SlideShare a Scribd company logo
1 of 95
Download to read offline
“
Iss
Ti
La
of
Ti
of
Co
Ea
P
Of
Ch
Co
W
Co
Ke
TEN
“DESIGN, SU
FIGH
sue of tender
ime and date
ast date and ti
f techno comm
ime and date
f techno comm
ost of Tender
arnest Money
robable Amo
ffice of the
hief Mechani
ochin Port Tr
Willingdon Isla
ochin-682 00
erala,India.
NDER No. D
UPPLY, INST
HTING FACIL
documents
of Pre-bid me
ime of submis
mercial and pr
of opening
mercial bid
r Documents
y Deposit
ount of Contra
cal Engineer,
rust,
and,
9.
COCHI
3/T-1/Q4 Fire
Tender Doc
TALLATION
LITIES AT Q
: F
eeting :
ssion
rice bid :
act
IN PORT TR
e Fighting (R
cument for the
N, TESTING
Q4 BERTH O
From 01-06-
11.00 Hrs. o
14.00 Hrs. o
: 14.30 Hrs. o
: Rs.10,500/-
: Rs.8,00,000
: Rs.8,20,00,
Phone :
:
Fax :
E-mail :
Website :
RUST
RT)/12-M date
e work of
AND COMM
OF COCHIN P
2012
n 08-06-2012
n 22-06-2012
on 22-06-2012
0/-
,000/-
+91 484 266
+91 484 266
+91 484 266
dycme@coch
www.cochin
ed 01-06-2012
MISSIONING
PORT TRUS
2
2
2
66639,
66871 Extn:23
6639
hinport.gov.in
nport.gov.in
2
G OF FIRE
T”
300
n
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
2
Contents
Section I Tender Notice ......................................................................................................3
Section II Instructions to Tenderer ...................................................................................5
Section III General Conditions of Contract ...................................................................10
Section IV Special Conditions..........................................................................................16
Section V Scope of Work..................................................................................................19
Section VI Pump House details........................................................................................28
Annexure I Approved List of sub vendors......................................................................47
Annexure II List of Procedure to be submitted by the Contractor.............................48
Annexure III List of Records to be submitted by the Contractor................................49
Annexure IV Welding Specification................................................................................50
Annexure V Specification for Mortar Lining.................................................................57
Annexure VI Specification for Painting..........................................................................58
Annexure VII Proforma of Integrity Pact ......................................................................62
Annexure VIII Proforma of Undertaking.......................................................................67
Annexure IX Proforma of Disclosure of Payment .........................................................68
Annexure X Proforma of Undertaking ...........................................................................69
Annexure XI Proforma of Undertaking..........................................................................70
Appendix A Electrode Qualification Test Record .........................................................71
Appendix B Welding Procedure Specification ...............................................................72
Appendix C Procedure Qualification Record ................................................................73
Appendix D Manufacturer’s Record of Welding...........................................................74
Appendix E Welder’s Identification Card......................................................................76
Appendix F Radiographic Procedure for Pipe Welding ...............................................77
Appendix G Drawings of Monitor Tower.......................................................................78
Schedule A List of Documents to be submitted..............................................................82
Schedule B Price Schedule ...............................................................................................83
Schedule C Details of Financial Stability........................................................................85
Schedule D Structure of Organisation ............................................................................86
Schedule E Concurrent Commitments ...........................................................................87
Schedule F Details of Experience.....................................................................................88
Schedule G List of Deviations ..........................................................................................89
Form I Form of Agreement..............................................................................................90
Form II Proforma of Bank Guarantee............................................................................92
Form III No Claim Certificate.........................................................................................94
Form-IV Format Of Bank Guarantee For EMD ...........................................................95
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
3
Section I Tender Notice
1.01. Sealed tenders in two cover system are invited by The Chief Mechanical Engineer, Cochin Port
Trust, Willingdon Island, Cochin 682 009 for “DESIGN, SUPPLY, INSTALLATION, TESTING
AND COMMISSIONING OF FIRE FIGHTING FACILITIES AT Q4 BERTH OF COCHIN
PORT TRUST” as per the Scope of Work (Section V)
1.02. The tenders should be submitted in accordance with the Instructions to Tenderer, General
Conditions of Contract, Special Conditions, Scope of Work and detailed Technical Specification
etc. as enumerated in the tender documents.
1.03. The tender documents can be downloaded from our website www.cochinport.gov.in. The cost of
tender document Rs.10,500/- including VAT is to be remitted in the form of the banker’s
cheque/DD in favour of F.A.&C.A.O, Cochin Port Trust, payable at Cochin and has to be
submitted along with the tender. Tenders without the cost of tender document will not be accepted.
Downloaded document is to be printed in a clearly readable form in A4 size sheet for submission.
The downloaded tender documents if found tampered with by way of any deviation from the
original document hosted on website, will result in disqualification.
1.04. The tender document can also be purchased from the office of the Chief Mechanical Engineer on
all working days from 01-06- 2012 to 14:00 Hrs on 22-06-2012 on payment of non-refundable
tender fee of Rs.10,500/- including VAT, in the form of banker’s cheque or DD drawn in favour
of the FA&CAO, Cochin Port Trust, payable at Cochin, being the cost of single copy of the tender
document. Tender documents can also be obtained by any firm in India by speed post against an
additional amount of Rs.100/-. Tenders that are not submitted in the prescribed format will be
rejected.
1.05. Tender document should be submitted so as to reach the office of the Chief Mechanical Engineer,
Cochin Port Trust, Willingdon Island, Cochin 682 009 not later than the closing time and date as
indicated in the time schedule at Clause No.1.09.
1.06. The Tenderer have to execute an “Integrity Pact” (IP) as per the format attached in Annexure VII
of this tender document. Integrity pact shall cover the tender throughout its various phases and it
would be deemed as a part of the contract. The Tenderer should sign and submit an “Integrity
Pact” to be executed between the Tenderer and Cochin Port Trust along with the Tender in a
separate envelope superscribing “Integrity Pact”. Tenders not accompanied with IP will be
rejected. IP would be implemented through an Independent External Monitor (IEM). The IEM for
this tender is Shri. P.C. Cyriac I.A.S (Rtd), 28/3551-B, Waterfront Enclave, Off Chilavannoor
Road, Cochin 682 020. The Integrity Pact duly signed shall be placed in envelope A Techno-
Commercial bid.
1.07. The tender should be accompanied by Earnest Money Deposit (EMD) amounting to Rs.8,00,000/-
by way of Banker’s Cheque or Demand Draft issued by Nationalized/ Scheduled banks,
encashable in Cochin, drawn in favour of F.A. & C.A.O., Cochin Port Trust. The EMD shall be
placed in envelope A Techno-Commercial bid.
1.08. EMD can be submitted by way of Bank Guarantee issued from any Scheduled Bank or
Nationalized Bank as per format (Form IV) attached along with this tender document.
1.09. Time schedule for various activities in connection with this tender will be as follows:
Sale of tender document : From 01-06- 2012
Pre-bid meeting : 08-06-2012, 11:00 Hrs
Last date of submission of technical & price bid : 22-06-2012, 14:00 Hrs.
Opening of Techno Commercial bid : 22-06-2012, 14:30 Hrs.
Opening of price bid of qualified Bidders : Will be announced later.
1.10. It is obligatory on the part of the Tenderer to seal and sign each and every page of the tender
document as a token of acceptance of all the conditions mentioned in the document, while
submitting their tender.
1.11. Tenders, which do not fulfill all, or any of the above conditions, or are incomplete in any respect,
are liable to rejection.
1.12. Tenderer should send a letter of authorization with an attested specimen signature of their
representatives who are deputed by them to be present at the time of opening of the tenders.
1.13. The Tenderers should give an undertaking that they have not made any payment or illegal
gratification to any person / authority connected with the tender process so as to influence the
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
4
Tender process and has not committed any offence under the PC Act in connection with the
Tender as per the proforma at Annexure VII .
1.14. The Tenderer shall disclose any payments made / proposed to be made to the intermediaries in
connection with the tender as per the proforma at Annexure IX . In case no payment is made or
proposed to be made, a NIL statement shall be given.
1.15. The tenderers should give an undertaking in Annexure X that no changes have been made in the
downloaded document.
1.16. All Tenderers are advised to visit the work site before submitting their offer in order to make
themselves fully aware of the work conditions. Cochin Port Trust will not be responsible for any
cost or expenses incurred by the Tenderer in connection with the preparation or delivery of the
tenders including cost and expenses related to visits to the sites.
1.17. The Cochin Port Trust reserves the right to accept or reject any or all of the tenders received
without assigning any reason.
1.18. Tender documents are non-transferable. Tenderer should obtain the tender document in their own
name and submit their tenders directly.
1.19. The tenders containing uncalled remarks or any additional conditions are liable to summary
rejection.
1.20. Disputes if any shall be under the jurisdiction of courts in Cochin Corporation limits only.
1.21. This tender notice shall form part of the contract.
Chief Mechanical Engineer
For and on behalf of the Board of Trustees of
The Cochin Port Trust
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
5
Section II Instructions to Tenderer
2.01. SCOPE OF TENDER: Sealed tenders in two-cover system are invited from eligible Tenderer for
“DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF FIRE
FIGHTING FACILITIES AT Q4 BERTH OF COCHIN PORT TRUST” as per the scope of work
given in Section V.
2.02. PROVEN TRACK: The tenderer should have the expertise and proven track record in carrying out
similar works as specified in the Scope of work (Section V ).
2.03. COST OF TENDER DOCUMENTS: The cost of the tender document is Rs 10,500/- inclusive of
VAT.
2.04. MODE OF PURCHASE OF TENDER DOCUMENTS: The Tender document can be downloaded
from Port’s website www.cochinport.gov.in. Cost of tender document i.e. Rs.10,500/- (including
VAT), is to be remitted in the form of the Banker’s Cheque or Demand Draft from a Scheduled/
Nationalized bank having their branch in Cochin drawn in favour of F.A.&C.A.O., Cochin Port
Trust, payable at Cochin and has to be attached in a separate cover along with the tender
submitted. The tender document can also be purchased from the Office of the Chief Mechanical
Engineer, Cochin Port Trust, Willington Island, Cochin 682 009, Kerala, India, from 01-06- 2012
to 14:00 Hrs. on 22-06-2012 during working days, on payment of Rs.10,500/-including VAT in
the form of Banker’s Cheque or Demand Draft (non refundable), from a Scheduled/ Nationalized
bank having their branch in Cochin drawn in favour of FA &CAO, Cochin Port Trust.
2.05. MINIMUM QUALIFICATION CRITERIA (MQC): Tenderer must fulfill the following
minimum qualifying criteria to prove the techno-commercial competence and submit the
documents in support thereof:
2.05.1Firms who have satisfactorily completed similar works in India to their clients during the last
seven years preceding the date of this tender notice, as follows:
2.05.1.1 Three numbers of contract works, each single contract costing not less than Rs.330 lakhs. OR
2.05.1.2 Two numbers of contract works, each single contract costing not less than Rs.410 lakhs. OR
2.05.1.3 One number of contract work costing not less than Rs.660 lakhs.
(Similar works means design, supply, installation, testing and commissioning of fire fighting
facilities including foam lines and monitors for Oil Terminals/Ports/Refineries/Petrochemical
industry handling Class-A products.)
Note: Copy of work order duly notarized, proving MQC stated at clause 2.05.1 above and
completion certificate issued by the client for the work should be submitted along with the tender.
2.05.2Average annual financial turnover of the tenderer should be not less than Rs. 250 lakhs during the
last three (3) years, taken together ending 31st March 2011. The details may be furnished as
required in “Schedule C”.
2.06. The Tenderer is expected to examine all instructions, forms, terms and specifications etc. in the
tender document. Failure to furnish all information or documentation required by the Tender
documents may result in the rejection of Tender.
2.07. M/s. IRS shall be the consultant of Cochin Port Trust for the project.
2.08. Bidder shall furnish basic design and general arrangement drawings of fire fighting facilities at Q4.
The scope of work and applicable codes and regulations are given in section-V of this document.
The basic design submitted by the tenderer will be scrutinised by M/s. IRS for compliance with
requirements of this tender. Only those tenders complying with the technical requirements of
tender as recommended by M/s. IRS will be treated as technically qualified.
2.09. Bidders have the option to incorporate modifications suggested by M/s. IRS and submit modified
design and drawing without varying the price quoted.
2.10. If the bidder does not have expertise in designing fire-fighting systems, they can appoint a
consultant for the same.
2.11. SUBMISSION OF TENDER: Completed tenders shall be submitted to office of the Chief
Mechanical Engineer before the due date and time for receipt of tender as mentioned in clause 1.09
of the Tender Notice. Cochin Port Trust may at its discretion extend the date for receipt of tenders.
Tenders received after the aforesaid time and date or the extended time and date, if any, will be
rejected and returned unopened to the Tenderer. Tenderer can also submit the complete tender
through Courier or Registered Post. However, Tenderer should ensure while sending the tender
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
6
through Courier or Registered post that the tender reaches office of the Chief Mechanical Engineer
on or before the last date and time of submission of tender.
2.12. EMD: The tender shall be accompanied by Earnest Money Deposit of Rs.8,00,000/-. The tender
not accompanied with EMD will be treated as non responsive and will be rejected. The Earnest
Money Deposit shall be submitted in the form of demand draft/banker’s cheque drawn in favour of
FA &CAO, Cochin Port Trust, Cochin from any Scheduled Bank or Nationalized Bank, having its
branch in Cochin. EMD can be submitted by way of Bank
Guarantee issued from any Scheduled Bank or Nationalized Bank as per format (Form IV)
attached along with this tender document.
2.13. Tender document submitted shall be duly filled in, all schedules and annexure as required, signed
and stamped in all pages.
2.14. Details of Financial Stability: Report on the financial standing of the Tenderer including average
annual turnover for the last three years should be submitted in Schedule C. The financial turnover
with regard to the above should be accompanied with the notarized copies of auditor’s report along
with balance sheets for the past three years ending 31st March 2011 or their financial ending
period. The Tenderer shall ensure that he is fulfilling the pre-qualification criteria as regards to
turnover as detailed at clause no: 2.05.2 above.
2.15. The Tenderer should possess a Solvency Certificate, issued by a Nationalized/Scheduled Bank, to
prove the capacity of the tenderer to undertake the work of this magnitude and covering the
tendered amount and he should submit the same along with the techno-commercial Bid.
2.16. Structure of Organization: Details of the structure of the organization including name of directors,
nature of organization, contact person etc. should be filled in Schedule D and should be attached
along with the tender.
2.17. Power of attorney for the signatory of the tender and for carrying out the works when awarded
should be enclosed along with the tender.
2.18. Details of Concurrent Commitments if any should be furnished in Schedule E .
2.19. Details of Experience: Tenderer shall give the information regarding their experience in design,
supply, erection, testing and commissioning of firefighting system including foam lines along with
valves and accessories for Oil Terminals/Ports/Refineries/petrochemical industry handling Class-A
products as per Schedule F.
2.20. Deviations in tender conditions: Tender should be submitted subject to terms and conditions
detailed in this tender document. Any deviations in the tender submitted should be listed in
Schedule G.
2.21. Tenderer shall indicate the make, model, technical specifications etc., of major/ vital items offered
by him, enclosing printed pamphlets/ catalogues/ brochures of the makers.
2.22. An undertaking that no payment or illegal gratification has been made to any person/authority
connected with the Tender process has to be furnished in
2.23.
2.24. Annexure VIII .
2.25. Disclosure of payment made/ proposed to be made to the intermediaries in connection with the
tender has to made in Annexure IX .
2.26. An undertaking that no changes have been made in the tender document downloaded has to be
furnished in Annexure X .
2.27. An undertaking that “ENVELOPE B” does not contain any techno-commercial condition has to be
furnished in Annexure XI .
2.28. Bidders are required to submit their price bid in Schedule B only.
2.29. Tenderer shall complete all the Schedules with all the information called for therein and sign with
date and stamp all the pages of the tender document and the Schedules. Any tender not so
complete is liable to be rejected. The Form of Tender and Schedules shall not be defaced in any
way whatsoever or detached from the Conditions of Contract. The Tenderer should not submit
their offer with any conditions/ counter conditions anywhere in the tender document. The
conditional tenders, if any, shall be considered as non-responsive and shall be summarily rejected.
All the documents submitted should be bound / filed, indexed and page numbered. The Tenderer
shall examine all the tender conditions and specifications etc. in the tender document. The
Tenderer shall execute an “Integrity Pact”, as per the format in Annexure VII , duly signed and
sealed on all pages and to be enclosed in Envelope A. Tender submitted without Integrity Pact,
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
7
duly executed will be rejected. One copy of the Integrity Pact duly signed by the Employer will be
given to the successful Tenderer, while accepting their offer.
2.30. DOCUMENT PRESENTATION: Tender shall be submitted in two separate sealed covers
“ENVELOPE A" and “ENVELOPE B”.
2.28.1 ENVELOPE A: Shall be sealed and superscribed with words “DESIGN, SUPPLY,
INSTALLATION, TESTING AND COMMISSIONING OF FIRE FIGHTING FACILITIES AT
Q4 BERTH OF COCHIN PORT TRUST”, ENVELOPE A, Techno-Commercial Bid”. It shall
contain the following:
2.28.1.1 Cost of Tender document.
2.28.1.2 Earnest money Deposit.
2.28.1.3 Integrity Pact duly signed and sealed.
2.28.1.4 Basic design of fire fighting facilities at Q4 berth, as per scope of work of this tender.
2.28.1.5 Layout drawing of fire fighting facilities at Q4 berth.
2.28.1.6 Tender documents duly filled (except price schedule) signed and stamped on all pages.
2.28.1.7 Copy of work orders duly notarized proving MQC.
2.28.1.8 Performance report of work from clients.
2.28.1.9 Copies of profit and loss statement, balance sheets and auditor’s report/annual report for
the past 3 years.
2.28.1.10 Copies of CST, VAT, TIN, PAN.
2.28.1.11 Power of Attorney in favour of person authorized to sign the tender document.
2.28.1.12 Schedules A, C, D, E, F, G and Annexure VII to XI and of this tender
document (except price bid) duly filled and signed.
2.28.1.13 Printed pamphlets/ catalogues/ brochures of the makers showing make, model, technical
specifications of vital components.
2.28.2 ENVELOPE B: Shall be sealed and superscribed with words, “DESIGN, SUPPLY,
INSTALLATION, TESTING AND COMMISSIONING OF FIRE FIGHTING FACILITIES AT
Q4 BERTH OF COCHIN PORT TRUST”, ENVELOPE B, Price Bid.
2.28.2.1 Envelope B shall contain only the price bid.
2.28.2.2 The Price Bid shall be free from any corrections.
2.28.2.3 Disclosure / indication of the Price(s) in the Techno- Commercial Bid shall make the
Tender to be disqualified and rejected.
2.28.2.4 Tenderer should quote one price only for each item. Declaring price discrimination by
showing optional/ alternative model may lead to rejection of the complete offer.
2.28.2.5 The prices shall be written both in words and figures and in case of any deviation, prices in
words shall be valid and binding. In case of any error in total amount indicated by
Tenderer, the unit price alone shall be considered valid and binding on Tenderer.
2.28.2.6 Corrections should be duly attested by the signature(s) of the Tenderer(s) with date.
2.28.2.7 Cochin Port Trust shall not provide any forms for getting any exemptions from payment of
duties and taxes.
2.28.3The two sealed envelopes (i.e. Envelope - "A" and Envelope - "B") as mentioned above shall again
be put together in one common cover and sealed. This sealed cover shall be addressed to the Chief
Mechanical Engineer, Cochin Port Trust, Cochin 682 009, and shall be super scribed as Tender
No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012, “DESIGN, SUPPLY,
INSTALLATION, TESTING AND COMMISSIONING OF FIRE FIGHTING FACILITIES AT
Q4 BERTH OF COCHIN PORT TRUST”.
2.31. The Earnest Money Deposit of unsuccessful Tenderer shall be returned after award of contract to
the successful Tenderer. The EMD of successful Tenderer will be refunded on submission of
security deposit (in Form II) as per the tender clause and executing the agreement (in Form I) as
per tender clause.
2.32. No interest will be allowed on the Earnest Money Deposit from the date of its receipt until it is so
refunded.
2.33. The Earnest Money Deposit in the form of Bank Guarantee/Cheque will not be accepted under any
circumstances.
2.34. The EMD shall be forfeited under following circumstances:
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
8
2.32.1In the event of the Tenderer withdrawing/modifying his tender before the expiry of tender validity
of 120 days from the date of submission and opening.
2.32.2Failing to enter into an agreement with Cochin Port Trust upon award of contract as required in the
tender, or fails to furnish the necessary bank guarantee towards performance within 30 days from
the date of issue of work order, the tender shall be liable to be cancelled and EMD shall be
forfeited.
2.35. WITHDRAWAL OR MODIFICATIONS: Any withdrawal or modifications are permitted only on
request in writing till last date and time of submission of the Tender, that means the tender cannot
be withdrawn or modified after the last date and time of submission and in case the Tenderer
modifies or withdraws his tender after the last date and time of submission of tender, the tender
shall liable to be cancelled and EMD shall be forfeited.
2.36. AMENDMENT OF TENDER DOCUMENT:
2.36.1. At any time prior to the deadline for the submission of Tenders, Cochin Port Trust, for any
reason, whether at his own initiative or in response to tender, may modify the Tender document by
an amendment.
2.36.2. The amendment in the form of addendum will be sent by e-mail/fax/letter to all
prospective Tenderer who have collected the tender document directly from Cochin Port Trust, to
arrive not later than 5 days prior to deadline for submission of tender. The Tenderer should
promptly acknowledge the receipt by Fax to the Employer.
2.36.3. Any amendments issued will be hosted in the website at least 5 days prior to the dates
specified for submission of the tender. All the Tenderer who have downloaded the tender
document shall verify if any such amendment/ modifications have been issued before submitting
their Tender and shall take cognizance of and include such amendment(s) in their submission. In
any case the amendment(s)/modification(s) if any, shall be binding on the Tenderer. No separate
notice/intimation of amendments/ modifications will be sent to those who have downloaded the
document from the web.
2.36.4. The Employer may at his discretion to extend deadline for the submission of Tenders to
enable prospective Tenderer to take the amendment into account while preparing the Tender.
2.37. PRE-BID MEETING: A prospective Tenderer requiring any clarification of the tender shall
submit their queries in writing in advance or at least three days before the Pre-Bid meeting. The
clarifications of these queries will be given in writing by Cochin Port Trust on later date and Final
date of submission of tender shall be intimated accordingly.
2.38. OPENING OF THE TENDERS:
2.38.1. Techno-Commercial Bid, i.e. Envelope "A", will be opened at 2.30 pm on 22-06-2012, in
the presence of those Tenderers who may wish to be present. After opening the Envelope "A", the
names of the Tenderer will be announced.
2.38.2. The Envelope "B" ie. Price Bid shall be opened on the date so fixed by the Employer. The
Envelope "B" will be opened only of those Tenderer who will qualify in the Techno-Commercial
Bid. The Tenderer qualified in Techno-Commercial Bid will be informed in writing to attend the
Price Bid opening.
2.38.3. The Tenderer who wish to witness the tender opening shall send letter of authorization
with attested specimen signature of their representative who are deputed to attend the opening of
tenders. Representative without such authorization letters may not be permitted to be present to
witness the tender opening.
2.39. To assist in the examination, evaluation and comparison of tenders, Employer may ask Tenderer,
individually for clarification of their tender. The request for clarification and the response shall be
sent in writing by post, E-mail and fax, but no change in price or substance of the tender shall be
sought, offered or permitted.
2.40. DETERMINATION OF RESPONSIVENESS: The tender which does not satisfy the pre-
qualification criteria shall summarily be rejected and shall not be considered for further evaluation.
The Port will scrutinize the tenders to determine whether the tender is substantially responsive to
the requirements of the tender documents. For the purpose of this clause, a substantially responsive
tender is one which inter-alia confirms to all the terms & conditions of the tender documents
without any deviation or reservation. A tender that, in relation to the cost estimate of the Port, is
seriously unbalanced may be rejected as non-responsive.
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
9
2.41. Canvassing in connection with the tender is strictly prohibited and the tenders submitted by the
contractors who resort to canvassing will be liable for rejection.
2.42. EVALUATION AND COMPARISON OF TENDERS: Only such tenders, as determined to be
substantially responsive to the requirements of the tender documents will be evaluated. Other non-
responsive tenders will be rejected. The Port's decision on this shall be final, conclusive and
binding.
2.43. VALIDITY OF TENDER: The tender shall remain valid and open for acceptance for a period of
120 days from the last date fixed for receiving the same. The Cochin Port Trust may request the
tenderers to extend the period of validity for a specific period. The request and response thereto
shall be made in writing by post or by fax. The Tenderer will have an option to refuse the request
without forfeiting their EMD. However in the event of the Tenderer agreeing to the request, they
will not be permitted to modify the tender.
2.44. ACCEPTANCE OF TENDER: The Employer does not bind itself to accept the lowest or any
tender and reserves the right to accept any tender in part or to reject any tender or all tenders
without assigning any reasons whatsoever.
2.45. AWARD OF CONTRACT: The employer shall award the Contract to the Tenderer whose offer
has been determined to be the lowest evaluated Tender and is substantially responsive to the tender
document.
2.46. NOTIFICATION OF AWARD:
2.46.1. Prior to the expiration of the period of Tender validity or extended validity, the Employer
shall notify the successful Tenderer, in writing, that his tender has been accepted. Until a formal
contract is prepared and executed, the notification of award and form of tender shall constitute a
binding contract.
2.46.2. Upon the successful Tenderer furnishing Security Deposit and executing the agreement,
the Employer will promptly notify each unsuccessful Tenderer and will discharge their EMD.
2.47. LANGUAGE OF THE TENDER: The tender submitted by the Tenderer and all correspondence
and documents relating to the tender exchanged by the Tenderer and the Employer shall be written
in ENGLISH LANGUAGE. Any printed literature, other than in English language shall be
accompanied by an English translation, in which case for purpose of interpretation of the tender,
the English translation shall govern.
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
10
Section III General Conditions of Contract
3.01. DEFINITIONS: In the Contract (as hereinafter defined) the definition of the following words and
expressions shall have the meanings hereby assigned to them except where the context otherwise
requires:
3.02. "Employer" means Board of Trustees of Cochin Port, a body corporate under the Major Port Trust
Act.1963, by notification issued by the Government of India, acting through its Chairman, Dy.
Chairman or Chief Mechanical Engineer or any other officers so nominated by the Board.
3.03. "Contractor” means the person or persons, firm, corporation or company whose tender has been
accepted by the Employer and includes the Contractor's servants, agents and workers, personal
representatives, successors and permitted assigns.
3.04. "Contract" means and includes Tender Documents, Instructions to Tenderers, General Conditions
of Contract, Drawings, Specifications, and Schedules etc., any amendments thereto, Bid, Letter of
Acceptance and the Contract Agreement.
3.05. "Contract Price" means the total sum of money to be paid by the employer to the contractor on
timely completion of the contract work as per Contract including payment for extra work, i.e. as
per defined and applicable items of the terms of payment, including any taxes and excise duties to
be paid to state or central Government.
3.06. "Specifications" means the specification referred to in the tender documents and any modifications
thereof or additions thereto or amendments thereto as may be from time to time be furnished or
approved in writing by the Employer.
3.07. “Chief Mechanical Engineer” shall mean the Chief Mechanical Engineer of Cochin Port Trust and
includes any officer who is authorized on his behalf for the purpose of this contract.
3.08. "Work" or "Works" shall mean the whole of the plant and materials to be provided and work to be
done executed or carried out by the contractor under the contract.
3.09. The "Site" shall mean the whole of the premises, buildings and grounds in or upon which the
system or works is or are to be provided, executed, erected, done or carried out.
3.10. The "Schedule" shall mean the schedule or Schedules attached to the specifications.
3.11. The "Drawings" shall mean the drawings, issued with the specification which will ordinarily be
identified by being signed by the Chief Mechanical Engineer and any further drawing submitted by
the contractor with his tender and duly signed by him and accepted or approved by the Chief
Mechanical Engineer and all other drawings supplied or furnished by the contractors or by the
Chief Mechanical Engineer in accordance with these contract conditions.
3.12. “Trials" and "Tests" shall mean such trials and tests as are provided for in these conditions of
contract and described in the specification and shall include all other tests to be carried out as per
the requirement of the ‘employer’.
3.13. "Approved" or "Approval" shall mean approval in writing.
3.14. "Month" shall mean English Calendar Month.
3.15. “Day” shall mean English Calendar Day.
3.16. “Completion” means the fulfillment of the work and related services by the contractor in
accordance with the terms and conditions set forth in the contract.
3.17. “Tender” means the offer of the contractor along with all other relevant documents as referred to in
the contract.
3.18. “Engineer In-charge” shall mean Executive Engineer/Supdt. Engineer, Tanker Terminal, Cochin
Port Trust or any other Officer nominated by the Chief Mechanical Engineer.
3.19. “TPI” Third Party Inspector.
3.20. The specification given is only intended to cover the principal requirements and is not to be taken
as complete in details. The equipment should be complete in all respect as per Port’s requirements
and to be commissioned to the entire satisfaction of the Engineer-in-charge for this work or his
authorized officers.
3.21. The quoted rates, prices and total amount should be inclusive of basic price/cost and all duties,
taxes and other levies at the prevailing rates and shall also include other charges such as packing,
forwarding, freight, transit and risk insurance etc for delivery at Cochin Port Trust. The percentage
of each taxes and duties included in the prices quoted should be specifically mentioned. Any
statutory variation in the rate of taxes/duties etc from the date of Purchase order but within the
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
11
stipulated time of delivery shall be paid / deducted as the case may be to the contractor subject to
production of documentary evidence. The price shall be quoted in the prescribed format in the
Price Schedule. Statements such as "all taxes and duties applicable will be extra" should be
avoided. The Cochin Port Trust does not have any S.T. concessional forms, such as ‘C’ and 'D'
forms. The rates quoted should be firm without any price variation clauses.
3.22. Any penal interest, penalty or fine payable/paid by the contractor to the Tax Authorities on the
Taxes and Duties shall not be paid/reimbursed by the employer under any circumstances.
3.23. In the event, the Tenderer not indicating the rate of Tax and Duties included in the Price separately
in the bid, the Port shall not pay any change in the rate of taxes and duties including any newly
levied Taxes and Duties during the entire currency of the contract under any circumstances
3.24. Contractor to inform himself fully: The contractor shall be deemed to have carefully examined the
general conditions of contract, specifications, and form of tender and informed himself full
regarding the conditions in which the contract is to be executed, the rules and regulations and all
other matters and things affecting the cost of the work and satisfied himself fully regarding the
sufficiency of his tender to cover all his obligations under the contract.
3.25. Contract Agreement: The successful Tenderer will be required to execute an agreement at his
expense on Hundred Rupees (Rs.100/-) Kerala Stamp Paper in the proper departmental format
(Form I) for the due and proper fulfillment of the contract, within 30 days from the date of issue of
the purchase order. Pending preparation and execution of the contract agreement as above, the
tender submitted by the contractor together with Chief Mechanical Engineer’s letter/fax accepting
the tender shall constitute a binding contract between the Board and the Contractor.
3.26. Security Deposit: The successful Tenderer will be required to furnish Bank Guarantee towards
Security Deposit for 10% of Contract price including taxes & duties on a stamp paper of value
Rs 100/- within 15 days from the date of issue of purchase order. The Bank Guarantee should be
valid for a period of 20 months from date of acceptance of purchase order and the same has to be
extended for a further period as required by Cochin Port Trust to cover the guarantee period. Any
expenditure in this regard will be borne by the Contractor. The proforma of Bank Guarantee for
Security Deposit is given as Form II. The Port Trust may at their option forfeit the Security
Deposit if the contractor fails to carry out the work or perform or observe the conditions of
contract. The Port Trust will also be at liberty to deduct from Security Deposit or from any sums of
money due or that may become due under contract with the contractor that may become due to the
Port Trust. This is without prejudice to the rights of the Trust under the terms of the Contract.
3.27. Completion period: The supply, erection testing and commissioning should be completed within
the stipulated time. However the Contractor should make all efforts to complete the work as early
as possible. If the work is not completed within the stipulated time, liquidated damages, as per
clause 3.28 will be applicable.
3.28. Liquidated Damages: Time is essence of this contract. In the event of failure of the supply,
erection, testing and commissioning the equipment complete in all respects as per specifications,
as ordered within the completion period stipulated in the order/tender the contractor would be
liable to pay liquidated damages. The extension granted of completion time for the delays for
reasons attributable to the contractor will not exonerate the contractor from his liability to pay
liquidated damages. The contractor shall pay to the Board of Trustees of Cochin Port as liquidated
damages and not as penalty for the delay, a sum equivalent to ½ % (one ‘half’ percent) of the
contract price of the item/items per week for such delay or part thereof, the maximum of which
shall not exceed 10% (ten percent) of the contract price. The liquidated damages fixed as above
shall be considered as reasonable compensation without any actual proof of loss or damage. The
Board of Trustees of Cochin Port shall have power to deduct such sum or sums from the money
due to the contractor.
No variation made in the work shall be of any excuse for delay in completing the work nor prevent
the deduction of the said liquidated damages, unless an extension of the completion period shall
have been granted by Chief Mechanical Engineer in writing in respect of such variation.
The liquidated damages paid/ deducted as above shall not relieve the contractor from the
obligation to complete the work order/contract or from other obligations and liabilities under the
contract.
In such events as when the contractor is unable to make any work progress for the reasons not
attributable to him, he shall apply for grant of extension of completion time within 15 days of such
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
12
occurrence of event and Engineer-in-Charge shall examine the merit of the case and accordingly
extension with or without levy of LD shall be given by Cochin Port Trust.
3.29. Force Majeure: Neither party hereto shall be held responsible for any delay or failure to perform
any or all of the obligations imposed upon such party caused by Force Majeure in such a case, the
time for performance of such obligations and the obligations for the other party to the extent that
they are directly or indirectly affected by such occurrence will be extended by a period equal to
that time. Notification of a circumstance of Force Majeure shall be given by Fax addressed to the
other party within 5 working days of its occurrence. This fax shall be confirmed by letter
dispatched within 1 week along with a certificate of the relevant Chamber of Commerce of
confirming the existence of the circumstance of the Force Majeure. Only the following shall be
considered as Force Majeure if they intervene before contractual delivery date and impede
performance, acts of God, war revolutions, fire, floods, epidemics, quarantine restriction, freight
embargoes and acts of State (Excluding power cuts).
However, should such a delay even if due to reason of Force Majeure be protracted for more than
three 3 (months), owner may cancel the contract, subject to the consent of the seller at no charge to
owner in seller’s favour and owner shall be entitled to reimbursement of the amount paid to seller.
3.30. If any foreigner is employed by the contractor to work within the Port premises the latter shall
ensure that such a foreigner possesses necessary permit if any issued by the concerned civil
authority in writing and also 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 held
responsible for the lapse and the Port Trust shall not be liable on any account.
3.31. All safety protection / precaution as per Statutory and Regulatory requirements for the safety of the
workmen, supervisors and materials are to be provided by the contractor.
3.32. When the supply/work is over the contractor should remove all his temporary plants, tools, etc. at
his own expense and leave the whole area used by him in a clear and tidy condition to the
satisfaction of the employer.
3.33. The contractor shall execute the work in such a manner that all the existing structures overhead
lines, existing pipelines, utilities, etc. other than those covered under this contract are not disturbed
/altered / damaged. Any damages caused shall be made good by the Contractor at his own risk and
cost.
3.34. The contractor will have to obey by the various Labour Laws and Regulations including P.F Act,
Workmen compensation Act, Contract Labour (Regulation & Abolition) Act etc. or other Statutory
Requirement if any, if applicable when working in Port premises.
3.35. The men deployed for the work and the materials brought by the Contractor shall be insured at his
own cost and the Port will no way be responsible for the loss / damages to the materials in
connection with the work (assembling, commissioning, testing, guarantee repairs etc). The
Contractor shall insure all his employees against any accidents and indemnify Cochin Port during
the period of his contract and guarantee period.
3.36. Alterations & Additions: Should any alterations or additions to the work as specified in the said
specifications not involving extra cost to the contractor be considered necessary or expedient by
either party and be mutually agreed or in writing, the contractor shall execute the same without any
charge beyond the contract price. But if the Port desires any alterations or additions involving extra
cost to the contractor, the Contractor before executing the same, arrive at a mutual agreement
regarding the cost and time for such alterations and additions.
3.37. Rejections and Replacements: All materials, equipment and workmanship used and employed in
carrying out this contract shall be to the entire satisfaction of the employer. Any portion or
portions of materials, equipment or any of the works done under this contract which may be
considered to be defective or unsatisfactory or not in accordance with the said specifications and
plans and the requirements, which they shall reject and shall be replaced to the satisfaction of
employer at the sole expense of the contractor.
3.38. Royalties on Patented Articles: The contractor shall pay all royalties and other sums of money
which shall be or become due or payable in respect of any patented, registered or protected article
on design which shall be used by him in or about the construction of the system and shall at all
times indemnify the Board and its officers and agents there from and from all actions, suits,
demands and claims in respect of the said royalties and other sums of money or any of them, and
from all costs, charges, damages and expenses in any way arising there out or incidental thereto. In
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
13
other words all intellectual property rights and laws shall be honoured and all liabilities there under
including all expenses incidental thereto shall be met by the contractor who shall be wholly
responsible for the same, and the Board of Trustees of Cochin Port Trust not be liable and
responsible in any manner.
3.39. Indemnify against Accident and Damage: The contractor shall be held liable and responsible for
all accidents or damages to the work during supply, installation and commissioning from
whatsoever cause arising, and chargeable for anything that may be lost, stolen, damaged, removed
or destroyed at any time till the system is accepted by the employer and shall also be held
responsible and guarantee to make good any damage to or defects in the said work or any portion
thereof due to materials, workmanship or design which appear or become known before the expiry
of the guarantee period notwithstanding that such damage/defect might not have been discovered
during the tests or trials or that payment may wholly or partially have been made or that the work
may have been approved earlier as properly completed and no certificate of approval of any work
or materials by the employer shall affect or prejudice the right of the Board of Trustees against the
contractor or be considered conclusive as to the sufficiency of such work or materials. The
contractor shall solely be responsible for and shall make good and compensate any damage or
injury, sustained by any person or property during the construction or working thereof up to the
expiry of the guarantee period occasioned by reason if such defective construction or delivery or
by reason of the failure of any portion thereof, or in consequence of any operations of the
contractor or his agents and he shall also be indemnify and keep indemnified and harmless the
Board of Trustees and their representatives from and against all suits, actions, claims, penalties,
liabilities, cost, expenses and demands whatsoever in connection with the work during the period
of execution of contract and also against losses, damages, compensations, accidents, cost and
expenses incurred.
3.40. Quality of materials and workmanship: All the equipments, components, accessories etc. used
shall be brand new and readily available. All items offered shall be as per approved quality and
standards. They shall be of such design, size and material as to function satisfactorily under the
rated conditions of operation and to withstand the environmental conditions at site. The type test
certificates, routine test certificates and acceptance test certificates are also to be submitted. The
contractor shall execute in the best and most workmen like manner all works according to the true
intent and meaning of the specifications of the contract and complete the same to the entire
satisfaction of the employer.
3.41. Obligation to carry out Inspector’s Instructions: The contractor shall also satisfy the Port Trust that
adequate provision has been made (i) to carry out his instructions fully and with promptitude; (ii)
to ensure that parts required to be inspected before use are not used before inspection and (iii) to
prevent rejected parts being used in error. Where parts rejected by the Port Trust have been
rectified or altered, such parts shall be segregated for separate inspection and approval before
being used in the work.
3.42. Responsibility for completeness: Any fittings of accessories which may not be specifically
mentioned in the specification but which are usual or necessary are to be provided by the
contractor without extra charge and the plant must be complete in all details.
3.43. Workmen Compensation: The contractor shall indemnify the Employer in the event of the
Trusties being held liable to pay compensations for the injury to any of the contractor’s servants or
workmen under the Indian Workmen’s Compensation Act, 1923 as amended from time to time and
shall take an Insurance Policy covering all risks under the Act and shall keep the same renewed
from time to time as necessary for the duration of the contract and produce the same to the
Employer On demand whenever so required.
3.44. Work on Sundays and holidays: No delivery of equipments/ work shall be carried out on Sundays
and other holidays and beyond working hours on working days without the sanction in writing of
the officer concerned. The working hours of the Port Trust are from 8:00 AM to 5:00 PM on all
week days with half an hour interval between 12 noon to 12.30 PM
3.45. Sum payable by way of compensation to be considered as reasonable compensation without
reference to actual loss: All sums payable by way of compensation under any of these conditions
shall be considered as reasonable compensation to be applied to the use of the Board without
reference to the actual loss or damage sustained and whether or not any damage shall have been
sustained.
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
14
3.46. Changes in constitution of firm: In the case of a tender by partners any change in the constitutions
of the firm shall be forthwith notified by the contractor to the Chief Mechanical Engineer for his
information.
3.47. Settlement of dispute: In the event of any dispute in the interpretation of any of the clauses of this
Agreement, it is hereby agreed to settle the dispute amicably by mutual discussions/ negotiations.
In the event of failure of mutual negotiations/discussions, the matter can be referred to Arbitration
as provided here in below.
The parties shall jointly appoint a sole Arbitrator to resolve the dispute. In the event the parties do
not agree upon the Arbitrator within four weeks after one party has claimed for arbitration in
writing, each party will nominate an Arbitrator of their choice and two Arbitrators so nominated
shall choose a 3rd Arbitrator. The award of the Arbitrator so appointed shall be final and
conclusive and binding on all parties to the Agreement subject to the provision of the Arbitration
and Conciliation Act, 1996, as amended from time to time or any statutory re-enactment thereof
for the time being in force. The Arbitrator shall decide by whom and in what proportions the
Arbitrator's fees as well as cost incurred in Arbitration shall be borne. The Arbitrator may, with the
consent of the parties extend the time, from time to time, to make and publish award, as the case
may be. The venue of Arbitration shall be Cochin.
3.48. Governing Law: The contract shall be governed by and interpreted in accordance with the laws of
India, unless otherwise specified in special conditions of contract. Any suit or other proceedings
relating to this contract shall be filed, taken by the contractor in a Court of Law only in Cochin.
Any work of an electrical nature to be executed under the contract shall comply with provisions of
The Electricity Act 2003 (Central Act 36 of 2003) and the Rules there under for the time being in
force.
3.49. Dock Safety: For the work carried out within dock area in the vicinity of any wharf or quay, the
contractor shall abide by all the provisions of the Dock Workers (Safety, Health &Welfare)
Regulation 1990.
3.50. Phasing of work: The contractor will be required to furnish a phased programme of the works as to
how he intends to complete the work to the Employer immediately on receipt of the work order
and to proceed with the preliminary preparations. The Contractor shall indicate separate definite
times for completion of various parts of the work. He will be required to adhere to such
programme so as to complete the entire work within the stipulated completion period. Within
fifteen days from the date of receipt of Employers Letter of Intent, the successful
tenderer/contractor shall submit s detailed Computerized squared network chart (PERT/CPM
Chart) with month-wise milestones indicating clearly the physical and financial progress of the
work free of cost to the Employer. The employer will monitor the progress of work in accordance
with the chart so submitted. Should there be any delay attributed to any reason whether on the part
of Employer or on the Contractor, the contractor shall make available a revised squared Network
Chart PERT/CPM with original actual scheduled dates and fresh revised dates separately for each
milestone as and when requested by the Employer free of cost. This arrangement will continue till
the deliveries, erection and commissioning are enacted and the contract work completed. The
PERT/CPM chart should be computerized and easily reproducible/modified. The soft copy of the
PERT/CPM network should also be made available to the Employer free of cost along with the
prints of the chart.
3.51. Subcontracting: The contractor shall notify the Employer in writing of all subcontracts awarded
under the contract if not already specified in the tender. Such notification, in the original Tender or
later shall not relieved the Contractor from any of its obligations, duties, responsibilities, or
liability under the contract.
3.52. Extension of time: If at any time during performance of the contract, the contractor or its sub
contractors should encounter conditions impeding timely delivery of the goods or completion of
related services, pursuant to clause 3.27 of General conditions of contract, the contractor shall
promptly notify the employer in writing of the delay, its likely duration, and its cause. As soon as
practicable after receipt of the contractor’s notice, the employer shall evaluate the situation and
may at its discretion extend the contractor’s time for performance, in which case the exertion shall
be ratified by the parties by amendment of the contract.
Except in case of force majeure, as provided under clause 3.29 of General conditions of contract, a
delay by the contractor in the performance of its delivery and completion of obligations shall
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
15
render the contractor liable to the imposition of liquidated damages pursuant to clause 3.28 of
General conditions of contract, unless an extension of time is agreed upon, pursuant to this clause.
3.53. Termination:
3.53.1. Termination for Default: The Employer, without prejudice to any other remedy for the
breach of Contract, by written notice of default sent to the Contractor, may terminate the contract
in the whole or in part:
3.53.1.1. If the contractor fails to complete the work within the period specified in the Contract, or
within the any extensions granted by the Employer pursuant to Clause 3.52 above.
3.53.1.2. If the contractor fails to perform any other obligation under the contract
3.53.1.3. If the contractor, in the judgment of the Employer has engaged in fraud and corruption, in
competing for or in executing the contract.
3.53.2. Termination for Insolvency: The Employer may at any time terminate the Contract by
giving notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent. In such
event, termination will be without compensation to the Contractor, provided that such termination
will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter
to the Employer.
3.53.3. Termination for Convenience:
3.53.3.1. The employer, by notice sent to the Contractor, may terminate the Contract, in whole or in
part, at any time for its convenience. The notice of termination shall specify that termination is for
the Employer’s convenience, the extent to which performance of the Contractor under the Contract
is terminated, and the date upon which such termination becomes effective.
3.53.3.2. The Goods that are ready for shipment within twenty eight (28) days after the Contractor’s
receipt of notice of termination shall be accepted by the Employer at the Contract terms and prices.
For the remaining Goods, the Employer may elect to have any portion completed and delivered at
the Contract terms and prices, and/or to cancel the remainder and pay to the Contractor an agreed
amount for the partially completed Goods and Related Services and for materials and parts
previously procured by the Contractor.
3.54. Employers Lien: The employer shall have a lien on and overall or any moneys that may become
due and payable to the contractor under these presents or in respect of any debt or sums that may
become due and payable by the employer to the contractor either alone or jointly with another or
others and either under this or under any other contact or transaction of any nature whatsoever
between the employer and the contactor.
3.55. All statutory Approvals are in the contractor’s scope.
3.56. No dispute or difference on any matter whatsoever, pertaining to the contract can be raised by the
contractor after submission of 'No Claim Certificate' in the form as per the format enclosed as
Form I
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
16
Section IV Special Conditions
The Special Conditions will override the general conditions of contract wherever they differ.
4.01 Taking over of Site: The site has to be taken over within 10 days from date of receipt of work
order.
4.02 Completion period: The entire work as per scope of work under Section V and schedule of work
under Section VI should be completed within 270 days from the date of taking over of the site by
the Contractor. If the work is not completed within the stipulated time, liquidated damages, as per
clause 3.28 of General Conditions of Contract will be applicable. In case work could not be
carried out due to the shipping movement, rain or any other requirement of Cochin Port Trust, such
days will not be reckoned for calculating the completion period. The contractor shall maintain a
record of such days lost due to above-mentioned reasons duly counter signed by the Engineer-in-
charge.
4.03 Guarantee: Entire work shall be guaranteed for one year from the date of commissioning and
acceptance by the Employer. In the event of any defect or deficiency being noticed in the
functions of the system, which is attributable to the defective materials, design or workmanship,
during the guarantee period, the contractor shall make good the same at his cost. The contractor
shall supply new parts to replace any component that may be proved to have been so defective,
free of cost to Cochin Port Trust. The cost of all replacement of such defective parts of materials,
including freight, insurance, clearance, customs duty, sales tax, delivery charges etc. shall be
borne by the contractor who will also arrange at his cost for the fitting/replacement. If the system
rendered idle during guarantee period for more than 7 (seven) days on account of any of the
guarantee obligation on the part of the contractor the guarantee period of the same shall be
extended beyond the normal period of one year by such period, not exceeding the period of
idleness, as the Chief Mechanical Engineer of the Port Trust will decide.
The contractor shall be equipped to undertake the major repairs (under guarantee or otherwise) if
called for by the employer. They should also be in a position to render necessary guidance and
service. In case the contractor fails to attend the defects even on repeated intimations from Cochin
Port Trust, the same will be got attended from other source at the risk and cost of the contractor.
In case of any dispute as to whether any material/workmanship is defective, the decision of the
Employer shall be final and binding.
4.04 Insurance: The contractor shall take comprehensive transit insurance for the goods, transit-cum-
storage, erection and third party liability insurance policies with reputed underwriters to cover all
the risks whatsoever during the whole period starting with dispatch of equipment and materials
from contractor’s warehouse and ending with final acceptance of the fire fighting system by the
employer. The employer shall have first charge on the insurance claims if any.
4.05 The disposal of any existing dismantled items shall be the responsibility of the contractor. The
dismantled materials shall be cleared off from the site, transported at the sole risk and cost of the
contactor. While disposing the scraps, all of the regulatory requirements have to be complied with
and no disposal area will be provided.
4.06 After placing the work order, the contractor shall submit the detailed design and drawings for
approval of TPI/Port.
4.07 Inspection and testing: Third party Inspector for the project is M/s. IRS. The role of TPI is listed
in section-V of this document. The design submitted by the firm will be verified by M/s. IRS and
any changes/ modifications recommended by them shall be incorporated in the final design. The
preliminary designs submitted by the tenderers and detailed design submitted by the contractor
shall be vetted by M/s. IRS before commencing the work. During execution of the project, all
drawings and designs approved by M/s. IRS should be submitted to Cochin Port Trust for final
approval. Certification agency for the fire fighting installation is M/s.IRS.
4.08 The third party inspection by M/s.IRS shall be carried out at different stages during design,
manufacture, erection, testing and commissioning of the fire fighting system as per clause 5.22
4.09 All the materials forming a permanent part of the system and all consumables, equipments etc.
required for testing/ commissioning shall be brought by the contractor. Cochin Port Trust does not
intent to supply any materials required for permanent installation or for testing and commissioning
the system.
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
17
4.10 The contractor shall be responsible for procurement and supply, in sequences at appropriate times,
of all materials and consumable required for the completion of works as defined in various
document.
4.11 All items, components and accessories offered should be brand new. All fittings/ materials used
are to be of approved quality and standards and fit for use in the tropical saline corrosive
atmosphere. All work should be completed to the entire satisfaction of the Engineer-in-charge/
third party inspector.
4.12 Open space for fabrication/ assembling in connection with this work will be provided by the
Cochin Port Trust, if required by the contractor, free of cost, at the nearest available point, subject
to availability. In case fabrication yard is located away from CoPT, Providing transport to
assembly/ fabrication location and other arrangement for supervisor, EIC etc. are under the
Contractor's scope.
4.13 Erection: The contractor shall ensure safe and correct mode of pre-assembly, transportation to
site, assembling, erection, testing and commissioning of the entire system.
4.14 Operation and Maintenance Manual: The Contractor shall furnish 3 sets each of the following
manuals for the Fire fighting system (Soft copies shall be furnished in the form of CD ROM also).
4.14.1Inspection and Maintenance Manual.
4.14.2Operation Manual
4.14.3Spare Parts Manual.
4.14.4In addition, the contractor shall furnish 3 sets of drawings indicating the assemblies and sub-
assemblies of the Fire fighting system including electrical system, control system, etc. with details.
Drawings shall also be furnished in the form of CD ROM in AutoCAD. One set of tracings as
mentioned above, shall also be furnished.
4.15 Facilities provided by Cochin Port Trust subject to availability:
4.15.1Fresh water on free of cost.
4.15.2Electricity at the prevailing rates, terms and conditions.
4.15.3Services of floating crane F.C. Periyar / M.V Venad/a pontoon of size 14.6 x 10 M on chargeable
basis.
4.16 Access to site: The work site at Q4 Berth is accessible by land from Willington Island
Mattancherry Wharf Gate. The Tenderer is expected to visit the site and satisfy himself of the
actual site conditions. The contractor shall arrange proper means of transport of his own, for
transporting his materials, equipments and labour to the work site.
4.17 Safety and Security:
4.17.1The men deployed for the work at site and the materials brought by the contractor for the work
shall be insured at his own cost. Cochin Port Trust will be in no way responsible for the accident /
loss / damages to the men/ materials in connection with the work. A copy of the insurance
certificate is to be submitted to the Engineer-in-charge before commencement of work. The above
insurance shall be valid throughout the currency of the contract.
4.17.2The contractor shall furnish the list of employees working under him at the Q4 Berth before
starting the work. Any change in employees shall be made only with prior permission of Engineer-
in-charge.
4.17.3All employees of the contractor working at the site shall have a valid entry pass issued by the
Security Officer, Cochin Port Trust. Entry passes will be issued only to those employees who are
covered under the insurance.
4.17.4The contractor himself has to ascertain the labour situation and trade union problems prevailing at
the site and is liable to sort out the problem at his own risk, so as not to affect the work.
4.17.5The instruction / procedures recommended by the Fire/ Safety Divisions of Cochin Port Trust, and
approved by Engineer-in-Charge, shall be complied- with.
4.17.6The contractor shall take necessary precautions and comply with Rules, regulation, bye –law,
applicable code and safe working practices.
4.18 Payment terms:
4.18.1Upon request of the contractor, 10 % of total contract value shall be paid as mobilization advance
against submission of Bank Guarantee of 110% of advance amount after executing the agreement
and furnishing security deposit. The advance shall bear interest @13.5% annually.
4.18.2Construction of Pump House: 40% of rate quoted for construction of pump house shall be paid on
completion of piling works of the pump house.
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
18
4.18.3Supply of Material - 75% of the invoice value shall be paid on receipt of materials in good
condition as per the specifications and certified after third party inspection, subject to a maximum
of three installments, against submission of BG for equal amount. Materials required for
construction of Pump house will not be eligible for payment under this clause. BG shall be valid
till the commissioning of the entire system. The maximum amount payable against the supply of
material will be limited to 40 % of the total contract price.
4.18.4Installation - 45% of the total contract value shall be paid on completion of erection at site and
certification by third party inspectors and the Engineer-in-Charge.
4.18.5The mobilization advance payment of 10% shall be adjusted at any stage payment at 4.18.3 or
4.18.4.
4.18.6Balance payment will be made after satisfactory testing and commissioning of the entire system,
certified by third party inspectors and the Engineer-in-Charge.
4.19 Taxes and Duties
4.19.1The price quoted shall contain basic prices of the component/work plus taxes if any.
Applicable rate of tax and amount of tax should be shown separately. All taxes such as works
contract tax sales tax, excise duty or any other taxes and duties, which the employer is liable to pay
as per law should be included in the offer. Taxes and Duties applicable as per rate in force on date
of submission of tender shall be indicated by the Tenderer in the Price Schedule separately. The
employer shall reimburse the taxes and duties, which the employer is liable to pay as per law alone
at the time of making payment to the contractor.
4.19.2 If there is any change in the rate of taxes and duties quoted in the bid during the currency of
contract, then the employer shall reimburse the Taxes and duties at the revised rate, subject to the
contractor producing the necessary documentary evidence for the payment to the Tax Authorities
to the satisfaction of the employer for reimbursement.
4.19.3Any new tax levied by the Government after the award of contract, which the employer is liable to
pay as per law alone shall be reimbursed subject to submission of documentary evidences for
payment of the same to the Tax Authorities.
4.19.4Any penal interest, penalty or fine payable/paid by the contractor to the Tax Authorities on the
Taxes and Duties shall not be paid/reimbursed by the employer under any circumstances.
4.19.5In the event, the Contractor not indicating the rate of Tax and Duties included in the Price
separately in the bid, the Port shall not pay any change in the rate of taxes and duties including any
newly levied Taxes and Duties during the entire currency of the contract under any circumstances.
4.19.6The contractor while quoting the Price-bid shall keep in mind that the Port will not issue any Form
‘C’ or ‘D’ form and quote the rate of taxes and duties as applicable at the time of submission of
Tender.
4.19.7Work Contract Tax on the labour portion will be deducted on the basis of the liability certificate
issued by the assessing authority to the contractor. Tax @ 8% will be deducted from registered
contractors who do not produce the tax liability certificate. Tax @ rate 10% will be deducted from
other contractors. Social Security Cess of 1% will be recovered on all tax deductions relating to
works contract and Income Tax at the prevailing rates will also be deducted.
4.20 Final Tests & Trials: When the Design, supply and installation work is completed in all respects,
the contractor shall present the system for final tests to third party inspectors and the Engineer-in-
Charge. The contrator should also perform all the tests as required by the third party inspectors and
the Engineer-in-Charge to their entire satisfaction.
4.21 Taking over: When all performance tests called for by the TPI have been successfully carried out,
the system shall be accepted and taken over by the Engineer-in Charge and a taking over certificate
will be issued. In the event of final or any outstanding tests being held over, such taking over
certificate shall be issued subject to the results of such final or outstanding tests.
4.22 Testing and Approvals: The contractor should submit a Test schedule for approval of Engineer in
charge. The entire item supplied and work carried out should be inspected and certified by M/s.
IRS. Final acceptance shall be by CoPT.
4.23 Progress of work: The Contractor shall submit PERT chart for design, procurement, fabrication,
testing, commissioning etc. of the system within 15 days of receipt of LOI/work order from CoPT
The contractor shall submit to the Engineer-in-charge on the first day of each week, a progress
report for the preceding period showing up-to-date progress and progress during the previous
period on all important items /portion of the work.
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
19
Section V Scope of Work
5.01. General
5.01.1. Cochin Port intends to convert the Bulk Cargo handling “Q4” Berth at Mattancherry Wharf into a
Liquid Cargo handling berth capable of handling liquid Class A products and hazardous
Chemicals. The details of the berth are as follows:
Total length of berth - 250 m
Length of the berth earmarked for Liquid handling - 200m (North End)
Draft Available - 9.14 m
Capacity of Vessel to be handled - 30,000 DWT
To facilitate handling of liquid Class A products and hazardous Chemicals, at “Q4” Berth of
Mattancherry Wharf, fixed fire fighting facilities has to be established. The scope of work of this
tender is to “DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF
FIRE FIGHTING FACILITIES AT Q4 BERTH OF COCHIN PORT TRUST”. The scope of
work listed is indicative. It is the duty of the contractor to incorporate all relevant factors and
provide a complete solution for firefighting facility at Q4 berth as per the rules and regulations
mentioned below. The Contractor shall hand over facilities to Port on turn-key basis as per the
scope of work.
5.01.2. The new facilities to be set up shall conform to the regulations on the terminals handling Class A
liquids, petroleum products, chemical products etc. The statutory regulations to be adhered to shall
include but not limited to Petroleum rules, Petroleum regulations, OISD regulations, IMO
regulations (MARPOL, IMDG code, code of safe practice etc), OCIMF guide lines, etc and the
standards such as API, ANSI/ASTM, UL/CE/FM etc.
5.01.3. A general arrangement drawing of existing Q4 berth and proposed fire fighting facilities is
enclosed herewith. Details of fire pump, engine, tower monitor, base monitor, jumbo nozzle and
hydrant points required for the fire fighting system is furnished in the tender. The scope of work
includes designing a firefighting system with the above components. All other accessories and
components like pipes of suitable diameter for fire water and foam, various types of valves, NRVs,
suitable control system for automatic and manual operation, etc. should be designed/selected and a
preliminary design with hydraulic calculations and bill of materials should be submitted along with
the tender. Detailed engineering design, preparation of drawing, arriving at technical
specifications, preparation of bill of material, and any other relevant details required for successful
completion of work shall be in the scope of contractor. Details of net work analysis of Fire
Fighting System including hydraulic calculations, Lay out of fire water pipeline, pipe line
diameters, material specification, details of hose boxes, hydrant, fire alarm, etc should be
furnished along with the tender.
5.01.4. The pressure sequence of the fire water line is set as follows.
Main Jockey Pump starts at 9Kg/cm2
First main pump starts at 8Kg/cm2
Second Main pump starts at 7 Kg/cm2
5.02. Minimum components required in the Fire fighting Facility.
5.02.1. Supply, erection, testing and commissioning of remotely operative tower monitors, complete with
actuators and valves for remote operation, local control panel -3000LPM capacity weather proof
fire proof explosion proof construction, suitable to be used in the saline conditions prevalent at the
site.. Qty -2 Nos. Foam water monitor shall have Single barrel outlet. Approved Makes: Akron
Brass, Ansul, Rosen Bauer, Seven Sca Skum).
5.02.2. Supply, erecting, testing and commissioning of manually operated ground monitors (water foam
monitors), complete with valves, weather proof, fire proof, explosion proof construction, suitable
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
20
to be used in the saline conditions prevalent at the site. Capacity of each monitor: 3000 LPM. Qty -
2 Nos. Approved Makes: Akron Brass, Ansul, Rosen Bauer, Seven Sca Skum)
5.02.3. Supply, errection, testing and commissioning of manually operated jumbo nozzles. Qty -2 Nos.
Approved Makes: Akron Brass, Ansul, Rosen Bauer, Seven Sca Skum)
5.02.4. Supply, erection, testing and commissioning of Diesel Engine driven Vertical Turbine pump with
gear box Discharge: 410 M3/hr, Head: 130 Mtrs., Strainer: SS 316 Engine:- Make: Cummins, of
suitable capacity for developing the power required for the VTP mentions above. Engine Controls:
Capable of starting automatically and manually from pump house and fire control room. Complete
with interconnecting pipelines, cables, cooling arrangements, valves, fittings, diesel tank as per
OISD, control panels, battery & battery chargers, spark arrester for exhaust, etc.
Pump approved makes: Kirloskar, Mather & Platt
5.02.5. Supply, erection, testing and commissioning of Jockey pumps, along with motor and fittings.
Jockey pump should have adequate capacity to maintain pressure of 7 Kg/Cm2
at the farthest point
of the system.
5.02.6. The foam system shall be of Eduction type. Foam mixing ratio: 0 to 6%.
5.02.7. Supply, fabrication, erection, testing and commissioning of new ASTM A106 Gr.B /API 5L Gr.B
ERW pipes of appropriate diameters for fire water lines, Sch.40, G.I Pipes for foam lines and SS
pipes for fire hydrant lines with all necessary supports and fittings required for the fire water and
foam lines.
5.02.8. Supply, erection, testing and commissioning of double headed hydrant valves along with hose box
with stands. Qty-7 Nos.
5.02.9. Supply, erection, testing and commissioning of intrinsically safe Electrical System for Remote
operation of tower monitors, main fire pump etc, from the control room with centralized remote
control panel, joy stick controls, including control cables and cable laying. The system shall
include i) Remote control panel for main pumps ii) Control panels for tower monitors
iii) Control cables as required (PVC insulated control cables)
iv) Fire survival type control cables as required v) FRLS cables
5.02.10.Supply, erection and commissioning of Foam tanks made of GI sheets (8 gauge) on SS supports
and capacity 8000 Ltrs Qty-2Nos. The foam tanks shall be placed under (inside) the tower
monitor structure.
5.02.11.Design, supply and commissioning of Fire alarm/hooter system complete with panel, 12 nos.
manual call points, sirens, cables and accessories.
5.02.12.Fabrication, erection and commissioning of 14 meter high structural towers for the tower monitors
Qty-2Nos
5.02.13.Fabrication, erection and commissioning of structural towers of 2.75 meter high for the ground
monitors Qty-2Nos
5.02.14.Supply, installation, testing and commissioning International shore fire connection Qty-1 No
5.02.15.Construction of one No. Pump house at the location marked in the layout drawing of Q4berth for
accommodating the Fire pump(s) and the connected local control panel. The size of pump house is
13 M X 10 M (approx), G+1. The tenderer shall submit along with the tender, the design &
drawings of the pump house for approval of the Port. The technical details of pump house are
stated in Section VI
5.02.16.Suction of pumps shall be taken from heavy grade Carbon Steel Pipe (Well) of dia. 800mm
(apprx), cement lined internally and externally.
5.02.17.Construction of a centralized Fire Fighting control room at the top of the pump house (including
civil works), and routing of the control/ power cables. The control room shall be made in such a
way that there will be clear view of all monitors as well as the berth from the control room. The
tenderer shall submit along with the tender, the design & drawings of the control room for
approval of the Port.
5.02.18.Pipe line routing from the pump house to the berth shall be drawn through the bottom side of the
approach bridge at the northern side of Q4 berth to avoid hindrance of vehicular entry into the
berth.
5.03. Providing man power, all types of construction equipments, tools and tackles, man power fully
equipped and fully manned with all the required support facilities including mobilization and
demobilization of the same to/from the work sites as may be required for successful completion of
the work tendered.
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
21
5.04. Appraisal and taking cognizance of the site conditions, Indian Govt. /State Govt. Rules and
Regulations, bye-laws, applicable codes and standards, permission from authorities having
jurisdiction over the work site including conditions/stipulations laid down by the concerned
authorities etc.
5.05. Obtaining Port and statutory clearances from concerned Government Authorities for bringing to
work site for all the materials, equipments, consumables etc. required for permanent incorporation
in works.
5.06. The contractor shall verify actual site conditions, existing layout of pipelines and shall submit
detailed drawings, and bill of materials, including specification of materials for approval.
5.07. The materials, design, procedures and workmanship shall satisfy the relevant Indian standards, job
specification contained herein and codes referred to. Wherever the job specification stipulate
requirements in addition to those contained in the standard codes and specification, these
additional requirements shall also be satisfied. In the absence of any standard/specification/codes
covering any part of the work covered in this Tender Document, the instruction of the Engineer-
in- charge will be binding on the contractor.
5.08. In case of contradiction between Indian standards, General conditions of the contract
specifications, drawings and schedule of rate, the following shall prevail in the order of
precedence.
5.08.01.Order of intent, detailed order along with statement of agreed variations and its enclosures.
5.08.02.Schedule of rates and quantities.
5.08.03.Detailed specification.
5.08.04.Special conditions of contract.
5.08.05.Drawings.
5.08.06.General conditions of contract.
5.08.07.Indian standard specification.
5.09. The contractor shall execute the work in such a manner that all the existing structures, existing
pipelines, utilities, etc. other than those covered under this contract are not disturbed /altered /
damaged. Any damages caused shall be made good by the Contractor at his own risk and cost.
5.10. Scope of Material supply.
5.10.01.All the materials forming a permanent part of the system and all consumables, equipments etc.
required for testing/ commissioning shall be brought by the contractor. Cochin Port Trust does not
intent to supply any materials required for permanent installation in the system,
5.10.02.The contractor shall be responsible for procurement and supply, in sequences at appropriate times,
of all materials and consumable required for the completion of works as defined in various
document.
5.10.03.A minimum of such materials to be supplied/ brought by the contractor shall include, but not be
limited to, the following:
5.10.03.1. All the piping materials including pipes, fittings, flanges, Gate valves, Non-return valves,
elbows, bends, Tees, reducers etc. in sufficient quantities as required for permanent installation as
per the scope of work.
5.10.03.2. All type of studs, bolts, nuts, gaskets etc. of all sizes and ratings required for permanent
installation in the system, in accordance with the relevant material specification included in the
Tender Document.
5.10.03.3. All types of painting materials including primers, paints, solvents, sand blasting
equipments and materials, cleaning agents, compressed air etc. required for surface preparation
and painting.
5.10.04.The contractor shall also be responsible for arranging the following items required for the
execution of the job.
5.10.04.1. All consumables such as welding electrodes, oxygen, acetylene, inert gases, filler wires,
brazing rods, flux etc. for welding and soldering purpose.
5.10.04.2. All equipments and consumables required for isolation of pipelines to be replaced, cutting,
bevelling etc. and making it ready for hook-up with the existing facilities.
5.10.04.3. All materials, consumables and equipments required for hydrostatic testing and
commissioning of the system.
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
22
5.10.04.4. Carbon steel pipes, fittings, blind flanges, temporary gaskets, nuts, bolts, u-bolts, clamps,
strainers etc. as required for completion of temporary works like hydrostatic testing and
commissioning.
5.10.04.5. All equipments and consumables required for all type of test (such as radiography etc.)
including radiography film, X–ray machines, developing equipments etc.
5.10.04.6. All steel materials such as structural steel, reinforcement steel, shims, wedges, packing
plates, pipes, nuts and bolts, u- bolts, anchor bolts, clamps, clips etc. required for the fabrication of
the structural supports and other facilities as required.
5.10.04.7. All types of safety tools, tackles, devices, apparatus etc.
5.11. All items, components and accessories offered should be brand new. All fittings/ materials
specified in the schedule are to be of approved quality and standards. All works should be
completed to the entire satisfaction of the Engineer-in-charge and shall be carried out only with the
prior approval for every stage of work from the Engineer-in-charge.
5.12. The quantity of materials mentioned in the document is only approximate. The contractor shall be
required to augment this list of materials, based on the actual verification of the facilities to be
replaced at site. The payments will be effected based on actual measured quantity of work.
5.13. Shop fabrication /Pre –fabrication: The purpose of pre- fabrication/ shop fabrication is to minimize
work at site during erection to the extent possible. Piping spool after fabrication shall be stacked
with proper identification marks, so as to facilitate their withdrawal at any time during erection.
During this period, all flange faces (gasket contact faces) and threads shall be adequately protected
by coating with a removable protective coating. Care shall be taken to avoid any physical damage
to flange faces and threads.
5.14. The contractor shall have qualified/ competent site supervisors to coordinate the works at the
fabrication yard/ erection site.
5.15. The contractor should have competent and qualified welders for execution of the work. All
welding should conform to sound engineering practice subject to the approval of Engineer-in-
charge/ authorized representative, regarding the type of electrodes to be used.
5.16. Welding: The specification described in Annexure IV shall be followed for the fabrication of all
types of welding joints of carbon steel and alloy steel materials in the piping system.
5.17. Cement mortar lining: Cement mortar lining shall be done as per the specification described in
Annexure V.
5.18. Painting: The new pipeline and accessories shall be surface prepared and painted as per the
manufacturer’s painting specification and the painting scheme enclosed as Annexure VI . Paints
used shall be Akzo Nobel/ Zigma/ Jotun. The primer as well as the other materials shall be of same
brand and shall be got approval by the Engineer-in-charge/ authorized representative at site before
application.
5.19. Erection :
5.19.01.Before erection, all pre-fabricated spool pieces, pipes, fittings etc. shall be cleaned inside and
outside by suitable means. The cleaning process shall include removal of all foreign materials such
as scale, sand, weld-spatter chips etc. by wire brushes, cleaning tools etc. followed with
compressed air cleaning/ flushing out with water.
5.19.02.The contractor shall be responsible for checking levels and orientation plan of all foundation bolts
etc. well in advance of taking-up the actual erection work and bring to the notice of Engineer –in-
charge, discrepancies, if any. In case of any variation in levels etc. the contractor shall carry out
necessary rectification within the quoted price.
5.19.03.The contractor shall also be responsible for checking with templates, whenever necessary the
disposition of foundation bolts with the corresponding base of structure and shall effect
rectification as directed, within the quoted price.
5.20. Testing and commissioning: Fabricated and erected new firewater pipelines shall be tested for a
pressure of 24 Kg/cm2
. Fabricated and erected new Foam lines shall be tested for a pressure of 29
Kg/cm2
. All consumables, fixtures, accessories, etc. required for the testing shall be provided by
the contractor, at his own cost. Seawater shall be used for testing.
5.21. Site cleaning: The contractor shall take care to clean the work site from time to time for easy
access to the work-site and also from safety point of view. Working site should always be kept
clean to the entire satisfaction of the Engineer-in-charge/ authorized representative. Before
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
23
handing over the site to Cochin Port Trust, the contractor, in addition to other formalities to be
observed as detailed in the document, shall clear the site at his own expense and leave the whole
area used by him in clean and tidy condition to the entire satisfaction of the Engineer-in-charge.
5.22. Inspection and testing: The contractor shall arrange for Inspection and Testing by IRS. Third party
inspections shall be carried out at least for the following stages in connection with the work.
5.22.01.Evaluation of preliminary designs submitted by tenderers.
5.22.02.Recommend the technical responsiveness of the offers based on the preliminary designs submitted
and subsequent modifications/additions incorporated by the tenderer. Short listing of technically
responsive tenders shall be done.
5.22.03.Scrutiny and vetting of detail design submitted by the successful tenderer and recommend
modifications/additions required if any.
5.22.04.Carry out third party Inspection of the project during the project implementation stage. Third party
inspections shall be carried out at least but not limited to the following stages in connection with
the work.
5.22.04.1. Approval of detailed design furnished by the contractor.
5.22.04.2. Vetting and conformity of hydraulic calculations and net work analysis.
5.22.04.3. Material inspection and acceptance.
5.22.04.4. Review test certificate and functional test witness of machineries and components at
manufacturer’s premises (for indigenous products only).
5.22.04.5. Review test certificate of machineries and components(for foreign products only)
5.22.04.6. Welding procedure qualifications.
5.22.04.7. Welder’s qualification.
5.22.04.8. Welding inspection.
5.22.04.9. Review and certification of NDT.
5.22.04.10.Cement lining of pipes including test block preparation and load test.
5.22.04.11.Surface preparation and DFT of each coat of paint.
5.22.04.12.Erection of facilities at site.
5.22.04.13.Fabrication and Installation of fire fighting system
5.22.04.14.Hydrostatic pressure test and commissioning.
5.22.04.15.Final inspection for compliance to statutory regulations/contract conditions.
5.23. The contractor shall submit test/inspection certificate from third party inspectors at appropriate
stages before proceeding to the next stage of work. Any defects noticed during inspection/ test/
trials shall be made good by the contractor at his risk and cost. In case of any dispute in this issue,
the decision of the Chief Mechanical Engineer, Cochin Port Trust shall be final and binding.
5.24. The contractor shall submit procedure of works at appropriate stage, and the same shall be
approved by Engineer-in-charge. List of procedures to be submitted by the contractor is enclosed
as Annexure II.
5.25. The contractor shall submit records at appropriate stages of work for verification by the Engineer-
in-Charge. A minimum list of records to be submitted is enclosed at Annexure III.
5.26. Approved list of sub vendors are attached as Annexure I
5.27. Detailed Specification for the fixed fire fighting system at Q4
i. Foam Tanks
Foam Tank of capacity 8000 Ltrs shall be fabricated out of G.I sheets (galvanized on both sides) of
thickness 8 gauge and to be mounted on suitable supports made of SS 316 L. The complete tank,
both inside and outside shall be coated with anti corrosive paint.The tanks shall be placed below
within the monitor towers. The tank shall have a filler cap with a strainer incorporated. A breather
valve and sludge valve shall be fitted. A drain pipe with a valve and a plug incorporated shall be
provided. The foam filling connection shall be provided at one side which is easily accessible.
The draw off pipe of foam compound shall be connected with a non-return valve in addition to the
main valve. The draw off pipe shall be fitted with a removable strainer.
The foam tank shall have 450 mm dia. inspection man hole with cover. The cover shall be clearly
marked ‘FOAM’ and shall be air tight.
A 2% by volume expansion space shall be provided for normal expansion of the liquid. An
overflow and a vent with suitable fixtures to prevent entry of air into the tank shall be provided.
The design, fabrication and testing of tank shall conform to BIS 2825.
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
24
The foam tank shall be calibrated and the calibration chart to be provided along with the tank.
ii. Piping:
Only a provisional layout of pipelines to be laid has been shown in the drawing. The lay out may
be altered to suit the site conditions. All pipes of diameter 10”and above shall be of Sch.20. All
pipes of diameter 8”NB or below shall be Sch.40seamless pipe. All the pipes for carrying sea water
shall be as mentioned in the schedule of works. The contractor shall provide the required pipe
supports, reducers, expanders, fittings, flanges, gaskets, nuts, bolts etc.
10% of the weld joints shall be x-ray tested and if the results are unsatisfactory, the same has to be
removed, re-welded and radiographed to ensure sound weld. The vertical pipe line to water/ foam
monitors shall be properly supported/ fixed by providing suitable steel brackets/ clamps and stays
etc.,
All pipe lines for carrying foam compound shall be of Sch.40, G.I Pipe and to be hydrostatically
tested to 1.5 times the operating pressure.
All pipelines shall be supplied in complete conformity to all requirements, specified in the
standards.
All pipes 150 mm and above are to be internally cement lined, conforming to BIS 11906.
iii. Valves:
All the valves shall have the approval of BIS/UL/FM. The contractor/ manufacturer shall furnish
the copies of latest approved certificate at the time of obtaining approval of data sheet/ drawings.
All the valves to be incorporated in the system shall be of approved make. All valves shall be
internally coated with epoxy powder.
a. Non-Return Valves:
All the NRV in water line shall be of approved make and conforming to BS 1868 – Class 150. The
material composition shall be as under.
Body/ Bonnet : CS ASTM A 216 Gr WCB
Disc/ Wedge : SS 316
Trim : SS 316
Body and seat ring : Carbon Steel with 13 % Cr., SS facing
Bonnet- Gasket : SPW SS 316 with Compressed Asbestos Filler (CAF)
Nuts and Bolts : SS 316
Flanges shall be as per ANSI B 16.5
b. Gate Valves:
All the gate valves shall be of approved make.
Rating : ANSI 150 Class
Body : CS ASTM A 216 Gr WCB
Wedge : SS 316
Spindle : SS AISI 410, Rising Type
Body Seat Rings : Carbon Steel with 13% Cr., SS facing
Hand Wheel : Malleable iron/ Ductile Iron/ steel, Non-rising type.
Bonnet-Gasket : SPW SS 316 with CAF
Nuts and bolts : SS 316
Flanges shall be as per ANSI B 16.5 and shall be rising stem type.
c. Ball Valves:
Body : ASTM 351 Gr. CF 8 M
Ball : SS AISI 316
Body Gasket : PTFE
Seat Ring : PTFE
Gland : SS AISI 316
Stem : SS AISI 316
d. Butterfly valves:
All the butterfly valves shall be of approved make and shall conform to BS 5155. The material
composition of various components of the valves shall be as follows:
Body : Cast, ASTM A 216 Gr. WCB
Cochin Port Trust
TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012
25
Disc : AISI 316
Spindle : SS AISI 410
Retainer ring/ Seat Ring: SS AISI 410
Disc Seal : Nitrile rubber
Bearing Bush : Bronze
Body Seat : Nitrile rubber
Gasket : Compressed Asbestos Filler (CAF)
Actuator Motor : Intrinsically safe as per IS 2148
(for motorized valve)
Nuts and Bolts : SS 316
e. Hydrant Valves:
The valve shall be double headed type with double outlet as per IS: 5290 unless otherwise
specified in this specification. The outlet shall be inclined at 600
downwards from horizontal. The
valves shall have two 63 mm dia. Instantaneous type female outlet with necessary blank cap. Any
reference of Indian/International standard shall always be of latest revision.
Materials and Construction: The bottom (inlet) flange of valve shall be of 4inch nominal size
SOFF. The drilling dimensions shall be as per ANSIB 16.5,150 # rating.
Riser pipe, branch pipe, nozzles, isolation valves, hand wheels, spindle etc. shall be SS 316.
The flow shall not be less than 1800 lpm at 7 Kg/cm2
, provided the feed to these valves for this test
is not less than 1800 lpm.
The valve top except the face of the flange and the instantaneous outlet shall be painted with fire
red paint. The instantaneous outlet shall be highly polished. The hand wheel shall be painted black.
iv. Foam/ Water Tower Monitors:
Material and Construction: The monitor shall be of cast brass construction. It shall be
made for use in marine environment prevalent at site. The monitor shall have fully enclosed and
intrinsically safe fittings suitable for marine environment and hazardous locations. The monitor
shall also have automatic flow control facility and incorporated baffles. The logic box shall include
coated solid state components to resist water corrosion. Control box shall control the vertical and
horizontal rotation of the monitor and pattern (jet/ spray) change of the nozzle. The nozzle shall
have fixed/ adjustable gallonage baffle and an electric flush feature.
Nozzle: Nozzle shall be made of pyrolite material and have jet spray controller.
Discharging Capacity: The tower monitors shall be capable of discharging 3000 lpm at 7
Kg/ cm2
. The monitor shall have efficient flows up to 3000 lpm and a jet throw of Min. 60 M.
Rotation: 3600
above horizontal.
Elevation: + 850
above to -450
below horizontal, with adjustable stops.
v. Motors:
Motors for elevation and rotation shall have brass housings. Motors shall have manual
override for operation during power failure. The monitor shall be provided with gear type
arrangements for both the movements, so that it is possible to operate by a single person.
Ex Class for motors: EX II2GEExdeIICT3 (weather proof, explosion proof).
Protection class for motors: IP 65.
Lubrication: Sufficient lubrication arrangement for all moving parts shall be provided.
Type: Electrically remote operated Aqua-Foam Monitor.
Approval: The monitor shall have FM/CE approval.
Ground Monitors:
Material and construction: The ground monitors shall be made of corrosion resistant
brass or pyrolite material. It shall be made for use in marine environment prevalent at the site. The
monitor shall have fully enclosed and intrinsically safe fittings suitable for marine environment
and hazardous locations. It shall be designed to provide sufficient water cooling. It shall have
spinning tooth, jet/ spray control facility, and flow settings of 1200, 1600, 2000 or 2400 to 3000
lpm. It shall have large pattern ring for production of full stream, wide and narrow angle fog.
Discharge Capacity: Shall be capable of discharging 3000 Lpm at 7 Kg/ cm2. The
monitor shall be able to give a jet throw of:
a. 55 Mtrs (approx) at 1200 lpm
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting
Tender document q4 oiljetty firefighting

More Related Content

What's hot

Request For Proposals (RFP) For Recruitment Of Market Development Representat...
Request For Proposals (RFP) For Recruitment Of Market Development Representat...Request For Proposals (RFP) For Recruitment Of Market Development Representat...
Request For Proposals (RFP) For Recruitment Of Market Development Representat...Blogatize.net
 
Telangana solar RFS Document 2014
Telangana solar RFS Document 2014Telangana solar RFS Document 2014
Telangana solar RFS Document 2014Headway Solar
 
Request For Proposal Rfp For Recruitment Of Mdr Russia
Request For Proposal   Rfp   For Recruitment Of Mdr RussiaRequest For Proposal   Rfp   For Recruitment Of Mdr Russia
Request For Proposal Rfp For Recruitment Of Mdr RussiaBlogatize.net
 
General conditions of_contract_july_2014_22_07_14
General conditions of_contract_july_2014_22_07_14General conditions of_contract_july_2014_22_07_14
General conditions of_contract_july_2014_22_07_14Suresh Haldipur
 
Guideline for public issue of units of reits
Guideline for public issue of units of reitsGuideline for public issue of units of reits
Guideline for public issue of units of reitsGAURAV KR SHARMA
 
Rajasthan Solar Roof Top tender 2014-2015
Rajasthan Solar Roof Top tender 2014-2015Rajasthan Solar Roof Top tender 2014-2015
Rajasthan Solar Roof Top tender 2014-2015Headway Solar
 
5 tender paper ii
5 tender paper ii5 tender paper ii
5 tender paper iiKushal Jain
 
Handbook on works contract management
Handbook on works contract managementHandbook on works contract management
Handbook on works contract managementSrinivasaRao Guduru
 
NOTICE INVITING TENDER
NOTICE INVITING TENDERNOTICE INVITING TENDER
NOTICE INVITING TENDERLaxman Chaldas
 
Time Related Professional Practice
Time Related Professional PracticeTime Related Professional Practice
Time Related Professional PracticeAzizan Supardi
 
NOTICE INVITING TENDER
NOTICE INVITING TENDER NOTICE INVITING TENDER
NOTICE INVITING TENDER Laxman Chaldas
 
Punjab & sind bank rfp
Punjab & sind bank rfpPunjab & sind bank rfp
Punjab & sind bank rfpSangeeta Garg
 
Quality Related Professional Practice
Quality Related Professional PracticeQuality Related Professional Practice
Quality Related Professional PracticeAzizan Supardi
 
Tender ecr (revised)
Tender ecr (revised)Tender ecr (revised)
Tender ecr (revised)sunilcel
 
Mazagon Dock Recruitment 2021: Apply for 86 Apprentices Post, Graduate/Diplom...
Mazagon Dock Recruitment 2021: Apply for 86 Apprentices Post, Graduate/Diplom...Mazagon Dock Recruitment 2021: Apply for 86 Apprentices Post, Graduate/Diplom...
Mazagon Dock Recruitment 2021: Apply for 86 Apprentices Post, Graduate/Diplom...RajeshKKumar1
 

What's hot (20)

Request For Proposals (RFP) For Recruitment Of Market Development Representat...
Request For Proposals (RFP) For Recruitment Of Market Development Representat...Request For Proposals (RFP) For Recruitment Of Market Development Representat...
Request For Proposals (RFP) For Recruitment Of Market Development Representat...
 
Telangana solar RFS Document 2014
Telangana solar RFS Document 2014Telangana solar RFS Document 2014
Telangana solar RFS Document 2014
 
Request For Proposal Rfp For Recruitment Of Mdr Russia
Request For Proposal   Rfp   For Recruitment Of Mdr RussiaRequest For Proposal   Rfp   For Recruitment Of Mdr Russia
Request For Proposal Rfp For Recruitment Of Mdr Russia
 
Abdul ghaffar & sons (b)
Abdul ghaffar & sons (b)Abdul ghaffar & sons (b)
Abdul ghaffar & sons (b)
 
General conditions of_contract_july_2014_22_07_14
General conditions of_contract_july_2014_22_07_14General conditions of_contract_july_2014_22_07_14
General conditions of_contract_july_2014_22_07_14
 
Guideline for public issue of units of reits
Guideline for public issue of units of reitsGuideline for public issue of units of reits
Guideline for public issue of units of reits
 
medium
mediummedium
medium
 
Rajasthan Solar Roof Top tender 2014-2015
Rajasthan Solar Roof Top tender 2014-2015Rajasthan Solar Roof Top tender 2014-2015
Rajasthan Solar Roof Top tender 2014-2015
 
5 tender paper ii
5 tender paper ii5 tender paper ii
5 tender paper ii
 
Determination of enginer sbd2
Determination of enginer sbd2Determination of enginer sbd2
Determination of enginer sbd2
 
Handbook on works contract management
Handbook on works contract managementHandbook on works contract management
Handbook on works contract management
 
NOTICE INVITING TENDER
NOTICE INVITING TENDERNOTICE INVITING TENDER
NOTICE INVITING TENDER
 
Judgements
JudgementsJudgements
Judgements
 
Time Related Professional Practice
Time Related Professional PracticeTime Related Professional Practice
Time Related Professional Practice
 
NOTICE INVITING TENDER
NOTICE INVITING TENDER NOTICE INVITING TENDER
NOTICE INVITING TENDER
 
Punjab & sind bank rfp
Punjab & sind bank rfpPunjab & sind bank rfp
Punjab & sind bank rfp
 
Quality Related Professional Practice
Quality Related Professional PracticeQuality Related Professional Practice
Quality Related Professional Practice
 
Eesl ev charging tender 2018
Eesl ev charging tender 2018Eesl ev charging tender 2018
Eesl ev charging tender 2018
 
Tender ecr (revised)
Tender ecr (revised)Tender ecr (revised)
Tender ecr (revised)
 
Mazagon Dock Recruitment 2021: Apply for 86 Apprentices Post, Graduate/Diplom...
Mazagon Dock Recruitment 2021: Apply for 86 Apprentices Post, Graduate/Diplom...Mazagon Dock Recruitment 2021: Apply for 86 Apprentices Post, Graduate/Diplom...
Mazagon Dock Recruitment 2021: Apply for 86 Apprentices Post, Graduate/Diplom...
 

Similar to Tender document q4 oiljetty firefighting

Cattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docxCattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docxswarnavet05
 
1545313910708_TENDER_NOTICE_LAD.pdf
1545313910708_TENDER_NOTICE_LAD.pdf1545313910708_TENDER_NOTICE_LAD.pdf
1545313910708_TENDER_NOTICE_LAD.pdfEphremZeleke3
 
03 11-capillaryrheometer
03 11-capillaryrheometer03 11-capillaryrheometer
03 11-capillaryrheometerslideseeing
 
Tendernotice_1 (1).pdf
Tendernotice_1 (1).pdfTendernotice_1 (1).pdf
Tendernotice_1 (1).pdfssusera91051
 
Tendernotice_1.pdf
Tendernotice_1.pdfTendernotice_1.pdf
Tendernotice_1.pdfssusera91051
 
Andhrapradesh 500mwsolartender-140820170057-phpapp02
Andhrapradesh 500mwsolartender-140820170057-phpapp02Andhrapradesh 500mwsolartender-140820170057-phpapp02
Andhrapradesh 500mwsolartender-140820170057-phpapp02Rishi Srivastava
 
StandardTenderDocument-14122020.pdf
StandardTenderDocument-14122020.pdfStandardTenderDocument-14122020.pdf
StandardTenderDocument-14122020.pdfPSENTHILMURUGAN2
 
Request for selection document for grid connected solar photo voltaic project...
Request for selection document for grid connected solar photo voltaic project...Request for selection document for grid connected solar photo voltaic project...
Request for selection document for grid connected solar photo voltaic project...Headway Solar
 
Tenders contract -arti
Tenders contract -artiTenders contract -arti
Tenders contract -artijagadish108
 
Mechanisms to implement wind energy projects “egyptian experience”
Mechanisms to implement wind energy projects “egyptian experience”Mechanisms to implement wind energy projects “egyptian experience”
Mechanisms to implement wind energy projects “egyptian experience”RCREEE
 
Bidding and awards.pptx2
Bidding and awards.pptx2Bidding and awards.pptx2
Bidding and awards.pptx2peredplatypus
 
Tendernotice_1 of Washery for coal washing.pdf
Tendernotice_1 of Washery for coal washing.pdfTendernotice_1 of Washery for coal washing.pdf
Tendernotice_1 of Washery for coal washing.pdfCILPS1
 
Implementation of 500 MW Grid Connected Roof Top Solar PV System Scheme in Di...
Implementation of 500 MW Grid Connected Roof Top Solar PV System Scheme in Di...Implementation of 500 MW Grid Connected Roof Top Solar PV System Scheme in Di...
Implementation of 500 MW Grid Connected Roof Top Solar PV System Scheme in Di...Harish Sharma
 
1015 instructions to tenderers (itt) (0
1015 instructions to tenderers (itt)  (01015 instructions to tenderers (itt)  (0
1015 instructions to tenderers (itt) (0sanakasa
 
Cpm ch 2tender
Cpm ch 2tenderCpm ch 2tender
Cpm ch 2tenderneharajpl
 

Similar to Tender document q4 oiljetty firefighting (20)

Importans note
Importans noteImportans note
Importans note
 
Cattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docxCattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docx
 
1545313910708_TENDER_NOTICE_LAD.pdf
1545313910708_TENDER_NOTICE_LAD.pdf1545313910708_TENDER_NOTICE_LAD.pdf
1545313910708_TENDER_NOTICE_LAD.pdf
 
03 11-capillaryrheometer
03 11-capillaryrheometer03 11-capillaryrheometer
03 11-capillaryrheometer
 
Bid document reverse tendering
Bid document reverse tenderingBid document reverse tendering
Bid document reverse tendering
 
Tendernotice_1 (1).pdf
Tendernotice_1 (1).pdfTendernotice_1 (1).pdf
Tendernotice_1 (1).pdf
 
Tendernotice_1.pdf
Tendernotice_1.pdfTendernotice_1.pdf
Tendernotice_1.pdf
 
Andhrapradesh 500mwsolartender-140820170057-phpapp02
Andhrapradesh 500mwsolartender-140820170057-phpapp02Andhrapradesh 500mwsolartender-140820170057-phpapp02
Andhrapradesh 500mwsolartender-140820170057-phpapp02
 
Presentation
PresentationPresentation
Presentation
 
StandardTenderDocument-14122020.pdf
StandardTenderDocument-14122020.pdfStandardTenderDocument-14122020.pdf
StandardTenderDocument-14122020.pdf
 
Request for selection document for grid connected solar photo voltaic project...
Request for selection document for grid connected solar photo voltaic project...Request for selection document for grid connected solar photo voltaic project...
Request for selection document for grid connected solar photo voltaic project...
 
tendering
 tendering tendering
tendering
 
Tenders contract -arti
Tenders contract -artiTenders contract -arti
Tenders contract -arti
 
Mechanisms to implement wind energy projects “egyptian experience”
Mechanisms to implement wind energy projects “egyptian experience”Mechanisms to implement wind energy projects “egyptian experience”
Mechanisms to implement wind energy projects “egyptian experience”
 
scope - CCTV Tender.pdf
scope - CCTV Tender.pdfscope - CCTV Tender.pdf
scope - CCTV Tender.pdf
 
Bidding and awards.pptx2
Bidding and awards.pptx2Bidding and awards.pptx2
Bidding and awards.pptx2
 
Tendernotice_1 of Washery for coal washing.pdf
Tendernotice_1 of Washery for coal washing.pdfTendernotice_1 of Washery for coal washing.pdf
Tendernotice_1 of Washery for coal washing.pdf
 
Implementation of 500 MW Grid Connected Roof Top Solar PV System Scheme in Di...
Implementation of 500 MW Grid Connected Roof Top Solar PV System Scheme in Di...Implementation of 500 MW Grid Connected Roof Top Solar PV System Scheme in Di...
Implementation of 500 MW Grid Connected Roof Top Solar PV System Scheme in Di...
 
1015 instructions to tenderers (itt) (0
1015 instructions to tenderers (itt)  (01015 instructions to tenderers (itt)  (0
1015 instructions to tenderers (itt) (0
 
Cpm ch 2tender
Cpm ch 2tenderCpm ch 2tender
Cpm ch 2tender
 

More from PRABIR DATTA

A deep rooted journey -edition- (2)with music clips
A deep rooted journey -edition- (2)with music clips A deep rooted journey -edition- (2)with music clips
A deep rooted journey -edition- (2)with music clips PRABIR DATTA
 
History of geometry
History of geometryHistory of geometry
History of geometryPRABIR DATTA
 
Autocad3dtutorial2016
Autocad3dtutorial2016Autocad3dtutorial2016
Autocad3dtutorial2016PRABIR DATTA
 
Fraud and cheating by quick heal antivirus
Fraud and cheating by quick heal antivirusFraud and cheating by quick heal antivirus
Fraud and cheating by quick heal antivirusPRABIR DATTA
 
Water pressure on lock gate
Water pressure on lock gateWater pressure on lock gate
Water pressure on lock gatePRABIR DATTA
 
Pianc hawser force for lock case study
Pianc hawser force for lock case studyPianc hawser force for lock case study
Pianc hawser force for lock case studyPRABIR DATTA
 
Pianc construction of locks
Pianc  construction of locksPianc  construction of locks
Pianc construction of locksPRABIR DATTA
 
Lock gates and operating equipments
Lock gates and operating equipmentsLock gates and operating equipments
Lock gates and operating equipmentsPRABIR DATTA
 
Hydraulic and-structural-design-of-navigational-locks-2165-784 x-1000297
Hydraulic and-structural-design-of-navigational-locks-2165-784 x-1000297Hydraulic and-structural-design-of-navigational-locks-2165-784 x-1000297
Hydraulic and-structural-design-of-navigational-locks-2165-784 x-1000297PRABIR DATTA
 
Hydrostatics 160311202946
Hydrostatics 160311202946Hydrostatics 160311202946
Hydrostatics 160311202946PRABIR DATTA
 
Innovative concepts in_navigation_lock_design
Innovative concepts in_navigation_lock_designInnovative concepts in_navigation_lock_design
Innovative concepts in_navigation_lock_designPRABIR DATTA
 
Port of-antwerp-2nd-lock-waaslandhaven
Port of-antwerp-2nd-lock-waaslandhavenPort of-antwerp-2nd-lock-waaslandhaven
Port of-antwerp-2nd-lock-waaslandhavenPRABIR DATTA
 
European handbook-of-maritime-security-exercises-and-drills
European handbook-of-maritime-security-exercises-and-drillsEuropean handbook-of-maritime-security-exercises-and-drills
European handbook-of-maritime-security-exercises-and-drillsPRABIR DATTA
 
Pianc construction of locks
Pianc  construction of locksPianc  construction of locks
Pianc construction of locksPRABIR DATTA
 
Pianc hawser force for lock case study
Pianc hawser force for lock case studyPianc hawser force for lock case study
Pianc hawser force for lock case studyPRABIR DATTA
 
View point june 2018(1)
View point june 2018(1)View point june 2018(1)
View point june 2018(1)PRABIR DATTA
 

More from PRABIR DATTA (20)

A deep rooted journey -edition- (2)with music clips
A deep rooted journey -edition- (2)with music clips A deep rooted journey -edition- (2)with music clips
A deep rooted journey -edition- (2)with music clips
 
History of geometry
History of geometryHistory of geometry
History of geometry
 
Autocad3dtutorial2016
Autocad3dtutorial2016Autocad3dtutorial2016
Autocad3dtutorial2016
 
Nonrefund
NonrefundNonrefund
Nonrefund
 
Fraud and cheating by quick heal antivirus
Fraud and cheating by quick heal antivirusFraud and cheating by quick heal antivirus
Fraud and cheating by quick heal antivirus
 
Water pressure on lock gate
Water pressure on lock gateWater pressure on lock gate
Water pressure on lock gate
 
Pressure
PressurePressure
Pressure
 
Pianc hawser force for lock case study
Pianc hawser force for lock case studyPianc hawser force for lock case study
Pianc hawser force for lock case study
 
Pianc construction of locks
Pianc  construction of locksPianc  construction of locks
Pianc construction of locks
 
Lock
LockLock
Lock
 
Lock gates and operating equipments
Lock gates and operating equipmentsLock gates and operating equipments
Lock gates and operating equipments
 
Hydraulic and-structural-design-of-navigational-locks-2165-784 x-1000297
Hydraulic and-structural-design-of-navigational-locks-2165-784 x-1000297Hydraulic and-structural-design-of-navigational-locks-2165-784 x-1000297
Hydraulic and-structural-design-of-navigational-locks-2165-784 x-1000297
 
Flanders locks
Flanders locksFlanders locks
Flanders locks
 
Hydrostatics 160311202946
Hydrostatics 160311202946Hydrostatics 160311202946
Hydrostatics 160311202946
 
Innovative concepts in_navigation_lock_design
Innovative concepts in_navigation_lock_designInnovative concepts in_navigation_lock_design
Innovative concepts in_navigation_lock_design
 
Port of-antwerp-2nd-lock-waaslandhaven
Port of-antwerp-2nd-lock-waaslandhavenPort of-antwerp-2nd-lock-waaslandhaven
Port of-antwerp-2nd-lock-waaslandhaven
 
European handbook-of-maritime-security-exercises-and-drills
European handbook-of-maritime-security-exercises-and-drillsEuropean handbook-of-maritime-security-exercises-and-drills
European handbook-of-maritime-security-exercises-and-drills
 
Pianc construction of locks
Pianc  construction of locksPianc  construction of locks
Pianc construction of locks
 
Pianc hawser force for lock case study
Pianc hawser force for lock case studyPianc hawser force for lock case study
Pianc hawser force for lock case study
 
View point june 2018(1)
View point june 2018(1)View point june 2018(1)
View point june 2018(1)
 

Recently uploaded

URLs and Routing in the Odoo 17 Website App
URLs and Routing in the Odoo 17 Website AppURLs and Routing in the Odoo 17 Website App
URLs and Routing in the Odoo 17 Website AppCeline George
 
MENTAL STATUS EXAMINATION format.docx
MENTAL     STATUS EXAMINATION format.docxMENTAL     STATUS EXAMINATION format.docx
MENTAL STATUS EXAMINATION format.docxPoojaSen20
 
Mastering the Unannounced Regulatory Inspection
Mastering the Unannounced Regulatory InspectionMastering the Unannounced Regulatory Inspection
Mastering the Unannounced Regulatory InspectionSafetyChain Software
 
Software Engineering Methodologies (overview)
Software Engineering Methodologies (overview)Software Engineering Methodologies (overview)
Software Engineering Methodologies (overview)eniolaolutunde
 
How to Configure Email Server in Odoo 17
How to Configure Email Server in Odoo 17How to Configure Email Server in Odoo 17
How to Configure Email Server in Odoo 17Celine George
 
Introduction to ArtificiaI Intelligence in Higher Education
Introduction to ArtificiaI Intelligence in Higher EducationIntroduction to ArtificiaI Intelligence in Higher Education
Introduction to ArtificiaI Intelligence in Higher Educationpboyjonauth
 
Employee wellbeing at the workplace.pptx
Employee wellbeing at the workplace.pptxEmployee wellbeing at the workplace.pptx
Employee wellbeing at the workplace.pptxNirmalaLoungPoorunde1
 
microwave assisted reaction. General introduction
microwave assisted reaction. General introductionmicrowave assisted reaction. General introduction
microwave assisted reaction. General introductionMaksud Ahmed
 
Alper Gobel In Media Res Media Component
Alper Gobel In Media Res Media ComponentAlper Gobel In Media Res Media Component
Alper Gobel In Media Res Media ComponentInMediaRes1
 
Paris 2024 Olympic Geographies - an activity
Paris 2024 Olympic Geographies - an activityParis 2024 Olympic Geographies - an activity
Paris 2024 Olympic Geographies - an activityGeoBlogs
 
How to Make a Pirate ship Primary Education.pptx
How to Make a Pirate ship Primary Education.pptxHow to Make a Pirate ship Primary Education.pptx
How to Make a Pirate ship Primary Education.pptxmanuelaromero2013
 
mini mental status format.docx
mini    mental       status     format.docxmini    mental       status     format.docx
mini mental status format.docxPoojaSen20
 
“Oh GOSH! Reflecting on Hackteria's Collaborative Practices in a Global Do-It...
“Oh GOSH! Reflecting on Hackteria's Collaborative Practices in a Global Do-It...“Oh GOSH! Reflecting on Hackteria's Collaborative Practices in a Global Do-It...
“Oh GOSH! Reflecting on Hackteria's Collaborative Practices in a Global Do-It...Marc Dusseiller Dusjagr
 
Separation of Lanthanides/ Lanthanides and Actinides
Separation of Lanthanides/ Lanthanides and ActinidesSeparation of Lanthanides/ Lanthanides and Actinides
Separation of Lanthanides/ Lanthanides and ActinidesFatimaKhan178732
 
Class 11 Legal Studies Ch-1 Concept of State .pdf
Class 11 Legal Studies Ch-1 Concept of State .pdfClass 11 Legal Studies Ch-1 Concept of State .pdf
Class 11 Legal Studies Ch-1 Concept of State .pdfakmcokerachita
 
Contemporary philippine arts from the regions_PPT_Module_12 [Autosaved] (1).pptx
Contemporary philippine arts from the regions_PPT_Module_12 [Autosaved] (1).pptxContemporary philippine arts from the regions_PPT_Module_12 [Autosaved] (1).pptx
Contemporary philippine arts from the regions_PPT_Module_12 [Autosaved] (1).pptxRoyAbrique
 
Presiding Officer Training module 2024 lok sabha elections
Presiding Officer Training module 2024 lok sabha electionsPresiding Officer Training module 2024 lok sabha elections
Presiding Officer Training module 2024 lok sabha electionsanshu789521
 
Sanyam Choudhary Chemistry practical.pdf
Sanyam Choudhary Chemistry practical.pdfSanyam Choudhary Chemistry practical.pdf
Sanyam Choudhary Chemistry practical.pdfsanyamsingh5019
 
The Most Excellent Way | 1 Corinthians 13
The Most Excellent Way | 1 Corinthians 13The Most Excellent Way | 1 Corinthians 13
The Most Excellent Way | 1 Corinthians 13Steve Thomason
 
Organic Name Reactions for the students and aspirants of Chemistry12th.pptx
Organic Name Reactions  for the students and aspirants of Chemistry12th.pptxOrganic Name Reactions  for the students and aspirants of Chemistry12th.pptx
Organic Name Reactions for the students and aspirants of Chemistry12th.pptxVS Mahajan Coaching Centre
 

Recently uploaded (20)

URLs and Routing in the Odoo 17 Website App
URLs and Routing in the Odoo 17 Website AppURLs and Routing in the Odoo 17 Website App
URLs and Routing in the Odoo 17 Website App
 
MENTAL STATUS EXAMINATION format.docx
MENTAL     STATUS EXAMINATION format.docxMENTAL     STATUS EXAMINATION format.docx
MENTAL STATUS EXAMINATION format.docx
 
Mastering the Unannounced Regulatory Inspection
Mastering the Unannounced Regulatory InspectionMastering the Unannounced Regulatory Inspection
Mastering the Unannounced Regulatory Inspection
 
Software Engineering Methodologies (overview)
Software Engineering Methodologies (overview)Software Engineering Methodologies (overview)
Software Engineering Methodologies (overview)
 
How to Configure Email Server in Odoo 17
How to Configure Email Server in Odoo 17How to Configure Email Server in Odoo 17
How to Configure Email Server in Odoo 17
 
Introduction to ArtificiaI Intelligence in Higher Education
Introduction to ArtificiaI Intelligence in Higher EducationIntroduction to ArtificiaI Intelligence in Higher Education
Introduction to ArtificiaI Intelligence in Higher Education
 
Employee wellbeing at the workplace.pptx
Employee wellbeing at the workplace.pptxEmployee wellbeing at the workplace.pptx
Employee wellbeing at the workplace.pptx
 
microwave assisted reaction. General introduction
microwave assisted reaction. General introductionmicrowave assisted reaction. General introduction
microwave assisted reaction. General introduction
 
Alper Gobel In Media Res Media Component
Alper Gobel In Media Res Media ComponentAlper Gobel In Media Res Media Component
Alper Gobel In Media Res Media Component
 
Paris 2024 Olympic Geographies - an activity
Paris 2024 Olympic Geographies - an activityParis 2024 Olympic Geographies - an activity
Paris 2024 Olympic Geographies - an activity
 
How to Make a Pirate ship Primary Education.pptx
How to Make a Pirate ship Primary Education.pptxHow to Make a Pirate ship Primary Education.pptx
How to Make a Pirate ship Primary Education.pptx
 
mini mental status format.docx
mini    mental       status     format.docxmini    mental       status     format.docx
mini mental status format.docx
 
“Oh GOSH! Reflecting on Hackteria's Collaborative Practices in a Global Do-It...
“Oh GOSH! Reflecting on Hackteria's Collaborative Practices in a Global Do-It...“Oh GOSH! Reflecting on Hackteria's Collaborative Practices in a Global Do-It...
“Oh GOSH! Reflecting on Hackteria's Collaborative Practices in a Global Do-It...
 
Separation of Lanthanides/ Lanthanides and Actinides
Separation of Lanthanides/ Lanthanides and ActinidesSeparation of Lanthanides/ Lanthanides and Actinides
Separation of Lanthanides/ Lanthanides and Actinides
 
Class 11 Legal Studies Ch-1 Concept of State .pdf
Class 11 Legal Studies Ch-1 Concept of State .pdfClass 11 Legal Studies Ch-1 Concept of State .pdf
Class 11 Legal Studies Ch-1 Concept of State .pdf
 
Contemporary philippine arts from the regions_PPT_Module_12 [Autosaved] (1).pptx
Contemporary philippine arts from the regions_PPT_Module_12 [Autosaved] (1).pptxContemporary philippine arts from the regions_PPT_Module_12 [Autosaved] (1).pptx
Contemporary philippine arts from the regions_PPT_Module_12 [Autosaved] (1).pptx
 
Presiding Officer Training module 2024 lok sabha elections
Presiding Officer Training module 2024 lok sabha electionsPresiding Officer Training module 2024 lok sabha elections
Presiding Officer Training module 2024 lok sabha elections
 
Sanyam Choudhary Chemistry practical.pdf
Sanyam Choudhary Chemistry practical.pdfSanyam Choudhary Chemistry practical.pdf
Sanyam Choudhary Chemistry practical.pdf
 
The Most Excellent Way | 1 Corinthians 13
The Most Excellent Way | 1 Corinthians 13The Most Excellent Way | 1 Corinthians 13
The Most Excellent Way | 1 Corinthians 13
 
Organic Name Reactions for the students and aspirants of Chemistry12th.pptx
Organic Name Reactions  for the students and aspirants of Chemistry12th.pptxOrganic Name Reactions  for the students and aspirants of Chemistry12th.pptx
Organic Name Reactions for the students and aspirants of Chemistry12th.pptx
 

Tender document q4 oiljetty firefighting

  • 1. “ Iss Ti La of Ti of Co Ea P Of Ch Co W Co Ke TEN “DESIGN, SU FIGH sue of tender ime and date ast date and ti f techno comm ime and date f techno comm ost of Tender arnest Money robable Amo ffice of the hief Mechani ochin Port Tr Willingdon Isla ochin-682 00 erala,India. NDER No. D UPPLY, INST HTING FACIL documents of Pre-bid me ime of submis mercial and pr of opening mercial bid r Documents y Deposit ount of Contra cal Engineer, rust, and, 9. COCHI 3/T-1/Q4 Fire Tender Doc TALLATION LITIES AT Q : F eeting : ssion rice bid : act IN PORT TR e Fighting (R cument for the N, TESTING Q4 BERTH O From 01-06- 11.00 Hrs. o 14.00 Hrs. o : 14.30 Hrs. o : Rs.10,500/- : Rs.8,00,000 : Rs.8,20,00, Phone : : Fax : E-mail : Website : RUST RT)/12-M date e work of AND COMM OF COCHIN P 2012 n 08-06-2012 n 22-06-2012 on 22-06-2012 0/- ,000/- +91 484 266 +91 484 266 +91 484 266 dycme@coch www.cochin ed 01-06-2012 MISSIONING PORT TRUS 2 2 2 66639, 66871 Extn:23 6639 hinport.gov.in nport.gov.in 2 G OF FIRE T” 300 n
  • 2. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 2 Contents Section I Tender Notice ......................................................................................................3 Section II Instructions to Tenderer ...................................................................................5 Section III General Conditions of Contract ...................................................................10 Section IV Special Conditions..........................................................................................16 Section V Scope of Work..................................................................................................19 Section VI Pump House details........................................................................................28 Annexure I Approved List of sub vendors......................................................................47 Annexure II List of Procedure to be submitted by the Contractor.............................48 Annexure III List of Records to be submitted by the Contractor................................49 Annexure IV Welding Specification................................................................................50 Annexure V Specification for Mortar Lining.................................................................57 Annexure VI Specification for Painting..........................................................................58 Annexure VII Proforma of Integrity Pact ......................................................................62 Annexure VIII Proforma of Undertaking.......................................................................67 Annexure IX Proforma of Disclosure of Payment .........................................................68 Annexure X Proforma of Undertaking ...........................................................................69 Annexure XI Proforma of Undertaking..........................................................................70 Appendix A Electrode Qualification Test Record .........................................................71 Appendix B Welding Procedure Specification ...............................................................72 Appendix C Procedure Qualification Record ................................................................73 Appendix D Manufacturer’s Record of Welding...........................................................74 Appendix E Welder’s Identification Card......................................................................76 Appendix F Radiographic Procedure for Pipe Welding ...............................................77 Appendix G Drawings of Monitor Tower.......................................................................78 Schedule A List of Documents to be submitted..............................................................82 Schedule B Price Schedule ...............................................................................................83 Schedule C Details of Financial Stability........................................................................85 Schedule D Structure of Organisation ............................................................................86 Schedule E Concurrent Commitments ...........................................................................87 Schedule F Details of Experience.....................................................................................88 Schedule G List of Deviations ..........................................................................................89 Form I Form of Agreement..............................................................................................90 Form II Proforma of Bank Guarantee............................................................................92 Form III No Claim Certificate.........................................................................................94 Form-IV Format Of Bank Guarantee For EMD ...........................................................95
  • 3. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 3 Section I Tender Notice 1.01. Sealed tenders in two cover system are invited by The Chief Mechanical Engineer, Cochin Port Trust, Willingdon Island, Cochin 682 009 for “DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF FIRE FIGHTING FACILITIES AT Q4 BERTH OF COCHIN PORT TRUST” as per the Scope of Work (Section V) 1.02. The tenders should be submitted in accordance with the Instructions to Tenderer, General Conditions of Contract, Special Conditions, Scope of Work and detailed Technical Specification etc. as enumerated in the tender documents. 1.03. The tender documents can be downloaded from our website www.cochinport.gov.in. The cost of tender document Rs.10,500/- including VAT is to be remitted in the form of the banker’s cheque/DD in favour of F.A.&C.A.O, Cochin Port Trust, payable at Cochin and has to be submitted along with the tender. Tenders without the cost of tender document will not be accepted. Downloaded document is to be printed in a clearly readable form in A4 size sheet for submission. The downloaded tender documents if found tampered with by way of any deviation from the original document hosted on website, will result in disqualification. 1.04. The tender document can also be purchased from the office of the Chief Mechanical Engineer on all working days from 01-06- 2012 to 14:00 Hrs on 22-06-2012 on payment of non-refundable tender fee of Rs.10,500/- including VAT, in the form of banker’s cheque or DD drawn in favour of the FA&CAO, Cochin Port Trust, payable at Cochin, being the cost of single copy of the tender document. Tender documents can also be obtained by any firm in India by speed post against an additional amount of Rs.100/-. Tenders that are not submitted in the prescribed format will be rejected. 1.05. Tender document should be submitted so as to reach the office of the Chief Mechanical Engineer, Cochin Port Trust, Willingdon Island, Cochin 682 009 not later than the closing time and date as indicated in the time schedule at Clause No.1.09. 1.06. The Tenderer have to execute an “Integrity Pact” (IP) as per the format attached in Annexure VII of this tender document. Integrity pact shall cover the tender throughout its various phases and it would be deemed as a part of the contract. The Tenderer should sign and submit an “Integrity Pact” to be executed between the Tenderer and Cochin Port Trust along with the Tender in a separate envelope superscribing “Integrity Pact”. Tenders not accompanied with IP will be rejected. IP would be implemented through an Independent External Monitor (IEM). The IEM for this tender is Shri. P.C. Cyriac I.A.S (Rtd), 28/3551-B, Waterfront Enclave, Off Chilavannoor Road, Cochin 682 020. The Integrity Pact duly signed shall be placed in envelope A Techno- Commercial bid. 1.07. The tender should be accompanied by Earnest Money Deposit (EMD) amounting to Rs.8,00,000/- by way of Banker’s Cheque or Demand Draft issued by Nationalized/ Scheduled banks, encashable in Cochin, drawn in favour of F.A. & C.A.O., Cochin Port Trust. The EMD shall be placed in envelope A Techno-Commercial bid. 1.08. EMD can be submitted by way of Bank Guarantee issued from any Scheduled Bank or Nationalized Bank as per format (Form IV) attached along with this tender document. 1.09. Time schedule for various activities in connection with this tender will be as follows: Sale of tender document : From 01-06- 2012 Pre-bid meeting : 08-06-2012, 11:00 Hrs Last date of submission of technical & price bid : 22-06-2012, 14:00 Hrs. Opening of Techno Commercial bid : 22-06-2012, 14:30 Hrs. Opening of price bid of qualified Bidders : Will be announced later. 1.10. It is obligatory on the part of the Tenderer to seal and sign each and every page of the tender document as a token of acceptance of all the conditions mentioned in the document, while submitting their tender. 1.11. Tenders, which do not fulfill all, or any of the above conditions, or are incomplete in any respect, are liable to rejection. 1.12. Tenderer should send a letter of authorization with an attested specimen signature of their representatives who are deputed by them to be present at the time of opening of the tenders. 1.13. The Tenderers should give an undertaking that they have not made any payment or illegal gratification to any person / authority connected with the tender process so as to influence the
  • 4. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 4 Tender process and has not committed any offence under the PC Act in connection with the Tender as per the proforma at Annexure VII . 1.14. The Tenderer shall disclose any payments made / proposed to be made to the intermediaries in connection with the tender as per the proforma at Annexure IX . In case no payment is made or proposed to be made, a NIL statement shall be given. 1.15. The tenderers should give an undertaking in Annexure X that no changes have been made in the downloaded document. 1.16. All Tenderers are advised to visit the work site before submitting their offer in order to make themselves fully aware of the work conditions. Cochin Port Trust will not be responsible for any cost or expenses incurred by the Tenderer in connection with the preparation or delivery of the tenders including cost and expenses related to visits to the sites. 1.17. The Cochin Port Trust reserves the right to accept or reject any or all of the tenders received without assigning any reason. 1.18. Tender documents are non-transferable. Tenderer should obtain the tender document in their own name and submit their tenders directly. 1.19. The tenders containing uncalled remarks or any additional conditions are liable to summary rejection. 1.20. Disputes if any shall be under the jurisdiction of courts in Cochin Corporation limits only. 1.21. This tender notice shall form part of the contract. Chief Mechanical Engineer For and on behalf of the Board of Trustees of The Cochin Port Trust
  • 5. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 5 Section II Instructions to Tenderer 2.01. SCOPE OF TENDER: Sealed tenders in two-cover system are invited from eligible Tenderer for “DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF FIRE FIGHTING FACILITIES AT Q4 BERTH OF COCHIN PORT TRUST” as per the scope of work given in Section V. 2.02. PROVEN TRACK: The tenderer should have the expertise and proven track record in carrying out similar works as specified in the Scope of work (Section V ). 2.03. COST OF TENDER DOCUMENTS: The cost of the tender document is Rs 10,500/- inclusive of VAT. 2.04. MODE OF PURCHASE OF TENDER DOCUMENTS: The Tender document can be downloaded from Port’s website www.cochinport.gov.in. Cost of tender document i.e. Rs.10,500/- (including VAT), is to be remitted in the form of the Banker’s Cheque or Demand Draft from a Scheduled/ Nationalized bank having their branch in Cochin drawn in favour of F.A.&C.A.O., Cochin Port Trust, payable at Cochin and has to be attached in a separate cover along with the tender submitted. The tender document can also be purchased from the Office of the Chief Mechanical Engineer, Cochin Port Trust, Willington Island, Cochin 682 009, Kerala, India, from 01-06- 2012 to 14:00 Hrs. on 22-06-2012 during working days, on payment of Rs.10,500/-including VAT in the form of Banker’s Cheque or Demand Draft (non refundable), from a Scheduled/ Nationalized bank having their branch in Cochin drawn in favour of FA &CAO, Cochin Port Trust. 2.05. MINIMUM QUALIFICATION CRITERIA (MQC): Tenderer must fulfill the following minimum qualifying criteria to prove the techno-commercial competence and submit the documents in support thereof: 2.05.1Firms who have satisfactorily completed similar works in India to their clients during the last seven years preceding the date of this tender notice, as follows: 2.05.1.1 Three numbers of contract works, each single contract costing not less than Rs.330 lakhs. OR 2.05.1.2 Two numbers of contract works, each single contract costing not less than Rs.410 lakhs. OR 2.05.1.3 One number of contract work costing not less than Rs.660 lakhs. (Similar works means design, supply, installation, testing and commissioning of fire fighting facilities including foam lines and monitors for Oil Terminals/Ports/Refineries/Petrochemical industry handling Class-A products.) Note: Copy of work order duly notarized, proving MQC stated at clause 2.05.1 above and completion certificate issued by the client for the work should be submitted along with the tender. 2.05.2Average annual financial turnover of the tenderer should be not less than Rs. 250 lakhs during the last three (3) years, taken together ending 31st March 2011. The details may be furnished as required in “Schedule C”. 2.06. The Tenderer is expected to examine all instructions, forms, terms and specifications etc. in the tender document. Failure to furnish all information or documentation required by the Tender documents may result in the rejection of Tender. 2.07. M/s. IRS shall be the consultant of Cochin Port Trust for the project. 2.08. Bidder shall furnish basic design and general arrangement drawings of fire fighting facilities at Q4. The scope of work and applicable codes and regulations are given in section-V of this document. The basic design submitted by the tenderer will be scrutinised by M/s. IRS for compliance with requirements of this tender. Only those tenders complying with the technical requirements of tender as recommended by M/s. IRS will be treated as technically qualified. 2.09. Bidders have the option to incorporate modifications suggested by M/s. IRS and submit modified design and drawing without varying the price quoted. 2.10. If the bidder does not have expertise in designing fire-fighting systems, they can appoint a consultant for the same. 2.11. SUBMISSION OF TENDER: Completed tenders shall be submitted to office of the Chief Mechanical Engineer before the due date and time for receipt of tender as mentioned in clause 1.09 of the Tender Notice. Cochin Port Trust may at its discretion extend the date for receipt of tenders. Tenders received after the aforesaid time and date or the extended time and date, if any, will be rejected and returned unopened to the Tenderer. Tenderer can also submit the complete tender through Courier or Registered Post. However, Tenderer should ensure while sending the tender
  • 6. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 6 through Courier or Registered post that the tender reaches office of the Chief Mechanical Engineer on or before the last date and time of submission of tender. 2.12. EMD: The tender shall be accompanied by Earnest Money Deposit of Rs.8,00,000/-. The tender not accompanied with EMD will be treated as non responsive and will be rejected. The Earnest Money Deposit shall be submitted in the form of demand draft/banker’s cheque drawn in favour of FA &CAO, Cochin Port Trust, Cochin from any Scheduled Bank or Nationalized Bank, having its branch in Cochin. EMD can be submitted by way of Bank Guarantee issued from any Scheduled Bank or Nationalized Bank as per format (Form IV) attached along with this tender document. 2.13. Tender document submitted shall be duly filled in, all schedules and annexure as required, signed and stamped in all pages. 2.14. Details of Financial Stability: Report on the financial standing of the Tenderer including average annual turnover for the last three years should be submitted in Schedule C. The financial turnover with regard to the above should be accompanied with the notarized copies of auditor’s report along with balance sheets for the past three years ending 31st March 2011 or their financial ending period. The Tenderer shall ensure that he is fulfilling the pre-qualification criteria as regards to turnover as detailed at clause no: 2.05.2 above. 2.15. The Tenderer should possess a Solvency Certificate, issued by a Nationalized/Scheduled Bank, to prove the capacity of the tenderer to undertake the work of this magnitude and covering the tendered amount and he should submit the same along with the techno-commercial Bid. 2.16. Structure of Organization: Details of the structure of the organization including name of directors, nature of organization, contact person etc. should be filled in Schedule D and should be attached along with the tender. 2.17. Power of attorney for the signatory of the tender and for carrying out the works when awarded should be enclosed along with the tender. 2.18. Details of Concurrent Commitments if any should be furnished in Schedule E . 2.19. Details of Experience: Tenderer shall give the information regarding their experience in design, supply, erection, testing and commissioning of firefighting system including foam lines along with valves and accessories for Oil Terminals/Ports/Refineries/petrochemical industry handling Class-A products as per Schedule F. 2.20. Deviations in tender conditions: Tender should be submitted subject to terms and conditions detailed in this tender document. Any deviations in the tender submitted should be listed in Schedule G. 2.21. Tenderer shall indicate the make, model, technical specifications etc., of major/ vital items offered by him, enclosing printed pamphlets/ catalogues/ brochures of the makers. 2.22. An undertaking that no payment or illegal gratification has been made to any person/authority connected with the Tender process has to be furnished in 2.23. 2.24. Annexure VIII . 2.25. Disclosure of payment made/ proposed to be made to the intermediaries in connection with the tender has to made in Annexure IX . 2.26. An undertaking that no changes have been made in the tender document downloaded has to be furnished in Annexure X . 2.27. An undertaking that “ENVELOPE B” does not contain any techno-commercial condition has to be furnished in Annexure XI . 2.28. Bidders are required to submit their price bid in Schedule B only. 2.29. Tenderer shall complete all the Schedules with all the information called for therein and sign with date and stamp all the pages of the tender document and the Schedules. Any tender not so complete is liable to be rejected. The Form of Tender and Schedules shall not be defaced in any way whatsoever or detached from the Conditions of Contract. The Tenderer should not submit their offer with any conditions/ counter conditions anywhere in the tender document. The conditional tenders, if any, shall be considered as non-responsive and shall be summarily rejected. All the documents submitted should be bound / filed, indexed and page numbered. The Tenderer shall examine all the tender conditions and specifications etc. in the tender document. The Tenderer shall execute an “Integrity Pact”, as per the format in Annexure VII , duly signed and sealed on all pages and to be enclosed in Envelope A. Tender submitted without Integrity Pact,
  • 7. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 7 duly executed will be rejected. One copy of the Integrity Pact duly signed by the Employer will be given to the successful Tenderer, while accepting their offer. 2.30. DOCUMENT PRESENTATION: Tender shall be submitted in two separate sealed covers “ENVELOPE A" and “ENVELOPE B”. 2.28.1 ENVELOPE A: Shall be sealed and superscribed with words “DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF FIRE FIGHTING FACILITIES AT Q4 BERTH OF COCHIN PORT TRUST”, ENVELOPE A, Techno-Commercial Bid”. It shall contain the following: 2.28.1.1 Cost of Tender document. 2.28.1.2 Earnest money Deposit. 2.28.1.3 Integrity Pact duly signed and sealed. 2.28.1.4 Basic design of fire fighting facilities at Q4 berth, as per scope of work of this tender. 2.28.1.5 Layout drawing of fire fighting facilities at Q4 berth. 2.28.1.6 Tender documents duly filled (except price schedule) signed and stamped on all pages. 2.28.1.7 Copy of work orders duly notarized proving MQC. 2.28.1.8 Performance report of work from clients. 2.28.1.9 Copies of profit and loss statement, balance sheets and auditor’s report/annual report for the past 3 years. 2.28.1.10 Copies of CST, VAT, TIN, PAN. 2.28.1.11 Power of Attorney in favour of person authorized to sign the tender document. 2.28.1.12 Schedules A, C, D, E, F, G and Annexure VII to XI and of this tender document (except price bid) duly filled and signed. 2.28.1.13 Printed pamphlets/ catalogues/ brochures of the makers showing make, model, technical specifications of vital components. 2.28.2 ENVELOPE B: Shall be sealed and superscribed with words, “DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF FIRE FIGHTING FACILITIES AT Q4 BERTH OF COCHIN PORT TRUST”, ENVELOPE B, Price Bid. 2.28.2.1 Envelope B shall contain only the price bid. 2.28.2.2 The Price Bid shall be free from any corrections. 2.28.2.3 Disclosure / indication of the Price(s) in the Techno- Commercial Bid shall make the Tender to be disqualified and rejected. 2.28.2.4 Tenderer should quote one price only for each item. Declaring price discrimination by showing optional/ alternative model may lead to rejection of the complete offer. 2.28.2.5 The prices shall be written both in words and figures and in case of any deviation, prices in words shall be valid and binding. In case of any error in total amount indicated by Tenderer, the unit price alone shall be considered valid and binding on Tenderer. 2.28.2.6 Corrections should be duly attested by the signature(s) of the Tenderer(s) with date. 2.28.2.7 Cochin Port Trust shall not provide any forms for getting any exemptions from payment of duties and taxes. 2.28.3The two sealed envelopes (i.e. Envelope - "A" and Envelope - "B") as mentioned above shall again be put together in one common cover and sealed. This sealed cover shall be addressed to the Chief Mechanical Engineer, Cochin Port Trust, Cochin 682 009, and shall be super scribed as Tender No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012, “DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF FIRE FIGHTING FACILITIES AT Q4 BERTH OF COCHIN PORT TRUST”. 2.31. The Earnest Money Deposit of unsuccessful Tenderer shall be returned after award of contract to the successful Tenderer. The EMD of successful Tenderer will be refunded on submission of security deposit (in Form II) as per the tender clause and executing the agreement (in Form I) as per tender clause. 2.32. No interest will be allowed on the Earnest Money Deposit from the date of its receipt until it is so refunded. 2.33. The Earnest Money Deposit in the form of Bank Guarantee/Cheque will not be accepted under any circumstances. 2.34. The EMD shall be forfeited under following circumstances:
  • 8. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 8 2.32.1In the event of the Tenderer withdrawing/modifying his tender before the expiry of tender validity of 120 days from the date of submission and opening. 2.32.2Failing to enter into an agreement with Cochin Port Trust upon award of contract as required in the tender, or fails to furnish the necessary bank guarantee towards performance within 30 days from the date of issue of work order, the tender shall be liable to be cancelled and EMD shall be forfeited. 2.35. WITHDRAWAL OR MODIFICATIONS: Any withdrawal or modifications are permitted only on request in writing till last date and time of submission of the Tender, that means the tender cannot be withdrawn or modified after the last date and time of submission and in case the Tenderer modifies or withdraws his tender after the last date and time of submission of tender, the tender shall liable to be cancelled and EMD shall be forfeited. 2.36. AMENDMENT OF TENDER DOCUMENT: 2.36.1. At any time prior to the deadline for the submission of Tenders, Cochin Port Trust, for any reason, whether at his own initiative or in response to tender, may modify the Tender document by an amendment. 2.36.2. The amendment in the form of addendum will be sent by e-mail/fax/letter to all prospective Tenderer who have collected the tender document directly from Cochin Port Trust, to arrive not later than 5 days prior to deadline for submission of tender. The Tenderer should promptly acknowledge the receipt by Fax to the Employer. 2.36.3. Any amendments issued will be hosted in the website at least 5 days prior to the dates specified for submission of the tender. All the Tenderer who have downloaded the tender document shall verify if any such amendment/ modifications have been issued before submitting their Tender and shall take cognizance of and include such amendment(s) in their submission. In any case the amendment(s)/modification(s) if any, shall be binding on the Tenderer. No separate notice/intimation of amendments/ modifications will be sent to those who have downloaded the document from the web. 2.36.4. The Employer may at his discretion to extend deadline for the submission of Tenders to enable prospective Tenderer to take the amendment into account while preparing the Tender. 2.37. PRE-BID MEETING: A prospective Tenderer requiring any clarification of the tender shall submit their queries in writing in advance or at least three days before the Pre-Bid meeting. The clarifications of these queries will be given in writing by Cochin Port Trust on later date and Final date of submission of tender shall be intimated accordingly. 2.38. OPENING OF THE TENDERS: 2.38.1. Techno-Commercial Bid, i.e. Envelope "A", will be opened at 2.30 pm on 22-06-2012, in the presence of those Tenderers who may wish to be present. After opening the Envelope "A", the names of the Tenderer will be announced. 2.38.2. The Envelope "B" ie. Price Bid shall be opened on the date so fixed by the Employer. The Envelope "B" will be opened only of those Tenderer who will qualify in the Techno-Commercial Bid. The Tenderer qualified in Techno-Commercial Bid will be informed in writing to attend the Price Bid opening. 2.38.3. The Tenderer who wish to witness the tender opening shall send letter of authorization with attested specimen signature of their representative who are deputed to attend the opening of tenders. Representative without such authorization letters may not be permitted to be present to witness the tender opening. 2.39. To assist in the examination, evaluation and comparison of tenders, Employer may ask Tenderer, individually for clarification of their tender. The request for clarification and the response shall be sent in writing by post, E-mail and fax, but no change in price or substance of the tender shall be sought, offered or permitted. 2.40. DETERMINATION OF RESPONSIVENESS: The tender which does not satisfy the pre- qualification criteria shall summarily be rejected and shall not be considered for further evaluation. The Port will scrutinize the tenders to determine whether the tender is substantially responsive to the requirements of the tender documents. For the purpose of this clause, a substantially responsive tender is one which inter-alia confirms to all the terms & conditions of the tender documents without any deviation or reservation. A tender that, in relation to the cost estimate of the Port, is seriously unbalanced may be rejected as non-responsive.
  • 9. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 9 2.41. Canvassing in connection with the tender is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable for rejection. 2.42. EVALUATION AND COMPARISON OF TENDERS: Only such tenders, as determined to be substantially responsive to the requirements of the tender documents will be evaluated. Other non- responsive tenders will be rejected. The Port's decision on this shall be final, conclusive and binding. 2.43. VALIDITY OF TENDER: The tender shall remain valid and open for acceptance for a period of 120 days from the last date fixed for receiving the same. The Cochin Port Trust may request the tenderers to extend the period of validity for a specific period. The request and response thereto shall be made in writing by post or by fax. The Tenderer will have an option to refuse the request without forfeiting their EMD. However in the event of the Tenderer agreeing to the request, they will not be permitted to modify the tender. 2.44. ACCEPTANCE OF TENDER: The Employer does not bind itself to accept the lowest or any tender and reserves the right to accept any tender in part or to reject any tender or all tenders without assigning any reasons whatsoever. 2.45. AWARD OF CONTRACT: The employer shall award the Contract to the Tenderer whose offer has been determined to be the lowest evaluated Tender and is substantially responsive to the tender document. 2.46. NOTIFICATION OF AWARD: 2.46.1. Prior to the expiration of the period of Tender validity or extended validity, the Employer shall notify the successful Tenderer, in writing, that his tender has been accepted. Until a formal contract is prepared and executed, the notification of award and form of tender shall constitute a binding contract. 2.46.2. Upon the successful Tenderer furnishing Security Deposit and executing the agreement, the Employer will promptly notify each unsuccessful Tenderer and will discharge their EMD. 2.47. LANGUAGE OF THE TENDER: The tender submitted by the Tenderer and all correspondence and documents relating to the tender exchanged by the Tenderer and the Employer shall be written in ENGLISH LANGUAGE. Any printed literature, other than in English language shall be accompanied by an English translation, in which case for purpose of interpretation of the tender, the English translation shall govern.
  • 10. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 10 Section III General Conditions of Contract 3.01. DEFINITIONS: In the Contract (as hereinafter defined) the definition of the following words and expressions shall have the meanings hereby assigned to them except where the context otherwise requires: 3.02. "Employer" means Board of Trustees of Cochin Port, a body corporate under the Major Port Trust Act.1963, by notification issued by the Government of India, acting through its Chairman, Dy. Chairman or Chief Mechanical Engineer or any other officers so nominated by the Board. 3.03. "Contractor” means the person or persons, firm, corporation or company whose tender has been accepted by the Employer and includes the Contractor's servants, agents and workers, personal representatives, successors and permitted assigns. 3.04. "Contract" means and includes Tender Documents, Instructions to Tenderers, General Conditions of Contract, Drawings, Specifications, and Schedules etc., any amendments thereto, Bid, Letter of Acceptance and the Contract Agreement. 3.05. "Contract Price" means the total sum of money to be paid by the employer to the contractor on timely completion of the contract work as per Contract including payment for extra work, i.e. as per defined and applicable items of the terms of payment, including any taxes and excise duties to be paid to state or central Government. 3.06. "Specifications" means the specification referred to in the tender documents and any modifications thereof or additions thereto or amendments thereto as may be from time to time be furnished or approved in writing by the Employer. 3.07. “Chief Mechanical Engineer” shall mean the Chief Mechanical Engineer of Cochin Port Trust and includes any officer who is authorized on his behalf for the purpose of this contract. 3.08. "Work" or "Works" shall mean the whole of the plant and materials to be provided and work to be done executed or carried out by the contractor under the contract. 3.09. The "Site" shall mean the whole of the premises, buildings and grounds in or upon which the system or works is or are to be provided, executed, erected, done or carried out. 3.10. The "Schedule" shall mean the schedule or Schedules attached to the specifications. 3.11. The "Drawings" shall mean the drawings, issued with the specification which will ordinarily be identified by being signed by the Chief Mechanical Engineer and any further drawing submitted by the contractor with his tender and duly signed by him and accepted or approved by the Chief Mechanical Engineer and all other drawings supplied or furnished by the contractors or by the Chief Mechanical Engineer in accordance with these contract conditions. 3.12. “Trials" and "Tests" shall mean such trials and tests as are provided for in these conditions of contract and described in the specification and shall include all other tests to be carried out as per the requirement of the ‘employer’. 3.13. "Approved" or "Approval" shall mean approval in writing. 3.14. "Month" shall mean English Calendar Month. 3.15. “Day” shall mean English Calendar Day. 3.16. “Completion” means the fulfillment of the work and related services by the contractor in accordance with the terms and conditions set forth in the contract. 3.17. “Tender” means the offer of the contractor along with all other relevant documents as referred to in the contract. 3.18. “Engineer In-charge” shall mean Executive Engineer/Supdt. Engineer, Tanker Terminal, Cochin Port Trust or any other Officer nominated by the Chief Mechanical Engineer. 3.19. “TPI” Third Party Inspector. 3.20. The specification given is only intended to cover the principal requirements and is not to be taken as complete in details. The equipment should be complete in all respect as per Port’s requirements and to be commissioned to the entire satisfaction of the Engineer-in-charge for this work or his authorized officers. 3.21. The quoted rates, prices and total amount should be inclusive of basic price/cost and all duties, taxes and other levies at the prevailing rates and shall also include other charges such as packing, forwarding, freight, transit and risk insurance etc for delivery at Cochin Port Trust. The percentage of each taxes and duties included in the prices quoted should be specifically mentioned. Any statutory variation in the rate of taxes/duties etc from the date of Purchase order but within the
  • 11. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 11 stipulated time of delivery shall be paid / deducted as the case may be to the contractor subject to production of documentary evidence. The price shall be quoted in the prescribed format in the Price Schedule. Statements such as "all taxes and duties applicable will be extra" should be avoided. The Cochin Port Trust does not have any S.T. concessional forms, such as ‘C’ and 'D' forms. The rates quoted should be firm without any price variation clauses. 3.22. Any penal interest, penalty or fine payable/paid by the contractor to the Tax Authorities on the Taxes and Duties shall not be paid/reimbursed by the employer under any circumstances. 3.23. In the event, the Tenderer not indicating the rate of Tax and Duties included in the Price separately in the bid, the Port shall not pay any change in the rate of taxes and duties including any newly levied Taxes and Duties during the entire currency of the contract under any circumstances 3.24. Contractor to inform himself fully: The contractor shall be deemed to have carefully examined the general conditions of contract, specifications, and form of tender and informed himself full regarding the conditions in which the contract is to be executed, the rules and regulations and all other matters and things affecting the cost of the work and satisfied himself fully regarding the sufficiency of his tender to cover all his obligations under the contract. 3.25. Contract Agreement: The successful Tenderer will be required to execute an agreement at his expense on Hundred Rupees (Rs.100/-) Kerala Stamp Paper in the proper departmental format (Form I) for the due and proper fulfillment of the contract, within 30 days from the date of issue of the purchase order. Pending preparation and execution of the contract agreement as above, the tender submitted by the contractor together with Chief Mechanical Engineer’s letter/fax accepting the tender shall constitute a binding contract between the Board and the Contractor. 3.26. Security Deposit: The successful Tenderer will be required to furnish Bank Guarantee towards Security Deposit for 10% of Contract price including taxes & duties on a stamp paper of value Rs 100/- within 15 days from the date of issue of purchase order. The Bank Guarantee should be valid for a period of 20 months from date of acceptance of purchase order and the same has to be extended for a further period as required by Cochin Port Trust to cover the guarantee period. Any expenditure in this regard will be borne by the Contractor. The proforma of Bank Guarantee for Security Deposit is given as Form II. The Port Trust may at their option forfeit the Security Deposit if the contractor fails to carry out the work or perform or observe the conditions of contract. The Port Trust will also be at liberty to deduct from Security Deposit or from any sums of money due or that may become due under contract with the contractor that may become due to the Port Trust. This is without prejudice to the rights of the Trust under the terms of the Contract. 3.27. Completion period: The supply, erection testing and commissioning should be completed within the stipulated time. However the Contractor should make all efforts to complete the work as early as possible. If the work is not completed within the stipulated time, liquidated damages, as per clause 3.28 will be applicable. 3.28. Liquidated Damages: Time is essence of this contract. In the event of failure of the supply, erection, testing and commissioning the equipment complete in all respects as per specifications, as ordered within the completion period stipulated in the order/tender the contractor would be liable to pay liquidated damages. The extension granted of completion time for the delays for reasons attributable to the contractor will not exonerate the contractor from his liability to pay liquidated damages. The contractor shall pay to the Board of Trustees of Cochin Port as liquidated damages and not as penalty for the delay, a sum equivalent to ½ % (one ‘half’ percent) of the contract price of the item/items per week for such delay or part thereof, the maximum of which shall not exceed 10% (ten percent) of the contract price. The liquidated damages fixed as above shall be considered as reasonable compensation without any actual proof of loss or damage. The Board of Trustees of Cochin Port shall have power to deduct such sum or sums from the money due to the contractor. No variation made in the work shall be of any excuse for delay in completing the work nor prevent the deduction of the said liquidated damages, unless an extension of the completion period shall have been granted by Chief Mechanical Engineer in writing in respect of such variation. The liquidated damages paid/ deducted as above shall not relieve the contractor from the obligation to complete the work order/contract or from other obligations and liabilities under the contract. In such events as when the contractor is unable to make any work progress for the reasons not attributable to him, he shall apply for grant of extension of completion time within 15 days of such
  • 12. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 12 occurrence of event and Engineer-in-Charge shall examine the merit of the case and accordingly extension with or without levy of LD shall be given by Cochin Port Trust. 3.29. Force Majeure: Neither party hereto shall be held responsible for any delay or failure to perform any or all of the obligations imposed upon such party caused by Force Majeure in such a case, the time for performance of such obligations and the obligations for the other party to the extent that they are directly or indirectly affected by such occurrence will be extended by a period equal to that time. Notification of a circumstance of Force Majeure shall be given by Fax addressed to the other party within 5 working days of its occurrence. This fax shall be confirmed by letter dispatched within 1 week along with a certificate of the relevant Chamber of Commerce of confirming the existence of the circumstance of the Force Majeure. Only the following shall be considered as Force Majeure if they intervene before contractual delivery date and impede performance, acts of God, war revolutions, fire, floods, epidemics, quarantine restriction, freight embargoes and acts of State (Excluding power cuts). However, should such a delay even if due to reason of Force Majeure be protracted for more than three 3 (months), owner may cancel the contract, subject to the consent of the seller at no charge to owner in seller’s favour and owner shall be entitled to reimbursement of the amount paid to seller. 3.30. If any foreigner is employed by the contractor to work within the Port premises the latter shall ensure that such a foreigner possesses necessary permit if any issued by the concerned civil authority in writing and also 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 held responsible for the lapse and the Port Trust shall not be liable on any account. 3.31. All safety protection / precaution as per Statutory and Regulatory requirements for the safety of the workmen, supervisors and materials are to be provided by the contractor. 3.32. When the supply/work is over the contractor should remove all his temporary plants, tools, etc. at his own expense and leave the whole area used by him in a clear and tidy condition to the satisfaction of the employer. 3.33. The contractor shall execute the work in such a manner that all the existing structures overhead lines, existing pipelines, utilities, etc. other than those covered under this contract are not disturbed /altered / damaged. Any damages caused shall be made good by the Contractor at his own risk and cost. 3.34. The contractor will have to obey by the various Labour Laws and Regulations including P.F Act, Workmen compensation Act, Contract Labour (Regulation & Abolition) Act etc. or other Statutory Requirement if any, if applicable when working in Port premises. 3.35. The men deployed for the work and the materials brought by the Contractor shall be insured at his own cost and the Port will no way be responsible for the loss / damages to the materials in connection with the work (assembling, commissioning, testing, guarantee repairs etc). The Contractor shall insure all his employees against any accidents and indemnify Cochin Port during the period of his contract and guarantee period. 3.36. Alterations & Additions: Should any alterations or additions to the work as specified in the said specifications not involving extra cost to the contractor be considered necessary or expedient by either party and be mutually agreed or in writing, the contractor shall execute the same without any charge beyond the contract price. But if the Port desires any alterations or additions involving extra cost to the contractor, the Contractor before executing the same, arrive at a mutual agreement regarding the cost and time for such alterations and additions. 3.37. Rejections and Replacements: All materials, equipment and workmanship used and employed in carrying out this contract shall be to the entire satisfaction of the employer. Any portion or portions of materials, equipment or any of the works done under this contract which may be considered to be defective or unsatisfactory or not in accordance with the said specifications and plans and the requirements, which they shall reject and shall be replaced to the satisfaction of employer at the sole expense of the contractor. 3.38. Royalties on Patented Articles: The contractor shall pay all royalties and other sums of money which shall be or become due or payable in respect of any patented, registered or protected article on design which shall be used by him in or about the construction of the system and shall at all times indemnify the Board and its officers and agents there from and from all actions, suits, demands and claims in respect of the said royalties and other sums of money or any of them, and from all costs, charges, damages and expenses in any way arising there out or incidental thereto. In
  • 13. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 13 other words all intellectual property rights and laws shall be honoured and all liabilities there under including all expenses incidental thereto shall be met by the contractor who shall be wholly responsible for the same, and the Board of Trustees of Cochin Port Trust not be liable and responsible in any manner. 3.39. Indemnify against Accident and Damage: The contractor shall be held liable and responsible for all accidents or damages to the work during supply, installation and commissioning from whatsoever cause arising, and chargeable for anything that may be lost, stolen, damaged, removed or destroyed at any time till the system is accepted by the employer and shall also be held responsible and guarantee to make good any damage to or defects in the said work or any portion thereof due to materials, workmanship or design which appear or become known before the expiry of the guarantee period notwithstanding that such damage/defect might not have been discovered during the tests or trials or that payment may wholly or partially have been made or that the work may have been approved earlier as properly completed and no certificate of approval of any work or materials by the employer shall affect or prejudice the right of the Board of Trustees against the contractor or be considered conclusive as to the sufficiency of such work or materials. The contractor shall solely be responsible for and shall make good and compensate any damage or injury, sustained by any person or property during the construction or working thereof up to the expiry of the guarantee period occasioned by reason if such defective construction or delivery or by reason of the failure of any portion thereof, or in consequence of any operations of the contractor or his agents and he shall also be indemnify and keep indemnified and harmless the Board of Trustees and their representatives from and against all suits, actions, claims, penalties, liabilities, cost, expenses and demands whatsoever in connection with the work during the period of execution of contract and also against losses, damages, compensations, accidents, cost and expenses incurred. 3.40. Quality of materials and workmanship: All the equipments, components, accessories etc. used shall be brand new and readily available. All items offered shall be as per approved quality and standards. They shall be of such design, size and material as to function satisfactorily under the rated conditions of operation and to withstand the environmental conditions at site. The type test certificates, routine test certificates and acceptance test certificates are also to be submitted. The contractor shall execute in the best and most workmen like manner all works according to the true intent and meaning of the specifications of the contract and complete the same to the entire satisfaction of the employer. 3.41. Obligation to carry out Inspector’s Instructions: The contractor shall also satisfy the Port Trust that adequate provision has been made (i) to carry out his instructions fully and with promptitude; (ii) to ensure that parts required to be inspected before use are not used before inspection and (iii) to prevent rejected parts being used in error. Where parts rejected by the Port Trust have been rectified or altered, such parts shall be segregated for separate inspection and approval before being used in the work. 3.42. Responsibility for completeness: Any fittings of accessories which may not be specifically mentioned in the specification but which are usual or necessary are to be provided by the contractor without extra charge and the plant must be complete in all details. 3.43. Workmen Compensation: The contractor shall indemnify the Employer in the event of the Trusties being held liable to pay compensations for the injury to any of the contractor’s servants or workmen under the Indian Workmen’s Compensation Act, 1923 as amended from time to time and shall take an Insurance Policy covering all risks under the Act and shall keep the same renewed from time to time as necessary for the duration of the contract and produce the same to the Employer On demand whenever so required. 3.44. Work on Sundays and holidays: No delivery of equipments/ work shall be carried out on Sundays and other holidays and beyond working hours on working days without the sanction in writing of the officer concerned. The working hours of the Port Trust are from 8:00 AM to 5:00 PM on all week days with half an hour interval between 12 noon to 12.30 PM 3.45. Sum payable by way of compensation to be considered as reasonable compensation without reference to actual loss: All sums payable by way of compensation under any of these conditions shall be considered as reasonable compensation to be applied to the use of the Board without reference to the actual loss or damage sustained and whether or not any damage shall have been sustained.
  • 14. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 14 3.46. Changes in constitution of firm: In the case of a tender by partners any change in the constitutions of the firm shall be forthwith notified by the contractor to the Chief Mechanical Engineer for his information. 3.47. Settlement of dispute: In the event of any dispute in the interpretation of any of the clauses of this Agreement, it is hereby agreed to settle the dispute amicably by mutual discussions/ negotiations. In the event of failure of mutual negotiations/discussions, the matter can be referred to Arbitration as provided here in below. The parties shall jointly appoint a sole Arbitrator to resolve the dispute. In the event the parties do not agree upon the Arbitrator within four weeks after one party has claimed for arbitration in writing, each party will nominate an Arbitrator of their choice and two Arbitrators so nominated shall choose a 3rd Arbitrator. The award of the Arbitrator so appointed shall be final and conclusive and binding on all parties to the Agreement subject to the provision of the Arbitration and Conciliation Act, 1996, as amended from time to time or any statutory re-enactment thereof for the time being in force. The Arbitrator shall decide by whom and in what proportions the Arbitrator's fees as well as cost incurred in Arbitration shall be borne. The Arbitrator may, with the consent of the parties extend the time, from time to time, to make and publish award, as the case may be. The venue of Arbitration shall be Cochin. 3.48. Governing Law: The contract shall be governed by and interpreted in accordance with the laws of India, unless otherwise specified in special conditions of contract. Any suit or other proceedings relating to this contract shall be filed, taken by the contractor in a Court of Law only in Cochin. Any work of an electrical nature to be executed under the contract shall comply with provisions of The Electricity Act 2003 (Central Act 36 of 2003) and the Rules there under for the time being in force. 3.49. Dock Safety: For the work carried out within dock area in the vicinity of any wharf or quay, the contractor shall abide by all the provisions of the Dock Workers (Safety, Health &Welfare) Regulation 1990. 3.50. Phasing of work: The contractor will be required to furnish a phased programme of the works as to how he intends to complete the work to the Employer immediately on receipt of the work order and to proceed with the preliminary preparations. The Contractor shall indicate separate definite times for completion of various parts of the work. He will be required to adhere to such programme so as to complete the entire work within the stipulated completion period. Within fifteen days from the date of receipt of Employers Letter of Intent, the successful tenderer/contractor shall submit s detailed Computerized squared network chart (PERT/CPM Chart) with month-wise milestones indicating clearly the physical and financial progress of the work free of cost to the Employer. The employer will monitor the progress of work in accordance with the chart so submitted. Should there be any delay attributed to any reason whether on the part of Employer or on the Contractor, the contractor shall make available a revised squared Network Chart PERT/CPM with original actual scheduled dates and fresh revised dates separately for each milestone as and when requested by the Employer free of cost. This arrangement will continue till the deliveries, erection and commissioning are enacted and the contract work completed. The PERT/CPM chart should be computerized and easily reproducible/modified. The soft copy of the PERT/CPM network should also be made available to the Employer free of cost along with the prints of the chart. 3.51. Subcontracting: The contractor shall notify the Employer in writing of all subcontracts awarded under the contract if not already specified in the tender. Such notification, in the original Tender or later shall not relieved the Contractor from any of its obligations, duties, responsibilities, or liability under the contract. 3.52. Extension of time: If at any time during performance of the contract, the contractor or its sub contractors should encounter conditions impeding timely delivery of the goods or completion of related services, pursuant to clause 3.27 of General conditions of contract, the contractor shall promptly notify the employer in writing of the delay, its likely duration, and its cause. As soon as practicable after receipt of the contractor’s notice, the employer shall evaluate the situation and may at its discretion extend the contractor’s time for performance, in which case the exertion shall be ratified by the parties by amendment of the contract. Except in case of force majeure, as provided under clause 3.29 of General conditions of contract, a delay by the contractor in the performance of its delivery and completion of obligations shall
  • 15. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 15 render the contractor liable to the imposition of liquidated damages pursuant to clause 3.28 of General conditions of contract, unless an extension of time is agreed upon, pursuant to this clause. 3.53. Termination: 3.53.1. Termination for Default: The Employer, without prejudice to any other remedy for the breach of Contract, by written notice of default sent to the Contractor, may terminate the contract in the whole or in part: 3.53.1.1. If the contractor fails to complete the work within the period specified in the Contract, or within the any extensions granted by the Employer pursuant to Clause 3.52 above. 3.53.1.2. If the contractor fails to perform any other obligation under the contract 3.53.1.3. If the contractor, in the judgment of the Employer has engaged in fraud and corruption, in competing for or in executing the contract. 3.53.2. Termination for Insolvency: The Employer may at any time terminate the Contract by giving notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent. In such event, termination will be without compensation to the Contractor, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to the Employer. 3.53.3. Termination for Convenience: 3.53.3.1. The employer, by notice sent to the Contractor, may terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for the Employer’s convenience, the extent to which performance of the Contractor under the Contract is terminated, and the date upon which such termination becomes effective. 3.53.3.2. The Goods that are ready for shipment within twenty eight (28) days after the Contractor’s receipt of notice of termination shall be accepted by the Employer at the Contract terms and prices. For the remaining Goods, the Employer may elect to have any portion completed and delivered at the Contract terms and prices, and/or to cancel the remainder and pay to the Contractor an agreed amount for the partially completed Goods and Related Services and for materials and parts previously procured by the Contractor. 3.54. Employers Lien: The employer shall have a lien on and overall or any moneys that may become due and payable to the contractor under these presents or in respect of any debt or sums that may become due and payable by the employer to the contractor either alone or jointly with another or others and either under this or under any other contact or transaction of any nature whatsoever between the employer and the contactor. 3.55. All statutory Approvals are in the contractor’s scope. 3.56. No dispute or difference on any matter whatsoever, pertaining to the contract can be raised by the contractor after submission of 'No Claim Certificate' in the form as per the format enclosed as Form I
  • 16. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 16 Section IV Special Conditions The Special Conditions will override the general conditions of contract wherever they differ. 4.01 Taking over of Site: The site has to be taken over within 10 days from date of receipt of work order. 4.02 Completion period: The entire work as per scope of work under Section V and schedule of work under Section VI should be completed within 270 days from the date of taking over of the site by the Contractor. If the work is not completed within the stipulated time, liquidated damages, as per clause 3.28 of General Conditions of Contract will be applicable. In case work could not be carried out due to the shipping movement, rain or any other requirement of Cochin Port Trust, such days will not be reckoned for calculating the completion period. The contractor shall maintain a record of such days lost due to above-mentioned reasons duly counter signed by the Engineer-in- charge. 4.03 Guarantee: Entire work shall be guaranteed for one year from the date of commissioning and acceptance by the Employer. In the event of any defect or deficiency being noticed in the functions of the system, which is attributable to the defective materials, design or workmanship, during the guarantee period, the contractor shall make good the same at his cost. The contractor shall supply new parts to replace any component that may be proved to have been so defective, free of cost to Cochin Port Trust. The cost of all replacement of such defective parts of materials, including freight, insurance, clearance, customs duty, sales tax, delivery charges etc. shall be borne by the contractor who will also arrange at his cost for the fitting/replacement. If the system rendered idle during guarantee period for more than 7 (seven) days on account of any of the guarantee obligation on the part of the contractor the guarantee period of the same shall be extended beyond the normal period of one year by such period, not exceeding the period of idleness, as the Chief Mechanical Engineer of the Port Trust will decide. The contractor shall be equipped to undertake the major repairs (under guarantee or otherwise) if called for by the employer. They should also be in a position to render necessary guidance and service. In case the contractor fails to attend the defects even on repeated intimations from Cochin Port Trust, the same will be got attended from other source at the risk and cost of the contractor. In case of any dispute as to whether any material/workmanship is defective, the decision of the Employer shall be final and binding. 4.04 Insurance: The contractor shall take comprehensive transit insurance for the goods, transit-cum- storage, erection and third party liability insurance policies with reputed underwriters to cover all the risks whatsoever during the whole period starting with dispatch of equipment and materials from contractor’s warehouse and ending with final acceptance of the fire fighting system by the employer. The employer shall have first charge on the insurance claims if any. 4.05 The disposal of any existing dismantled items shall be the responsibility of the contractor. The dismantled materials shall be cleared off from the site, transported at the sole risk and cost of the contactor. While disposing the scraps, all of the regulatory requirements have to be complied with and no disposal area will be provided. 4.06 After placing the work order, the contractor shall submit the detailed design and drawings for approval of TPI/Port. 4.07 Inspection and testing: Third party Inspector for the project is M/s. IRS. The role of TPI is listed in section-V of this document. The design submitted by the firm will be verified by M/s. IRS and any changes/ modifications recommended by them shall be incorporated in the final design. The preliminary designs submitted by the tenderers and detailed design submitted by the contractor shall be vetted by M/s. IRS before commencing the work. During execution of the project, all drawings and designs approved by M/s. IRS should be submitted to Cochin Port Trust for final approval. Certification agency for the fire fighting installation is M/s.IRS. 4.08 The third party inspection by M/s.IRS shall be carried out at different stages during design, manufacture, erection, testing and commissioning of the fire fighting system as per clause 5.22 4.09 All the materials forming a permanent part of the system and all consumables, equipments etc. required for testing/ commissioning shall be brought by the contractor. Cochin Port Trust does not intent to supply any materials required for permanent installation or for testing and commissioning the system.
  • 17. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 17 4.10 The contractor shall be responsible for procurement and supply, in sequences at appropriate times, of all materials and consumable required for the completion of works as defined in various document. 4.11 All items, components and accessories offered should be brand new. All fittings/ materials used are to be of approved quality and standards and fit for use in the tropical saline corrosive atmosphere. All work should be completed to the entire satisfaction of the Engineer-in-charge/ third party inspector. 4.12 Open space for fabrication/ assembling in connection with this work will be provided by the Cochin Port Trust, if required by the contractor, free of cost, at the nearest available point, subject to availability. In case fabrication yard is located away from CoPT, Providing transport to assembly/ fabrication location and other arrangement for supervisor, EIC etc. are under the Contractor's scope. 4.13 Erection: The contractor shall ensure safe and correct mode of pre-assembly, transportation to site, assembling, erection, testing and commissioning of the entire system. 4.14 Operation and Maintenance Manual: The Contractor shall furnish 3 sets each of the following manuals for the Fire fighting system (Soft copies shall be furnished in the form of CD ROM also). 4.14.1Inspection and Maintenance Manual. 4.14.2Operation Manual 4.14.3Spare Parts Manual. 4.14.4In addition, the contractor shall furnish 3 sets of drawings indicating the assemblies and sub- assemblies of the Fire fighting system including electrical system, control system, etc. with details. Drawings shall also be furnished in the form of CD ROM in AutoCAD. One set of tracings as mentioned above, shall also be furnished. 4.15 Facilities provided by Cochin Port Trust subject to availability: 4.15.1Fresh water on free of cost. 4.15.2Electricity at the prevailing rates, terms and conditions. 4.15.3Services of floating crane F.C. Periyar / M.V Venad/a pontoon of size 14.6 x 10 M on chargeable basis. 4.16 Access to site: The work site at Q4 Berth is accessible by land from Willington Island Mattancherry Wharf Gate. The Tenderer is expected to visit the site and satisfy himself of the actual site conditions. The contractor shall arrange proper means of transport of his own, for transporting his materials, equipments and labour to the work site. 4.17 Safety and Security: 4.17.1The men deployed for the work at site and the materials brought by the contractor for the work shall be insured at his own cost. Cochin Port Trust will be in no way responsible for the accident / loss / damages to the men/ materials in connection with the work. A copy of the insurance certificate is to be submitted to the Engineer-in-charge before commencement of work. The above insurance shall be valid throughout the currency of the contract. 4.17.2The contractor shall furnish the list of employees working under him at the Q4 Berth before starting the work. Any change in employees shall be made only with prior permission of Engineer- in-charge. 4.17.3All employees of the contractor working at the site shall have a valid entry pass issued by the Security Officer, Cochin Port Trust. Entry passes will be issued only to those employees who are covered under the insurance. 4.17.4The contractor himself has to ascertain the labour situation and trade union problems prevailing at the site and is liable to sort out the problem at his own risk, so as not to affect the work. 4.17.5The instruction / procedures recommended by the Fire/ Safety Divisions of Cochin Port Trust, and approved by Engineer-in-Charge, shall be complied- with. 4.17.6The contractor shall take necessary precautions and comply with Rules, regulation, bye –law, applicable code and safe working practices. 4.18 Payment terms: 4.18.1Upon request of the contractor, 10 % of total contract value shall be paid as mobilization advance against submission of Bank Guarantee of 110% of advance amount after executing the agreement and furnishing security deposit. The advance shall bear interest @13.5% annually. 4.18.2Construction of Pump House: 40% of rate quoted for construction of pump house shall be paid on completion of piling works of the pump house.
  • 18. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 18 4.18.3Supply of Material - 75% of the invoice value shall be paid on receipt of materials in good condition as per the specifications and certified after third party inspection, subject to a maximum of three installments, against submission of BG for equal amount. Materials required for construction of Pump house will not be eligible for payment under this clause. BG shall be valid till the commissioning of the entire system. The maximum amount payable against the supply of material will be limited to 40 % of the total contract price. 4.18.4Installation - 45% of the total contract value shall be paid on completion of erection at site and certification by third party inspectors and the Engineer-in-Charge. 4.18.5The mobilization advance payment of 10% shall be adjusted at any stage payment at 4.18.3 or 4.18.4. 4.18.6Balance payment will be made after satisfactory testing and commissioning of the entire system, certified by third party inspectors and the Engineer-in-Charge. 4.19 Taxes and Duties 4.19.1The price quoted shall contain basic prices of the component/work plus taxes if any. Applicable rate of tax and amount of tax should be shown separately. All taxes such as works contract tax sales tax, excise duty or any other taxes and duties, which the employer is liable to pay as per law should be included in the offer. Taxes and Duties applicable as per rate in force on date of submission of tender shall be indicated by the Tenderer in the Price Schedule separately. The employer shall reimburse the taxes and duties, which the employer is liable to pay as per law alone at the time of making payment to the contractor. 4.19.2 If there is any change in the rate of taxes and duties quoted in the bid during the currency of contract, then the employer shall reimburse the Taxes and duties at the revised rate, subject to the contractor producing the necessary documentary evidence for the payment to the Tax Authorities to the satisfaction of the employer for reimbursement. 4.19.3Any new tax levied by the Government after the award of contract, which the employer is liable to pay as per law alone shall be reimbursed subject to submission of documentary evidences for payment of the same to the Tax Authorities. 4.19.4Any penal interest, penalty or fine payable/paid by the contractor to the Tax Authorities on the Taxes and Duties shall not be paid/reimbursed by the employer under any circumstances. 4.19.5In the event, the Contractor not indicating the rate of Tax and Duties included in the Price separately in the bid, the Port shall not pay any change in the rate of taxes and duties including any newly levied Taxes and Duties during the entire currency of the contract under any circumstances. 4.19.6The contractor while quoting the Price-bid shall keep in mind that the Port will not issue any Form ‘C’ or ‘D’ form and quote the rate of taxes and duties as applicable at the time of submission of Tender. 4.19.7Work Contract Tax on the labour portion will be deducted on the basis of the liability certificate issued by the assessing authority to the contractor. Tax @ 8% will be deducted from registered contractors who do not produce the tax liability certificate. Tax @ rate 10% will be deducted from other contractors. Social Security Cess of 1% will be recovered on all tax deductions relating to works contract and Income Tax at the prevailing rates will also be deducted. 4.20 Final Tests & Trials: When the Design, supply and installation work is completed in all respects, the contractor shall present the system for final tests to third party inspectors and the Engineer-in- Charge. The contrator should also perform all the tests as required by the third party inspectors and the Engineer-in-Charge to their entire satisfaction. 4.21 Taking over: When all performance tests called for by the TPI have been successfully carried out, the system shall be accepted and taken over by the Engineer-in Charge and a taking over certificate will be issued. In the event of final or any outstanding tests being held over, such taking over certificate shall be issued subject to the results of such final or outstanding tests. 4.22 Testing and Approvals: The contractor should submit a Test schedule for approval of Engineer in charge. The entire item supplied and work carried out should be inspected and certified by M/s. IRS. Final acceptance shall be by CoPT. 4.23 Progress of work: The Contractor shall submit PERT chart for design, procurement, fabrication, testing, commissioning etc. of the system within 15 days of receipt of LOI/work order from CoPT The contractor shall submit to the Engineer-in-charge on the first day of each week, a progress report for the preceding period showing up-to-date progress and progress during the previous period on all important items /portion of the work.
  • 19. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 19 Section V Scope of Work 5.01. General 5.01.1. Cochin Port intends to convert the Bulk Cargo handling “Q4” Berth at Mattancherry Wharf into a Liquid Cargo handling berth capable of handling liquid Class A products and hazardous Chemicals. The details of the berth are as follows: Total length of berth - 250 m Length of the berth earmarked for Liquid handling - 200m (North End) Draft Available - 9.14 m Capacity of Vessel to be handled - 30,000 DWT To facilitate handling of liquid Class A products and hazardous Chemicals, at “Q4” Berth of Mattancherry Wharf, fixed fire fighting facilities has to be established. The scope of work of this tender is to “DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF FIRE FIGHTING FACILITIES AT Q4 BERTH OF COCHIN PORT TRUST”. The scope of work listed is indicative. It is the duty of the contractor to incorporate all relevant factors and provide a complete solution for firefighting facility at Q4 berth as per the rules and regulations mentioned below. The Contractor shall hand over facilities to Port on turn-key basis as per the scope of work. 5.01.2. The new facilities to be set up shall conform to the regulations on the terminals handling Class A liquids, petroleum products, chemical products etc. The statutory regulations to be adhered to shall include but not limited to Petroleum rules, Petroleum regulations, OISD regulations, IMO regulations (MARPOL, IMDG code, code of safe practice etc), OCIMF guide lines, etc and the standards such as API, ANSI/ASTM, UL/CE/FM etc. 5.01.3. A general arrangement drawing of existing Q4 berth and proposed fire fighting facilities is enclosed herewith. Details of fire pump, engine, tower monitor, base monitor, jumbo nozzle and hydrant points required for the fire fighting system is furnished in the tender. The scope of work includes designing a firefighting system with the above components. All other accessories and components like pipes of suitable diameter for fire water and foam, various types of valves, NRVs, suitable control system for automatic and manual operation, etc. should be designed/selected and a preliminary design with hydraulic calculations and bill of materials should be submitted along with the tender. Detailed engineering design, preparation of drawing, arriving at technical specifications, preparation of bill of material, and any other relevant details required for successful completion of work shall be in the scope of contractor. Details of net work analysis of Fire Fighting System including hydraulic calculations, Lay out of fire water pipeline, pipe line diameters, material specification, details of hose boxes, hydrant, fire alarm, etc should be furnished along with the tender. 5.01.4. The pressure sequence of the fire water line is set as follows. Main Jockey Pump starts at 9Kg/cm2 First main pump starts at 8Kg/cm2 Second Main pump starts at 7 Kg/cm2 5.02. Minimum components required in the Fire fighting Facility. 5.02.1. Supply, erection, testing and commissioning of remotely operative tower monitors, complete with actuators and valves for remote operation, local control panel -3000LPM capacity weather proof fire proof explosion proof construction, suitable to be used in the saline conditions prevalent at the site.. Qty -2 Nos. Foam water monitor shall have Single barrel outlet. Approved Makes: Akron Brass, Ansul, Rosen Bauer, Seven Sca Skum). 5.02.2. Supply, erecting, testing and commissioning of manually operated ground monitors (water foam monitors), complete with valves, weather proof, fire proof, explosion proof construction, suitable
  • 20. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 20 to be used in the saline conditions prevalent at the site. Capacity of each monitor: 3000 LPM. Qty - 2 Nos. Approved Makes: Akron Brass, Ansul, Rosen Bauer, Seven Sca Skum) 5.02.3. Supply, errection, testing and commissioning of manually operated jumbo nozzles. Qty -2 Nos. Approved Makes: Akron Brass, Ansul, Rosen Bauer, Seven Sca Skum) 5.02.4. Supply, erection, testing and commissioning of Diesel Engine driven Vertical Turbine pump with gear box Discharge: 410 M3/hr, Head: 130 Mtrs., Strainer: SS 316 Engine:- Make: Cummins, of suitable capacity for developing the power required for the VTP mentions above. Engine Controls: Capable of starting automatically and manually from pump house and fire control room. Complete with interconnecting pipelines, cables, cooling arrangements, valves, fittings, diesel tank as per OISD, control panels, battery & battery chargers, spark arrester for exhaust, etc. Pump approved makes: Kirloskar, Mather & Platt 5.02.5. Supply, erection, testing and commissioning of Jockey pumps, along with motor and fittings. Jockey pump should have adequate capacity to maintain pressure of 7 Kg/Cm2 at the farthest point of the system. 5.02.6. The foam system shall be of Eduction type. Foam mixing ratio: 0 to 6%. 5.02.7. Supply, fabrication, erection, testing and commissioning of new ASTM A106 Gr.B /API 5L Gr.B ERW pipes of appropriate diameters for fire water lines, Sch.40, G.I Pipes for foam lines and SS pipes for fire hydrant lines with all necessary supports and fittings required for the fire water and foam lines. 5.02.8. Supply, erection, testing and commissioning of double headed hydrant valves along with hose box with stands. Qty-7 Nos. 5.02.9. Supply, erection, testing and commissioning of intrinsically safe Electrical System for Remote operation of tower monitors, main fire pump etc, from the control room with centralized remote control panel, joy stick controls, including control cables and cable laying. The system shall include i) Remote control panel for main pumps ii) Control panels for tower monitors iii) Control cables as required (PVC insulated control cables) iv) Fire survival type control cables as required v) FRLS cables 5.02.10.Supply, erection and commissioning of Foam tanks made of GI sheets (8 gauge) on SS supports and capacity 8000 Ltrs Qty-2Nos. The foam tanks shall be placed under (inside) the tower monitor structure. 5.02.11.Design, supply and commissioning of Fire alarm/hooter system complete with panel, 12 nos. manual call points, sirens, cables and accessories. 5.02.12.Fabrication, erection and commissioning of 14 meter high structural towers for the tower monitors Qty-2Nos 5.02.13.Fabrication, erection and commissioning of structural towers of 2.75 meter high for the ground monitors Qty-2Nos 5.02.14.Supply, installation, testing and commissioning International shore fire connection Qty-1 No 5.02.15.Construction of one No. Pump house at the location marked in the layout drawing of Q4berth for accommodating the Fire pump(s) and the connected local control panel. The size of pump house is 13 M X 10 M (approx), G+1. The tenderer shall submit along with the tender, the design & drawings of the pump house for approval of the Port. The technical details of pump house are stated in Section VI 5.02.16.Suction of pumps shall be taken from heavy grade Carbon Steel Pipe (Well) of dia. 800mm (apprx), cement lined internally and externally. 5.02.17.Construction of a centralized Fire Fighting control room at the top of the pump house (including civil works), and routing of the control/ power cables. The control room shall be made in such a way that there will be clear view of all monitors as well as the berth from the control room. The tenderer shall submit along with the tender, the design & drawings of the control room for approval of the Port. 5.02.18.Pipe line routing from the pump house to the berth shall be drawn through the bottom side of the approach bridge at the northern side of Q4 berth to avoid hindrance of vehicular entry into the berth. 5.03. Providing man power, all types of construction equipments, tools and tackles, man power fully equipped and fully manned with all the required support facilities including mobilization and demobilization of the same to/from the work sites as may be required for successful completion of the work tendered.
  • 21. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 21 5.04. Appraisal and taking cognizance of the site conditions, Indian Govt. /State Govt. Rules and Regulations, bye-laws, applicable codes and standards, permission from authorities having jurisdiction over the work site including conditions/stipulations laid down by the concerned authorities etc. 5.05. Obtaining Port and statutory clearances from concerned Government Authorities for bringing to work site for all the materials, equipments, consumables etc. required for permanent incorporation in works. 5.06. The contractor shall verify actual site conditions, existing layout of pipelines and shall submit detailed drawings, and bill of materials, including specification of materials for approval. 5.07. The materials, design, procedures and workmanship shall satisfy the relevant Indian standards, job specification contained herein and codes referred to. Wherever the job specification stipulate requirements in addition to those contained in the standard codes and specification, these additional requirements shall also be satisfied. In the absence of any standard/specification/codes covering any part of the work covered in this Tender Document, the instruction of the Engineer- in- charge will be binding on the contractor. 5.08. In case of contradiction between Indian standards, General conditions of the contract specifications, drawings and schedule of rate, the following shall prevail in the order of precedence. 5.08.01.Order of intent, detailed order along with statement of agreed variations and its enclosures. 5.08.02.Schedule of rates and quantities. 5.08.03.Detailed specification. 5.08.04.Special conditions of contract. 5.08.05.Drawings. 5.08.06.General conditions of contract. 5.08.07.Indian standard specification. 5.09. The contractor shall execute the work in such a manner that all the existing structures, existing pipelines, utilities, etc. other than those covered under this contract are not disturbed /altered / damaged. Any damages caused shall be made good by the Contractor at his own risk and cost. 5.10. Scope of Material supply. 5.10.01.All the materials forming a permanent part of the system and all consumables, equipments etc. required for testing/ commissioning shall be brought by the contractor. Cochin Port Trust does not intent to supply any materials required for permanent installation in the system, 5.10.02.The contractor shall be responsible for procurement and supply, in sequences at appropriate times, of all materials and consumable required for the completion of works as defined in various document. 5.10.03.A minimum of such materials to be supplied/ brought by the contractor shall include, but not be limited to, the following: 5.10.03.1. All the piping materials including pipes, fittings, flanges, Gate valves, Non-return valves, elbows, bends, Tees, reducers etc. in sufficient quantities as required for permanent installation as per the scope of work. 5.10.03.2. All type of studs, bolts, nuts, gaskets etc. of all sizes and ratings required for permanent installation in the system, in accordance with the relevant material specification included in the Tender Document. 5.10.03.3. All types of painting materials including primers, paints, solvents, sand blasting equipments and materials, cleaning agents, compressed air etc. required for surface preparation and painting. 5.10.04.The contractor shall also be responsible for arranging the following items required for the execution of the job. 5.10.04.1. All consumables such as welding electrodes, oxygen, acetylene, inert gases, filler wires, brazing rods, flux etc. for welding and soldering purpose. 5.10.04.2. All equipments and consumables required for isolation of pipelines to be replaced, cutting, bevelling etc. and making it ready for hook-up with the existing facilities. 5.10.04.3. All materials, consumables and equipments required for hydrostatic testing and commissioning of the system.
  • 22. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 22 5.10.04.4. Carbon steel pipes, fittings, blind flanges, temporary gaskets, nuts, bolts, u-bolts, clamps, strainers etc. as required for completion of temporary works like hydrostatic testing and commissioning. 5.10.04.5. All equipments and consumables required for all type of test (such as radiography etc.) including radiography film, X–ray machines, developing equipments etc. 5.10.04.6. All steel materials such as structural steel, reinforcement steel, shims, wedges, packing plates, pipes, nuts and bolts, u- bolts, anchor bolts, clamps, clips etc. required for the fabrication of the structural supports and other facilities as required. 5.10.04.7. All types of safety tools, tackles, devices, apparatus etc. 5.11. All items, components and accessories offered should be brand new. All fittings/ materials specified in the schedule are to be of approved quality and standards. All works should be completed to the entire satisfaction of the Engineer-in-charge and shall be carried out only with the prior approval for every stage of work from the Engineer-in-charge. 5.12. The quantity of materials mentioned in the document is only approximate. The contractor shall be required to augment this list of materials, based on the actual verification of the facilities to be replaced at site. The payments will be effected based on actual measured quantity of work. 5.13. Shop fabrication /Pre –fabrication: The purpose of pre- fabrication/ shop fabrication is to minimize work at site during erection to the extent possible. Piping spool after fabrication shall be stacked with proper identification marks, so as to facilitate their withdrawal at any time during erection. During this period, all flange faces (gasket contact faces) and threads shall be adequately protected by coating with a removable protective coating. Care shall be taken to avoid any physical damage to flange faces and threads. 5.14. The contractor shall have qualified/ competent site supervisors to coordinate the works at the fabrication yard/ erection site. 5.15. The contractor should have competent and qualified welders for execution of the work. All welding should conform to sound engineering practice subject to the approval of Engineer-in- charge/ authorized representative, regarding the type of electrodes to be used. 5.16. Welding: The specification described in Annexure IV shall be followed for the fabrication of all types of welding joints of carbon steel and alloy steel materials in the piping system. 5.17. Cement mortar lining: Cement mortar lining shall be done as per the specification described in Annexure V. 5.18. Painting: The new pipeline and accessories shall be surface prepared and painted as per the manufacturer’s painting specification and the painting scheme enclosed as Annexure VI . Paints used shall be Akzo Nobel/ Zigma/ Jotun. The primer as well as the other materials shall be of same brand and shall be got approval by the Engineer-in-charge/ authorized representative at site before application. 5.19. Erection : 5.19.01.Before erection, all pre-fabricated spool pieces, pipes, fittings etc. shall be cleaned inside and outside by suitable means. The cleaning process shall include removal of all foreign materials such as scale, sand, weld-spatter chips etc. by wire brushes, cleaning tools etc. followed with compressed air cleaning/ flushing out with water. 5.19.02.The contractor shall be responsible for checking levels and orientation plan of all foundation bolts etc. well in advance of taking-up the actual erection work and bring to the notice of Engineer –in- charge, discrepancies, if any. In case of any variation in levels etc. the contractor shall carry out necessary rectification within the quoted price. 5.19.03.The contractor shall also be responsible for checking with templates, whenever necessary the disposition of foundation bolts with the corresponding base of structure and shall effect rectification as directed, within the quoted price. 5.20. Testing and commissioning: Fabricated and erected new firewater pipelines shall be tested for a pressure of 24 Kg/cm2 . Fabricated and erected new Foam lines shall be tested for a pressure of 29 Kg/cm2 . All consumables, fixtures, accessories, etc. required for the testing shall be provided by the contractor, at his own cost. Seawater shall be used for testing. 5.21. Site cleaning: The contractor shall take care to clean the work site from time to time for easy access to the work-site and also from safety point of view. Working site should always be kept clean to the entire satisfaction of the Engineer-in-charge/ authorized representative. Before
  • 23. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 23 handing over the site to Cochin Port Trust, the contractor, in addition to other formalities to be observed as detailed in the document, shall clear the site at his own expense and leave the whole area used by him in clean and tidy condition to the entire satisfaction of the Engineer-in-charge. 5.22. Inspection and testing: The contractor shall arrange for Inspection and Testing by IRS. Third party inspections shall be carried out at least for the following stages in connection with the work. 5.22.01.Evaluation of preliminary designs submitted by tenderers. 5.22.02.Recommend the technical responsiveness of the offers based on the preliminary designs submitted and subsequent modifications/additions incorporated by the tenderer. Short listing of technically responsive tenders shall be done. 5.22.03.Scrutiny and vetting of detail design submitted by the successful tenderer and recommend modifications/additions required if any. 5.22.04.Carry out third party Inspection of the project during the project implementation stage. Third party inspections shall be carried out at least but not limited to the following stages in connection with the work. 5.22.04.1. Approval of detailed design furnished by the contractor. 5.22.04.2. Vetting and conformity of hydraulic calculations and net work analysis. 5.22.04.3. Material inspection and acceptance. 5.22.04.4. Review test certificate and functional test witness of machineries and components at manufacturer’s premises (for indigenous products only). 5.22.04.5. Review test certificate of machineries and components(for foreign products only) 5.22.04.6. Welding procedure qualifications. 5.22.04.7. Welder’s qualification. 5.22.04.8. Welding inspection. 5.22.04.9. Review and certification of NDT. 5.22.04.10.Cement lining of pipes including test block preparation and load test. 5.22.04.11.Surface preparation and DFT of each coat of paint. 5.22.04.12.Erection of facilities at site. 5.22.04.13.Fabrication and Installation of fire fighting system 5.22.04.14.Hydrostatic pressure test and commissioning. 5.22.04.15.Final inspection for compliance to statutory regulations/contract conditions. 5.23. The contractor shall submit test/inspection certificate from third party inspectors at appropriate stages before proceeding to the next stage of work. Any defects noticed during inspection/ test/ trials shall be made good by the contractor at his risk and cost. In case of any dispute in this issue, the decision of the Chief Mechanical Engineer, Cochin Port Trust shall be final and binding. 5.24. The contractor shall submit procedure of works at appropriate stage, and the same shall be approved by Engineer-in-charge. List of procedures to be submitted by the contractor is enclosed as Annexure II. 5.25. The contractor shall submit records at appropriate stages of work for verification by the Engineer- in-Charge. A minimum list of records to be submitted is enclosed at Annexure III. 5.26. Approved list of sub vendors are attached as Annexure I 5.27. Detailed Specification for the fixed fire fighting system at Q4 i. Foam Tanks Foam Tank of capacity 8000 Ltrs shall be fabricated out of G.I sheets (galvanized on both sides) of thickness 8 gauge and to be mounted on suitable supports made of SS 316 L. The complete tank, both inside and outside shall be coated with anti corrosive paint.The tanks shall be placed below within the monitor towers. The tank shall have a filler cap with a strainer incorporated. A breather valve and sludge valve shall be fitted. A drain pipe with a valve and a plug incorporated shall be provided. The foam filling connection shall be provided at one side which is easily accessible. The draw off pipe of foam compound shall be connected with a non-return valve in addition to the main valve. The draw off pipe shall be fitted with a removable strainer. The foam tank shall have 450 mm dia. inspection man hole with cover. The cover shall be clearly marked ‘FOAM’ and shall be air tight. A 2% by volume expansion space shall be provided for normal expansion of the liquid. An overflow and a vent with suitable fixtures to prevent entry of air into the tank shall be provided. The design, fabrication and testing of tank shall conform to BIS 2825.
  • 24. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 24 The foam tank shall be calibrated and the calibration chart to be provided along with the tank. ii. Piping: Only a provisional layout of pipelines to be laid has been shown in the drawing. The lay out may be altered to suit the site conditions. All pipes of diameter 10”and above shall be of Sch.20. All pipes of diameter 8”NB or below shall be Sch.40seamless pipe. All the pipes for carrying sea water shall be as mentioned in the schedule of works. The contractor shall provide the required pipe supports, reducers, expanders, fittings, flanges, gaskets, nuts, bolts etc. 10% of the weld joints shall be x-ray tested and if the results are unsatisfactory, the same has to be removed, re-welded and radiographed to ensure sound weld. The vertical pipe line to water/ foam monitors shall be properly supported/ fixed by providing suitable steel brackets/ clamps and stays etc., All pipe lines for carrying foam compound shall be of Sch.40, G.I Pipe and to be hydrostatically tested to 1.5 times the operating pressure. All pipelines shall be supplied in complete conformity to all requirements, specified in the standards. All pipes 150 mm and above are to be internally cement lined, conforming to BIS 11906. iii. Valves: All the valves shall have the approval of BIS/UL/FM. The contractor/ manufacturer shall furnish the copies of latest approved certificate at the time of obtaining approval of data sheet/ drawings. All the valves to be incorporated in the system shall be of approved make. All valves shall be internally coated with epoxy powder. a. Non-Return Valves: All the NRV in water line shall be of approved make and conforming to BS 1868 – Class 150. The material composition shall be as under. Body/ Bonnet : CS ASTM A 216 Gr WCB Disc/ Wedge : SS 316 Trim : SS 316 Body and seat ring : Carbon Steel with 13 % Cr., SS facing Bonnet- Gasket : SPW SS 316 with Compressed Asbestos Filler (CAF) Nuts and Bolts : SS 316 Flanges shall be as per ANSI B 16.5 b. Gate Valves: All the gate valves shall be of approved make. Rating : ANSI 150 Class Body : CS ASTM A 216 Gr WCB Wedge : SS 316 Spindle : SS AISI 410, Rising Type Body Seat Rings : Carbon Steel with 13% Cr., SS facing Hand Wheel : Malleable iron/ Ductile Iron/ steel, Non-rising type. Bonnet-Gasket : SPW SS 316 with CAF Nuts and bolts : SS 316 Flanges shall be as per ANSI B 16.5 and shall be rising stem type. c. Ball Valves: Body : ASTM 351 Gr. CF 8 M Ball : SS AISI 316 Body Gasket : PTFE Seat Ring : PTFE Gland : SS AISI 316 Stem : SS AISI 316 d. Butterfly valves: All the butterfly valves shall be of approved make and shall conform to BS 5155. The material composition of various components of the valves shall be as follows: Body : Cast, ASTM A 216 Gr. WCB
  • 25. Cochin Port Trust TENDER No. D3/T-1/Q4 Fire Fighting (RT)/12-M dated 01-06-2012 25 Disc : AISI 316 Spindle : SS AISI 410 Retainer ring/ Seat Ring: SS AISI 410 Disc Seal : Nitrile rubber Bearing Bush : Bronze Body Seat : Nitrile rubber Gasket : Compressed Asbestos Filler (CAF) Actuator Motor : Intrinsically safe as per IS 2148 (for motorized valve) Nuts and Bolts : SS 316 e. Hydrant Valves: The valve shall be double headed type with double outlet as per IS: 5290 unless otherwise specified in this specification. The outlet shall be inclined at 600 downwards from horizontal. The valves shall have two 63 mm dia. Instantaneous type female outlet with necessary blank cap. Any reference of Indian/International standard shall always be of latest revision. Materials and Construction: The bottom (inlet) flange of valve shall be of 4inch nominal size SOFF. The drilling dimensions shall be as per ANSIB 16.5,150 # rating. Riser pipe, branch pipe, nozzles, isolation valves, hand wheels, spindle etc. shall be SS 316. The flow shall not be less than 1800 lpm at 7 Kg/cm2 , provided the feed to these valves for this test is not less than 1800 lpm. The valve top except the face of the flange and the instantaneous outlet shall be painted with fire red paint. The instantaneous outlet shall be highly polished. The hand wheel shall be painted black. iv. Foam/ Water Tower Monitors: Material and Construction: The monitor shall be of cast brass construction. It shall be made for use in marine environment prevalent at site. The monitor shall have fully enclosed and intrinsically safe fittings suitable for marine environment and hazardous locations. The monitor shall also have automatic flow control facility and incorporated baffles. The logic box shall include coated solid state components to resist water corrosion. Control box shall control the vertical and horizontal rotation of the monitor and pattern (jet/ spray) change of the nozzle. The nozzle shall have fixed/ adjustable gallonage baffle and an electric flush feature. Nozzle: Nozzle shall be made of pyrolite material and have jet spray controller. Discharging Capacity: The tower monitors shall be capable of discharging 3000 lpm at 7 Kg/ cm2 . The monitor shall have efficient flows up to 3000 lpm and a jet throw of Min. 60 M. Rotation: 3600 above horizontal. Elevation: + 850 above to -450 below horizontal, with adjustable stops. v. Motors: Motors for elevation and rotation shall have brass housings. Motors shall have manual override for operation during power failure. The monitor shall be provided with gear type arrangements for both the movements, so that it is possible to operate by a single person. Ex Class for motors: EX II2GEExdeIICT3 (weather proof, explosion proof). Protection class for motors: IP 65. Lubrication: Sufficient lubrication arrangement for all moving parts shall be provided. Type: Electrically remote operated Aqua-Foam Monitor. Approval: The monitor shall have FM/CE approval. Ground Monitors: Material and construction: The ground monitors shall be made of corrosion resistant brass or pyrolite material. It shall be made for use in marine environment prevalent at the site. The monitor shall have fully enclosed and intrinsically safe fittings suitable for marine environment and hazardous locations. It shall be designed to provide sufficient water cooling. It shall have spinning tooth, jet/ spray control facility, and flow settings of 1200, 1600, 2000 or 2400 to 3000 lpm. It shall have large pattern ring for production of full stream, wide and narrow angle fog. Discharge Capacity: Shall be capable of discharging 3000 Lpm at 7 Kg/ cm2. The monitor shall be able to give a jet throw of: a. 55 Mtrs (approx) at 1200 lpm