TENDER NO MEE/F3/T/ e-92/18/MM AUCTION CATALOGUE ...

36
1 MATERIALS MANAGEMENT DIVISION MECHANICAL & ELECTRICAL ENGINEERING DEPARTMENT CHENNAI 600 001 TENDER NO MEE/F3/T/ e-92/18/MM AUCTION CATALOGUE e-Auction for the sale of 6 Nos. 15 Ton Capacity Electric Level Luffing Wharf Crane along with its Spares INSPECTION DATE : From 08/10/2018 To 29/10/2018 AUCTION DATE & TIME : 30/10/2018 From 11.00 Hrs to 16.30 Hrs

Transcript of TENDER NO MEE/F3/T/ e-92/18/MM AUCTION CATALOGUE ...

1

MATERIALS MANAGEMENT DIVISION MECHANICAL & ELECTRICAL ENGINEERING DEPARTMENT

CHENNAI 600 001

TENDER NO MEE/F3/T/ e-92/18/MM

AUCTION CATALOGUE e-Auction for the sale of 6 Nos.

15 Ton Capacity Electric Level Luffing Wharf Crane along with its Spares

INSPECTION DATE : From 08/10/2018 To 29/10/2018

AUCTION DATE & TIME : 30/10/2018 From 11.00 Hrs to 16.30 Hrs

2

CHENNAI PORT TRUST DY.MM II OFFICE OF MM DIVISION RETURNED STORES DEPOT

AUCTION CATALOGUE

VOLUME I

MECHANICAL & ELECTRICAL ENGINEERING DEPARTMENT MATERIALS MANAGEMENT DIVISION

Auction : Conditions of Auction Sale for sale of 6 Nos. 15 Ton Capacity Electric Level Luffing Wharf Crane along with its spares in “as is where is condition” vide Tender # MEE/F3/T/e-92/18/MM Date of Auction : 30.10.2018 Chennai Port Trust intends to dispose the unserviceable/condemned Plant & Machineries/Surplus items through e-auction. Chennai Port Trust has appointed Service Provider – M/s. MSTC Ltd., as e-auctioneer The auctioneer M/s. MSTC Ltd., will conduct e-auction through online as per the Trust direction and as specified in the catalogue. e-auction starts at 11.00 hrs and closes at 16.30 hrs on the date of auction as specified in the auction catalogue. Bidders desiring to participate in the e-auction shall approach the Trust’s e-auctioneer M/s. MSTC Ltd., having address at ISPAT Bhavan ,Kodambakkam, Chennai-34. All the Unserviceable/Condemned Scrap Materials and Plant & Machineries offered are in “as is where is condition” basis. Inspection of lots can be done from 08/10/2018 to 29/10/2018 between 10.00 hrs and 16.00 hrs excluding lunch break (12.00 hours & 13.00 hrs. on working days) on Saturdays 10.00 hrs to 12.30 hrs. The intending bidders can gain admission to the harbour on days of inspection to inspect the materials. The bidders may obtain necessary Harbour Entry Permits on payment of non refundable sum of Rs.100/- per head per day from Asst. Traffic Manager, Traffic Department, Central Pass Section (Near Anchor Gate Hospital), Chennai Port Trust, Chennai-1.

3

This Catalogue contains Auction Sale for 6 Nos. 15 Ton Capacity Electric Level Luffing Wharf Crane along with its spares in “as is where is condition”.

1. The Bidders desirous to participate in the auction shall deposit fixed BID SECURITY

(PRE BID EMD) of Rs.6,00,000 /- by way of DD/Bankers Cheque favouring Chairman, Chennai Port Trust prior to start of e-auction with the e-auctioneer so as to become eligible for participation for any specified lot.Bidders who have deposited fixed BID SECURITY (PRE BID EMD) alone will be allowed to participate in the e-auction.

2 After the closure of e-auction, the BID SECURITY (PRE BID EMD) of the highest bidders are to be sent to Chennai Port Trust by the e-auctioneer.

3 BID SECURITY (PRE BID EMD) of unsuccessful bidders to be directly returned by the e-auctioneer to the respective unsuccessful bidders on the next day of closure of e-auction.

4 BID SECURITY (PRE BID EMD) of the highest bidder will be adjusted only in final payment of sale value.

5 BID SECURITY (PRE BID EMD) of the highest bidder will be forfeited if fails to pay the balance sale value.

4

CHENNAI PORT TRUST M& E.E. DEPARTEMENT

MATERIALS MANAGEMENT DIVISION

SCHEDULE- A (TENDER NO MEE/T/F3/ e- 92/18/MM )

AUCTION CATALOGUE FOR DISPOSAL OF

UNSERVICEABLE/CONDEMNED PLANT AND MACHINARIES/SURPLUS ITEMS

LOT NO.

DESCRIPTION UNIT QTY.

1. 4 Nos. 15 Ton capacity Electric level luffing Wharf Cranes (L&T make)in “as is where is condition” Year of Capitalization : 2004-05

LOT 1

2

Un used spares for 15 Ton L&T Crane – 159 Items (Location : Main Stores - 87 Items at (R&C)Depot Sub-stores – 72 Items - Electrical Items at “A” Zone & Mechanical Items at Electric Crane Shop)

LOT 1

3 2 Nos. 15 Ton capacity Electric level luffing Wharf Cranes (Jessop make) “as is where is condition” Year of Capitalization : 2005-06

LOT 1

4 Un used spares for 15 Ton Jessop Crane – 33 Items. (Location : Main Stores - 13 Items at (R&C)Depot Sub-stores – 20 Items - Electrical Items at “A” zone & Mechanical Items at Electric Crane Shop)

LOT 1

CHIEF MECHANICAL ENGINEER CHENNAI PORT TRUST

5

DETAILS FOR INSPECTION OF MATERIAL:

Lot.No: LOCATION PERSON TO BE CONTACTED /

CONTACT NUMBER

1 &3

L&T - 1 = JD-3 L&T - 2 = JD-1 L&T - 3 = WQ-2

L&T - 4 =WQ-1 Jessop – 2 = WQ – 4

Jessop – 3 = WQ – 3

Shri. G.S.Chitrappa, Superintendent Engineer(M) OP 94449 13237 Shri K.Manivasagam, J.E. 98404 16386 Phone: 044-2536 2201 Extn: 2626

2&4 (Main Stores Spares)

R&C DEPOT DMM (DEPOT)

OFFICE

Shri D.Elumalai AMM (DEPOT) 98841 76120

2&4 (Sub-store spares)

72 and 20 Items at Electrical Items “A” Zone & Mechanical Items Electric Crane

Shop

Shri. G.S.Chitrappa, Superintendent Engineer(M) OP 94449 13237 Shri K.Manivasagam, J.E. 98404 16386 Phone: 044-2536 2201 Extn: 2626

6

LOT NO.2 R010 – Spares for L&T Crane (Main Stores)

SL.NO. ITEM CODE ITEM DESCRIPTION UOM QTY

1 R010101007 40 PIN FRONT CONNECTOR P.NO.6ES7-392-1AMOO-OAAO NO 3

2 R010101008 DIN RAILS 530 MM-P.MO.6ES7-390-1AF85 -OAAO NO 1 3 R010101010 OPERATOR PANNEL OP3-P.NO.6AV35031DB10 NO 1 4 R010101012 FUSES FITTINGS P.NO.3NW32NNSF NO 15 5 R010101013 FUSES 32A P.NO.3NWNS32 NO 14 6 R010101014 MCB 2A - P.NO.:5SQ 2210-7YA02 NO 8 7 R010101017 MCB 4A - P.NO.:5SQ 2210-7YA04 NO 3 8 R010101018 MCB 0.5A - P.NO.:5SQ 2210-7YA05 NO 4 9 R010101023 MCB 32A - P.NO.:5SQ 2210-7YA32 NO 2

10 R010102009 POWER CANTACTOR 205 AMPS (ROTOR) P.NO.3TF53 02-OAUO+3TX7462-3JY1 NO 4

11 R010102010 POWER CONTACTOR(BEAKE) 9 AMPS P.NO. 3TF3010-OAUO+3TX7402-3JY1 NO 8

12 R010102012 MCB FOR BEAKE SUPPLY 1-1.6 140 AMPS P.NO. 3VU1340-1MGOO NO 4

13 R010102013 AUXILIARY CONTACTOR P.NO. 3TH8253-OAUO+3TX6446-OB NO 15

14 R010102015 TRIPLE POLE MCB FOR FUSE MONITOR 0.2A-P.NO.3VU 13 40 - 1MSOO NO 5

15 R010102020 FUSES 2A P.NO.3NW NS2 NO 14

16 R010102022 MCB FOR DRIVE FAN 0.24-0.4 AMPS P.NO.3VU1340-1MDOO NO 5

17 R010102034 FUSES 20A P.NO.3NW NS20 NO 14

18 R010102039 240V AC COIL FOR 3TF54 CONTACTOR 3TY-7543-OAUO NO 5

19 R010102040 240V AC COIL FOR 3TF53 CONTACTOR 3TY-7523-OAUO NO 6

20 R010102042 KIT FOR 3TF53 POWER CONTACTOR 3MC+6FC P.NO.3TY7530-OYA NO 6

21 R010103003 POWER CONTACTOR (ROTOR) 110 AMPS P.NO.3TF50 02-OAUO+3TX7 46-3JY1 NO 3

22 R010103006 MAIN CONTACTOR 140 AMPS P.NO.3TF5102-OAUO+3TX7462-3JY1 NO 3

23 R010103008 240V AC COIL FOR 3TF50/51 CONTACTOR P.NO.3TY-7503-OAUO NO 9

24 R010103009 KIT FOR 3TF51 POWER CONTACTOR 3MC+6FC P.NO.3TY7510-OYA NO 6

25 R010103010 KIT FOR 3TF50 POWER CONTACTOR 3MC+6FC P.NO.3TY7500-OYA NO 6

26 R010104011 FUSES 16 AMPS P.NO. 3NW NS 16 NO 14

27 R010104012 POWER CONTACTOR (BRAKE) 22 AMPS P.NO.3TF4311-OAUO+3TX7462-3JY1 NO 2

7

28 R010104014 MCB FOR MOTOR PROTECTION P.NO.3VU1340 - 1NKOO RANGE:5 TO 8A NO 12

29 R010104015 POWER CONTACTOR (ROTOR) P.NO.3TF3110-OAUO+3TX7402-3JY1 RANGE:12A NO 18

30 R010104016 MCB FOR BRAKE SUPPLY P.NO.3VU1340 - 1MMOO RANGE:10 16A NO 4

31 R010104019 AUXILIARY CONTACTORS WITH 8NO COIL VOLTAGE: 240 V P.NO.3TH8280-OAUO+3TX6446-OB NO 5

32 R010104022 CUDI CARD CODE NO. 6RY 1703-0AA00 NO 1

33 R010104025 KIT FOR 3TF43 POWER CONTACTOR 3MC+6FC P.NO.3TY7430-OA NO 5

34 R010104026 240V AC COIL FOR 3TF47 CONTACTOR P.NO.:7463-OAUO NO 10

35 R010105002 PORCELAIN INSULATOR FOR RESISTANCE BANK NO 1200

36 R010105003 BIGGER TERMINAL BOARD WITH STUD COMPLETE 105 KW, AMKW 355S6R NO 8

37 R010105004 BRUSH HOLDER 105KW AMKW 355S6R NO 15 38 R010105005 BRUSH HOLDER STUD 105KW AMKW 355S6R NO 8 39 R010105006 CARBON BRUSH 105KW AMKW 355S6R NO 34 40 R010105007 END SHILED DE 105KW AMKW 355S6R NO 6 41 R010105009 SLIPPING UNIT 105KW AMKW 355S6R NO 2 42 R010105011 TERMINAL BOX 105KW,AMKW 355S6R NO 6 43 R010105012 TERMINAL COVER 105KW,AMKW 355S6R NO 6 44 R010105013 ALUMINIUM FAN COVER 105KW,AMKW 355S6R NO 645 R010105014 INNER BERING COVER 105KW,AMKW355S6R NO 6 46 R010105015 OUTER BERING COVER 105KW,AMKW355S6R NO 6

47 R010106002

ELECTRO HYDAULIC THRUSTER - ELHY EMG- MAKE TYPE : E B 800-60 800 NEW TON 60MM HUB DIAMEETER 260 WATTS POWER 3 PHASE 440/415 V.AC NO 6

48 R010106003

ELECTRO HYDRAULIC THRUSTER OPERATED DISC BRAKE DISC TYPE SB 8.1-400-EB-800/60 BRAKE DISC DIAMETER: 400MM X 30MM THICK BRAKE VERSION : RIGHT HAND VERSION. OPERATING VOLTAGE 415VAC 3 PHASE 50 HZ THRUSTER TYPE EB 800/60. BREAKING TORQUE: 2160 NO 2

49 R010106005 BIGGER TERMINAL BOARD WITH STUD (COMPLETE SET) 55KW,AMKW 315S6R NO 4

50 R010106007 BRUSH HOLDER STUD 55KW,AMKW 315S6R NO 8 51 R010106008 CARBON BRUSH 55KW,AMKW 315S6R NO 50 52 R010106009 END SHIELD DE 55KW,AMKW 315S6R NO 3 53 R010106011 SLIP RING UNIT 55KW,AMKW 315S6R NO 2 54 R010106012 SEPARATOR FOR BRUSH HOLER 55KW,AMKW 315S6R NO 5 55 R010106013 TERMINAL BOX 55KW,AMKW 315S6R NO 3 56 R010106014 TERMINAL COVER 55KW,AMKW 315S6R NO 357 R010106015 ALUMINIUM FAN COVER 55KW,AMKW 315S6R NO 3 58 R010106016 INNER BERING COVER 55KW,AMKW 315S6R NO 3 59 R010106017 OUTER BERING COVER 55KW,AMKW 315S6R NO 3

60 R010107018 BIGGER TERMINAL BOARD WITH STUD COMPLETE 22KW,AMKW225M6R NO 6

61 R010107019 BRUSH HOLDER 22KW,AMKW225M6R NO 30 62 R010107020 BRUSH HOLDER STUD 22KW,AMKW225M6R NO 8 63 R010107021 CARBON BRUSH 22KW,AMKW225M6R NO 100

8

64 R010107022 END SHIELD DE 22KW,AMKW225M6R NO 6 65 R010107024 SLIPRING UNIT 22KW,AMKW225M6R NO 266 R010107026 TERMINAL BOX 22KW,AMKW225M6R NO 6 67 R010107027 TERMINAL COVER 22KW,AMKW225M6R NO 6 68 R010107028 ALUMINIUM FAN COVER 22KW,AMKW225M6R NO 6 69 R010107029 INNER BERING COVER 22KW,AMKW225M6R NO 6 70 R010107030 OUTER BERING COVER 22KW,AMKW225M6R NO 6

71 R010108001

LONG TRAVEL -MAKE NGEF SLIP RING INDUCTION MOTOR FRAME AMKW132M4R KW/HP 2.6/3.5 SPEED 1455RPM STAR/STAR CONNECTION STATOR VOLT-415V STATOR CURRENT 6A ROTOR VOLT-170V ROTOR CURRENT - 10A DUTY S4 60% CDF AT 50 DEG C F/F INSULATION IP:55 NO 12

72 R010108006 BIGGER TERMINAL BOARD WITH STUD (COMPLETE) 2.6KW,AMKW 132 MZ4R NO 16

73 R010108007 BRUSH HOLDER 2.6KW,AMKW 132 MZ4R NO 50 74 R010108009 CARBON BRUSH 2.6KW,AMKW 132 MZ4R NO 100 75 R010108010 END SHIELD DE 2.6KW,AMKW 132 MZ4R NO 16 76 R010108012 SLIPRING UNIT 2.6KW,AMKW 132 MZ4R NO 12 77 R010108014 TERMINAL BOX 2.6KW,AMKW 132 MZ4R NO 16 78 R010108015 TERMINAL COVER 2.6KW,AMKW 132 MZ4R NO 16 79 R010108017 INNER BEARING COVER 2.6KW,AMKW 132 MZ4R NO 16 80 R010108018 OUTER BEARING COVER 2.6KW,AMKW 132 MZ4R NO 16 81 R010201023 LONG TRAVEL WHEEL SHAFT (DRIVE) NO 2 82 R010201024 LONG TRAVEL WHEEL NO 1 83 R010202002 GEAR COUPLING NO 1 84 R010202009 BRAKE DISC(HOIST & GRAB) NO 1

85 R010204003

SLEW TORQE COUPLING (SLEW DRIVE) MAKE : WELLMAN MODEL : W60-226 SLIP TQRRQUE SETTING -200NM NO 1

86 R010204018

ROBELLOW BEARING BOLT AND NUTS WITH PLAIN WASHER AND SPRING WASHER SIZE 30MM X 260MM GRADE 12.9 NO 50

87 R010204019

ROBELLOW BEARING BOLT AND NUTS WITH HT PLAIN WASHER AND SPRING WASHER SIZE M30 X 250MM GRADE 12.9 NO 50

LOT NO. 2 SPARES L&T CRANE (Sub-stores)

DY. CME (OP) DIVISION

'A' - ZONE (ELECTRICAL) - 15 TON L&T CRANE SPARES

Sl.No. ITEM CODE DESCRIPTION UOM QTY.

1 R010101003 32 KB flash EPROM/micro memory card No. 2.00

2 R010101004 3.6V lithium cell non-rechargeable battery No. 2.00

3 R010101012 Fuses fittings P.No.3NW3213F No. 5.00

4 R010101014 MCB 21 No. 4.00

5 R010101017 MCB 4A No. 3.00

9

6 R010101021 Profibus cable P.No.6XVI830 COEH10 Mtr 75.00

7 R010101023 MCB 32A No. 1.00

8 R010101024 64KB micro memory card No. 1.00

9 R010102009 Power contactor 205A (3TF53) No. 5.00

10 R010102010 Power contactor 9A (3TF30) No. 1.00

11 R010102012 Motor protection circuit breaker 1-1.6A No. 1.00

12 R010102013 Auxiliary contact 3TH3031 OA No. 2.00

13 R010102015 MPCB 0.2A No. 2.00

14 R010102020 Fuses 2A P.No.3NWNS2 No. 5.00

15 R010102026 Power contactor 250A (3TF54) No. 2.00

16 R010102034 Fuses 20A P.No.3NWNS20 No. 6.00

17 R010102037 T300 clasing gear S/w P.No.6GA7010-35M76 No. 2.00

18 R010102039 3TF54 Coil No. 5.00

19 R010102040 3TF53 Coil No. 6.00

20 R010102041 Contactor kit for 3TF54 No. 4.00

21 R010102042 Contactor kit for 3TF55 No. 2.00

22 R010103003 Power contactor 110A (3TF50) No. 1.00

23 R010103004 Omron encoder No. 2.00

24 R010103009 Contactor Kit for 3TF51 No. 6.00

25 R010103010 Contactor kit for 3TF50 No. 5.00

26 R010104003 Overload relay range 40-63A No. 1.00

27 R010104011 Fuses 16A P.No.3NWNS16 No. 6.00

28 R010104014 MPCB Range 5-8A No. 4.00

29 R010104015 Power contactor 12A (3TF31) No. 2.00

30 R010104019 Auxiliary contactor with 8 No., 240V type No. 4.00

31 R010104024 Contactor kit for 3TF47 No. 13.00

32 R010104025 Contactor kit for 3TF43 No. 5.00

33 R010104026 3TF47 Coil No. 30.00

34 R010104028 Power contactor 70A (3TF47) No. 4.00

35 R010104029 Fuse link 10A No. 19.00

36 R010105004 105KW carbon brush holder No. 7.00

37 R010105006 105KW carbon brush No. 2.00

38 R010106002 Electro hydrolic thruster elhy-EMG make No. 1.00

10

DY. CME (OP) DIVISION

AREA - I (MECHANICAL) - 15 TON L&T CRANE SPARES

Sl.No ITEM CODE DESCRIPTION UOM QTY.

1 E70336351 26mm steel rope RHIWRC steel mtr 400.00

2 E70336363 26mm steel rope LHIWRC steel mtr 600.00

3 R010201011 Bearing 32024 No. 9.00

4 R010201013 Bearing 6305 No. 14.00

5 R010201014 Bearing 6004 No. 17.00

6 R010201015 Bearing 6003 No. 9.00

7 R010201016 Bearing SKF 22222 No. 8.00

8 R010201019 Long travel drive coupling No. 2.00

9 R010201022 LIner for brake (long travel) set 1.00

10 R010202001 Long travel gear box No. 2.00

11 R010202002 Grab/hoist winch system coupling No. 1.00

12 R010202005 Bearing 23224 No. 2.00

13 R010202006 Bearing 22220 No. 6.00

14 R010202007 Bearing 23036 No. 5.00

15 R010202008 Bearing 32216 No. 2.00

16 R010202011 Grab/hoist brake liner set 1.00

17 R010203002 Wire rope thimble No. 1.00

18 R010203005 Bearing 51314 No. 2.00

19 R010203012 Luff coupling (GB) No. 1.00

20 R010203019 Bearing 2926B No. 2.00

21 R010203020 Bearing 4926 A No. 2.00

22 R010203029 Bearing SKF 81260 No. 1.00

23 R010203030 Bearing 61860 No. 1.00

24 R010203031 Bearing SKF 81152 No. 1.00

25 R010203032 Bearing 22216E No. 1.00

26 R010203032 Bearing 22216E No. 1.00

27 R010203033 Bearing 22310E No. 1.00

28 R010203034 Bearking SKF 22218 E No. 1.00

29 R010204009 Bearing 23040 No. 4.00

30 R010204011 Bearing 30212 A No. 1.00

31 R010204012 Bearing 6030 No. 1.00

32 R010204013 Bearing 16038A No. 1.00

33 R010204015 Slew brake liner set 1.00

34 R010204016 Slew drive coupling No. 1.00

11

LOT NO.4 R020 – Spares for Jessop Crane (Main Stores)

SL.NO. ITEM CODE ITEM DESCRIPTION UOM QTY.

1 R020106008

LONG TRAVEL SLIP RING INDUCTION MOTOR MAKE MARATHAN ELECTRIC MOTOR INDIA LTD(FORMERLY ALSTHOM) 3PH, 415V, 7KW ,730RPM, 19AMPS ,F/F INSULATION ROTOR AMPS 18AMPS, ROTOR VOLT 235V. FRAME: KS180L NO 4

2 R020201015 22217C SPHERICAL ROLLER BEARING (P-1 SHAFT) NO 4 3 R020201016 22222C SPHERCIAL ROLLER BEARING (P-2 SHAFT) NO 4

4 R020202002 1ST REDEN PINION SHAFT DRG. NO. JESSOP 44-1-14-1043B NO 1

5 R020202003 1ST REDEN GEAR DRG. NO. JESSOP 44-1-14-1043B NO 1

6 R020202004 11ND REDEN PINION SHAFT DRG. NO. JESSOP 44-1-14-1043B NO 1

7 R020202005 11ND REDEN GEAR RIM DRG. NO. JESSOP 44-1-14-1043B NO 1

8 R020202009 NUT FOR FORK END PIN JESSOP DRG.NO.44-1-14-1043B NO 2

9 R020203025 6215 DEEP GROOVE BALL BEARING NO 4 10 R020203026 6014 DEEP GROOVE BALL BEARING NO 4 11 R020204020 23032 SPERCIAL ROLLER BEARING NO 2 12 R020204021 6030 DEEP GROOVE BALL BEARING NO 2 13 R020204029 23024 BEARING NO 10

LOT NO. 4 SPARES JESSOP CRANE (SUB-STORES)

DY. CME (OP) DIVISION

"A" - ZONE (ELECTRICAL) - 15 TON JESSOP CRANE SPARES

Sl.No. ITEM CODE DESCRIPTION UOM QTY.

1 R020102001 1.2 baskc cmit type AC 70 base No. 1.00

2 R020102004 Analog input module type AI 810 No. 2.00

3 R020102005 Analog input module type AI 820 No. 1.00

4 R020102007 Digital output relay type DO 820 No. 1.00

5 R020102008 Pulse counter type DP820 No. 2.00

6 R020102013 Cable with plug at both ends to connect No. 1.00

7 R020103002 Thyrister modlue for hold drive type DASD 105 No. 1.00

8 R020103010 Measuring transducer input 01 to 10V DC No. 2.00

9 R020103011 Measuring transducer 20MA to 20MA No. 2.00

10 R020103018 PAPC 100 card No. 3.00

11 R020103023 Control system module for close drive DARA1000 No. 1.00

12 R020103024 Thyrister modlue for hold drive type DASD 105 600V No. 1.00

13 R020104001 Thyrister module for luff drive DASD103, 600V No. 1.00

12

14 R020104010 Control system module for close drive DARA1000 No. 1.00

15 R020105008 Thyrister module for slew drive DASD103, 600V No. 1.00

16 R020106001 Thyrister module for travel drive DASD 104 No. 1.00

17 R020106008 Long travel slip ring induction motor 7KW No. 2.00

18 R020106021 Control system module for close drive DARA1000 No. 1.00

DY. CME (OP) DIVISION

AREA - I (MECHANICAL) - 15 TON JESSOP CRANE SPARES

Sl.No ITEM CODE DESCRIPTION UOM QTY.

1 R020202004 Iind reduction shaft No. 1.00

2 R020205002 24mm LH wire ropes Mtr. 200.00

13

SCHEDULE - B

(TENDER NO MEE/T/F3/ e-92 /18/MM )

TERMS AND CONDITIONS FOR DISPOSAL OF 15 TON CAPACITY ELECTRIC LEVEL LUFFING WHARF CRANES ALONG WITH ITS SPARES

THROUGH e-AUCTION

I. Trust Auction Catalogue –Auction catalogue contains list of materials with specifications, description, location, quantity and special remarks, restrictions if any, for disposal with applicable rate of taxes, levies and other terms and conditions. The auctioneer will make necessary arrangements to float the auction particulars/catalogues in their website which may be downloaded by the on-line bidders to enable them to participate in the auction at their cost.

II. Inspection by Bidders – Any of the Bidders or their authorized representatives may inspect the goods offered before quoting and the same can be done during working hours, before auction, as per the inspection schedule specified in the auction catalogue. Temporary passes required for entering the Harbour for inspection of the goods offered can be obtained from the Assistant Traffic Manager, Computer Pass Section, Kamarajar Salai, Chennai Port Trust, Chennai - 1, (Near Anchor Gate) on payment basis.

The bidders are advised to quote the rates after inspection of the items at the site keeping in mind that the rates quoted are “in as is where is” condition.

TERMS AND CONDITIONS FOR DISPOSAL

1. The rate shall be quoted as per the unit of measurement and exclusive of

G.S.T. @ 18% or as applicable. extra. 2. (a) Income Tax :- Income Tax @ 1% will be collected extra at TDS as per

section 206C of Income Tax Act.

(b) The bidders rate should be valid for a period of 120 days from the date of e-auction..

3. Any Trust’s equipment required for removal & handling of the disposal equipments will be provided to the bidders on chargeable basis as per Trust’s scale of prevailing rates subject to availability.

4. The lot which fetches 100% and above the reserve price will be declared as Confirmed lot on conclusion of auction in the system through online.

14

Remaining lots which fetches less than 100% of reserve price will be summarily Rejected.

5. For confirmed lots Trust appointed e-auctioneer on completion of e-auction shall send sale intimation letter to the successful bidders of the confirmed lots for making payment as per the terms and conditions covered in the Trust’s auction catalogue. If a bid is accepted, the successful bidder hereinafter called as Purchaser shall have to submit the Security Deposit of 25 % of the total sale value through RTGS/NEFT to Chennai Port Trust Account # 10885904367, SBI, SME, Rajaji Salai (IFS Code: sbin0018529) within seven (7) calendar days of issue of acceptance letter / sale order (excluding the date of issue) The successful bidder shall have to remit the payment of the balance sale value along with applicable GST, Income Tax, levies if any, and 5% Clearance Security Deposit on the total sale value within fifteen (15) calendar days from the date of issue of acceptance letter / sale order.

6. The receipt obtained from the Trust’s Financial Adviser and Chief Accounts Officer for the Confirmed lots may be produced to the M.M. Division and obtain the delivery order, failing which the advance paid will be forfeited and Trust will resale the lot either privately or by public auction at the defaulter’s risk and responsibility. Interest shall be payable to the Trust on the balance sale value for the period beyond the free time.

7. Conducting e-auction : Auctioneer will conduct auction through online and Trust Auction Committee shall view the auction through online. E-auction starts at 11.00 hrs. and closes at 16.30 hrs. on the date of auction. If any bid is received during the last eight minutes before the scheduled closure of auction in any lot, its closing time will automatically get extended by eight minutes from the time of last bid, in order to give equal opportunity to all bidders. Bidding time for a particular lot will be either of the schedule closing time or there will be a period of eight minutes during which no bid has been received, whichever happens later. When the bidding for all lots in an e-auction closes, the e-auction will be deemed as closed. The auctioneer shall declare whether the lots are confirmed or rejected.

15

8. Delivery Order – Trust’s M.M. Division will issue delivery order on production of the receipt obtained from the Trust’s Financial Adviser and Chief Accounts Officer for payment of 100% sale value along with applicable Goods & Service Tax (GST), Income Tax (IT) and Clearance Security Deposit (CSD) on total sale value received by the Trust from the successful bidder only for the confirmed lots.

9. Delivery Instruction: On issue of delivery order, necessary delivery instructions will be issued by MM Division to the concerned.

10. All risks to the buyer: The items shall remain, in every aspect, at the risk of the buyer from the time of acceptance of his offer. The seller will not undertake any liability whatsoever for the safe custody, protection or preservation after the sale has been confirmed. Lots are put up for sale subject to change by nature’s wear and tear. No complaint regarding the quality or description of the materials sold will be entertained once the bid has been accepted.

If the bidder withdraws his offer or fails to deposit the amount of the sale (Bid security) offered, Earnest Money (Bid Security) will be forfeited and his offer will be cancelled besides recording his unsatisfactory performance or action will be taken as deemed fit.

In the event of delivery being found impossible in whole or in part after the payment has been received, a refund of the value of the non-delivered goods will be made to the bidder with an Undertaking from the bidder not to claim for further compensation from the Trust.

11. Delayed payment for Full / balance sale value – Interest at the rate of 1%

per week or part thereof up to a maximum period of two weeks will be collected for the delayed period from the next date of free period. Interest will be collected by the Trust through Trust’s e-auctioneer. Otherwise, the firm will not have any claim over the materials and the Trust reserves the right to re sale the materials by conducting re-auction.

12. Clearance Security Deposit – Trust will collect 5% of the basic sale value

towards clearance security deposit from the bidders along with sale value with applicable taxes. The same will be refunded through ECS to the respective bidders after the completion of delivery of materials by the Trust. If the material has not been cleared by the successful bidder to the satisfaction of Trust officials, 5% clearance security deposit will be forfeited by the Trust.

16

13. Delivery period :- Free delivery is 180 days from the date of issue of delivery order for Confirmed Lots. After completion of free delivery period, the ground rent is applicable as covered in the ground rent clause.

14. Cutting permission : Cutting permission will be granted to bidders for the

goods sold on lot basis subject to written permission obtained from the Trust Fire Officer, wherever applicable.

15. Ground rent for extension of delivery period – Applicable rent is ½ %

of the basic sale value per day up to four weeks as maximum time to extend the delivery period from the date of expiry of free period. If the goods are not cleared within the extended maximum time of four weeks, the goods left over by the bidder whether in whole or part will be taken over by the Trust and the Bidder will have no claim over the materials and the sale value including CSD, GST- which is applicable on both the ground rent and Sale Value.

16. Bidders who are participating in the e-auction shall contact Chief

Mechanical Engineer, Chennai Port Trust for any clarifications and the clarification furnished by them alone shall be binding and final. The clarification if any given by the Trust appointed e-auctioneer., shall not be binding on the Chennai Port Trust in any respect.

17. The Goods are offered in “as is where is” condition basis. The particulars

given in Schedule “A” are only to give an idea of the Goods offered and will not alter the “as is where is” nature of the offer.

18. Right to reject all bids: Trust reserves the right to accept/reject and

cancel any bid, amend the quantity under any lot or withdraw any lot at any stage before or after acceptance of bid/issue of acceptance letter/ sale order/delivery order/deposit of full sale value by the bidder, without assigning any reasons thereof and the value of such materials if paid for, shall be refundable. The Trust shall not be responsible for damage/loss to bidders on account of such withdrawal at any stage from the sale

19. Temporary passes and vehicle’s permit required for clearing the goods sold in the tender can be had on payment and on an application in writing addressed to the Trust’s Assistant Traffic Manager, Computer Pass Section, Chennai Port Trust through the Materials Manager, Office of the Materials Management division.

17

20. Mis-description or error in quantity will not invalidate a sale. No sale can be invalidated by reason of any defects or fault in any of the materials. A refund will be made to the Purchaser when the quantity delivered is less than that of quantity mentioned in the tender (Schedule “A”).

21. The goods should be removed from the Harbour premises within the time period prescribed above for confirmed lots from the date of issue of delivery order, whether by dismantling the goods sold or otherwise, he will be allowed to remove the major parts within the Harbour premises by hiring the cranes from the Traffic Department at the rates prescribed in the Boards Scale of rates according to availability. Necessary space will be provided for the above prescribed time period from the date of issue of delivery order..

22. The contractor shall use his own tools for the removal of goods sold and shall hold the Board indemnified in respect of any damage or injury caused to any of the employees or any other person and property during the execution of the works.

23. The delivery of materials covered in Schedule “A” should be carried out from 09.30 Hours to 16.30 Hours with a break of Half an Hour for lunch from 12.30 Hours to 13.00 Hours during Mondays to Fridays and 09.30 Hours to 13.00 Hours during Saturdays for site delivery items. In respect of spares, the same should be taken delivery from the Returned Stores Depot from 09.30 Hours to 16.30 Hours with a break of Half an Hour for lunch from 12.30 Hours to 13.00 Hours during Mondays to Fridays and 09.30 Hours to 13.00 Hours on Saturdays.

24. If, for any reasons the delivery is prolonged beyond office hours over time

charges as permissible will have to be remitted to the concerned immediately.

25. The Contractor should ensure that the Trust’s properties are not damaged during the course of removal of the goods, failing which the cost of rectifying the damage will be recovered from the amount deposited in the Trust as Bid Security Deposit / Earnest Money. He shall observe the Dock Safety Regulations and such other Regulations in force and shall hold the Board indemnified if any violation occurs. He will also be responsible for the discipline of the workers employed by him within the Harbour premises.

18

26. The removal of goods sold shall be made under the supervision of the Trust’s Officer mentioned in the Delivery Order or his representative who will arrange to issue gate passes for the removal in the presence of the Finance Department’s Stock verifier.

27. The Contractor shall conform to and comply with Regulations and Bye-

laws of the State or Central Government or of the Board and of all other local authorities such as Corporation of Chennai, The Tamil Nadu Electricity Board, the Government Customs and Police Departments, Fire Services, the Provisions contained in the various Labour Acts enacted by the State Legislature and the Central Parliament in force and the Rules made there-under including those under the Minimum Wages Act, Factories Act, The Indian Electricity Act and Rules framed under it, Workmen’s Compensation Act, Provident Fund Regulations Act, Employees Provident Fund Act 1961 and the schemes made under the said Act. Health and Sanitary arrangements for Workers etc., and the Contract Labour (Regulations and Abolition) Central Rules 1971 etc. for the Welfare and protection of Workers or for the safety of the Public and other insurance Provisions.

28. The Board shall not be liable for the failure of the Contractor in

conforming to the provisions of the Acts, Rules, Regulations referred to in the above para and in case of any contravention of the Provisions of the Acts, Rules, Regulations etc, the Contractor shall keep the Board indemnified against any loss and damages in the event of any action being taken for contravention.

29. If any Foreigner is employed by the Contractor to work within the Harbour

premises, the later shall ensure that such a Foreigner possesses the necessary special permit issued by the Civil Authority in writing and also to comply with the instructions issued therefore from time to time. In the event of any lapse in this regard on the part of such Foreigner the Contractor shall be personally held responsible for the lapse and the Board shall not be liable in any event.

30. Irrespective of the quantities specified in Schedule “A”, the Chief Mechanical Engineer reserves the right to dispose of only such quantities as may be available and found necessary for disposal at the time of finalising the Tender.

31. It must be clearly understood that the prices quoted in the tender are to include everything required to be done by the specification and conditions

19

of sale for proper completion of the work though special mention thereof have been omitted.

32. The Contract is liable for cancellation, if either the Contractor himself or any of his employees is found to be a person who has held a Class-I Post under the Board immediately before retirement and has within Two years of such retirement accepted without obtaining the prior permission of the Board or the Chairman as the case may be, an employment as Contractor in connection with the execution of Public Works or as an employee of such Contractor.

33. If any contracts terminated on account of failure of the Contractor to comply with the above clause the Board shall be entitled to recover from the contractor such damages as may be determined by the Chief Mechanical Engineer, with due regard to the inconvenience caused to the Trust on account of such termination without prejudice to the Trust’s right to proceed against such Contractor.

34. The Contractor shall be solely responsible for reporting to the Board and Police Departments, Security Force immediately regarding any serious or fatal accidents at any place belonging to the Board including premises leased by the Board, to any of his employees/ workmen engaged by him.

35. In case of any dispute arising out of interpretation of any of the conditions of sale, the decision of the Chief Mechanical Engineer, Office of the Materials Manager, Chennai Port Trust will be final and binding on the Contractor.

36. While evaluating Tenders, regard would be paid to National Defence and security considerations.

37. All disputes are subject to Chennai Jurisdiction only.

Chief Mechanical Engineer,

Chennai Port Trust

20

PROFORMA OF INTEGRITY PACT

GENERAL

This pre-bid/pre-contract Agreement (herein after called the Integrity

Pact)

BETWEEN

Chennai Port Trust, represented by Chairman, Chennai Port Trust, Chennai

hereinafter referred to as “THE PRINCIPAL” / “EMPLOYER”

AND

……………………………………………………………………………… represented by

Shri ……………………………………… hereinafter referred to as “The BIDDER /

CONTRACTOR”.

Preamble

The Principal intends to award, under laid down organizational

procedures, contract/s for ………………… (Name of the Contract / Project /

Stores equipment / item). The Principal values full compliance with all

relevant laws and regulations, and the principles of economic use of

resources, and of fairness and transparency in its relations with the Bidder/s

and Contractor/s.

In order to achieve these goals, the Principal will appoint an External

Independent Monitor who will monitor the tender process and the execution of

the contract for compliance with the principles mentioned above.

NOW, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent

and free from any influence / prejudiced dealings prior to, during and

subsequent to the currency of the contract to be entered into with a view to:-

Enabling the PRINCIPAL/EMPLOYER to obtain the desired said stores /

equipment at a competitive price in conformity with the defined specifications

by avoiding the high cost and the distortionary impact of corruption on public

procurement, and Enabling BIDDERs / CONTRACTORs to abstain from

bribing or indulging in any corrupt practice in order to secure the contract by

providing assurance to them that their competitors will also abstain from

bribing and other corrupt practices and the PRINCIPAL/EMPLOYER will

21

commit to prevent corruption, in any form, by its officials by following

transparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as

follows:-

Commitments of the PRINCIPAL/EMPLOYER

The PRINCIPAL/EMPLOYER undertakes that no official of the

Principal/Employer connected directly or indirectly with the contract, will

demand, take a promise for or accept, directly or through intermediaries, any

bribe, consideration, gift, reward, favour or any material or immaterial benefit

or any other advantage from the BIDDER / CONTRACTOR, either for

themselves or for any person, organization or third party related to the

contract in exchange for an advantage in the bidding process, bid evaluation,

contracting or implementation process related to the contract.

The PRINCIPAL/EMPLOYER will, during the pre-contract stage, treat all

BIDDERs / CONTRACTORs alike, and will provide to all BIDDERs /

CONTRACTORs the same information and will not provide any such

information to any particular BIDDER / CONTRACTOR which could afford an

advantage to that particular BIDDER / CONTRACTOR in comparison to other

BIDDER / CONTRACTOR and could obtain an advantage in relation to the

tender process or the contract execution.

All the officials of the PRINCIPAL/EMPLOYER will report to the Chairman /

Chief Vigilance Officer of Chennai Port Trust any attempted or completed

breaches of the above commitments as well as any substantial, suspicion of

such a breach.

If the PRINCIPAL/EMPLOYER obtains information on the conduct of any of its

employees with full and verifiable facts and the same is prima facie found to

be correct which is a criminal offence under the Indian Penal Code /

Prevention of Corruption Act, or if there be a substantive suspicion in this

regard, the Principal will inform its Chief Vigilance Officer and in addition can

initiate disciplinary actions.

22

Commitments of the BIDDER / CONTRACTOR

The Bidder / Contractor commit himself to take all measures necessary to

prevent corruption. He commits himself to observe the following principles

during his participation in the tender process and during the post contract

stage.

i. The Bidder /Contractor will not enter with other Bidder / Contractors

into any undisclosed agreement or understanding, whether formal or

informal. This applies in particular to prices, specifications,

certifications, subsidiary contracts, submission or non-submission of

bids or any other actions to restrict competitiveness or to introduce

cartelization in the bidding process.

ii. The Bidder/Contractor will not commit any offence under the Indian

Penal Code, 1860 / Prevention of Corruption Act, 1988 further the

Bidder / Contractor will not use improperly, for purposes of competition

or personal gain, or pass on to others, any information or document

provided by the Principal as part of the business relationship, regarding

plans, technical proposals and business details, including information

contained or transmitted electronically.

iii. The Bidder/Contractor will not offer, directly or through intermediaries,

any bribe, gift, consideration, reward, favour, any material or immaterial

benefit or any other advantage, commission, fees, brokerage or

inducement to any official of the Principal/Employer, connected directly

or indirectly with the bidding process, or to any person, organization or

third party related to the contract in exchange for any advantage in the

bidding, evaluation, contracting and implementation of the contract.

iv. The Bidder / Contractor further undertakes that it has not given,

offered or promised to give directly or indirect any bribe, gift,

consideration, reward, favour, any material or immaterial benefit or any

other advantage, commission, fees, brokerage or inducement to any

official of the Principal/Employer or otherwise in procuring the

Contract or forbearing to do or having done any act in relation to the

23

obtaining or execution of the contract or any other contract with the

Principal for showing or forbearing to show favour or disfavour to any

person in relation to the contract or any other contract with the

Principal.

v. The Bidder / Contractor of foreign origin shall disclose the name and

address of the Agents /representatives in India, if any. Similarly the

Bidder/Contractor of Indian Nationality shall furnish the name and

address of the foreign principals, if any.

vi. Bidder / Contractors shall disclose the payments to be made by them to

agents or any other intermediary, in connection with this bid/contract.

vii. The Bidder / Contractor further confirms and declares to the Principal/

Employer that the Bidder / Contractor is the original

manufacturer/integrator/ authorized government sponsored export

entity of the stores and has not engaged any individual or firm or

company whether Indian or foreign to intercede, facilitate or in any way

to recommend to the Principal/Employer or any of its functionaries,

whether officially or unofficially to the award of the contract to the

Bidder / Contractor, nor has any amount been paid, promised or

intended to be paid to any such individual, firm or company in respect

of any such intercession, facilitation or recommendation.

viii. The Bidder / Contractor, either while presenting the bid or during pre-

contract negotiations or before signing the contract, shall disclose any

payments he has made, is committed to or intends to make to officials

of the Principal/Employer or their family members, agents, brokers or

any other intermediaries in connection with the contract and the details

of services agreed upon for such payments.

ix. The Bidder / Contractor will not collude with other parties interested in

the contract to impair the transparency, fairness and progress of the

bidding process, bid evaluation, contracting and implementation of the

contract.

x. The Bidder / Contractor will not accept any advantage in exchange for

any corrupt practice, unfair means and illegal activities.

24

xi. The Bidder / Contractor shall not use improperly, for purposes of

competition or personal gain, or pass on to others, any information

provided by the Principal/Employer as part of the business relationship,

regarding plans, technical proposals and business details, including

information contained in any electronic data carrier. The Bidder /

Contractor also undertakes to exercise due and adequate care lest any

such information is divulged.

xii. The Bidder / Contractor commits to refrain from giving any complaint

directly or through any other manner without supporting it with full and

verifiable facts.

xiii. The Bidder / Contractor will not instigate third persons to commit

offences outlined above or be an accessory to such offences.

xiv. If the Bidder/Contractor or any employee of the Bidder/Contractor or

any person acting on behalf of the Bidder/Contractor, either directly or

indirectly, is a relative of any of the officers of the Principal/Employer,

or alternatively, if any relative of an officer of the Principal/Employer

has financial interest / stake in the Bidder / Contractor’s firm, the

same shall be disclosed by the Bidder / Contractor at the time of filing

of tender.

The term ‘relative’ for this purpose would be as defined in Section 6 of

the Companies Act 1956.

xv. The Bidder / Contractor shall not lend to or borrow any money from or

enter into any monetary dealings or transactions, directly or indirectly,

with any employee of the Principal/Employer

Previous Transgression

The Bidder / Contractor declares that no previous transgression occurred

in the last three years immediately before signing of this Integrity Pact, with

any other company in any country in respect of any corrupt practices

envisaged hereunder or with any Public Sector Enterprises in India or any

Government Department in India that could justify Bidder / Contractor’s

exclusion from the tender process.

25

If the Bidder / Contractor makes incorrect statement on this subject, the

Bidder / Contractor can be disqualified from the tender process or the

contract, if already awarded, can be terminated for such reason.

Sanction for Violations

Any breach of the aforesaid provisions by the Bidder / Contractor or any one

employed by it or acting on its behalf (whether with or without the knowledge

of the Bidder / Contractor shall entitle the Principal / Employer to take all or

any one of the following actions, wherever required:-

(i) To immediately call off the pre contract negotiations without

assigning any reason or giving any compensation to the BIDDER /

CONTRACTOR, However, the proceedings with the other BIDDER /

CONTRACTOR (s) would continue.

(ii) The Earnest Money Deposit (in pre-contract stage) and / or Security

Deposit / Performance Bond (after the contract is signed) shall stand

forfeited either fully or partially, as decided by the P

PRINCIPAL/EMPLOYER and the PRINCIPAL/EMPLOYER shall not be

required to assign any reason therefore.

(iii) To immediately cancel the contract, if already signed, without giving

any compensation to the BIDDER / CONTRACTOR.

(iv) To recover all sums already paid by the PRINCIPAL/EMPLOYER, and

in case of an Indian BIDDER / CONTRACTOR with interest thereon

at 2% higher than the prevailing Prime Lending Rate of State Bank of

India , while in case of a BIDDER / CONTRACTOR from a country

other than India with interest thereon at 2% higher than the LIBOR.

If any outstanding payment is due to the BIDDER / CONTRACTOR

from the PRINCIPAL/EMPLOYER in connection with any other

contract for any other stores, such outstanding payment could also

be utilized to recover the aforesaid sum and interest.

(v) To encash the advance bank guarantee and performance bond /

warranty bond, if furnished by the BIDDER / CONTRACTOR, in

order to recover the payments, already made by the

PRINCIPAL/EMPLOYER, along with interest.

26

(vi) To cancel all or any other Contracts with the BIDDER /

CONTRACTOR. The BIDDER / CONTRACTOR shall be liable to pay

compensation for any loss or damage to the PRINCIPAL/EMPLOYER

resulting from such cancellation/ rescission and the

PRINCIPAL/EMPLOYER shall be entitled to deduct the amount so

payable from the money(s) due to the BIDDER / CONTRACTOR.

(vii) To debar the BIDDER / CONTRACTOR from participating in future

bidding processes of the Principal for a minimum period of five years,

which may be further extended at the discretion of the

PRINCIPAL/EMPLOYER.

(viii) To recover all sums paid in violation of this Pact by

BIDDER/CONTRACTOR(s) to any middleman or agent or broker with

a view to securing the contract.

(ix) In cases where irrecoverable Letters of Credit have been received in

respect of any contract signed by the PRINCIPAL/EMPLOYER with

the BIDDER / CONTRACTOR, the same shall not be opened.

(x) Forfeiture of Performance Bond in case of a decision by the

PRINCIPAL/EMPLOYER to forfeit the same without assigning any

reason for imposing sanction for violation of this pact.

(xi) The Bidder / Contractor accepts and undertakes to respect and

uphold the Principal’s absolute right to resort to and impose such

exclusion and further accepts and undertakes not to challenge or

question such exclusion on any ground, including the lack of any

hearing before the decision to resort to such exclusion is taken. This

undertaking is given freely and after obtaining independent legal

advice.

(xii) If the Bidder / Contractor can prove that he has restored /recouped

the damage caused by him and has installed a suitable corruption

prevention system, in such a case, it will be discretion of the

Principal to revoke the exclusion prematurely.

(xiii) The PRINCIPAL/EMPLOYER will be entitled to take all or any of the

actions mentioned at Para (i) to (x) above of this Pact also on the

Commission by the BIDDER / CONTRACTOR or any one employed

27

by it or acting on its behalf (whether with or without the knowledge

of the BIDDER / CONTRACTOR), of an offence as defined in Chapter

IX of the Indian Penal code, 1860 or Prevention of corruption Act,

1988 or any other statute enacted for prevention of corruption.

(xiv) The decision of the PRINCIPAL / EMPLOYER to the effect that a

breach of the provisions of this Pact has been committed by the

BIDDER / CONTRACTOR shall be final and conclusive on the

BIDDER / CONTRACTOR. However, the BIDDER / CONTRACTOR

can approach the Independent Monitor (s) appointed for the

purposes of this Pact.

Fall Clause

The BIDDER / CONTRACTOR undertakes that it has not supplied / is

not supplying similar product / systems or subsystems at a price lower than

that offered in the present bid in respect of any other Ministry / Department

of the Govt. of India or PSU and if it is found at any stage that similar product

/ systems or subsystems was supplied by the BIDDER / CONTRACTOR to

the Principal at a lower price, then that very price, with due allowance for

elapsed tie, will be applicable to the present case and the difference in the cost

would be refunded by the BIDDER / CONTRACTOR to the PRINCIPAL /

EMPLOYER, if the contract has already been concluded.

Independent Monitor

The Principal/Employer has appointed an Independent External Monitor

(hereinafter referred to as Monitor)

1) Shri. M. Selvaraj,Ex-Director(Fin)

Flat No.248,Wing D2,Om Shubhkarma CHS Ltd

Karmakshetra,SS Nagar, Mumbai - 400037,

Mobile No: 919833648416,e-mail: [email protected].

2) Shri. R. Ramabadran Krishnan, Ex-Director (HR)

A4, Alkapuri,Bhopal - 462024, Madhya Pradesh.

Mobile No: 09871956222. e-mail: [email protected]

28

(a) The task of the Monitor shall be to review independently and objectively,

whether and to what extent the parties comply with the obligations

under this Pact.

(b) The Monitor shall not be subject to instructions by the representatives

of the parties and perform their functions neutrally and independently.

(c) Both the parties accept that the Monitors have the right to access all

the documents relating to the project / procurement, including minutes

of meetings.

(d) As soon as the Monitor notices, or has reason to believe, a violation of

this pact, he will so inform the authority designated by the Principal

and the Chief Vigilance Officer of Chennai Port Trust.

(e) The BIDDER / CONTRACTOR(s) accepts that the Monitor has the right

to access without restriction to all Project documentation of the

PRINCIPAL including that provided by the BIDDER / CONTRACTOR.

The BIDDER / CONTRACTOR will also grant the Monitor, upon his

request and demonstration of a valid interest unrestricted and

unconditional access to his project documentation. The same is

applicable to Subcontractors. The Monitor shall be under contractual

obligation to treat the information and documents of the Bidder /

Contractor / Subcontractor(s) with confidentiality.

(f) The Principal / Employer will provide to the Monitor sufficient

information about all meetings among the parties related to the Project

provided such meetings could have an impact on the contractual

relations between the Principal and the Contractor. The parties offer to

the Monitor, the option to participate in such meetings.

(g) The Monitor will submit a written report to the designated Authority of

Principal / Employer / Chief Vigilance Officer of Chennai Port Trust

within 8 to 10 weeks from the date of reference or intimation to him by

the Principal / Employer / Bidder / Contractor and should the occasion

arise, submit proposals for correcting problematic situation.

(h) As soon as the Monitor notices, or believes to notice, a violation of this

agreement, he will so inform the Management of the Principal and

29

request the Management to discontinue or to take corrective action, or

to take other relevant action. The Monitor can in this regard submit

non-binding recommendations. Beyond this, the Monitor has no right

to demand from the parties that they act in a specific manner, refrain

from action or tolerate action.

(i) If the Monitor has reported to the Principal substantiated suspicion of

an offence under the Indian Penal Code, 1860 / Prevention of

Corruption Act,1988 and the Principal / Employer has not, within

reasonable time, taken visible action to proceed against such offence or

reported to the Chief Vigilance Officer, the Monitor may also transmit

this information directly to the Central Vigilance Commissioner,

Government of India.

(j) The word ‘Monitor’ would include both singular and plural. Facilitation of Investigation

In case of any allegation of violation of any provisions of this Pact or

payment of commission, the PRINCIPAL / EMPLOYER or its agencies shall be

entitled to examine all the documents including the Books of Accounts of the

BIDDER / CONTRACTOR and the BIDDER / CONTRACTOR shall provide

necessary information and documents in English and shall extend all possible

help for the Purpose of such examination.

Other Provisions Changes and supplements as well as termination notices need to be

made in writing. Side agreements have not been made.

If the Contractor is a partnership or a consortium, this agreement must

be signed by all partners or consortium members.

Law and Place of Jurisdiction This Pact is subject to Indian Law. The place of performance and

jurisdiction is the seat of the PRINCIPAL / EMPLOYER.

Other Legal Actions

The actions stipulated in this Integrity Pact are without prejudice to any other

legal action that may follow in accordance with the provisions of the extant

law in force relating to any civil or criminal proceedings.

30

Validity

The validity of this Integrity Pact shall be from date of its signing and

extend upto 5 years or the complete execution of the contract to the

satisfaction of both the PRINCIPAL and the Bidder / Contractor including

warranty period whichever is later. In case Bidder / Contractor is

unsuccessful, this Integrity Pact shall expire after six months from the date of

the signing of the contract.

If any claim is made/lodged during this time, the same shall be binding

and continue to be valid despite the lapse of this pact as specified above,

unless it is discharged/determined by the Chennai Port Trust.

Should one or several provisions of this Pact turn out to be invalid, the

remainder of this Pact shall remain valid. In this case, the parties will strive

to come to an agreement to their original intentions.

Equal treatment of all Bidders / Contractors /Sub-Contractors

(a) The Bidder / Contractor undertake to demand from all sub-

contractors a commitment in conformity with this Integrity Pact, and

to submit it to the Principal before contract signing.

(b) The Principal will enter into agreements with identical conditions as

this one with all Bidders / Contractors and Sub-Contractors.

(c) The Principal will disqualify from the tender process all Bidder /

Contractors who do not sign this pact or violate its provisions.

The parties hereby sign this Integrity Pact at on -------------.

The Principal represented BIDDER / CONTRACTOR by the Chairman, Chennai Port Trust

Name of the Officer Name Designation Designation Witness 1 Witness 1 Name & address Name & address

Witness 2 Witness 2 Name & address Name & address Place: Date: