULL PROFILE) BOTTOM REAR RAIL/ SILL RAIL FIRST FOOT SECTN. (FULL PROFILE) BOTTOM REAR RAIL SILL RAIL FIRST FOOT CORTEN SECTION (FULL PROFILE) BOTTOM REAR / SILL RAIL EVERY ADDL FOOT SECTION (FULL PROFILE) BOTTOM REAR / SILL RAIL EVERY ADDL FOOT (CORTEN) INSERT (PARTIAL PROFILE) BOTTOM SIDE FRONT & REAR RAIL 1 FT INSERT (PARTIAL PROFILE) BOTTOM SIDE FRONT 7 REAR RAIL EVERY ADDL FOOT

117

117

234

117

129

246

106

111

217

106

121

227

53

124

177

53

133

186

43

117

160

43

129

172

53

124

177

53

133

186

43

117

160

43

129

172

43

72

115

43

65

108

13

16

29

21

29

50

26

22

48

36

26

62

21

22

43

21

22

43

1063

3715

4778

STRAIGHTEN BOTTOM SIDE FRONT REAR RAIL /SILL (15) STRAIGHTEN BOTTOM / SIDE /FRONT REAR RAIL HEADER UP TO 6 INCHES STRAIGHTEN BOTTOM / SIDE /FRONT REAR RAIL HEADER PER FOOT STRAIGHTEN BOTTOM / SIDE /FRONT REAR RAIL HEADER PER ADDL FOO RAIL HEADER STRAIGHTEN AND WELD BOTTOM / SIDE/ FRONT REAR RAIL HEADER UP TO 6 INCHES STRAIGHTEN AND WELD BOTTOM / SIDE/ FRONT REAR RAIL HEADER ADDL 6 INCHES STRAIGHTEN AND WELD GUSSET EACH (INTERIOR/EXTERIOR BOTTOM RAILS)

N

CORNER POST (16)

N1

REPLACE REAR CORNER POST COMPLETE WITH CASTING (UNIVERSAL TYPE)

SIGNATURE AND STAMP OF THE TENDERER

Page 45 of 59

233

N2

234

N3

235

N4

236

N5

237

N6

238

N7

239

N8

240

N9

241

N10

242

N11

243

N12

244

N13

245

N14

246

N15

247

N16

248

REPLACE REAR CORNER POST COMPLETE WITHOUT CASTING REPLACE REAR CORNER POST COMPLETE WITHOUT CASTING OF HC CONTAINER REPLACE CORNER CASTING EACH TOP /BOTTOM (LEFT/RIGHT) INSERT (PARTIAL PROFILE) FRONT CORNER POST PER FT INSERT (PARTIAL PROFILE) FRONT CORNER POST EVERY ADDL FT REPLACE FRONT CORNER POST COMPLETE WITH CASTING (UNIVERSAL TYPE) REPLACE FRONT CORNER POST COMPLETE WITH CASTING OF HC CONTAINER REPLACE FRONT CORNER POST COMPLETE WITHOUT CASTING REPLACE FRONT CORNER POST COMPLETE WITHOUT CASTING OF HC CONTAINER INSERT (PARTIAL PROFILE) REAR CORNER POST FIRST FOOT INSERT (PARTIAL PROFILE) REAR CORNER POST EVERY ADDL FOOT INSERT „J‟ BAR – ONE FOOT

744

2389

3133

850

2550

3400

213

852

1065

96

312

408

96

304

400

1063

4543

5606

1116

4974

6090

850

3131

3981

957

3563

4520

96

304

400

85

297

382

32

72

104

INSERT „J‟ BAR – ADDITIONAL FOOT STRAIGHTEN FRONT / REAR CORNER POST FIRST FT STRAIGHTEN FRONT / REAR CORNER POST EVERY ADDL FT EVERY ADDL. FT.

32

65

97

64

87

151

43

70

113

0

0

0

249

N17

STRAIGHTEN (J) BAR FIRST FOOT

32

38

70

250

N18

STRAIGHTEN (J) BAR EVERY ADDL. FOOT

32

32

64

251

N19

STRAIGHTEN & WELD FRONT/REAR CORNER POST FIRST 6 '

53

62

115

252

N20

43

36

79

253

N21

149

130

279

254

O

255

O1

1063

3188

4251

256

O1A

1063

3507

4570

257

O2

213

599

812

258

O2A

213

659

872

STRAIGHTEN & WELD FRONT/REAR CORNER POST EVERY ADDL FT REALIGN FRONT / REAR CORNER POST EACH UNDER STRUCTURE (17) REPLACE FORK PACKET ASSY. COMPLETE WITH CROSS MEMBER TOP & BOTTOM PLATE & STRIPS REPLACE FORK PACKET ASSY. COMPLETE WITH CROSSMEMEBER TOP & BOTTOM PLATE & STRIPS ( CORTEN) REPLACE COMPLETE FORK POCKET SIDE EACH REPLACE COMPLETE FORK POCKET SIDE EACH (CORTEN)

SIGNATURE AND STAMP OF THE TENDERER

Page 46 of 59

REPLACE COMPLETE FORK TOP PLACE ONLY EACH REPLACE COMPLETE FORK TOP PLACE ONLY EACH (CORTEN)

259

O3

260

O3A

261

O4

262

O4A

263

O5

264

O5A

265

O6

266

O7

267

O8

268

O9

269

O10

270

O11

271

O12

272

O13

273

O14

274

O15

275

O16

276

O17

277

O18

278

O19

279

O20

280

O21

281

O22

282

O23

STRAIGHTEN & WELD FORK POCKET STRIP

283

O24

STRAIGHTENING OF SIDE ACCESS CONTAINER BOTH SIDES

REPLACE FORK POCKET STRAP EACH

213

633

846

213

742

955

43

83

126

REPLACE FORK POCKET STRAP EACH (CORTEN) REPLACE COMPLETE CROSS MEMBER (C TYPE) PER PIECE REPLACE COMPLETE CROSS MEMBER (C TYPE) PER PIECE CORTEN

43

99

142

170

709

879

170

779

949

REPLACE COMPLETE TUNNEL ASSEMBLY

1276

2344

3620

159

137

296

138

1211

1349

38

156

194

64

105

169

102

141

243

70

68

138

159

974

1133

51

38

89

43

38

81

43

47

90

51

49

100

34

47

81

32

46

78

21

36

57

96

121

217

64

111

175

32

33

65

319

130

449

REPLACE COMPLETE TUNNEL CROSS MEMBER /OUT TRIGGER PER PIECE REPLACE GOOSENECK TUNNEL TOP PLATE AND STIFFENEERS INSERT TOP PLATE OF FORK 1 FT INSERT CROSS MEMBER/FORK POCKET SIDE PER FT INSERT COMPLETE TUNNEL CROSS MEMBER /OUT TRIGGER MAX 30 ' INSERT TUNNEL CROSS MEMBER/OUTRIGGER 1 FT INSERT GOOSENECK TUNNEL LONGITUDINAL RAIL STRAIGHTEN COMPLETE CROSS MEMBER /FORK POCKET SIDE EACH STRAIGHTEN COMPLETE TUNNEL CROSS MEMBER ( OUT TRIGEER ) EACH STRAIGHTEN GOOSENECK TUNNEL TOP PLATE & STIFNERS EACH STRAIGHTEN FORK POCKET TOP PLATE EACH STRAIGHTEN & WELD CROSS MEMBER / FORK POCKET SIDE /OUT TRIGGER GOOSE NECK TUNNEL LONGITUDINAL RAIL 6' STRAIGHTEN & WELD CROSS MEMBER/FORK POCKET SIDE /OUTTRIGGER GOOSE NECK TUNNEL LONGITUDINAL RAIL EVERY ADDL 6 ' REMOVE STRAIGHTEN REWELD FORK POCKET STRAP REMOVE STRAIGHTEN REWELD/RESECURE CROSS MEMEBR ( I BEAM) REMOVE STRAIGHTEN REWELD/RESECURE CROSS MEMBER (C TYPE)

SIGNATURE AND STAMP OF THE TENDERER

Page 47 of 59

P

FLOOR (18) REPLACE COMPLETE PLYWOOD FLOOR 20‟ (MARINE PLY) REPLACE COMPLETE PLYWOOD FLOOR 40‟ (MARINE PLY) REPLACE ONE PLYWOOD FLOOR 8‟ * 4‟ (MARINE PLY) REPLACE THRESHOLD PLATES / CRASH PLATE

284

P1

1063

25021

26084

285

P2

1913

50002

51915

286

P3

319

4963

5282

287

P4

159

645

804

288

P5

REPLACE / RESECURE FLOOR SCREW EACH

2

5

7

289

P6

SECTION SOLID PLANK FLOOR 36” * 6 “

106

345

451

290

P7

SECTION SOLD PLANK FLOOR 36” * 12”

159

571

730

291

P8

298

1479

1777

292

P9

468

2988

3456

293

P10

SECTION SOLID PLANK FLOOR 65” * 14” SECTION PLYWOOD FLOOR 65” * 45” (20.3 SQ. FT SECTION PLYWOOD FLOOR 81” * 45” (25.3 SQ. FT

595

3713

4308

294

P11

SECTION PLYWOOD FLOOR 4‟ * 4‟

372

2352

2724

295

P12

FLOOR PLYWOOD REFIX 8‟ * 4‟

159

322

481

296

P13

FLOOR PLYWOOD REFIX 4‟ * 4‟

74

165

239

297

P14

19

34

53

298

P15

117

78

195

299

P16

STRAIGHTEN THRESHOLD PLATE REMOVE STRAIGHTEN AND REFIX THRESHOLD PLATE REMOVE NAILS AND PLUG HOLES EACH

4

0

4

300

P17

SWEEP OUT 20‟

11

7

18

301

P18

SWEEP OUT 40‟

32

7

39

302

P19

NORMAL WASH 20‟ (FLOOR)

66

24

90

303

P20

132

49

181

304

P21

64

70

134

305

P22

170

105

275

306

P23

159

130

289

307

P24

244

260

504

308

P25

NORMAL WASH 40‟ (FLOOR) NORMAL WASH WITH COMPLETE INSIDE PANEL 20' NORMAL WASH WITH COMPLETE INSIDE PANEL 40' CHEMICAL/STEAM WASH COMPLETE INSIDE 20' CHEMICAL/STEAM WASH COMPLETE INSIDE 40' CAULK SEALENT PER FOOT

0

9

9

309

P26

APPLY SEALENT PER FOOT

6

16

22

310

P27

RENEW HAT SECTION – EACH FOOT

64

90

154

311

P28

213

1035

1248

312

P29

32

174

206

313

P30

213

1043

1256

SECTION OF PLYWOOD MINIMUM OF 6 SQ.FT (20'X 40'0 MARINE PLY SECTION OF PLYWOOD (MARINE PLY) FOR EACH ADDITIONAL SQ. FT ABOVE 6 SQ FT SECTION SOLID FLOOR PLANK 36” X 18”

SIGNATURE AND STAMP OF THE TENDERER

Page 48 of 59

Q

GENERAL & MISC. (19)

314

Q1

REPLACE DOOR STOP PLATE EACH

64

46

110

315

Q2

REPLACE C.S.C PLATE

21

56

77

316

Q3

REPLACE DOOR TIE-BACK EACH

26

23

49

317

Q4

REPLACE TCT PLATE

53

46

99

318

Q5

REPLACE T.I.R PLATE

53

46

99

319

Q6

REPLACE CARGO LASHING RING / BAR EACH

21

25

46

320

Q7

REPLACE/FILL CEMENT FRONT CORNER POST corner cover each

21

36

57

321

Q8

REPAINT DOOR LOGO (SMALL)

0

10

10

322

Q9

REPAINT DOOR LARGE LOGO (PER LETTER)

0

17

17

323

Q10

REPAINT / RENEW EACH NUMBER PREFIX

0

9

9

324

Q11

REPAINT/RENEW CONTAINER NUMBER OWNER‟s CODE / PREFIX & CONTAINER SERIAL No. ON 4 LOCATIONS

106

260

366

325

Q12

REPAINT COMPLETE WEIGHT PANEL

43

66

109

326

Q13

REMOVE / REPAIR GRAFFITI PER SQ. FT.

0

7

7

327

Q14

REMOVE STICKERS EACH/MANUFACTURING

4

5

9

328

Q15

RESECURE / FIX DATA PLATE EACH

17

16

33

329

Q16

21

17

38

330

Q17

17

16

33

331

Q18

UPDATE C.S.C PLATE DETAILS REMOVE STRAIGHTEN & REFIX DOOR STOPPER PLATE STRAIGHTEN DOOR STOP PLATE EACH

21

20

41

332

Q19

STRAIGHTEN TIE-BACK EACH

11

10

21

333

Q20

11

10

21

334

Q21

11

10

21

335

Q22

11

10

21

336

Q23

6

7

13

337

Q24

11

14

25

338

Q25

6

7

13

339

Q26

STRAIGHTEN DATA PLATE EACH STRAIGHTEN CARGO LASHING RING / BAR EACH CUT AWAY ANY LASHING ATTACHEMENTS / GRIND TAR SCRAP / REMOVE 1 SQ. FT. STRAIGHTEN AND WELD CARGO LASHING RING/BAR EACH WELD ONLY CARGO LASHING RING / BAR EACH WELD DOOR STOP PLATE EACH

6

9

15

340

Q27

WELD DOOR TIE BACK EACH

6

9

15

341

Q28

4

7

11

342

Q29

4

7

11

343

Q30

32

7

39

344

Q31

SCRAP PRIME AND PAINT PER 1 SQ. FT SCRAP PRIME AND PAINT EVERY ADDL. 1 SQ.FT ALL FLANGES STRAIGHTEN FIRST FOOT ALL FLANGES STRAIGHTEN EVERY ADLL. FOOT

32

7

39

SIGNATURE AND STAMP OF THE TENDERER

Page 49 of 59

345

Q32

ALL FLANGES STRAIGHTEN AND WELD FIRST FOOT

43

16

59

346

Q33

STRAIGHTEN RAINGUTTER EVERY 1 FOOT.

15

8

23

347

Q34

30

20

50

348

Q35

30

20

50

349

Q36

96

26

122

350

Q37

26

18

44

351

Q38

0

7

7

352

Q39

17

17

34

353

Q40

21

31

52

354

Q41

32

48

80

355

Q42

43

77

120

356

Q43

53

79

132

357

Q44

64

94

158

358

Q45

PATCH/JOINT GASKETS

11

16

27

359

Q46

DOOR FRAME SECTION PER FOOT

53

65

118

360

Q47

DOOR FRAME STRAIGHTEN PER FOOT

32

22

54

361

Q48

FULL DOOR STRAIGHTEN (ONE SIDE)

255

161

416

362

Q49

FASTENER HEX BOLT & NUT PER PIECE

0

8

8

1382

6201

7583

1382

6821

8203

2339

12678

15017

2339

13945

16284

532

886

1418

532

1062

1594

957

3639

4596

957

4248

5205

R 363

R1

364

R1A

365

R2

366

R2A

367

R3

368

R3A

369

R4

370

R4A

STRAIGHTEN AND WELD RAINGUTTER FIRST 6" STRAIGHTEN & WELD RAINGUTTER EVERY ADDL 6" REMOVE / CUT AWAY RAINGUTTER COMPLETE PIN HOLE WELD ON CONTAINER UPTO A TOTAL OF FIRST 3 NO'S PIN HOLE WELD ANYWHERE ON CONTAINER PER ADDL HOLE WELD ON ANYWHERE ON THE CONTAINER 0” TO 6 ' WELD ON ANYWHERE ON THE CONTAINER 7” TO 12' WELD ON ANYWHERE ON THE CONTAINER 13 TO 24' WELD ON ANYWHERE ON THE CONTAINER 25 TO 36 ' WELD ON ANYWHERE ON THE CONTAINER 37 TO 48' WELD ON ANYWHERE ON THE CONTAINER 49 ' TO 69‟

FOR OPEN TOP CONTAINERS TOP RAILS (20) REPLACE (FULL PROFILE) TOP RAIL WITH COMPONENTS 20FT REPLACE (FULL PROFILE) TOP RAIL WITH COMPONENETS 20FT CORTEN REPLACE (FULL PROFILE) TOP SIDE RAIL WITH COMPONENETS 40 FT REPLACE (FULL PROFILE) TOP SIDE RAIL WITH COMPONENTS 40 FT (CORTEN) REPLACE (FULL PROFILE) TOP FRONT RAIL WITH COMPONENTS 8 FT REPLACE (FULL PROFILE) TOP FRONT RAIL WITH COMPONENTS 8 FT (CORTEN) REPLACE (FULL PROFILE) TOP REAR RAIL HEADER WITH COMPONENTS 8' REPLACE (FULL PROFILE) TOP REAR RAIL HEADER WITH COMPONENTS 8' CORTEN

SIGNATURE AND STAMP OF THE TENDERER

Page 50 of 59

371

R5

REPLACE GROMMETS EACH

372

R6

373

R6A

374

R7

REPLACE CORNER PROTECTION PLATE REPLACE CORNER PROTECTION PLATE CORTEN REPLACE REAR HEADER HINGE EACH

375

R8

376

R9

377

R9A

378

R10

379

R10A

380

R11

381

R11A

382

R12

383

R12A

384

R13

385

R13A

386

R14

REPLACE REAR HEADER PIN EACH SECTION (FULL PROFILE) TOP SIDE FRONT REAR RAILS 6' SECTION (FULL PROFILE) TOP SIDE FRONT REAR RAILS 6' CORTEN SECTION (FULL PROFILE) TOP SIDE FRONT REAR RAILS ONE FOOT SECTION (FULL PROFILE) TOP SIDE FRONT REAR RAILS ONE FOOR CORTEN SECTION (FULL PROFILE) TOP SIDE FRONT REAR RAILS EVERY ADDL 6' SECTION (FULL PROFILE) TOP SIDE FRONT REAR RAILS EVERY ADDL 6' CORTEN

6

16

22

106

272

378

106

322

428

70

300

370

21

68

89

0

0

0

0

0

0

159

345

504

159

408

567

70

121

191

70

145

215

70

113

183

70

135

205

17

37

54

17

44

61

17

25

42

32

22

54

387

S1

INSERT (PARTIAL PROFILE) TOP SIDE FRONT REAR RAILS 6' INSERT (PARTIAL PROFILE) TOP SIDE FRONT REAR RAILS 6' (CORTEN) INSERT PARTIAL PROFILE TOP SIDE FRONT REAR RAIL 1 FT INSERT PARTIAL PROFILE TOP SIDE FRONT REAR RAIL 1 FT CORTEN REPLACE ROOF BOW HOLDER PLIN ONLY EACH STRAIGHTEN TOP SIDE, FRONT, REAR RAILS (21) 0” TO 6”

388

S2

7” TO 12”

64

44

108

389

S3

13” TO 24”

36

66

102

390

S4

25” TO 48”

64

139

203

391

S5

EVERY ADDL. FT.

32

29

61

392

S6

STRAIGHTEN TOP RAILS 20‟

638

406

1044

T

TARPAULINS (22) 266

6550

6816

425

11892

12317

4

12

16

S

REPLACE TARPAULINS OF 20 FT. CONTAINER (PVC FIRE RETARDENT) REPLACE TARPAULINS OF 40 FT. CONTAINER (PVC FIRE RETARDENT)

393

T1

394

T2

395

T3

REPLACE EYELET EACH

396

T4

PATCH TARPAULIN 6” * 6”

30

42

72

397

T5

PATCH TARPAULIN 12‟ X 12”

38

53

91

398

T6

PATCH TARPAULIN 4 SQ. FT.

106

244

350

SIGNATURE AND STAMP OF THE TENDERER

Page 51 of 59

399

T7

PATCH TARPAULIN 8 SQ. FT.

191

447

638

400

T8

PATCH TARPAULIN 16 SQ. FT.

372

869

1241

401

T9

PATCH TARPAULIN 32 SQ. FT.

638

1694

2332

402

T10

64

51

115

403

T11

83

91

174

REMOVE AND REFIX TARPAULIN OF 20 FT. CONTAINER REMOVE AND REFIX TARPAULIN OF 40 FT. CONTAINER

U

BOWS AND CORD (23)

404

U1

REPLACE BOW EACH

53

238

291

405

U2

REPLACE T.I.R. CORD 20 FT.

64

455

519

406

U3

REPLACE T.I.R. CORD 40 FT.

128

685

813

407

U4

REPLACE T.I.R END PC/SEAL

11

20

31

V

1913

18168

20081

744

8140

8884

425

2865

3290

408

V1

409

V2

410

V3

HARD TOP CONTAINERS RENEW ROOF PANEL OF 20FT CONTAINER 05 PCS ANGLE FRAME FOR FIXING OF ROOF PANEL 56 FEET RENEW LOCKING BAR MECHANISM (04 NOS)

411

V4

ROOF LIFTING SYSTEM 02 NOS

213

534

747

412

V5

RENEW GASKET 3"X1" – 56 FEET

850

7002

7852

413

V6

RENEW HANDLE PER PCS

53

195

248

414

V7

RENEW HANDLE RETAINER PER PCS

32

76

108

415

V8

SECTION GASKET 3"X1"- PER FEET

21

124

145

416

V9

RENEW LOCKING BAR MECHANISM (01 NOS)

106

716

822

SIGNATURE AND STAMP OF THE TENDERER

Page 52 of 59

SPECIMEN OF AGREEMENT (TO BE EXECUTED ON BOND PAPER OF RUPEES ONE HUNDRED) CONTAINER CORPORATION OF INDIA LIMITED (A GOVT. OF INDIA UNDERTAKING) AGREEMENT FOR ACTING AS CONTRACTOR FOR ESTABLISHING OF A CONTAINER REPAIR FACILITY FOR REPAIRS OF DAMAGED DSO CONTAINERS FOR CONTAINER CORPORATION OF INDIA LTD. AT DEPOTS OF WR. Dated Contract Agreement No. This agreement made this Day of Two Thousand and Fourteen between the Container Corporation of India Ltd. (A Govt. of India Undertaking), „CONCOR Bhawan‟ C-3 Mathura Road, Opp. Apollo Hospital, New Delhi 110 076, represented herein by the Executive Director (hereinafter called CONCOR) of the ONE PART And the represented herein by the (hereinafter called the Licensee which expression shall be deemed to include his/their respective Heirs, Executors, Administrators, Legal Representative, Successors and Assignees) of the OTHER PART for the purpose of performing the work of repair of Domestic containers at DEPOTS OF WR at the rates and under the terms and conditions specified in the tender document and its annexures. Whereas the Licensee has agreed with CONCOR to perform all the operations set forth in the tender document and its annexures, which shall be treated as an integral part of this agreement, upon the terms and conditions governing contract annexed. In consideration of the payment to be made by CONCOR, the Licensee shall duly perform the said operations in the said tender documents and its annexures set forth and shall execute the same with great promptness, care and diligence in a workman like manner to the satisfaction of CONCOR and will carry out the work in accordance with the terms and conditions of contract with effect from ………………… to …………..…… and will observe, fulfill and honor all the conditions herein mentioned (which shall be deemed and taken to be part of this contract as if the same had been fully set forth therein) and CONCOR hereby agrees that if the Licensee observes and honors the said terms and conditions of the contract, CONCOR will pay or cause to be paid to the Licensee for the operations, on the completion thereof, the amount due in respect thereof at the rates specified in the schedule hereto annexed. The cost of stamp paper on this account shall be borne by CONCOR. In witness whereof the said parties have hereunto set their hands the day and year first above written.

CONTRACTOR

SIGNATURE AND STAMP OF THE TENDERER

CHIEF GENERAL MANAGER / WESTERN REGION FOR AND ON BEHALF OF CONTAINER CORPORATION OF INDIA LTD.,

Page 53 of 59

WITNESS 1.

2.

WITNESS

________________________________

1. ___________________________________

________________________________

___________________________________

________________________________

___________________________________

________________________________

2. ___________________________________

________________________________

___________________________________

________________________________

___________________________________

SCHEDULE DETAILING THE TERMS OF WORK WITH RATES THEREOF AND THE CONDITIONS OF CONTRACT ARE ANNEXED. ************

SIGNATURE AND STAMP OF THE TENDERER

Page 54 of 59

ANNEXURE–IV

SPECIMEN OF BANK GUARANTEE 1. In consideration of Container Corporation of India Ltd., acting through the Chief General Manager, having its registered office at „CONCOR Bhawan‟, C-3, Mathura Road, Opp. Apollo Hospital, New Delhi 110076, having agreed to permit M/s ______________________ (hereinafter called the said Licensee) for “Establishing of a container repair facility for repairs of damaged DSO containers a t C F S - D R T & D C T T u r b h e T e r m i n a l s o f Western Region” on its behalf on the terms and conditions of the agreement dated [……….] made between [……………………… and ……………………..] on production of a Bank Guarantee for […………………..], We [Name of Bank] Bank promise to pay to Container Corporation of India Ltd., an amount not exceeding [Rs…………………………….. only] against any loss or damages caused to or suffered by the containers or cargo therein or the Container Corporation of India Ltd., by reason of any failure of the Licensee to handle or carry containers/ cargo safely in contravention of the terms and conditions in the said agreement. 2. We [Name of Bank] Bank, do hereby agree to be the primary obligator and undertake and promise to pay the amount due or payable under this guarantee without any demur, merely on a demand from the Chief General Manager, Western Region, Container Corporation of India Ltd., stating that the amount claimed is due by way of loss or damage caused to or would be caused or suffered by the Container Corporation of India Ltd., by reason of any failure of the said Licensee to perform the said operations safely without damaging the cargo/containers. Any such demand made on the Bank shall be conclusive as regards the amount due and payable under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding [Rs…………………..]. 3.

We [ Name of Bank] Bank, further agree that the guarantee herein contained shall be taken for the performance of the said agreement and that it shall continue to be enforceable till all dues of the Container Corporation of India Ltd., under or by virtue of the said agreement have been fully paid and its claim satisfied or discharged or guaranteed, unless a demand or claim under this agreement is made on us in writing on or before four months after the date of completion of the contract, we shall be discharged from all liability under this guarantee thereafter.

4. Notwithstanding anything to the contrary contained herein the liability of the Bank under this guarantee will remain in-force and effect until such time as this guarantee is discharged in writing by the Container Corporation of India Ltd., or until the end of two years and six months from the date of issue (whichever is later) and no claim shall be valid under this guarantee unless notice in writing thereof, is given by the Container Corporation of India Ltd., within four months from the date of aforesaid agreement. 5. Provided that we [Name of Bank] Bank unconditionally undertake to renew this guarantee or to extend the period of guarantee from year to year within 3 (three) months before the expiry of the period or the extended period of the guarantee as the case may be on being called upon to do so by CONCOR. If the guarantee is not renewed or the period extended on demand, we [Name of Bank] Bank shall pay the Container Corporation of India Ltd. the full amount of the guarantee on demand and without demur. 6.

We [Name of Bank] Bank, further agree with the Container Corporation of India Ltd., that the Container Corporation of India Ltd., shall have the fullest liberty without our consent and without affecting in any manner out of obligations hereunder to vary any of the terms and conditions of the said Tender for “Establishing of a container repair facility for repairs of damaged DSO containers a t C F S - D r o n a g i r i a n d D C T T u r b h e T e r m i n a l s o f Western Region” contract from time to time or to postpone for any time or from time to time any of the powers exercisable by the Container Corporation of India Ltd., against the said Licensee and to forebear or enforce any of the terms and conditions of the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Licensee or for any bearance, act or commission on the part of the Container Corporation of India Ltd., or any indulgence by the matter or thing whatsoever which under the law relating to sureties but for the said SIGNATURE AND STAMP OF THE TENDERER Page 55 of 59

reservation would relieve us from the liability. 7. This guarantee will not be revoked by any change in the constitution of the Bank or of the surety. 8. We [Name of Bank] Bank lastly undertake not to revoke this guarantee during this currency except with the previous consent of the Container Corporation of India Ltd., in writing. 9.

Unless a suit or action to enforce a claim under the guarantee is filed within the period specified in this behalf in the guarantee, the right to enforce a claim under the guarantee shall be forfeited and the Bank would be relieved and discharged from all liability under the guarantee.

10. Notwithstanding anything herein contained, our liability under this guarantee shall: i) be limited to a sum of [Rs…………..]. ii) be completely discharged and all your rights under the guarantee shall stand extinguished if no claim or demand is made upon us in writing and received by us on or before …………..

OFFICER'S SIGNATURE WITH BANK SEAL DATE

SIGNATURE AND STAMP OF THE TENDERER

Page 56 of 59

ANNEXURE – V Particulars of Equipments offered by the Contractor Schedule detailing the Equipment‟s, tools, tackles and gauges proposed to be deployed by the contractor (Name of the equipment and number proposed) 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. • The details should be made out as per format given above (not necessarily on this sheet only). • Please enclose copy of ownership details of the proposed equipment and an undertaking for the use of such equipment (s) by the tenderer during the duration of the contract.

Signature Name of the person signing Tenderer‟s Name Seal

SIGNATURE AND STAMP OF THE TENDERER

Page 57 of 59

ANNEXURE VI Format for Daily Repair Compliance Report 1) Job order compliance (Container Repair DSO inside terminal) JO No.

Container No.

Type of Repair

Repair Estimate

SIGNATURE AND STAMP OF THE TENDERER

SOR Item no. of repair

Time Assigned

Actual time taken

Delay, If any and other remarks

Page 58 of 59

ANNEXURE-VII

Undertaking to be given by the bidders downloading from CONCOR’s website. (ON THE LETTER HEAD OF THE BIDDER). To The Chief General Manager, Western Region, Container Corporation of India Ltd, 5th Floor, New Admin Bldg., Central Railway, D. N. Road, Mumbai – 400 001

I/We …………………………………… the authorized signatory of the ………………….. ……………………….…….. (Name of the Company/Firm/Association) certify that “no amendments have been made in the tender document downloaded from the internet, at the time of submission of tender document”. If at any stage addition/modification/alteration is noticed in the Original Document, I/We will abide by the terms and conditions contained in the original tender document, failing which CONCOR reserves the right to reject the tender and/or cancel the contract.

Signature of the Authorized Signatory. (Seal of the Tenderer)

Note: In case the tender document is downloaded from the web site of CONCOR, the tenderer must enclose with the bid, the cost of tender form ì. _,___/- in the form of demand draft in favour of CONTAINER CORPORATION OF INDIA LIMITED, payable at Mumbai.

SIGNATURE AND STAMP OF THE TENDERER

Page 59 of 59

Suggest Documents