annexure-i (for indian shipyards only) shipyard ...(for indian shipyards only) a copy of the...
TRANSCRIPT
Tender Ref: SCI/T&OS/NB/UTLA/500Pax/2019
ANNEXURE-I
(FOR INDIAN SHIPYARDS ONLY)
SHIPYARD QUALIFICATION TEMPLATE
PART I: GENERAL INFORMATION ON SHIPYARD AND MANAGEMENT
S.
No
Element Shipyard Details (To be filled)
1 Name Of The Organization &Address
2 Details Of The Contact Person
3 GST Number
4 Year Established
5 Type Of Organization
Proprietary/Partnership /Public
Limited Company/ Government PSU/
Others (Please Specify)
6 Product Profile In Terms Of Types Of
Ships Built
7 Details Of Collaborations, If Any
8 Annual Turnover In The Last Three
Years
9 Bankers
10 Details Of Key Customers Served In
The Last 3 Years.
Yard to furnish owners’ feedback
regarding performance/quality/after
sales service of recently delivered
vessels
11 Details of Firm orders in hand
To indicate list of vessels on order
with details such as type, size,
deadweight, construction/delivery
schedule etc.
12 Details Of Applicable Statutory Taxes
Paid In The Last 3 Years As Well As
Details Of Pending Claims Of The
Tax/Revenue Authorities Including
Provisions Made For The Same.
13 Number of painting shops/area
To indicate the No’s and area of
Tender Ref: SCI/T&OS/NB/UTLA/500Pax/2019
S.
No
Element Shipyard Details (To be filled)
enclosed blasting and painting
shops/open area available.
14 Warehouse
To indicate area and facilities available
for warehousing
15 Logistics
Accessibility/ Location of yard with
respect to procurement
16 Permanent Employees (Employees on
pay roll to be indicated)
Contract Employees also to be
indicated
17 Dedicated staff in Quality Control
Department
To be Indicated
18 Dedicated staff in Safety (HSE)
To be indicated
19 After Sales Personnel
Dedicated personnel to be indicated.
Tender Ref: SCI/T&OS/NB/UTLA/500Pax/2019
PART – II: TECHNICAL QUALIFICATION TEMPLATE
(FOR INDIAN SHIPYARDS ONLY)
A copy of the template certified/verified by any RO of the Government of
India who is an IACS member is to be submitted along with the bid.
Sl. No
ITEM / PARAMETER CAT "B" SHIPYARD DETAILS TO
BE PROVIDED
Remarks
A. FACILITES / CAPABILITY
1 Building Capacity Annual Capacity – Steel preparation (cutting) capacity atleast 12,000 tonnes Steel fabrication capacity – minimum 12,000 tonnes
For Category B shipyards, it is not mandatory to have in-house NC cutting and automatic welding machines and steel processing can be outsourced.
2 Erection facility (dry dock/slipway/over the ground)
Dimensions (L x B) to be up to (160 x 32 M) OR commensurate with ship size
3 Capacity of cranes servicing the erection/pre-erection area - specify type
Capacity to be at least 1 x 50 T EOT/Mobile/ gantry
4 Quay / Water front / Building Berth
a) Length of quay / Water front / Building berth available for outfitting to be between 100 m to160 m OR commensurate with ship size
(b) Nos. of vessels which can be simultaneously berthed for outfitting work to be indicated.
(c) Cranes available at outfitting quay to be at least 1 x 25 T @ 25 m outreach
5 Quantum of pre-outfitting used in block stage
Tender Ref: SCI/T&OS/NB/UTLA/500Pax/2019
Sl. No
ITEM / PARAMETER CAT "B" SHIPYARD DETAILS TO
BE PROVIDED
Remarks
6 Detailed design and Engineering
Yard to have adequate in-house detailed design and engineering capability.
For Category Bshipyards, it is not mandatory to have in-house detailed design and engineering capability and this can be outsourced to a reputed design firm.
7 Painting Shop To be preferably PSPC compliant (i.e. to be fitted with temperature and humidity control) else in-situ painting with humidity controls (i.e. dehumidifiers) and established quality control to be in place. Area to be mentioned
B. STANDARDS
1 Quality control / Assurance
To have valid ISO 9001: 2008 Quality Management system Certificate.
2 Safety Management System
Yard to be registered under factories act. In house safety checks and records thereof to be available for inspection. To have safety policy in force.
3 Environment Management System
Yard to have suitable policy covering pollution mitigation measures.
C. OTHER RESOURCES
1 Non-Destructive testing -
2 Steel stock yard capacity To be indicated in terms of tons which can be stored inthe stock yard (at least 1000 Tons)
3 Enterprise Resource Planning (ERP)
-
Tender Ref: SCI/T&OS/NB/UTLA/500Pax/2019
Sl. No
ITEM / PARAMETER CAT "B" SHIPYARD DETAILS TO
BE PROVIDED
Remarks
D. FINANCIAL CRITERIA
1 The Shipyard should have positive net worth during the immediate preceding financial year. In case an Indian shipyard does not have a positive net worth as required during the immediate preceding financial year, it should provide a Letter of Comfort from its Banks/ lending institutions indicating to provide necessary financial support (at least 60% of the value of the contract) to execute the project.
*****
Tender Ref: SCI/T&OS/NB/UTLA/500Pax/2019
ANNEXURE II
OUTLINE TECHNICAL SPECIFICATION
1. DESCRIPTION
The Vessel shall be designed and built as a modern high quality passenger
vessel with twin screw diesel engine driven suitable for carrying 500
passengers. The Vessel shall be safe and seaworthy and shall be built in
steel with aesthetic lines and pleasant profile. The vessel shall be designed
with double bottom between fore and aft peak bulkheads, bulbous bow,
forecastle deck, and transom stern. The Vessel shall be provided with of
fully retractable ship stabilizer system having roll reduction capabilities at
both zero speed and underway.
2. PURPOSE OF THE VESSEL
The Vessel shall be employed in Main land and Union Territory of
Lakshadweep Islands or between them (Inter island), and shall be
categorized as a IMS Class V Special Trade Passenger Vessel with a
maximum voyage time of 120 hours for the purpose of various Rules and
Regulations mentioned in this specification.
3. FEATURES OF THE VESSEL
PRINCIPAL DIMENSIONS (APPROX.):
Length Overall 100 m
Breadth, moulded < 20 m
Design draft 4.30 m
Draught (Scantling) 4.50 m
PASSENGER ACCOMMODATION:
First Class 20 nos 2-berth cabins 40 Pax
Second Class 65 nos 4-berth cabins 260 Pax
Bunk Class 20nos 10 berth Dormitories with 2 tier bunks 200 Pax
Total Passengers 500
COMPLEMENT: 72 (17 Officers, 7 Petty Officers & 48 Crew)
Tender Ref: SCI/T&OS/NB/UTLA/500Pax/2019
OTHER ACCOMMODATION:
Pilot 1
Owner 1
VIP 2 (single berth cabins)
CAPACITIES:
The capacities shall be as follows (approx.) --
Fuel oil tank (abt.) 300 t
Lube oil tank (abt.) 25 t
Fresh water tank (abt.) 380 t
Baggage 40 t
Stores & inventory 10 t
Non-perishable cargo 10 t
Perishable cargo 10 t
Refrigerated cargo 20 t
Passenger & effect 45 t
SPEED:
Vessel shall be designed to achieve a speed of 15.0knots at design draft at
90%MCR (NCR) with 15% sea margin. No correction to speed trial result
shall be allowed up to BF3 condition.
ENDURANCE:
Fuel oil capacity shall be about 300 t.
Fresh water capacity of 380t shall be provided. Also provision of
generation by RO plant has to be considered. Dry and refrigerated
provisions carried on-board shall cater to the ship’s crew and passengers
and shall be sufficient for 10days. Food for crew and passengers shall be
prepared on-board.
ADDITIONAL FEATURES:
Accommodation Layout: The Vessel shall be designed with suitable no. of
accommodation decks for passengers and crew. Passenger and crew cabins
shall be arranged on separate decks as far as practicable. All public spaces
including recreation spaces for passengers to be arranged aft of mid ship
for more comfort.
The Vessel shall be divided into two main fire zones.
Tender Ref: SCI/T&OS/NB/UTLA/500Pax/2019
A passenger lift shall be provided with suitable capacity. Three numbers of
medium size Yokohama fenders shall be provided and secured in the
vicinity of crane
Cargo: The Vessel shall have a provision to carry:
About 10t Non-Perishable cargo
About 10t Perishable cargo
About 20t Refrigerated cargo
Baggage: A large baggage room shall be provided near reception area. In
addition, baggage racks (without locking arrangement) shall be provided
at passenger accommodation area.
Deck Machinery: Two nos. 5t cranes shall be provided for serving the
storage spaces and ER spare parts.
Machinery: The Vessel shall be provided with twin screw propulsion and
one bow thruster (abt 750kW). Four numbers Diesel Generators shall be
provided for catering to electrical load. Two main generators shall be
considered in operation during normal sea-going condition of the Vessel.
5. CLASS, RULES, AND REGULATIONS
CLASSIFICATION:
The vessel shall be dual classed. The vessel including its hull, equipment
and machinery shall be constructed with notation as below:
- American Bureau of Shipping (ABS) with notation:
A1, (E), “PASSENGER VESSEL’, AMS, UWILD, IHM or equivalent
notation with Lloyds Register / Det Norske Veritas/ Bureau Veritas
And dually classed with IRS with notation卐SUL, 卐IY, PASSENGER
SHIP, INWATER SURVEY, LOAD COMP (3)
6. FLAG OF REGISTRY:
Flag : India
Port of registry : Kochi
The vessel shall be registered under the Indian Merchant Shipping Act,
1958 as ‘Class V’ vessel (special trade passenger vessel engaged on voyages
other than international voyages).
The vessel shall be registered by the Buyer at its own cost and expense
under the laws of India upon delivery and acceptance thereof. The Builder
Tender Ref: SCI/T&OS/NB/UTLA/500Pax/2019
shall submit necessary copies of drawings/documents (certificate of
survey, marking & carving note etc.) required for registration of the vessel
to the Buyer.
7. MATERIALS AND WORKMANSHIP:
Structure, machinery, equipment, and outfit shall be arranged keeping in
view of easy access and future maintenance.
The material, equipment, machinery, piping etc. and workmanship for
building of the Ocean going Vessel shall be comply with the highest
standards of shipbuilding practice. In no case, these standards shall be
less than BIS/BS/DIN/ISO/JIS and/or builder’s approved standards
(shall be submitted to the Buyer for approval).
Material, machinery and equipment shall be selected in such a way that
the service and spares are readily available in Kochi / India to the extent
possible.
8. TECHNICAL GUARANTEE:
The Builder is to guarantee the technical particulars and data stipulated
below. If the Buyer should make any amendments or modifications, which
affect the guaranteed figure, the guaranteed figure to be adjusted
accordingly.
TRIAL SPEED AT SEA :
The Builder shall guarantee a trial speed of 15 knots at design draft at NCR
RPM with 15% sea margin. No correction to speed trial results shall be
allowed up to BF3.
The speed trial results are to be corrected for water depth, wind speed,
wave, and current using ITTC procedure for Analysis of Speed / Power
Trial Data and/or based on sea keeping calculation results for conditions
prevailing at the time of speed trial.
9. DELIVERY:
The Vessel shall be delivered and accepted at Builders’ yard. After the
trials and the approval of the Buyer and Classification Society of these
trials with reports etc.; the Vessel shall be handed over to the Buyer in a
proper and clean condition.
Tender Ref: SCI/T&OS/NB/UTLA/500Pax/2019
ANNEXURE III
PROFORMA ACKNOWLEDGEMENT OF TENDER DOCUMENT
Date:
To
The Director,
Technical & Offshore Services Division,
The Shipping Corporation of India Ltd.,
Shipping House, 5th floor,
245, Madame Cama Road,
Mumbai - 400 021, India.
Sub: ACQUISITION OF ONE 500 PASSENGER ALL-WEATHER VESSEL
FOR UTLA (T&OS/NB/UTLA/500PAX/2019)
We hereby acknowledge receipt of a complete set of Tender documents on the above
subject. We hereby confirm that this set of Tender Document has been purchased on
behalf of the Shipyard
M/s. ………………………………………………………………………………………..and also note that
only the above mentioned Shipyard is entitled to participate in the tender using this set
of document.
We have noted that the last date for submission of Stage-I/A (Technical) Offer is
November 8, 2019 (1700 Hrs. I.S.T).
We also confirm our acceptance of all the Terms and conditions set forth in the subject
Tender documents.
Thanking you,
Yours faithfully,
Tender Ref: SCI/T&OS/NB/UTLA/500Pax/2019
ANNEXURE-IV
Ministry of Shipping’s Guidelines
Tender Ref: SCI/T&OS/NB/UTLA/500Pax/2019
ANNEXURE-V
(FORMAT FOR COMFORT LETTER FROM BANK)
<Bank Name & Address>
Dear Sirs,
This is to confirm that our Client, _________________<Name of
Shipyard>maintains bank accounts with us and is in good standing with our bank.
As informed by our Client, for bidding for the _____________________ (Name of
Project), the Client has to submit a Comfort letter from the bank.
At his instructions, we, (bank name & address), with full authority and mandate hereby
confirm that said Client is financially able to mobilise an amount of
Rs.______________ being (60%) of the Contract value for which the bank will
provide financial assistance as required by the Client
We, (client's bank), confirm to transfer the referenced amount as per instructions of
our Client.
We certify that our Client, named above, has credit facilities with our bank to complete
the proposed (Name of project) within the time period specified.
Our Client hereby gives authority to the Ship Owner to procure usual banker's
references from the authorised officer of the Bank <Full name and designation of the
bank officer.
Yours sincerely,
......................................................................... Signature by a senior level bank officer
Full name of the signatory: .....................................................................................................
Designation of the signatory:...................................................................................................
Clients' Name as written in account:........................................................................................
Account No / IBAN:.................................................................................................................
Bank Telephone No:...............................................................................................................
Bank's Fax No:.........................................................................................................................
Bank SWIFT / Sort Code:........................................................................................................
Bank stamp / seal: ..................................................................................................................
Tender Ref: SCI/T&OS/NB/UTLA/500Pax/2019
ANNEXURE-VI
Acquisition of 500 Passenger all-weather vessel for UTLA
ON A NON-JUDICIAL Rs.500 STAMP PAPER
Bank Guarantee in lieu of Bid Security
To,
________________
Sir,
WHEREAS __________________________________ a company within
the meaning of the Companies Act, 1956/ a Partnership/Proprietor firm having its
registered office/principal place of business/ place of business at _______________
(hereinafter called “the Tenderer”) have been called upon to furnish Bank Guarantee.
AND WHEREAS We __________________________ Bank have, at the
request of the Tenderer, agreed to give you this guarantee as herein contained;
NOW THEREFORE in consideration of the premises, We, the undersigned,
hereby covenant that the aforesaid tender of the Tenderer shall remain open for
acceptance by you during the period of validity as mentioned in the tender i.e. nine
months from the date of submission of tender along with this guarantee or any
extension thereof and if the Tenderer shall for any reason back out, whether expressly
or impliedly, from his said tender or attract any clauses as mentioned at clause No.15 of
SCI’s tender ref No.T&OS/NB/UTLA/ 500Pax/2019, during the period of BG validity
or any extension thereof, We hereby unconditionally and irrevocably guarantee to you
the payment of the sum of Rs. ______________ on demand, without demur
notwithstanding the existence of any dispute between you or your authorized
representative and the tenderer in this regard AND WE hereby further agree as follows:
(a) That you may without affecting this guarantee grant time or other indulgence
to or negotiate further with Tenderer in regard to the conditions contained in
the said tender and thereby modify these conditions or add thereto any
further conditions as may be mutually agreed upon between you and the
Tenderer.
(b) That the guarantee hereinabove contained shall not be affected by any
change in the constitution of our Bank or in the constitution of the Tenderer.
(c) That this guarantee commences from the date hereof and shall remain in
force till the Tenderer, if his tender is accepted by you, furnishes the security
as required under the said specifications and executes a formal agreement as
therein provided or till four months after the period of validity, as the case
may be, of the tender, whichever of these is earlier.
Tender Ref: SCI/T&OS/NB/UTLA/500Pax/2019
(d) That the expressions “the Tenderer” and “the Bank” herein used shall, unless
such an interpretation is repugnant to the subject or context, include their
respective successors and assigns.
(e) Capitalised terms used herein and not defined shall carry the meaning
ascribed to these in the Tender.
Yours faithfully,
Tender Ref: SCI/T&OS/NB/UTLA/500Pax/2019
ANNEXURE VII
INTEGRITY PACT
Between
THE SHIPPING CORPORATION OF INDIA LIMITED (SCI) hereinafter referred to as “The Principal”,
and
_________________________________ hereinafter referred to as “The Bidder/Contractor”.
Preamble
The Principal intends to award, under laid down organizational procedures, contract/s for
“ACQUISITION OF ONE 500 PASSENGER ALL-WEATHER VESSEL FOR UTLA”.
The Principal values full compliance with all relevant laws of the land, rules, regulations, the
principles of economical use of resources, and of fairness and transparency in its relations with
its Bidder(s) and Contractor(s).
In order to achieve these goals, the Principal cooperates with renowned international Non-
Governmental Organization “Transparency International” (TI). The Principal will appoint
Independent External Monitors (IEMs) who will monitor the tender process and the execution
of the contract for compliance with the principles mentioned above.
Section 1 – Commitments of the Principal
(1) The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles:
a. No employee of the Principal, personally or through family members, will in connection
with the tender for, or the execution of a contract, demand, take a promise for or accept,
for self or third person, any material or non-material benefit which the person is not
legally entitled to.
b. The Principal will, during the tender process treat all Bidder(s) with equity and reason.
The Principal will in particular, before and during the tender process, provide to all
Bidder(s) the same information and will not provide to any Bidder
confidential/additional information through which the Bidder could obtain an
advantage in relation to the tender process or the contract execution.
c. The Principal will exclude from the process all known prejudiced persons.
(2) If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the relevant Anti-Corruption Laws of India, or if there be a
substantive suspicion in this regard, the Principal will inform its Chief Vigilance Officer
and in addition can initiate disciplinary actions.
Tender Ref: SCI/T&OS/NB/UTLA/500Pax/2019
Section 2 – Commitments of the Bidder/Contractor
(1) The Bidder/Contractor commits itself to take all measures necessary to prevent
corruption. The Bidder/Contractor commits itself to observe the following principles
during its participation in the tender process and during the contract execution.
a. The Bidder / Contractor will not, directly or through any other person or firm, offer,
promise or give to any of the Principal’s employees involved in the tender process or the
execution of the contract or to any third person any material or other benefit which they
are not legally entitled to, in order to obtain in exchange any advantage of any kind
whatsoever during the tender process or during the execution of the contract.
b. The Bidder / Contractor will not enter with other Bidder(s) into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to
prices, specifications, certifications, subsidiary contracts, submission or non-
submission of bids or any other actions to restrict competitiveness or to introduce
cartelisation in the bidding process.
c. The Bidder / Contractor will not commit any offence under the relevant Anti-
Corruption Laws of India; further the Bidder / Contractor will not use improperly, for
purposes of competition or personal gain, or pass on to others, any information or
document provided by the Principal as part of the business relationship, regarding
plans, technical proposals and business details, including information contained or
transmitted electronically.
d. The Bidder / Contractor will, when presenting its bid, disclose any and all payments
made, is committed to or intends to make to agents, brokers or any other intermediaries
in connection with the award of the contract.
e. Bidder / Contractor who has signed the Integrity Pact shall not approach the Courts
while representing the matter to IEMs and shall wait for their decision in the matter.
(2) The Bidder / Contractor will not instigate third persons to commit offences outlined above
or be an accessory to such offences.
Section 3 – Disqualification from tender process and exclusion from future
contracts
If the Bidder/Contractor, before contract award or during execution has committed a serious
transgression through a violation of Section 2 or in any other form such as to put his reliability
or credibility as Bidder into question, the Principal is entitled to disqualify the
Bidder/Contractor from the tender process or take action as per the procedure mentioned in
the “Policy and Guidelines for Removal / Suspension / Banning of Entities”. Copy of the “Policy
and Guidelines for Removal / Suspension / Banning of Entities” is placed at (page Nos. 6 to 15)
Section 4 – Compensation for Damages
(1) If the Principal has disqualified the Bidder from the tender process prior to the award
according to Section 3, the Principal is entitled to demand and recover from the Bidder
damages equivalent to Earnest Money Deposit / Bid Security.
Tender Ref: SCI/T&OS/NB/UTLA/500Pax/2019
(2) If the Principal has terminated the contract according to Section 3, or if the Principal is
entitled to terminate the contract according to Section 3, the Principal shall be entitled to
demand and recover from the Contractor liquidated damages equivalent to Security
Deposit and / or Performance Bank Guarantee.
(3) The Bidder agrees and undertakes to pay the said amounts without protest or demur
subject only to condition that if the Bidder / Contractor can prove and establish that the
exclusion of the Bidder from the tender process or the termination of the contract after
the contract award has caused no damage or less damage than the amount of damages
claimed by the Principal, the Bidder / Contractor shall compensate the Principal only to
the extent of the damage in the amount proved.
Section 5 – Previous Transgression
(1) The Bidder declares that no previous transgressions occurred in the last three years with
any other Company in any country conforming to the anti-corruption approach or with any
Public Sector Enterprise in India that could justify its exclusion from the tender process.
(2) If the Bidder makes incorrect statement on this subject, the bidder can be disqualified
from the tender process and/or action can be taken as per the procedure mentioned in
“Policy and Guidelines for Removal / Suspension / Banning of Entities”.
Section 6 – Equal treatment of all Bidders / Contractors
(1) In case of sub-contracting, the Principal Contractor shall take the responsibility of the
adoption of Integrity Pact by the sub-contractor.
(2) The Principal will enter into agreements with identical conditions as this one with all
Bidders and Contractors.
(3) The Principal will disqualify from the tender process all Bidders who do not sign this Pact
or violate its provisions.
Section 7 – Criminal charges against violating Bidders / Contractors
If the Principal obtains knowledge of conduct of a Bidder, Contractor or of an employee or a
representative or an associate of a Bidder, Contractor which constitutes corruption, or if the
Principal has substantive suspicion in this regard, the Principal will inform the Chief Vigilance
Officer.
Section 8 – External Independent Monitor/ Monitors
(1) The Principal appoints competent and credible Independent External Monitor(s) for this
Pact after approval by the Central Vigilance Commission. The task of the Monitor is to
Tender Ref: SCI/T&OS/NB/UTLA/500Pax/2019
review independently and objectively, whether and to what extent the parties comply with
the obligations under this agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and performs
his/her functions neutrally and independently. The Monitor would have access to all
Contract documents, whenever required. It will be obligatory for him/her to treat the
information and documents of the Bidders/Contractors as confidential. He/she reports to
the Chairman, SCI.
(3) The Bidder/Contractor accepts that the Monitor has the right to access without restriction
to all Project documentation of the Principal including that provided by the Contractor.
The Contractor will also grant the Monitor, upon his/her request and demonstration of a
valid interest, unrestricted and unconditional access to its project documentation. The same
is applicable to Subcontractors.
(4) The Principal will provide to the Monitor sufficient information about all meetings among
the parties related to the Project provided such meetings could have an impact on the
contractual relations between the Principal and the Contractor. The parties offer to the
Monitor the option to participate in such meetings.
(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he/she
will so inform the Management of the Principal and request the Management to
discontinue or heal the violation, or to take other relevant action. The monitor can in this
regard submit non-binding recommendations. Beyond this, the Monitor has no right to
demand from the parties that they act in a specific manner, refrain from action or tolerate
action.
(6) The Monitor will submit a written report to the Chairman, SCI, within 8 to 10 weeks from
the date of reference or intimation to him/her by the “Principal” and, should the occasion
arise, submit proposals for correcting problematic situations.
(7) If the Monitor has reported to the Chairman, SCI, a substantiated suspicion of an offence
under relevant Anti-Corruption Laws of India, and the Chairman has not, within reasonable
time, taken visible action to proceed against such offence or reported it to the Chief
Vigilance Officer, the Monitor may also transmit this information directly to the Central
Vigilance Commissioner, Government of India.
(8) The word “Monitor” would include both singular and plural.
Section 9 – Pact Duration
This pact begins when both parties have legally signed it. It expires for the Contractor 12
months after the last payment under the respective contract, and for all other Bidders 6 months
after the contract has been awarded.
If any claim is made / lodged during this time, the same shall be binding and continue
to be valid despite the lapse of this pact as specified above, unless it is discharged / determined
by Chairman of the Principal.
Tender Ref: SCI/T&OS/NB/UTLA/500Pax/2019
Section 10 – Other provisions
(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the
Registered office of the Principal, i.e. Mumbai.
(2) Changes and supplements as well as termination notices need to be made in writing. Side
agreements have not been made.
(3) If the Contractor is a partnership or a consortium, this agreement must be signed by all
partners or consortium members.
(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of
this agreement remains valid. In this case, the parties will strive to come to an agreement
to their original intentions.
(5) Issues like Warranty / Guarantee etc. shall be outside the purview of IEMs.
(6) In the event of any contradiction between the Integrity Pact and its Annexure, the Clause in
the Integrity Pact will prevail.
……………………… ........................................
For the Principal For the Bidder / Contractor
(Official Seal) (Official Seal)
Place: ............................. Witness 1: …………...............……………….
(Signature and Name & Address)
Date: ..............................
Witness 2: ……………………………………..
(Signature and Name & Address)
**********************