CONTAINER CORPORATION OF INDIA LTD

CONTAINER CORPORATION OF INDIA LTD. (A Govt. of India Undertaking) OPEN TENDER For Establishing of a Container Repair Facility on the Leased Out Spa...
7 downloads 0 Views 592KB Size
CONTAINER CORPORATION OF INDIA LTD. (A Govt. of India Undertaking)

OPEN TENDER

For Establishing of a Container Repair Facility on the Leased Out Space to carry all major and minor repairs of damaged ISO/Domestic Containers as per IICL specifications, at Inland Container Depot (ICD) & Domestic Container Terminal (DCT) Sanathnagar, Hyderabad, Domestic Container Depot at Nagalaplle, CFS/Visakhapatnam Terminal, Multi-Modal Logistics Park, at Visakhapatnam and Adhoc locations including ICD/Desur and Container Terminal at Guntur in South Central Region.

2014

….……………………………………….

Signature and Seal of the Tenderer

Page 1 of 86

Index S.No.

Chapter Nos. & Description of Chapters

Page Nos. From - To

1

Tender Notice

03

2

Tender form & Letter of submission of tender

04-07

3

Chapter – I – Instructions to the Tenderers

08-11

4

Chapter – II - Tender Conditions

12-19

5

Chapter -III - Scope of Work & Terms & Conditions governing the contract

20-49

6

CONCOR Schedule of Rates (SOR) for container Repair (ISO/Domestic) – Annexure – I

50-76

7

Bank Guarantee Bond Format-Annexure-II

77-78

8

Particulars of Equipment Contractor – Annexure – III

9

Organisation Chart – Annexure – IV

10

Format of Agreement for acting as contractor – Annexure – V

81-82

11

Undertaking to be given by the bidders downloading Tender from CONCOR’s/CPPP website(s) – Annexure-VI

83

12

Format for Daily Repairs Compliance Report Annexure – VII

84

13

Price Bid (Annexure-VIII)

offered

by

the

80

85-86

….……………………………………….

Signature and Seal of the Tenderer

79

Page 2 of 86

Tender Notice

….……………………………………….

Signature and Seal of the Tenderer

Page 3 of 86

TENDER FORM

Tender No. CON/SCR/CM/CR/OT/2014-15/OT/05,

Dated 23-12-2014

TENDER FORM PRICE: Rs.2500/- (inclusive of VAT)

TENDER FORM FOR CONTRACT FOR Establishing of a Container Repair Facility on the Leased Out Space to carry all major and minor repairs of damaged ISO/Domestic Containers as per IICL specifications, at Inland Container Depot (ICD) & Domestic Container Terminal (DCT) Sanathnagar, Hyderabad, Domestic Container Depot at Nagalaplle, CFS/Visakhapatnam Terminal, Multi-Modal Logistics Park, at Visakhapatnam and Adhoc locations including ICD/Desur and Container Terminal at Guntur in South Central Region. FOR A PERIOD OF 24 MONTHS FROM THE DATE OF COMMENCEMENT OF CONTRACT. 1.

Serial number assigned to the Tender Form:

---------------------

2.

Date of Sale / Issue:

---------------------

3. 4.

Name of the Applicant to whom the Tender Form was sold / issued: Full Address of the Applicant:

5.

Sealed Tender Forms shall be received upto 1500hrs. on 22-01-2015.

6.

Tenders containing Pre-Qualifications-bids will be opened at Office of the Executive Director, Container Corporation of India Limited, Regional Office, Navketan Building, No. 602 - 603, 6th Floor, Opp. Clock Tower, S.D Road, Secunderabad-500003, (Telangana State) at 1530hrs on 22-01-2015 Office Seal

------------------------------------------------------------

Full Signature of the Official Issuing Tender Form Name in Block Letters-------Designation --------------------

Notes / Instructions: (i) (ii)

The Tender Form is not transferable under any circumstances. The Tender documents 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.

….……………………………………….

Signature and Seal of the Tenderer

Page 4 of 86

(iii)

(iv) (v) (iv)

Each folio of Tender Documents shall be signed by the intending Tenderer or such person on his behalf as is legally authorised to sign for and on his behalf and embossed with official seal at the time of submission. Each and every supporting document attached with the tender should be signed by the intending tenderer and embossed with official seal at the time of submission. Failure to comply with conditions will render the tender liable to be rejected. Sealed tender forms complete in all respects shall be submitted in a sealed box kept for this purpose at the Office of the Executive Director, Container Corporation of India Limited, Regional Office, No. 602 - 603, Navketan Building, Opp. Clock Tower, S.D Road, Secunderabad-500003 (Telangana State) on or before 1500hrs. on 22-01-2015.

Container Corporation of India Ltd. (A Govt. of India Undertaking) Visit us at www.concorindia.com

….……………………………………….

Signature and Seal of the Tenderer

Page 5 of 86

Letter of submission of tender (To be submitted as the Top-sheet of the bid in bidders letter head under Pre-Qualification bid) From ---------------------------------------------------------------------------------------------------To The Executive Director, South Central Region, CONCOR No. 602 - 603, Navketan Building, Opp. Clock Tower, SD Road, Seunderabad-500003 (Telangana State) Dear Sir, Sub: Tender document for Establishing of a Container Repair Facility on the Leased Out Space to carry all major and minor repairs of damaged ISO/Domestic Containers as per IICL specifications, at Inland Container Depot (ICD) & Domestic Container Terminal (DCT) Sanathnagar, Hyderabad, Domestic Container Depot at Nagalaplle, CFS/Visakhapatnam Terminal, Multi-Modal Logistics Park at Visakhapatnam and Adhoc locations including ICD/Desur and Container Terminal at Guntur Terminal in South Central Region. Ref: Open Tender Notice No. CON/SCR/CM/CR/OT/2014-15/OT/05, Dt. 23-12-2014 In response to your Tender Notice no. CON/SCR/CM/CR/OT/2014-15/OT/05, Dated 23-122014 inviting offers for Establishing of a Container Repair Facility on the Leased Out Space to carry all major and minor repairs of damaged ISO/Domestic Containers as per IICL specifications, at Inland Container Depot (ICD) & Domestic Container Terminal (DCT) Sanathnagar, Hyderabad, Domestic Container Depot at Nagalaplle, CFS/Visakhapatnam Terminal, Multi-Modal Logistics Park, at Visakhapatnam and Adhoc locations including ICD/Desur and Container Terminal at Guntur Terminal in South Central Region. I/We ………………………………………… a Company/Partnership Firm/an Association /Sole Proprietor (in the case of a firm, an association or a syndicate, please set out here full names of all the partners or members) carrying out business at…………………………………………………………………………………………………… …………………………………………………………….hereby submit our offer in the prescribed proforma at the rates quoted in the schedules attached thereto.

….……………………………………….

Signature and Seal of the Tenderer

Page 6 of 86

I/we agree that this offer shall be valid for a period of one hundred and twenty (120) days from the date of opening of the tender. I/we hereby declare that we have read and understood and agree to abide by and fulfill the Terms and Conditions including General conditions of Contract, which shall be deemed to form an integral part of this offer and I/we return herewith one copy thereof duly signed on each page as token of my/our acceptance thereof. I/we hereby further agree to notify you at any time whether before or after acceptance of my/our tender of any change in the constitution of my/our firm, association/syndicate, either by death, exclusion or retirement of any partner or member or by the admission of a new partner or member (this clause shall apply where the tenderer is a firm/association or syndicate). I/we have enclosed an Account Payee Demand Draft/Banker Cheque, on …………………………………… [Name of Bank,] for Rs…………/(Rupees…………………………………….. only) in favour of Container Corporation of India Ltd., payable at Secunderabad / Hyderabad, as Earnest Money Deposit for this tender, in the sealed envelope superscribed as “Pre-Qualification Bid for Establishing of a Container Repair Facility on the Leased Out Space to carry all major and minor repairs of damaged ISO/Domestic Containers as per IICL specifications, at Inland Container Depot (ICD) & Domestic Container Terminal (DCT) Sanathnagar, Hyderabad, Domestic Container Depot at Nagalaplle, CFS/Visakhapatnam Terminal, Multi-Modal Logistics Park, at Visakhapatnam and Adhoc locations including ICD/Desur and Container Terminal at Guntur Terminal in South Central Region.” I/We hereby declare that this tender on acceptance communicated by you shall constitute a valid and binding contract between us. Date:

Yours faithfully,

(Signature and seal of the Tenderer) Encl: …………………………… …………………………… …………………………… -----------

….……………………………………….

Signature and Seal of the Tenderer

Page 7 of 86

CHAPTER I INSTRUCTIONS TO THE TENDERERS

The Container Corporation of India Ltd. (CONCOR) manages and operates container terminals including Inland Container Depots (ICDs), Container Freight Stations (CFSs) and Domestic Container Terminals (DCTs) at several places in the country. It invites tender from eligible parties for the services/work of “Establishing of a Container Repair Facility on the Leased Out Space to carry all major and minor repairs of damaged ISO/Domestic Containers as per IICL specifications, at Inland Container Depot (ICD) & Domestic Container Terminal (DCT) Sanathnagar, Hyderabad, Domestic Container Depot at Nagalaplle, CFS/Visakhapatnam Terminal, Multi-Modal Logistics Park, at Visakhapatnam and Adhoc locations including ICD/Desur and Container Terminal at Guntur in South Central Region.” Tenderers must read these instructions before filling the tender. 1. Bids are required to be submitted in two separate sealed envelopes. The first sealed envelope should contain all the documents listed below in para 7. This envelope should be clearly superscribed as: “Pre-qualification Bid for Establishing of a Container Repair Facility on the Leased Out Space to carry all major and minor repairs of damaged ISO/Domestic Containers as per IICL specifications, at Inland Container Depot (ICD) & Domestic Container Terminal (DCT) Sanathnagar, Hyderabad, Domestic Container Depot at Nagalaplle, CFS/Visakhapatnam Terminal, Multi-Modal Logistics Park, at Visakhapatnam and Adhoc locations including ICD/Desur and Container Terminal at Guntur in South Central Region.”. 2.

The second sealed envelope should contain only duly filled & signed “Schedule of Rates” in format given in Annexure-I. Each page of the “Schedule of Rates” should be signed by authorized person of the Bidder. This envelope should be clearly superscribed as “Financial Bid for Establishing of a Container Repair Facility on the Leased Out Space to carry all major and minor repairs of damaged ISO/Domestic Containers as per IICL specifications, at Inland Container Depot (ICD) & Domestic Container Terminal (DCT) Sanathnagar, Hyderabad, Domestic Container Depot at Nagalaplle, CFS/Visakhapatnam Terminal, Multi-Modal Logistics Park, at Visakhapatnam and Adhoc locations including ICD/Desur and Container Terminal at Guntur in South Central Region.”

3. Both the sealed envelopes should thereafter be sealed in one envelope and superscribed as “Tender bids for Establishing of a Container Repair Facility on the Leased Out Space to carry all major and minor repairs of damaged ISO/Domestic Containers as per IICL specifications, at Inland Container Depot (ICD) & Domestic Container Terminal (DCT) Sanathnagar, Hyderabad, Domestic Container Depot at Nagalaplle, CFS/Visakhapatnam Terminal, Multi-Modal Logistics Park, at Visakhapatnam and Adhoc locations including ICD/Desur and Container Terminal at Guntur in South Central Region.” The said envelope, duly sealed, should be deposited in the sealed box kept for this purpose in the office of the Executive Director, Container Corporation of India Ltd., South Central Region, No. 602 - 603, Navketan Building, Opp. Clock Tower, S.D Road, Secunderabad-500003 (Telangana State) on or

….……………………………………….

Signature and Seal of the Tenderer

Page 8 of 86

before 1500 hrs. on 22-01-2015, or sent by mail/post to reach on or before the said date and time of the aforesaid office. Tender must be enclosed in a Sealed cover, superscripted “Tender No. CON/SCR/CM/CR/OT/2014-15/OT/05, and name of work “Establishing of a Container Repair Facility on the Leased Out Space to carry all major and minor repairs of damaged ISO/Domestic Containers as per IICL specifications, at Inland Container Depot (ICD) & Domestic Container Terminal (DCT) Sanathnagar, Hyderabad, Domestic Container Depot at Nagalaplle, CFS/Visakhapatnam Terminal, Multi-Modal Logistics Park, at Visakhapatnam and Adhoc locations including ICD/Desur and Container Terminal at Guntur in South Central Region, and must be sent by Registered Post / Courier to the Executive Director, Container Corporation of India Ltd., South Central Region, No. 602 & 603, Navketan Building, Opp. Clock Tower, S.D Road, Secunderabad-500003 (Telangana State) as to reach the nominated office not later than 1500hrs on 22-01-2015 of submission or deposited in the special tender box allotted for the purpose in the office of the Executive Director, Container Corporation of India Ltd., South Central Region, No. 602 & 603, Navketan Building, Opp. Clock Tower, S.D Road, Secunderabad-500003 (Telangana State). The Special Tender box will be sealed at 1530hrs on the same day. The tender papers will not be sold after 1700hrs on 21-012015. (Delayed tender is the tender received before the time of opening but after the due date and time of submission of tender. 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. Any Tender (i.e. Delayed/Late/Post Tenders) received after above mentioned date and time of submission of tender shall be summarily rejected). 4. A pre-bid meeting would be held on 07-01-2015 at 1530hrs at office of the Executive Director, Container Corporation of India Ltd., South Central Region, No. 602 & 603, Navketan Building, Opp. Clock Tower, S.D Road, Secunderabad-500003 (Telangana State) to clarify doubts, etc before the bidder submits his bid. The intending bidders are requested to submit their doubts, queries, etc in writing on their letterhead latest by 06-01-2015 to enable CONCOR to examine the same well in advance. If the intending bidders are not able to submit the same in advance, as mentioned, they must bring them in writing when they come for the pre-bid meeting. All issues would be clarified, and also put on the website for the benefit of all the bidders. 5. The bids will be taken out from the box at 1530 hours, on the same day/date and venue, in the presence of such tenderers as are present. Bidders may either be present in person or send their duly authorized representative to participate in the tender opening process. If the date of opening of bids is declared a holiday, the bids would be opened on the next working day at the same place and time. 6. Only the envelope containing the “Pre-Qualification Bids”, will be opened at 1530hours on 22-01-2015. The Pre-Qualification Bids so received will be evaluated as per eligibility criteria laid down in the tender to determine the suitability of all tenderers. The envelopes containing the

….……………………………………….

Signature and Seal of the Tenderer

Page 9 of 86

“Financial Bids” of only those tenderers, who qualify after consideration of the “PreQualification Bids”, will be opened on a subsequent date and time, to be notified to the qualified tenderers only. 7. “Pre Qualification” bid will contain all the following documents except “Schedule of Rates” (Annexure I): a) Lettter of submission of tender as per format given in tender in bidder letter head. b) Crossed Demand Draft/Bankers Cheque of Rs.1,20,000/- [Rupees One Lakh Twenty Thousand only] in favour of ‘Container Corporation of India Limited’, payable at Hyderabad / Secunderabad, towards Earnest Money Deposit. (Please refer the Chapter-II – Para No.5 & 5.1) c) Crossed Demand Draft / Bankers Cheque of Rs.2500/- (Rupees Two Thousand Five Hundred only) in favour of “Container Corporation of India Limited, payable at Hyderabad / Secunderabad, towards cost of tender document. (Applicable for bidders downloading tender document from Websites). (Please refer the Chapter-II – Para No.5) d) In case of MSE registered – Notarized Valid Registration Certificate to be submitted. (Applicable for MSE Registered bidders) - (Please refer the Chapter-II – Para No.5.1) e) Experience Certificate from ICD/CFS/Shipping Line/Port etc showing the experience in the work tendered for a minimum period of Three years, and of executing container repairs of at least 1000 TEUs per annum during the the last three years i.e. 2011-2012, 2012-2013 and 2013-2014. (Please refer the Chapter-II – Para No.1) Note: (Existing contractors of CONCOR can submit attested photocopies of Experience Certificate issued by CONCOR). f) In case of the existing Contractor has submitted the tender for the same activity in the same facility (i.e. ICD/SNF, CFS/Visakhapatnam, DCT/Nagalapalle of SC Region) then the existing Contractor’s bid should necessarily be accompanied by a Satisfactory Performance Report from the same Terminals (i.e. ICD/SNF, CFS/Visakhapatnam, DCT/Nagalaplle Terminal of SC Region). In case, if his bid for the same activity is not accompanied with the satisfactory performance certificate/report his bid will not be considered. g) Details of staff certified for container repair and valid Container inspector’s Certificate issued by Institute of International Container Lessors (IICL) – (Notarized copy of the certificate to be enclosed) h) Documents indicating ongoing similar contracts in hand, if any. i) Documents regarding financial standing of the bidder signed by Chartered Accountant as per requirement of Chapter II, Para 3. j) Documents regarding constitution of the bidders establishment. k) Power of Attorney, if required. l) Notarized photocopy of the latest Income Tax Return in the name of the bidder. In case of Proprietorship concern, the IT return in the name of proprietor shall be accepted. In case of

….……………………………………….

Signature and Seal of the Tenderer

Page 10 of 86

Company, it should be in company name and in case of partnership firm, it shall be in the name of Partnership firm shall be submitted. m) Organisation Chart. n) Notarized Registration of PF & ESI Code allotment letter in the name of the bidder. o) The Price Bid (Annexure-VIII) duly filled and signed is enclosed in a separate sealed envelope as “Financial Bid”. p) An undertaking on bidders letterhead for downloading of the tender documents from websites. 08. The tender document, comprising all the chapters along with the Price Bid (Annexure-VIII) should be 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, must be submitted or deposited on or before 22-01-2015 upto 1500Hrs in the special tender box allotted for the purpose in the office of the Executive Director, Container Corporation of India Ltd., South Central Region, No. 602 & 603, Navketan Building, Opp. Clock Tower, S.D Road, Secunderabad-500003 (Telangana State) 09. This document will be an integral part of the contract. Therefore prospective bidders are advised to go through the same before filling the tender. 10. The tender document may be downloaded from CONCOR’s website www.concorindia.com or www.eprocure.gov.in and same may be submitted, along with the cost of tender document of Rs.2500 (Inclusive of VAT) by way of Demand Draft/Bankers Cheque in favour of ‘CONTAINER CORPORATION OF INDIA LIMITED’ payable at Hyderabad/Secunderabad and an undertaking on the Company’s letter head that “no amendments have been made in the tender document downloaded from the internet, at the time of submission of tender document.” In case of non-submission of cost of tender document, the tender shall be liable for rejection. The tenderer has to indemnify CONCOR for any losses accrued due to alteration / modification made in the terms and conditions including General Conditions of the tender. If at any stage, change / modification is noticed in the tender document, tenderer will abide by the original terms and conditions including General Conditions of the tender, failing which, CONCOR reserves the right to reject the tender and / or terminate the contract. For & on behalf of Container Corporation of India Ltd.

Executive Director/South Central Region

….……………………………………….

Signature and Seal of the Tenderer

Page 11 of 86

Chapter – II Tender Conditions I.

ELIGIBILITY CRITERIA:

1.0

EXPERIENCE

(i)

The tenderer should have direct experience in repairing of ISO/DSO containers of Shipping Line/Port/ICD/CFS. The tenderer must have prior experience of minimum three years of satisfactory experience, in repairing ISO standard containers/Domestic Containers in Inland Container Depot (ICD) /Domestic Container Terminal (DCT) / Container Freight Station (CFS)/ / Port / Shipping Line Container Yard in the same name / firm composition in which he is applying for this tender as stipulated in this document. An Experience certificate (As per format mentioned in this chapter) from ICD / CFS / Shipping Line/ Port, etc. showing the experience in the work tendered for a minimum period of three years, and of executing repairs of at least 1000 TEUs per annum during the last three years i.e. 2011-2012, 2012-2013 and 2013-2014. The experience submitted as a second contractor is not acceptable.

(ii)

In case of the existing Contractor has submitted the tender for the same activity in the same facility (i.e ICD/SNF, CFS/Visakhapatnam, DCT/CMCN terminals of SC Region) then the existing Contractor’s bid should necessarily be accompanied by a Satisfactory Performance report from the same terminals (i.e ICD/SNF, CFS/Visakhapatnam, DCT/CMCN Terminal of SC Terminals). In case, if his bid for the same activity is not accompanied with the satisfactory performance certificate/report, his bid will not be considered.

(iii)

The bidder must submit Provident Fund code number along with the notarized Registration certificate/PF code allotment letter in the name of the bidder.

(iv) Details of staff for container repairs and valid Container Inspector’s Certificate issued by the Institute of International Container Lessors (IICL). (v)

The tenderer should also give a list of his ongoing contracts on hand, if any, for similar kind of work indicating clearly the name of the party, volume of work and duration of contract.

(vi)

The container/cargo Surveyors who are working/operating as CONCOR contractor(s) at any of the CONCOR Terminals on South Central Region are not eligible to participate in this tender.

2.0 Experience Certificate (Format): All the prospective bidders are required to submit their experience in the following format: (on the letter head of the concern issuing the Certificate)

….……………………………………….

Signature and Seal of the Tenderer

Page 12 of 86

“This is to certify that M/s.____________ have worked as Service Provider for Container Repairs activity. The details of container repaired by them during the previous ___ years have been as under: S.No 1 2 3

Financial Year 2011-2012 2012-2013 2013-2014

No. of Containers Place of Work Repaired in TEUs

Level of Service

Signature Name Designation of Signing Authority Seal of the issuing Company Date: 3.0 FINANCIAL CREDIBILITY (i)

Turnover: The tenderer should have achieved a minimum turnover of Rs.9,00,000/- (Rupees Nine Lakhs only) per annum in its business. (in the same name in which he is submitting his offer) during the three preceding financial years, i.e. 2011-2012, 2012-2013 and 2013-2014 in the same name / firm composition in which he is applying for this tender.

Audited copies of the Balance Sheet and Profit & Loss Account the last three financial years, i.e. 2011-2012, 2012-2013 and 2013-2014 should be duly attached. However, for the year 2013-2014 unaudited reports / Chartered Accountant’s Certificate shall be accepted. (ii)

Networth: The tenderer must have a positive networth based on the latest completed financial year’s balance sheet.

4.0 EQUIPMENT AND OTHER FACILITIES (i) The minimum scale of equipments for the operation has been detailed vide para 8 of Chapter 4.

5.0 EARNEST MONEY DEPOSIT(EMD): (i)

Each tenderer shall be required to deposit a sum of Rs.1,20,000/- (Rupees One Lakh Twenty Thousand only) as Earnest Money along with the Bid in the form of a crossed Demand Draft made out in favour of “Container Corporation of India Ltd.” payable at Secunderabad / Hyderabad, and valid for a minimum period of Three months from the

….……………………………………….

Signature and Seal of the Tenderer

Page 13 of 86

(ii)

(iii) (iv) (v)

date of issue. No interest shall be allowed on the Earnest Money deposited. The document submitted without EMD will be summarily rejected. Cheques, war bonds, guarantee bonds and Government securities (Stock certificates, bearer bonds, promissory notes, cash certificates) will not be accepted towards the earnest money referred to above and bid will be rejected. The document submitted without EMD will be summarily rejected. The Earnest Money of the unsuccessful bidders will be returned as soon as possible, after the tender has been finalized, without any interest. The earnest money deposited by the successful tenderer will be adjusted towards the security deposit. In case of the bidder choosing any other option, it will be refunded after receipt of the Security Deposit in full.

5.1 All MSEs registered under the following Authority will be regulated as below: (a) Such one can get the tender document / sets at free of cost without paying any tender document fees. (b) Such MSES registered under the agencies mentioned below will be exempted from payment of Earnest Money Deposit. (i) District Industries Centres (ii) Khadi & Village Industries Commission (iii) Khadi & 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 (c) The claim of exemption from paying the EMD (exempted under Central / State / PSU) should be supported with photocopy of Certificate issued by concerned Department duly notarized. 6.0 CONSTITUTION OF THE FIRM 6.1

The tenderers, who are the constituents of a Firm, Company, Association/or Society, must enclose notarized/ attested copies of the constitution of their Firm/Company/Association or Society, power of attorney and/or partnership-deed. Co-operative societies must submit an attested copy of the certificate of registration along with the documents mentioned earlier.

6.2

The cancellation/modification 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.

6.3

CONCOR may recognise changes in Power of Attorney and related documents after obtaining proper legal advice.

….……………………………………….

Signature and Seal of the Tenderer

Page 14 of 86

6.4

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 of 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 tender, 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.

6.5 If the tender application is submitted by a company or a corporation, it shall be signed by its Director/duly authorized person supported by Board resolution or holding the power of attorney for signing the application, in which case a certified copy of the Board resolution/Power of attorney shall accompany the tender document. Such company or corporation will be required to furnish satisfactory evidence such as memorandum and articles of association of its existence with the tender document. 7.0 INCOME TAX RETURN (i) The tenderer shall submit in the Pre-qualification bid, latest Income tax Return in the name of the bidder firm duly notarized. In case of Proprietorship concern, the IT return in the name of proprietor shall be accepted. In case of Company, it should be in company name and in case of partnership firm, it shall be in the name of Partnership firm shall be submitted. 8.0

Validity of Offer

(i) The tenderer is permitted to tender on the clear understanding that, after submission of the tender

he will not rescind from his offer or modify the Terms and Conditions thereof in a manner not acceptable to CONCOR within 120 days of the date of opening of the tender, unless extended further with mutual consent. Should the tenderer fail to observe or comply with the said stipulation by way of failure to execute an agreement or modify/ withdraw the offer or refuse to accept work order or fail to furnish the requisite Security Deposit, the aforesaid amount of Earnest Money shall be liable to be forfeited to CONCOR, and CONCOR can take recourse to other legal remedies in terms of the contract. 9.0 QUOTING OF RATES (i)

The Price Bids should be filled in carefully after considering all the aspects of work as described in Chapter–III on “Scope of Work” and “Terms and Conditions”. No request for 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/Adhoc location of SCR, various laws applicable to the work relating to ICDs/DCT/CFSs etc., labour laws and local labour practices, etc.

….……………………………………….

Signature and Seal of the Tenderer

Page 15 of 86

(ii)

(iii)

(iv) (v)

(vi)

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. Any overwriting in the Price 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 rate must be quoted both in words and figures. If there is variation between the rates quoted in “figures” and in “words”, the lower among such quoted rates shall be taken as correct and valid for evaluation. If more than one or improper rate is quoted, the tender is liable to be rejected summarily and will not be considered.

(vii) Scrap released in container repairs will be the property of contractor and accordingly the price bid (Annexure-VIII) should be quoted.

10

Evaluation of Bids: i)

The evaluation of bids will be based on the at par / above / below percentages quoted by the bidders on the Schedule of Rates. While evaluation of bids the lowest above / highest below rate will be considered for finalization of tender. ii) In case of two or more bidders quoting the same combination of rates (i.e. tie of rates), both or all the bidders whose rates are same will be advised to submit the rate quotation again as per the terms and conditions of the tender in a sealed envelope in order to determine the L-1.

11.

ACCEPTANCE OF TENDER

11.1

The authority for acceptance/rejection of the tender documents and tendered rates will rest with the Competent Authority (ED/SCR) of Container Corporation of India Ltd., Secunderabad, who does not bind himself to accept the lowest or any other tender.

11.2

Acceptance of tendered rates will be communicated by FAX/E-mail/ Express Letter or Formal letter of acceptance of tender. In case where acceptance is indicated by FAX/E-mail, Express Letter or Formal letter of acceptance of tender will be forwarded to the successful bidder as soon as possible, but the acceptance of lowest bid by the Competent Authority will be deemed to conclude the contract and non-compliance of any terms of agreement, including not signing of the agreement, will amount to breach of contract with all attendant legal consequences.

11.3

The tender documents submitted by a tenderer shall become the property of CONCOR and CONCOR shall have no obligation to return the same to the tenderers.

11.4 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 three working days.

….……………………………………….

Signature and Seal of the Tenderer

Page 16 of 86

11.5

CONCOR shall not give any intimation to the unsuccessful bidders about the fact of the rejection of their tender both in the case of pre-qualification bids and financial bids. CONCOR is also not bound to give the reasons for such disqualification.

(vi)

CONCOR also reserves the right to:

(a) Overlook any bidder who is in the same line of business and competing with CONCOR. (b) Bypass any bidder blacklisted by any Government / Semi-Government body or PSU. (c) Seek clarifications from the bidders regarding any information and documents submitted in their 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. (d) Accept or reject any or all the pre-qualification/financial bids in part of full. (e) If the tenderer deliberately gives wrong information or suppresses / conceals any information / fact in his tender to make his bid favourable for acceptance of his tender or creates circumstances for the acceptance of his tender fraudulently, then 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. (g) Reject the incomplete / conditional offers. (h) Reject the counter offers. (i) Award the work partially, if deemed fit by the Competent Authority, in financial / legal / business interest of CONCOR. 12.

Execution of Contract Document

(i) The successful tenderer whose tender is accepted shall be required to appear at the office of the Executive Director, South Central Region, Container Corporation of India Ltd., 602 - 603,6th Floor, Navketan Building,Opp Clock Tower,S.D.Road,Secunderabad-500 003 (Telangala State), in person or, if the tenderer is a Firm, Company or a Corporation, a duly authorised representative shall so appear to sign the agreement and execute the contract documents within 15 days of the date of issue of communication (Letter of Intent/Award) from CONCOR’s office and start the work by within (30) thirty days of issue of LOI or by the date communicated by Executive Director, South Central Region, whichever is later. Failure to do so shall constitute a breach of the 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 stipulated in this document. However, Executive Director, SCR may extend the time for execution of Agreement or starting the work by 15 days each, on the request of the contract, or in the interest of CONCOR, if there are sufficient reasons for doing so. 13.0 (i)

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.

….……………………………………….

Signature and Seal of the Tenderer

Page 17 of 86

14.0

SECURITY DEPOSIT

(i)

The successful tenderer will be required to furnish a Security deposit of Rs.5,00,000/-, (Rupees Five Lakhs only) towards successful performance under this contract within [15 days] from the date of communication of award of contract in his favour by CONCOR. (ii) The security deposit may be submitted in any of the following forms with validity of Two Years and six months from the date of its issue: (iii) Bank Guarantee of State Bank of India or any Nationalised / Scheduled Bank in the proforma approved by CONCOR. (iv) 12 years National Saving Certificates, treasury saving deposit receipts and National Plan Certificates pledged in favour of CONCOR. (v) 12 years National Defence Certificate at the surrender value, or 10 years Defence Deposit at the surrender value, or State Loan Bonds. (vi) Demand Draft / Pay Orders/Bankers Cheques Note : (a) Govt. Securities (stock Certificates, bearer bonds promissory notes, cash certificates, etc.) will not be accepted. (b) The National Saving / Defence Certificates as referred in para (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 money. (c ) No interest shall be allowed or paid on the security deposit. ( d) Executive Director/SCR 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. (vii) 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 or within the extended time permitted by Executive Director/SCR, whichever is later, the Earnest Money Deposit mentioned above can be forfeited by CONCOR in full, without prejudice to any other rights or remedies in this regard for breach of contract. (viii) In case the contract is extended for further period of one year, as provided in Para 16 of this Chapter, the validity of the Security Deposit instrument will be accordingly extended by the Contractor by an equivalent duration of time. (ix) 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 contractor to observe the terms and conditions of this contract or to pay 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 contractor shall forthwith pay the same. In the event of any such deduction being made from the security deposit, the contractor shall at once make good the deficiency in the amount of the security deposit

….……………………………………….

Signature and Seal of the Tenderer

Page 18 of 86

(x)

within fifteen days of the date of demand to this effect, failing which CONCOR shall deduct the same from the monthly bills or any amount due to the contractor. The security deposit referred to above may be forfeited to CONCOR in the event of any breach, on the part of the contractor, 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.

15.0

REFUND OF SECURITY DEPOSIT.

(i)

The security deposit shall, subject to any deductions that may be made therefrom, be returned to the contractor within four calendar months after termination or discharge of the contract and on issuance of "No Dues Certificate" by the Terminal Manager. In the event of any dispute arising between CONCOR and Contractor or between CONCOR and any third party or in respect of any money due to CONCOR in reference to this contract or other contracts entered into by the contractor singly or jointly with others and CONCOR, who shall detain the security deposit or such balance thereof and/or other amounts payable to the contractor as CONCOR may in its sole discretion deem fit until the dispute is settled and determined. The contractor shall have no claim for compensation or otherwise for any such detention made by CONCOR.

(ii)

16.0

PERIOD OF CONTRACT:

(i)

At the initial stage, the contract shall be awarded for period of two years with an option of extension for another One year on the same SOR rates, terms and conditions at the sole discretion of the CONCOR management. The SOR will remain fixed during the period of the contract including extended period. However, for the extended period of contract the monthly licence charges will be increased at mutually agreed rates.

17.0 (1)

SERVICE DURING POST CONTRACT PERIOD It will be obligatory on the part of contractor to continue to work on the same rates, terms and conditions prevailing on the last date of the contract even beyond contract period (inclusive of extended period, if any) for (4) four months or till alternate arrangements are made, whichever is earlier. For and on behalf of Container Corporation of India Limited

Executive Director South Central Region

-x-

….……………………………………….

Signature and Seal of the Tenderer

Page 19 of 86

Chapter - III Scope of Work & Terms & Conditions governing the contract 1.

Preamble Container Corporation of India Ltd (CONCOR) is in the business of providing multimodal logistics terminal services and facilities for container traffic, and providing inland transport of containerised cargo. Container traffic is divided into two distinct groups: Export-Import traffic and Domestic traffic. Exim cargo moves to and from the ports 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 CONCOR. CONCOR has developed a vast network of container terminals all over the country at prime locations, which are over 63 Terminals. CONCOR’s terminals provide a spectrum of facilities in terms of warehousing, container parking, repair facilities and even office complexes. The Inland Container Depot (ICD) & Domestic Container Terminal (DCT) at Sanathnagar,Hyderabad, Domestic Container Depot at Nagalapalle, CFS/Visakhapatnam, Multi-Modal Logistics Park,(MMLP)/Visakhapatnam, ICD/Desur, Container Terminal at Guntur and various adhoc locations in SC Region requires the facility of quality container repair to its customers/CONCOR. The repair facility and work is supervised and monitored at Terminal / Regional as well as Corporate level of CONCOR. The following are the terminal details wherein the container repair contractor has to provide the container repair services.

SNo. 1.

2.

3.

4.

Address of the Terminal / Location Container Corporation of India Limited, Inland Container Depot, Sanathnagar, New Railway Goods Shed Road, Moosapet,Hyderabad-500018 ; (Telangana) CONCOR Code: ICD/DCT-SNF Container Corporation of India Limited, Domestic Container Terminal, Nagalapalle, Plot No.24/A, Survey No.315 & 434/1, Velimela Village, R.C. Puram Mandal, Nagalapalle – 502300, Medak Dist., (Telangana), CONCOR Code: DCT/CMCN Container Corporation of India Limited, Port Area, 1 Town, Harbour Road, Visakhapatnam-530001 (A.P.) CONCOR code : CFCV Container Corporation of India Limited Multi-Modal Logistics Park Opp. Airport, Adj. to National Highway, Viman Nagar, Near INS Dega, Visakhapatnam. (A.P.)

Contact Official Contact Person : Mr. PS Rao PH. No. 040-23708080 / 23816985 / Mobile No. 9618404007

Contact Person : Mr. Venkatehwarulu PH.No.08455-287505,287501, 287506 Mobile No. No.8978388773

Contact Person: Mr. K.K. Prasad, Ph. No. 0891-2762237/38, Mobile No. 9704956022 Contact Person: Mr. Ramchandram Moblie No. 8978388774

….……………………………………….

Signature and Seal of the Tenderer

Page 20 of 86

5

6

7

Container Corporation of India Limited, Desur Railway Station, Desur (Belgaum), Karnataka590014, CONCOR Code : DUR Container Corporation of India Limited, Nehru Nagar, Beside Railway Goods shed, Reddipalem, Guntur-522 001. (A.P.), CONCOR code : GNT Any place in state of Telangana, Andhra Pradesh, Maharashtra, Karnataka and Orissa – Adhoc Locations.

Contact Person Terminal Incharge, Desur, Tel No. 0831-2412399/ 2412400 / Mobile No. 9731604561 Contact Person Mr. Surendra Babu, Ph. No. 0863-2222004 / Mobile No. 9618404033 Address and contact person shall be intimated at the time of requirement of container repair services.

The exact volume of container repairs can not be ascertained. However, the average annual throughput of ISO and Domestic containers will be as under. The quantity of container repairs cannot be ascertained from the annual throughput of ISO/Domestic containers handled at the CONCOR Terminals of South Central Region. All major shipping lines are maintaining their inventory of ISO containers at ICD,Sanathnagar, Hyderabad, the shipping lines are bringing containers as per requirements at Visakhapatnam and Desur. There is a substantial throughput of domestic containers also. Therefore, there is scope for container repairs at the CONCOR Terminals of South Central Region. Volume dealt during 2013-2014 Throughput in TEUs p.a. Name of the Terminal ISO Domestic***

Sanathnagar

69205

NA

DCT/Nagalapalle CFS/Visakhapatnam New MMLP, Visakhapatnam (Commissioned during May’2014 during FY 2014-15) Guntur Terminal Adhoc locations including ICD/Desur

NA 25993

9763 6318

NA

NA

NA 1724 567 6510 Total 95765 24315 *** Outward domestic movement Any reference to ‘ICD/Sanathnagar,Hyderabad,’ CFS/Visakhapatnam’, DCT/Nagalapalle, New MMLP, Guntur and adhoc Terminals etc.“The Terminal” in this document, refers to the entire facility defined above and its contiguous expansions, if any. 2.

Brief Description of Work The work to be undertaken by the contractor would involve Container Repair of ISO/Domestic containers including 20’/22’, 40’, 45’ as well as new container types, if any, brought into use at the Terminals as per IICL procedure for repair. The main activities/responsibilities are as follows:

….……………………………………….

Signature and Seal of the Tenderer

Page 21 of 86

2.1

Repair of Containers:

2.1.1

The Lessee has to execute repairs on ISO/Domestic containers at the allocated location as and when requested by CONCOR/Shipping Lines as per IICL procedures, for repair as per the technical specifications and standards given. The Container repairing agency may be asked to take up the repair work at other locations/sites, within the jurisdiction of the South Central Region of CONCOR through deployment of mobile repair units to be maintained by the contractor for this purpose at the same rates schedules as finalized, plus Travelling / Dearness Allowance mentioned in Note No.2 of SOR (Annexure-I).

2.1.2

The Schedule of Rates (SOR) provided at Annexure- I will be considered for repairs payable by CONCOR for Domestic containers and as per the rates quoted by the bidder in the price bid i.e. at par / at above / at below over the SOR as per the terms and conditions of the this contract.

2.1.3

For the repairs undertaken for Shipping Lines, the repairs can be carried out at mutually agreed rates that can be decided on market forces. However, at any stage the rates negotiated with the Shipping Line should not exceed the Schedule of Rates given in this tender and finally accepted rate.

2.1.4

The tenderer may note that Shipping Lines availing the services of CONCOR shall have their own repair agency to do repairs, if they so desire. Award of the container repair contract envisaged by this tender document shall not give the Licensee/contractor exclusive rights to all the ISO container repairs works for CONCOR’s terminal of South Central Region.

2.2

Leased out space : CONCOR proposes to provide leased out 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 ISO/Domestic Containers as per IICL specifications to the satisfaction of CONCOR’s officials. The pre and post repair survey / certificates shall be carried out by Authorised CONCOR Surveyor and Contractor shall bind to the pre and post survey certificate issued by the Authorised CONCOR Surveyor for the repairs carried out at the aforesaid Terminals.

2.3

The repair will be conducted as and when requested by CONCOR/Shipping Lines as per IICL procedure for repair. The repair will be carried out within the space provided/leased out for the purpose or within the terminal as well as at such places within the SC Region as decided by Executive Director / South Central Region at the same rate as mentioned in the Schedule of Rate (Annexure–I) and the finally accepted rates.

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.

….……………………………………….

Signature and Seal of the Tenderer

Page 22 of 86

2.5

Classification of Repairs: The exact volume of container repairs cannot be ascertained and CONCOR cannot guarantee any volumes of business for container repair.

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 etc. and when the container repair cost is more than Rs.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 upto Rs.5,000/-.

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 report 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 out minor/major repairs at other adhoc locations/loading points including ICD/Desur(Belguam) or on containers lying at other CONCOR or Non-CONCOR terminals, located within the administrative control of the SC Region concerned. CONCOR will provide a list of all such locations and terminals where minor/major repair may be required from time to time. To carry such minor/major 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

In addition to above, the contractor will maintain a minimum of 2 (Two) mobile kits comprising all tools and tackles that may be required for carry minor repairs at the notified terminals or other locations/loading points. The contractor will assign a repair team with all

….……………………………………….

Signature and Seal of the Tenderer

Page 23 of 86

required equipments, tools, tackles, spares as contained in a mobile kit to be kept ready at all times and will promptly deploy the team to carry minor repairs, as directed by the concerned Officer Incharge of CONCOR. 2.9

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). As quality of repairs is very important to CONCOR all welding carried out during repair should be tested with dyipenetrate (DPT). The firm should utilize the services of qualified personnel for this purpose.

2.10

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

: : : : : :

Coding, Identification & Marking Specification of Corner Casting/Fitting Specification of CORTEN Steel or Equivalent Hard EPDM Hidden Parts – BUTYL Exposed parts-Chloroprene

WOODEN PLYBOARD: Marine Ply (28 mm. thick & 19 Ply rating as per Specification IS-710.) SURFACE PREPARATION: 1) Abrasive blasting to a minimum of Swedish Standard SA 2-1/2 and SA-2 for outside surfaces and underside surfaces respectively.

….……………………………………….

Signature and Seal of the Tenderer

Page 24 of 86

2) Hinge blade, Hinge lugs, Lashing rings, Lashing bars, Gear cam keepers and all fasteners such as bolts/nuts, washers, screws, etc are electro zine plated. (Thickness : Minimum 64 microns) 3) Locking rod assemblies which is 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: 10 microns 2) Epoxy zinc phosphate: 40 microns 3) Modified Acrylic top coat (RAL-6019): 50 microns 4) Total D.F.T. minimum:100 microns b) INTERIOR: 1) Epoxy zinc rich primer: 10 microns 2) Epoxy polymide finish (RAL-7035): 60 microns 3) Total D.F.T. minimum: 70 microns c) UNDERSTRUCTURE: 1) Epoxy zinc rich primer: 10 microns 2) Tectyl 121 B : 190 microns 3) Total D.F.T. : 200 microns for steel parts : 190 microns for Wooden parts. MARKING : The markings shall be as per ISO-6346 (Latest). Material and parts should be equal to (“like-for-like”) or of higher quality, 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 the Terminal Manager or nominated official. 2.11

The Container Repair Facility to be established by the Contractor for the purpose of carrying out repairs of ISO/Domestic containers shall include items listed as below: i)

Setting up of a container repair workshop for carrying out quality repair on ISO/Domestic containers as per IICL standards;

….……………………………………….

Signature and Seal of the Tenderer

Page 25 of 86

ii) iii) iv) v) vi) vi) vii) viii) ix)

Conventional Transformer Type AC/DC Welding Sets with proper electrical 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 ISO/Domestic containers. Keeping of reasonable inventory of spares and raw material for container repairs and their proper storage facility. A small Office Section for maintaining all records of repairs of ISO Containers. Ensuring all safety aspects related to fire, electrical fittings and personnel safety. Maintaining all gauges, inspection and testing tools and latest technical literature on container repair. Equipments for steam cleaning and arrangement for chemical/steam washing.

It shall be the responsibility of Contractor, to keep the working area neat and clean, and arrange proper upkeep of tools, jig fixture, raw material and consumable in proper order. CONCOR will not be responsible for any loss or damage of tools etc. 2.12

The successful bidder will be required to repair all Domestic containers on CONCOR account on SOR as mentioned in Annexure-I and the finally accepted rates.

2.13 Repair to containers offered by CONCOR- Procedure. 2.13.1 For each container identified for repair, the Licencee 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-I and the final accepted rates.

The following time frame is stipulated for submission of required container repair estimates by the contractor, as and when the intimation/requisition is issued to the contractor to provide the estimates for container repair. Time Allowed for submission of estimate S No. Submission of Estimate excluding the date of issue of request by CONCOR.

i)

Major Repair work – upto 15 02 days. Containers (20’/40’) ii) Minor Repairs -upto 15 01 day. Containers (20’/40’) In case of failure to adhere the above time frame, a penalty may be imposed by the Terminal Manager as defined in para no 11.1 and its sub para and Sl. No. V. In case of Guntur & Desur Terminal the time allowed shall be reckoned from reporting time of container repair staff at respective terminal.

….……………………………………….

Signature and Seal of the Tenderer

Page 26 of 86

2.13.2 CONCOR shall issue a job order to the Licencee asking him to carry out the repair. On completion of the repair the Licencee shall obtain the work completion certificate to the Job Order. 2.13.3 The Licencee 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. 2.13.4 The Licencee 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 Licencee shall not dispute CONCOR’s action. 2.13.5 The Licencee 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 claim from the Licencee/admit bills raised with the pretext of having carried out repairs. 2.14

Repairs to containers offered by Shipping Lines – Procedure.

2.15

However, for repairs undertaken for Shipping Lines, the repairs can be carried out at mutually agreed rates that can be decided on market forces. . However, at any stage the rates negotiated with the Shipping Line should not exceed the Schedule of Rates given in this tender and finally accepted rate.

2.16

The Licencee shall inspect the damaged container at the request of the Shipping Line and submit the repair estimate. After obtaining the approval of the estimated repair cost from the client, the Licencee shall commence repairs. The Licencee shall recover repair charges directly from the clients on mutually agreed terms. It is clearly understood and agreed that CONCOR shall not be responsible for payment of any repairs on containers and no claim shall be entertained by CONCOR. However, in the event of CONCOR receiving any complaint the Licencee shall be deemed to have committed a breach of the terms and conditions of the Licence and CONCOR shall be at liberty to impose fine, which will be decided by the Executive Director,/ South Central Region, up to Rs.5000/- in each case.

2.17

The tenderer may note that Shipping Lines availing the services of CONCOR shall have their own repair agency to do repairs, if they so desire. Award of the container repair contract envisaged by this tender document shall not give the Licensee/contractor exclusive rights to all the container repairs works for CONCOR’s terminal of South Central Region.

2.

Area of land will be allotted by CONCOR to the Contractor for carrying out the Repair activity & Monthly License Fee payable by Contractor.

….……………………………………….

Signature and Seal of the Tenderer

Page 27 of 86

3.1

The contracror will be provided area for setting up container repair facilities (given as under): measuring 300 sq.mts approx. for carrying out repair activities at ICD/Sanathnagar, Hydearabad. Adequate space shall be provided at DCT/Nagalapalle, CFS/Visakhapatnam, MMLP/Visakhapatnam, Guntur Terminal and ICD/DUR. The successful bidder will be given electrical connection and will be required to put a certified energy meter and pay the electrical charges at industrial rates to CONCOR. Depending on the requirement, CONCOR, at its sole discretion, may decrease the area allotted due to operation requirements. However the Licence fee remains fixed during the tenancy of contract. Including the extended period of contract. For the extended period of contract CONCOR shall increase the monthly license charges at a mutually agreed rates.

3.2

License Fees: The contractor will be required to pay monthly License fee as follows for all Terminals on South Central Region put together. The Monthly License Fee shall be payable by the Contractor at DCT/Nagalapalle as below. Name of the Terminal

Fixed Monthly License Fee in Rs.

ICD/DCT Sanathnagar DCT/Nagalapalle CFS/Visakhapatnam New MMLP, at Visakhapatnam Desur & Guntur Terminals 3.3

4. 4.1

78,600/-

The Licence Fee has to be paid in advance before 7th of every month. Delay in monthly payment will attract interest @ 18% per annum for the delayed period. Failing which the amount will be adjusted from the on hand bills of the contractor or from Security Deposit. In the event of amount recovered from Security Deposit the same has to be made good immediately.

Volume of Work The exact volume of container repairs cannot be ascertained. However, the average annual throughput is given below. It is expected to grow at about 10 % per annum. The quantity of container repairs cannot be ascertained from the annual throughput of ISO/ Domestic containers handled at CONCOR Terminals of South Central Region. Throughput is only to gauge volume of work that can be anticipated for the repair activities but throughput is not the base for volume of work. All major Shipping Lines are maintaining their inventory of containers at ICD/Sanathnagar, Hyderabad and CFCV/Visakhapatnam. –

….……………………………………….

Signature and Seal of the Tenderer

Page 28 of 86

Volume dealt during 2013-2014 Name of the Terminal

(Fig. in TEUs) Throughput in TEUs p.a. ISO Domestic***

Sanathnagar

69205

NA

DCT/Nagalapalle CFS/Visakhapatnam New MMLP (Commissioned during May’2014 during FY 2014-15 ) Guntur Terminal Adhoc locations including ICD/Desur

NA 25993

9763 6318

NA

NA

NA 567 95765

1724 6510 24315

Total

***outwards 4.2

The financial implications of the bids may accordingly be worked out by the bidders on the basis of throughput 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.

4.3

CONCOR proposes to allow for variations in growth rates by calling for additional equipment only as laid down in Para 4.1. 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.

4.4

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.

4.5

The tenderers 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 involved to enable them to quote their rates. Every possible fluctuation 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 the currency of the contract shall be entertained by CONCOR.

….……………………………………….

Signature and Seal of the Tenderer

Page 29 of 86

5.

Additional or Extra Services

5.1

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 Executive Director, South Central Region, CONCOR or any official nominated by him, will be final and binding and nonsettlement 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, 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.

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 carryout or render such services.

5.4

The decision of the Executive Director, South Central Region, 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

S No.

i)

After issue of Job Order by CONCOR advising the contractor to carry out repairs, the contractor should get them repaired expeditiously. They should not, however, exceed the permissible repair time for container repairs as follows: Category of Repairs Repair Time Allowed** excluding date of issue of Job Order.

Major Repair work for 20’ or 40’ containers - 01 and upto 03 containers (20’/40’) - 04 and upto 06 containers (20’/40’) - 07 and upto 09 containers (20’/40’) - 10 and upto 12 containers(20’/40’)

02 days. 04 days. 07 days. 10 days.

….……………………………………….

Signature and Seal of the Tenderer

Page 30 of 86

ii)

- 13 and upto 15 containers (20’/40’) - Above 15 containers (20’/40’) Minor Repairs - 01 and upto 05 Containers (20’/40’) - 06 and upto 10 Containers (20’/40’) - 11 and upto 15 containers (20’/40’) - Above 15 containers

12 days. 15 days. 01 days. 02 days. 03 days. 04 days.

** 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.

Note: 1) The above time allowed is the maximum upper limit for the contractor to repair the containers, however, the contractor should make efforts to repair the containers as early as possible within time allowed. The above free time applies for container repairs at terminal i.e. ICD/DCT-Sanathnagar, DCT/Nagalapalle, CFS/Visakhapatnam, MMLP/Visakhapatnam and Guntur and Desur Terminals. In case of overlapping of job orders for container repairs (major/minor), the time allowed as mentioned above for the subsequent job order shall be started after expiry of time allowed for the previous job orders for the purpose of reckoning the penalty. The Repair time allowed for the Major and Minor is mutually exclusive and it cannot be clubbed. The following is the illustration on application of free time: For Example at DCT/Nagalapalle – The following Job orders are issued: No. of Size Job Job Order date & time Major or contai Order Minor Repairs ners Sl NO. 01 01-12-2014 at 1000hrs 05 20’ Major Repairs 02 01-12-2014 at 1500hrs 08 20’ Major Repairs 03 02-12-2014 at 1100hrs 11 20’ Major Repairs The applicable of free time shall be as follows: Job order JO Date & Free Time Job Order Penalty Sl No. Time allowed upto Completed 01 01-12-2014 at 05-12-2014 a) If job order is Nil penalty 1000Hrs upto 2400Hrs completed by 05-12-2014 at 1500Hrs for all ….……………………………………….

Signature and Seal of the Tenderer

Page 31 of 86

5 containers. b) If Job order is completed by 06-12-2014 at 1000Hrs for all 5 containers.

c) In case only two containers are completed by 03-12-2014 at 1500hrs and 03 containers are completed by 07-12-2014 at 1700hrs.

02

01-12-2014 at For JO No.1 a) If 2nd job order 1500hrs upto is completed by 05-12-2014 11-12-2014 at upto 2400Hrs 1500Hrs for all 8 containers. & For Jo No.2 b) If 2nd Job order from is completed by 06-12-2014 & 15-12-2014 at upto 1500Hrs for 05 12-12-2014 containers. upto 2400Hrs

One day Penalty for all 5 containers @ Rs.100/- per day. i.e Rs.500(1day x 5 x 100) For Containers completed beyond free time the penalty shall be levied as 3 containers x 2 days x Rs.100/=Rs.600/Nil Penalty

For Containers completed beyond free time the penalty shall be levied as 5 container x 3 days x

….……………………………………….

Signature and Seal of the Tenderer

Page 32 of 86

Rs.100/=Rs.1500/c) The balance 03 Penalty will containers in 2nd be 03 x 6 JO completed days x on 18-12-2014 100=Rs.1800 at 1300Hrs. 02-12-2014 at For JO No.1 a) If 3rd job order Nil Penalty 1100hrs upto is completed by 05-12-2014 22-12-2014 at upto 2400Hrs 1500Hrs for all & 11 containers. For JO No.2 from 06-12-2014 & b) If 3rd Job order For upto is completed by Containers 12-12-2014 25-12-2014 at completed upto 2400Hrs 1500Hrs for 11 beyond free For JO No. 3 containers. time the from penalty shall 13-12-2014 & be levied as upto 22-12-14 11 container upto 2400Hrs x 3 days x Rs.100/=Rs.3300/-

03

2) In case of ahdoc loading points, the contractor should deploy the requisite number of staff, adequate spares and mobile repair unit on war-footing basis after receipt of information from CONCOR for deployment at adhoc locations. In case of delay in mobilization of staff, mobile repair unit/spare, CONCOR reserves the right to levy penalty at the discretion of CONCOR as deem fit. i)

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.

….……………………………………….

Signature and Seal of the Tenderer

Page 33 of 86

ii)

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 to be allowed over and above the time allowed for carrying the repair works.

iii) In case of job orders not being completed within the period specified above, a container detention charge in a form of Penalty shall be levied at the following rates:

After expiry of the time allowed the penalty as mentioned below shall be levied on the containers still awaiting repairs. 20’/22’ Rs.100/- per container per day or part thereof

7.

40’/45’ Rs.200/- per container per day or part thereof.

iv)

Waiver of Penalty: The contractor can prefer an appeal to Executive Director/Regional Head /SCR on the penalties levied as above by the Terminals within 4 months from the date of levy of penalty. CONCOR may consider waiver of the said penalty charges depending on circumstances of each case. This will in no way establish a right on the contractor for waiver. CONCOR reserves the right to either allow full / partial waiver of the penalty or reject the case. The decision of the Executive Director/Regional Head/SCR shall be final and binding on the contractor.

v)

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 penalty imposed etc. shall be final and binding on the contractor.

Minimum Equipment Requirements to be provided by Contractor

7.1

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 Terminal 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.

7.2

In the event of a breakdown of the equipment affecting repair works at the Terminal, 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 Incharge of the terminal.

….……………………………………….

Signature and Seal of the Tenderer

Page 34 of 86

7.3

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.

7.4

The Contractor shall, before commencement of operation, get all equipment inspected at the Container Terminal by the CONCOR 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.

7.5

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.

7.6

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.

8.

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: Machines TEUs handled per p.a. > 50,000 > 25,000 < 25,000 MIG Welding Set 1 1 1 Arc Welding Set 3 1 1 Portable DG Welding Set (Only 3 2 1 portable type Electrical and Diesel operated CO2 welding machine) Trolley Mounted Gas Cutting 4 2 1 Equipment Shearing Machine Given the option of standard patch of the plates/sheets/bend plates/sheets Bending Machine Air Compressor for sand blasting Wood Cutting Saw Portable Grinders Portable Drilling Machines Portable Wood Cutting Saw (Wood cutting saw should be portable type. In fact all small machines should be of

Given the option of standard patch of the plates/sheets/bend plates/sheets 1 1 1 NIL 1 1 1 3 1 1 1 1 1

….……………………………………….

Signature and Seal of the Tenderer

Page 35 of 86

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

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

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

- do -

- do -

- do - do - do - do -

- do - do - do - do -

- do -

- do -

- do - do - do -

- do - do - do -

- do -

- do -

- do -

- do -

- do -

- do -

Note: All small machines should be of portable type only.

8.1

The above equipments, tools and tackles will be maintained at major repair location. In addition to above, the contractor will also maintain a minimum of 2 (Two) mobile kits comprising all tools and tackles that may be required for carry minor/major repairs at the adhoc locations of SCR i.e loading points as given in the scope of work.

8.2

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

….……………………………………….

Signature and Seal of the Tenderer

Page 36 of 86

valid reason for delay in executing an assigned repair job. Scrap will be the property of contractor and accordingly the price bid (Annexure-VIII) should be quoted. 8.3

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 kit 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 Incharge of CONCOR.

8.4

The contractor will also comply with all local laws related to labour, electricity, shops and establishments etc.

8.5

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.

9. Provision of staff 9.1

The contractor shall provide adequate number of trained staff and other employees at all the repair points to ensure proper container repairs with utmost expedition.

9.2



One workshop manager should be deployed at ICD/ DCT, Sanathnagar Hyderabad, DCT/Nagalapalle and at CFS/CFCV, & MMLP/Visakhapatnam to monitor overall working of staff, equipments etc. The staff at Guntur and Desur Terminal shall be deployed on requirement basis and once during the currency of the contract, if a substantial volume of repair is generated, then Contractor shall deploy the adequate staff on permanent basis.



It should also keep a minimum one staff during all working days who is duly certified for container repair and inspection issued by the Institute of International Container Lessors (IICL). Bonafide of such IICL certified 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 contractor shall provide, at his own cost, all employees with necessary tools, instruments, equipment, uniform, safety jacket, safety shoes, helmet etc., for the effective and efficient discharge of the work contemplated in the contract.

….……………………………………….

Signature and Seal of the Tenderer

Page 37 of 86

9.3

The contractor shall provide at his own cost all the labourers and employees with laminated Identity Cards with photograph and distinctive name badges, which they shall display on their person to distinguish them from unauthorized persons.

9.4

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 employ 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.

9.5

The official incharge of Terminals shall be at 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 incharge of 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 again deployed by the Contractor at the terminal without the written permission of official incharge of the terminal. Any person so removed shall be replaced by a competent substitute. The decision of official incharge 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 contractor shall be responsible for safety of the containers and cargo while in his custody failing which CONCOR shall be at liberty to invoke the bank guarantee or/and to recover from the Security Deposit or/and on hand Bill of 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 Incharge of Terminals, which are not inconsistent with terms and conditions of the contract. The decision of the Terminal Incharge shall be final in the matters or proper performance of the operations.

10.3

Unsatisfactory Repair:

10.3.1 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 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’s account, money due or from the security deposit. 10.3.2 In case of contractor’s 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.

….……………………………………….

Signature and Seal of the Tenderer

Page 38 of 86

10.3.3 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 penalty for the same will be imposed on each occasion as given below: Item Penalty i) Failure to complete job orders within As laid down in the Clause regarding time specified in Para 6.1 penalties in Para 6.1 and its sub paras. ii) Failure to deploy trained and IICL Upto Rs 2,000 on each occasion, at the certified staff for container repair. discretion of Terminal Incharge. iii) Damage to container during the course Contractor shall be liable to re-repair it to the of custody/repair by Contractor or satisfaction of CONCOR and the owners of unsatisfactory repair as brought to the container. In case CONCOR gets the notice by Shipping container repaired outside through other Lines/clients/CONCOR agency, the repair charges (in full) will be deducted from his bills due/Security Deposit. iv) Damage to Cargo during the course of He shall be liable to pay the cost of the custody/repair by Contractor. damages/claims incurred by CONCOR. v) Non-compliance of any of the Upto Rs.5000/- on each occasion at the

contractual provisions

discretion of Terminal In-Charge.

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 VII) for verification. The report shall be submitted to the official nominated for the purpose by CONCOR by 12:00 hours every day. Decision of officer incharge with regard to level of compliance/penalty due to delay shall be final and binding.

11.3

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 penalty/claims accruing on this account.

11.4

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.

11.5

In case of repeated instances of unsatisfactory working, in addition to the levy of penal charges as laid down in Para 11.1 above, CONCOR reserves the right to take any other action

….……………………………………….

Signature and Seal of the Tenderer

Page 39 of 86

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 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. 11.6

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 of the termination of contract as stated above.

11.7

In the event of contractor’s employees going on strike which would include what is understood as a stake 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.

11.8

Notwithstanding anything contained herein above due to reasons beyond control of the contractor e.g. riots, violence, calamities, fires, etc covered in the purview of force-majeure, Executive Director,/South Central Region, CONCOR is empowered to consider waiver of above penalties either in part or full at his sole discretion.

12. Liability for Labour Laws 12.1

All labour and/or personnel employed by Contractor shall be engaged by him as his own employees/workmen in all respects implied or expressed. The responsibilities whatsoever, incidental or direct, arising out of or for compliance with or enforcement of the provisions of various labour laws of the country shall be that of the Contractor. He shall specifically ensure compliance with all Laws/Acts and their enactments/amendments including:-.         

The Payment of Minimum Wages Act 1938 The Payment of Wages Act, 1936 The Factory Act, 1948 The Workmen’s Compensation, 1923 The Employees Provident Fund Act, 1952 The Contract Labour (Regulation and Abolition) Act, 1970 The Payment of Bonus Act, 1965 The Payment of Gratuity Act, 1972 The Equal Remuneration Act., 1976

….……………………………………….

Signature and Seal of the Tenderer

Page 40 of 86

      

The Employees State Insurance Act, 1948 The Industrial Disputes Act, 1947 The Employment of Children Act, 1938 The Motor Vehicles Act, 1988 along with GSRM.728-E dated 18/10/96 The Hours of Employment Regulations Regulation of Employment and Welfare Act, 1969 Any other Central/State laws as applicable to this business.

12.2 The Contractor shall fully indemnify CONCOR against all the payments, claims and liabilities whatsoever, incidental or direct, arising out of or for compliance with or enforcement of the provisions of any of the labour laws to the extent they are applicable to the establishment/work in container terminal. 12.3 The Contract Labour (Regulation & Abolition) Act 1970; Rules, 1971, and the Central Rules as modified from time to time are applicable to this contract. The Contractor shall comply with all the provisions of the ACT. The Contractor is required to obtain labour licence, if applicable and renew it from time to time. He shall also indemnify CONCOR from and against any claims under the aforesaid Act and the Rule. 12.4 The Contractor shall pay to the labour employed by him wages as per provisions of the aforesaid Act and the Rules, wherever applicable. 12.5 In every case in which, by virtue of the provisions of the aforesaid Act 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 failures to fulfill his statutory obligations under the aforesaid Act or 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 Section 20 Sub-section (2) and section 21 subsection (4) of the aforesaid Act, CONCOR shall be at liberty to recover such amount or part thereof by deducting it from Security Deposit and/or 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 Sub-Section (1) of Section 20 and Sub-Section (4) of section 21 of the aforesaid Act 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. CONCOR is not liable for any dispute arising in any Courts. Agency is responsible for solving the dispute. 12.6 The contractor shall not employ any person/labour below the age of 15 years. He shall indemnify CONCOR from and against all claims and penalties which may be suffered by CONCOR or any person employed by him by reason of any default on the part of the contractor to observe and/or in the performance of the provisions of Employment of Children Act XXVI of 1938 or any reenactment or modification of the same.

….……………………………………….

Signature and Seal of the Tenderer

Page 41 of 86

12.7 The contractor shall not employ a person above 15 and below 19 years of age for the purpose of execution of the work under his contract unless a Medical Certificate of fitness in the prescribed form granted to him by a surgeon certifying that he is fit to work as an adult is obtained and kept in his custody or a person nominated by him in this behalf and the person carries with him, while at work, a token giving a reference to such certificate. 13.0 COMPLIANCE OF PAYMENT OF WAGES ACT 1936 13.1 The contractor shall be responsible for compliance with the provision of the Payment of Wages Act, 1936 or any statutory modifications thereof and any Rules made thereunder in respect of the staff employed by him and shall keep CONCOR indemnified against all loss, damage or claim arising directly or indirectly through any failure or omission to comply with the requirements of the said Act and Rules. 13.2 The contractor should pay minimum wages as applicable from time to time to the labour engaged by him. At any point of time, the wages paid to the labour should not be less than the minimum wages prescribed by the appropriate Government/Competent authority for the work, and, where not notified, the wages paid for similar work in the neighborhood. The labour wages and allowances shall not be less than those prescribed by any provincial law, etc. The contractor shall keep a proper record of such payment, and submit a certificate every month to CONCOR of his having done so. 13.3 If CONCOR shall at any time consider 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 a notice in writing to the effect, and in case of non-compliance with such notice, all payments to the contractor may be withheld during such non-compliance. 13.4 A notice showing the rates of wages to be paid to workers shall be published by the contractor and exhibited prominently near the place of work and should be made easily accessible to all workers. 14.0 CLAIMS UNDER WORKMEN’S COMPENSATION ACT 1923 / EPF / ESI 14.1

The bidder must submit Provident Fund Code number along with the notarized Registration Certificate/PF code allotment letter with the tender letter. Compliance of PF and ESI Act:

14.2

All the labourers who are engaged by the contractor should be covered under PF and ESI Act. In case the ESI Act is not applicable to the contractor, they must be covered under Insurance or Workers Compensation Act,1923.

14.3

No overtime in respect of labour shall be claimed from CONCOR. The Agency is required to deploy proper reliever for the work.

14.4

The contractor shall at all times indemnify CONCOR against all claims which may be made under the Workmen’s Compensation Act 1923 or any statutory modifications

….……………………………………….

Signature and Seal of the Tenderer

Page 42 of 86

thereof or otherwise for or in respect of any damages or compensation payable in consequence of any accident, injury sustained by any labourer/servant or person in his employment and engaged in the performance of contract and shall take responsibility for all risks of accidents or damages which may cause failure of the performance of contract arising out of such accident such labourer or servant and shall be responsible for the sufficiency of all means used by him for the fulfillment of contract. If any such accident occurs which may involve any such liability under the Act, CONCOR shall be at liberty to withhold such amount from the bills of the contractor and also deposit the same with the Commissioner under W.C. Act. 15.0 INSURANCE It is advisable for contractor to take a suitable insurance policy for operations of container repair at SC Terminals.

17.0 17.1

16.0

HOURS OF EMPLOYMENT REGULATIONS

16.1

The Contractor shall be responsible for compliance with the provisions of the Hours of Employment Regulations in respect of the staff employed by him in the manner decided upon by the appropriate authority.

16.2

No labourer shall be unfairly treated or removed from work except for valid reasons. The Terminal Incharge will be competent to deal with and adjudicate on any complaint in this respect and his decision will be final and binding on the contractor and outside the purview of the Arbitration Clause.

16.3

The labourer’s/operator’s/contractor’s employees engaged in the repair of containers under the terms of the contract are to be deemed as employees of the contractor for all purposes of Industrial Disputes Act, 1947 or other enactments that may be applicable should necessity arise.

16.4

The contractor shall comply with all the laws, regulations and rules for the benefit of labour/employees that are in force or may come into force and the contractor shall indemnify and keep CONCOR indemnified against all loss, damage, claims and costs arising in any manner whatsoever out of or through or as a result of any failure or omission on the part of the contractor to comply with any such laws, regulations and/or rules. Responsibility for Loss or Damage to Container/Cargo 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 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.

….……………………………………….

Signature and Seal of the Tenderer

Page 43 of 86

17.2

18.

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. Illegal Gratification

18.1 Any bribe, commission, gift or advantage given/promised or offered by or on behalf of the contractor or his partner, 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 decision 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 dealings or transactions either directly or indirectly with any employee(s) of CONCOR and, if he shall do so, CONCOR shall be entitled forthwith to rescind his all contracts with CONCOR. Any question or dispute as to the commissions of any offense or compensation payable to CONCOR under this Clause shall be settled by CONCOR in such manner as it considers fit and sufficient and decision shall be final and conclusive. 18.2 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. 19.

Death of 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. 20.0

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. 21.0 Payments 21.1 For doing the repair work the contractor will be paid according to the Schedule of rates as finalized in the tender (Terms and Conditions governing this contract) and the explanatory notes attached thereto as Annexure-I .

….……………………………………….

Signature and Seal of the Tenderer

Page 44 of 86

21.2

Payment under various items of the Schedule of rates will be due only on completion of the respective activity of Domestic containers only.

21.3

The rates given in the Schedule of Rates and finally accepted 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 of this Chapter.

21.5

Subject to any deductions which CONCOR will be authorised to make under the terms of contract that may be applicable while accepting the tender, the Contractor shall be entitled for payment as under:

21.6

The Contractor shall prepare and submit monthly bills in prescribed forms based on the quantum of work handled during the previous month to the Terminal Incharge. Payment of amount claimed will be arranged after necessary checks of the correctness of claim, deducting all charges due including income-tax, at the prescribed rate. 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.”

21.7

A claim for services rendered under this contract shall be made by the contractor to CONCOR within four months of such services being rendered. If he does not prefer the claim within the said period, he shall be deemed to have waived his right in respect thereof and shall not be entitled to any payment on account thereof. Nevertheless, Executive Director,/South Central 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.

21.8

No claim in respect of under-payment to the contractor shall be considered valid or shall be entertained unless a claim in writing is made therefore within 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 three months period shall be liable to be summarily rejected by CONCOR.

21.9

Payments shall be made through Electronic Fund Transfer/cheques duly deducting the charges payable to the bank. The successful tenderer undertaking the work shall intimate CONCOR the name of the person or organization in whose favour the cheque/EFT for amount due to him should be drawn. For payment by electronic means, the contractor will be required to convey the bank account details and RTGS code etc.

21.10

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 & 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

….……………………………………….

Signature and Seal of the Tenderer

Page 45 of 86

to this effect, failing which CONCOR will be at liberty to deduct the said amount from the future bills. 21.11

Service Tax as applicable shall be collected directly from the Shipping Lines for the containers carried out repairs on account of ISO containers as the bill are being directly raised and realized from the Shipping Line. As regards Domestic containers the contractor on submission of detailed workings 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.

21.12

The agency shall make regular and full payment of wages, PF, ESI and any other payments which would be payable under statutory elements, to labourerer from time to time.

21.13

A copy of disbursement of Wages, ESI, PF, Service Tax, Muster Roll, etc, shall be enclosed along with the bill.

22. Arbitration 22.1

22.2

22.3

22.4

22.5 22.6

Except where otherwise provided for in the contract, all questions and disputes relating to the meaning of the words, terms, specifications, operations, and instructions, mentioned in this contract and as to the quality of workmanship or performance of container repairs, any other question, claim, right matter or thing whatsoever in any way arising out of or relating to the contract, specifications, operating instructions, orders or these conditions; or otherwise concerning the container repair the execution or failure to execute the same, whether arising during the progress of the work or after the completion or abandonment thereof shall be referred to the sole arbitration of Director, CONCOR, is unable or unwilling to act, to the sole arbitration of any such person appointed by the Director, CONCOR, willing to act as such arbitrator. There will be no objection if the arbitrator so appointed is an employee of CONCOR. If the Arbitrator, to whom the matter is originally referred, is being transferred or is vacating his office or is unable to act for any reason, the Director, as aforesaid at the time of such transfer, or vacation of the office or inability to act, shall appoint another person to act as Arbitrator in accordance with the terms of the contract. Such person shall be entitled to proceed with the reference from proceeding under this clause. 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 may from time to time with consent of the parties, enlarge the time for making and publishing the award. 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. 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. The Arbitrator shall have power to call for such evidence by way of affidavits or otherwise as the Arbitrator shall think proper and it shall be the duty of the parties hereto to do or cause to

….……………………………………….

Signature and Seal of the Tenderer

Page 46 of 86

22.7 22.8 22.9

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.

23. Deduction towards Income tax / work tax etc. at source 23.1 Deduction of dues like Income Tax at source / work tax / or any other statutory levies wherever due or any other tax/levy imposed by Govt. will be made from the money payable to 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 in 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 compensation on this account. 25. Verbal or written undertaking not binding unless formalised 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 etc.

26.1 Save as otherwise provided, all notices issued and action to be taken for and on behalf of the Executive Director,/ South Central Region/ CONCOR/Secunderabad, shall be issued/taken by the Official In-charge of the Container Terminal. The contractor shall furnish to CONCOR the names, designations and addresses of his authorised 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 authorised representatives or left at or posted at the address so given. It shall be deemed to have been so given in the case of posting on the day on which they are posted in the ordinary/registered post or on the day on which they were delivered or left. 27. Working Hours 27.1

The Terminal functions round the clock for rail/road handling purposes as well as containers stuffing/destuffing. The working hours for the purpose of container repairs shall be from 08:00

….……………………………………….

Signature and Seal of the Tenderer

Page 47 of 86

hrs. to 20:00 hrs. The contractor will be required to work during such hours of the day (including Sundays & holidays) or as specified by the Terminal Managers at ICD/SNF, DCT/Nagalapalle & CFS/Visakkhapatnam and MMLP incharge, Guntur and Desur Terminal Incharges 28. Responsibility for loss or damage to property of CONCOR/Railway 28.1

The contractor shall be liable to compensate CONCOR for all damages 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 taking work from CONCOR/Government servants 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 Contractor. The Contractor shall, under no circumstances, employ any person in the employment of 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 a 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 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 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 hours 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. In the event of such termination of the contract, the contractor would be required to clear all dues, if any and all other commercial, legal & statutory dues falling on the date of termination and/or subsequently raised.

30.3

31.0 Unauthorized Activity Prohibited 31.1 The contract should keep in mind that the area allotted (workshop) for container repair are only meant for attending container repairs in Terminals of SC 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.

….……………………………………….

Signature and Seal of the Tenderer

Page 48 of 86

32.

SAFETY:

32.1 The contractor shall indemnify CONCOR against any violation of safety laws, rules and regulations while carrying out operation as required by the contractor. 32.2 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 compensation within 48 hours. 33.0 Vacation of workshop premises 33.1 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. 34.0 EXIT CLAUSE 34.1 CONCOR will have the liberty to terminate the contract by giving an advance notice of 60 days in case there are strong business reasons for it to do so as determined by its management. 35. General 35.1 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 Executive Director, South Central 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. For and on behalf of Container Corporation of India Ltd.

Executive Director SOUTH CENTRAL REGION The scope of work and all terms and conditions listed from Para 1 to 35 along with their SubParas have been read carefully, understood and accepted.

Signature of Tenderer For and on behalf of (Name, Designation and Address) -x-

….……………………………………….

Signature and Seal of the Tenderer

Page 49 of 86

Annexure-I CONCOR SCHEDULE (ISO/Domestic) S. No.

Activity S. No. A

1

A1

2

A1A

3

A2

4

A2A

5

A3

6

A3A

7

A4

8

A4A

9

A5

10

A5A

11

A6

12

A6A

13

A7

14

A7A

15

A8

16

A8A

OF

RATES

(SOR)

FOR

CONTAINER

DESCRIPTION OF REPAIR

PANEL (SIDE & FRONT) (1) 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 REPLACE FRONT PANEL 8’X4’ (2MM) REPLACE FRONT PANEL 8’X4’ (2MM) (CORTEN)

REPAIR

Labour (A)

Material (B)

In Rs.

In Rs.

In Rs.

5847

16606

22453

5847

18266

24113

3189

8303

11492

3189

9649

12838

1063

1661

2724

1063

1827

2890

1169

1860

3029

1169

2046

3215

3508

9299

12807

3508

10229

13737

6431

18598

25029

6431

20458

26889

3986

10229

14215

3986

11251

15237

1063

2081

3144

1063

2290

3353

….……………………………………….

Signature and Seal of the Tenderer

Page 50 of 86

Total (A+B)

17

A9

18

A9A

19

A10

20

A10A

21

A11

22

A11A

23

A12

24 25 26

A13 A14 A15

27

A16 B

28

B1

29

B1A

30

B2

31

B2A

32

B3

33

B3A

34

B4

35

B4A

36

B5

37

B6

REPLACE FRONT PANEL COMPLETE (2MM) REPLACE FRONT PANEL COMPLETE (2MM) CORTEN REPLACE ONE FRONT PANEL OF HC 9'x4' 2MM REPLACE ONE FRONT PANEL OF HC 9'x4' 2MM CORTEN REPLACE COMPLETE FRONT PANEL OF HC CONTAINER 2MM REPLACE COMPLETE FRONT PANEL OF HC CONTAINER 2MM CORTEN REPLACE/BLOCK INNER VENTILATOR PANEL REPLACE STEEL VENTILATOR (BIG) REPLACE STEEL VENTILATOR (SMALL) STRN. AND WELD PANEL FIRST 6” STRN. AND WELD PANEL EVERY ADD 6” ROOF (3) REPLACE CORRUGATED ROOF PANEL 20FT 2MM REPLACE CORRUGATED ROOF PANEL 20FT 2MM CORTEN REPLACE CORRUGATED ROOF PANEL 40 FT 2MM REPLACE CORRUGATED ROOF PANEL 40 FT 2MM CORTEN REPLACE CORRUGATED ROOF PANEL 8’X4’ 2MM REPLACE CORRUGATED ROOF PANEL 8’X4’ 2MM CORTEN REPLACE CORNER PROTECTION/ROOF GUSSET EACH REPLACE CORNER PROTECTION/ROOF GUSSET EACH CORTEN STRN. ROOF BOW EACH STRN. ROOF BOW EVERY ADD

1595

3897

5492

1595

4286

5881

1169

2342

3511

1169

2575

3744

1648

4386

6034

1648

4823

6471

104

156

260

74 32 32

117 83 26

26

25

191 115 58 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

34

21

55

34

18

52

….……………………………………….

Signature and Seal of the Tenderer

Page 51 of 86

38

B7

39

B8

40

B9

41

B10

42

B11

43

B12

44

B12A

45

B13

46

B13A

47

B14

48

B14A

49

B15

50

B15A

51

B16

52

B16A

53

REMOVE STRN & REFIX ROOF BOW EACH STRN. AND WELD CORNER PROTECTION PLATE STRN. AND WELD GUSSET EACH 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 REPLACE FLAT ROOF PANEL COMPLETE 40 FT 2MM CORTEN REPLACE FLAT ROOF PANEL COMPLETE 22.5 FT HC 2 MM REPLACE FLAT ROOF PANEL COMPLETE 22.5 FT HC 2 MM CORTEN REPLACE FLAT ROOF PANEL 8’X4’ (2MM) REPLACE FLAT ROOF PANEL 8’X4’ (2MM) CORTEN PATCH FLAT ROOF PANEL PER FOOT

49

39

88

49

43

92

43

26

69

34

25

59

21

22

43

3189

9963

13152

3189

10960

14149

5847

19927

25774

5847

21919

27766

3721

10849

14570

3721

11934

15655

1063

1993

3056

1063

2192

3255

106

66

172

PATCH FLAT ROOF PANEL PER FOOT (CORTEN)

106

73

179

B17

PATCH FLAT ROOF PANEL EVERY ADD FT

106

64

170

54

B17A

PATCH FLAT ROOF PANEL EVERY ADD FT CORTEN

106

70

176

55

B18

PATCH CORRU. ROOF PANEL PER FOOT

106

66

172

56

B18A

PATCH CORRU. ROOF PANEL PER FOOT (CORTEN)

106

73

179

….……………………………………….

Signature and Seal of the Tenderer

Page 52 of 86

PATCH CORRU. ROOF PANEL PER FOOT

106

64

170

PATCH CORRU. ROOF PANEL EVERY ADD FT CORTEN

106

70

176

20

PATCH CRRU.ROOF PANEL EVERY ADD FT

106

70

176

55

20A

PATCH CRRU.ROOF PANEL PER FOOT (CORTEN)

106

73

179

56

21

PATCH CORRU. ROOF PANEL PER FOOT

106

64

170

57

21A

[ATCH CORRU. ROOF PANEL EVERY ADD FT (CORTEN)

106

70

176

57

B19

58

B19A

54

C

DOOR ASSEMBLY (5)

59

C1

REPLACE ONE COMPLETE CORRU. DOOR PANEL

425

2081

2506

60

C1A

REPLACE ONE COMPLETE CORRU. DOOR PANEL CORTEN

425

2290

2715

61

C2

INSERT/PATCH DOOR PANEL BEHIND HINGE/BRACKET

53

55

108

62

C3

REPLACE STAINLESS STEEL CARGO LABEL PLATE

49

65

114

63

C4

STRN. & CARGO LABEL PLATE

32

33

65

64

C5

RE-ALIGN DOOR EACH

213

90

303

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

….……………………………………….

Signature and Seal of the Tenderer

Page 53 of 86

372

488

860

372

537

909

C11

REPLACE DOOR FRAME 8’ EACH REPLACE DOOR FRAME 8’ EACH (CORTEN) SECTION DOOR FRAME PER FT

53

65

118

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

7 INCH * 12 INCH SQUARE OR RATE PER SQ.FT CORTEN

53

95

148

80

D3

13 INCH * 24 INCH SQUARE PATCH INSERT ON ALL PANELS

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

69

C10

70

C10A

71

….……………………………………….

Signature and Seal of the Tenderer

Page 54 of 86

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

F

DOOR ASSEMBLY (GASKET/SEAL & RETAINER STRIP) (8) 298

1361

1659

170

265

435

17

68

85

17

63

80

REPLACE COMPLETE GASKET/SEAL INCLDG. RETAINER STRIP 24'AND OF ONE DOOR REPLACE COMPLETE RETAINER STRIP 24’ SECTION DOOR GASKETS PER FOOT SECTION DOOR GASKETS EVERY ADD FOOT

98

F1

99

F2

100

F3

101

F4

102

F5

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

43

96

139

103

F6

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

38

90

128

104

F7

6

11

17

105

F8

4

11

15

106

F9

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

17

17

34

107

F10

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

17

15

32

108

F11

DOOR STOPPER PLATE REPLACEMENT

68

51

119

109

G

DOOR ASSEMBLY (HINGE/LUG/PIN) (9)

SECTION RETAINER STRIP PER FT. SECTION RETAINER STRIP ADDL. PER FT.

….……………………………………….

Signature and Seal of the Tenderer

Page 55 of 86

110

G1

REPLACE COMPLETE ASSEMBLY (HINGE/LUG/PIN)

128

281

409

111

G2

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

STRN. HINGE BLADE EACH

26

19

45

116

G7

REMOVE STRN. & REFIX REWELD HINGE blade each

68

99

167

117

G8

REPLACE HINGE LUG ONLY

21

39

60

118

G9

HINGE LUG STRN. & WELD

11

10

21

119

H

DOOR ASSEMBLY (LOCKING BAR) MECHANISM (10)

120

H1

REPLACE COMPLETE ONE DOOR LOCKING BAR MECHANISM 01 NO.

319

753

1072

121

H2

138

217

355

122

H3

43

104

147

123

H4

REP. DOOR LOC. BAR CAM RET. (KEEPER) EACH

43

140

183

124

H5

REP. LARGE END BEARING BRACKET (GUIDE) EACH

43

83

126

125

H6

REP. SMALL BEARING BRACKET (GUIDE) EACH

13

30

43

126

H7

RESECURE/REWELD/REFIX LARGE (END) BEARING BRACKET EACH

34

29

63

REPLACE DOOR LOCKING BAR EACH ONLY REPLACE DOOR LOCKING BAR CAM ONLY

….……………………………………….

Signature and Seal of the Tenderer

Page 56 of 86

127

H8

REMOVE AND REINSTAL SMALL BEARING BRACKET GUIDE EACH

21

26

47

128

H9

SECTION DOOR LOCKING BAR PER FOOT

28

38

65

129

H10

SECTION DOOR LOCKING BAR EVERY ADDL. FOOT

28

33

61

130

H11

32

36

68

131

H12

9

8

17

132

H13

13

14

27

133

H14

STRN. SMALL BEARING BRACKET (GUIDE) EACH

13

15

28

H15

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

32

32

64

134

STRN. DOOR LOCKING BAR PER FT. STRN. DOOR LOCKING BAR EVERY ADDL. FT. STRN. LARGE END BEARING BRACKET EACH

I

DOOR ASSEMBLY HANDLE MECHANISM (11)

135

I1

REPLACE DOOR HANDLE WITH HUB

36

143

179

136

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

REPLACE RETAINER CATCH

13

30

43

140

I6

FREE UP DOOR HANDLE CATCH/RETAINER EACH

13

15

28

141

I7

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

….……………………………………….

Signature and Seal of the Tenderer

Page 57 of 86

144

I10

STRN. AND REFIX HANDLE EACH

43

38

81

J

TOP RAILS (12)

J1

REPLACE (FULL PROFILE) TOP SIDE RAIL BOX TYPE WITH COMPONENTS 20'

1329

1640

2969

146

J1A

REPLACE (FULL PROFILE) TOP SIDE RAIL BOX TYPE WITH COMPONENTS 20' (CORTEN)

1329

1804

3133

147

J2

REPLACE (FULL PROFILE) TOP SIDE RAIL BOX TYPE WITHCOMPONENTS 40'

2126

3280

5406

148

J2A

REPLACE (FULL PROFILE) TOP SIDE RAIL BOX TYPE WITH COMPONENTS 40' (CORTEN)

2126

3608

5734

149

J3

REPLACE (FULL PROFILE) TOP FRONT RAIL BOX TYPE WITH COMPONENTS 8'

478

656

1134

150

J3A

REPLACE (FULL PROFILE) TOP FRONT RAIL BOX TYPE WITH COMPONENTS 8' ( CORTEN)

478

722

1200

151

J4

REPLACE (FULL PROFILE) TOP REAR RAIL WITH COMPONENTS 8'

478

656

1134

152

J4A

REPLACE (FULL PROFILE) TOP REAR RAIL WITH COMPONENTS 8' (CORTEN)

478

722

1200

153

J5

REPLACE TOP/FRONT/REAR HEADER EXTN. PLATE 8'

489

959

1448

154

J5A

REPLACE TOP/FRONT/REAR HEADER EXTN. PLATE 8' (CORTEN)

489

1054

1543

155

J6

REPLACE GUSSET EACH (INTERIOR TOP RAILS)

85

94

179

156

J6A

REPLACE GUSSET EACH (INTERIOR TOP RAILS) CORTEN

96

103

199

145

….……………………………………….

Signature and Seal of the Tenderer

Page 58 of 86

157

J7

SECTION (FULL PROFILE) TOP SIDE RAIL BOX TYPE FIRST FOOT

96

96

192

158

J7A

SECTION (FULL PROFILE) TOP SIDE RAIL BOX TYPE FIRST FOOT (CORTEN)

96

106

202

159

J8

SECTION (FULL PROFILE) TOP SIDE RAIL BOX TYPE EVERY ADDL FOOT

96

90

186

160

J8A

SECTION (FULL PROFILE) TOP SIDE RAIL BOX TYPE EVERY ADDL FOOT (CORTEN)

89

98

187

161

J9

SECTION (FULL PROFILE) TOP FRONT RAIL FIRST FOOT

106

96

202

162

J9A

SECTION (FULL PROFILE) TOP FRONT RAIL FIRST FOOT (CORTEN)

106

106

212

163

J10

SECTION (FULL PROFILE) TOP FRONT RAIL EVERY ADDL FOOT

96

94

190

164

J10A

SECTION (FULL PROFILE) TOP FRONT RAIL EVERY ADDL FOOT (CORTEN)

64

103

167

165

J11

SECTION (FULL PROFILE) TOP/REAR RAIL HEADER FIRST FOOT

128

103

231

166

J11A

SECTION (FULL PROFILE) TOP /REAR RAIL HEADER FIRST FOOT (CORTEN)

128

114

242

167

J12

SECTION (FULL PROFILE) TOP /REAR RAIL HEADER ENERY ADDL FOOT

106

101

207

168

J12A

SECTION (FULL PROFILE) TOP /REAR RAIL HEADER EVERY ADDL FOOT (CORTEN)

106

107

213

169

J13

INSERT (PARTIAL PROFILE) TOP FRONT RAIL PER FT

64

69

133

….……………………………………….

Signature and Seal of the Tenderer

Page 59 of 86

170

J14

INSERT (PARTIAL PROFILE) TOP FRONT RAIL EVRY ADDL FT

53

69

122

171

J15

INSERT (PARTIAL PROFILE) TOP REAR RAIL HEADER PER FT

64

96

160

172

J16

INSERT (PARTIAL PROFILE) TOP REAR RAIL HEADER EVERY ADDL FT

53

96

149

173

J17

INSERT (PARTIAL PROFILE) TOP SIDE OR FRONT RAIL FIRST FT

74

76

150

174

J18

INSERT (PARTIAL PROFILE) TOP SIDE OR FRONT RAIL FOR ADDL FT

74

69

143

175

J19

INSERT TOP FRONT/REAR HEADER EXTN. PLATE PER FT

43

76

119

176

J20

INSERT TOP FRONT/REAR HEADER EXTN.

43

72

115

177

J21

SECTION TOP FRONT/REAR HEADER EXTN. PLATE PER FT

74

96

170

178

J22

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

64

90

154

179

J23

850

1734

2587

180

J23A

181

J24

182

J24A

183

J25

184

J25A

185

J26

TOP RAIL FLAT BAR 20’ REPLACE TOP RAIL FLAT BAR 20’ REPLACE (CORTEN) TOP RAIL FLAT BAR 40’ REPLACE TOP RAIL FLAT BAR 40’ REPLACE (CORTEN) TOP RAIL FLAT BAR SECTION PER FEET

850

1907

2758

1595

3467

5062

1595

3814

5409

74

94

168

TOP RAIL FLAT BAR SECTION PER FEET (CORTEN)

74

103

177

TOP RAIL FLAT BAR SECTION EVERY ADDL. FEET

60

99

159

….……………………………………….

Signature and Seal of the Tenderer

Page 60 of 86

TOP RAIL FLAT BAR SECTION EVERY ADDL. FEET CORTEN

53

110

163

J27

WELD TOP RAIL – PER FOOT

26

36

62

188

J28

WELD TOP RAIL – EVERY ADDL. FOOT

26

34

60

189

K

STRAIGHTEN TOP/SIDE/FRONT REAR RAIL Header (13)

190

K1

STRAIGHTEN TOP/SIDE/FRONT REAR RAIL HEADER UP TO 6'

21

10

31

191

K2

STRAIGHTEN TOP/SIDE/FRON REAR RAIL HEADER PER FT

36

20

56

192

K3

STRAIGHTEN TOP/SIDE/FRONT REAR RAIL HEADER PER ADDL FT

30

20

50

193

K4

STRAIGHTEN AND WELD TOP/SIDE/FRONT REAR RAIL HEADER UP TO 6 INCHES

43

33

76

194

K5

STRAIGHTEN AD WLED TOP SIDE FRONT REAR RAIL ADDL 6 INCHES

32

20

51

195

K6

STRAIGHTEN AND WELD GUSSET EACH (INTERIOR TOP RAILS)

26

22

48

196

K7

STRAIGHTEN TOP RAIL FLAT BAR UPTO 6 INCHES

17

17

34

197

K8

STRAIGHTEN TOP RAIL FLAT BAR PER FOOT

34

34

68

198

K9

STRAIGHTEN TOP RAIL FLAT BAR EVERY ADDL FT

26

26

52

199

K10

STRAIGHTEN & WELD TOP SIDE FRONT / REAR EXTENSION PLATE

170

90

260

186

J26A

187

….……………………………………….

Signature and Seal of the Tenderer

Page 61 of 86

200

201

K11

K12 L

STRAIGHTEN & WELD TOP SIDE FRONT / REAR EXTE PLATE PER 6' STRAIGHTEN & WELD TOP SIDE FRONT / RWAR EXTENSION PLATE EVERY ADDL 6' BOTTOM RAILS (14)

21

20

41

17

16

33

202

L1

REPLACE (FULL PROFILE) BOTTOM SIDE RAILS WITH COMPONENTS 20'

1329

1638

2967

203

L1A

REPLACE (FULL PROFILE) BOTTOM SIDE RAILS WITH COMPONENTS 20' CORTEN

1329

1803

3132

204

L2

REPLACE (FULL PROFILE) BOTTOM SIDE RAILS WITH COMPONENTS 40'

2339

3277

5616

205

L2A

REPLACE (FULL PROFILE) BOTTOM SIDE RAILSWITH COMPONENTS 40'(CORTEN)

2339

3605

5944

206

L3

REPLACE (FULL PROFILE) BOTTOM FRONT RAILS WITH COMPONENTS 8'

425

886

1311

207

L3A

REPLACE (FULL PROFILE) BOTTOM FRONT RAILS WITH COMPONENTS 8' (CORTEN)

425

974

1399

208

L4

REPLACE (FULL PROFILE) BOTTOM REAR RAIL/SILL WITH COMPONENTS 8'

425

1018

1444

209

L4A

REPLACE (FULL PROFILE) BOTTOM REAR RAIL/SILL WITH COMPONENTS 8' (CORTEN)

425

1120

1545

210

L5

REPLACE GUSSET EACH (INTERIOR/EXTERIOR BOTTOM RAIL )

74

78

152

211

L5A

REPLACE GUSSET EACH (INTERIOR/EXTERIOR BOTTOM RAIL ) (CORTEN)

74

86

160

….……………………………………….

Signature and Seal of the Tenderer

Page 62 of 86

212

L6

SECTION (FULL PROFILE) BOTTOM SIDE RAIL FIRST FT

117

117

234

213

L6A

SECTION (FULL PROFILE) BOTTOM SIDE RAIL FIRST FT (CORTEN)

117

129

246

214

L7

SECN. (FULL PROFILE) BOTTOM SIDE RAIL EVERY ADDL FOOT

106

111

217

215

L7A

SECN (FULL PROFILE) BOTTOM SIDE RAIL EVERY ADDL FOOT CORTEN

106

121

227

216

L8

SECN (FULL PROFILE) BOTTOM FRONT RAIL FIRST FT

53

124

177

217

L8A

SECN (FULL PROFILE) BOTTOM FRONT RAIL FIRST FT (CORTEN)

53

133

186

218

L9

SECN (FULL PROFILE) BOTTOM FRONT RAIL EVERY ADDL FOOT

43

117

160

219

L9A

SECN (FULL PROFILE) BOTTOM FRONT RAIL EVERY ADDL FOOT (CORTEN)

43

129

172

220

L10

SECTN. (FULL PROFILE) BOTTOM REAR RAIL/ SILL RAIL FIRST FOOT

53

124

177

221

L10A

SECTN. (FULL PROFILE) BOTTOM REAR RAIL SILL RAIL FIRST FOOT CORTEN

53

133

186

222

L11

SECTION (FULL PROFILE) BOTTOM REAR / SILL RAIL EVERY ADDL FOOT

43

117

160

223

L11A

SECTION (FULL PROFILE) BOTTOM REAR / SILL RAIL EVERY ADDL FOOT (CORTEN)

43

129

172

224

L12

INSERT (PARTIAL PROFILE) BOTTOM SIDE FRONT & REAR RAIL 1 FT

43

72

115

….……………………………………….

Signature and Seal of the Tenderer

Page 63 of 86

225

L13

INSERT (PARTIAL PROFILE) BOTTOM SIDE FRONT 7 REAR RAIL EVERY ADDL FOOT

43

65

108

M

STRAIGHTEN BOTTOM SIDE FRONT REAR RAIL /SILL (15)

226

M1

STRAIGHTEN BOTTOM / SIDE /FRONT REAR RAIL HEADER UP TO 6 INCHES

13

16

29

227

M2

STRAIGHTEN BOTTOM / SIDE /FRONT REAR RAIL HEADER PER FOOT

21

29

50

26

22

48

36

26

62

21

22

43

21

22

43

1063

3715

4778

228

M3

229

M4

230

M5

231

M6 N

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) CORNER POST (16) REPLACE REAR CORNER POST COMPLETE WITH CASTING (UNIVERSAL TYPE)

232

N1

233

N2

REPLACE REAR CORNER POST COMPLETE WITHOUT CASTING

744

2389

3133

234

N3

REPLACE REAR CORNER POST COMPLETE WITHOUT CASTING OF HC CONTAINER

850

2550

3400

235

N4

REPLACE CORNER CASTING EACH TOP /BOTTOM (LEFT/RIGHT)

213

852

1065

….……………………………………….

Signature and Seal of the Tenderer

Page 64 of 86

236

N5

INSERT (PARTIAL PROFILE) FRONT CORNER POST PER FT

96

312

407

237

N6

INSERT (PARTIAL PROFILE) FRONT CORNER POST EVERY ADDL FT

96

304

400

1063

4543

5606

1116

4974

6091

REPLACE FRONT CORNER POST COMPLETE WITH CASTING (UNIVERSAL TYPE) REPLACE FRONT CORNER POST COMPLETE WITH CASTING OF HC CONTAINER

238

N7

239

N8

240

N9

REPLACE FRONT CORNER POST COMPLETE WITHOUT CASTING

850

3131

3981

241

N10

REPLACE FRONT CORNER POST COMPLETE WITHOUT CASTING OF HC CONTAINER

957

3563

4520

242

N11

INSERT (PARTIAL PROFILE) REAR CORNER POST FIRST FOOT

96

304

400

243

N12

INSERT (PARTIAL PROFILE) REAR CORNER POST EVERY ADDL FOOT

85

297

382

244

N13

INSERT ‘J’ BAR – ONE FOOT

32

72

104

245

N14

INSERT ‘J’ BAR – ADDITIONAL FOOT

32

65

97

246

N15

STRAIGHTEN FRONT / REAR CORNER POST FIRST FT

64

87

151

STRAIGHTEN FRONT / REAR CORNER POST EVERY ADDL FT

43

70

113

EVERY ADDL. FT.

0

0

0

STRAIGHTEN (J) BAR FIRST FOOT STRAIGHTEN (J) BAR EVERY ADDL. FOOT

32

38

70

32

32

64

247 N16 248 249

N17

250

N18

….……………………………………….

Signature and Seal of the Tenderer

Page 65 of 86

251

N19

STRAIGHTEN & WELD FRONT/REAR CORNER POST FIRST 6 '

53

62

115

252

N20

STRAIGHTEN & WELD FRONT/REAR CORNER POST EVERY ADDL FT

43

36

79

253

N21

149

130

279

254

O

O1

REPLACE FORK PACKET ASSY. COMPLETE WITH CROSS MEMBER TOP & BOTTOM PLATE & STRIPS

1063

3188

4251

256

O1A

REPLACE FORK PACKET ASSY. COMPLETE WITH CROSSMEMEBER TOP & BOTTOM PLATE & STRIPS ( CORTEN)

1063

3507

4570

257

O2

REPLACE COMPLETE FORK POCKET SIDE EACH

213

599

812

258

O2A

REPLACE COMPLETE FORK POCKET SIDE EACH (CORTEN)

213

659

872

259

O3

REPLACE COMPLETE FORK TOP PLACE ONLY EACH

213

633

846

260

O3A

REPLACE COMPLETE FORK TOP PLACE ONLY EACH (CORTEN)

213

742

955

261

O4

REPLACE FORK POCKET STRAP EACH

43

83

126

262

O4A

REPLACE FORK POCKET STRAP EACH (CORTEN)

43

99

142

263

O5

REPLACE COMPLETE CROSS MEMBER (C TYPE) PER PIECE

170

709

879

255

REALIGN FRONT / REAR CORNER POST EACH UNDER STRUCTURE (17)

….……………………………………….

Signature and Seal of the Tenderer

Page 66 of 86

REPLACE COMPLETE CROSS MEMBER (C TYPE) PER PIECE CORTEN

170

779

949

O6

REPLACE COMPLETE TUNNEL ASSEMBLY

1276

2344

3620

266

O7

REPLACE COMPLETE TUNNEL CROSS MEMBER /OUT TRIGGER PER PIECE

159

137

296

267

O8

REPLACE GOOSENECK TUNNEL TOP PLATE AND STIFFENEERS

138

1211

1349

268

O9

INSERT TOP PLATE OF FORK 1 FT

38

156

195

269

O10

INSERT CROSS MEMBER/FORK POCKET SIDE PER FT

64

105

169

270

O11

INSERT COMPLETE TUNNEL CROSS MEMBER /OUT TRIGGER MAX 30 '

102

141

243

271

O12

INSERT TUNNEL CROSS MEMBER/OUTRIGGER 1 FT

70

68

138

272

O13

INSERT GOOSENECK TUNNEL LONGITUDINAL RAIL

159

974

1133

273

O14

STRAIGHTEN COMPLETE CROSS MEMBER /FORK POCKET SIDE EACH

51

38

89

274

O15

STRAIGHTEN COMPLETE TUNNEL CROSS MEMBER ( OUT TRIGEER ) EACH

43

38

81

275

O16

STRAIGHTEN GOOSENECK TUNNEL TOP PLATE & STIFNERS EACH

43

47

90

276

O17

STRAIGHTEN FORK POCKET TOP PLATE EACH

51

49

100

O18

STRAIGHTEN & WELD CROSS MEMBER / FORK POCKET SIDE /OUT TRIGGER GOOSE NECK TUNNEL LONGITUDINAL RAIL 6'

34

47

81

264

O5A

265

277

….……………………………………….

Signature and Seal of the Tenderer

Page 67 of 86

278

O19

STRAIGHTEN & WELD CROSS MEMBER/FORK POCKET SIDE /OUTTRIGGER GOOSE NECK TUNNEL LONGITUDINAL RAIL EVERY ADDL 6 '

279

O20

REMOVE STRAIGHTEN REWELD FORK POCKET STRAP

280

O21

281

O22

282

O23

283

O24

REMOVE STRAIGHTEN REWELD/RESECURE CROSS MEMEBR ( I BEAM) REMOVE STRAIGHTEN REWELD/RESECURE CROSS MEMBER (C TYPE) STRAIGHTEN & WELD FORK POCKET STRIP STRAIGHTENING OF SIDE ACCESS CONTAINER BOTH SIDES

32

46

78

21

36

57

96

121

217

64

111

175

32

33

65

319

130

449

P

FLOOR (18)

284

P1

REPLACE COMPLETE PLYWOOD FLOOR 20’ (MARINE PLY)

1063

25021

26084

285

P2

REPLACE COMPLETE PLYWOOD FLOOR 40’ (MARINE PLY)

1913

50002

51915

286

P3

REPLACE ONE PLYWOOD FLOOR 8’ * 4’ (MARINE PLY)

319

4963

5282

287

P4

REPLACE THRESHOLD PLATES / CRASH PLATE

159

645

804

288

P5

289

2

5

7

P6

REPLACE / RESECURE FLOOR SCREW EACH SECTION SOLID PLANK FLOOR 36” * 6 “

106

345

451

290

P7

SECTION SOLD PLANK FLOOR 36” * 12”

159

571

730

291

P8

SECTION SOLID PLANK FLOOR 65” * 14”

298

1479

1777

….……………………………………….

Signature and Seal of the Tenderer

Page 68 of 86

292

P9

SECTION PLYWOOD FLOOR 65” * 45” (20.3 SQ. FT

468

2988

3456

293

P10

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

STRAIGHTEN THRESHOLD PLATE

19

34

53

298

P15

REMOVE STRAIGHTEN AND REFIX THRESHOLD PLATE

117

78

195

299

P16

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

NORMAL WASH 40’ (FLOOR)

132

49

181

304

P21

NORMAL WASH WITH COMPLETE INSIDE PANEL 20'

64

70

134

305

P22

NORMAL WASH WITH COMPLETE INSIDE PANEL 40'

170

105

275

306

P23

CHEMICAL/STEAM WASH COMPLETE INSIDE 20'

159

130

289

307

P24

CHEMICAL/STEAM WASH COMPLETE INSIDE 40'

244

260

504

308

P25

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

….……………………………………….

Signature and Seal of the Tenderer

Page 69 of 86

311

P28

312

P29

313

P30

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”

213

1035

1248

32

174

206

213

1043

1256

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

53

46

99

319

Q6

REPLACE T.I.R PLATE REPLACE CARGO LASHING RING / BAR EACH

21

25

46

320

Q7

21

36

57

321

Q8

0

10

10

322

Q9

0

17

17

323

Q10

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

0

7

7

327

Q14

4

5

9

328

Q15

REMOVE / REPAIR GRAFFITI PER SQ. FT. REMOVE STICKERS EACH/MANUFACTURING RESECURE / FIX DATA PLATE EACH

17

16

33

329

Q16

UPDATE C.S.C PLATE DETAILS

21

17

38

REPLACE/FILL CEMENT FRONT CORNER POST corner cover each REPAINT DOOR LOGO (SMALL) REPAINT DOOR LARGE LOGO (PER LETTER) REPAINT / RENEW EACH NUMBER PREFIX

….……………………………………….

Signature and Seal of the Tenderer

Page 70 of 86

330

Q17

REMOVE STRAIGHTEN & REFIX DOOR STOPPER PLATE

17

16

33

331

Q18

STRAIGHTEN DOOR STOP PLATE EACH

21

20

41

332

Q19

STRAIGHTEN TIE-BACK EACH

11

10

21

333

Q20

STRAIGHTEN DATA PLATE EACH

11

10

21

334

Q21

STRAIGHTEN CARGO LASHING RING / BAR EACH

11

10

21

335

Q22

CUT AWAY ANY LASHING ATTACHEMENTS / GRIND

11

10

21

336

Q23

TAR SCRAP / REMOVE 1 SQ. FT.

6

7

13

337

Q24

STRAIGHTEN AND WELD CARGO LASHING RING/BAR EACH

11

14

25

338

Q25

WELD ONLY CARGO LASHING RING / BAR EACH

6

7

13

339

Q26

WELD DOOR STOP PLATE EACH

6

9

15

340

Q27

WELD DOOR TIE BACK EACH

6

9

15

341

Q28

SCRAP PRIME AND PAINT PER 1 SQ. FT

4

7

11

342

Q29

SCRAP PRIME AND PAINT EVERY ADDL. 1 SQ.FT

4

7

11

343

Q30

ALL FLANGES STRAIGHTEN FIRST FOOT

32

7

39

344

Q31

ALL FLANGES STRAIGHTEN EVERY ADLL. FOOT

32

7

39

345

Q32

ALL FLANGES STRAIGHTEN AND WELD FIRST FOOT

43

16

59

346

Q33

STRAIGHTEN RAINGUTTER EVERY 1 FOOT.

15

8

23

….……………………………………….

Signature and Seal of the Tenderer

Page 71 of 86

347

Q34

STRAIGHTEN AND WELD RAINGUTTER FIRST 6"

30

20

50

348

Q35

STRAIGHTEN & WELD RAINGUTTER EVERY ADDL 6"

30

20

50

349

Q36

REMOVE / CUT AWAY RAINGUTTER COMPLETE

96

26

122

350

Q37

PIN HOLE WELD ON CONTAINER UPTO A TOTAL OF FIRST 3 NO'S

26

18

44

351

Q38

PIN HOLE WELD ANYWHERE ON CONTAINER PER ADDL HOLE

0

7

7

352

Q39

WELD ON ANYWHERE ON THE CONTAINER 0” TO 6 '

17

17

34

353

Q40

WELD ON ANYWHERE ON THE CONTAINER 7” TO 12'

21

31

53

354

Q41

WELD ON ANYWHERE ON THE CONTAINER 13 TO 24'

32

48

80

355

Q42

WELD ON ANYWHERE ON THE CONTAINER 25 TO 36 '

43

77

120

356

Q43

WELD ON ANYWHERE ON THE CONTAINER 37 TO 48'

53

79

132

357

Q44

WELD ON ANYWHERE ON THE CONTAINER 49 ' TO 69 '

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

….……………………………………….

Signature and Seal of the Tenderer

Page 72 of 86

R

FOR OPEN TOP CONTAINERS TOP RAILS (20)

363

R1

REPLACE (FULL PROFILE) TOP RAIL WITH COMPONENTS 20FT

1382

6201

7583

364

R1A

REPLACE (FULL PROFILE) TOP RAIL WITH COMPONENETS 20FT CORTEN

1382

6821

8203

365

R2

REPLACE (FULL PROFILE) TOP SIDE RAIL WITH COMPONENETS 40 FT

2339

12678

15017

366

R2A

REPLACE (FULL PROFILE) TOP SIDE RAIL WITH COMPONENTS 40 FT (CORTEN)

2339

13945

16284

367

R3

REPLACE (FULL PROFILE) TOP FRONT RAIL WITH COMPONENTS 8 FT

532

886

1418

368

R3A

REPLACE (FULL PROFILE) TOP FRONT RAIL WITH COMPONENTS 8 FT (CORTEN)

532

1062

1594

369

R4

REPLACE (FULL PROFILE) TOP REAR RAIL HEADER WITH COMPONENTS 8'

957

3639

4596

957

4248

5205

6

16

22

370

R4A

371

R5

REPLACE (FULL PROFILE) TOP REAR RAIL HEADER WITH COMPONENTS 8' CORTEN REPLACE GROMMETS EACH

372

R6

REPLACE CORNER PROTECTION PLATE

106

272

378

373

R6A

REPLACE CORNER PROTECTION PLATE CORTEN

106

322

428

374

R7

REPLACE REAR HEADER HINGE EACH

70

300

370

375

R8

REPLACE REAR HEADER PIN EACH

21

68

89

376

R9

SECTION (FULL PROFILE) TOP SIDE FRONT REAR RAILS 6'

0

0

0

….……………………………………….

Signature and Seal of the Tenderer

Page 73 of 86

377

R9A

SECTION (FULL PROFILE) TOP SIDE FRONT REAR RAILS 6' CORTEN

0

0

0

378

R10

SECTION (FULL PROFILE) TOP SIDE FRONT REAR RAILS ONE FOOT

159

345

504

379

R10A

SECTION (FULL PROFILE) TOP SIDE FRONT REAR RAILS ONE FOOR CORTEN

159

408

567

380

R11

SECTION (FULL PROFILE) TOP SIDE FRONT REAR RAILS EVERY ADDL 6'

70

121

191

381

R11A

SECTION (FULL PROFILE) TOP SIDE FRONT REAR RAILS EVERY ADDL 6' CORTEN

70

145

215

382

R12

INSERT (PARTIAL PROFILE) TOP SIDE FRONT REAR RAILS 6'

70

113

183

383

R12A

INSERT (PARTIAL PROFILE) TOP SIDE FRONT REAR RAILS 6' (CORTEN)

70

135

205

384

R13

INSERT PARTIAL PROFILE TOP SIDE FRONT REAR RAIL 1 FT

17

37

54

385

R13A

INSERT PARTIAL PROFILE TOP SIDE FRONT REAR RAIL 1 FT CORTEN

17

44

61

386

R14

REPLACE ROOF BOW HOLDER PLIN ONLY EACH

17

25

42

S

STRAIGHTEN TOP SIDE, FRONT, REAR RAILS (21)

387

S1

0” TO 6”

32

22

54

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

….……………………………………….

Signature and Seal of the Tenderer

Page 74 of 86

392

S6

STRAIGHTEN TOP RAILS 20’

T

TARPAULINS (22) REPLACE TARPAULINS OF 20 FT. CONTAINER (PVC FIRE RETARDENT)

638

406

1044

266

6550

6816

425

11892

12317

393

T1

394

T2

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

395

T3

REPLACE EYELET EACH

4

12

16

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

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

U

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

HARD TOP CONTAINERS

408

V1

RENEW ROOF PANEL OF 20FT CONTAINER 05 PCS

1913

18168

20081

409

V2

ANGLE FRAME FOR FIXING OF ROOF PANEL 56 FEET

744

8140

8884

410

V3

RENEW LOCKING BAR MECHANISM (04 NOS)

425

2865

3290

0

….……………………………………….

Signature and Seal of the Tenderer

Page 75 of 86

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

21

124

145

416

V9

SECTION GASKET 3"X1"- PER FEET RENEW LOCKING BAR MECHANISM (01 NOS)

106

716

822

Notes: 1 For the repairs at CONCOR Terminals of SOUTH CENTRAL REGION i.e. ICD/Sanathnagar, DCT/Nagalapalle, and CFS/Visakhapatnam & MMLP/Visakhapatnam, and Adhoc location including ICD/Desur and Guntur Terminal of SC Region to be carried out at the same SOR and finally accepted rates and as per terms conditions governing this contract. The Terminal at Guntur & Desur shall be considered as adhoc locations, till the regular staff is deployed by Contractor as instructed by CONCOR. 2 In case the container repairs at adhoc locations are required to be undertaken, the contractor will be reimbursed the following: 2.1 Travelling Allowance (TA) - Sleeper Class fares charged by Indian Railway as applicable from time to time per person. 2.2 Dearness Allowance (DA) of Rs.300/- per day per person. The DA shall be reckoned as follows: a) For period of less than 6 Hours – ¼ of DA b) For period of 6 Hrs and more but less than 12 Hrs–1/2 of DA c) For period of 12 Hrs and above – Full DA. The above reimbursement shall be payable only in the following conditions: a) Attending of estimation , or Container Repair works beyond 40Kms from the base depot. b) The contractor has taken the prior approval of RO/SCR in writing towards number of persons to be deployed by them at adhoc locations for attending container repairs. c) Travelling tickets / proof of other means of undertaking journey and for reckoning of DA, have to be submitted along with the bill. d) The contractor is required to depute staff to adhoc locations for preparing estimates of anticipated repairs of containers and to carry out repairs. In case of minor repairs, the staff deputed to adhoc locations are expected to prepare estimates and, on taking clearance from CONCOR, should undertake repairs immediately. In case of major repairs, the staff, thus deputed to adhoc locations, may be prepare repair estimates and submit the same for approval. In such cases of major repairs, contractor staff are entitled to claim travelling and daily expenses even for preparing repairs estimates. ….……………………………………….

Signature and Seal of the Tenderer

Page 76 of 86

ANNEXURE - II Bank Guarantee Bond Format In consideration of Container Corporation of India Ltd. (hereinafter referred to as CONCOR) with registered office at C-3, Mathura Road, Opp. Appllo Hospital, New Delhi-110 076 acting through Executive Director, South Central Region/CONCOR, with office at 602 & 603,6th Floor Navketan Building, Opposite to Clock Tower, S.D.Road Secunderabad-500 003, having agreed to permit M/s………………………………………. (Hereinafter called the said contractor) to establish container repair facilities at ICD & DCT, Sanathnagar, DCT/Nagalapalle and CFS/Visakhapatnam, MMLP/Visakhapatnam and Adhoc locations including ICD/Desur(Belguam) & Guntur Terminal in South Central Region on the terms and conditions of the agreement dated …………….. made between………………… and……………………… on production of a Bank Guarantee for Rs………………/- (Rs. ………………….. only), we…………………………………. Bank, (hereinafter referred to as the Bank) do hereby undertake (and promise) to pay to Container Corporation of India Ltd. an amount not exceeding Rs…………………….. against any loss or damages caused to or suffered or would be caused to or suffered by the containers or cargo therein or the Container Corporation of India Ltd. by reason of any failure of the contractor to carry container repairs in contravention of the terms and conditions contained in the said agreement. 1.

We………………………………………………………………, Bank, do hereby agree to be the primary obligator and undertake and promise to pay the amounts due or payable under this guarantee without any demur, merely on a demand from the Executive Director, South Central 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 Contractor’s failure to perform the said operations safely without damaging the cargo/container. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under guarantee shall be restricted to an amount not exceeding Rs……………….

2.

We………………………………………………. 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 claims satisfied or discharged or guaranteed, unless a demand or claim under this agreement is made on us in writing on or before 7 months after the date of completion of the contract we shall be discharged from all liability under this guarantee thereafter. (a)

Notwithstanding anything to the contrary contained herein the liability of the bank under this guarantee will remain in force and effect until such time

….……………………………………….

Signature and Seal of the Tenderer

Page 77 of 86

as this guarantee is discharged in writing by the Container Corporation of India Ltd. or until the date of the expiry of the contract (whichever is earlier) and no claim shall be valid under this guarantee unless noticed in writing thereof is given by the Container Corporation of India Ltd. within 3 months from the date of aforesaid. (b)

Provided that we…………………………………………….. 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 the Container Corporation of India Ltd. If the guarantee is not renewed or the period extended on demand, we…………………………. Bank shall pay the Container Corporation of India Ltd. the full amount of the guarantee on demand and without demur.

3.

We…………………………………………………….. 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 said Container Repair contractor 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 Container Repair contractor and to forbear 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 contractor 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 reservation would relieve us from the liability.

4.

This guarantee will not be revoked by any change in the constitution of the Bank and or of the surety.

5.

We ……………………………………………… 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.

Date : seal

Officer’s signature with Bank

….……………………………………….

Signature and Seal of the Tenderer

Page 78 of 86

ANNEXURE-III Particulars of Equipments offered by the Contractor Schedule detailing the Equipment, tools, tackles and gauges proposed to be deployed by the contractor (NAME OF THE EQUIPMENT AND NUMBER PROPOSED)

S.no.

Name of the Quantity Equipment

Brand Name

Type Model

& Year of Manufacturing

1 2 3 4 5 6 7 8 9 10 Apart from the above information, the bidder can submit additional information also.  

The details should be made out as per format given above (not necessarily on this sheet only). Please enclose copy of 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 Seal of the Tenderer

Page 79 of 86

ANNEXURE-IV Organisation Chart ORGANISATION CHART OF THE CONTRACTOR INCLUDING PROPOSED MANPOWER DETAILS FOR THE WORK (Name of the key staff, age, qualification, experience and copy of valid IICL Container Inspector Certification for the staff proposed full time for pre and post certification related services).

….……………………………………….

Signature and Seal of the Tenderer

Page 80 of 86

ANNEXURE-V Format of Agreement AGREEMENT FOR ACTING AS CONTRACTOR FOR ESTABLISHING OF A CONTAINER REPAIR FACILITY ON THE LEASED OUT SPACE TO CARRY ALL MAJOR AND MINOR REPAIRS OF DAMAGED ISO/DOMESTIC CONTAINERS AT ICD & DCT, Sanathnagar,Hyderabad, DCT/Nagalapalle and CFS/ CFCV,Visakhapatnam, MMLP/Visakhapatnam and Adhoc locations including ICD/Desur and Guntur Terminal SC Region as per IICL specifications. Contract Agreement No :

Dt :

An agreement made this …….. day of ………………., Two thousand and Fifteen between Container Corporation of India limited, with Registered office at C-3, Mathura Road, Opp. Appllo Hospital, New Delhi-110 076 (A govt. of India Undertaking) represented herein by Executive Director,, South Central Region (hereinafter called CONCOR) of the one part AND M/s ____________________________________________ (hereinafter called the “Contractor” which expression shall be deemed to include his/their respective heirs, executors, administration, legal representatives, successors and assignees) of the OTHER PART for the purpose of performing the work of container repair of ISO/DCT,Sanathnagar, DCT/Nagalapalle, CFS/Visakhapatnam, MMLP/Visakhapatnam and Adhoc locations including ICD/Desur(Belguam) and Guntur Terminal at the rates and under the conditions specified in the schedule annexed. Whereas the contractor has agreed with CONCOR to perform all the operations set forth in the schedule here to annexed, upon the terms and conditions governing contract annexed. In consideration of the payments to be made by CONCOR, the Contractor shall duly perform the said operations in the said schedule 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 this contract w.e.f. ………………….. upto ………………… and will observe, fulfill and honour all the conditions there in 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 agreed that if the contractor observes and honours the said terms and conditions of contract, CONCOR will pay or cause to be paid to the contractor for the operations on the completion thereof, the amounts due in respect thereof at the rates specified in the schedule here to annexed. The cost of stamp duty, if any due on this contract shall be borne by the contractor. IN WITNESS THEREOF, the said parties have herewith set their hands the day and year first above written. ….……………………………………….

Signature and Seal of the Tenderer

Page 81 of 86

CONTRACTOR

EXECUTIVE DIRECTOR, South Central Region For and on behalf of Container Corporation of India Ltd.

WITNESS

WITNESS

(NAME, SIGNATURE& ADDRESS)

(NAME, SIGNATURE& ADDRESS)

1. ................................................. 1. ....................................................... .................................................

.......................................................

.................................................

.......................................................

2. .....................................................

2. ......................................................

.....................................................

.......................................................

...................................................

.......................................................

Schedule detailing the terms of work with rates therefore and the conditions of contract are annexed.

….……………………………………….

Signature and Seal of the Tenderer

Page 82 of 86

ANNEXURE-VI Undertaking to be given by the bidders downloading from CONCOR/CPPP’s website. (ON THE LETTER HEAD OF THE BIDDER).

Executive Director, South Central Region, Container Corporation of India Ltd., 602, 6th Floor, Navketan Building, Opposite Clock Tower,S.D.Road, Secunderabad-500 003. I/We …………………………………… the authorized signatory of the ……………………………….…….. (Name of the Company/Firm/Association) certify that no addition/modification/alteration has been made in the Original Document downloaded from CONCOR/CPPP Website. 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.

….……………………………………….

Signature and Seal of the Tenderer

Page 83 of 86

ANNEXURE-VII Format for Daily Repair Compliance Report 1) Job order Compliance (Container Repair ISO inside terminal) JO No.

Container No

Type Repair

of

Repair Estimate

SOR Item No. of repair

Time assigned

Actual taken

Time

Delay, if any and other remarks.

Actual Time taken

Delay, if any and other remarks.

Actual Time taken

Delay, if any and other remarks.

2) Job order Compliance (Container Repair DOMESTIC inside terminal) JO No.

Container No

Type Repair

of

Repair Estimate

SOR Item No. of repair

Time assigned

3) Job order Compliance (Container Repair ISO outside terminal) JO No.

Container No

Type Repair

of

Repair Estimate

SOR Item No. of repair

Time assigned

4) Job order Compliance (Container Repair DOMESTIC outside terminal) JO No.

Container No

Type Repair

of

Repair Estimate

SOR Item No. of repair

Time assigned

Actual Time taken

….……………………………………….

Signature and Seal of the Tenderer

Page 84 of 86

Delay, if any and other remarks.

Annexure VIII Price Bid To be submitted separately in a sealed cover marked “FINANCIAL BID” (Not to be enclosed as part of Pre-Qualification Bid) To The Executive Director, Container Corporation of India Limited 602 - 603, 6th Floor,Navketan Building, Opposite Clock S.D.Road,Secunderabad-500 003. (Telangana State)

Tower,

Sir Tender for Establishing of a Container Repair Facility on the Leased Out Space to carry all major and minor repairs of damaged ISO/Domestic Containers at ICD & DCT Sanathnagar, Hyderabad, DCT/Nagalapalle, CFS/Visakhapatnam, MMLP/Visakhapatnam Terminal and Adhoc locations, including ICD/Desur and Guntur Terminal over South Central Region as per IICL SpecificationsTender Ref. No.: CON/SCR/CM/CR/OT/2014-15/OT/05, Dated 23-12-2014 1.

S No.

Subject to the conditions given in the tender document purchased/downloaded by me in connection with the above mentioned Tender, I/We hereby are submitting offer for the Licence for container repair of ISO /Domestic Containers at ICD & DCT,Sanathnagar, Domestic Terminal at Nagalapalle, CFS/CFCV,Visakhapatnam, MMLP/Visakhapatnam and Adhoc locations including ICD/Desur (Belguam) and Guntur in South Central Region as per IICL specifications as below:

Description

Rate in figures (in %)

Rate in words (in %)

(To be quoted by the Tenderer)

1

At Par / Above / Below in reference to SOR rates as mentioned in Annexure-I. 1. 2.

Scrap released in container repairs will be the property of contractor and accordingly the price bid should be quoted. The Price Bid quoted above will apply to all activities of SOR (Annexure-I) as a percentage of SOR and shall be applied on entire SOR irrespective of labour & material involvement. Contd…

….……………………………………….

Signature and Seal of the Tenderer

Page 85 of 86

3. 4.

5. 6. 7. 8.

9.

Bidder should note that, if different % are quoted against the different activities of SOR, the offer will be rejected. The Service Tax on labour cost shall be payable by CONCOR extra, as applicable from time to time, on submission of details. However the SOR inclusive of VAT on material. I agree to pay monthly License fee fixed by the CONCOR for all South Central Terminals put together. The applicable Service Tax from time to time has to be payable extra on the monthly License Charges fixed by the CONCOR. In addition to License Fee, the water and electricity charges or any other charges will be payable by the Contractor as applicable. I accept rates as mentioned in Price-Bid (Annexure-VIII) for Two years (and also during the extended period, if the contract term is extended and the obligatory period) from the date of award of contract. I/We hereby certify that I/We have examined and am/are fully familiar with all the provisions of the tender document and I/We agree to abide by all these terms and conditions during the currency of the contract. Yours faithfully,

Seal of Tenderer.

(Signature of Tenderer)

….……………………………………….

Signature and Seal of the Tenderer

Page 86 of 86