भारत सरकार / Government Of India पोत पररवहन...

142
भारत सरकार / Government Of India पोत पररवहन मंालय / Ministry Of Shipping दीपतंभ और दीपपोत महाननदेशालय / Directorate General Of Lighthouses & Lightships दीप भवन, ए-13, सैटर-24 / “DEEP BHAWAN” A-13, SECTOR 24 नोएडा (उ॰॰) - 201301 / NOIDA (U.P) - 201301 ई - / e - Tender Document कायय का नाम : दीपघर टडर वेसेल एम॰वी॰ सागरदीप-II (GRT-2466),एम॰वी॰ इनददरा पॉइंट(GRT-2477) एवं एम॰वी॰ दीपतंभ-II (GRT- 125) का चालन, अनुरण एवं बंधन । Name of Work: Running, Maintenance and Management of Lighthouse Tender Vessels Namely M.V. Sagardeep-II (GRT-2466), M.V Indira Point (GRT-2477) and M.V. Deepstambh- II (GRT- 125).

Transcript of भारत सरकार / Government Of India पोत पररवहन...

भारत सरकार / Government Of India

पोत पररवहन मतं्रालय / Ministry Of Shipping

दीपस्तभं और दीपपोत महाननदशेालय / Directorate General Of Lighthouses & Lightships

दीप भवन, ए-13, सकै्टर-24 / “DEEP BHAWAN” A-13, SECTOR 24

नोएडा (उ॰प्र॰) - 201301 / NOIDA (U.P) - 201301

ई - / e - Tender Document

कायय का नाम : दीपघर टेंडर वसेले एम॰वी॰ सागरदीप-II (GRT-2466),एम॰वी॰

इनददरा पॉइंट(GRT-2477) एव ं एम॰वी॰ दीपस्तभं-II (GRT-

125) का प्रचालन, अनरुक्षण एव ंप्रबधंन ।

Name of Work: Running, Maintenance and Management of Lighthouse Tender Vessels Namely M.V. Sagardeep-II (GRT-2466), M.V Indira Point (GRT-2477) and M.V. Deepstambh- II (GRT-125).

Section - I

1

Government of India

Ministry of shipping

Directorate General of Lighthouses and Lightships

“Deep Bhawan”, A-13, Tulsi Marg, Sector 24,

NOIDA, Uttar Pradesh – 201 301.

Tele-Fax-0120-2412677, Telephone-0120-2411345

E-mail:- [email protected]

INDEX

SECTION- I - NOTICE INVITING e- TENDER ................................................................................... 4

SECTION- II - INSTRUCTIONS TO BIDDERS ................................................................................... 7

2.1 Registration on CPP Portal: ........................................................................................................ 7

2.2 Preparation of Bid .......................................................................................................................... 8

2.3 Submission of Online Bid ............................................................................................................ 8

2.4 Documents required to be uploaded ................................................................................... 10

2.5 Submissions and Opening ........................................................................................................ 11

2.6 Inspection of Vessels .................................................................................................................. 11

2.7 Pre-Bid Meeting ............................................................................................................................ 12

2.8 Evaluation of Bids ........................................................................................................................ 12

2.9 Notification of Award ................................................................................................................. 13

SECTION- III - DETAILED BID NOTICE .......................................................................................... 14

3.1 Technical Bid - Eligibility Criteria ......................................................................................... 14

3.2 Technical Bid – Documents to be submitted .................................................................... 15

3.3 Instructions to Bidders .............................................................................................................. 16

3.4 Language of the bid ..................................................................................................................... 17

3.5 Bid Price .......................................................................................................................................... 17

3.6 Bid Currencies ............................................................................................................................... 17

3.7 Filling of Price Bid ....................................................................................................................... 18

3.8 Evaluation of Bids ........................................................................................................................ 18

3.9 Award of work and signing the agreement ....................................................................... 18

SECTION- IV – General Conditions of Contract .......................................................................... 20

4.1 General ............................................................................................................................................. 20

4.2 Definitions ...................................................................................................................................... 20

4.3 Date of commencement ............................................................................................................ 21

4.4 Contract Period ............................................................................................................................. 21

4.5 Liquidated Damages ................................................................................................................... 21

4.6 Consequential Damages:........................................................................................................... 21

4.7 Subletting ........................................................................................................................................ 21

4.8 Interpretation................................................................................................................................ 21

4.9 Force Majeure ............................................................................................................................... 21

4.10 Payment during "Force Majeure" ......................................................................................... 22

4.11 Applicable Law ............................................................................................................................. 22

4.12 Labour Laws .................................................................................................................................. 22

4.13 Compliance of Laws .................................................................................................................... 22

4.14 Change In Law ............................................................................................................................... 22

Section - I

2

4.15 Payment of Wages to Workmen ............................................................................................ 22

4.16 Notice ................................................................................................................................................ 23

4.17 Serviceability ................................................................................................................................. 23

4.18 Insolvency and breach of contract: ...................................................................................... 23

4.19 Rescindment of contract ........................................................................................................... 23

4.20 Interest on money due to the contractor:.......................................................................... 24

4.21 Arbitration:..................................................................................................................................... 24

4.22 Jurisdiction: .................................................................................................................................... 25

SECTION - V – SCOPE OF WORK ....................................................................................................... 26

5.1 General: ............................................................................................................................................ 26

5.2 Officers and Crew ........................................................................................................................ 27

5.3 Additional Crew............................................................................................................................ 31

5.3.1 Rate for Additional Crew .......................................................................................................... 31

5.4 Cruise Programme ...................................................................................................................... 31

5.4.1 M.V. Sagardeep II (At Jamnagar District) ........................................................................... 31

5.4.2 M V Sagardeep-II (At Cochin and Port Blair Districts) ................................................. 32

5.4.3 M.V Indira Point (At Port Blair/Cochin District) .......................................................... 33

5.4.4 M.V. DEEPSTAMBH- II (AT JAMNAGAR L. H. DISTRICT) ......................................... 34

5.5 Catering on Board ........................................................................................................................ 34

5.5.1 Terms and Conditions for Catering ...................................................................................... 35

5.6 Housekeeping ................................................................................................................................ 35

5.7 Preventive Maintenance Cell (PMC) .................................................................................... 36

5.8 Medicines on Board .................................................................................................................... 37

5.9 Assistance during Vessel at Port ........................................................................................... 37

5.10 Management of Services ........................................................................................................... 37

5.10.1 Supply of Fresh Water ............................................................................................................... 37

5.10.2 Bunkering of Vessels .................................................................................................................. 38

5.10.3 Supply of Annual Consumable Stores ................................................................................. 38

5.10.4 Assistance during Dry Docking of Vessel ........................................................................... 39

5.10.5 Assistance for Maintenance and Repair of the Ship ...................................................... 39

5.10.6 Anchoring and Berthing of Vessel at Remote Islands ................................................... 41

5.10.7 Insurance for DGLL Personnel on Board ........................................................................... 41

5.11 Communication ............................................................................................................................ 42

5.12 ISM - Code Management ........................................................................................................... 42

SECTION – VI – SPECIAL CONDITIONS OF CONTRACT ............................................................. 43

6.1 Operational Base of Vessel....................................................................................................... 43

6.2 Base Port of Vessel ...................................................................................................................... 43

6.3 Delivery/ Re-Delivery of Vessel ............................................................................................. 43

6.4 Periodic Inspection ..................................................................................................................... 44

6.5 Statutory Requirement .............................................................................................................. 44

6.6 Contractor's Duties/Obligations ........................................................................................... 44

6.7 Working Hours ............................................................................................................................. 45

6.8 Operations ...................................................................................................................................... 45

6.9 Particulars of the Vessel Personnel ...................................................................................... 46

6.10 Replacement of the Vessel's Personnel .............................................................................. 46

6.11 Watch Ward ................................................................................................................................... 46

Section - I

3

6.12 Maintenance of the Vessel........................................................................................................ 47

6.13 Scheduling ...................................................................................................................................... 47

6.14 Spares ............................................................................................................................................... 47

6.15 Revalidation of Statutory Certificates ................................................................................. 47

6.16 Accident ........................................................................................................................................... 47

6.17 Supply Obligation ........................................................................................................................ 47

6.18 Liability of DGLL ........................................................................................................................... 48

6.19 TAXES ............................................................................................................................................... 48

6.20 Down Time ..................................................................................................................................... 49

6.21 Insurance ........................................................................................................................................ 49

6.22 Indemnity ........................................................................................................................................ 49

6.23 Termination ................................................................................................................................... 49

6.24 Pollution and Contamination .................................................................................................. 50

6.25 Reimbursements .......................................................................................................................... 50

6.26 Invoicing and Payment .............................................................................................................. 51

6.27 Penalty ............................................................................................................................................. 52

SECTION – VII – SCHEDULE OF WORKS (to be Uploaded Separately) ............................... 54

SECTION – VIII - EVALUATION CRITERIA OF TECHNICAL BID ............................................. 74

8.1 General ............................................................................................................................................. 74

8.2 Technical Evaluation .................................................................................................................. 74

Annexure – IA – Major Technical Details of M.V Sagardeep - II........................................... 77

Annexure – IB – Major Technical Details of M.V Indira Point .............................................. 80

Annexure – IC – Major Technical Details of M.V Indira Point .............................................. 83

Annexure – IIA – Catering M.V. SAGARDEEP – II and M.V INDIRA POINT (For DGLL) . 84

Annexure – IIB – Catering menu on Board M.V Deepstambth – II(For DGLL) ............... 85

Annexure – IIIA – List of Approved Annual Deck Stores of M.V Sagardeep - II .............. 86

Annexure – IIIB – List of Approved Annual Engine Stores of M.V Sagardeep - II .......... 92

Annexure – IIIC – List of Approved Annual Stores (Paint) of M.V Sagardeep - II .......... 97

Annexure – IIID – List of Approved Annual Electrical Stores of M.V Sagardeep - II ..... 98

Annexure – IVA – List of Approved Annual Deck Stores of M.V Indira Point .............. 103

Annexure – IVB – List of Approved Annual Engine Stores of M.V Indira Point ........... 108

Annexure – IVC – List of Approved Annual Electrical Stores of M.V Indira Point ...... 114

Annexure – VA – List of Approved Annual Engine Stores of M.V Deepstambth - II ... 118

Annexure – VB – List of Approved Annual Deck Stores of M.V Deepstambth - II ....... 125

Annexure – VIA – Earnest Money Deposit ................................................................................ 130

Annexure – VIB - Proforma of Bank Guarantee for EMD .................................................... 131

Annexure – VII (A) - Performance Bank Guarantee ............................................................. 133

Annexure – VII (B) - Performance Bank Guarantee ............................................................. 135

Annexure – VII (C) - Performance Bank Guarantee ............................................................. 137

Annexure – VIII - Tender Acceptance Letter ........................................................................... 139

Annexure – IX - Undertaking ........................................................................................................ 140

Annexure - X – Annual Performance Assessment of Contractor ..................................... 141

Section - I

4

Government of India

Ministry of shipping

Directorate General of Lighthouses and Lightships

“Deep Bhawan”, A-13, Tulsi Marg, Sector 24,

NOIDA, Uttar Pradesh – 201 301.

Tele-Fax-0120-2412677, Telephone-0120-2411345

E-mail:- [email protected]

SECTION- I - NOTICE INVITING e- TENDER

File No: 26/1/2019-MC DATE : 13.02.2020

For and on behalf of the President of India, the Director General of Lighthouses and

Lightships (DGLL), Noida, invites online bids under two cover system (Part I-Technical

Bid, Part II Commercial Bid) from eligible contractors / Joint Ventures having experience

and expertise for the following work:

Sl.No. Details Description

1 Name of work

Running, Maintenance and Management of

Lighthouse Tender vessels namely M.V. Sagardeep II

(GRT-2466), Indira Point (GRT-2477) and M.V.

Deepstambh II (GRT-125).

2 Estimated Cost of Work Rs. 25.00 Crores (Rupees Twenty Five Crores Only)

for 03 years.

3 Period of Contract

Initially for a period of 01 year and shall be

extended for further 02 years on yearly basis

subject to satisfactory performance.

4 Earnest Money Deposit

Rs. 35,00,000/- (Rupees Thirty Five Lakhs Only) in

the form of Demand Draft/Fixed Deposit receipt

(FDR) of any scheduled Nationalized Bank drawn in

favor of Pay and Account Officer, Lighthouses and

Lightships, Noida payable at Noida.

5 Tender Fee

(Non-Refundable)

Rs. 1500/- in the form of Demand Draft drawn in

favor of Pay and Account Officer, Lighthouses and

Lightships, Noida payable at Noida.

6

Time and Date of

Publishing of NIT and

Tender Documents

By 1100 Hours on 13.02.2020 website

www.eprocure.gov.in/eprocure/app

7 Pre Bid Meeting 24.02.2020 (1500 Hrs) at the Office of Directorate

General of Lighthouses & Lightships, Noida.

8 Bid Submission Period 13.02.2020 (1200 Hrs) to 06.03.2020(1500 Hrs)

9 Date of Opening of

Technical Bids 09.03.2020 at 1600 Hrs.

Section - I

5

10

EMD & Tender Fee (in

original) submission

period

13.02.2020 (1200 Hrs) to 06.03.2020(1500 Hrs)

11 Bid validity 180 days from date of opening of technical bid.

12 Initial eligibility criteria

1. The Bidder should have a valid registration

certificate issued by DG shipping under

Recruitment and Placement of Seafarer Rules,

2016 as amended.

2. The Bidder should have minimum 5 year

experience in Operation and management of

vessels above 2400 GRT capacities under MS Act

for trading purposes.

3. The Bidder should have satisfactorily completed

during last Seven years,

i. At least three similar works, each of value

not less than Rs. 10.00 Crores (40% of the

estimated cost put to tender).

(or)

ii. At least two similar works, each of value not

less than Rs. 15.00 Crores (60% of the

estimated cost put to tender).

(or)

iii. At least one similar work of value not less

than Rs. 20.00 Crores (80% of the estimated

cost put to tender).

Similar work shall mean Ship manning,

management and related activities and not from

any other business.

1.1 The details of work are available in the tender document which can be downloaded

from Central Public Procurement (CPP) Portal http://eprocure.gov.in/eprocure/app

and http://dgll.gov.in/. Sale of physical tender document is not applicable. The bid

should be submitted online only on http://eprocure.gov.in/eprocure/app up to last

date and time of submission of tender.

1.2 The Tender fee and EMD shall be submitted in original to the Tender Inviting

Authority, on or before the last date and time of bid submission, failing which the

tender shall liable to be rejected. DGLL shall not be responsible for any delay or loss,

due to postal/Courier Services.

1.2.1 Tender Fee in the form of Demand Draft from any Nationalized Bank for Rs.

1500 drawn in favour of “Pay & Accounts Officer, Lighthouses & Lightships,

Noida”, Payable at Noida.

1.2.2 EMD in the form of Fixed Deposit Receipts (FDR) /Demand Draft (DD)/Bankers

Cheque (BC) of a scheduled bank for Rs. 35.00 lakhs (Rs. Thirty Five Lakhs

Section - I

6

only) valid for a period of 06 months or more after last date of receipt of tender

in favour of “Pay & Accounts Officer, Lighthouses & Lightships, Noida”, Payable

at Noida or Rs. 17.50 Lakhs (Rs. Seventeen Lakhs Fifty Thousand only) in form

of FDR/DD/BC of schedule bank scheduled bank as above & Bank Guarantee of

balance of Rs.17.50 lakhs from any Nationalized Bank, as per “Annexure-VI B”

in favour of “Pay & Accounts Officer, Lighthouses & Lightships, Noida”.

1.3 The Technical Bids will be scrutinized by a Tender Evaluation Committee. The bids,

which do not meet the tender requirements, are liable to be rejected. The commercial

bids of technically qualified bidders meeting with the pre-qualification requirements

shall only be opened. The decision of the Director General of Lighthouses & Lightships,

Noida in deciding the successful bidder shall be final and binding on the bidders.

1.4 The Bidder shall carefully read Eligibility Criteria & instructions to Bidders, Technical

requirement & Scope of work, General& Special conditions of contract, and all other

documents in connection with the Bid. The Bidder shall quote his rates, keeping all

above points in mind.

1.5 The bid comprises of Running, Maintenance and Management of Lighthouse Tender

vessels namely M.V. Sagardeep II (GRT-2466), M.V Indira Point (GRT-2477) and M.V.

Deepstambh II (GRT-125). Director General, Directorate General of Lighthouses &

Lightships, Noida reserves to himself the right of accepting the bid. Bidder shall be

bound to perform the same at the quoted rates.

1.6 Canvassing whether directly or indirectly, in connection with Bid is strictly prohibited.

The Bids submitted by the Bidders, who resort to canvassing, shall be summarily

rejected.

1.7 Those Bidders whose near relatives are posted as accountant or as a gazetted Officer in

any capacity in the Directorate General of Lighthouses & Lightships shall not be

permitted to Bid. The prospective Bidder shall also intimate the names of persons who

are working in the office of Director General of Lighthouses and Lightships, Noida in

any capacity or subsequently employed, who are near relative to any gazetted officer in

the DGLL or in the Ministry of Shipping. Any breach of this condition by the bidder shall

render him ineligible. By the term ‘near relative’ is meant wife, husband, parents &

grand parents, children & grandchildren, brothers & sisters, uncles, aunts &

corresponding in laws.

1.8 No Gazetted Officer of Government of India is allowed to work as a contractor without

prior permission of the Govt. of India in writing for a period of two years after his

retirement from government service. The contract is liable to be cancelled if either the

contractor or any of his employees is found at any time to be such a person who had

not obtained the permission of Govt. of India as aforesaid, before submission of the Bid

or engagement in the contractor’s service.

1.9 The Notice Inviting Bids shall form the part of contract document.

Sd/-

For Director General

For and on behalf of the President of India

Section - II

7

Government of India

Ministry of shipping

Directorate General of Lighthouses and Lightships

“Deep Bhawan”, A-13, Tulsi Marg, Sector 24,

NOIDA, Uttar Pradesh – 201 301.

Tele-Fax-0120-2412677, Telephone-0120-2411345

E-mail:- [email protected]

SECTION- II - INSTRUCTIONS TO BIDDERS

For and on behalf of the President of India, the Director General of Lighthouses and

Lightships (DGLL), Noida, invites online bids under two cover system (Part I-Technical

Bid, Part II Commercial Bid) from eligible contractors having experience and expertise for

Running, Maintenance and Management of Lighthouse Tender vessels namely M.V.

Sagardeep II (GRT-2466), M.V Indira Point (GRT-2477) and M.V. Deepstambh II (GRT-125).

1. The service area for M.V. Sagardeep II will be entire Indian coast with specific

assignments in Gulf of Kachchh, Gulf of Khambat, Lakshadweep and in Andaman &

Nicobar Group of Islands.

2. The service area for Indira Point in addition to Andaman and Nicobar Islands will

also cover entire Indian coast as per operational requirement including

Lakshadweep Islands.

3. The service area of M.V. Deepstambh-II will normally be Gulf of Kachch and Gulf of

Khambat.

Tender forms can be downloaded from the web site http://eprocure.gov.in/eprocure/app

and http://dgll.gov.in/

This section of the bidding document provides the information necessary for

bidders to prepare online responsive bids, in accordance with the requirements of the

Director General, Directorate General of Lighthouses & Lightships, Noida. It also provides

information on online bid submission, opening, evaluation and contract award. It is

necessary for the bidders to go through the instructions contained in this section before

submission of bid.

The bidders are required to submit soft copy of their bid electronically on the

Central Public Procurement (CPP) Portal, using valid Digital Signature Certificates. The

instructions given below are meant to assist the bidders in registering on the CPP Portal,

prepare their bids in accordance with the requirements and submitting their bids online on

the CPP Portal.

2.1 Registration on CPP Portal:

i. Bidders are required to enroll on the e-Procurement module of the Central Public

Procurement Portal by using the “Online bidder enrollment” option available on the

home page. Enrolment on the CPP Portal is free of charge.

ii. During enrolment / registration, the bidders should provide the correct/true

information including valid email-id & mobile no. All the correspondence shall be

made directly with the contractors/bidders through email-id provided.

Section - II

8

iii. As part of the enrolment process, the bidders will be required to choose a unique

user name and assign a password for their accounts.

iv. For e-tendering possession of valid Digital Signature Certificate (Class II or Class III

Certificates with signing key usage) is mandatory which can be obtained from SIFY

/TCS /nCode /eMudra or any Certifying Authority recognized by CCA on eToken/

Smartcard.

v. Upon enrolment on CPP Portal for e-tendering, the bidders shall register their valid

Digital Signature Certificate with their profile.

vi. Only one valid DSC should be registered by a bidder. Bidders are responsible to

ensure that they do not lend their DSC to others which may lead to misuse and

should ensure safety of the same.

vii. Bidders can then log into the site through the secured login by entering their user

ID/password and the password of the DSC / e-Token.

2.2 Preparation of Bid

i. For preparation of bid, Bidders shall search the tender from published tender list

available on site and download the complete tender document and should take into

account corrigendum, if any published, before submitting their bids. After selecting

the tender document same shall be moved to the ‘My favorite’ folder of bidders

account from where bidder can view all the details of the tender document.

ii. Bidder shall go through the tender document carefully to understand the

documents required to be submitted as part of the bid. Bidder shall note the

number of covers in which the bid documents have to be submitted, the number of

documents – including the names and content of each of the document that need to

be submitted. Any deviations from these may lead to rejection of the bid.

iii. Any clarifications, if required, may be obtained online through the tender site, or

through the contact details given in the tender document.

iv. Bidder should get ready in advance with the bid document to be submitted in PDF

/xls /rar /zip /dwf/jpg formats as indicated in the tender document/schedule. If

there is more than one document, they can be clubbed together using zip format.

v. Bidder can update well in advance, the documents such as experience certificates,

annual report, PAN and other details etc., under “My Space” option, which can be

submitted as per tender requirements. This will facilitate the bid submission

process faster by reducing upload time of the bid.

2.3 Submission of Online Bid

i. Bidder should log into the site well in advance for bid submission so that he/ she

upload the bid in time i.e. on or before the bid submission time.

ii. Bidder should prepare the Tender Fee and EMD as per the instructions specified in

the NIT/tender document. The originals of Tender Fee and EMD should be

submitted to the Director General, Directorate General of Lighthouses & Lightships,

Noida on or before the last date & time of bid submission. Bidder shall send the

EMD & Tender fee through post/Courier Service. The Director General, Directorate

Section - II

9

General of Lighthouses & Lightships, Noida shall not be responsible for any delay or

loss, due to postal/Courier Service. The details of original Demand Draft/Bank

Guarantee submitted, should tally with the details available in the scanned copy

and the data entered during bid submission time, otherwise the uploaded bid shall

liable be to be rejected.

iii. While submitting the bids online, the bidder shall read the terms & conditions (of

CPP portal) and accept the same in order to proceed further to submit their bid.

iv. Bidder shall select the payment option as offline to pay the Tender Fee/ EMD and

enter details of the Demand Draft/Bank Guarantee.

v. Bidder shall digitally sign and upload the required bid documents one by one as

indicated in the tender document.

vi. Bidders shall note that the very act of using DSC (Digital Signature Certificate) for

downloading the tender document and uploading their offer is deemed to be a

confirmation that they have read all sections and pages of the tender document

without any exception and have understood the complete tender document and are

clear about the requirements of the tender document.

vii. Bidder shall note that each document to be uploaded for the tender should be less

than 2 MB. If any document is more than 2MB, it can be reduced through zip/rar

and the same can be uploaded. For the file size of less than 1 MB, the transaction

uploading time will be very fast.

viii. Utmost care shall be taken for uploading Schedule of work and any

change/modification of the price schedule shall render it unfit for bidding. Bidders

shall download the Schedule of work i.e. Section VII, in XLS format and save it

without changing the name of the file. Bidder shall quote their rates in figures in

green background cells, thereafter save and upload the file in financial bid cover

(Price bid) only. If the Schedule of Rate file is found to be modified by the bidder,

the bid will be rejected. The bidders are cautioned that uploading of financial bid

elsewhere i.e. Other than in cover 2 will result in rejection of the tender.

ix. Bidders shall submit their bid through online e-tendering system to the Tender

Inviting Authority (TIA) well before the bid closing date & time (as per Server

System Clock). The TIA will not be held responsible for any sort of delay or the

difficulties faced during the submission of bids online by the bidders at the

eleventh hour.

x. After the bid submission (i.e. after Clicking “Freeze Bid Submission” in the portal),

the bidder shall take print out of system generated acknowledgement number, and

keep it as a record of evidence for online submission of bid, which will also act as

an entry pass to participate in the bid opening.

xi. Bidder should follow the server time being displayed on bidder’s dashboard at the

top of the tender site, which shall be considered valid for all actions of requesting,

bid submission, bid opening etc., in the e-tender system.

xii. All the documents being submitted by the bidder would be encrypted using PKI

(Public Key Infrastructure) encryption techniques to ensure the secrecy of the data.

Section - II

10

The data entered cannot be viewed by unauthorized persons until the time of bid

opening. The confidentiality of the bid is maintained using the secured Socket Layer

128 bit encryption technology. Data storage encryption of sensitive fields is done.

xiii. The bidder should ensure/see that the bid documents submitted should be free

from virus and if the documents could not be opened due to virus during tender

opening, the bid is liable to be rejected.

xiv. Any bid document that is uploaded to the server is subjected to symmetric

encryption using a system generated symmetric key. Further this key is subjected

to asymmetric encryption using buyers/bid opener’s public keys. Overall, the

uploaded tender documents become readable only after the tender opening by the

authorized bid openers.

xv. The bidder should logout of the tendering system using the normal logout option

available at the top right hand corner and not by selecting the (X) exit option in the

browser.

xvi. Any query relating to the tender document and the terms and conditions contained

therein should be addressed to the Tender Inviting Authority for a tender or the

relevant contact person indicated in the tender.

xvii. Any query relating to the process of online bid submission or queries relating to

CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk.

2.4 Documents required to be uploaded

The tender shall be submitted online in two cover system duly scanned and

digitally signed by the authorized representative of the bidder as follows:

Cover -1 (TECHNICAL BID)

Online bid should be submitted containing copy of the following documents in

Cover-1 as documentary proof, for fulfilling qualifying criteria, failing which the offer shall

be summarily rejected.

i. Scanned Copy of Earnest Money Deposit Rs.35,00,000/- from any Scheduled

Nationalized Bank in the form of Demand Draft/Fixed Deposit receipt (FDR)/

drawn in favor of the Pay and Account Officer, Lighthouses and Lightships, Noida

payable at Noida or Rs. 17,50,000 in the form of FDR/DD/BC and Rs 17,50,000 in

the form of Bank Guarantee, as per Annexure-IVB.

ii. Scanned Copy of Tender fee (Non-refundable) of Rs.1500/- in the form of Demand

Draft from any Scheduled Bank drawn in favor of the Pay and Account Officer,

Lighthouses and Lightships, Noida payable at Noida.

iii. Scanned copies of proof for eligibility as per Para 3.1 and para 3.2 of Section III.

iv. Scanned copy of Declaration (Annexure – IX).

v. Scanned copy of tender acceptance letter. (Annexure VIII).

If the Cover-1 i.e. technical bid does not contain any of the above mentioned documents

or contains incomplete or unsuitable technical details, then the offer shall be deemed liable

to rejection/ disqualification. The respective Cover– 2, i.e. Price Bid of the technically

Section - II

11

disqualified offers shall not be opened. The bidders are cautioned that divulging of any

price information in Cover-1 (Technical Bid) will result in rejection of their tender.

Cover-2 (PRICE BID)

The Cover-2 shall contain the price bid in the enclosed "Schedule of work (Bill of

Quantity)" as per the MS excel format enclosed at Section–VII (to be Uploaded Separately).

i. Price bid in MS excel format (schedule of work/ Bill of quantity) provided along

with this tender shall only be used for quoting price/offer.

ii. Even though individual schedule of work is provided for each vessel, the bid will be

considered as a whole. In other words the rates quoted for individual vessels may

vary due to the size of the vessel and crew complement for each vessel. The total

bid value for each vessel will be summed up for comparison.

iii. It may please be noted that this part should not contain any term & conditions. Any

condition given in the price bid (cover-2) shall be sufficient cause for rejection of

bid.

iv. The rate shall be quoted exclusive of GST.

2.5 Submissions and Opening

2.5.1 The bid should be submitted online at Central Public Procurement Portal (CPPP)

http://eprocure.gov.in/eprocure/app only, by the due date 06.03.2020 up to 1500 hrs. The

Server Date & Time as appearing on the website http://eprocure.gov.in/eprocure/app

shall only be considered for the cut- off date and time for submission of bids. Offers sent

through post, telegram, fax, telex, e-mail, and courier or by any other mode will not be

considered. In case of date of opening is declared as holiday, tender will be opened on next

working day at same time.

2.5.2 Only those bidders shall be considered qualified by the Director General of Lighthouses &

Lightships, Noida, who submit requisite EMD and documents, accept all the terms &

conditions unconditionally and meet the qualifying requirement stipulated in the Tender

document. The decision of the Director General of Lighthouses & Lightships, Noida shall be

final and binding in this regard.

2.5.3 The bidder shall bear all cost associated with the preparation and submission of its bid and

the Director General of Lighthouses & Lightships, Noida will in no case be responsible or

liable for these cost, regardless of the conduct or outcome of the tendering process.

2.5.4 The prospective bidder requiring any clarification of the tender document may submit

queries online/ offline to Tender Inviting Authority, The Director General, Directorate

General of Lighthouses & Lightships, Deep Bhawan, A-13, Sector – 24, Noida (U.P) – 201

301 in person or otherwise in writing so as to reach the said office on or before pre bid

meeting dated 24.02.2020 at 1500 hrs.

2.6 Inspection of Vessels

The locations of vessels for inspection of prospective bidders are indicated below:

M.V. Sagardeep II- Okha / Cochin / Port Blair (as per operational requirement

which will be available from DGLL office).

Section - II

12

Indira Point–Okha/Cochin/Port Blair (as per operational requirement which

will be available from DGLL office).

M.V. Deepstambh II- Okha.

The vessels can be inspected by the bidder with the prior approval of the,

The Director, Directorate of Lighthouses and Lightships, “Deep Bhawan”, Pandit

Nehru Marg, Jamnagar – 361008. Tel. 0288-2750416. Fax-0288-2754619.

The Director, Directorate of Lighthouses and Lightships, “Deep Bhawan”,

Gandhi Nagar, Kadavanthara, Cochin – 682020. Tel. 0484 -2206608. Fax – 0484

– 2205720.

The Director, Directorate of Lighthouses and Lightships, “Deep Bhawan”, 44 -

Bhagat Singh Road, Port Blair – 744101. Tel. 03192 – 233164. Fax – 03192 -

244577.

The bidders must make their own arrangements for inspection of the vessels at their

own cost.

2.7 Pre-Bid Meeting

A pre-bid meeting to provide clarifications before the last date for submission of

bids will be arranged at Directorate General of Lighthouses & Lightships, Deep Bhawan, A-

13, Sector - 24, Noida (U.P) – 201 301 on 24.02.2020 at 1500 hrs. The bidders who may like

to participate shall have to attend the meeting at their own expenses.

2.8 Evaluation of Bids

2.8.1 A Tender Evaluation Committee will determine whether each bid is of acceptable quality, is

generally complete and is substantially responsive to the tender document. For the

purposes of this determination, a substantially responsive bid is one that conforms to all

the terms, conditions & specifications of the tender document without any deviations,

objections, conditionality or reservations.

2.8.2 Price Bid/Schedule of Rates shall be evaluated based on the consolidated lowest cost of

vessels for three years.

2.8.3 If a bid is not substantially responsive, it will be rejected and may not subsequently be

made responsive by the bidder by correction of the non-conformity.

2.8.4 If the present performance of the bidder in a current contract for any major work is

unsatisfactory as certified by the any authority of the relevant work, the offer of the bidder

will be summarily rejected without assigning any reasons thereof.

2.8.5 The bidders shall quote the rates only for the items mentioned in the schedule of Rates in

excel format provided along with this tender.

2.8.6 The rates shall be quoted exclusive of Goods and Service Tax (GST) in Indian Currency only

and if quoted in any other currency, the offer is liable to be rejected.

2.8.7 The units of the items shall be same as per the Schedule of Rates and any other unit

mentioned in the offer will be liable to be rejected.

2.8.8 Conditional offers are liable for rejection.

Section - II

13

2.8.9 The Price bid(s) of the prospective bidder(s), who fulfills the techno-commercial

requirement of the bid(s), shall be evaluated further.

2.8.10 Any effort by a bidder to influence the Director General of Lighthouses & Lightships, Noida

in the process of examination, clarification, evaluation and comparison of tenders, and in

decisions concerning award of contract, may result in rejection of his bid.

2.8.11 No amount shall be payable to the Contractor for the items for which rate is not quoted by

the bidder in BOQ, and the contractor shall be bound to execute such items free of cost.

2.9 Notification of Award

2.9.1 The bidder whose bid has been accepted will be notified for the award by the Director

General of Lighthouses & Lightships, Noida prior to expiration of the Bid validity period.

2.9.2 The Bidder shall promptly check their e-mail registered with CPP Portal for receipt of any

information /clarification / correspondence in respect of their bid. The Director General of

Lighthouses & Lightships, Noida shall not be responsible for non-receipt/failure of e-mail

to the bidders.

2.9.3 If any of the information furnished by the bidder is found to be incorrect at any stage, the

bid/contract is liable to be rejected / terminated and the EMD / Performance Security will

be forfeited.

2.9.4 The Director General of Lighthouses & Lightships, Noida reserves the right to cancel the

tender without assigning any reason thereof.

2.9.5 Tenders from those tenderers who have not submitted their offer as per NIT will not be

considered.

Sd/-

For Director General

For and on behalf of the President of India.

Section - III

14

Government of India

Ministry of shipping

Directorate General of Lighthouses and Lightships

“Deep Bhawan”, A-13, Tulsi Marg, Sector 24,

NOIDA, Uttar Pradesh – 201 301.

Tele-Fax-0120-2412677, Telephone-0120-2411345

E-mail:- [email protected]

SECTION- III - DETAILED BID NOTICE

3.1 Technical Bid - Eligibility Criteria

3.1.1 The Agency should have a valid registration certificate issued by DG shipping under

Recruitment and Placement of Seafarer Rules, 2016 as amended.

3.1.2 The company shall have minimum 5 years of management experience of trading vessel

under ISM – DOC/SMC issued by Director General Shipping. Trading vessels shall mean all

vessels of 2400 GRT registered under M.S. Act for trading purposes and will not include

fishing trawlers and non-self-propelled floating vessels that do not possess such

certificates as per SOLAS.

3.1.3 The Company must have implemented and managed ISM as per Director General Shipping

guidelines on board their vessels with own DOC and SMC and the staff must have

experience of managing ISM for at least 5 years.

3.1.4 The Company must be ISO-9001-2015 Quality Management for ship crew manning/

management.

3.1.5 The company shall be registered in India with Indian ownership. Foreign ship management

companies operating only with Indian representative offices are not eligible to quote.

3.1.6 The company should have registration with Director General (Shipping) for operational

and management of vessels.

3.1.7 The Company should have similar experience and satisfactorily executed as below works

in any central /state government organization and reputed private organizations during

last Seven years ending on the last day of the month previous to the one in which, the

tenders are invited, and should produce documentary evidence with monitory value:-

i. Three similar works, each of value not less than Rs. 10.0 Crores (40% of the

estimated cost).

or

ii. Two similar works, each of value not less than Rs. 15.0 Crores (60% of the

estimated cost).

or

iii. One similar work, of value not less than Rs. 20.0 Crores (80% of the

estimated cost).

Similar works shall mean “Ship management and related activities and not from any other

business”.

Section - III

15

3.1.8 The company must be capable of giving dedicated and undivided attention to the

operational requirement of Directorate General of Lighthouses and Lightships which

provides aids to navigation facilities to all mariners along the Indian Coast.

3.1.9 Annual average turnover of the company shall be not less than Rs. 2.50 Crores each year

during the past 3 years and proof of such income shall be attached. Proof of income shall be

only from and for ship management and related activities and not from any other business

and same would be reflected in their proof of income.

3.1.10 In case of Joint Venture, the experience and eligibility of lead partner will only be

considered.

3.1.11 In case experience of foreign ship management is claimed, proof of receipt of foreign

exchange for such services with appropriate certificates from Reserve Bank of India and

other banks shall be produced.

3.1.12 Managerial staff must have been with the company for at least three years. Name and

addresses of such persons who were on the company / contract roll may be produced with

adequate and acceptable proof. Since the contract is basically for operation and

management and the entire operation is dependent on the experience of the personnel

managing the affair and not merely a list of names, they shall be from marine background

and experienced in ship management.

3.1.13 The Company must have MLC 2006 certified as per DG Shipping guidelines.

3.2 Technical Bid – Documents to be submitted

3.2.1 The bidder is required to furnish detailed information with regard to their financial

capacity, technical capability and experience. Following details with supporting documents

shall be required to be uploaded in the web site along with the Technical bid,

Scanned and Signed Copy of,

1. Valid Tender Fee and Earnest Money Deposit.

2. Documentary proof fulfilling the eligibility criteria as per para 3.1 above.

3. Proof of satisfactory execution and completion of similar works with complete

details of performance report during last seven years.

4. Number of years of experience in running and maintaining of vessels in Govt.

/public sector/reputed private sector organizations and technical details of such

vessels, manpower deployed along with their qualifications/ experience should be

furnished.

5. Documents defining the legal status, place of registration, principal place of

business, written power of attorney of the signatory of the bidder to commit the

bid.

6. PAN and GST Registration.

7. Tender acceptance letter as per Annexure VII.

8. Information regarding any litigation, current or during last 5 years, orders

regarding exclusion, expulsion or black listing if any, in which Bidder is involved,

the parties concerned and disputed amount. The contractor / company shall also

Section - III

16

declare whether at any time the individual/firm has been prosecuted by any court

either in India or abroad for violation of any specific rules laid down for execution

of work/contract of any time subjected to Industrial Disputes Act for violation of

said provisions of the Act or any action taken by the Director of Seamen’s Employee

and Welfare should be indicated.

9. Track record, if any, in maintaining excellent contractor / customer relationship,

with the name of the clients (including their address, telephone and fax numbers)

with whom contract was undertaken in last five years.

10. Information regarding Accident / incident, major break down, Insurance claim,

penalties imposed by statutory bodies during last five years.

11. Certificate from past employer/owner regarding availability of the vessel (sailing

days) for a period of last 5 years.

12. The bidder shall submit financial capability of the contractor / company with a C.A.

certified copy of annual turnover and IT Return for the last three years. A copy of

partnership agreement if any, made with Govt./public sector / private sector

organization may also be submitted. In case of consortium, the date of forming the

consortium, details of partners, copies of balance sheets for all partners concerned

should be submitted.

13. Any other information in support of the contractor’s capability, particularly with

information on accidents, mishaps desertion etc. encountered.

14. An undertaking that bid is unconditional as per proforma Annexure IX.

15. An undertaking that bidder is not blacklisted

16. List of Gazetted & Non gazetted employee (who are their relative) and serving in

Ministry of Shipping or Directorate General of Lighthouses & Lightships anywhere

in India.

17. All other documents required in section VIII consisting of evaluation criteria of

technical bid.

The bid shall be rejected if the documents are found false or fake. If at a later stage,

the documents submitted are found false or fake, the Contract shall be terminated and EMD

/ Performance Guarantee will be forfeited. Also, the Contractor shall be fined as deemed

appropriate by the employer for breach of trust.

3.2.2 It will be essential requirement that the prospective bidder shall be fully equipped &

capable to carry out the work as prescribed in the bid. Technical bid of the firms not

meeting the eligibility criteria mentioned in Para 3.1 will not be evaluated.

3.3 Instructions to Bidders

3.3.1 The bid shall remain valid in all the respects up to 180 days from the date of opening of the

Technical bid.

3.3.2 The bidder shall bear all costs associated with the preparation of the bid and the employer

will in no case be responsible or liable for those costs.

Section - III

17

3.3.3 Prospective Bidder requiring any further information or clarification on the Bid document

may notify the employer in writing / fax/e-mail at the Employers mailing address

indicated in the Notice Inviting Bids. The last date to submit queries to the Employer on bid

document is 24.02.2020 (up to 1400 hrs.). The queries so received shall be dealt in

accordance with clause 3.3.4.

3.3.4 A pre-bid meeting with prospective Bidders, will be held on 24.02.2020 (at 1500 hrs.) at

Directorate General of Lighthouses & Lightships, Deep Bhawan, A-13 Sector 24, Noida to

clarify the issues & to answer the queries. Bidders are advised to attend the pre- bid

meeting who may intend to attend at their own cost. Bidder shall send ‘AUTHORITY

LETTER’ with an attested specimen signature of the representatives who are deputed by

them to be present at the time of pre-bid meeting and opening of the Bid. However,

nonattendance of the pre-bid meeting shall not be a cause for disqualification of the Bidder.

Any substantive clarification or modification arising out of the pre-bid meeting would be

finalized only by addendum to bid documents. Outcome of the pre-bid meeting including

the text of questions received (without identifying the source of inquiry) and the responses

given shall be sent to all purchasers of bid documents. No further queries shall be

entertained after settling clarifications/issues during the above pre- bid meeting.

3.3.5 At any time prior to the deadline for submission of Bids, the Employer may for any reason,

whether at his own initiative or in response to a clarification requested by a prospective

Bidder, modify the bid documents by amendment.

3.3.6 The amendment shall be part of the bid document and will be notified in CPP Portal and in

writing or by Fax or email to all prospective Bidders. Bidders are required to acknowledge

receipt of any such amendment to the bid documents.

3.3.7 The Director General of Light houses and Lightships, Noida reserves the right to decide the

eligibility of the bidders. Bidder shall send “Authority letter” with an attested specimen

signature of their representative, deputed by them to be present at time of opening of bids.

3.4 Language of the bid

All documents related to bid should preferably be in English language. The

language for communications shall be English. Any printed literature furnished by the

bidder may be written in another language provided that this literature is accompanied by

an English Translation. In such case, for purpose of interpretation of the Bid, the English

translation shall prevail.

3.5 Bid Price

3.5.1 The bidder shall complete the schedule of works as in included in the bid document stating

item wise, unit price and the total amount.

3.5.2 Price quoted by the bidder shall remain firm and valid until completion of Contract

performance.

3.5.3 Price quoted shall be exclusive of GST.

3.6 Bid Currencies

The Contract provides for payment of the Contract Price in Indian Rupee only.

Section - III

18

3.7 Filling of Price Bid

3.7.1 All the rates and amount shall be quoted in whole denomination of the Indian Rupee.

3.7.2 No amount shall be paid to the Contractor for the item for which no rate or amount is

quoted by the Bidder, but the contractor shall be bound to do that job/work free of cost (on

zero amount).

3.7.3 The bidder shall be deemed to have satisfied himself before Bidding as to the correctness

and sufficiency of his bid for the works and of the rates & amount quoted in the schedules

of works, which rates & amounts, shall, except as otherwise provided, cover all his

obligations under the contract and all matters and things necessary for the proper

completion of the work as aforesaid in accordance with good practices and recognized

principles.

3.7.4 In case of any bid where unit rate of any item appears unrealistic, such bid shall be

considered unbalanced and non-responsive. The employer may ask for providing

satisfactory explanation for such unrealistic quoted rate. If bidder is unable to provide

satisfactory reply with supporting analysis of rates, the bid shall liable to be rejected.

3.7.5 Each bidder shall submit only one bid for this work. A bidder who submits more than one

bid for this work will attract disqualification and rejection of all of his bids.

3.7.6 The bidder shall not be under a declaration of in-eligibility for corrupt & fraudulent

practices in any Govt. Department or organization in India or abroad.

3.8 Evaluation of Bids

3.8.1 To assist in the examination, evaluation and comparison of bids, The Director General of

Lighthouses & Lightships, Noida may at his discretion, ask the bidder for any clarification

on his bid. All responses to such requests for clarification shall be in writing. No change in

the prices or substance of the bid shall be sought, offered or permitted.

3.8.2 Evaluation of bids shall be carried out by a committee as per evaluation criteria given in

Section VIII. The decision of the Employer in deciding successful bidder shall be final and

binding on the bidder.

3.9 Award of work and signing the agreement

3.9.1 The employer shall award the Contract to the bidder whose bid has been determined to be

responsive to the bid document and who has offered the consolidated lowest bid price,

provided that such bidder has been determined to be,

3.9.1.1 Eligible in accordance with the provisions of Para 3.1 and

3.9.1.2 Qualified in accordance with the provisions of Section VIII

3.9.2 The employer shall award the contract within 90 days of the opening of the Technical bid.

3.9.3 The bidder whose bid has been accepted shall be notified by the Director General of

Lighthouses & Lightships, Noida, prior to expiry of the bid validity period by E-mail, or

facsimile confirmed by Speed post/ Registered letter.

3.9.4 The notification of award will constitute the formation of the Contract subject to the

furnishing of a contract performance guarantee. Within 15 days of receipt, the successful

Section - III

19

bidder will furnish the contract performance guarantee and sign the Agreement with the

employer.

3.9.5 The Agreement will incorporate all correspondences between the employer and the

successful bidder. It will be signed by the employer and successful bidder within 15 days

following the notification of award along with the Letter of Acceptance.

3.9.6 The Earnest Money Deposit of the unsuccessful bidders shall be refunded within 30 days

after the notification of award of contract, without any interest.

3.9.7 The successful bidder shall be required to submit a Performance Bank Guaranty

(Annexure-VII), equivalent to 10% of the annual contract value, which will remain valid for

Six months beyond expiry of annual contract. Earnest money Deposit(EMD) of the

successful bidder shall be refunded within 30 days without any interest after submission of

valid Performance Guarantee and subsequent its verification.

Sd/-

For Director General

For & on behalf of the President of India

Section - IV

20

Government of India

Ministry of shipping

Directorate General of Lighthouses and Lightships

“Deep Bhawan”, A-13, Tulsi Marg, Sector 24,

NOIDA, Uttar Pradesh – 201 301.

Tele-Fax-0120-2412677, Telephone-0120-2411345

E-mail:- [email protected]

SECTION- IV – General Conditions of Contract

4.1 General

The contractor shall satisfy himself in regard to the nature of work to be done, its

scope, etc., the conditions of contract, specifications, etc., included in the tender papers.

Before tendering, the contractor shall inspect the vessel and fully acquaint himself

about the condition in regard to operation, management and its maintenance etc., required

for the satisfactory execution of this contract. No additional claim what so ever on such

account beyond the scope this contract shall be entertained by the department in any

circumstances.

4.2 Definitions

i. COMMENCEMENT DATE - means THE DATE OF VESSEL'S CREW REPORTING AT

ANY Indian Port as designated by the owner for taking delivery of the vessels and

commences the owner operations.

ii. Owner's OPERATION" means various works to be performed by the vessel along

with crew as per Scope of Work in the bid Document. .

iii. "DAY” means a calendar day of twenty four (24) hours consecutive hours

beginning at 00.00 hrs. (midnight) following with reference to local time at the site.

iv. "HEADINGS" - The Headings in this Agreement are inserted for the sake of

convenience only and shall be ignored in construing this Agreement.

v. "SINGULAR/PLURAL WORDS - Save where the context otherwise requires

imparting singular number shall include plural and vice-versa and words imparting

neutral gender shall include masculine or feminine gender.

vi. "CONFLICT BETWEEN SCHEDULE AND PRINCIPLE TEXT" - It is not intended that

there be any conflict between this Agreement and the Schedules attached hereto,

but in the event that here is any conflict between the Principal text of the

Agreement and schedules, the principal text will prevail.

vii. "ANNUAL RATE"- Rates quoted are for one operating year for the vessel

viii. "DAY RATE" - Day rate would be arrived at as follows:

Annual Rate ÷ 365 days (Annual rate divided by 365 days)

ix. "COMPENSATION" - The owner will compensate the Contractor, for services,

rendered, under which this agreement.

Section - IV

21

4.3 Date of commencement

The operations start from the date of delivery before which all pre-requisites like

inventory of spares have been prepared and completed. The date of delivery will be

informed by the DGLL to the Contractor for commencing the operation.

4.4 Contract Period

The contract shall initially be for a period of 01 year from the date of award of

contract. The contract for the second and third year shall be extended yearly basis based

on the DGLL assessment on satisfactory performance of contractor during preceding year.

The performance of the contractor shall be reviewed by DGLL 60 days before expiry of

each year.

The performance of the contractor shall be assessed every year based on

availability of vessel, proper handling and maintenance of equipment & machinery,

assistance provided during statutory surveys & Dry Docking, etc., Performa of Annual

Performance Assessment of Contractor is enclosed as Annexure X.

4.5 Liquidated Damages

If the vessel is inoperative and is not available to the DGLL for use beyond 12 days

(including 12 days downtime but excluding warranty repair time) during one operating

year the Contractor shall pay to DGLL by way of ascertained and agreed liquidated

damages. The compensation by way of liquidated damages will be calculated at the rate of

2% per day with the ceiling of 10% of annual contract value. In case the total amount of

compensation exceeds the performance deposit, the Bank Guarantee will be en-cashed and

a new Bank Guarantee will have to be provided. In case of dispute, DGLL’s decision will be

final.

4.6 Consequential Damages:

Neither DGLL nor Contractor shall have any claim against each other for any

consequential damages

4.7 Subletting

The contractor shall not except without the express prior approval in writing of the

commission, transfer sub-contract or assign his obligations or any benefit or interest in the

contracts or any part thereof in any manner, whatsoever. Any such assignment shall not

absolve the contractor from this obligation and responsibilities under this contract.

4.8 Interpretation

The titles and readings of the sections in this Agreement are inserted for

convenient reference only and shall not be construed as limiting or extending the meaning

of any provision of this agreement.

4.9 Force Majeure

i. In the event of either party being rendered unable by Force Majeure to perform any

obligation required to be performed by it under this Agreement, the relative

obligation of the party affected by such Force Majeure shall after notice under this

clause be suspended for the period during which such cause lasts.

Section - IV

22

ii. The term “Force Majeure" as used herein shall mean acts of God, War (declared or

undeclared) riots or civil commotion, fires, floods, bad weather and Acts of

Regulations of the Government of India or any of its authorized agencies.

iii. Upon the occurrence of any Force Majeure cause and upon its termination, the

party alleging that it has been rendered unable as aforesaid, shall notify that other

party in writing within seventy two (72) hours of the alleged beginning and ending

thereof giving full particulars and satisfactory explanation in support of its claim.

iv. Time for performance of the relative obligation suspended by the "Force Majeure"

shall then stand extended by the period for which such causes lasts.

4.10 Payment during "Force Majeure"

It is understood and agreed by the parties of this Agreement that during the period

of "Force Majeure" pursuant to clause 4.9, that “Force Majeure” shall not relieve a Party

from its obligation to pay amounts due and owing.

4.11 Applicable Law

The terms and provisions of this Agreement shall be governed by the Laws of India

and shall be subject to jurisdiction of Courts in Delhi.

4.12 Labour Laws

The Contractor shall comply with all labour laws of the country including but not

limited to the contract labour (Regulation and Abolition) Act, 1971 and Minimum Wages

Act. Violation of any of the labour laws by the Contractor' shall be entirely at his risk and

cost. If the DGLL is required to pay/deposit any amount to any employee of the Contractor

under the orders of any, “authority for enforcement of labour laws, the same shall be

deducted from", "Contractor's bills and for by enforcing the Bank Guarantee furnished by

the Contractor.

4.13 Compliance of Laws

Compliance to all laws such as labour, Income tax, corporate tax, CGST, IGST, SGST,

etc. shall be with Contractor's account.

4.14 Change In Law

If there is a change in or enactment of any law in India after the date of placement of LOI which results in subsequently additional cost/savings to DGLL on account of such enactment having effect on this Agreement, the Contractor shall reimburse the DGLL or DGLL shall pay to the Contractor as the case may be for such cost/savings and the two parties shall discuss and mutually agree on the method and extent to which the DGLL/Contractor should be compensated/paid for. However, that provision of this Article shall not apply to personnel/corporate taxes and customs duties

4.15 Payment of Wages to Workmen

The Contractor shall pay the wages directly to the workmen without any

intervention of Jamadars / Thekedars. The contractor shall also ensure that no amount by

way of DGLL or otherwise is deducted or recovered by the Jamadars / Thekedars from the

wages of workmen.

Section - IV

23

4.16 Notice

All notice required herein to be given shall be deemed to have properly made when

delivered or when sent by registered post or email addressed to the applicable party.

4.17 Serviceability

Should any provision of this Agreement be found to be invalid, illegal or otherwise

unenforceable by any court of law, such findings shall not affect the remaining provisions

hereof and they shall remain binding on the parties hereto.

4.18 Insolvency and breach of contract:

The Director General may at any time by notice in writing summarily terminate the

contract without compensation to the contractor in any of the following events, that is to

say:-

i. If the contractor being an individual or if a firm any partner in the contractor’s firm

shall at any time be adjudged insolvent or shall have a receiving order or order for

administration of his estate made against him or shall take any proceedings for

liquidation or composition under any Insolvency Act for the time being in force or

make any conveyance or assignment of his effects or enter into any arrangement

with his creditors or suspend payment or if the firm be dissolved under the

Partnership Act: or

ii. If the contractor being a company shall pass a resolution or the court shall make an

order for the liquidation of its affairs or a Receiver or Manager on behalf of the

debenture-holders shall be appointed or circumstances shall have arisen which

entitled the court or debenture-holders to appoint a Receiver or Manager : or

iii. If the contractor commits any breach of this contract not herein specifically

provided for; provided always that such determination shall not prejudice any right

of action or remedy which shall have accrued or shall accrue thereafter to the

President of India and provided also that the contractor shall be liable to pay the

President of India for any extra expenditure he is thereby put up.

4.19 Rescindment of contract

i. In case of any dissatisfaction felt by Directorate General of Lighthouses and

Lightships on the part of services provided by contractor either in part or in full,

the DGLL will have full right to terminate the contract at any time during the

contract period by giving one month’s notice. Such termination can be at any port

in India. In the event of such a termination, the contractor will have no right to

claim any compensation for loss of business, whatsoever be the reason assigned by

him. The payment due if any to the contractor will be settled by DGLL within a

period of 30 working days after receiving the claim. In case of non-return of

advance, the Bank Guarantee will be en-cashed. The performance guarantee

deposit will also be returned after deducting the penalty if any. However, the

Performance Bank Guarantee deposited by the contractor will stand forfeited if the

contractor has failed to fulfill his part of the provisions in the bid document.

Section - IV

24

ii. Upon dissatisfactory performance and/or non-adherence to the terms of the

contract on the part of the service provider, the Directorate General of Lighthouses

and Lightships may terminate the contract forthwith by giving 30 days’ notice to

the contractor.

iii. Such termination can be at any port in India. In the event of such a termination, the

contractor will have no right to claim any compensation for loss of business,

whatsoever be the reason assigned by him.

iv. If at any stage during the contract period, the contractor cease work or refuses to

fulfill his part of the contract, the Director General shall have power to rescind the

contract, of which rescission notice in writing to the contractor under the hand of

the Director General shall be conclusive evidence of the contractor’s default and the

whole of the Performance Guarantee paid by the contractor shall stand forfeited

and be absolutely at the disposal of Government.

v. The Director General shall moreover have the power, to adopt any measure for the

completion of the left over work in any manner he may choose. In the event of such

a course being adopted any expenses which may be incurred in excess of the sum

which would have been paid to the contractor, of the whole work had been

executed by him (for the amount in such cases, the certificate in writing of the

Director General shall be final and conclusive) shall be realized from the contractor

from any money which may be due to him under this or any other contract or

otherwise.

vi. In the case when the contract has been rescinded under the aforesaid provision the

contractor shall have no claim for compensation for any loss sustained by him for

reasons of his having purchased any material or having entered into any

engagement or made any advance on account of the execution of the work. But, on

the other hand, the Director General shall be entitled to take possession of any or

part of any material which has been brought by the contractor to the site of work,

in which event the contractor shall be entitled to such payment therefore as may be

considered reasonable by the Director General.

4.20 Interest on money due to the contractor:

The contractor shall not be entitled to interest or damages for loss of interest upon

any amounts lodged as deposits with this Department or upon payment in arrears or upon

any balance which may, on the final settlement on his account, be due to him.

4.21 Arbitration:

All matters relating to disputes and differences of opinion will have to be settled

mutually as far as possible. In case the Contractor decides to settle a dispute through an

arbitration, it will be dealt by the provisions of the Arbitration and Conciliation Act, 1996

and as amended from time to time. The need for settlement through arbitrator and issue

concerned will have to be informed to DGLL in writing. The arbitration will be referred to

an one-man arbitration committee and that person will be nominated by the DGLL. His/her

verdict is final and deemed to be order of any court under the jurisdiction. The name of the

arbitrator will be informed either by the DGLL or a person authorized by him. The

arbitrator may not be the same person each time and the DGLL has full right to change the

Section - IV

25

arbitrator nominated earlier. Settlement of disputes (if any) will be within the jurisdiction

of court of Delhi.

4.22 Jurisdiction:

Failing arbitration in solving the dispute, Court of Delhi alone shall have the

jurisdiction for all aggrieved parties i.e. the Department, the contractor or any

constituent being party to the contract directly or indirectly.

Sd/-

For Director General

For and on behalf of the President of India

Section - V

26

Government of India

Ministry of shipping

Directorate General of Lighthouses and Lightships

“Deep Bhawan”, A-13, Tulsi Marg, Sector 24,

NOIDA, Uttar Pradesh – 201 301.

Tele-Fax-0120-2412677, Telephone-0120-2411345

E-mail:- [email protected]

SECTION - V – SCOPE OF WORK

5.1 General:

5.1.1 Operate the vessel with the Master and other officers and crew, replacement of crew and

payment of wages and all establishment matters related to the vessel. The minimum

number of officers and crew to be deployed by the Contractor as per safe manning

approved by MMD will be 10 Officers and 15 crew for Sagardeep II, 8 officers and 11 crew

for Indira Point and 4 officers and 5 crew for M.V. Deepstambh II. The Master is to execute

the cruise programme in accordance with the instructions from DGLL or his authorized

representative. He will be responsible for safety of the vessel and personnel on board. All

Officers and ratings should possess all relevant certificate approved by D.G. Shipping. The

Contractor shall accommodate additional personnel as directed by DGLL and arrange

appropriate accommodation as per their status.

5.1.2 Operating the vessel as per cruise program issued by the DGLL or his representative viz.

the Director, Jamnagar/Cochin/Mumbai/Port Blair/Chennai/ Kolkata/Visakhapatnam

depending upon the location/ area of operation of the vessel with approved manning. The

cruise program is also subjected to be altered by the DGLL/his representative on-board, if

situation warrant. The vessel has to be operated strictly as per the Ships Maintenance

manual/Instruction manual, which will be provided after signing the contract. The

contract document will contain the terms and conditions given under each chapter and

other pertinent details.

5.1.3 The Contractor shall employ qualified and experienced and competent people to ensure

smooth operation, and safety of the vessels and ensure that their minimum requirements

as laid down by concerned authorities are met with. The DGLL has every right to ask

replacement of any crew whom he feels is non-cooperative either with the DGLL or his

representative in running of the vessel or incompetent to do the work assigned to him or

not performing up to the satisfaction of DGLL or his representative.

5.1.4 The technical details of vessels are given in Annexure-I (A, B & C). The Master, his officers

and crew will assist the DGLL or his representative in completion of the task as described

at Para 5.4 under cruise program. Appointment of crew shall be as per norms of Director

General of Shipping.

5.1.5 Establishment and management of Preventive Maintenance Cell at Deep Bhawan, Noida.

5.1.6 Providing Accommodation and Catering to Directorate personnel on board Vessel.

5.1.7 Clearance of the vessel at Ports, submitting Ship’s documents to Port Authorities for

verification, arrangement of berths, pilotage etc.

Section - V

27

5.1.8 Ensuring supply of fresh water to the entire period of cruise and refilling in port of call, if

required.

5.1.9 Engaging technical supervisor at Jamnagar, Port Blair and Cochin for facilitating

assistance during Bunkering, Port Clearances of vessels.

5.1.10 Monthly submission of performance report of all systems in the vessel and log books.

5.1.11 Carrying out Preventive maintenance (including oiling, greasing, painting, hull &

machinery) and attending minor fault of the vessel, all its systems, ship winches and all

navigational equipment ensuring procurement of spares, consumable stores, management

of preventive maintenance cell in headquarter office.

5.1.12 Comprehensive insurance of the vessel including their sub-systems and all personnel

including Lighthouse Directorate personnel on-board, processing of the claims, if any on

behalf of the DGLL.

5.1.13 In addition to their work on-board during buoy maintenance the crew/deck-hands shall

operate winches, work boat for loading/unloading material and also for the DGLL’s

personnel as and when required. This work will have to be carried out during night time

also if required.

5.1.14 In addition to their work on board, the crew/deck-hands should assist the DGLL’s

representative in carrying out their works including operation of winches, crane, towing

work boats, buoys, barges etc. as and when required.

5.1.15 Providing round the clock watch and ward for security of the vessels and their equipment

at all ports of call and berthing places.

5.1.16 The work boat shall also be operated by crew and officers of the mother vessel (M.V.

Sagardeep II, Indira Point and M.V. Deepstambh-II) from the anchorage point of the

mother vessel to the shore for transporting men and material (Lighthouse personnel

including Technical person and construction labourers etc. and Lighthouse materials)

5.1.17 Implementation and management of ISM, SMC and ISPS.

5.1.18 The contractor, being the Principal Employer for the workmen engaged by him shall take

maximum care against any accident and shall ensure proper safety measures. For any

accident, mishap due to lack of safety measures, the contractor shall be responsible. The

contractor in his own interest shall insure the workman so deployed. DGLL will not be

responsible for any such claims whatsoever.

5.1.19 The services of any vessel can be discontinued with prior notice of 30 days issued by the

Director General. The bidder shall have no right to claim compensation for any loss in this

regard and shall comply with the notice and hand over the vessel to DGLL within the

stipulated date.

5.2 Officers and Crew

5.2.1 The crew will have to be deployed by the contractor at place/s indicated by the DGLL for

taking over of the vessel delivered at any port (major/minor/any other) in India at

contractors cost.

Section - V

28

5.2.2 The contractor shall employ qualified and experienced staff (as specified by D.G. Shipping)

to ensure that minimum requirements as laid down by MMD authorities are met with.

5.2.3 The minimum seafarer experience for Officer and Crew to be deployed in the vessels shall

not be less than 03 Years at respective grade. CDC of each Officer and Crew shall be

verified before appointment.

5.2.4 The contractor shall submit the experience and other documents of the personnel to the

DGLL before deploying them on board. Payment will not be made for the personnel who

are engaged without prior approval of DGLL.

5.2.5 The DGLL has every right to ask for replacement of any crew whom he/his representative

feels non-cooperative either to the Director or his subordinate official in running of the

vessel or incompetent to do the work assigned to him or not performing up to the

satisfaction of DGLL or his representative. The DGLL is required to be informed in

advance regarding change of officer and crew.

5.2.6 All officers and rating shall have relevant certificates (STCW, Firefighting L.S.A. etc.)

approved by D.G. Shipping for ocean going vessels as applicable.

5.2.7 The master is to execute the cruise program in accordance with the instructions from the

DGLL or his representative on-board and he will be responsible for the safety of the vessel

and personnel on-board.

5.2.8 The number of Officers and crew to be placed on board for operation and running of

vessel shall be as per the MMD guidelines. The class of vessel as per DG shipping for safe

manning in Deck side and Engine side is given below,

Name of Vessel Class of Vessel for SMC

Deck side Engine Side

M.V. Sagardeep II D 7 (9A) E-6 M.V Indira Point D 14 (12G) E-5 M.V. Deepstambh II D 4 (7) E-8

5.2.9 The proposed safe manning crew for the vessels are as below;

Manning of M.V. SAGARDEEP II

List of Officers

Description / Title Quantity in Nos.

Minimum Certification

Deck Side

Master 01 NCV

Chief Officer with GMDSS 01 NCV

Night Watch Keeping Officer (NWKO) 03 NWKO (NCV) with GMDSS

Total Deck Side Officer (A) 05

Engine Side

Chief Engineer 01 MEO Class - I

Second Engineer 01 MEO Class III (NCV-2nd stage)

Third Engineer 01 Class IV (NCV)

Fourth Engineer 01 Class IV Part A (NCV)

Section - V

29

Description / Title Quantity in Nos.

Minimum Certification

Electrical Officer 01 Total Engine Side Officer (B) 05

Total Officer in MV Sagardeep – II (A+B) 10

List of Crew / Ratings

Description / Title Quantity in Nos.

Minimum Certification

Deck Side

Helmsman 03

Cook 02

Utility Hand 02

Additional Deck Crew 05

Total Deck Side Ratings (A) 12

Engine Side

Oilers 03

Total Engine Side Ratings (B) 03

Total Ratings in MV Sagardeep – II (A+B) 15

Manning of M.V. Indira Point

List of Officers

Description / Title Quantity in Nos.

Minimum Certification

Deck Side

Master 01 FG

Chief Officer with GMDSS 01 FG

Night Watch Keeping Officer (NWKO) 02 NWKO (NCV) with GMDSS

Total Deck Side Officer (A) 04

Engine Side

Chief Engineer 01 MOT Class - I

Second Engineer 01 MOT Class- II

Third Engineer 01 MOT Class -IV

Electrical Officer 01 Total Engine Side Officer (B) 04 Total Officer in MV Indira Point (A+B) 08

List of Crew / Ratings

Description / Title Quantity in Nos.

Minimum Certification

Deck Side

Helmsman 03

Cook 02

Utility Hand 01

Section - V

30

Description / Title Quantity in Nos.

Minimum Certification

Additional Deck Crew 02

Crane Operator 01

Total Deck Side Ratings (A) 09

Engine Side

Oilers 02

Total Engine Side Ratings (B) 02

Total Ratings in MV Indira Point (A+B) 11 Manning of M.V. Deepstambth - II List of Officers

Description / Title Quantity in Nos.

Minimum Certification

Deck Side

Master 01 NCV

Night Watch Keeping Officer (NWKO) 01 NWKO (NCV)

Total Deck Side Officer (A) 02

Engine Side

Chief Engineer 01 NCV – Class III

Second Engineer 01 (NCV) Class IV

Total Engine Side Officer (B) 02

Total Officer in MV Deepstambth - II (A+B) 04

List of Crew / Ratings

Description / Title Quantity in Nos.

Minimum Certification

Deck Side

Helmsman 02

Cook 01

Total Deck Side Ratings (A) 03

Engine Side

Oilers 02

Total Engine Side Ratings (B) 02

Total Ratings in MV Deepstambth - II (A+B) 05

Section - V

31

Summary of Manning

Description Name of Vessel

Total M.V Sagardeep – II

M.V Indira Point

M.V Deepstambth - II

No. of Deck Officers 05 04 02 11

No. of Engine Officers 05 04 02 11

Total Officers 10 08 04 22

No. of Deck Ratings 12 09 03 24

No. of Engine Ratings 03 02 02 07

Total Ratings 15 11 05 31

Note:

i. The above manning scale of each vessel is tentative and the same shall be reviewed

in accordance with DG Shipping guidelines. However, in no case it shall not be less

than Safe Manning Certificate of the respective vessel.

ii. During the layoff period / discontinuance of any of the vessel for safe manning shall

be in accordance with DG Shipping guidelines.

5.3 Additional Crew

In addition to clause 4.2, additional crews are to be employed for assignments like

buoy maintenance in respect of M.V. Sagardeep II and M.V. Indira Point. Prior approval of

DGLL needs to be obtained for deployment of additional crew for buoy operation. Buoy

maintenance work is likely to take place roughly for about three months in a year.

5.3.1 Rate for Additional Crew

Rates may be quoted separately for deployment of additional crew for buoy

maintenance work. The rate should be all inclusive of wages, allowances, victualing,

insurance, medical, travel, uniform, gratuity, welfare fund, allowances and administration

charges on per day/crew basis. The attendance of additional crew for buoy maintenance

shall be certified by DLL, Jamnagar based on period of buoy maintenance work.

5.4 Cruise Programme

During the cruises, following activities are to be attended:

5.4.1 M.V. Sagardeep II (At Jamnagar District)

The cruise programme will be charted out by the respective Director whenever the

ship is sailed to Jamnagar/Cochin/Port Blair or any other destination. The cruise programs

planned by the respective Director have to be strictly adhered to.

During the Buoy maintenance, the work includes inspection of buoys, removing,

retrieving and relaying of buoys in the charted position after maintenance. The buoy

maintenance is required to be carried out during fair season anytime between Octobers to

March or as appropriate as per approved sailing program. Transportation of buoys as

required and as directed.

Buoy Maintenance: The buoy maintenance on board consist of thorough cleaning

of external portion of the buoy body, tail, counter weight, trestles etc. by water wash,

Section - V

32

chipping, scrapping, water blasting, wire brush cleaning in case of steel buoy and water

blasting and cleaning with soap water manually in case of Elastomer buoy. All the

accessories on the buoy will be checked and inspected by the Directorate Staff and officer.

Maintenance/preventive maintenance action will be directed by representative of the

Director, Jamnagar. Master, handling the buoy operation, will assist along with his officers

and crew with all support systems for lifting and welding works etc. This will be carried

out after cleaning of buoy before application of primer and paints. On completion of

cleaning of external, surfaces, the application of one or two coats (as per requirements) of

metal primer/zinc primer/chlorocoat primer by hand brushing and thereafter two coats of

synthetic marine enamel paint (paint supplied by the Directorate) will be applied on the

body of the buoy according to its colour code.

Maintenance of mooring: The mooring chains are required to be spread on the

deck top for checking of dimensions of worn out parts of mooring chain and shackle and its

replacement by the Directorate personnel if necessary. After replacement of worn out

parts the chain and sinkers will be coated with high built black bituminous paint twice

after cleaning by wire brush.

Relaying of buoy: On satisfactory completion and preparation of buoy and after

drying of high Built Bituminous paint and Synthetic Enamel paint to the buoy, the light

equipment will be reinstalled over the buoy deck before it is re-laying at its charted

position. The vessel shall be brought near to the chartered position utilizing the DGPS

receiver. The buoy will be lifted by derrick and set outside the vessel and placed over

water.

Replacement of buoy: In case any buoy is found to have lost in Sea/damage, a new

set of buoy along with its set of moorings will be loaded from Okha port and taken to the

charted position for relaying after carrying out necessary assembly.

Transportation of damaged buoy: The damaged buoy if any will be transported

to OKHA yard for repairs when the vessel returns to port.

5.4.2 M V Sagardeep-II (At Cochin and Port Blair Districts)

i. Light equipment, stores, building materials, fuel, rations, are to be transported to

the work site/Lighthouse (mechanized wooden dinghy to be used, as and when

required). To supply fresh water required for the work, the same shall be supplied

from the vessel fresh water tank.

ii. Lighthouse personnel, inspection officers and maintenance parties shall be

provided with suitable boarding and lodging and shall extend all facilities for their

transportation to the site and back through Mech. Dinghy/workboat. If necessary

packed lunch will be provided to the lighthouse personnel.

iii. Transporting and placement of buoys for locating and marking of wrecks.

iv. Towing and moving of light vessels.

v. Towing small ships or country craft required for assistance.

vi. Lowering and lifting of workboat at the anchorage Lighthouse site and also taking

the Lighthouse party to the place of work site as and when required.

Section - V

33

vii. Operating derrick as required for loading of the Lighthouse stores, construction

material into the vessel and also its discharge at anchorage at different

Lighthouses.

viii. To accommodate more number of maintenance staff/workers during day journey

as and when required. (About 25 persons in number excluding Directorate officers

and staff). Necessary dispensation has to be obtained by the contractor, when

necessary.

ix. The vessel is required to sail at a very short notice of about 12hrs to attend to the

failure of lights or any other emergency. The vessel may be required to make

maximum of 30 days voyage at a stretch depending upon the requirement of the

Director or his representative.

x. Any other works as deemed fit by the DGLL or his representative for upkeep of

Aids to navigation in the region.

5.4.3 M.V Indira Point (At Port Blair/Cochin District)

i. Light equipment, stores, building materials, fuel, rations, (mechanized wooden

dinghy-'as required) shall be transported to the work site/Lighthouse. To supply

fresh water required for the work, the same shall be supplied from the vessel's

fresh water tank.

ii. Lighthouse personnel, inspection Officers and maintenance parties shall be

provided with suitable boarding and lodging and shall be extended all facilities for

their transportation to the site and back through Mech. Dinghy/workboat. If

necessary packed lunch will be provided to the lighthouse personnel.

iii. Towing and moving Buoys/barges if required.

iv. Towing small ships or country craft required for assistance.

v. Lowering and lifting of workboat at the anchorage Lighthouse site and also taking

the Lighthouse Party to the place of work site as and when required.

vi. Operating derrick as required for loading of the Lighthouse Stores, construction

materials into the vessel and also its discharge at anchorage at different Lighthouse

sites.

vii. To accommodate required number of maintenance staff/workers during day

journey as and when required. (About 15 persons in number excluding Directorate

Officers and staff). Necessary dispensation has to be obtained by the contractor,

when necessary.

viii. The vessel is required to sail at a very short notice of about 12hrs to attend to the

failure of lights or any other emergency. In normal cases, the vessel may be

required to make a maximum of 30 days voyage at a stretch depending upon the

requirement of the Director or his representative. However, in case of longer

voyages the Contractor will be informed 72 hrs. prior to the voyages.

ix. Inspection of various aids to navigation and transporting Officers/other personnel

of the Directorate for inspection to trouble shooting/operation maintenance etc. to

various Lighthouses and other maintenance works.

Section - V

34

x. Any other works as deemed fit by the DGLL for upkeep of Aids to Navigation in the

region/Indian Coast.

xi. The vessel Indira Point shall also be deployed for maintenance of buoy, mooring &

other misc. work at Jamnagar Directorate and the works shall be as per Para 5.4.1.

5.4.4 M.V. DEEPSTAMBH- II (AT JAMNAGAR L. H. DISTRICT)

i. Transporting of HSD Oil, Building Materials, Equipment, Stores, Fresh Water,

Ration, etc. to the Island Lighthouses.

ii. To attend the Repairs and preventive maintenance of Aids to Navigation

established at the following Lighthouses including Civil Engineering Repairs for

Lighthouse located in Gulf of Kachhch and Gulf of Khambat.

a. Bural Reef Lighthouse

b. Chank Tapu Lighthouse

c. Kalubhar Island Lighthouse

d. Lushington Shoal (Proposed LH Project)

e. Narmada/Salaya Channel Buoys

f. Observance of performance of lights & buoys in GOK

g. Observance of performance of VTS in GOK

h. Providing logistic for all AToNs in GOK including VTS

iii. Checking of buoys laid in the Gulf of Kachhch (GOK), Gulf of Khambat), for

attending to light equipment, changing of Batteries etc.

iv. Towing and Mooring of Buoys, if required. Necessary Assistance during Annual

Buoy Maintenance operation if required.

v. Checking the performance of Lights, Racons and other Aids to Navigation.

vi. Any other works related to Aids to Navigation in the above Lighthouses or any new

Lighthouses added in due course.

vii. The services of vessel M.V Deepstambth – II shall be discontinued at any time

during the contract period by issuing a 30 days’ notice by DGLL. From the date of

discontinuance of the vessel, no payment will be made to the contractor towards

running, maintenance and management cost of the vessel. The contractor shall not

have any right to claim any amount from DGLL after discontinuance of vessel.

5.5 Catering on Board

The contractor shall provide food and other beverages to the DGLL or his

representatives on board. A weekly menu is given at Annexure – II (A and B). All items

listed will have to be provided as per menu.

The rate will be quoted per day per person, including cost of all food, beverages and

serving charges.

Extra charges shall be applicable for VIP Guests/gathering at the time of their

presence on board subject to prior approval of DGLL.

Section - V

35

5.5.1 Terms and Conditions for Catering

i. Proper serving utensils to be used and they must be maintained in neat & clean

condition. The food, if rejected, for a particular time of day by the DGLL or his

representative on board, alternate food with equal calories will be provided. The

quality of food shall be same to all the personnel of DGLL.

ii. The contractor shall procure good quality food material to be supplied by standard

companies. The menu provided at Annexure –II (A&B) shall be reviewed and

modified if felt necessary at every 12 months with the approval of DGLL.

iii. In respect of crockery items, the approximate cost of the replacement crockery

shall also be required to be intimated in writing for approval. The contractor can

replace these items and seek reimbursement. The utensil on-board shall have to be

handled carefully. However, in case of damages due to negligence, the same shall

be replaced by the contractor at his own cost.

iv. While the contractor bears the expenditure on food for the crew and his officers,

the food expenses of DGLL or his representative will be paid by the DGLL and will

be on daily rate basis. The DGLL or his representative will certify the list of person

to whom catering facilities have been provided. However, the number of personnel

on board will be intimated before commencement of a cruise.

v. If DGLL or his representative suffering from sickness, including seasickness, an

appropriate diet will have to be provided to them.

vi. The contractor owns responsibility in case of development of ailment due to

contamination of food, beverage and fresh water provided by him. He will have to

bear medical expenses for treatment of such ailments for all persons on board and

appropriate penalty shall be levied as decided by the DGLL/his representative.

vii. No payment shall be made for the day/days, if adequate quantity and quantity of

food not provided or the food was not provided as per menu.

5.6 Housekeeping

i. The entire vessel, its systems, cabins, lavatory, decks and all components have to be

maintained neat &clean and serviced regularly. Only approved cleaning material

will have to be used.

ii. Whenever necessary, minor carpentry and painting shall also have to be done by

the ship’s staff. The soap, toilet paper will have to be provided and also required to

be replaced periodically. The toiletry utilities like buckets, cleaning material for

bathroom will have to be replaced periodically.

iii. The contractor may keep adequate number of linen for changing. The ship shall

have two sets of linens. An extra set is to be procured if necessary by the

contractor with prior approval of DGLL. Bed and bath linen shall be changed on

alternate days. The linen will be surveyed periodically by the Directorate officers.

The payment for replacement of linen will be reimbursed.

iv. The bed should be maintained. Whenever any damage occurs, the bed material to

be repaired or replaced as necessary.

Section - V

36

v. Specific accommodation is provided in vessel for DGLL (named as Owner’s cabin)

and also for other Directorate Officers/staff who may board the vessel. The

number of Directorate staff at any time may be 10 excluding labourers for special

work in respect of M.V. Sagardeep II. In respect of Indira Point and M.V.

Deepstambh II the number of Directorate staff will be as per the existing rules, after

accounting for safe manning crew. The scale of accommodation for crew is also

provided considering the safe manning requirement at the rate of 25 nos. for M.V.

Sagardeep II, 19 nos. for Indira Point and 09 nos. for M.V. Deepstambh II.

5.7 Preventive Maintenance Cell (PMC)

Preventive Maintenance Cell (PMC) will be based at the Headquarters office Noida

and shall be consist of following,

i. One Chief engineer MOT Class-I (diesel) to be designated as Technical

Manager (HQ) with five year experience at sea and at least three years’

experience as Technical Manager/Superintendent ashore.

ii. One Marine officer from deck/engine side.

iii. Two Computer literate persons for documentation, internet operation,

maintenance and up keep of records.

A list of three nominees each for Technical Manager (HQ) and Marine Officer will

be submitted to DGLL after acceptance of work order to shortlist the best candidates. PMC

staff will process all the cases pertaining to the vessel and should be fully conversant with

all requirements for smooth operation and running of the vessels. Their Provident Fund,

ESI and other benefits such as earned leaves/casual leaves as applicable by labour law may

be maintained. The PMC should monitor, scrutinize all ships requirements projected in the

form of indents and work/repairs specifications/requisitions and assist DGLL to process

their approvals. The Preventive Maintenance Cell to ensure that all the routine

maintenance tasks and statutory surveys, ISM audit, insurance etc. are carrying out

methodically and timely by the ship’s crew/contractor on behalf of the DGLL. The working

hours of PMC shall be 0930Hrs to 1800Hrs during working days of DGLL.

The PMC should also possess office accessories comprising of three desktop and

one lap top computers with internet facility, printer, fax machine and photo copier for day

today activities and also mobile phones with connection (two nos.) for maintaining ship to

shore communications, round the clock. Two AC units of 1.5 ton capacity shall also form

part of the accessories. Payment of maintaining the computers, printers fax machine, AC

unit and the telephones/mobile phones shall be the responsibility of the contractor and no

separate payments for the expenditure incurred will be admissible. All the office

accessories provided will remain as the property of the contractor/operator. All the

indents and other requirements projected for the operation of the Lighthouse Tender

vessels as well as bills thereof shall be scrutinized by the PMC for further approval of the

DGLL. Necessary office stationery shall be provided by the contractor for PMC cost of

which shall be reimbursed by the DGLL. The space and general purpose furniture for PMC

will be provided by the DGLL. Any special items of furniture not given by DGLL and

provided by the Contractor will remain as his property.

Section - V

37

The staffs of PMC shall be entitled to non-cumulative 12 days in a calendar year

besides Saturday, Sunday and Gazetted Holidays.

5.8 Medicines on Board

The medicines in the kit shall be replaced periodically as per the MMD norms at the

cost of Contractor, which will be reimbursed. However, prior approval of DGLL needs to be

obtained for replacement.

5.9 Assistance during Vessel at Port

The Contractor shall be responsible for obtaining port clearance, arrangement of

berths, pilotages (where required) at each calling port and shall maintain stay of the vessel

in ports for the stipulated period in the cruise programme. No delay on account of the

above is permitted except the ones which are beyond the control of the Contractor. The

contractor shall be responsible for clearing of men and material that will be embarking and

disembarking through customs and security. Port charges, pilotage and berth charges are

reimbursable as per actual.

5.10 Management of Services

The contractor required to carry out the following activities under management of services. Technical supervisors shall be deployed to carry out the services at the ports located at Jamnagar, Port Blair and Cochin.

i. Arranging supply of fresh water ii. Bunkering of Vessel

iii. Assistance for Supply of Annual Consumable stores iv. Assistance during dry docking of Vessel v. Assistance for Maintenance and repair of Vessel

vi. Anchoring and Berthing of Vessel at remote Islands vii. Insurance for DGLL Personnel on board

The service charges in respect of the above activities may be quoted under Management of services.

5.10.1 Supply of Fresh Water

i. The vessel M.V Sagardeep II and M.V Indira Point are equipped with RO plants with

the capacity of 20 T per day and 10 T per day respectively. However, during the

port stay of these vessels, fresh water is required to be arranged by the contractor.

ii. The contractor should ensure optimum utilization of fresh water during the entire

period of cruise. Fresh water is required for construction work at uninhabited

Islands also. The fresh water should be potable. The actual cost of fresh water paid

by the contractor shall be reimbursed by the DGLL on submission of a copy of

original receipt. The Contractor shall be responsible for its portability.

iii. The Fresh Water is to be supplied for the vessel generally twice in month or as per

requirement of the vessel. The total annual outflow of potable water for M V

Sagardeep-II is 4000T, for Indira Point will be around 2500T & for M V

Deepstambh-II is 600T per annum approximately. However the payment shall be

made as per actual consumption.

Section - V

38

iv. The contractor should have a prior arrangement with the port for filling up of fresh

water.

5.10.2 Bunkering of Vessels

i. The Contractor shall bunker the vessel as and when required to make the vessel

ready to sail by 12 hours’ notice. The log book containing the fuel level on board

should be strictly maintained and a report on monthly fuel consumption of the

vessel will have to be submitted to the DGLL.

ii. The stock on board will have to be certified by the Master, Engineer and DGLL or

his representative before and after bunkering.

iii. Generally, the procurement will be done from Public Sector undertaking. The DGLL

will open a direct account with IOC or any other Public Sector Undertaking and

make direct payments. In special circumstances, the cost of bunkering will be paid

by the contractor and will be reimbursed by DGLL after submitting one copy of

original receipt.

iv. The contractor shall maintain the account for bunkering and submit returns of all

supplies made on a regular basis every month.

5.10.3 Supply of Annual Consumable Stores

All Annual consumable stores as per approved list shall be purchased, generally

twice in a year and supplied to the vessel by DGLL or his representatives. The following

protocol shall be followed,

a. The ship may escalate the Supply indent along with the information of ROB to the

contractor.

b. Within 07 days from date of receipt, the contractor submits the Repair Supply

indent to the respective Regional Director for his recommendation.

c. Within 07 days from date of receipt, the regional director or his representative

shall visit the vessel and inspect the requirement; accordingly, they may forward

their recommendation to DGLL.

d. Within 15 days from the date of recommendation, DGLL shall scrutinize the Supply

indent; accordingly approval will be conveyed to the Regional Directror.

e. On receipt of DGLL’s approval, the regional Director shall complete the supply as

per GFR 2017 through authorized / approved agency (ship chandlers) within 30

days from the date of DGLL’s approval.

f. After completion of supply, the regional Director submit the invoice along with

necessary supporting vouchers, duly signed by ship staff, store entry, etc., within 07

days from the date of completion of supply to DGLL for reimbursement.

g. On receipt of Invoice, within 07 days, the reimbursement amount will be paid to the

contractor.

h. For special works, the above time line may be relaxed by DGLL with valid reason.

i. The contractor shall assist the regional director for statutory clearances to supply

the annual consumable stores.

Section - V

39

5.10.4 Assistance during Dry Docking of Vessel

i. The vessel has to be dry-docked twice in five year for hull cleaning, sand blasting

and painting, overhauling of shipside valves and other classification society surveys

as per the procedures laid down by MMD/IRS. DGLL will pay the total cost of Dry

Docking including the paint cost directly to the party to whom the work order is

placed. Only good specified quality paint should be used.

ii. The ship staff shall prepare the defect list of the vessel and submit the DGLL well in

advance at least 90 days before the due date of dry docking.

iii. The contractor shall do complete supervision, management & necessary

arrangements for dry-docking work. The charges of which shall be included in his

quotes under cost of services.

iv. DGLL may direct the Technical Manager, HQ in PMC to visit the vessel for routine

inspection during repairs & maintenance. The expenditure on air travel, lodging,

boarding and local conveyance only will be reimbursed.

5.10.5 Assistance for Maintenance and Repair of the Ship

i. The spares required for replacement for repairing and maintenance of system and

sub systems shall be purchased prior approval of DGLL. Emergency spares

amounting up to Rs.25,000/- may be procured in case of operational requirement

for emergency repairs after telephonic intimation. Such approval will be

subsequently got confirmed in writing (E-mail/Fax) by the contractor. The spares

procured shall be of standard make preferably from OEM. The cost of replaced

spares will be reimbursed by DGLL. Contractor shall hand over worn out parts as

directed [to the Director where the vessel has been based]. The cost of the

replacement will be reimbursed against submission of original receipts.

ii. The contractor is to maintain and carry out the repairs of the ship (hull, machinery

and equipment) and all the systems in the ship, either directly or by engaging

authorized service engineers of the systems. These systems include Engine Room

Machinery, Navigational equipment, Deck machineries, domestic appliances and

winches, all furniture, galley equipment. Paints and other consumables will have to

be provided by the contractor and the expenditure on this account will be

reimbursed. The contractor is to keep all decks in good painted condition all the

time. The charges paid if any to service engineers or any other agency while

carrying out the repair to ship shall be reimbursed by the DGLL. Any repair works

approved by DGLL shall be carried out immediately. The contractor shall submit

the detailed proposal for repair or maintenance work with financial implications to

DGLL for approval.

iii. During layup period Main Engine, Auxiliary Engine and Air Condition Units are to

be serviced by authorized Service Engineer with prior approval of DGLL.

iv. All the statutory surveys including the Classification Society (IRS) Surveys, SRT

Surveys and any other mandatory surveys are to be conducted / arranged by the

contractor. All the L.S.A. and F.F.A. must be serviced and maintained by the

contractor. All charges will be reimbursed by DGLL.

Section - V

40

v. The lubricants, grease and other items required for maintenance of the systems in

the vessel should be of proper grade and standard as specified by the OEM.

Periodical lubrication, greasing etc. for the maintenance of the systems shall be

carried out in accordance with the instructions and time schedule and as per the

instructions contained in the maintenance manual of the vessel. The DGLL/his

authorized representative may at any time inspect the vessel for checking the

maintenance standard of various systems for proper technical maintenance,

lubrication of various systems and machineries, grade of lubricants, grease, HSD oil,

spare parts used for LSA,FFA and for the performance of any other mandatory

requirements. In case any deficiency is noticed, penalty @ Rs.25,000/- will be

imposed on each such deficiency identified excluding recovery of payment

reimbursed for procurement of these items against which such sub-standard

material have been used. The details of various systems/equipment and

specifications of Main Engine, Alternator etc. is placed at Annexure – I (A, B & C).

vi. The contractor, if necessary, may obtain further details directly from the shipyard

or the Directorate. Viability of entering into a service contract with the

manufacturers of the Main Engine, Alternator and other important systems of the

vessel can be considered as applicable. However, the onus of arranging

maintenance maintaining necessary correspondence will be with the contractor.

The repairs and replacement of spares should be carried out only through

authorized manufacturers.

vii. Penalty shall be imposed on the contractor if any of the systems get damaged due

to the usage of improper grade of lubricants, grease or any other items required for

the upkeep of the systems in the vessel. Such penalty imposed on the contractor by

the DGLL will be deducted from the bill for service and maintenance charges. In

such cases, the decision of the DGLL will be final and the contractor will have no

right to refer the matter to any statutory body.

viii. The following protocol shall be followed for carrying out maintenance and repair

works,

a. The routine repair and maintenance work shall be attended by the ship

crew, if they not able to attend the same, workshop assistance can be

requested with prior approval of DGLL.

b. The ship may escalate the Repair Specification / Supply indent of spare to

the Regional Directorate through the contractor.

c. The repair specification / supply indent shall be accompanied with cost

implication and procurement schedule.

d. Within 07 days from date of receipt, the regional director or his

representative shall visit the vessel and inspect the repair / maintenance

requirement; accordingly, they may forward their recommendation to

DGLL.

e. Within 15 days from the date of recommendation, DGLL shall scrutinize the

Repair Specification / Supply indent; accordingly approval will be conveyed

to the contractor.

Section - V

41

f. Within 07 days from the date of DGLL’s approval, the contractor shall

initiate the procurement of spares / maintenance / repair works through

OEM authorized agency. If the procurement of spares / maintenance /

repair work is need to be carried out through private workshop / firm, the

work shall be awarded on competitive basis as per GFR 2017 under the

control of Regional Director.

g. The procurement of spares / maintenance, repair works shall be completed

within 30 days from the date of DGLL’s approval for domestic works and 60

days for works where import of spares is involved.

h. After completion of work, the contractor raise invoice for reimbursement of

actual expenses along with necessary supporting vouchers, duly signed

work completion certificate, etc., within 30 days from the date of

completion of work / supply through concern regional director for

reimbursement.

i. On receipt of Invoice, within 15 days, the reimbursement amount will be

paid to the contractor. No interest will be admissible for any delay in

payment.

j. For special works, the above time line may be relaxed by DGLL on request

of the contractor with valid reason.

5.10.6 Anchoring and Berthing of Vessel at Remote Islands

i. The contractor is required to liaise with the local port authorities for port related

requirements like arranging fresh water, berthing, pilotage and weighment of

materials etc.

ii. The vessel shall be required to take up voyages considering the remote location of

Islands, Lighthouses and offshore construction sites, where no local port facility is

available. In such cases the crew/officers of the vessel themselves will undertake

the task of anchoring/berthing and if necessary unloading /loading of materials,

embarkation/disembarkation of men.

5.10.7 Insurance for DGLL Personnel on Board

i. Insurance for the DGLL personnel on board shall have to be arranged by the

contractor for the duration of the contract as under:

Insurance for Group A Rs.20,00,000

Insurance for Group B Rs.15,00,000 For year the 2020 Insurance for Group C Rs.13,00,000 Insurance for Group D Rs.7,00,000

The Insured amount to be increased by 10% every year for the period of contract

remains in force.

Section - V

42

ii. A comprehensive insurance for the vessel, its system and all equipment, will have

to be made by the contractor in the name of DGLL from the date of commencement

of the contract. The contractor will process all the claims relating to damages.

iii. The premium on both cases will be reimbursed by DGLL. The service charges in

this regard can be levied under Management of Services.

5.11 Communication

The Satellite telephone/fax/e-mail as the case may be, will be within the overall

control of Master and he shall maintain a logbook for all calls/messages originated from

the vessel. Mobile phone communication shall be maintained between the Directorate and

the ship at all times. Mobile phones will be procured and supplied to the ship by the

contractor for ship to shore communication. The cost of mobile instruments will be

reimbursed. The Master will be responsible for any discrepancy between the logbook

details and telephone/e-mail bills from Communication Company.

Private communication charges for the telephone/fax/e. mail by the contractor and

his men will have to be borne by the contractor. Communication through telephone/fax/e-

mail by contractor or their agents (shore to. Ship or shore to shore) will be borne by the

contractor. The charges for call made by DGLL or his representative will be borne by the

DGLL.

5.12 ISM - Code Management

The contractor shall manage the ISM on board and ashore in respect of M.V.

Sagardeep-II, Indira Point and M.V. Deepstambh-II. A lump sum rate may be quoted for

each vessel per year for managing ISM on board and ashore. However, statuary charges by

the appropriate authority, surveyors expenses for travel/ boarding/lodging will be paid as

per actual separately. The expenses towards conducting periodical internal audit have to

be carried out at the contractor’s own cost and no separate claim on this account will be

entertained.

On completion of each year the claim towards the ISM management has to be

raised by enclosing copy of the internal audit report (s) and endorsement if any for

settlement of claim.

Sd/-

For Director General

For and on behalf of the President of India

Section - VI

43

Government of India

Ministry of shipping

Directorate General of Lighthouses and Lightships

“Deep Bhawan”, A-13, Tulsi Marg, Sector 24,

NOIDA, Uttar Pradesh – 201 301.

Tele-Fax-0120-2412677, Telephone-0120-2411345

E-mail:- [email protected]

SECTION – VI – SPECIAL CONDITIONS OF CONTRACT

6.1 Operational Base of Vessel

The administrative base for all the vessels is office of the Director General of

Lighthouse and Lightships, Noida (UP). However this can be changed any time as per

operational requirement, after giving one month’s notice to the contractor by DGLL. As the

vessel cruises continuously, during certain period of time, it may become necessary to

relieve or change the crew during halt period. The contractor should provide a schedule of

change of crew and its personnel to match the tentative cruise program. The contractors

shall establish a local base with technical supervisor at Port Blair, Cochin and Jamnagar for

co-ordination with DGLL/Director, Port Blair, Cochin and Jamnagar for running and

operation of the respective vessels for which no additional payment will be made.

6.2 Base Port of Vessel

i. The base port for the vessel M.V. Sagardeep – II will be Cochin and base port for

Indira Point will be Port Blair. The base port for M.V. Deepstambh II will be Okha.

ii. The vessel is required to operate anywhere in offshore India, and undertake

voyages as required to proceed to such area of operation as directed by the DGLL.

Besides the base port, the vessels may be stationed at any other Indian Port for any

period within the currency of the agreement adhering to the cruise plan projected

for the vessel by the DGLL. The Contractor shall be responsible for manning,

operation, maintenance and repairs of the vessel from such Port(s) without any

extra cost to the DGLL.

6.3 Delivery/ Re-Delivery of Vessel

i. The vessel shall be delivered to the Contractor at any port in India. At the time of

delivery, the vessel shall be in good, shipshape condition along with spares, tools

and tackles and other equipment supplied by the Shipyard, and in every respect sea

worthy with all standard MMD and class certification valid and up to date and in

good running order and afloat condition.

ii. The Contractor shall take charge of the vessel as custodian in trust on behalf of the

DGLL. An inventory of the vessel's entire requirements, outfit, appliances, spares

and stores shall be prepared by an independent surveyor appointed by the DGLL

and paid for by them in presence of the Contractor or their Representative at the

time of delivery and by the same parties at the time of re-delivery.

iii. The cost of such surveys at delivery and re-delivery shall be borne by the DGLL.

The Contractor shall re-deliver the vessel with all equipment tools, tackles, spares,

Section - VI

44

stores and other accessories to the DGLL on termination of this Agreement in the

same good order and shipshape condition in which it was delivered to him, (normal

wear and tear accepted).

iv. The Contractor shall pay any/all charges of repair and survey which are required to

be carried out to bring the vessel fully operational and in same shipshape condition

as at the time of delivery, normal wear and tear accepted.

v. The re-delivery of the vessel shall be affected at any port as determined by the

DGLL.

6.4 Periodic Inspection

The DGLL shall have the right to inspect/survey, at his option and cost, at any and

all times and at any port in India, the vessel, any and all items machinery equipment, tools,

materials as well as supplies being provided by the Contractor under this agreement. The

Contractor undertakes and guarantees full and unhindered access to the vessel for

inspection by the representative of the DGLL at any and all times. Items rejected on

inspection, following standard Marine Practices shall be replaced by the Contractor. It is

understood by both parties that any inspection by the DGLL referred in this clause shall in

no way reduce or diminish the Contractor's responsibility and obligation with respect to

the statutory/class requirements. It is the Contractor's express obligation to follow and

observe all applicable laws, rules, regulations and orders of the land to keep the vessel

afloat, in a safe good seaworthy and operational condition at all times, during the currency

of this Agreement and any other extension thereon.

6.5 Statutory Requirement

i. The vessel shall be employed in such lawful activities in the operational areas of off

shore Indian waters.

ii. During the tenure of this Agreement,' nothing unlawful shall be done by the

Contractor in the vessel and the vessel shall be employed in such lawful activities in

the operational areas of off shore Indian waters.

iii. During the tenure of this agreement, nothing shall be done in contrast to any law,

act and/or rules/regulations, there under, or any amendment thereof governing

inter-alia sea-customs, International Maritime Law etc, "Stowaways", foreign

exchange, marine pollution and national security.

6.6 Contractor's Duties/Obligations

The Contractor's duties and obligations are detailed in scope of work, terms and

conditions and cruise programme and shall include, inter-alia, manning, operation,

victualing, repair, maintenance and provisioning of the vessel, with a view to provide

round the clock logistics supports services to the DGLL's operational requirement for Aids

to Marine Navigation. The Contractor shall keep the vessel in good running order and

condition and in substantially the same condition in which it was received from the DGLL.

The complete inventory of the vessel's entire equipment, outfit, fixture appliances and all

stores and spares, are to be maintained at all time during the Agreement and any extension

thereof.

Section - VI

45

6.7 Working Hours

The Contractors shall be responsible for the operation as mentioned in this

agreement round-the-clock including Sundays/Holidays and other closed/public holidays

throughout the currency of this agreement.

6.8 Operations

i. The Contractor shall be required to confirm the availability of Master,

ii. Officers and crew on board the vessel as required by Merchant Shipping Act, 1958,

and as amended subsequently and/or relevant National, International Maritime

Acts as applicable to provide un-interrupted operation of the vessel round the clock

throughout the period of this Agreement or any extension thereof.

iii. The Master and crew shall be experienced (at least 03 years), trained and

competent to man, operate and maintain supervisory repairs to the satisfaction of

the DGLL, and also must invariably be in possession of requisite valid certificate of

competency in accordance with the applicable law enforced by the Govt. of India or

equivalent certificates from any other country recognized and approved by Govt.

of' India. The crew should also have training and experience in firefighting to meet

any eventuality that may arise on board the vessel or otherwise.

iv. The Contractor shall be responsible for all operations, including, but not limited to

full maintenance and upkeep of the vessel and its equipment (including on board

spares and stores) and for carrying out repairs to hull machinery,

electrical/electronic equipment' and facilities on the vessel, regular cleaning of

ship's linen and furnishings as required by the DGLL, classification surveyors and

to maintain the vessel in good shape, cleaned and painted and in efficient running

condition during the currency of this Agreement.

v. The Contractor shall be responsible for periodical surveys and obtaining the

renewal/endorsements of various certificates from competent authorities required

for the operation of the vessel under existing laws, rules and regulations of Govt. of

India and classification societies as applicable and any other organization required

by law/underwriters including any amendment thereof.

vi. The Contractor shall exclusively own all liabilities for and in respect of the Master

and crew deployed by the Contractor pertaining to their salaries, victuals, medical

facilities, insurance coverage and any other requirement pertaining to the Master

and Crew, including their transport onshore. Offshore, laundry, welfare expenses,

laundry of linen and furnishings etc.

vii. In the performance of its obligations under this Agreement, the Contractor shall be

deemed to be an independent contractor and neither of their employees nor the

Master nor crew of the vessel shall be deemed to be servants, agents or employees

of the DGLL, under any circumstances.

viii. The Contractor shall carry out all related jobs required to operate the vessel which

will include inter-alia navigational equipment maintenance, handling of cargo on

deck, receiving water, fuel into the tanks, be the case including handling lifting

gears, slinging, protection of cargo on deck, provision in cold room/cool room,

external and on board or any other job warranted by the circumstances.

Section - VI

46

ix. The Contractor shall attend to all port and customs formalities obtain port

clearance and the contractor shall also attend such requirement as designated at

Island, Lighthouses, and Construction sites for operational requirements of the

Directorate. The Contractor shall pay port dues at all port (s). Such payments shall

be reimbursed to the Contractor at actual submission of relevant invoices/bills.

x. The Contractor shall be responsible for maintenance of daily deck and engine log

books and submit the same to the DGLL every month by the 7th of the following

month. In addition, monthly consumption of fuel and lubrication oil indicating

receipts, consumption and balance on board to be submitted along with the log

books duty signed by the Master and Chief Engineer of the vessel and DGLL's

representatives who were on board during that period.

xi. The Contractor shall be responsible for maintenance of preventive Maintenance

cell for all the vessels at Noida as per schedule and as per the details of work at

Para 5.7 to be carried out which includes maintenance of shore to ship

communication, qualified experienced staff with marine background, including

supply of necessary computers, software, office stationery etc.

6.9 Particulars of the Vessel Personnel

The Contractor shall submit to the DGLL all particulars/bio-data including passport

details of the vessel's Master, Officers and crew within 30 days of taking delivery of the

vessel. Any change in the appointments shall be intimated to the DGLL along with the

monthly invoices/reports, thereafter.

6.10 Replacement of the Vessel's Personnel

i. The DGLL may at any time request the Contractor to replace any member of the

crew (including its Master) as indicated in this Agreement, if the DGLL has

reasonable ground to come to the conclusion that any crew member (inclusive of

the Master) is professionally incompetent and might jeopardize safety of the vessel

and personnel on board or is otherwise undesirable due to such behavior towards

the representative of the DGLL in offshore or in base port which may cause acute

embarrassment of the DGLL.

ii. Such request by the DGLL shall be made in writing to the Contractor who shall be

obliged to accept such request and shall forthwith take necessary steps to replace

the said person and provide suitable substitute within seven (07) days from the

date of such request made in writing. If such person is not replaced by a substitute

by the Contractor within the said seven (07) days period, the DGLL shall have the

right to reduce daily rate payable to the Contractor under this Agreement by

Rupees five thousand (Rs.5000/-) per day per person. It is hereby agreed that the

person replaced as provided above shall not be re-employed by the Contractor

without prior written consent of the DGLL.

6.11 Watch Ward

The Contractor shall ensure adequate safety to the vessel and its contents. He has

to post watch and ward personnel at each calling port or berthing places to ensure

adequate security to the vessel and all items in the vessel. Any loss of material should be

reported immediately to the DGLL and an insurance claim has to be made for the lost item.

Section - VI

47

6.12 Maintenance of the Vessel

The upkeep of the vessel shall be the prime and exclusive responsibility of the

Contractor. The Contractor shall ensure that the vessel is always safe, seaworthy and in

shipshape condition to the entire satisfaction of the DGLL, the classification society and the

statutory surveyors.

6.13 Scheduling

Without affecting the general obligation provided in the foregoing clauses the

Contractor shall be responsible for the following in particulars:

i. To Plan and implement a suitable preventive maintenance schedule for minimizing

break down of machinery in order to ensure the operational availability of all

equipment for a maximum period, and submit the same to the DGLL for approval

within 60 days from the date vessel is handed over to the Contractor and every

month thereafter.

ii. To Plan and keep stand-by various requirement of all types of spares, stores,

specialized equipment tools and services required for specific job, and various

types of consumables items required for operations.

6.14 Spares

In case of requirement, Contractor may consume spares from the vessel's stock

from the DGLL's stock with the consent of owner. The spares otherwise required and used

by the Contractor shall be replaced by the Contractor. All spares requirement shall be

informed to DGLL for approval. Spares for auxiliary Engine, Main Engine or any other

machine shall be purchased from OEM / OEM authorized dealer. Cost of replaced spare

parts will be reimbursed by DGLL.

6.15 Revalidation of Statutory Certificates

The Contractor shall also arrange for revalidation of different class and statutory

certificates of the vessel as and when required and DGLL shall reimburse the cost of

surveys and surveyor's fees and classification society charges.

6.16 Accident

All expenses incurred including but not limited to inspection survey, dry docking,

pilotage, wharfage, port and light charges etc. in respect of repair arising out of damages

caused by an accident, other than total loss, shall be borne exclusively by the Contractor.

No liability on this account shall accrue to the DGLL under any circumstances. However,

any reimbursement as received by the DGLL from these underwriters on above account

shall be for the benefit of the Contractor, except in the case of total loss.

6.17 Supply Obligation

i. The stores shall be maintained / utilized proper manner in the vessel by the

contractor. His liability shall extend to all stores including but not limited to saloon

stores, galley stores, bosun stores, stationary, Freon gas, engine room stores,

electrical stores, all equipment and machinery fixed in vessel, tools, supplies

including lubricants, greases and all other stores required to run the machinery,

mooring lines, shackles and any other items required for vessel operation shall be

provided by the DGLL.

Section - VI

48

ii. The Contractor shall supply all log books, and other stationary to the vessel after

getting the approval of the DGLL.

6.18 Liability of DGLL

The DGLL shall:

i. Make available drawings, manuals and literature of the vessel, if available, to the

Contractor as and when required for carrying out his obligation hereinafter.

ii. Provide Annual Consumable stores to the contractor bi-annually. The details of

annual consumable stores is provided at Annexure – III to Annexure V

iii. Assist the Contractor at his cost without any commitment, in obtaining clearance

from Govt. agencies to import spares and such other assistance permissible under

law of the land

iv. Assist the Contractor in obtaining port clearance for operation of the vessel.

v. Pay all charges connected with pilotage, berth hire charges, custom duties port

dues at all ports of India or reimburse to the Contractors at actuals. However,

charges connected with the pilotage, berth hire charges, port dues during non-

compensable down time will be borne by the Contractor.

vi. Cost of supply of fuel oil onboard shall be borne by the DGLL. The cost of fuel,

lubricating oil consumed during non-compensable downtime will be to the

Contractor's account.

6.19 TAXES

i. PERSONNEL - Any taxes assessed on employees of the Contractor and/or his sub-

contractor based on income earned in the performance of work under this

Agreement shall be the responsibility of the Contractor and/or employees, and not

of the DGLL.

ii. CORPORATE - Any taxes assessed on the income of the Contractor shall be the

responsibility of the Contractor and paid by the Contractor. The DGLL may,

however, deduct GST and income-tax at source in accordance with prevailing Acts

and Rules.

iii. Payment of CGST, SGST and IGST to the Government is the responsibility of the

Contractor

iv. Any other taxes and duties, as applicable under this Agreement shall be paid by the

Contractor.

v. GST as applicable shall be reimbursed at the prevailing rate by the DGLL

vi. TDS as applicable on GST and Income Tax shall be deducted by Directorate General

of Lighthouses & Lightships.

Section - VI

49

6.20 Down Time

i. The contractor shall ensure adequate maintenance of ship and all systems, failing

which a penalty to the cost of time lost in the operation of the vessel or the system

concerned will be levied as down time. Contractor shall be allowed one day in a

month subject to 12 days per operating year for maintenance/repair of the vessel.

If the vessel is detained for any repairs / maintenance more than the specified

down time in a calendar year corresponding amount will be deducted from the

contractor’s bill which have been worked out on per day basis plus a penalty of

Rs.2000/- per day for the number of days exceeding the down time limit.

ii. If the vessel is inoperative and is not available to the DGLL for use beyond 12 days

(including 12 days downtime but excluding warranty repair time) during one

operating year the Contractor shall pay to DGLL by way of ascertained and agreed

liquidated damages and not by way of penalty, a sum equivalent to 2% per day of

annual value rate as per Clause 4.4 of General Conditions of Contract for every day

and part thereof for non-availability beyond 12 days.

6.21 Insurance

i. The Contractor shall at his own expense take out workmen's compensation

insurance and employee liability insurance as required by law. Contractor shall

obtain from his underwriters of such insurance a waiver of subrogation in favour of

DGLL. DGLL will obtain a waiver of subrogation in favour of Contractor and his

employees from underwriter of any insurance carried by DGLL applicable to the

Agreement.

ii. The DGLL shall insure with the Contractor as co-insurer the vessel for hull and

machinery, cargo and passengers, suitably and also cover vessel under P&I Club.

The entire premium in this regard shall be paid by the DGLL.

6.22 Indemnity

i. The DGLL agrees to protect and hold the Contractor and the employees of the

Contractor, harmless from against all claims, proceedings, damages, costs, charges

and expenses in respect thereof or in relation thereto, demands cost and expenses

for personal injuries illness or death of any other DGLL's employees, agents,

contractors or sub-contractors, arising out of work performance.

ii. The Contractor agrees to protect and hold the DGLL and all its employees and

agents, contractors and sub-contractors harmless from and against all claims,

proceedings, costs, charges and expenses whatsoever in respect thereof or in

relation thereto demands, cost and expenses for personal injuries, illness or death

of any of Contractor's employees, its agents, contractors or sub-contractors, arising

from any case whatsoever, throughout the period of the Agreement

6.23 Termination

i. In the event of the Contractor going into liquidation or winding up his business or

making arrangement with his creditors, this agreement shall stand it so facto

terminated from the date of occurrence of such event. This termination shall be

without prejudice to any other rights to remedies, available to the DGLL under this

Agreement.

Section - VI

50

ii. In the event of any breach of terms and conditions of this Agreement or

unsatisfactory performance of the Contractor, the DGLL shall have the right to

terminate the Agreement forthwith. The decision of the DGLL under this clause

shall be final

iii. In the event of any breach of terms and conditions of this Agreement due to the

part of the DGLL the Contractor shall have the right to request for arbitration.

iv. The DGLL reserves his right to terminate the Agreement at any time after expiry of

six months of contract by giving 30 days’ notice in writing to the other party

without assigning any reason whatsoever.

v. In the event the Contractor become insolvent and assigns its interest under this

contract agreement for the benefit of creditors or is adjudged bankrupt, the

contract shall stand terminated from the date.

vi. If the vessel is in operative and is not made available to the DGLL for its use for 30

continuous days, the DGLL at his option can terminate this Agreement without

giving any further notice.

vii. During any of above situation, the Performance Bank Guarantee shall stand

forfeited to the Government and the Contractor shall have no right for any claims.

6.24 Pollution and Contamination

i. Notwithstanding anything to the contrary contained herein, it is understood and

agreed by and between the Contractor and the DGLL that the responsibility for

pollution or contamination seashore and environment caused by the vessel and/or,

the equipment of the vessel shall be as follows:

ii. The Contractor shall assume all responsibility for clearing up and containing

pollution or contamination which originates from the vessel or its equipment on

the surface of the water from spills of fuels, lubricants, motor oil, ballast, bilge and

garbage, engine exhaust and effluents.

iii. The DGLL shall assume all responsibility for operation outside the vessel (including

control and removal, of pollution involved) and shall protect, defend and save the

Contractor harmless from and against all claims, demands and causes of action of

every kind and nature arising from pollution or contamination of sea shore and

environment other than that described in clause 5.39.2 above which may occur

during the term of this Agreement, or as a result of the DGLL's operation

hereinafter, including, but not limited to that which may result from fire or damage

to the vessel.

6.25 Reimbursements

The owner agrees to reimburse the actual total costs of the following items during

the tenure of contract.

i. Port charges, Pilotage, Berth hire charges. ii. Bunkers

iii. Stevedoring and C&F charges as applicable. iv. Cost of replaced spare parts, repair and maintenance of machinery and

equipment.

Section - VI

51

v. Hull and machinery insurance, premium towards insurance of DGLL personnel. vi. P&I club insurance costs and premiums.

vii. Communication charges as applicable. viii. LSA & FFA, Repair and Replacement charges.

ix. Surveyor charges, for statutory surveys, classification society surveys for annual and periodic inspections including classification society fees.

x. Charts and navigational publications. ISM publications. xi. Log books for Deck, Engine and Communication and relevant stationary on

board. xii. Any other statutory requirements.

xiii. Replacement charges towards lubricants for equipment, machinery, engine as per maintenance schedule for each system.

xiv. Cost of LSHFHSD oil/MDO and other fuel/lubricant for onboard consumption for the vessels.

xv. Cost of fresh water. xvi. Linen / towel replacement

xvii. Cost of laundry charges excluding the cost for Crew & Officers. xviii. Diving and underwater videography.

xix. Medicines as per MMD scale. xx. Petrol for work boat (OBM) for the vessels.

In addition to the above, the owner may direct the Contractor to perform any other

service directly connected with the operation of the vessel not' specifically mentioned in

this agreement and agrees to pay a service charge as per mutual agreement and as per

prevailing market rate and as per invoice/bill amount against the production of challans or

receipts or invoices for such work.

6.26 Invoicing and Payment

The payment authority is Director General of Lighthouses and Lightships, Noida.

The payment terms shall be as follows,

i. No advance payment will be made under this contract under any situation.

ii. The contractor shall at the end of each month (or part of the month whichever

applicable) submit an invoice, in quadruplicate for the item wise monthly fee

covering the period of preceding month before 7th of every month to the Office of

the DGLL. While making the payment, the penalty levied if any will be deducted and

the balance amount shall be paid. The invoice shall be supported with following

vouchers,

Description of Invoice

Supporting Documents

For Officers and Crew

Log book entry of Sign-in and Sign-Off of Officers & Crew Salary certificate of Officer & Crew (previous month) Proof of payment made to statutory contribution

For Preventive Maintenance Cell

Attendance Sheet of Manpower engaged in PMC Salary certificate of Manpower engaged in PMC Proof of payment made to statutory contribution

For Victualing / Catering Charges

Food Voucher certified by DGLL rep. Approved Sailing program

For ISM Audit Report on implementation of ISM

Section - VI

52

iii. For all cost of reimbursable items, the relevant invoices of the supplies (in original)

will have to be attached. All bills including invoices shall be verified and certified by

local DGLL representative. It should also be confirmed that the items covered in

invoices have been taken on ledger charge/stock register.

iv. All other reimbursement claims as per clause 6.25 shall be made as per actual

against approved indents and Repair specifications.

v. The payment will be made after proper deduction of TDS (for IT and GST) as per

prevailing rules/ rates issued by Government of India.

vi. Payment for any inclusion/ deletion of officers and ratings shall be calculated on

pro-rata basis.

vii. The contractor shall not have any legal right to proceed against department in the

event of late payment due to unforeseen reasons/ Force majeure. No interest will

be paid by the Department in case of any late payment.

viii. The Contractor shall also submit along with the above bill (s)/invoices towards any

purchase made for and on behalf of the DGLL, along with DGLL’s approval,

supporting documents/ vouchers/receipts.

ix. Payment towards such invoice(s)/bill(s) duly supported by all relevant documents

will be made after due verification and certification within 30 days of receipt of

invoice(s)/bill(s) for all undisputed amounts. However, no interest will be payable

by DGLL for any delayed/disputed payment/claims.

x. The bill towards the procurement of spares / maintenance & repair and other

reimbursement claims are required to be raised within a period of 30 days from the

date of supply of items, completion of repairs other statutory surveys etc. as the

case may be. Belated claims beyond 30 days shall not be entertained for settlement

without valid reason which may be beyond the control of the contractor. The

justification furnished by the contractor for any belated claim the rejection of the

claim by DGLL shall be final and the contractor has to abide by DGLL’s decision.

xi. No claim shall be admissible after 120 days from the date of supply of items,

completion of repairs other statutory surveys etc., except the disputed bills

returned by the DGLL for clarification.

xii. The contractor shall not discontinue/interrupt providing any of its services in the

event of late payment due to unforeseen reasons/force majeure. In case of any

discontinuance/interruption, penal action will follow.

6.27 Penalty

i. The DGLL/his authorized representative may at any time inspect the vessel for

checking the maintenance standard of various systems for proper technical

maintenance, lubrication of various systems and machineries, grade of lubricants,

grease, HSD oil, spare parts used for LSA,FFA and for the performance of any other

mandatory requirements. In case any deficiency is noticed, penalty @ Rs.25,000/-

will be imposed on each such deficiency identified excluding recovery of payment

reimbursed for procurement of these items against which such sub-standard

material have been used.

Section - VI

53

iii. Contractor shall be allowed one day in a month subject to 12 days per operating

year for maintenance/repair of the vessel. If the vessel is detained for any repairs /

maintenance more than the specified down time in a calendar year corresponding

amount will be deducted from the contractor’s bill which have been worked out on

per day basis plus a penalty of Rs.2000/- per day for the number of days exceeding

the down time limit.

iv. If the vessel is inoperative and is not available to the DGLL for use beyond 12 days

(including 12 days downtime but excluding warranty repair time) during one

operating year the Contractor shall pay to DGLL by way of ascertained and agreed

liquidated damages and not by way of penalty, a sum equivalent to 2% per day of

annual value rate as per Clause 4.4 of General Conditions of Contract for every day

and part thereof for non-availability beyond 12 days.

v. The contractor owns responsibility for quality of food provided on board. In case of

development of ailment due to contamination of food, beverage and fresh water

provided by him, he will have to bear medical expenses for treatment of such

ailments for all persons on board and appropriate penalty shall be levied as

decided by the DGLL/his representative.

vi. The utensil on-board shall have to be handled carefully. However, in case of

damages due to negligence, the same shall be replaced by the contractor at his own

cost.

vii. On completion of each voyage as per approved sailing program, the housekeeping

services as per clause 5.6, provided on board shall be certified by the DGLL’s

representative. Improper Housekeeping, irregular attendance to cleaning work will

attract penalty at the rate of Rs. 5000/- per day for M V Sagardeep-II & Indira Point

and Rs. 1500/- per day for M V Deepstambh-II. The amount will be deducted from

their monthly bill.

viii. The management of Services as per Clause 5.10 shall be carried out through

Technical Supervisors at Ports for port related activities including bunkering,

arranging fresh water, arranging anchor & berthing for vessels, etc. In case of

absence of Technical Supervisor for carrying out management of services as per

clause 5.10 shall attract a penalty of Rs. 1000/- per day during his absence period

in addition to the amount incurred by the DGLL to carry out the services.

Sd/-

For Director General

For and on behalf of the President of India

Section - VII

54

Government of India

Ministry of shipping

Directorate General of Lighthouses and Lightships

“Deep Bhawan”, A-13, Tulsi Marg, Sector 24,

NOIDA, Uttar Pradesh – 201 301.

Tele-Fax-0120-2412677, Telephone-0120-2411345

E-mail:- [email protected]

SECTION – VII – SCHEDULE OF WORKS (to be Uploaded Separately)

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

Figures Words

1 [A] Running, maintenance and management of MV SAGARDEEP-II for 1st year

1.1

Supply and Management of Officers (Including wages, allowances, victualing, Insurance, Medical, Travel, Uniform all allowances and PF, seaman welfare fund etc., conveyance and other contributory accounts/allowances as permissible under rule and complete administration charges) including all allowances, Seamen’s PF and Seamen’s welfare fund as per safe manning scales [ Refer Cl. 4.2]

1.11 Master (NCV) 01 Per Year

1.12 Chief Officer with GMDSS (NCV) 01 Per Year

1.13 Night Watch Keeping Officer (NWKO (NCV) with GMDSS) 03 Per Year

1.14 Chief Engineer (MEO Class – I) 01 Per Year

1.15 Second Engineer (MEO Class III (NCV-2nd stage)) 01 Per Year

Section - VII

55

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

1.16 Third Engineer (Class IV (NCV)) 01 Per Year

1.17 Fourth Engineer (Class IV Part A (NCV)) 01 Per Year

1.18 Electrical Officer 01 Per Year

1.2

Supply and management of Crews (Articled CDC crew) (As per NMB rates and rates as amended in the Gazette Notification/ as approved by Competent Authority. Ministry of Shipping Notification including wages, allowances, overtime, PF, Gratuity, Welfare funds, Uniform making allowances, Porterage and conveyance and other contributory accounts/allowances as permissible under rule. [Refer Cl. 4.2]

1.21 Helmsman 03 Per Year

1.22 Cook 02 Per Year

1.23 Utility Hand 02 Per Year

1.24 Additional Deck Crew 05 Per Year

1.25 Oilers 03 Per Year

1.3

Setting up of Preventive Maintenance Cell at Head quarter office, Noida with necessary infrastructure for shore to ship communication and supporting personnel including their Provident Fund, ESI and other benefits as applicable by law and as per clause 4.8.

1.31 Technical Manager (Chief Engineer MOT Class-I) 01 Per Year

1.32 Petty Officer (Deck/Engine side) 01 Per Year

1.33 Office Assistant (Graduate & Computer Literate) 02 Per Year

Section - VII

56

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

1.4

Cost of services provided for arranging the following- i. Arranging supply of fresh water

ii. Bunkering of Vessel iii. Assistance for Supply of Annual Consumable stores iv. Supervision, management /arrangements dry docking of Vessel v. Repairs & maintenance works and other administrative/technical

works related to this contract. vi. Anchoring and Berthing of Vessel at remote Islands

vii. Insurance for DGLL Personnel on board, H&M and P&I, IRS/MMD surveys

(Cost of these items as per actual shall be reimbursed by DGLL. Quote only Lump sum service charges for the above services). [Refer CL 4.11]

01 Per Year

1.5 ISM management (quote lump sum rate) [Refer CL 4.13] 01 LS/ year

1.6 Catering rates for DGLL staff as per menu [per day/person] [Refer CL 4.6] (i) Breakfast

1000 Per

day/person

1.61 (ii) Lunch/Dinner 1000 Per

day/person

1.62 (iii) Full Day 1000 Per

day/person

1.63 (iv) Others 1000 Per

day/person

1.70

Deployment of Additional Crew for Buoy Maintenance work (As & when required) Refer Cl. 4.3). (Quote rate inclusive of wages, all allowances, victualing, insurance, medical, travel, uniform & administration charges, etc. per day/crew) [Approx. 12 crew/day for 90 days]

1080 Per

day/crew

1.80 Subtotal for [A]

Section - VII

57

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

2 [B] Running, maintenance and management of MV SAGARDEEP-II (For 2nd year)

2.1

Supply and Management of Officers (Including wages, allowances, victualing, Insurance, Medical, Travel, Uniform all allowances and PF, seaman welfare fund etc., conveyance and other contributory accounts/allowances as permissible under rule and complete administration charges) including all allowances, Seamen’s PF and Seamen’s welfare fund as per safe manning scales [ Refer Cl. 4.2]

2.11 Master (NCV) 01 Per Year

2.12 Chief Officer with GMDSS (NCV) 01 Per Year

2.13 Night Watch Keeping Officer (NWKO (NCV) with GMDSS) 03 Per Year

2.14 Chief Engineer (MEO Class – I) 01 Per Year

2.15 Second Engineer (MEO Class III (NCV-2nd stage)) 01 Per Year

2.16 Third Engineer (Class IV (NCV)) 01 Per Year

2.17 Fourth Engineer (Class IV Part A (NCV)) 01 Per Year

2.18 Electrical Officer 01 Per Year

2.2

Supply and management of Crews (Articled CDC crew) (As per NMB rates and rates as amended in the Gazette Notification/ as approved by Competent Authority. Ministry of Shipping Notification including wages, allowances, overtime, PF, Gratuity, Welfare funds, Uniform making allowances, Porterage and conveyance and other contributory accounts/allowances as permissible under rule. [Refer Cl. 4.2]

2.21 Helmsman 03 Per Year

2.22 Cook 02 Per Year

Section - VII

58

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

2.23 Utility Hand 02 Per Year

2.24 Additional Deck Crew 05 Per Year

2.25 Oilers 03 Per Year

2.3

Setting up of Preventive Maintenance Cell at Head quarter office, Noida with necessary infrastructure for shore to ship communication and supporting personnel including their Provident Fund, ESI and other benefits as applicable by law and as per clause 4.8.

2.31 Technical Manager (Chief Engineer MOT Class-I) 01 Per Year

2.32 Petty Officer (Deck/Engine side) 01 Per Year

2.33 Office Assistant (Graduate & Computer Literate) 02 Per Year

2.4

Cost of services provided for arranging the following- i. Arranging supply of fresh water

ii. Bunkering of Vessel iii. Assistance for Supply of Annual Consumable stores iv. Supervision, management /arrangements dry docking of Vessel v. Repairs & maintenance works and other administrative/technical

works related to this contract. vi. Anchoring and Berthing of Vessel at remote Islands

vii. Insurance for DGLL Personnel on board, H&M and P&I, IRS/MMD surveys

(Cost of these items as per actual shall be reimbursed by DGLL. Quote only Lump sum service charges for the above services). [Refer CL 4.11]

01 LS/ year

2.5 ISM management (quote lump sum rate) [Refer CL 4.13] 01 LS/ year

Section - VII

59

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

2.6 Catering rates for DGLL staff as per menu [per day/person] [Refer CL 4.6] (i) Breakfast

1000 Per

day/person

2.61 (ii) Lunch/Dinner 1000 Per

day/person

2.62 (iii) Full Day 1000 Per

day/person

2.63 (iv) Others 1000 Per

day/person

2.7

Deployment of Additional Crew for Buoy Maintenance work (As & when required) Refer Cl. 4.3). (Quote rate inclusive of wages, all allowances, victualing, insurance, medical, travel, uniform & administration charges, etc. per day/crew) [Approx. 12 crew/day for 90 days]

1080 Per

day/crew

2.90 Subtotal [B]

3 [C] Running, maintenance and management of MV SAGARDEEP-II (For 3rd year)

3.1

Supply and Management of Officers, (Including wages, allowances, victualing, Insurance, Medical, Travel, Uniform all allowances and PF, seaman welfare fund etc., conveyance and other contributory accounts/allowances as permissible under rule and complete administration charges) including all allowances, Seamen’s PF and Seamen’s welfare fund as per safe manning scales [ Refer Cl. 4.2]

3.11 Master (NCV) 01 Per Year

3.12 Chief Officer with GMDSS (NCV) 01 Per Year

3.13 Night Watch Keeping Officer (NWKO (NCV) with GMDSS) 03 Per Year

3.14 Chief Engineer (MEO Class – I) 01 Per Year

Section - VII

60

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

3.15 Second Engineer (MEO Class III (NCV-2nd stage)) 01 Per Year

3.16 Third Engineer (Class IV (NCV)) 01 Per Year

3.17 Fourth Engineer (Class IV Part A (NCV)) 01 Per Year

3.18 Electrical Officer 01 Per Year

3.2

Supply and management of Crews (Articled CDC crew) (As per NMB rates and rates as amended in the Gazette Notification/ as approved by Competent Authority. Ministry of Shipping Notification including wages, allowances, overtime, PF, Gratuity, Welfare funds, Uniform making allowances, Porterage and conveyance and other contributory accounts/allowances as permissible under rule. [Refer Cl. 4.2]

3.21 Helmsman 03 Per Year

3.22 Cook 02 Per Year

3.23 Utility Hand 02 Per Year

3.24 Additional Deck Crew 05 Per Year

3.25 Oilers 03 Per Year

3.3

Setting up of Preventive Maintenance Cell at Head quarter office, Noida with necessary infrastructure for shore to ship communication and supporting personnel including their Provident Fund, ESI and other benefits as applicable by law and as per clause 4.8.

3.31 Technical Manager (Chief Engineer MOT Class-I) 01 Per Year

3.32 Petty Officer (Deck/Engine side) 01 Per Year

3.33 Office Assistant (Graduate & Computer Literate) 02 Per Year

Section - VII

61

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

3.4

Cost of services provided for arranging the following- i. Arranging supply of fresh water

ii. Bunkering of Vessel iii. Assistance for Supply of Annual Consumable stores iv. Supervision, management /arrangements dry docking of Vessel v. Repairs & maintenance works and other administrative/technical

works related to this contract. vi. Anchoring and Berthing of Vessel at remote Islands

vii. Insurance for DGLL Personnel on board, H&M and P&I, IRS/MMD surveys

(Cost of these items as per actual shall be reimbursed by DGLL. Quote only Lump sum service charges for the above services). [Refer CL 4.11]

01 LS/ year

3.5 ISM management (quote lump sum rate) [Refer CL 4.13] 01 LS/ year

3.6 Catering rates for DGLL staff as per menu [per day/person] [Refer CL 4.6] (i) Breakfast

1000 Per

day/person

3.61 (ii) Lunch/Dinner

1000 Per

day/person

3.62 (iii) Full Day

1000 Per

day/person

3.63 (iv) Others

1000 Per

day/person

3.7

Deployment of Additional Crew for Buoy Maintenance work (As & when required) Refer Cl. 4.3). (Quote rate inclusive of wages, all allowances, victualing, insurance, medical, travel, uniform & administration charges, etc. per day/crew) [Approx. 12 crew/day for 90 days]

1080 Per

day/crew

3.8 Sub-total [C]

Section - VII

62

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

4 [D] Running, maintenance and management of M V INDIRA POINT (For 1st Year)

4.1

Supply and Management of Officers, (Including wages, allowances, victualing, Insurance, Medical, Travel, Uniform all allowances and PF, seaman welfare fund etc., conveyance and other contributory accounts/allowances as permissible under rule and complete administration charges) including all allowances, Seamen’s PF and Seamen’s welfare fund as per safe manning scales [ Refer Cl. 4.2]

4.11 Master (FG) 01 Per Year

4.12 Chief Officer with GMDSS (FG) 01 Per Year

4.13 Night Watch Keeping Officer [ NWKO (NCV) with GMDSS] 02 Per Year

4.14 Chief Engineer [MOT Class – I] 01 Per Year

4.15 Second Engineer [MOT Class- II] 01 Per Year

4.16 Third Engineer [MOT Class –IV] 01 Per Year

4.17 Electrical Officer 01 Per Year

4.2

Supply and management of Crews (Articled CDC crew) (As per NMB rates and rates as amended in the Gazette Notification/ as approved by Competent Authority. Ministry of Shipping Notification including wages, allowances, overtime, PF, Gratuity, Welfare funds, Uniform making allowances, Porterage and conveyance and other contributory accounts/allowances as permissible under rule. [Refer Cl. 4.2]

4.21 Helmsman 03 Per Year

4.22 Cook 02 Per Year

4.23 Utility Hand 01 Per Year

Section - VII

63

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

4.24 Additional Deck Crew 02 Per Year

4.25 Crane Operator 01 Per Year

4.26 Oilers 02 Per Year

4.3

Cost of services provided for arranging the following- i. Arranging supply of fresh water

ii. Bunkering of Vessel iii. Assistance for Supply of Annual Consumable stores iv. Supervision, management /arrangements dry docking of Vessel v. Repairs & maintenance works and other administrative/technical

works related to this contract. vi. Anchoring and Berthing of Vessel at remote Islands

vii. Insurance for DGLL Personnel on board, H&M and P&I, IRS/MMD surveys

(Cost of these items as per actual shall be reimbursed by DGLL. Quote only Lump sum service charges for the above services). [Refer CL 4.11]

01 LS/ year

4.4 ISM management (quote lump sum rate) [Refer CL 4.13] 1 LS/ year

4.5 Catering rates for DGLL staff as per menu [per day/person] [Refer CL 4.6] (i) Breakfast

1000 Per

day/person

4.51 (ii) Lunch/Dinner 1000 Per

day/person

4.52 (iii) Full Day 1000 Per

day/person

4.53 (iv) Others 1000 Per

day/person

4.6 Deployment of Additional Crew for Buoy Maintenance work (As & when required) Refer Cl. 4.3). (Quote rate inclusive of wages, all allowances, victualing, insurance,

720 Per

day/crew

Section - VII

64

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

medical, travel, uniform & administration charges, etc. per day/crew) [Approx. 12 crew/day for 60 days]

4.70 Sub-total [D]

5 [E] Running, maintenance and management of M V INDIRA POINT (For 2nd Year)

5.1 Supply and Management of Officers, (Including wages, allowances, victualing, Insurance, Medical, Travel, Uniform all allowances and PF, seaman welfare fund etc., conveyance and other contributory accounts/allowances as permissible under rule and complete administration charges) including all allowances, Seamen’s PF and Seamen’s welfare fund as per safe manning scales [ Refer Cl. 4.2]

5.11 Master (FG) 01 Per Year

5.12 Chief Officer with GMDSS (FG) 01 Per Year

5.13 Night Watch Keeping Officer [ NWKO (NCV) with GMDSS] 02 Per Year

5.14 Chief Engineer [MOT Class – I] 01 Per Year

5.15 Second Engineer [MOT Class- II] 01 Per Year

5.16 Third Engineer [MOT Class –IV] 01 Per Year

5.17 Electrical Officer 01 Per Year

5.2

Supply and management of Crews (Articled CDC crew) (As per NMB rates and rates as amended in the Gazette Notification/ as approved by Competent Authority. Ministry of Shipping Notification including wages, allowances, overtime, PF, Gratuity, Welfare funds, Uniform making allowances, Porterage and conveyance and other contributory accounts/allowances as permissible under rule. [Refer Cl. 4.2]

Section - VII

65

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

5.21 Helmsman 03 Per Year

5.22 Cook 02 Per Year

5.23 Utility Hand 01 Per Year

5.24 Additional Deck Crew 02 Per Year

5.25 Crane Operator 01 Per Year

5.26 Oilers 02 Per Year

5.3

Cost of services provided for arranging the following- i. Arranging supply of fresh water

ii. Bunkering of Vessel iii. Assistance for Supply of Annual Consumable stores iv. Supervision, management /arrangements dry docking of Vessel v. Repairs & maintenance works and other administrative/technical

works related to this contract. vi. Anchoring and Berthing of Vessel at remote Islands

vii. Insurance for DGLL Personnel on board, H&M and P&I, IRS/MMD surveys

(Cost of these items as per actual shall be reimbursed by DGLL. Quote only Lump sum service charges for the above services). [Refer CL 4.11]

1 LS/ year

5.4 ISM management (quote lump sum rate) [Refer CL 4.13] 1 LS/ year

5.5 Catering rates for DGLL staff as per menu [per day/person] [Refer CL 4.6] (i) Breakfast

1000 Per

day/person

5.51 (ii) Lunch/Dinner 1000 Per

day/person

5.52 (iii) Full Day 1000 Per

day/person

Section - VII

66

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

5.53 (iv) Others 1000 Per

day/person

5.6

Deployment of Additional Crew for Buoy Maintenance work (As & when required) Refer Cl. 4.3). (Quote rate inclusive of wages, all allowances, victualing, insurance, medical, travel, uniform & administration charges, etc. per day/crew) [Approx. 12 crew/day for 60 days]

720 Per

day/crew

5.7 Sub-total [E]

6 [F] Running, maintenance and management of M V INDIRA POINT (For 3rd Year)

6.1

Supply and Management of Officers (Including wages, allowances, victualling, Insurance, Medical, Travel, Uniform all allowances and PF, welfare fund etc. and complete administration charges) including all allowances, Seamen’s PF and Seamen’s welfare fund as per safe manning scales [ Refer Cl. 3.4]

6.11 Master (FG) 01 Per Year

6.12 Chief Officer with GMDSS (FG) 01 Per Year

6.13 Night Watch Keeping Officer [ NWKO (NCV) with GMDSS] 02 Per Year

6.14 Chief Engineer [MOT Class – I] 01 Per Year

6.15 Second Engineer [MOT Class- II] 01 Per Year

6.16 Third Engineer [MOT Class –IV] 01 Per Year

6.17 Electrical Officer 01 Per Year

6.2

Supply and management of Crews (Articled CDC crew) (As per NMB rates and rates as amended in the Gazette Notification/ as approved by Competent Authority. Ministry of Shipping Notification including wages, allowances, overtime, PF, Gratuity, Welfare funds,

Section - VII

67

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

Uniform making allowances, Porterage and conveyance and other contributory accounts/allowances as permissible under rule. [Refer Cl. 4.2]

6.21 Helmsman 03 Per Year

6.22 Cook 02 Per Year

6.23 Utility Hand 01 Per Year

6.24 Additional Deck Crew 02 Per Year

6.25 Crane Operator 01 Per Year

6.26 Oilers 02 Per Year

6.3

Cost of services provided for arranging the following- i. Arranging supply of fresh water

ii. Bunkering of Vessel iii. Assistance for Supply of Annual Consumable stores iv. Supervision, management /arrangements dry docking of Vessel v. Repairs & maintenance works and other administrative/technical

works related to this contract. vi. Anchoring and Berthing of Vessel at remote Islands

vii. Insurance for DGLL Personnel on board, H&M and P&I, IRS/MMD surveys

(Cost of these items as per actual shall be reimbursed by DGLL. Quote only Lump sum service charges for the above services). [Refer CL 4.11]

01 LS/ year

6.4 ISM management (quote lump sum rate) [Refer CL 4.13] 01 LS/ year

6.5 Catering rates for DGLL staff as per menu [per day/person] [Refer CL 4.6] (i) Breakfast

1000 Per

day/person

6.51 (ii) Lunch/Dinner 1000 Per

Section - VII

68

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

day/person

6.52 (iii) Full Day

1000 Per

day/person

6.53 (iv) Others

1000 Per

day/person

6.6

Deployment of Additional Crew for Buoy Maintenance work (As & when required) Refer Cl. 4.3). (Quote rate inclusive of wages, all allowances, victualing, insurance, medical, travel, uniform & administration charges, etc. per day/crew) [Approx. 12 crew/day for 60 days]

720 Per

day/crew

6.7 Sub-total [F]

7 [G] Running, maintenance and management of MV DEEPSTAMBH-II (For 1st Year)

7.1

Supply and Management of Officers, (Including wages, allowances, victualing, Insurance, Medical, Travel, Uniform all allowances and PF, seaman welfare fund etc., conveyance and other contributory accounts/allowances as permissible under rule and complete administration charges) including all allowances, Seamen’s PF and Seamen’s welfare fund as per safe manning scales [ Refer Cl. 4.2]

7.11 Master (NCV) 01 Per year

7.12 Night Watch Keeping Officer (NWKO(NCV)) 01 Per year

7.13 Chief Engineer (NCV – Class III) 01 Per year

7.14 Second Engineer ((NCV) Class IV) 01 Per year

7.2 Supply and management of Crews (Articled CDC crew) (As per NMB rates and rates as amended in the Gazette Notification/ as approved by Competent Authority. Ministry of Shipping Notification

Section - VII

69

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

including wages, allowances, overtime, PF, Gratuity, Welfare funds, Uniform making allowances, Porterage and conveyance and other contributory accounts/allowances as permissible under rule. [Refer Cl. 4.2]

7.21 Helmsman 02 Per year

7.22 Cook 01 Per year

7.23 Oilers 02 Per year

7.3

Cost of services provided for arranging the following- i. Arranging supply of fresh water

ii. Bunkering of Vessel iii. Assistance for Supply of Annual Consumable stores iv. Supervision, management /arrangements dry docking of Vessel v. Repairs & maintenance works and other administrative/technical

works related to this contract. vi. Anchoring and Berthing of Vessel at remote Islands

vii. Insurance for DGLL Personnel on board, H&M and P&I, IRS/MMD surveys

(Cost of these items as per actual shall be reimbursed by DGLL. Quote only Lump sum service charges for the above services). [Refer CL 4.11]

01 LS/ year

7.4 ISM management (quote lump sum rate) [Refer CL 4.13] 01 LS/ year

7.5 Catering rates for DGLL staff as per menu [per day/person] [Refer CL 4.6] (i) Breakfast

400 Per day/ person

7.51 (ii) Lunch/Dinner 400 Per day/ person

7.52 (iii) Full Day 400 Per day/ person

Section - VII

70

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

7.53 (iv) Others 400 Per day/ person

7.6 Sub-total [G]

8 [H] Running, maintenance and management of MV DEEPSTAMBH-II (For 2nd Year)

8.1

Supply and Management of Officers, (Including wages, allowances, victualing, Insurance, Medical, Travel, Uniform all allowances and PF, seaman welfare fund etc., conveyance and other contributory accounts/allowances as permissible under rule and complete administration charges) including all allowances, Seamen’s PF and Seamen’s welfare fund as per safe manning scales [ Refer Cl. 4.2]

8.11 Master (NCV) 01 Per year

8.12 Night Watch Keeping Officer (NWKO(NCV)) 01 Per year

8.13 Chief Engineer (NCV – Class III) 01 Per year

8.14 Second Engineer ((NCV) Class IV) 01 Per year

8.2

Supply and management of Crews (Articled CDC crew) (As per NMB rates and rates as amended in the Gazette Notification/ as approved by Competent Authority. Ministry of Shipping Notification including wages, allowances, overtime, PF, Gratuity, Welfare funds, Uniform making allowances, Porterage and conveyance and other contributory accounts/allowances as permissible under rule. [Refer Cl. 4.2]

8.21 Helmsman 02 Per year

8.22 Cook 01 Per year

8.23 Oilers 02 Per year

Section - VII

71

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

8.3

Cost of services provided for arranging the following- i. Arranging supply of fresh water

ii. Bunkering of Vessel iii. Assistance for Supply of Annual Consumable stores iv. Supervision, management /arrangements dry docking of Vessel v. Repairs & maintenance works and other administrative/technical

works related to this contract. vi. Anchoring and Berthing of Vessel at remote Islands

vii. Insurance for DGLL Personnel on board, H&M and P&I, IRS/MMD surveys

(Cost of these items as per actual shall be reimbursed by DGLL. Quote only Lump sum service charges for the above services). [Refer CL 4.11]

01 LS/ year

8.4 ISM management (quote lump sum rate) [Refer CL 4.13] 01 LS/ year

8.5 Catering rates for DGLL staff as per menu [per day/person] [Refer CL 4.6] (i) Breakfast

400 Per day/ person

8.51 (ii) Lunch/Dinner 400 Per day/ person

8.52 (iii) Full Day 400 Per day/ person

8.53 (iv) Others 400 Per day/ person

8.6 Sub-total [H]

9 [I] Running, maintenance and management of MV DEEPSTAMBH-II (For 3rd Year)

9.1

Supply and Management of Officers, (Including wages, allowances, victualing, Insurance, Medical, Travel, Uniform all allowances and PF, seaman welfare fund etc., conveyance and other contributory accounts/allowances as permissible under rule and complete

Section - VII

72

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

administration charges) including all allowances, Seamen’s PF and Seamen’s welfare fund as per safe manning scales [ Refer Cl. 4.2]

9.11 Master (NCV) 01 Per year

9.12 Night Watch Keeping Officer (NWKO(NCV)) 01 Per year

9.13 Chief Engineer (NCV – Class III) 01 Per year

9.14 Second Engineer ((NCV) Class IV) 01 Per year

9.2

Supply and management of Crews (Articled CDC crew) (As per NMB rates and rates as amended in the Gazette Notification/ as approved by Competent Authority. Ministry of Shipping Notification including wages, allowances, overtime, PF, Gratuity, Welfare funds, Uniform making allowances, Porterage and conveyance and other contributory accounts/allowances as permissible under rule. [Refer Cl. 4.2]

Helmsman 02 Per year

Cook 01 Per year

Oilers 02 Per year

9.3

Cost of services provided for arranging the following- [Refer CL 4.11] i. Arranging supply of fresh water

ii. Bunkering of Vessel iii. Assistance for Supply of Annual Consumable stores iv. Supervision, management /arrangements dry docking of Vessel v. Repairs & maintenance works and other administrative/technical

works related to this contract. vi. Anchoring and Berthing of Vessel at remote Islands

vii. Insurance for DGLL Personnel on board, H&M and P&I, IRS/MMD surveys (Cost of these items as per actual shall be reimbursed by DGLL. Quote only Lump sum service charges for the above services).

01 LS/ year

Section - VII

73

Sl. No.

Description of work Qty. Unit

RATE In Figures To be entered by the

Bidder Rs. P

AMOUNT Rs. P

9.4 ISM management (quote lump sum rate) [Refer CL 4.13] 01 LS/ year

9.5 Catering rates for DGLL staff as per menu [per day/person] [Refer CL 4.6] (i) Breakfast

400 Per

day/person

9.51 (ii) Lunch/Dinner 400 Per day/ person

9.52 (iii) Full Day 400 Per day/ person

9.53 (iv) Others 400 Per day/ person

9.6 Sub-total [I]

Total in Figures (A+B+C+D+E+F+G+H+I)

Total in Words Rupees only

Note:-

1. This is only for reference. The schedule of work shall be downloaded from http://eprocure.gov.in/eprocure/app and the rates may be filled only in the

BoQ provided in the above site in .xls format. Any other form of submission of rates is liable for rejection of bid.

2. No column of price schedule shall be left blank. Wherever the bidder is not willing to quote or providing service free of cost quote with “0”.

3. The rate shall be quoted exclusive of Goods and Service Tax.

Sd/-

For Director General

For and on behalf of the President of India

Section - VIII

74

Government of India

Ministry of shipping

Directorate General of Lighthouses and Lightships

“Deep Bhawan”, A-13, Tulsi Marg, Sector 24,

NOIDA, Uttar Pradesh – 201 301.

Tele-Fax-0120-2412677, Telephone-0120-2411345

E-mail:- [email protected]

SECTION – VIII - EVALUATION CRITERIA OF TECHNICAL BID

8.1 General

The Bids shall be evaluated technically and commercially by a Committee. It is essential to

secure at least seventy percent marks in aggregate in technical Evaluation of technical bid

to qualify for the opening of commercial bid. The commercial bids of only those bidders

shall be opened who technically qualify. Once technically qualified, the bidders will be

informed about opening of the commercial bids.

After technically qualifying the bidder who has quoted the consolidated lowest price shall

be declared successful bidder.

8.2 Technical Evaluation

The Technical Evaluation shall be carried out based on following attributes to ascertain the

quality of bid-

Sl.No Area of Evaluation Max

Marks Evaluation

1

The company shall have minimum 5

years of trading vessel management

experience under ISM – DOC/SMC

issued by Director General Shipping.

Trading vessels shall mean all vessels

of 2400 GRT and above registered

under M.S. Act for trading purposes and

will not include fishing trawlers and

non self-propelled floating vessels that

do not possess such certificates as per

SOLAS.

30

i. 60% marks for

minimum eligibility

criteria.

ii. 100% marks for twice

the minimum of

eligibility criteria or

more.

iii. In between i& ii on pro-

rata basis.

2

Certificate from past employer that the

company having technical management

experience in handling vessel for

channel marking buoys, anchor buoys,

wreck marking buoys and mooring

buoys. Experience in navigation

through shallow channel and restricted

waters.

5

Section - VIII

75

Sl.No Area of Evaluation Max

Marks Evaluation

3

The Company must have implemented

and managed ISM as per Director

General Shipping guidelines on board

their vessels with own DOC and SMC

and the staff must have experience of

managing ISM for at least 5 years.

10

i. 60% marks for

minimum eligibility

criteria.

ii. 100% marks for twice

the minimum of

eligibility criteria or

more.

iii. In between i& ii on pro-

rata basis.

4

Managerial staff must have at least 3

years’ experience in ship management

and names and addresses of such

persons may be produced with

adequate and acceptable proof. Since

the contract is basically for operation

and management and the entire

operation is dependent on the

experience of personnel managing the

affair. They shall be from marine

background and experienced in ship

management.

Master (FG/NCV) - 4 marks,

Chief Engineer (MOT Class-I) - 4 marks

Graduate/MBA for office

administration - 2 marks.

10

i. 60% marks for

minimum eligibility

criteria.

ii. 100% marks for twice

the minimum of

eligibility criteria or

more.

iii. In between i& ii on pro-

rata basis.

5

Average annual turnover of the

company certified by the Charted

Accountant shall be not less than

Rs.2.50 Crores each during the past 3

years and proof of such income shall be

attached. Proof of income shall be only

from and for ship management and

related activities and not from any

other business and same would be

reflected in proof of income.

10

i. 60% marks for

minimum eligibility

criteria.

ii. 100% marks for twice

the minimum of

eligibility criteria or

more.

iii. In between i& ii on pro-

rata basis.

6

Track record, if any, in maintaining

excellent contractor / customer

relationship, with the name of the

clients (including their address,

telephone and fax numbers) with

whom contact was undertaken in last

five years.

15

Section - VIII

76

Sl.No Area of Evaluation Max

Marks Evaluation

7

Certificate from past employer/owner

regarding,

i. NO accidents/incidents (2.5 Marks)

ii. NO Major breakdown (2.5 Marks)

iii. NO Insurance claim (2.5 Marks)

iv. NO Penalties imposed by Statutory

bodies (2.5 Marks)

10

8

Certificate from past employer/owner

regarding availability of the vessel

(sailing days) for a period of last 5

years. Marks will be normalized based

on Higher sailing days.

10

Total Marks 100

To become eligible for short

listing the bidder must

secure at least Seventy

Percent marks in aggregate.

Sd/-

For Director General

For and on behalf of the President of India

Annexures

77

Annexure – IA – Major Technical Details of M.V Sagardeep - II

M V SAGARDEEP- II General

i. Name of the Vessel : M V Sagardeep-II ii. Builder : M/s. HDPE

Principal Dimensions i. Length overall : 82.6 meters

ii. Length between perpendiculars : 75.00 meters iii. Breadth moulded : 14.00 meters iv. Depth moulded : 6.00 meters v. Draft moulded : 4.25 meters

vi. Design speed : 12 Knots vii. Frame spacing : 600 mm

viii. Class : LRS/IRS ix. Compliment : 58 Nos. x. Gross Tonnage : 2466 T

xi. Net tonnage : 726 T xii. Dead weight : 1200 metric tons at a Moulded draught of 4.25 m

Main Machinery I. Main Engine

Make : M/s. Bergen Diesel Type : KRM-6,6 Cylinder, 4 Stroke Rating : Maximum continuous rating 990KW 1320 BHP at 750

RPM running of marine diesel oil S.No. : PORT 7953 STARBOARD 6911

II. Gear Box

Make : M/s. Ulstain Propeller A.S. Type : 520 AGSC-600/4-2450 with built in Servo, clutch and

Thrust Bearing, Reduction ration 3.95:1 S.No. : PORT 6910 STARBOARD 6911

III. Propeller

Make : M/s. Ulstain Propeller A.S. Type : Controllable pitch, 4 Bladed Sl.No. : PORT 6910 STARBOARD 6911

Direction of rotation looking from the AFT.- Both outboard IV. Generating sets

Engine Alternator Make - Dihatsu Diesel Tiyo Type- S.No. PORT DL 619ZO443 242549 CENTRE DL619Z0445 242550 STARBOARD DL619ZO445 242551 R.P.M. Power 3 Phase, 600 Amp/per phase

Annexures

78

V. Emergency Generator Sets (Poop Deck Aft.) Engine Alternator Make - Cummins Diesel Kirloskar Electric Type- NT-495-MG 80KVA Marine duty A.C. Generator S.No. 25247313 9920649-001 R.P.M. 1500 1500 Power 112HP 80 KVA

VI. Bow thruster (Twin deck frame 115) Propeller Motor

Make- Ulstein Propeller A.S. C3 M355LW4 Type- 90TV S.No- T6909 R.P.M. 1500/488R.P.M. Power- 380 KW

VII. Steering Gear (Twin deck AFT, frame 5)

Make Scan Steering A.S. AXCELJOHNSONTEKNIK .A .S. Type MT/8000/2/70 S.No. 99008 (1) STBD. OUT 2578 9783200-006-0003 (2) STBD.IN 2578 9783200-0060-0001 (3) PORT IN 0878 9783200-0060-0004 (4) PORT OUT 1668 9783200-0060-0002 (5) Pressure (max) 70 bar

VIII. Anchor Windlass – 2Nos

S.No.- AMW-E-743LH Make- Ridder in KhofsWerktuigenfa brick harret AMW-E-743 RH

(IXR-IXL)

IX. All Pumps

Fresh water- 100 lit Cargo- 210 lit Lub Oil- Forward-40 lit Fuel Oil- 136 lit Buoy- 4 set Ballast tank - Forepeak- 60 lit Spreaded over 460 lit

520 lit

X. In Engine Room

S.No Description Location Sl. No. Make

i. LT.FW Pump for M.E

(Main Engine) Outboard I.72574/002

ALLEWEILER AG, Germany

ii. LT.FW Pump for M.E.

(Standby Pump) Inboard I.72574/001 -do-

iii. F.O. Booster Pump H-21667/001

iv. Sea Water pump for Air

conditioning & refrigeration

Port Inboard

Stbd. Outboard

4709 4707

Florite Florite

Annexures

79

S.No Description Location Sl. No. Make

v. Rotary Gear pump Port,

outboard 40941-00H Roysons

vi. LO transfer pump Port,

Inboard 40940-00H Roysons

vii. Stand by LO Pump for

M.E. Stbd. Port

H11/83513/020/98 H11/83513/019/98

ALLEWEILER AG, Germany

viii. HT FW pump for M.E. 247638 ING.PERGJERBRUM –AS

Norway

ix. G.E.S.W. Pump No. 1 Port 98001402 Naniwa Pump Co. Ltd.,

Osaka

x. SW Cooling Pump M.E. - 50658 ING PERGJERBRUM -AS,

NORWAY

xi. SW Cooling stand by

Pump for M.E. - 50658 - do -

xii. Bilge Pump

Reciprocating Type (Rotary)

Stbd 96p00111A Heishin Pump

XI. IN AUX. ENGINE ROOM

i. Domestic FW Hydro Pump – 1 342901 B.E. Pump

ii. Domestic FW Hydro Pump-2 343085 - do-

iii. Domestic SW Hydro Pump-1 342902 - do-

iv. Domestic SW Hydro Pump---2 343084 - do-

v. Bilge Ballast (Inboard Port) Pump 4705 Flo-rite

vi. Bilge Ballast (Outboard Port) Pump 4704 - do-

vii. Hot water circulating Pump 542660 B.E. Pump

viii. Sludge Pump B1298-00 Roysons

ix. F.O. Transfer Pump-1 E-40938-00H - do-

x. F.O. Transfer Pump-2 E-40939-00H - do-

xi. Emergency fire Pump 4708 Flo-rite

xii. Ballast Pump - - do-

xiii. Ballast Pump - - do-

XII. Navigational Equipment i. DGPS

ii. X band & S band radars iii. Echo sounder iv. Data logger v. Auto Pilot

vi. GMDSS Station vii. Magnetic Compass

viii. AIS Sd/-

For Director General

For and on behalf of the President of India

Annexures

80

Annexure – IB – Major Technical Details of M.V Indira Point

INDIRA POINT General

i. Name of the Vessel : Indira Point

ii. Builder : M/s Cochin Shipyard Ltd.

Principal Dimensions

i. Length overall : 71.55 meters

ii. Length between perpendiculars : 64.20 meters

iii. Breadth moulded : 16.00 meters

iv. Depth moulded : 6.00 meters

v. Draft moulded : 4.2 meters

vi. Design Speed : 12 Knots

vii. Frame spacing : 600 mm

viii. Class : IRS

ix. Compliment : 34 Nos

x. Dead weight : 1500 (Approx.) metric tons at a

Moulded draught of 4.20 m

Main Machinery

I. Main Engine

Number of engines : 2 x Bergen C25:33L6CD Rated power (MCR) : 2 X 2000 Kw Engine r.p.m. : 1000 Fuel : MDO Flywheel end drive : Gearbox Engine front end drive (PTO) : Fi-Fi pump, via gearbox. High elastic couplings between main engines PTO drives and step-up gearboxes. The main engines with NOx emissions in compliance with IMO Tier II requirements.

II. Main Gear With Thrust Bearings, Couplings

2 OFF Rolls-Royce reduction gears. Make : M/s Rolls Royce Type : 650AGHC-V-P45 Engine speed (MCR) : See Item 601

The reduction gears is equipped with 1 step primary PTO for shaft generator, approx. 1800 KVA, 1500 RPM, built on servo and lub. Oil pump, lub.Oil cooler and lub.Oil duplex filter. An el.driven st.by lub.oil/servo oil pump is installed for each gear. The reduction gears is equipped with built in hydraulic clutch and thrust bearing.

III. Controllable pitch propeller plant

Make : Rolls-Royce propulsion system Type : 60A/4I-B-2600_650AGHC-VP45 Number of Propellers : 2 Number of blades : 4 each propeller, Ni-Al-Bronze Propeller diameter : Approx. 2600 mm Propeller speed (MCR) : Approx. 225 RPM

Annexures

81

IV. Aux. electric generator set for main electric production

The vessel is equipped with diesel engine driven el. Generator set.

Number of sets : 2 Generator output approx. (KW) : 400 (500 KVA) Voltage (V) : 415 Frequency (Hz) : 50 R.p.m. : 1500 Enclosure : IP23 Generator coolant : Air cooled Diesel engine fuel : MDO

V. Shaft generators

To each main reduction gear is connected, via flexible coupling, one generator.

Capacity each : 1800 KVA RPM : 1500 rpm Voltage : 415 V Frequency : 50Hz Temperature class : F Enclosure : IP44 Generator coolant : FW from central cooling

VI. Emergency generator set

Generator output approx. (KW) : 95 (118 KVA) Voltage (V) : 415 Frequency (Hz) : 50 R.P.M. : 1500 Temperature class : F Enclosure : IP23 Generator coolant : Air cooled Diesel engine fuel : MDO

VII. Side thrusters

The vessel is fitted with: Forward: Two tunnel thrusters 590 kW Aft: One tunnel thruster 590 Kw

The tunnel thruster is Rolls-Royce Marine, electrical driven controllable pitch type.

Technical data tunnel thrusters: Type : TT 1650 DPN CP Electric Motor Power : 590 kW Electrical Supply : 415/3/50 Motor Speed approx. : 1500 RPM Water cooled Motor and Star-Delta Starter

Annexures

82

VIII. Steering Gear (Two independent electric-hydraulic)

Two independent electric-hydraulic steering gears with two pumps for each rudder motor and with electronic synchronization to be fitted. Each of the steering gears to have following data: Effective torque : 70 kNm Rudder angle : 2 x 45 degrees Manoeuvring time (30-0-35 degrees) : 28 seconds with one pump 14 seconds with two pumps

IX. Anchor Windlass – 2 Nos S. No. – AMW-E-743LH MAKE- Ridder in Khofs Werktuigenfa brick AMW-E-743 RH harretrunning (IXR-IXL)

X. Navigational Equipment Radar Plant

i. One (1) off Daylight, colour S-band (10 cm) ARPA radar, 96

N.miles. 21” LCD display and 12’ scanner according to

manufacturer’s standard.

ii. One (1) off Daylight, colour X-band (3 cm) True Motion radar, 72 N.miles. 21” LCD display and 6,5’ scanner according to manufacturer’s standard.

iii. One (1) off Slave monitor installed at aft steering position. Both radars shall have gyro interface. Other Navigational Equipment

i. ECDIS

ii. Sat. Navigator

iii. Gyro plant, automatic steering, compass

a) Autopilot

b) Magnetic compass

iv. Echo-sounder, log

Sd/-

For Director General

For and on behalf of the President of India

Annexures

83

Annexure – IC – Major Technical Details of M.V Indira Point

M.V Deepstambth - II The Main Particulars of the Vessel are broadly as follows:

i. Length Overall 23.30m

ii. Length between P.P. 23.05m

iii. Breadth M.L.D. 06.20m

iv. Depth (Moulded) 02.80m

v. Draught Max. 02.00 M

vi. Speed 12 Knots

vii. BHP 2 X 600

viii. Class of built Round Bilge

ix. Complement 6 Crew + 2 Driver

x. Maintenance Party 6

xi. Lighthouse Officer 2

The Vessel shall attain a speed of 13.5 Knots at 85% MCR of Main Engines at full load of the vessel at a wind condition Beaufort 2 and corresponding sea condition.

Capacity (Approximate):

i. Cargo Hold 10 to 12 Tonnes

ii. Cargo Fuel Oil 5 Tonnes (for transportation)

iii. Ship Fuel Oil 12 Tonnes

iv. Cargo Fresh Water 10 Tonnes (for transportation)

v. Ship Fresh Water 10 Tonnes

vi. Lube Oil 0.5 Tonnes

Sd/-

For Director General

For and on behalf of the President of India

Annexures

84

Annexure – IIA – Catering M.V. SAGARDEEP – II and M.V INDIRA POINT (For DGLL)

SUNDAY MONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY SATURDAY Morning Tea

Tea & Coffee Tea & Coffee Tea & Coffee Tea & Coffee Tea & Coffee Tea & Coffee Tea & Coffee

Breakfast Fruit juice, Idli, Sambar & Bread, Butter, Jam, 2 Egg on order, Tea & Coffee,

Fruit juice, Poori, Bhaji & Bread, Butter, Jam, 2 Egg on order, Tea & Coffee,

Fruit juice, Masala Dosa&, Chutney, Bread, Butter, Jam and 2Egg on order Tea & Coffee,

Fruit juice, Parantha, mix vegetable & Bread, Butter, Jam, 2 Egg on order, Tea & Coffee,

Fruit juice, Idli, Sambar &, Bread, Butter, Jam, 2 Egg on order, Tea & Coffee,

Fruit juice, Poori, Vegetable &, Upma &, Bread, Butter, Jam, 2 Egg on order, Tea & Coffee,

Fruit juice, Parantha, mix vegetable &,bread, butter, Jam, 2 Egg on order, Tea & Coffee,

Drinks Tea / Coffee / Lime Juice

Tea / Coffee / Lime Juice

Tea / Coffee / Lime Juice

Tea / Coffee / Lime Juice

Tea / Coffee / Lime Juice

Tea / Coffee / Lime Juice

Tea / Coffee / Lime Juice

Lunch Chicken Briyani, green salad &, Vegetable Briyani & Plain Rice, Dal, Papad, pickle, Fruits

Plain Rice, Phulka, green salad, Fish curry & Vegetable, Paneer masala, Dal, Curd, Pickle, Papad, Fruits

Plain Rice, chapatti, mix. Vegetable, paneer masala & , Chicken curry/, Fish fry, Curd and pickle, Fruits.

Plain Rice, Phulka/, Vegetable Pulao, mutton curry, Sambar & Dal, Paneer masala, Curd, Pickle, Papad, Fruits

Veg Briyani & , mutton briyani, Chapatti, Dal Veg Curry, curd, Pickle, Papad and Fruits.

Plain rice, Egg Curry/, chicken curry, Paneer butter masala, Vegetable salad, Papad, Curd, Pickle, and Fruits

Plain Rice, Chapatti, salad, mixed Vegetable, Sambar/Dal, Mutton Keema, Curd, Pickle, Papad, Fruits

Eve. Tea Tea / Coffee and biscuits

Tea / Coffee and biscuits

Tea / Coffee and biscuits

Tea / Coffee and biscuits

Tea / Coffee and biscuits

Tea / Coffee and biscuits

Tea / Coffee and biscuits

Dinner Soup, Plain Rice, chapatti, Paneer masala, Egg Curry/, fish Fry, green salad, Pickle, Ice Cream,

Soup, Plain Rice, Chapatti, Rajma /Paneer Masala, Chilly chicken, Pickle, dessert.

Soup, Plain Rice, Parantha, Malaikofta, Mutton Curry/, Fish Fry, Mix vegetables/, Dal, Pickle, dessert.

Soup, Plain Rice, Chapatti, Fish Fry, Dal, mix Vegetable, Pickle, sweet.

Soup, Plain Rice, Parantha, Dal, Vegetable curry, Chicken curry, Pickle, dessert.

Soup, Plain Rice, Chapatti, Mutton Curry, Dal, mushroom curry, Pickle, dessert

Soup, Plain Rice, Chapatti, Egg Curry/Fish Fry, Dal mixed vegitable, Pickle dessert.

Sd/-

For Director General

For and on behalf of the President of India

Annexures

85

Annexure – IIB – Catering menu on Board M.V Deepstambth – II(For DGLL)

Sunday Monday Tuesday Wednesday Thursday Friday Saturday Morning Tea

Tea/Coffee Tea/Coffee Tea/Coffee Tea/Coffee Tea/Coffee Tea/Coffee Tea/Coffee

Breakfast Bread, Butter, Jam , Omlet Tea/Coffee

Parantha, veg. Curry, Tea/Coffee

Bread, Butter, Jam, Omlet Tea/Coffee

Poori, Bhaji Tea/Coffee

Bread, Butter, Jam, Omlet Tea/Coffee

Parantha, veg. Curry, Tea/Coffee

Bread, Butter, Jam, Omlet Tea/Coffee

Drinks Lime Juice Tea/Coffee

Lime Juice Tea/Coffee

Lime Juice Tea/Coffee

Lime Juice Tea/Coffee

Lime Juice Tea/Coffee

Lime Juice Tea/Coffee

Lime Juice Tea/Coffee

Lunch Chicken Briyani/ Vegetable Briyani, veg. curry, Pickle, Fruits

Plain Rice, Fish Fry, mix Vegetable, Dal, Pickle/ Pappad, Curd, Fruits

Plain rice, chapatti, Dal, Egg curry, pappad, pickle, curd, Fruits

Plain Rice rajma, Fish Curry, mix Vegetables, Pickles, Curd, Fruits,

Plain Rice, chapatti, Chicken Curry, Dal, paneer masala, curd, Pickles, Fruits.

Vegetable Briyani, chicken briyani, veg. curry, Curd, Pickles Pappad, Fruits

chapatti, Plain Rice, Mutton Curry, Sambar/Dal, mutter paneer, Curd, Pickles Fruits.

Eve. Tea Tea, Coffee, Biscuit

Tea, Coffee, Biscuit

Tea, Coffee, Biscuit

Tea, Coffee, Biscuit

Tea, Coffee, Biscuit

Tea, Coffee, Biscuit

Tea, Coffee, Biscuit

Dinner Plain rice, parantha, fish curry, veg. curry, pickle, dessert.

Plain Rice, Chapati, Chilly Chicken, mutter paneer, Pickles, Sweet.

Plain Rice, Parantha, Mutton Fry, Paneer Masala, pickle, Ice cream

Plain Rice, Chapati, Fish Fry, Mixed Vegetables, Pickles, dessert

Plain Rice, Parantha, dal, Fish Curry, Mixed Vegetables, Pickle, Sweet

Plain Rice, Chapati, mutter paneer, Dal, Mixed Vegetables, Pickles, Ice cream

Plain Rice, Parantha, Egg Curry, Fish Fry, Mixed Vegetables, Chole, pickle, dessert.

Sd/-

For Director General

For and on behalf of the President of India

Annexures

86

Annexure – IIIA – List of Approved Annual Deck Stores of M.V Sagardeep - II

Sl. No.

Description Quantity

Approved First Half Year January to June

Second Half Year July to December

1. Long Scrapper 20Nos. 2. Brasso 01Ltr 3. Broom (Hard) 14Nos. 4. Broom (Hard) 16Nos. 5 Cardium Compound 25Kgs 6. Chalk 02Boxes 7. Chipping Hammer 19Nos. 8. Chlorine (Liquid) 18Ltr 9. Dog Leg Brush 1” 30Mtr

10. Dog Leg Brush 2” 21Nos. 11. Flat Paint Brush 1” 4Nos. 12. Flat Paint Brush 2” 14Nos. 13. Flat Paint Brush 3” 12Nos. 14. Flat Pant Brush 4” 14Nos. 15. Floor Dusters 17Nos. 16. Gloves (Leather) 185Pair 17. Gloves (Rubber) 185Pair 18. Gloves Cotton Dotted 48Pair 19. Long Tar Brush 1No. 20. Nylon Brush with Handle 17Nos. 21. Roller Paint Brush 1” 14Nos. 22. Roller paint Brush 2” 09Nos. 23. Roller paint Brush 3” 20Nos. 24. Roller paint Brush 4” 17Nos. 25. Safety Goggles 09Nos. 26. Safety Shoes 67Nos. 27. Scoops 13Nos. 28. Sponge Cotton MOP with Handle 31Nos. 29. Wire Brush 45Nos. 30. Acid HCL 18Ltrs 31. Artist Brush 01Set 32. Bioler Suit (MED, L& XL) 118Nos. 33. Fish Oil 05Ltrs 34. Gloves (Cotton) 200Pair 35. Industrial Safety Helmet 44Nos. 36. Marlin Spike 03Nos. 37. Roller Brush 65Nos.

38. Steel Wool 04Nos.

House Keeping Stores 39. Baygon Spray/HIT 18Nos. 40. Bleaching Powder 10Pkt 41. Dish Wash Brush 12Nos. 42. Dish Wash Liquid (Pril) 88Nos. 43. Glass Cleaning Liquid 500ML 06Nos. 44. Harpic 56Nos. 45. Liquid Cleaner Bleach 43Ltrs

Annexures

87

Sl. No.

Description Quantity

Approved First Half Year January to June

Second Half Year July to December

46. Odonil 100Nos. 47. Phenyl 75Ltrs 48. Plunger with Handle 07Nos. 49. Room Deodorant Spray 20Nos. 50. Scrotch Brite 30Nos. 51. Scrub Brush 02Nos. 52. Soap Oil 55Ltrs 53. Teepol (Liquid Soap) 165Ltrs 54. Toilet Brush 14Nos. 55. Toilet Soap (Lux) 1350Nos. 56. Vim Powder 50Kgs 57. Wash Basin Brush 05Nos. 58. Washing Powder 385Kgs 59. Washing Soap (Rin) 378Nos. 60. Washing Soda 02Kgs 61. 45Ltr Foam Refil 01Nos. 62. 09Ltr Foam Refil with CO2 cartridge 07Nos. 63. Battery AAA size 03Strip 64. Battery ‘D’ size 1.5V 75Nos. 65. Battery AA size 34Nos. 66. Bull Dog Grip 24Nos. 67. DCP Refil with CO2 Cartridge 15Nos. 68. Dust Bin 20Nos. 69. Fire Hydrant Washer 06Nos. 70. Flit (Presticide) 05Nos. 71. Garbage Bags 1650Nos. 72. Gum Boots 03Nos. 73. IMO Symbol 84Nos. 74. Kitchen Knife 02Nos. 75. Marlin Bundle 02Kg 76. Mooring Rope (48MM) 02Kg 77. Oil Spill Dispersant 30Ltr 78. Ordinary Cement 50Kgs 79. Pilot Ladder Rubber Steps 08Nos. 80. P.P. Rope various sizes 09Coils 81. Pilot Ladder Wooden Steps 04Nos. 82. Pilot Ladder Win nets 42Nos. 83. Seizing Wire 05Kg 84. SOPEP Sand 11Bags 85. Toilet Paper 15Roll 86. Tyre Fender 07Nos. 87. Water CO2 Cartridge 18Nos. 88. WD 40 Spray 04Nos. 89. White Cement 15Kgs 90. Cargo Net 01No. 91. Rubber Solution 02Ltr 92. Rain Coat 18Nos.

93. Sounding Tape 02Nos.

Annexures

88

Sl. No.

Description Quantity

Approved First Half Year January to June

Second Half Year July to December

94. Plastic Bucket 12Nos. 95. Plastic Mug 12Nos. 96. Rat Trap 04Nos. 97. Pin for the Chipping Gun 06Nos. 98. Glass Tumblers for Water 36Nos. 99. Indian Ensign flag blue 02Nos. 100. Torch Light of Heavy Duty of 4 Cell 01No. 101. Pad Lock of seven levers medium 02Nos. 102. Pad Lock of seven levers large 02Nos. 103. Petroleum Jelly 0.5Kg 104. Rat Guard 06Nos. 105. Flag Line Cotton 8MM 110Mtr 106. Bath Room Curtains 10Nos. 107. Greasing Hose with Adapter for Hatch

Pontoons as per Sample 04Nos.

108. Flexible Hose for Greasing Gun as per sample

1Mtr

109. GI Pipe of 1.25inch 12Mtr 110. GI Pipe of 40MM 12Mtr 111. Rubber packing of 22mm x 28mm 20Mtr 112. Rubber Packing of 22mm x 24mm 20Mtr Crockery and Cutlery 113. Chopping Knife 02Nos. 114. Lemon Sqeezer 01Nos. 115. Meat Knife 01Nos. 116. Potato Peeler (Portable) 02Nos. Linen 117. Apron Cotton 04Nos. 118. Apron Leather 04Nos. Stationery 119. Ball Pen (Black) 60Nos. 120. Ball Pen (Blue) 30Nos. 121. Ball Pen (Red) 06Nos. 122. Box File 10Nos. 123. Brown Sheet Paper 03 Roll 124. Cellophane Tape 08Roll 125. Envelop Paper (ORD) 120Nos. 126. Eraser Type Writer 01Pcs 127. Fevi stick 10Nos. 128. Flat Office File 15Nos. 129. Gum in Tube 06Nos. 130. H.P. Printer Cartridge (B) 08Pcs 131. H.P. Printer Cartridge (C) 04Pcs 132. Highlighter Pen 05Nos. 133. M. Envelop (Cloth) Big 50Nos. 134. M. Envelop (Cloth) Med. 50Nos. 135. Masking Tape (Brown) 08Roll 136. Medium/Small Files 10Nos.

Annexures

89

Sl. No.

Description Quantity

Approved First Half Year January to June

Second Half Year July to December

137. Note Book 200Pgs 24Nos. 138. Paper Clips 04Box 139. Paper Hole Punch 01Pcs 140. Paper Knife 06Nos. 141. Paper Pins 03Box 142. Paraller Ruler 01Pcs 143. Pencil 2B 30Nos. 144. Pencil Eraser 14Nos. 145. Pencil HB 25Nos. 146. Pencil Sharpener 06Nos. 147. Permanent Marker 12Nos. 148. Plastic Ruler 06Nos. 149. Register 200 Pages 12Nos. 150. SAT C Telex Cartridge 04Pcs 151. Scissor –Office Use 01Nos. 152. Scotch Tape 05Roll 153. Scribbling / Writing Pad 10Nos. 154. Stapler 01Pcs 155. Staples 03Box 156. Stock Register 02Nos. 157. Tally/Pocket Book 30Nos. 158. Typing Paper-A4 12 Ream 159. White Correction Fluid-Pen type 08Nos. 160. White Board Marker 10Nos. 161. A-3 Paper 01 Ream 162. Carbon Paper 02Pkts 163. Cello Tape Dispenser 01Pcs 164. Chart Correction Pen 01Pcs 165. Colour Pencil 01Set 166. Deck Log Abstract (Form 9) 12Nos. 167. Drawing/Thumb Pin 01Box 168. Duster (White Board) 01Nos. 169. Echo Sounder Paper 02Roll 170. Flopy Disc (31/2”) Pen Drive 06Nos. 171. Indent Book (Form 11) 03Nos. 172. Lead for Compass-2B 01Box 173. Log Book Eng (Form 2) 12Nos. 174. Log Book Deck (Form 1) 12Nos. 175. Log Book GMDSS 06Nos. 176. Log Book R/T 02Nos. 177. Meals Voucher Daily (Form 13) 12Nos. 178. Meal Voucher Monthly (Form 12) 06Nos. 179. Monthly Statements of Receipt of Spare

Parts (Form 8) 02Nos.

180. Navtex Printer Paper 10 Roll 181. Needle (Stitching) 01Set 182. Note Book Small 15Nos. 183. Plastic Folders 12Nos.

Annexures

90

Sl. No.

Description Quantity

Approved First Half Year January to June

Second Half Year July to December

184. Printer Ribbon (TVS) 06Nos. 185. R S Book (Form 15) 03Nos. 186. Sketch Pens 01Set 187. Spare Part Indent (Form 3) 03Nos. 188. Statement of Stores Received (Form 10) 02Nos. 189. Stencil-8CM Metal type 01set 190. Telex Printer Paper 08Roll 191. Twine Rope 01Roll 192. Garbage Log 03Nos. 193. Gate Pass Book 06Nos. 194. Radar Log 03Nos. 195. Radio Abstract (Form 18) 12Nos. Medicines 1. Avomin 40Nos. 2. Metrogyl 60Nos. 3. Paracetamol 200Nos. 4. Ampicilin 100Nos. 5. Bruffen 80Nos. 6. Chloroquene 50Nos. 7. Chlromycin Hydrochloride 10Nos. 8. Cotrimaxazole 12Nos. 9. Codine Phosphate 05Nos. 10. Disprin 80Nos. 11. Depandal M 20Nos. 12. Diazepam 20Nos. 13. Dicid and Gelucil 70Nos. 14. Escoprin 50Nos. 15. Erythromycin 40Nos. 16. Tetracycline Hydrochloride Tab 250mg 30Nos. 17. Tryptomar 35Nos. 18. Diclofenac Potassium 05Nos. 19. Paracetamol 150Nos. 20. Calamin Lotion 02Nos. 21. Ciprobact Eye/Ear Drops 02Nos. 22. Savlon Antiseptic Liquid 02Nos. 23. Dettol Lotion 250ml 04Nos. 24. Oral Dehydration Powder (Electrical

Powder) 03Box (20 Pkts Each)

25. Fourdem Ointment 13Nos. 26. Germidical Spray 01Nos. 27. Glucose 250gms 10Nos. 28. Hydrocotrison Cream 30gms 02Nos. 29. Iodex Balm 08Nos. 30. Moov Ointment 04Nos. 31. Neosporin Ointment 04Nos. 32. Neosporin Powder 04Nos. 33. Pain Relief Spray 04Nos. 34. Vinodine Antiseptic Spray 04Nos.

Annexures

91

Sl. No.

Description Quantity

Approved First Half Year January to June

Second Half Year July to December

35. Soframycin Ointment 06Nos. 36. Sorbitrate 05Nos. 37. Clinical Thermometer 01Nos. 38. Glycerin 100ml 02Nos. 39. Alcahol Rubbing 100ml 01Nos. 40. Antihaemorrhodial Suppositories 06Nos. 41. Glyceryl Trinitrate Tabs 0.5mg 10Nos. 42. Iodine 100ml 02Btl 43. White Petroleum Jelley 100gms 01Nos. 44. Progunil Tab 100mg 30Nos. 45. Sodium Chloride Tabs 300Nos. 46. Cough Syrups Benadryl 08Btl 47. Optrex Eye Wash 06Nos. 48. Burnol Burn Ointment 04Nos. 49. Ring Guard Ointment 04Nos. 50. Gentamycin Eye/Ear Drops 04Nos. 51. Absorbent Cotton Wool 400gms 04Nos. 52. Absorbent Cotton Wool 100gms 05Nos. 53. Spot Bandage 01Box 54. Cotton Creep Bandage (15cmX4cm) 02Nos. 55. Open Wove Bandage (10cmX3cm) 04Nos. 56. Roller Bandage (10cmX3m) 08Nos. 57. Roller Bandage (5cmX3m) 08Nos. 58. Roller Bandage (15cmX3m) 04Nos. 59. Sugical Tape (3cmX3m) 06Nos. 60. Disposable Syringe (2ml) 20Nos. 61. Handoplast Waterproof Bandaid 100Nos. 62. Rubber Sheet (7mX4m) 01Nos. Injections 63. Sodium Chloride and Dextrose 01Nos. 64. Tetanus Toxoid 02Nos. 65. Sterile Water for Injection 03Nos. 66. Pnenaramine Malate 03Nos. 67. Xylocain 01Nos.

Sd/-

For Director General

For and on behalf of the President of India

Annexures

92

Annexure – IIIB – List of Approved Annual Engine Stores of M.V Sagardeep - II

Sl. No.

Description Unit Quantity

Approved

First Half year

January to June

Second Half year

July to December

1. Acetylene Bottle Nos. 02 2. Adaptors various size Male, Female

as per sample (Brass) Nos. 18

3. Adaptors various size Male, Female as per sample (M.S.)

Nos. 18

4. Anobond (60ml) Nos. 04 5. Araldite (180gm) Pkt 02 6. Asbestos Cord 3mm Roll 01 7. Asbestos Cord 5mm Roll 01 8. Asbestos Cord 8mm Roll 01 9. Asbestos Cord 12mm Roll 01 10. Asbestos Cord 19mm Roll 01 11. Asbestos Mat 1.2m wid. Mtr 05 12. Battery (AA) 1.5V Nos. 24 13. Bilge Cleaner Ltr 120 14. Bolt & Nut 7½KG

A) 3mm X 70mm Nos.

48

B) 5mm X 70mm Nos. 48 C) 6mm X 70mm Nos. 48 D) 8mm X 70mm Nos. 48 E) 10mm X 70mm Nos. 48 F) 12mm X 70mm Nos. 48 G) 14mm X 70mm Nos. 48 H) 17.5mm X 70mm Nos. 48 15. Brazing Flux Tin 01 16. Brazing Rod 3mm X 70mm Nos. 09 17. Broom Nos. 12 18. Brush (Dog leg) 1” Nos. 06 19. Brush (Dog Leg) 2” Nos. 06 20. Brush (Flat) 1” Nos. 06 21. Brush (Flat) 2” Nos. 06 22. Brush (Flat) 3” Nos. 06 23. Brush (Flat) 4’ Nos. 06 24. Brush (Roller) 2” Nos. 06 25. Brush (Roller) 4” Nos. 06 26. Bucket (G.I.) Nos. 03 27. Bucket (Plastic) 20Ltr Nos. 06 28. Cane 1.5mtr Nos. 02 29. Chalk Piece Box 01 30. Chloride1) 15ml Nos. 02 31. Chloride 2) 100ml Nos. 02 32. Chloride Test Kit Nos. 08 33. Copp. Washer (Assort) Box 01

Annexures

93

Sl. No.

Description Unit Quantity

Approved

First Half year

January to June

Second Half year

July to December

34. Copper Pipe 5/16” Mtr 06 35. Copper Pipe ¼” Mtr 06 36. Copper Pipe 10mm Mtr 06 37. Copper Rod 6mm X 1.5mtr Nos. 02 38. Copper Rod 8mm X 1.5mtr Nos. 02 39. Cordobond Set 01 40. Cotton Rags Kg 300 41. Cotton Waste Kg 100 42. Coupling (G.I) ½” (Love joy) Nos. 02 43. Coupling Pad (Love Joy) SW110 Nos. 06 44. Coupling Pad (Spider) Nos. 04 45. Cycle Tube Nos. 12 46. Detergent Powder Kg 60 47. Devcon (Brass) Kg ½ 48. Devcon (Steel) Kg ½ 49. Emery Cloth Fine Nos. 06 50. Emery Cloth Fine Roll 01 51. Emery Cloth Rough) Roll Roll 01 52. Emery Cloth (Smooth) Nos. 06 53. Emery Paper (Smooth) Roll 01 54. Fibre Glass Tape Cordo Roll 01 55. Filter Element M/E F O Nos. 24 56. Filter Element M/E L.O. Nos. 24 57. Filter (F.O.) Work Boat Pair 06 58. Filter (L.O.) Work Boat Nos. 06 59. Filter for Steering Gear Nos. 02 60. Filter for M/E Gear Box Nos. 04 61. Filter Bow Thruster Nos. 01 62. Filter (L.O.) for Emergency generator

(various type) Nos. 04

63. Filter (F.O) for emergency generator Nos. 04 64. Freon 22Gas Kg 120 65. Funnel (PVC) Big Nos. 03 66. Funnel (PVC) Small Nos. 03 67. G.P. Sealent Nos. 03 68. Garbage Bags Nos. 250 69. Gasket Rub. Renif 3mmX2mtr Mtr 06 70. Gasket Rub. Renif 1.5mmX5mtr Mtr 06 71. Gland Packing ¼” Kg 01 72. Gland Packing ½” Kg 01 73. Gland Packing 3/8” Kg 01 74. Gland Packing 8mm Kg 01 75. Glass Plain (Weld) Nos. 06 76. Gloves (Antikoit) Pair 36 77. Gloves (Cotton) Pair 36 78. Gloves (Cotton Leather Half) Nos. 24 79. Gloves Leather Weld. Pair 06

Annexures

94

Sl. No.

Description Unit Quantity

Approved

First Half year

January to June

Second Half year

July to December

80. Grease Gun Light Duty Nos. 01 81. Grinding Wheel (Axial) Nos. 06 82. Hacksaw Blade H S S 24TPI Nos. 12 83. Hacksaw Blade (18TPI) Nos. 12 84. Hacksaw Blade (24TPI) Nos. 12 85. HCL Ltr 03 86. Holdite (100gm) Tin 02 87. Hose (Plastic) 1” 30Mtr Roll 01 88. Hose (H.P.) 1” (St. Gear) Nos. 02 89. Hose (PVC) ½” 30Mtr Nos. 01 90. Hose 1.1/2” (Roll) Roll 01 91. Hose Clip (Assort.) (Stain Steel) Nos. 60 92. Hose Clip 12mm Nos. 24 93. Hose Clip 25mm Nos. 24 94. Hose Clip 32mm Nos. 24 95. Hose Connector ½” Nos. 06 96. Hose Connector 1” Nos. 06 97. Hose Connector 1 ½” Nos. 06 98. Hose Nipple ½ Inch Nos. 04 99. Hose Nipple 1 Inch Nos. 04 100. Hose Nipple 1½ Inch Nos. 04 101. Jerican (Plastic) Nos. 04 102. Joint (Klin) 5.5 X 5.5m Nos. 01 103. Jubilee Clips (Assort.) (S.S) Nos. 40 104. Loctite (60ml) Nos. 05 105. Liquid Soap Ltr 60 106. Manila Rope 12mm Kg 01 107. Manila Rope 8mm Kg 01 108. Mesh (G.I) 4.5 X 0.9m Roll 01 109. Molykote Grease Kg 01 110. Molykote H.T Paste Kg 01 111. Mops with Handle Nos. 12 112. Mops without Handle Nos. 12 113. M-seal Kg 01 114. Nails ½” Gm 500 115. Nails 1” Gm 500 116. Nails 2” Gm 500 117. Nails 3” Gm 500 118. Neoprine Sheet (1.5mm X 1m X 5m) Kg 41 119. Nipples ½” (M.S) Nos. 04 120. Nipples ¾” (M.S) Nos. 04 121. Nipples 1” (M.S) Nos. 04 122. Nipples Various size as per sample Nos. 18 123. Nitrate Test Kit Nos. 06 124. Nut & Bolt assorted sizes Nos. 150 125. Oil Finding Paste Tin 06 126. Oil-Joint (Asbestos) various Nos. 03 Each

Annexures

95

Sl. No.

Description Unit Quantity

Approved

First Half year

January to June

Second Half year

July to December

thickness size 1m X 1m 127. Oxygen Bottle Bottle 04 128. Packing Sheet 1mm, 2mm Nos. 02 129. Persian Blue Bottle 01 130. PH Paper Pkt 01 131. Phenophthalene 90ml Bottle 01 132. Pipe Cleaning Brush (L) Nos. 04 133. Pipe Cleaning Brush (S) Nos. 04 134. Plastic Bottle 01Ltr for Lub Oil

sample Nos. 24

135. Plate (M.S) ½”, ¾”, 1” (2’X2’) Kg 27 136. Pate Washer various size Nos. 60 137. Plastic Mug 01Ltr Nos. 06 138. Plastic Brush for Condenser cleaning

½” & ¾” Nos. 04 Each

139. Red Silicon Sealant Tube 02 140. Reducers 1” X ½” (M.S) Nos. 06 141. Reducers 1” X ¾” (M.S) Nos. 06 142. Reducers ¼” X ½” (M.S) Nos. 06 143. Reducers ¾” X ½” (M.S) Nos. 06 144. Reducers 1” X 1½” (M.S) Nos. 06 145. Reducers various size as per sample Nos. 12 146. Rocor Water solution Ltr 300 147. Rubber Cord various Dia Mtr 20 148. Rubber Joint (NEO) 3mm 1M X 1M 149. S.S. Mesh (10mm) 9mX1m Roll 01 150. Sand Paper Nos. 24 151. Scissors for Gasket cutting (Good

quality heavy duty) Nos. 02

152. Silicon Sealant Nos. 04 153. Slate Pencil (Weld) Pkt 01 154. Spark Lighter Nos. 08 155. Spark Lighter Stone Nos. 08 156. Sponge (Felt) 1m X 5m Nos. 10 157. Spring Washer (Assor.) Nos. 40 158. Sulphuric Acid 120ml Bottle 01 159. Taflon Tape Nos. 20 160. Tape Double Sided Roll 02 161. Teepol Ltr 60 162. Valve Lapping Paste (Fine and

Coarse) Tin 01Each

163. V-Belt various sizes Nos. 25 164. W.D. 40 Nos. 09 165. Water Finding Paste Nos. 06 166. Wax (Putty) Gm 250 167. Washer for Tap Spindle Pkt 01 168. Welding Rod (M.S)

Annexures

96

Sl. No.

Description Unit Quantity

Approved

First Half year

January to June

Second Half year

July to December

A) 2.5mm X 450mm Pkt 08 B) 3.15mm X 450mm Pkt 08 C) 4mm X 450mm Pkt 08 Welding Rod Cast Iron

A) 2.5mm X 350mm Pkt 01

169. Wire 2mm galvanized Nos. 02 170. Wire Brush (Steel) Nos. 24 171. Wire Mesh (Brass) 2mm Mtr 02 172. Zinc Anode Rod 1” 12” 173. Zinc Anode Rod 1½” 12” 174. Zinc Anode Plate 1” X 4” X 12” Nos. 02

Sd/-

For Director General

For and on behalf of the President of India

Annexures

97

Annexure – IIIC – List of Approved Annual Stores (Paint) of M.V Sagardeep - II

Sl. No.

Name of Paint Unit Approved Quantity

First Hal year January to

June

Second Half Year July to December

1. White Finishing Ltr 480 2. Light Grey Ltr 400 3. Deck Green Ltr 470 4. Primer Grey Ltr 200 5. Primer Red Ltr 230 6. Light Buff Ltr 160 7. Thinner Ltr 160 8. Finish Black Ltr 80 9. Signal Red Ltr 20 10. Air Craft Blue Ltr 20 11. Aluminum Ltr 20 12. International Orange Ltr 20 13. Golden Yellow Ltr 10 14. Brown Ltr 10 15. Thinner G.P. Ltr 80

Sd/-

For Director General

For and on behalf of the President of India

Annexures

98

Annexure – IIID – List of Approved Annual Electrical Stores of M.V Sagardeep - II

Sl. No.

Description Unit Quantity

Approved

First Half year

January to June

Second Half year

July to Decembe

r

1. Assorted Legs Nos. 30

2. Battery cell 9V Nos. 03

3. Battery Clip Nos. 04

4. Battery Hydro Meter Nos. 02

5. Battery terminal Connector Nos. 06

6. Bosh Clip Nos. 02

7. Brass nut blot 5mm X 10mm Nos. 02

8. Brass washer 5mm Nos. 02

9. Bulb 12v 35w Nos. 02

10. Bulb 230v 60w pin Nos. 350

11. Bulb 230V 300w Nos. 03

12. Bulb Dark Nos. 08

13. Bed Lamp Nos. 08

14. Cell AAA Nos. 24

15. C.F.L. lamp 11w 2pin Nos. 04

16. C.F.L. Lamp 15w with choke Nos. 01

17. C.R.C. Nos. 07

18. Cable-Different sizes Mtr 250

19. Cable tie Nos. 100

20. Capacitor 2.2MFD Nos. 12

21. Choke 20W Nos. 50

22. Choke 40W Nos. 10

23. Cluster single bulb holder Nos. 02

24. Control Fuse 1A Nos. 20

25. Control Fuse 2A Nos. 12

26. Control glass fuse 3A Nos. 09

27. Control fuse 10A Nos. 08

Annexures

99

Sl. No.

Description Unit Quantity

Approved

First Half year

January to June

Second Half year

July to Decembe

r

28. Control fuse 20A Nos. 12

29. Control glass fuse 500MA Nos. 12

30. Cora Cloth Mtr 08

31. D.P. Switch Nos. 10

32. Distilled Water Ltr 100

33. Electric Putty Kg 01

34. Emergency light fitting U type (BIG) Nos. 02

35. Emergency Light fitting U type (Small)

Nos. 03

36. Emergency Light fitting rectangle Nos. 03

37. Felt for Alternator (1MX2M) Mtr 02

38. Fluorescent lamp 20w Nos. 24

39. Fluorescent lamp 40w Nos. 36

40. Fork type legs 1.5mm Nos. 30

41. Fork type legs 2.5mm Nos. 30

42. Fuse 5A 20mm Nos. 12

43. Fuse 10A 20mm Nos. 12

44. Fuse 315MA 20mm Nos. 12

45. Fuse 315MA 32mm Nos. 10

46. Fuse 500MA 20mm Nos. 10

47. Fuse unit HF 20A Nos. 10

48. Fuse wire 02A Roll 01

49. Fuse wire 05A Roll 01

50. Fuse wire 10A Roll 01

51. Galley hot case bulb Nos. 12

52. Glow lamp 24v Eng. Console Nos. 24

53. Glow lamp 28v Eng. Console Nos. 18

54. H2SO4 Ltr 02

55. HRC Fuse 2A Nos. 12

Annexures

100

Sl. No.

Description Unit Quantity

Approved

First Half year

January to June

Second Half year

July to Decembe

r

56. HRC Fuse 4A Nos. 12

57. HRC Fuse 5A Nos. 24

58. HRC Fuse 6A Nos. 40

59. HRC Fuse 10A Nos. 12

60. HRC Fuse 20A Nos. 18

61. HRC Fuse 100A Siemens Nos. 12

62. HRC Fuse gear offset 02A Nos. 10

63. HRC Fuse gear offset 10A Nos. 10

64. HRC Fuse link HF 20A Nos. 10

65. HRC Fuse link HF 32A Nos. 10

66. HRC Fuse link HF 50A Nos. 10

67. HRC Fuse link offset 20A Nos. 10

68. HRC Fuse link offset 25A Nos. 10

69. HRC Fuse link offset 35A Nos. 10

70. HRC Fuse link offset 50A Nos. 10

71. HRC Fuse link offset 63A Nos. 10

72. HRC Fuse link offset 80A Nos. 10

73. Indication Lamp 12v Nos. 12

74. Indication Lamp 18v Nos. 18

75. Indication Lamp 24v 2w pin Nos. 36

76. Indication Lamp 24v screw Nos. 15

77. Indication Lamp 24v 40MA for eng. Control panel

Nos. 24

78. Indication Lamp 28V 40MA Nos. 17

79. Indication Lamp 30v Nos. 24

80. Indication Lamp 50v Nos. 12

81. Indication Lamp 130v Nos. 53

82. Indication Lamp 230v neon Nos. 06

83. Indication Lamp 250v Nos. 07

Annexures

101

Sl. No.

Description Unit Quantity

Approved

First Half year

January to June

Second Half year

July to Decembe

r

84. Insulation tape Nos. 30

85. Insect flasher tube light 230v 2’ Nos. 10

86. Igniter for sodium vapor lamp Nos. 02

87. Lamp 230v 60w screw Nos. 18

88. Lamp 25v pin type Nos. 09

89. Lamp candle E5 Nos. 09

90. Lamp candle B-12 Nos. 07

91. Lamp candle E-14 Nos. 35

92. Lamp candle E-22 Nos. 47

93. Lamp candle E-27 Nos. 27

94. Lamp fitting bulk head type Nos. 08

95. Lamp holder pin Nos. 12

96. Lamp holder screw Nos. 10

97. LED type LR53GUL Nos. 02

98. LED type LY 53601GUL Nos. 02

99. Legs 10mm Nos. 02

100. Lead lamp fitting with shade Nos. 04

101. Maxi carbon brush Nos. 02

102. Maxi carbon brush holder Nos. 02

103. Modeler switch Nos. 04

104. Mirror lamp 230v Nos. 08

105. Navigational bulb 230v 65w Nos. 24

106. Panel pin Nos. 25

107. Petroleum jelly Kg 02

108. Power contact D rage 3pac 16A Nos. 01

109. Power contact D rage 3pac 25A Nos. 01

110. Silicon sealant Nos. 05

111. Sodium vapor lamp 230v 250w Nos. 03

Annexures

102

Sl. No.

Description Unit Quantity

Approved

First Half year

January to June

Second Half year

July to Decembe

r

112. Sodium vapor lamp choke 250w Nos. 03

113. Sodium vapor lamp ballast 400w Nos. 02

114. Sodium vapor lamp 400w Nos. 03

115. Soldering flux Tin 01

116. Soldering Led Coil 01

117. Starter for tube Nos. 36

118. Strip connector 5A Nos. 02

119. Strip connector 15A Nos. 02

120. Switch 10A for boat Nos. 02

121. Sleeve for cable various size Mtr 03

122. Torch Battery 1.5v D size (Alkaline) Nos. 36

123. Torch bulb 3.6v Nos. 11

124. Torch bulb 3.6w 4.5v Nos. 03

125. Tube Light end holders Nos. 36

126. Tube light starter holders Nos. 24

127. Tube light shade 4 feet U type Nos. 06

128. Tube light shade 2 feet rectangle Nos. 08

129. Tube light shade 2 feet U type Nos. 04

130. Tube light shade 2 feet C type Nos. 06

131. Tube light shade 2 feet single rectangle

Nos. 02

132. UV tube 230v water sterilization Nos. 02

Sd/-

For Director General

For and on behalf of the President of India

Annexures

103

Annexure – IVA – List of Approved Annual Deck Stores of M.V Indira Point

Sl. No.

Description Quantity

Approved Remarks

1 L' Scraper 20 NOS

2 Brasso 01 LITRS

3 Broom Hard 14 NOS

4 Broom Soft 16 NOS

5 Cardium Compund 20 NOS

6 Chalk 1 BOX

7 Chipping Hammer 20 NOS

8 Chlorine 20 LITR

9 Dog Leg Brush 1" 20 NOS

10 Dog Leg Brush 2" 20 NOS

11 Flat Paint Brush 3" 06 NOS

12 Leather Gloves 10 NOS

13 Rubber Gloves 12 PAIR

14 Cotton Dotted Gloves 100 PAIR

15 Nylon Brush With Handle 10 NOS

16 Roller Paint Brush 1" 10 NOS

17 Roller Paint Brush 2" 10 NOS

18 Roller Paint Brush 4" 30 NOS

19 Safety Goggles 20 NOS

20 Safety Shoes 34 NOS

21 Scoopes 10 NOS

22 Wire Brush 20 NOS

23 Acid Hcl 20 LITER

24 Artist Brush 02 NOS

25 Boiler Suits(Small Med Excel) 68 NOS

26 Fish Oil 20 LITER

27 Industrial Safety Helmet 17 NOS

28 Marlins Spike 02 NOS

29 Bulldog Grip 12 NOS

30 Mooring Rop(48 Mm)

NIL (As & When Required As Replacement)

31 Gum Boots 02 NOS

32 Marlin Bundles 01 ROLL

33 Oil Spill Dispersant 17 LITERS

34 Tyre Fender 04 NOS

35 Ordinary Cement 25 KG

36 Pilot Ladder Rubber Steps 04 NOS

37 Pp Rope Various Sizes NIL (As & When Required As

Annexures

104

Sl. No.

Description Quantity

Approved Remarks

Replacement)

38 Pilot Ladder Wooden Steps 02 NOS

39 Pilot Ladder Winnets 24 NOS

40 Steel Wool 04 NOS

41 Baygon Sprey(Or Hit) 18 NOS

42 Bleaching Powder 12 PCKTS

43 Dish Wash Brush 12 NOS

44 Dish Wash Liquid(Pril) 40 NOS

45 Glass Cleaning Liquid 6 LITRE

46 Bacteria Friendly Toilet Cleaner 30 NOS

47 Liquid Cleaner Bleach 20 NOS

48 Odonil 100 NOS

49 Toilet Paper 08 PKTS

50 Phenyl 60 LITRE

51 Plunger With Handle 10 NOS

52 Room Refreshner 40 NOS

53 Scoch Brite 2 NOS

54 Scrub Brush 1 NOS

55 Teepol(Liquid Soap) 100 LITRES

56 Toilet Brush 18 NOS

57 Toilet Soap(Lux) 500 NOS

58 Vim Powder 50 KG

59 Wash Basin Brush 10 NOS

60 Washing Powder 200 Nos

61 Washing Soap(Rin) 01 Box

62 Flit(Pesticide) 03 LITRE

63 Garbage Bags 1000 NOS

64 Washing Soda 01 Kg

65 Apron Cotton 02 NOS

66 Apron Leather 02 NOS

67 Dinner Plate 50 NO'S

68 Side Plate 50NO'S

69 Water Glass 50NO'S

70 Tea Tray 04 NO'S

71 Tea Cup And Saucer 04 DOZEN

72 Coffe Mug 24 NO'S

73 Spoon 12Nos.

74 Fork 12Nos.

75 Knife 12Nos.

76 Dessert Bowl 14 NO'S

Annexures

105

Sl. No.

Description Quantity

Approved Remarks

77 Desert Spoon 14 NO'S

78 Curry Bowl 14 NO'S

79 Serving Spoon 06 NOS

80 Butter Knife 04 NO'S

81 Jam Knife 04 NO'S

82 Finger Bowl 12 NO'S

83 Soup Bowl 12 NO'S

84 Soup Spoon 12 NO'S

85 Chain Gloves 04 NO'S

86 Baking Gloves 02 NO'S

87 Casserol 04 NO'S

88 Knife Set Full 01 NOS

89 Potato Peeler (Portable)

NIL (As & When Required As Replacement)

90 Lemon Squeeser 01 NOS

91 45 Litre Foam Refill 01 NOS

92 09 Litre Foam Refil With Co2 Cartridges 04 NOS

93 Battery(Aaa Size) 04 STRIP

94 Battery D Size 1.5 V 38 NOS

95 Battery Aa Size 17 NOS

96 Dcp Refill With Co2 Cartridges 08 NOS

97 Dust Bin 10 NOS

98 Fire Hydrent Washer 03 NOS

99 Siezing Wire (Copper) 03 NOS

100 Sopep Sand 06 BAGS

101 Water Co2 Cartridges 18 NOS

102 Wd40 Sprey 01 NOS

103 White Cemnet 15 KGS

104 Blue Top Coat 55210 (30100) 100 LTRS

105 Green Top Coat 55210 (40640) 200 LTRS

106 White Top Coat 55210(10000) 160 LTRS

107 Signal Red Top Coat (50800) 20 LTRS

108 Red Top Coat (50630) 20 LTRS

109 Black Top Coat-(19990) 40 LTRS

110 Yellow Topcoat-(20300) 10 LTRS

111 Grey Top Coat (11480) 60 LTRS

112 Machinery Green (40980) 20 LTRS

113 OFF WHITE FW TNK 85671(11630)100µ

114 Silvium 51570(19000) 20 LTRS

Annexures

106

Sl. No.

Description Quantity

Approved Remarks

115 Silicon Aluminium 56914(19000) 20 LTRS

116 Hempalin Enamel White 52140 (10000) 100 LTRS

117 Hempalin Enamel Green 52140 (40640) 60 LTRS

118 UNDER COAT RED 45880 (50630)150µ

119 UNDER COAT GREY 45880 (11480)150µ

120 UNDER COAT RED 45880 (50630) 125µ 40 LTRS

121 UNDER COAT GREY 45880 (11480)125µ 40 LTRS

122 UNDER COAT RED FW TNK 85671 (50900)100µ

123 UNDER COAT RED 12050(50410)50µ 20 LTRS

124 UNDERCOAT GREEN 12050(40760)50µ 20 LTRS

125 Thinner 08450 60 LTRS

126 Thinner 08080 60 LTRS

127 Thinner 08230 20 LTRS

128 Ball Pen (Black) 30 NOS

129 Ball Pen(Blue) 15 NOS

130 Ball Pen(Red) 03 NOS

131 Box File 05 NOS

132 Brown Sheet Paper 02 ROLL

133 Cellotape Paper 04 ROLL

134 Envelope Paper(Ord) 60 NOS

135 Fevi Stick 05 NOS

136 Flat Office File 13 NOS

137 Gum In Tube 03 NOS

138 Highliter Pen 10 NOS

139 M. Envelope Cloth A3 50 NOS

140 M. Envelope Cloth A4 50 NOS

141 Masking Tape(Brown) 04 ROLL

142 Med/Small Files 05 NOS

143 Note Book 200 Pages 12 NOS

144 Paper Clips 02 BOX

145 Paper Hole Punch 01 PIECE

146 Paper Knife 03 NOS

147 Paper Pins 02 BOX

148 Parellel Ruler NIL (As & When

Annexures

107

Sl. No.

Description Quantity

Approved Remarks

Required As Replacement)

149 Pencil 2b 20 NOS

150 Pencil Eraser 20 NOS

151 Hb Pencil 20 NOS

152 Pencil Sharpner 03 NOS

153 Permenant Marker 06 NOS

154 Plastic Ruler 03 NOS

155 Register 200 Pages 6 NOS

156 Sat-C Telex Catridge 02 NOS

157 Scissors Office Use 01 NOS

158 Double Side Tape 06 PCS

159 Scotch Tape 03 ROLL

160 Scribbling/Writing Pad 05 NOS

161 Stapler 01 NOS

162 Staples 02 BOX

163 Stock Register 01 NOS

164 Tally/Pocket Book 15 NOS

165 Typing Paper A4 (Jk) 06 REAMS

166 White Correction Fluid(Pen) 04 BOTTLES

167 White Board Marker 05 NOS

168 A3 Paper 01 REAM

169 Carbon Paper 01PKTS

170 Cello Tape Dispenser 01 PIECE

171 Chart Correction Pen 01 PIECE

172 Clour Pencil 01 SET

173 Drawings/Thumb Pin 01 BOX

174 Duster(White Board) 01 NOS

175 Navetex Printer Paper 10 ROLL

176 Needle Stitching 01 SET

177 Note Book Small 08 NOS

178 Plastic Folders 06 NOS

179 Sketch Pen 01 SET

Sd/-

For Director General

For and on behalf of the President of India

Annexures

108

Annexure – IVB – List of Approved Annual Engine Stores of M.V Indira Point

Sl. No.

Description Quantity

Approved Remarks

1 Accetylene Bottle 2 NOS

2

Adaptors Various Size Male, Female As Per Sample (Brass)

18 NOS

3

Adaptors Various Size Male, Female As Per Sample (M.S)

18 NOS

4 Anobond (60ml) 4 NOS

5 Araldite (180gm) 2 PKTS

6 Asbestos Mat 1.2m Wid 5 MTR

7 Battery (Aa) 1.5v 24 NOS

8 Bilge Cleaner 120 LIT

9

Bolt & Nut

A) 3 Mm X 70 Mm 24 NOS

B) 5 Mm X 70 Mm 24 NOS

C) 6 Mm X 70 Mm 24 NOS

D) 8 Mm X 70 Mm 24 NOS

E) 10 Mm X 70 Mm 24 NOS

F) 12 Mm X 70 Mm 24 NOS

G) 14 Mm X 70 Mm 24 NOS

H) 17.5 Mm X 70 Mm 24 NOS

10 Brazing Flux 1 TIN

11 Brazing Rod 3 Mm X 700 Mm 1 PACKET

12 Broom 12 NOS

13 Brush (Dog Leg) 1” 6 NOS

14 Brush (Dog Leg) 2” 6 NOS

15 Brush (Flat) 1” 6 NOS

16 Brush (Flat) 2” 6 NOS

17 Brush (Flat) 3” 6 NOS

18 Brush (Flat) 4” 6 NOS

19 Brush (Roller) 2” 6 NOS

20 Brush (Roller) 4” 6 NOS

21 Bucket (G.I) 1 NOS

22 Bucket (Plastic) 20 Lts 6 NOS

23 Cane 1.5 Meter 2 NOS

Annexures

109

Sl. No.

Description Quantity

Approved Remarks

24 Chalk Piece 1 BOX

25 Chloride Test Kit 8 NOS

26 Copp. Washer (Assort) 2 BOX

27 Copper Pipe ( As Per Sample) 6 MTR

28 Copper Pipe ¼” 6 MTR

29 Copper Pipe 10mm 6 MTR

30 Copper Rod 6 Mm X 1.5 Mtr

NIL (As & when required as

replacement)

31 Copper Rod 8 Mm X 1.5 Mtr NIL (As & when

required as replacement)

32 Cordobond 1 SET

33 Cotton Rags 400 KG

34 Cotton Waste 100 KG

35

Coupling Pad (Love Joy) NIL (As & when required as

replacement)

(As Per Sample)

36

Coupling Pad (Spider) NIL (As & when required as

replacement)

(As Per Sample)

37 Cycle Tube 12 NOS

38 Detergent Powder 60 KG

39 Devcon (Brass) 0.5 KG

40 Devcon (Steel) 0.5 KG

41 Emery Cloth Fine 6 NOS

42 Emery Cloth Fine 1 ROLL

43 Emery Cloth Rough (Roll) 1 ROLL

44 Emery Cloth (Smooth) 6 NOS

45 Emery Paper (Smooth) 1 ROLL

46 Fibre Glas Tape Cardo 1 ROLL

47 Freon (R404a) Gas

NIL (As & when required as

replacement) 48 Funnel (Pvc) Big 3 NOS

49 Funnel (Pvc) Small 3 NOS

50 Garbage Bags 450 NOS

51 Gasket Rub. Reine 3 Mm X 2 Mtr 2 MTR

Annexures

110

Sl. No.

Description Quantity

Approved Remarks

52 Gasket Rub. Reine 1.5 Mm X 5 Mtr 4 MTR

53 Gland Packing ¼” Tefflon 1 KG

54 Gland Packing ½” 1 KG

55 Gland Packing 3/8” 1 KG

56 Gland Packing 8mm 1 KG

57 Glass Plain (Weld) 6 NOS

58 Gloves (Antikoit) 50 PAIR

59 Gloves (Cotton) 50 PAIR

60 Gloves (Cotton Leather Half) 24 NOS

61 Gloves Leather Welds 6 PAIR

62 Grease Gun Light Duty 1 NOS

63 Grinding Wheel (Axial) 6 NOS

64 Hacksaw Blade H S S 24 Tpi 12 NOS

65 Hacksaw Blade (24 Tpi) 12 NOS

66 Holdite (100gms) 2 TIN

67 Hose (Plastic) 1” 30 Mtr 1 ROLL

68 Hose (Pvc) ½” 30 Mtr 1 NOS

69 Hose (As Per Sample) 1 ROLL

70 Hose Clip (Assort) (S.Steel) 60 NOS

71 Hose Clip 12 Mm 24 NOS

72 Hose Clip 25 Mm 24 NOS

73 Hose Clip 32 Mm 24 NOS

74 Hose Connector ½” 4 NOS

75 Hose Connector 1’ 4 NOS

76 Hose Connector 1 1/2” 4 NOS

77 Hose Nipple ½” 4 NOS

78 Hose Nipple 1” 4 NOS

79 Hose Nipple 1 1/2” 4 NOS

80 Joint (Klin) 5.5 X 5.5 M 1 NOS

81 Loctite (60 Ml) 5 NOS

82 Liquid Soap 60 LTR

83 Manila Rope 12 Mm 2 KG

84 Manila Rope 8 Mm 2 KG

85 Mesh (G.I) 4.5 X 0.9 M 1 ROLL

86 Molykote Grease 1 KG

Annexures

111

Sl. No.

Description Quantity

Approved Remarks

87 Molykote H.T Paste 1 KG

88 Mops With Handle 15 NOS

89 M-Seal 2 KG

90 Neoprine Sheet (1.5mm X1m X 5m) NIL (As & when

required as replacement)

91 Nipples Various Size As Per Sample 18 NOS

92 Nitrate Test Kit 6 NOS

93 Nut & Bolt Assorted Sizes 150 NOS

94 Oil Finding Paste 6 TIN

95

Oil-Joint (Asbestos) Various Thickness Size 1 M X 1 M

3 NOS

96 Oxygen Bottle 4 BTL

97 Packing Sheet 1 Mm, 2 Mm 2 NOS

98 Phenophthalene 90 Ml 1 BTL

99 Pipe Cleaning Brush (L) 2 NOS

100 Pipe Cleaning Brush (S) 2 NOS

101 Plastic Bottle 01 Litre For Lube Oil Sample 24 NOS

102 Plate Washer Various Size 60 NOS

103 Plastic Mug 01 Ltr 6 NOS

104 Plastic Brush For Condenser Cleaning ½” & ¾” 4 NOS

105 Red Silicon Sealent 2 TUBE

106 Reducers Various Size As Per Sample NIL (As & when

required as replacement)

107 Rocor Water Solution 300 LTR

108 Rubber Cord Various Dia 20 MTR

109 Rubber Joint (Neo) 3mm (1m X1m) 1 NOS

110 S.S.Mesh (10 Mm) 9 M X 1 M 1 ROLL

111 Sand Paper 24 NOS

112

Scissors For Gasket Cutting (Good Quality Heavt Duty)

1 NOS

113 Silicon Sealent 2 NOS

114 Slate Pencil (Weld) 1 PKT

115 Spark Lighter 2 NOS

116 Sponge (Felt) 1 M X 5 M 10 NOS

Annexures

112

Sl. No.

Description Quantity

Approved Remarks

117 Spring Washer (Assorted) 60 NOS

118 Tefflon Tape 30 NOS

119 Tape Double Sided 2 ROLL

120 Teepol 60 LTR

121 Valve Lapping Paste (Fine And Coarse) 1 TIN

122

(V-Belt Various Sizes) NIL (As & when

required as replacement)

Accomodation Ahu – Xpa1600

Ecr Ac Unit- A48 13x1220li

123 W.D 40 15 NOS

124 Water Finding Paste 6 NOS

125 Wax (Putty) 250 GM

126 Washer For Tap Spindle 1 PKT

127

Welding Rod (M.S)

A) 2.5 Mm X 450 Mm 2 PKT

B) 3.15 Mm X 450 Mm 2 PKT

C) 4 Mm X 450 Mm 2 PKT

Welding Rod Cast Iron

A) 2.5 Mm X 350 Mm 1 PKT

128 Wire 2 Mm Galvanized 2 NOS

129 Wire Brush (Steel) 24 NOS

130 Wire Mesh (Brass) 2 Mm 2 MTR

131 ZINC ANODE ROD 1” O X 12” 1 NOS

132 ZINC ANODE ROD 1 ½” O X 12” 1 NOS

133 Strap Wrench 4 NOS

134 Ear Muffs 10 NOS

135 Dust Mask 50 NOS

136

Copper Plate (1m*1m) 1 NO. each

2 Mm Thick

137 Cutting Disc (Wheel) 10 NOS

138 Mop Bucket With Roller Squeezers 4 NOS

139 Safety Goggles 10 NOS

140 Assorted O-Ring Box 2 NOS

141 Catridge For Blow Lamp ( Soldering Lamp) 2 NOS

Annexures

113

Sl. No.

Description Quantity

Approved Remarks

142 Puffing Wheel (For Portable Hand Grinder) 6 NOS

Sd/-

For Director General

For and on behalf of the President of India

Annexures

114

Annexure – IVC – List of Approved Annual Electrical Stores of M.V Indira Point

Sl. No. Description Quantity

Approved Remarks

1 Assorted Legs 30 NOS

2 Battery Clip 4 NOS

3 Battery Hydro Meter 2 NOS

4 Battery Terminal Connector 6 NOS

5 Bosh Clip 2 NOS

6 BRASS NUT BOLT 5MM X 10MM 2 NOS

7 Brass Washers 5mm 2 NOS

8 Bed Lamp

2 NOS

( As Per Sample)

9 Cell Aa 24 NOS

10 C.F.L. Lamp 7 W 2 Pin

50 NOS

(As Per Sample)

11 C.F.L. Lamp 18 W 2 Pin 100 NOS

12 C.R.C 7 NOS

13 Cable-Different Sizes 90 MTR

14 Cable Tie 90 NOS

15 Ballast (As Per Sample) 20 NOS

16 Ballast ( As Per Sample) NIL

17 Control Fuse 1 A 1 Pkt.

18 Control Fuse 2 A 2 Pkt.

19 Control Glass Fuse 3 A 1 Pkt.

20 Control Fuse 10 A 1 Pkt.

21 Control Fus E20 A 12 NOS

22 Control Glass Fuse 500 Ma 12 NOS

23 Cora Cloth 8 MTR

24 D.P Switch 10 NOS

25 Distilled Water 60 LTR

26 Electric Putty 1 KG

Annexures

115

Sl. No. Description Quantity

Approved Remarks

27 Felt For Alternator (1 M X 2 M) 2 MTR

28 Fluorescent Lamp 20 W (As Per Sample) 100 NOS

29 Fluorescent Lamp 18 W ( As Per Sample)

100 NOS

30 Fork Type Legs 1.5mm 30 NOS

31 Fork Type Legs 2.5mm 30 NOS

32 Fuse 5 A 20mm 12 NOS

33 Fuse 10 A 20mm 12 NOS

34 Fuse Wire 02a 1 ROLL

35 Fuse Wire 05a 1 ROLL

36 Fuse Wire 10a 1 ROLL

37 Glow Lamp Eng.Console 18 NOS

38 H2so4 2 LTR

39 Glass Fuse Hrc 2a 12 NOS

40 Glass Fuse Hrc 4a 12 NOS

41 Glass Fuse Hrc 5a 24 NOS

42 Glass Fuse Hrc 6a 30 NOS

43 Glass Fuse Hrc 10a 12 NOS

44

Indication Lamp

18 NOS

LED M22 12-30V, 5-14 Ma RED

45 Indication Lamp Led

36 NOS

M22 230V AC, 5-15 Ma

46

Indication Lamp

15 NOS

Led Xb7-Evo-Mpn

230v Ac, Schneider Electric

47 Indication Lamp

25 NOS

LED ZBV-M1 230V AC 14ma WHITE

48 Indication Lamp

17 NOS

Led Zbv-M3 230v Ac

Annexures

116

Sl. No. Description Quantity

Approved Remarks

14ma GREEN

49

Indication Lamp

24 NOS

Led Zbv-M4 230v Ac

14ma RED

50

Indication Lamp

12 NOS

Led Zbv-M5 230v Ac

14ma YELLOW

51 Indication Lamp

15 NOS

LED , 24 V DC , 9 Ma,

52 Indication Lamp

6 NOS

Panel Led (22m), 230 V, 50 Hz

53 Indication Lamp

20 NOS

Msb Indication

54 Insulation Tape 30 NOS

55 Insect Flasher Tubelight 230v 10 NOS

56 Igniter For Sodium Vapour Lamp 2 NOS

57 Lamp 230v 60w Screw (E-27) 100 NOS

58 Lamp Fitting Bulk Head Type 4 NOS

59 Lamp Holder Pin

10 NOS

(As Per Sample)

60 Lamp Holder Screw

10 NOS

(As Per Sample)

61 Led Type Lr53gul 2 NOS

62 Led Type Ly53601gul 2 NOS

63 Legs 10mm 2 NOS

64 Mixy Carbon Brush 8 NOS

65 Mixy Carbon Brush Holder 2 NOS

66 Moduler Switch

10 NOS

(As Per Sample)

Annexures

117

Sl. No. Description Quantity

Approved Remarks

67 Petroleum Jelly 1 KG

68 Silicon Sealent 5 NOS

69 Sodium Vapour Lamp 230v 250w

10 NOS

(As Per Sample)

70 Sodium Vapour Lamp Choke 250w 2 NOS

71 Sodium Vapour Lamp Ballast 400w

2 NOS

(As Per Sample)

72 Sodium Vapour Lamp 400w

4 NOS

(As Per Sample)

73 Soldering Flux 1 TIN

74 Soldering Led 1 COIL

75 Starter For Tubelight 2 Pkt

76 Strip Connector 5a 2 NOS

77 Strip Connector 15a 2 NOS

78 Sleeve For Cables Various Sizes 3 MTR

79 Tube Light End Holders

20 NOS

(As Per Sample)

80 Tube Light Shade 2 Feet C Type

6 NOS

(As Per Sample)

81 Tube Light Shade 2 Feet Single

2 NOS

(As Per Sample)

82 Uv Tube 230v

2 NOS

(As Per Sample)

83

Bed Light

40 NOS

Tl 8w\830 220v

(As Per Sample)

84 Bathroom Light 50 NOS

Sd/-

For Director General

For and on behalf of the President of India

Annexures

118

Annexure – VA – List of Approved Annual Engine Stores of M.V Deepstambth - II

Sl. No.

Items Quantity

Approved Remarks

1. Cutting Pliers 200mm 1No.

2. Torch Cell 1.5D 06Nos.

3. Jubilee Clip 19mm 12Nos.

4. Jubilee Clip 25mm 12Nos.

5. Jubilee Clip 40mm 12Nos.

6. Jubilee Clip 32mm 12Nos.

7. Jubilee Clip 50mm 12Nos.

8. Jubilee Clip 65mm 12Nos.

9. Jubilee Clip 75mm 12Nos.

10. Hydro Meter 01Nos.

11. 10Ltr Can 01Nos.

12. 5Ltr Can 01Nos.

13. Kacksaw Blade 12Nos.

14. Grease Gun with Flexible Hose 01Nos.

15. Oil can for Lubricating 03Nos.

16. Plastic Hose 25mm size

17. Barrel pump 01Nos.

18. Tin cutter 12” 01Nos.

19. Scissor Heavy Duty 01Nos.

20. S.S. Scale 12” 01Nos.

21. S.S. Scale 01mtr 01Nos.

22. S.S. Scale 01mtr 01Nos.

23. Inside Caliper 9”

24. Outside caliper 9”

25. Measuring tape 5mtr 01Nos.

26. Divider 9”

27. Scrapper 06Nos.

28. 2 Lug Puller 9”

Annexures

119

Sl. No.

Items Quantity

Approved Remarks

29. 3 Lug Puller 12”

30. Plastic Funnel Big 04Nos.

31. Plastic Funnel small 02Nos.

32. Binding Wire 2mm thick 01Kg

33. Cycle Tube used 40Nos.

34. Wire Brush 08Nos.

35. Rustoline 05Ltr

36. Shellack compound 60ml 04Btl

37. Arldite 180gm 02Pkt

38. Hose clamp ½” 12Nos.

39. Water Finding Paste 20gm 01Nos.

40. Fuel Finding Paste 20gm 01Nos.

41. ‘V’ Belt B72 02Nos.

42. ‘V’ Belt A52 02Nos.

43. ‘V’ Belt A48 02Nos.

44. Moseal 1/2Kg

45. Plate Washer (Assorted) 0.5Kg

46. Spring Washer (Assorted) 0.5Kg

47. Split Pin

48. M.S. Nut & Bolts 6mm 24mm 02Kg

49. Copper Pipe ¼”

50. Flaring Tool

51. Grease EP02

52. Freon Gas 022 10Kg

53. Cotton rags 100Kg

54. Hand cleaner 05Kg

55. W.D. 40 06Nos.

56. Teflon Tapes 24Nos.

57. Oil Pan 1Ltr

Annexures

120

Sl. No.

Items Quantity

Approved Remarks

58. Oil Pan 2Ltr

59. Neoprene Joint 3mm 01Sheet

60. Neoprene Joint 1.5mm 01Sheet

61. Neoprene Joint 5mm 01Sheet

62. Oil Joint 3mm 01Sheet

63. Oil Joint 2mm 01Sheet

64. Paper Joint 01Sheet

65. Copper Washer (Assorted) 01Box

66. S.S Nut & Bolts (Assorted) 01Kg

67. ‘V’ Belt A033 06Nos.

68. ‘O’ Ring (Assorted) 01Box

69. Hose Clip3/4” Heavy Duty 06Nos.

70. Hose Clip1” Heavy Duty 06Nos.

71. Hose Clip 2” Heavy Duty 06Nos.

72. Hose Clip 4” Heavy Duty 06Nos.

73. Vacuum Gauge /2” BSP

74. Plastic Bucket 20ltr cap 06Nos.

75. Cotton Mop with handle 06Nos.

76. Anabond202 60ml 01Btl

77. Feviquick 60ml 01Btl

78. Silicon Sealant 06Nos.

79. Teepol 30Ltr

80. Broom with Scoop 02Nos.

81. Painting Brush Roller 2” 06Nos.

82. Painting Brush flat 2” 06Nos.

83. 2” size hose NR

84. Emery Cloth smooth (mtr) 01Roll

85. Emery Cloth Rough (mtr) 01Roll

86. Valve grinding paste 400gm NR

Annexures

121

Sl. No.

Items Quantity

Approved Remarks

87. Valve Grinding paste 400gm NR

88. Cotton Gloves 24Pair

89. Scrapper NR

90. Putty Blade 03Nos.

91. Rechargeable Torch 03Nos.

92. Grinding Wheel 06Nos.

93. Cutting Wheel 12Nos.

94. Seizing Wire GI 01Kg

95. Hose 20mm size 20Mtr

96. FO Sounding Tape 02Nos.

97. Flat File 01Nos.

98. Drill set 1 to 12mm 01Set

99. Thread Gauge NR

100. Insulation Tape Red 06Nos.

101. Insulation Tape Yellow 06Nos.

102. Insulation Tape Blue 06Nos.

103. Cable Tie 50mm 02Pkt

104. Cable Tie 100mm 02Pkt

105. Tube Light 20w 220v 30Nos.

106. Bulb 60w 220v (Pin type) 20Nos.

107. Bulb 60w 220v, screw type 20Nos.

108. Halogen Lamp set 500w 220v 02Set

109. Halogen Lamp 500w 220v 01Nos.

110. Tube Light Ballast 20w 220v 06Nos.

111. Tube Light starter 110v 24Nos.

112. Klint Spray 06Nos.

113. CRC Spray

114. Indicator Lamp 24Nos.

115. 3Pin socket with plug NR

Annexures

122

Sl. No.

Items Quantity

Approved Remarks

116. Cable Leg (Assorted) 01Box

117. Tube Light Holder 12Nos.

118. Water proof bulb fittings NR

119. Electrical Putty 01Pkt

120. Screws Assorted 01Box

121. 24v DC bulb holder 10Nos.

122. Petroleum Jelly 0.250gm

123. Distilled water 100ltr

124. Soldering Lead 01Roll

125. Screw Driver 01Set

126. Lead lamp 02Nos.

127. Fire Blanket 01Nos.

128. Bulb Remover 01Nos.

129. Ball Pen black 12Nos.

130. Ball Pen Blue 12Nos.

131. Pencil 01Box

132. Sharpener 02Nos.

133. Eraser 03Nos.

134. Whitener pen 02Nos.

135. Whitener 02Nos.

136. Steel Rule NR

137. Hole Punch NR

138. Stapler 01Nos.

139. Paper File 12Nos.

140. Scissor 01Nos.

141. Pin 01Box

142. Gum Fevi-stick 03Nos.

143. A4 size paper 500nos. 02Ream

144. A4 size envelop 12Nos.

Annexures

123

Sl. No.

Items Quantity

Approved Remarks

145. Permanent Marker Red 02Nos.

146. Permanent Marker Blue 02Nos.

147. Permanent Marker Black 02Nos.

148. High Lighter 02Nos.

149. Carbon Paper 01Box

150. Register 200pages 06Nos.

151. Register 100pages 06Nos.

152. Pocket Book 06Nos.

153. Calculator 01Nos.

154. Paper Cutter 04Nos.

155. Cello Tape 02Nos.

156. Masking Tape 02Nos.

157. Brown Paper roll 02Nos.

158. Stamp Pad 02Nos.

159. Stencil 02Set

160. Contactor 3pole 415v 16Amp NR

161. Contactor 3pole 415v 20Amp NR

162. Contactor 3pole 415v 32Amp NR

163. Contactor 3pole 415v 40Amp NR

164. Contactor 3pole 415v 63Amp NR

165. Fuse 2Amp 12Nos.

166. Fuse 6Amp 12Nos.

167. Fuse 10Amp 12Nos.

168. Fuse 16Amp 12Nos.

169. Fuse 20Amp 12Nos.

170. Fuse 32Amp 12Nos.

171. Fuse 63Amp 12Nos.

172. Wire Stripper 6” 01Nos.

173. Insulated Rubber Gloves 01Pair

Annexures

124

Sl. No.

Items Quantity

Approved Remarks

174. Cora Cloth 10Mtr

175. Bearing Grease 10Kg

176. Fevicol SR 01Kg

177. Red Silicon Sealant 01Grm

178. Ear Plug 12Pair

179. Steel Putty 01Kg

180. Blade SS 12Nos.

181. Rubber Cod (Assorted) 01Mtr

182. Gland Packing 30mm 01Mtr

183. Gland Packing 6,8,10mm

01mtr

184 01mtr

185. Ear Muff 03Nos.

186. Electro Cleaner 05Ltr

187. Cotton Rag (Baniyan Cloth) 100Kg

A/E Consumables

188. Fuel Oil Filter (Primary & Sec.) 12Set

189. LO Filter 12Nos.

190. Air Filter 02Nos.

191. Coolant 15Ltr

M/E Consumables

192. LO Filter 06Set

193. FO Filter 08Nos.

194. Bypass Filter 02Nos.

195. Coolent 02Ltr

196. Air Filter 02Nos.

Sd/-

For Director General

For and on behalf of the President of India

Annexures

125

Annexure – VB – List of Approved Annual Deck Stores of M.V Deepstambth - II

Sl. No.

Items Quantity

Approved Remarks

1. Ball Pen blue 20Nos. 2. Ball Pen Black 40Nos. 3. Ball Pen red 12Nos. 4. Marker Pen red 04Nos. 5. Marker pen black 08Nos. 6. Pencil 2B 02Pkt 7. Pencil HB 02Pkt 8. Sharpener 04Nos. 9. Paper Knife 04Nos.

10. A4 Paper 06Ream 11. Carbon Paper 02Ream 12. Paper Punch 02Nos. 13. Stapler 04Nos. 14. Stapler Pins 03 Box 15. Ink Pad 02Nos. 16. Correction Pen 04Nos. 17. Eraser 12Nos. 18. Correction Fluid 04Nos. 19. Cello Tape 08Nos. 20. Masking Tape 08Nos. 21. Envelop Postal 48Nos. 22. Envelop Postal Big A4 48Nos. 23. No. 10 Pocket Book- Note 18Nos. 24. Laminated Brown Paper 04Roll 25. Gum Bottle 04Nos. 26. Office File Laminated 12Nos. 27. Register Long Ruled 192Pages 12Nos. 28. Register Long Ruled Med. 06Nos. 29. Dust Mask 48Nos. 30. Dry Cell 1.5V D Size 24Nos. 31. Dry Cell 1.5V AA Size 24Nos. 32. Dry Cell 1.5V AAA Size 24Nos. 33. Printer Cartridge 06Nos. 34. Calculator 02Nos. 36. Box File 02Nos. 37. SS Ruler 1Feet 01Nos. 38. Scissor Medium 02Nos. 39. A4 Plastic Folder 24Nos. 40. Rubber Band 01Pkt 41. Insulation Tape NR 42. Chart Correction pen 02Nos. 43. Bath Soap Lux 125gm 360Nos. 44. Bath Soap Lux 75gm 60Nos. 45. Surf Excel 1/2Kg 120Nos. 46. Surf Excel 200gm DLL 40Nos. 47. Rin Detergent 250gm 60Nos. 48. Vim Detergent 250gm 24Nos.

Annexures

126

Sl. No.

Items Quantity

Approved Remarks

49. Napkin 120Nos. 50. Tooth Pick 08Pkt 51. Phenyl 24Ltr 52. Liquid Floor Cleaner 24Ltr 53. Odonil 14Nos. 54. Naphthalene Balls 04Kg 55. Mug 750Ml 20Nos. 56. Plastic Bucket 10Ltr NR 57. Plastic Bucket 20Ltr 12Nos. 58. Torch Big 05Nos. 59. Saw Dust 02Bag 60. Sounding Rod with Rope 01Nos. 61. Haliyard Rope/Hoisting Rope 01Coil 62. Dranex 48Pkt 63. Stencil (S,M, L) 01Set 64. Soft Broom 12Nos. 65. Hard Broom 06Nos. 66. Cotton Mop with Handle 14Nos. 67. Hit Spray 24Nos. 68. Plastic Scoop 12Nos. 69. Dust Bin 06Nos. 70. Room Freshener 24Nos. 71. Harpic 36Nos. 72. Vaccum Stick for Drains 06Nos. 73. Glass Tumbler 36Nos. 74. Garbage Bag 400Nos. 75. Dish Wash Liquid 36Nos. 76. Hand Wash Liquid 36Nos. 77. Glass Cleaner 02Nos. 78. Cleaning Brush Hard 12Nos. 79. Cleaning Brush Soft 06Nos. 80. Apron 02Nos. 81. Wiper 02Nos. 82. Toilet Brush 36Nos. 83. Cotton Glouse 96Pairs 84. Leather Glouse 08Pairs 85. Floor Cleaner 06Nos. 86. Plastic Scrub 50Nos. 87. Steel Scrub 52Nos. 88. Kitchen Cloth 48Nos. 89. Garbage Bag Small 100Nos. 90. Deck Brush 08Nos. 91. Bleaching Powder 02Kg 92. Washing Soda 02Kg 93. Chopping Pad 02Nos. 94. Curry Serving Bowl 12Nos. 95. Idiyappam Maker 01Nos. 96. Plastic Container (5 & 10Kg) 04Nos. 97. Tea Mugs 02Nos.

Annexures

127

Sl. No.

Items Quantity

Approved Remarks

98. Tea Kettle 04Nos. 99. Coconut Scrapper 04Nos.

100. Tea Steiner 04Nos. 101. Quarter Plate 12Nos. 102. Dinner Plates 24Nos. 103. Spoon 12Nos. 104. S S Fork 24Nos. 105. Side Plates 0 106. Glass Tumbler 0 107. Cup & Saucers 24Nos. 108. Serving Spoons 03Nos. 109. Salt Paper Containers 02Nos. 110. Pressure Cooker 11Ltr 01Nos. 111. Pressure Cooler 3Ltr 01Nos. 112. Frying Pan 18” 02Nos. 113. Kitchen Knife 12Nos. 114. Butcher Knife 02Nos. 115. Vegetable Knife 04Nos. 116. Rice Cutter 03Nos. 117. Electric Tea Kettle 01Nos. 118. Mixer Grinder 01Nos. 119. Soup Bowls & Spoons 12Nos. 120. Door Mat Rubber 04Nos. 121. Door Mat Coir 20Nos. 122. Door Mat Cotton 20Nos. 123. Steel Knife 12Nos. 124. Peeler 08Nos. 125. Lemon Squeezer 01Nos. 126. Bath Towel 24Nos. 127. Bath Towel Color 24Nos. 128. Face Towel 24Nos. 129. Bed Sheet 30Nos. 130. Counter Pane 24Nos. 131. Plastic Sheet for Table NR 132. Pillow Cover 48Nos. 133. Blanket 06Nos. 134. Indent Book 04Nos. 135. Meal Voucher Monthly 04Nos. 136. GMDSS Log Book 06Nos. 137. Deck Log Book 04Nos. 138. Log Book Form 1 12Nos. 139. Log Book R/T 03Nos. 140. Daily Meal Voucher 02Nos. 141. Form 8 Spare Part Monthly Receipt 02Nos. 142. Navtex Printer Paper Roll 03Roll 143. SAT ‘C’ Paper White 06Roll 144. Ensign Flag 02Nos. 145. National Flag 02Nos.

Paint & Painting Tools

Annexures

128

Sl. No.

Items Quantity

Approved Remarks

146. Deck Green 90Ltr 147. White Interlac 150Ltr 148. Surf Grey 80Ltr 149. Dark Grey 20Ltr 150. Black 40Ltr 151. P.O. Red 20Ltr 152. Sky Blue 08Ltr 153. Orange 10Ltr 154. Coffee Brown 04Ltr 155. Primer Red Oxide 120Ltr 156. Enamel Grey NR 157. Golden Yellow 25Ltr 158. Sea Green NR 159. AL (Heat Resist) 04Ltr 160. Dark Blue 04Ltr 161. Thinner 140Ltr 162. Wire Brush 24Nos. 163. Chipping Hammer 08Nos. 164. Hammer (5&2Kg) 01Nos. 165. Flat Brush (2”, 4”) 16Nos. 166. Roller Brush (2”, 4”) 24Nos. 167. Scrapper 02Nos. 168. Scrapper Long Handle 04Nos. 169. Chisel 02Nos. 170. Buffing Wheel 24Nos. 171. Point Brush 04Nos. 172. Spare Roller 24Nos. 173. Dog Leg Brush (1”) 06Nos. 174. Safety Gogles 08Nos 175. Grease Gun with Flexible Hose 01Nos. 176. Grease MP 20Kg 177. Double End Spanners 01Set 178. Screw Driver with Handle 01Set 179. Oil Can 02Nos. 180. Safety Helmet 14Nos. 181. Phosphoric Acid NR 182. Cutting Wheel 04Nos. 183. Grinding Wheel 02Nos. 184. Ear Plug 06Nos. 185. Baniyan Waste 100Kg 186. Marlin Spike (3”, 6”) 01Nos. 187. First Aid Kit 01Nos. 188. Cement 05Kg 189. Bull Dog Grip 12Nos. 190. Fire Hydrant Washer 12Nos. 191. Pesticide 02Nos. 192. Mooring Rope PP48MM 01Coil 193. Pilot Ladder Rubber Foot 06Nos. 194. Pilot Ladder Wooden Foot 06Nos.

Annexures

129

Sl. No.

Items Quantity

Approved Remarks

195. Pilot Ladder Seizing Rope 01Coil 196. Pilot Ladder Winches 12Nos. 197. PP Rope Heaving Line 6mm 01Coil 198. PP Rope Securing 10mm 01Coil 199. Boiler Suit 40Nos. 200. Safety Shoes 20Nos. 201. Harness Belt 03Nos. 202. Gum Boots 02Pair 203. Rain Coat 12Nos. 204. Work Waist 03Nos.

Medicines 205. Avomine 01Strip 206. Sorbiterate 01Strip 207. Dettol 02Nos. 208. Iodex Balm 04Nos. 209. Moov Spray 06Nos. 210. Cotton Bandage 04Nos. 211. Roll Bandage 02Nos. 212. First Aid Bandage 04Pkt 213. Burnol 02Tube 214. Paracetamol 12Strips

Sd/-

For Director General

For and on behalf of the President of India

Annexures

130

Annexure – VIA – Earnest Money Deposit

1. Bidder should prepare the EMD as per the instructions specified in the NIT/tender

document.

2. Earnest Money Deposit in the form of Fixed Deposit Receipts (FDR) /Demand Draft

(DD)/Bankers cheque (BC) of a scheduled bank for Rs. 35,00,000/- in favour of “Pay

& Accounts Officer, Lighthouses & Lightships, Noida”, Payable at Noida.

3. Scanned copy of EMD should be submitted online with Cover-1 (i.e. Technical Bid).

4. The original of EMD should be submitted to the DGLL on or before the last date and

time of the bid submission. Bidder should send the EMD through Indian

Postal/Courier service/in person.

5. DGLL shall not be responsible for any delay or loss, due to Postal/Courier services.

The details of the demand draft/bank guarantee, physically sent should tally with

the details available in the scanned copy & data entered during the bid submission

time; otherwise the uploaded bid shall liable to be rejected.

6. Earnest Money Deposit of the unsuccessful bidders shall be returned after

completion of the processing of bids.

7. The full EMD will be forfeited by the DGLL if,

a. The bidder withdraws his bid during bid validity period.

b. The bidder makes any modification in the terms & conditions of the Bid at his

own.

c. The bidder does not accept corrigendum/addendum issued by the DGLL or any

corrections raised due to error in filling the bid.

d. The successful bidder fails to sign the agreement within 15days from the issue

of award of the contract.

e. The successful bidder fails to furnish valid bank guarantee for contract

performance within 15 days from the issue of award of the contract.

Sd/-

For Director General

For and on behalf of the President of India

Annexures

131

Annexure – VIB - Proforma of Bank Guarantee for EMD

(To be stamped in accordance with Stamp Act)

(For Performance Guarantee)

Bank Guarantee No. ........................ Dated………….

Ref. ..........................

To

The Director General, Directorate General of Lighthouses & Lightships, Deep Bhavan, A-13, Tulsi Marg, Sector - 24, NaIDA, U.P. - 201 301.

Dear Sirs,

1. Whereas the Director General of Lighthouses & Lightships for and on behalf of the President of India (hereinafter called "DGLL/) has floated a bid enquiry for " Running, maintenance and management of Directorate’s Vessels viz. M.V. Sagardeep II (GRT-2466), Indira Point (GRT-2477) and M.V. Deepstambh-II (GRT-125)" and ___________________________ __________________________ __ ____________ Having its registered Office at __________________________________________________________ __________________________________________ Thereinafter called the "Bidders", which expression shall unless repugnant to the context or meaning thereof mean and include all its successors, administrators, executor and assign have submitted a bid reference No. ..., And bidder having agreed to furnish as a condition precedent for participation in the said bid an unconditional and irrevocable Bank Guarantee of Indian Rs._______________ - (Rupees _______________lakh only) for the due performance of bidder’s obligations as contained in the terms of the Notice Inviting Bid (NIB) and other terms and conditions contained in the Bid Documents supplied by the DGLL which amount is liable to be forfeited on the happening of any contingencies mentioned in said document.

2. We _______________Bank, __________________ registered under the Laws of India having head/registered Office at ______________________ (hereinafter referred to as "the Bank" which expression shall unless repugnant to the context or meaning thereof include all its successors, administrators, executors and permitted assigns) guarantee and undertake to pay immediately on first demand by the DGLL, the amount of Rs.19 Lakh (Rupees Nineteen lakh only) in aggregate at any time without any demur and recourse, and without the DGLL having to substantiate the demand. Any such demand made by the DGLL shall be conclusive and binding on the Bank irrespective of any dispute or difference raised by the bidder.

3. The Bank confirms that this guarantee has been issued with observance of appropriate laws of the country of issue.

4. The Bank also agrees that this guarantee shall be irrevocable and governed and constructed in accordance with Indian Laws and subject to exclusive jurisdiction of Indian Courts of the place from where bids have been invited.

5. This guarantee shall be irrevocable and shall remain in force up to……………….an any demand in respect thereof should reach the Bank not later than the aforesaid date.

Annexures

132

Notwithstanding anything contained herein above:

(i) Our liability under this Bank Guarantee shall not exceed Rs.___________/- (Rupees ___________________________ lakh only).

(ii) This Bank Guarantee shall be valid upto ___________________. (iii) We are liable to pay the guaranteed amount or any part thereof under this Bank

guarantee only and only if you serve upon us a written claim or demand on or before_______

Date this……….. day of……….2019 at………… WITNESS (Signature) __________________ (signature) ________________ Name ______________ (Bank's rubber stamp) ____________________ (Official address) _____________________ Name _______________________

Designation with Bank stamp _______________

Attorney as per power of Attorney ______________ NOTE: 1. Strike out whichever is not applicable.

Annexures

133

Annexure – VII (A) - Performance Bank Guarantee

PERFORMANCE GUARANTEE

FOR RUNNING, MAINTENANCE & MANAGEMENT OF LIGHTHOUSE TENDER VESSELS, M. V SAGARDEEP II (GRT-2466) OF DIRECTORATE GENERAL OF LIGHTHOUSES &

LIGHTSHIPS, NOIDA.

(For Performance Guarantee) To

The Director General, Directorate General of Lighthouses & Lightships, Deep Bhavan, A-13, Tulsi Marg, Sector - 24, NOIDA, U.P. - 201 301.

1. With reference to the letter No………, dated ………..of the running, maintenance and management of Departmental vessel M.V. SAGARDEEP issued by the Director General, Directorate General of Lighthouses & Lightships, NOIDA hereinafter referred to as "Owner" of the (Name of' contractor) hereinafter to be referred to as "Contractor" on the other part.

2. We ……………………(name of Bank) the undersigned hereby guarantee due performance of obligations undertaken by contractor according to the above-mentioned acceptance with appertaining contract documents, against the DGLL. If the contractor, in the binding opinion of the DGLL, does not utilize the advance for the given purpose and does not properly perform and carry out any of the obligations under the above contract and if the contractor. fails within 15 days of written notice by DGLL drawing attention to such failure to take such steps as reasonably to satisfy DGLL, we do hereby irrevocably, absolutely and unconditionally undertaken to pay immediately to the DGLL on its order without any demur, any sum up to and not exceeding Rs. ……………………(amount) being 10% of the basic contract value respect of one vessel which DGLL may ascertain and claim under any title or for any reasons whatsoever upon the first written request to this effect from the DGLL, there being no need for the DGLL to issue any declaration, or to take action through legal or judicial execution or other authorities and also there being no need to prove the default of the contractor, the correctness or the Incorrectness thereof. However, our liability under this guarantee shall be restricted to an amount not exceeding ………………..(Amount).

3. This letter of guarantee will be valid up to and including thirty days beyond the day of expiry of the contract in respect of vessel as stipulated in the above mentioned contract and upon written request of the DGLL it will be extended according to the stipulation of the same contract.

4. Should we be unable or unwilling to extend the validity period to this Guarantee letter or should the contractor fail to make arrangements with us for extension of this letter of Guarantee prior to the expiration of the above maturity date, or should the Contractor fail to make arrangements with us to agree with the extension, then we do hereby irrevocably, absolutely and unconditionally undertake to pay to DGLL without demur, on the DGLL's order, the above mentioned amount, there being no need for reclaiming.

5. We…………………..(Name of Bank) further agree that the guarantee herein contained, comes into force with immediate effect until the period said, as in para 3 as above unless a demand or claim under this guarantee is made on use in writing before that date, we shall be discharged from all liability under this guarantee thereafter.

Annexures

134

This guarantee shall be irrevocable and shall remain in force up to……………….an any demand in respect thereof should reach the Bank not later than the aforesaid date.

Notwithstanding anything contained herein above:

ii) Our liability under this Bank Guarantee shall not exceed Rs.___________/- (Rupees ___________________________ lakh only).

iii) This Bank Guarantee shall be valid upto ___________________. iv) We are liable to pay the guaranteed amount or any part thereof under this

Bank guarantee only and only if you serve upon us a written claim or demand on or before

Date this……….. day of……….2019 at………… WITNESS (Signature) __________________ (signature) ________________ Name ______________ (Bank's rubber stamp) ____________________ (Official address) _____________________ Name _______________________

Designation with Bank stamp _______________

Attorney as per power of Attorney ______________ NOTE:

1. Strike out whichever is not applicable. Dated this………………..,day of……………….. 2019.

Annexures

135

Annexure – VII (B) - Performance Bank Guarantee

PERFORMANCE GUARANTEE

FOR RUNNING, MAINTENANCE & MANAGEMENT OF LIGHTHOUSE TENDER VESSELS, M. V INDIRA POINT (GRT-2477) OF DIRECTORATE GENERAL OF LIGHTHOUSES &

LIGHTSHIPS, NOIDA.

(For Performance Guarantee) To

The Director General, Directorate General of Lighthouses & Lightships, Deep Bhavan, A-13, Tulsi Marg, Sector - 24, NOIDA, U.P. - 201 301.

2. With reference to the letter No………, dated ………..of the running, maintenance and management of Departmental vessel M.V. INDIRA POINT issued by the Director General, Directorate General of Lighthouses & Lightships, NOIDA hereinafter referred to as "Owner" of the (Name of' contractor) hereinafter to be referred to as "Contractor" on the other part.

3. We ……………………(name of Bank) the undersigned hereby guarantee due performance of obligations undertaken by contractor according to the above-mentioned acceptance with appertaining contract documents, against the DGLL. If the contractor, in the binding opinion of the DGLL, does not utilize the advance for the given purpose and does not properly perform and carry out any of the obligations under the above contract and if the contractor. fails within 15 days of written notice by DGLL drawing attention to such failure to take such steps as reasonably to satisfy DGLL, we do hereby irrevocably, absolutely and unconditionally undertaken to pay immediately to the DGLL on its order without any demur, any sum up to and not exceeding Rs. ……………………(amount) being 10% of the basic contract value respect of one vessel which DGLL may ascertain and claim under any title or for any reasons whatsoever upon the first written request to this effect from the DGLL, there being no need for the DGLL to issue any declaration, or to take action through legal or judicial execution or other authorities and also there being no need to prove the default of the contractor, the correctness or the Incorrectness thereof. However, our liability under this guarantee shall be restricted to an amount not exceeding ………………..(Amount).

4. This letter of guarantee will be valid up to and including thirty days beyond the day of expiry of the contract in respect of vessel as stipulated in the above mentioned contract and upon written request of the DGLL it will be extended according to the stipulation of the same contract.

5. Should we be unable or unwilling to extend the validity period to this Guarantee letter or should the contractor fail to make arrangements with us for extension of this letter of Guarantee prior to the expiration of the above maturity date, or should the Contractor fail to make arrangements with us to agree with the extension, then we do hereby irrevocably, absolutely and unconditionally undertake to pay to DGLL without demur, on the DGLL's order, the above mentioned amount, there being no need for reclaiming.

6. We…………………..(Name of Bank) further agree that the guarantee herein contained, comes into force with immediate effect until the period said, as in para 3 as above unless a demand or claim under this guarantee is made on use in writing before that date, we shall be discharged from all liability under this guarantee thereafter.

Annexures

136

This guarantee shall be irrevocable and shall remain in force up to……………….an any demand in respect thereof should reach the Bank not later than the aforesaid date.

Notwithstanding anything contained herein above:

v) Our liability under this Bank Guarantee shall not exceed Rs.___________/- (Rupees ___________________________ lakh only).

vi) This Bank Guarantee shall be valid upto ___________________. vii) We are liable to pay the guaranteed amount or any part thereof under this

Bank guarantee only and only if you serve upon us a written claim or demand on or before

Date this……….. day of……….2019 at………… WITNESS (Signature) __________________ (signature) ________________ Name ______________ (Bank's rubber stamp) ____________________ (Official address) _____________________ Name _______________________

Designation with Bank stamp _______________

Attorney as per power of Attorney ______________ NOTE:

1. Strike out whichever is not applicable. Dated this………………..,day of……………….. 2019.

Annexures

137

Annexure – VII (C) - Performance Bank Guarantee

PERFORMANCE GUARANTEE

FOR RUNNING, MAINTENANCE & MANAGEMENT OF LIGHTHOUSE TENDER VESSELS, M. V DEEPSTAMBTH - II (GRT-125) OF DIRECTORATE GENERAL OF LIGHTHOUSES &

LIGHTSHIPS, NOIDA.

(For Performance Guarantee) To

The Director General, Directorate General of Lighthouses & Lightships, Deep Bhavan, A-13, Tulsi Marg, Sector - 24, NOIDA, U.P. - 201 301.

2. With reference to the letter No………, dated ………..of the running, maintenance and management of Departmental vessel M.V. DEEPSTAMBTH - II issued by the Director General, Directorate General of Lighthouses & Lightships, NOIDA hereinafter referred to as "Owner" of the (Name of' contractor) hereinafter to be referred to as "Contractor" on the other part.

3. We ……………………(name of Bank) the undersigned hereby guarantee due performance of obligations undertaken by contractor according to the above-mentioned acceptance with appertaining contract documents, against the DGLL. If the contractor, in the binding opinion of the DGLL, does not utilize the advance for the given purpose and does not properly perform and carry out any of the obligations under the above contract and if the contractor. fails within 15 days of written notice by DGLL drawing attention to such failure to take such steps as reasonably to satisfy DGLL, we do hereby irrevocably, absolutely and unconditionally undertaken to pay immediately to the DGLL on its order without any demur, any sum up to and not exceeding Rs. ……………………(amount) being 10% of the basic contract value respect of one vessel which DGLL may ascertain and claim under any title or for any reasons whatsoever upon the first written request to this effect from the DGLL, there being no need for the DGLL to issue any declaration, or to take action through legal or judicial execution or other authorities and also there being no need to prove the default of the contractor, the correctness or the Incorrectness thereof. However, our liability under this guarantee shall be restricted to an amount not exceeding ………………..(Amount).

4. This letter of guarantee will be valid up to and including thirty days beyond the day of expiry of the contract in respect of vessel as stipulated in the above mentioned contract and upon written request of the DGLL it will be extended according to the stipulation of the same contract.

5. Should we be unable or unwilling to extend the validity period to this Guarantee letter or should the contractor fail to make arrangements with us for extension of this letter of Guarantee prior to the expiration of the above maturity date, or should the Contractor fail to make arrangements with us to agree with the extension, then we do hereby irrevocably, absolutely and unconditionally undertake to pay to DGLL without demur, on the DGLL's order, the above mentioned amount, there being no need for reclaiming.

6. We…………………..(Name of Bank) further agree that the guarantee herein contained, comes into force with immediate effect until the period said, as in para 3 as above unless a demand or claim under this guarantee is made on use in writing before that date, we shall be discharged from all liability under this guarantee thereafter.

Annexures

138

This guarantee shall be irrevocable and shall remain in force up to……………….an any demand in respect thereof should reach the Bank not later than the aforesaid date.

Notwithstanding anything contained herein above:

viii) Our liability under this Bank Guarantee shall not exceed Rs.___________/- (Rupees ___________________________ lakh only).

ix) This Bank Guarantee shall be valid upto ___________________. x) We are liable to pay the guaranteed amount or any part thereof under this

Bank guarantee only and only if you serve upon us a written claim or demand on or before

Date this……….. day of……….2019 at………… WITNESS (Signature) __________________ (signature) ________________ Name ______________ (Bank's rubber stamp) ____________________ (Official address) _____________________ Name _______________________

Designation with Bank stamp _______________

Attorney as per power of Attorney ______________ NOTE:

1. Strike out whichever is not applicable.

Annexures

139

Annexure – VIII - Tender Acceptance Letter

(To be given on Company Letter Head)

Date:

To

The Director General, Directorate General of Lighthouses & Lightships, Deep Bhavan, A-13, Tulsi Marg, Sector - 24, NaIDA, U.P. - 201 301.

Sub: - Acceptance of Terms & Conditions of Tender.

Tender Reference No: - dated: /09/2019

Name of Tender/Work: Comprehensive Annual Maintenance Contract for Computers and

Peripherals at Deep Bhawan, Noida.

Dear Sir,

1. I/We have downloaded/obtained the tender document(s) for the above mentioned

‘Tender/Work’ from the website(s) namely:

__________________________________________________________________________

_______________________________________________________________

as per your advertisement, given in the above mentioned website(s).

2. I/We hereby certify that I/We have read the entire Terms & Conditions of the Tender

Documents from Page No.___ to ____ (including all documents like annexure(s),

schedule(s), etc.,), which form part of the contract agreement and I/We shall abide

hereby the terms/conditions/clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/organization too have

also been taken into consideration, while submitting this acceptance letter.

4. I/We hereby unconditionally accept the tender condition of above mentioned tender

document(s) /corrigendum(s) in its totality/entirety.

5. In case any provisions of this tender are found violated, then your

department/organization shall without prejudice to any other right or remedy be at

liberty to reject this tender/bid including the forfeiture of the full said Earnest Money

Deposit absolutely.

Yours faithfully,

(Signature of the Bidder, with Official Seal)

Annexures

140

Annexure – IX - Undertaking

(On letter head of the firm)

I………….………………………son of Shri……………………………………… authorized

signatory to sign the bid on behalf of M/S ……………………..…………………………………

………..…………………………………………………………………… do hereby give an undertaking that

i) The price bid does not contain any condition.

ii) We have not made payment or illegal gratification to any person/authority

connected with the bid process, so as to influence the bid process and have not

committed any offence under PC Act in connection with the bid.

iii) We have not been prosecuted by any Court of law either in India or abroad for

violation of any specific rules laid down for execution of work/contract of any time

subjected to Industrial dispute for violation of said provisions of the Act.

(Seal of the Company)

Date…………………….. Signature of the bidder………………………

or his Authorised signatory Place……………………. Name of the

bidder………………………….. or his Authorised signatory

Annexures

141

Annexure - X – Annual Performance Assessment of Contractor

(To be filled by DGLL or his Authorized Representatives on 60 days before expiry of First Year, Second Year and Third Year of Contract)

1. Name of Vessel :

2. Period of Assessment :

3. Details of Vessel Position during the Assessment Period (Directorate Wise):

4. Number of Sailing Orders issued by the Regional Directorates:

5. Number of Sailing (Voyages) executed by the Contractor:

6. Reason for Missed Sailing (if any):

7. Remarks Made by Regional Directorates during Voyages:

8. Details of Penalties invoked during the Assessment Period (if any):

9. Details of Major Breakdown of Machineries, Equipment, etc.:

10. Details of Theft (if any) :

11. Details of Cases of Non Payment of Wages / Salary to the Ship Staff:

12. Services of Contractor

a. Bunkering of Vessel:

b. Assistance during Dry Docking:

c. Assistance for Maintenance and Repair of Ship:

d. Assistance during Annual Survey, Dry Docking:

13. Any Other Points :

14. Overall Annual Performance of Contractor based on above parameters :

Satisfactory Not Satisfactory

Sd/-

For Director General

For and on behalf of the President of India