request for proposal (rfp) index of request · pdf file11.1 the customer shall pay the...

32
1 of 32 Telephone : 08382-234285 Fax : 08382-263628 The Officer-in-Charge Sagar Prahari Bal c/o Navy Office Naval Base Karwar-581 308 637/SPB/SLN/1 28 Mar 16 M/s ________________ ____________________ REQUEST FOR PROPOSAL (RFP) INDEX OF REQUEST FOR PROPOSAL ENCLOSURE I OF RFP RFP FOR OFFLOADING ANNUAL MAINTAINENCE CONTRACT FOR SRILANKAN FIC BOATS INSTRUCTIONS TO BIDDERS FOR ANNUAL MAINTENANCE CONTRACT FOR REPAIR AND MAINTENANCE OF SRILANKAN FIC BOATS AT KARWAR FOR A PERIOD OF ONE (01) YEAR 1. Quotation in sealed cover is invited for Annual Maintenance Contract for Repair and Maintenance of Srilankan FIC boats (Qty 04) at Naval Base (Kar) for a Period of One (01) Year as per the work package listed in enclosed Schedule of Requirement (SOR) placed at enclosure to this document. 2. General information about the tender: (a) Tender reference No. : 637/SPB/SLN/1 (b) Location of tender box : Main Gate (c) Pre bid meeting : 04 May 16, 1400Hrs (c) Last date and time for receipt of tenders : 26 May 16, 1400 Hrs (d) Time and date for opening of tenders : 27 May 16, 1400 Hrs (e) Place of opening of tenders : Conference room at SPB (Kar) premises (f) Address for communication : Sagar Prahari Bal c/ o Navy Office, Naval Base, Karwar-581 308 3. The tender shall be submitted in single stage two-bid system (Technical bid & Commercial bid), The following enclosures are forwarded along with this enquiry to assist you in preparing your technical and commercial offer:- (a) Index of Tender Document - Enclosure - I (b) Schedule of Requirements - Enclosure - II (c) Standard Conditions of Contract - Enclosure - III (d) Guidelines for Preparation of Technical Bids - Enclosure IV (e) Guidelines for Preparation of Commercial Bids - Enclosure V (f) Summary Sheet for Costing - Enclosure - VI 4. Quotation should remain valid up to 120 days from the date of opening of Bid. Submission /Opening of Tenders 5. PLEASE QUOTE OUR RFP NO. AND DATE OF TENDER OPENING ON SEALED COVER. FAILURE TO DO SO WILL RENDER YOUR OFFER INVALID. 6. The bid is to be submitted in sealed envelopes, duly marked as The Technical and Commercial bids are to be submitted in two separate sealed envelopes, duly marked as “Technical Bid for RFP No. 637/SPB/SLN/1 dated 28 Mar 16and “Commercial Bid for RFP No 637/SPB/SLN/1 dated 28 Mar 16. The quote is to be super-scribed with your firm’s name, address and official seal and ink signed by an authori sed representative of the Tenderer. Sealed Bids addressed to ‘The Officer-in-Charge SPB (Karwar)’ should be dropped in tender box marked as "Sagar Prahari Bal" located at Main Gate, Naval Base, Karwar, or to be sent by registered post so as to reach this office 1100 Hrs on 26 May 16. No responsibility will be taken for postal delay or non-delivery/non-receipt of tender documents. 7. Sealed quotations will be opened by a committee on due date and time. Your authorised representative from the Company can attend the tender opening. If due to any exigency, the due date for opening of tenders is declared as closed holiday, in such cases, the tenders will be opened on next working day at the same time or any other day/ time as intimated by SPB (Kar). The date of opening of Commercial Bid will be intimated after acceptance of technical bids. Note: - The commercial bids will be opened after the technical bid. The technical bids will be opened only for those firms who have qualified technically. 8. Tenders found in sealed box will only be considered. To avoid any complications with regard to Late Receipt/Non-receipt of Tenders, it may please be noted that responsibility rests with the Tenderer to ensure that tenders reach this office before due date. Late quotes will be rejected outright. 9. In case your firm is not willing to quote due to any reasons, your regret should be sent well before the due date, failing which your firm can be de-listed from the Contractor's list. 10. Negotiations will be made only with the lowest (L1) bidder as determined by the committee. The date, time and venue fixed for this purpose will be intimated separately. 11. Payment Terms. It will be mandatory for the Bidders to indicate their bank account numbers and other relevant e-payment details so that payments could be made through ECS/EFT mechanism instead of payment through cheques, wherever feasible. A copy of the model mandate form prescribed by RBI to be submitted by Bidders for receiving payments through ECS is available in MoD website and can be given on request. The payment will be made as per the following terms, on production of the requisite documents. The Payment Terms for the Contract Price shall be as follows

Upload: vanque

Post on 16-Feb-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

1 of 32

Telephone : 08382-234285

Fax : 08382-263628

The Officer-in-Charge

Sagar Prahari Bal

c/o Navy Office

Naval Base

Karwar-581 308

637/SPB/SLN/1 28 Mar 16

M/s ________________

____________________

REQUEST FOR PROPOSAL (RFP)

INDEX OF REQUEST FOR PROPOSAL

ENCLOSURE I OF RFP

RFP FOR OFFLOADING ANNUAL MAINTAINENCE CONTRACT FOR SRILANKAN FIC BOATS

INSTRUCTIONS TO BIDDERS FOR ANNUAL MAINTENANCE CONTRACT FOR REPAIR AND MAINTENANCE OF

SRILANKAN FIC BOATS AT KARWAR FOR A PERIOD OF ONE (01) YEAR

1. Quotation in sealed cover is invited for Annual Maintenance Contract for Repair and Maintenance of Srilankan FIC boats (Qty 04) at

Naval Base (Kar) for a Period of One (01) Year as per the work package listed in enclosed Schedule of Requirement (SOR) placed at enclosure to

this document.

2. General information about the tender:

(a) Tender reference No. : 637/SPB/SLN/1

(b) Location of tender box : Main Gate

(c) Pre bid meeting : 04 May 16, 1400Hrs

(c) Last date and time for receipt of tenders : 26 May 16, 1400 Hrs

(d) Time and date for opening of tenders : 27 May 16, 1400 Hrs

(e) Place of opening of tenders : Conference room at SPB (Kar) premises

(f) Address for communication : Sagar Prahari Bal c/ o Navy Office, Naval Base, Karwar-581 308

3. The tender shall be submitted in single stage two-bid system (Technical bid & Commercial bid), The following enclosures are forwarded

along with this enquiry to assist you in preparing your technical and commercial offer:-

(a) Index of Tender Document - Enclosure - I

(b) Schedule of Requirements - Enclosure - II

(c) Standard Conditions of Contract - Enclosure - III

(d) Guidelines for Preparation of Technical Bids - Enclosure – IV

(e) Guidelines for Preparation of Commercial Bids - Enclosure – V

(f) Summary Sheet for Costing - Enclosure - VI

4. Quotation should remain valid up to 120 days from the date of opening of Bid.

Submission /Opening of Tenders

5. PLEASE QUOTE OUR RFP NO. AND DATE OF TENDER OPENING ON SEALED COVER. FAILURE TO DO SO WILL RENDER

YOUR OFFER INVALID.

6. The bid is to be submitted in sealed envelopes, duly marked as The Technical and Commercial bids are to be submitted in two separate

sealed envelopes, duly marked as “Technical Bid for RFP No. 637/SPB/SLN/1 dated 28 Mar 16” and “Commercial Bid for RFP No

637/SPB/SLN/1 dated 28 Mar 16”. The quote is to be super-scribed with your firm’s name, address and official seal and ink signed by an authorised

representative of the Tenderer. Sealed Bids addressed to ‘The Officer-in-Charge SPB (Karwar)’ should be dropped in tender box marked as "Sagar

Prahari Bal" located at Main Gate, Naval Base, Karwar, or to be sent by registered post so as to reach this office 1100 Hrs on 26 May 16. No

responsibility will be taken for postal delay or non-delivery/non-receipt of tender documents.

7. Sealed quotations will be opened by a committee on due date and time. Your authorised representative from the Company can attend the

tender opening. If due to any exigency, the due date for opening of tenders is declared as closed holiday, in such cases, the tenders will be opened on

next working day at the same time or any other day/ time as intimated by SPB (Kar). The date of opening of Commercial Bid will be intimated after

acceptance of technical bids.

Note: - The commercial bids will be opened after the technical bid. The technical bids will be opened only for those firms who have qualified

technically.

8. Tenders found in sealed box will only be considered. To avoid any complications with regard to Late Receipt/Non-receipt of Tenders, it

may please be noted that responsibility rests with the Tenderer to ensure that tenders reach this office before due date. Late quotes will be rejected

outright.

9. In case your firm is not willing to quote due to any reasons, your regret should be sent well before the due date, failing which your firm can be

de-listed from the Contractor's list.

10. Negotiations will be made only with the lowest (L1) bidder as determined by the committee. The date, time and venue fixed for this purpose

will be intimated separately.

11. Payment Terms. It will be mandatory for the Bidders to indicate their bank account numbers and other relevant e-payment details so that

payments could be made through ECS/EFT mechanism instead of payment through cheques, wherever feasible. A copy of the model mandate form

prescribed by RBI to be submitted by Bidders for receiving payments through ECS is available in MoD website and can be given on request. The

payment will be made as per the following terms, on production of the requisite documents. The Payment Terms for the Contract Price shall be as

follows

2 of 32

(a) Preventive Maintenance:-

Stage No Activity Definition Stage Payment

I On Work completion of 1st Quarter 25% of contract value

II On Work completion of 2nd Quarter 25% of contract value

III On Work completion of 3rd Quarter 25% of contract value

IV On Work completion of 4th Quarter 25% of contract value

(b) Breakdown Maintenance/ Repairs on case to case basis:-

Stage No Activity Definition Stage Payment

I On Work completion 100% of individual work order

11.1 The customer shall pay the following sum towards AMC charges/preventive maintenance which shall be paid at the end of every three

months period against satisfactory health audit, maintenance Job Sheet/Certificate obtained from the end users within 7 days of completion of service.

Further the bills need to be submitted to PCDA, Mumbai office. Payment shall be made within 30 days of submission of bills by Navy. Presently

service taxes are exempted for services carried out to Naval Ships as per Ministry Of Finance, Notification No.25/2012 dt: 20nd Jun 2012.

(a) Preventive Maintenance: The AMC charges are Rs. _____________ (Rupees _________________________ only) per Quarter for Annual

Maintenance Contract Repair and Maintenance of Srilankan FIC boats at Naval Base (Kar) for a period of one (01) year.

(b) Breakdown Maintenance:

(i) The repair/ maintenance agency must make available all spares within 07 days of reporting of defect.

(ii) Any delay thereafter would lead to a penalty of 10 % of cost of spares/ week up to a maximum of 50 % of cost of item.

12. Earnest Money Deposit. The bidders are to furnish EMD for a sum of Rs 4, 00000.00 (Four Lakhs Only) with a validity of 45 days beyond

the final bid validity period, in the form of an Account Payee Demand Draft or Fixed Deposit Receipt or Banker's Cheque or Bank Guarantee from any

of the public sector banks or a private sector bank authorized to conduct government business. Registered firms with any Department of MoD are to

submit their registration certificate for waiver of EMD.

Standard Conditions of Contract (SCOC)

13. Firm shall be required to accept the SCOC. Additionally standard clauses regarding agents / agency commission, penalty for use of undue

influence, access to books of accounts, arbitration and laws would be incorporated in the contract. A Contract will be signed between Officer-in-Charge

SPB (Kar) and the firm incorporating the SCOC at Enclosure III of this RFP, which will form an integral part of the Contract.

14. The SOR (Enclosure II) and SCOC (Enclosure III) should be carefully considered while preparing the bids. All clarifications are to be

resolved prior submission of bids. No revision of Commercial Bid would normally be permitted after opening of the Bid.

15. The Commercial bid is to be submitted strictly in accordance with Enclosure -V to this tender enquiry. The Commercial bid once opened, will

not be subjected to unilateral revision by the firm, unless the firm is called for price negotiations specifically and asked to justify the rates.

Direct Demanding Officer (DDO)

16. The Direct Demanding Officer (DDO) for this case would be CFA/ NOIC (Karnataka) as per para 8.6.2 of Chapter 8 of DPM – 2009.

Conditions under which, this RFP is issued.

17. This RFP is being issued with no financial commitment and Customer reserves the right to change or vary any part thereof at any stage. The

Customer reserves the right to reject any or all of the offers without assigning any reason whatsoever. The Customer also reserves the right to withdraw

the RFP should it be so necessary at any stage.

Performance Security

18. Performance Security deposit payable to the purchaser is furnished by the supplier in the form of a Performance Bank Guarantee (PBG)

issued by public sector bank or private sector bank authorized to conduct government business, in the prescribed format within thirty days from the

dated of contract. At present ICICI Balk Ltd., Axis Bank Ltd., and HDFC Bank Ltd. Are the three private sector banks authorized to carry out

government transaction. The performance security deposit is meant to compensate the Purchaser for any loss suffered due to failure of the supplier to

complete his obligations as per the contract. Preferably, performance security is payable by the supplier at the rate of 10% of the contract value. PBG

should remain valid for a period of sixty days beyond the dated of completion of contractual obligations, including warranty. The BG is returned to the

supplier on successful completion of all his obligations under the contract. In case the execution of the contract is delayed beyond the contracted period

and the purchaser grants extension of delivery period, with or without LD, the supplier must get the BG revalidated, if not already valid.

Pre-Bid Meeting

19. Pre-Bid meeting is scheduled on 04 May 16 at 1400 Hrs followed by onsite inspection from 1430 to 1730.

Minimum Qualification Requirements: (MQR)

20. (a) The bidder shall be registered with any Naval Dockyard/ NSRY/ PSUs/ Govt. Undertaking for carrying out the business with Indian

Navy/ Coast Guard.

(b) The contractor shall furnish minimum Two (02) work orders on AMC (Annual Maintenance contract) issued to his/ her firm of the last

three year; i.e. 2012-15, which for a minimum value Rs 10, 00000.00 (Rupees Ten Lakhs Only).

(c) The contractor shall have an annual turnover of a minimum of Rs. 5,000000.00 (Rupees Five Crore only). The contractor shall furnish

the proof of annual turnover; here proof means certificate issued by qualified CA with statement mentioned on it as ANNUAL TURNOVER OF

FIRM & proof of filing of return of Income Tax submitted by firm and duly attested by Notary if firm not registered with Yard. No other form of

proof will be accepted.

(d) The firm must produce MOU/ Authorisation for Main Engines: Caterpillar, DAs: Kohler, Water jets: Castoldi, ACs: Aqua Air, Radar and

Echo sounder: Ray Marine, sagem for camera.

(Note: Non compliance with any of the above will render the Bid as non-admissible thus leading to disqualification.

21. Please acknowledge receipt.

Thanking you,

Yours faithfully,

Sd xxxx

(Saket Shukla)

Lieutenant

Technical Officer

for Officer-in-Charge

Enclosures- I to VI

3 of 32

Enclosure II of RFP

SCHEDULE OF REQUIREMENT

Annexure – 1

1. Particulars of Vessel on which work is required to be carried out – Four (04) Srilankan FIC boats (T-216, T-217, T-218, and T-219) based at

Naval Base Karwar.

Annexure – 2 - Quantified Work Package.

Annual Maintenance of Srilankan FIC boats at Naval Base (Kar) for a Period of One (01) Year

Schedule A:- SOW for Preventive Maintenance

1. Undertake the routines of the various equipment as prescribed by OEM and provided by Indian Navy as per maintops at Naval Base (Kar).

The firm would also include operational checks of system parameters and undertake adjustment where needed. The amplified SoW is mentioned

below:-

(a) Annexure A - Maintenance schedule.

2. The firm is to furnish detailed report of the routines carried out, DI/ DR involved (if any). The firm must also undertake all the major defects

that occur. These major defects would be part of the breakdown maintenance.

3. The details of equipment fitted along with OEM details are as appended below:-

(a) The details of the Equipment along with OEMs is as appended below:-

S. No. Equipment Make Model

(i) Main Engine Caterpillar C 18 ( T2P1 Up Engine)

(ii) Water Jet Castoldi TD 400 HC

(iii) Diesel Generator Kohler 11 EFOZD

(iv) Emergency Generator Kohler KK04F

(v) Air-Condition Aqua Air SSIG-10CK & SSIG -16CK

(vi) AC seawater pump Aqua Air NA

(vii) Bilge Pump Jabsco 16 A

(viii) Freshwater pump Jabsco 326000094

(ix) Waste Pump (Black Water) Jabsco 50890-1100

(x) Electric Toilet Jabsco 37045-0094

(xi) Grey Water Sump with pump Jabsco 98A-24

(xii) Auto/ Manual fire extinguisher Sea-Fire FM -200 fire suppression and fire detection

system

(xiii) Engine Blower (Stbd & Port) Gianneschi C-25

(xiv) Electrical Clutch Pump Jabsco 50580-2101

(xv) Radar Raymarine RD242HD

(xvi) Multifunction Display Raymarine MFD C127

(xvii) Magnetic Boat Compass Ritchi F-82

(xviii) Portable GPS Garmin e-TREX

(xix) GPS Antenna with chart plotter Raymarine Ray Star 123

(xx) AIS (Automatic Identification

System)

Raymarine A 950

(xxi) Echo Sounder Raymarine MFD A1

(xxii) EM Log Blind Anthea EM log

(xxiii) Optical (Day/ Night)

Surveillance Tracker and

Recorder System

Vigy Observer (Safran-

Sagem)

3300454284-S10-000-04

(xxiv) Long Range Acoustic Device

(LRAD)

LRAD Corporation 300 X-RE-G

(xxv) Communication Sets

(Practical HF radio system)

Barrett communications

Pvt. Ltd

PRC 2090

(xxvi) ( Solid State Rate Gyro Compass Maretron, LCC SSC 200

(xxvii) ( Marine VHF Radio Raymarine RAY 218E & RAY 55E

(xxviii) ( Window Wipers & Associated

Control System

B.Hepworth and company

Ltd

20Nm Medium duty window wiper

(xxix) Electric Remote Controlled

Search Light

(xxx) Jabsco 62022-4-SERIES

62026-4-SERIES

62040-4-SERIES

62042-4-SERIES

(xxxi) Alert Light Raymarine L101-Xenon Beacon Alert Light

(xxxii) Electric Marine Horn Vetus M-24D

4 of 32

(xxxiii) Bilge pumps (05) Jabsco NA

(xxxiv) Refrigerator Isotherm NA

(xxxv) Microwave Oven Kenwood NA

(xxxvi) Motorola (05) GP 338 VHF portable set

Note: - Certificates from OEMs of Caterpillar for Main Engine, Kohler for DG, Castoldi for water Jet, Aqua Air for AC and Ray Marine for

Radar and Echosounder, sagem for camera has to be produced for technically qualifying.

3 The mandatory spares required for undertaking routines of the critical equipment e.g. Main engines, DAs and water jet is appended below.

The spares must be procured by the firm in order to undertake the preventive maintenance.

(a) Caterpillar C 18 Main Engines

S. No. Patt no. Description Qty

(i) 6L-2280 Zinc Rod 04

(ii) 237-1936 Zinc Rod 04

(iii) 5B-9651 PLUG-ZINC (AUXILIARY SEA WATER LINES) 02

(iv) 6L-2281 Plug Zinc 02

(v) 1777375 / 2517222 Element –air filter 03

(vi) 1R1808 Filter - Oil 12

(vii) 1R0749 Fuel filter 12

(viii) 274-7913 FILTER ELEMENT AS-AIR (CRANKCASE

VENTILATION) 03

(ix) 277-9758/277-9759 bearing for pump 02

(x) 284-5561 repair kit for pumps 02

(xi) Element Filter Element For Strainer 3" 02

(xii) 129-0372 FILTER AS-WATER SEP & FUEL 10

(xiii) 141-0284 KIT-FUEL FILTER & WATER SEP 10

(xiv) 201-4233 GASKET 02

(xv) 3P-0654 SEAL-O-RING 02

(xvi) 112-1202 SEAL-O-RING 02

(xvii) 6V-4365 SEAL-O-RING 02

(xviii) 7D-7111 SEAL-O-RING 02

(xix) 130-5694 SEAL-O-RING 02

(xx) 8C-3073 SEAL-O-RING 01

(xxi) 150-4104 GASKET 02

(xxii) 6V-3917 SEAL-O-RING 02

(xxiii) 248-5513 REGULATOR-TEMPERATURE (92-DEG

C)(COOLANT) 01

(xxiv) 207-7001 KIT - Impeller (Raw water pump) 02

(xxv) 375-4703 KIT - Impeller (Raw water pump) 02

(xxvi) 296-8389 Impeller 02

(xxvii) 282-0683 Impeller 02

(xxviii) 284-5562

KIT-IMPELLER (RAW WATER PUMP) 02

(xxix) 2517222 Element –air filter 03

(xxx) 279-9884/375-4703 Housing 01

(xxxi) 279-9884/207-7001 Housing 01

5 of 32

(b) Kohler GENSET AND ALTERNATOR

S. No. Patt no. Description Qty

(i) GM 32359

Filter ,oil (each or case of 12 ) B (250 hts) 04

(ii) GM 47465

Filter ,oil (each or case of 12 ) B (250 HTS) 04

(iii) 229826

Impeller 01

(iv) GM24456

AIR CLEANER ELEMENT

02

(v) GM35749 Fuel injectors

01

(vi) GM59333

Kit, Seawater pump 13-23EOZ

01

(vii) GM 256503

Belt(B) 01

(viii) 276141

Belt, V (43.5 in)(B)

01

(ix) 223316

Fuse, 10A, 250V-223316

05

(x) 358337 Fuse,10A,250V-358337 05

(xi) 229051 Pump, Fuel 01

(xii) 344746 Solenoid 01

(xiii) 249872 Switch, High temperature shutoff 01

(xiv) GM28823 Sensor, Temperature 01

(xv) GM30263 Switch, Pressure assembly 01

(xvi) 249865 Gasket, thermostat 01

(xvii) GM41963 Thermostat 01

(xviii) GM28483 SCR Module 01

(xix) GM19778 PCB assembly relay board 24V 01

(xx) ELEMENT Sea water strainer 01

(c) WATER JETS – CASTOLDI

S. No. Patt no. Description Qty

(i) 30000454 OIL FILTER CARTRIDGE HP (Change Every 300 H) 12

(ii) 30000392 OIL FILTER CARTRIDGE LP (change every 300 H) 12

(iii) 59900400 SET OF ANODES 02

(iv) - PRESSURE GUAGE AND SENSOR SET 01

(v) 59266312 CLUTCH AND GRID PANEL 01

(vi) 59264138 STEERING NOZZLE RAM 01

(vii) 59262219 REVERSING BUCKET RAM 01

(viii) 59264205 OIL LEVEL BLOCK 01

(ix) 59264215 REVERSING DEFLECTOR VDO POSITION SENDER 01

Schedule B:-Breakdown Maintenance for Anticipatory/ Frozen Spare List for Maintenance of FIC boats

1. ON REPORT OF A DEFECT. The firm must undertake defect rectification within 07 days of reporting of defect excluding the day of

reporting. Intimation by fax or email or telephone will be made by SPB (Karwar).

2. List of anticipatory spares required for undertaking breakdown maintenance on ‘as and when required basis’ is as follows:-

(a) FIRE DETECTION SYSTEM - SEA FIRE EUROPE – UK

S. No. Patt no. Description Qty

(i) 130-579 Heat Detector 01

(ii) 130-493 Smoke Detector 01

(iii) 124-237 Horn Strobe 01

(b) LIGHTING - HELLA MARINE - NZ

S. No. Patt no. Description Qty

(i) 2G72642-24V Spare 2G7 Fluorescent Tube 01

(c) NAVIGATION EQUIPMENT - RAYMARINE UK

6 of 32

S. No. Patt no. Description Qty

(i) A80137 GPS Antenna - AIS950, A80137 01

(ii) A80139 Screw Pack- AIS950, A80139 01

(iii) A80140 Panel Mt Bracket- AIS950, A80140 01

(d) ANCHORING SYSTEM - MXP104901, windlass RC12-10, 24V- VETUS- HOLLAND

S. No. Patt no. Description Qty

(i) SP2790 O ring 01

(ii) 3267 Retaining washer 01

(iii) 5015 Bellville washer 01

(iv) SP0178 Cap screw M5 x 16 01

(v) SP0474 Spring washer 01

(vi) SP0413 Washer 01

(vii) SP0158 Cap screw-M8 x 25 01

(viii) SP3519 Plug 01

(ix) SP3518 Bush 01

(x) SP0846 Circlip 01

(e) BILGE SYSTEM - JABSCO - GB

S. No. Patt no. Description Qty

(i) 29276-1000 Repair kit 01

(f) BLACK WATER SYSTEM - JABSO - GB

S. No. Patt no. Description Qty

(ii) 90197-0000 Service kit 01

(iii) SK890 Service kit 01

(g) DECK WASHING SYSTEM - JABSCO ELECTRIC CLUTCH PUMP – GB

S. No. Patt no. Description Qty

(i) SW-32111 Switch on-off 01

(ii) SW-M331 Splash proof cover 01

(iii) J20A Fuse ATC, 20A, 32V 01

(h) SWITCHES - BLUE SEA BS8053, Panel H20, 12V DC, GC 6 position vertical – USA

S. No. Patt no. Description Qty

(i) 5217 Fuse 15Amps, 32V, AGC 01

(j) FRESH WATER SYSTEM - JABSCO - GB

S. No. Patt no. Description Qty

(i) 18916-1040 Pressure switch 40 psi 01

(k) FUEL SYSTEM - VETUS - NETHERLANDS

S. No. Patt no. Description Qty

(i) VT33EB Replacement fuel filter element, CE/ABYC,

10 microns, max 190 lph, Red 01

(l) Caterpillar C 18Main Engines

(i) 129-9907 IMPELLER-PUMP 01

(ii) 9M-6527 WASHER-HARD (10.2X25.5X5-MM THK) 01

(iii) 0S-1591 BOLT (3/8-16X1.5-IN) 01

(iv) 1A-1135 BOLT (5/8-11X2-IN) 01

(v) 349-2654 SEAL-WATER PUMP 01

(vi) 153-1256 SEAL-LIP TYPE 01

(vii) 135-4928 SHAFT-WATER PUMP 01

(viii) 5S-0581 WASHER-HARD (17X38X8-MM THK) 01

(ix) 1B-7182 BOLT (5/16-18X1.25-IN) 01

7 of 32

(x) 108-7930 BEARING AS-ROLLER 01

(xi) 136-1107 RETAINER 01

(xii) 207-7001 kit - Impeller (RAW water pump) 01

(xiii) 375-4703 kit - Impeller (RAW water pump) 01

(xiv) 296-8389 Impeller 01

(xv) 282-0683 Impeller 01

(xvi) 284-5561 repair kit for pumps 01

(xvii) 284-5562 KIT-IMPELLER (RAW WATER PUMP) 01

(xviii) 279-9884 Housing 01

(xix) 144-6142 SEAL-INTEGRAL 01

(xx) 205-4832 SEAL-O-RING 01

(xxi) 177-7375 Element –air filter 01

(xxii) 274-7913 FILTER ELEMENT AS-AIR

(CRANKCASE VENTILATION) 01

(xxiii) 2S-4078 SEAL-O-RING 01

(xxiv) 9L-6647 Vee belt 01

(xxv) 194-6725 SENSOR GP-PRESSURE 01

(xxvi) 264-4297 SENSOR GP-TEMPERATURE (FUEL) 01

(xxvii) 218-3840 SENSOR GP-PRESSURE 01

(xxviii) 204-2518 SENSOR GP-LIQUID LEVEL (COOLANT

LOSS) 01

(xxix) 264-4297 SENSOR AS-TEMPERATURE (AIR INLET

MANIFOLD) 01

(xxx) 106-0735 SENSOR GP-TEMPERATURE 01

(xxxi) 163-8512 SENSOR GP-PRESSURE 01

(xxxii) 201-6615 SENSOR GP-SPEED (TIMING,

CRANKSHAFT) 01

(xxxiii) 201-6616 SENSOR GP-SPEED (TIMING,

CAMSHAFT) 01

(xxxiv) 6L-2280 Zinc Rod 01

(xxxv) 237-1936 Zinc Rod 01

(xxxvi) 7E-5076 Zinc Rod 01

(xxxvii) 5B-9651 PLUG-ZINC (AUXILIARY SEA WATER

LINES) 01

(xxxviii) 6L-2281 Plug Zinc 01

Note.1. (i). This maintenance contract is for Annual Maintenance Contract i.e. it covers serials of routines for the individual equipment and the

spares required to carry out the maintenance routines. If there are any major defects that needs to be undertaken then the Provisioning of spare parts,

fitment, installation and proving the system would be undertaken as and when required and undertaking the same will be the responsibility of firm on

chargeable basis.

(ii). Services/ repairs undertaken during AMC will be under warranty for a period of one year (01) from the date of service provided.

Note:2. (i). Price in INR is to be clearly indicated against each component.

(ii). The repair/ maintenance agency must make available all spares within 07 days of reporting of defect.

(iii). Any delay thereafter would lead to a penalty of 10 % of cost of spares/ week up to a maximum of 50 % of cost of item.

(iv). Costing of services and spares to be indicated as tabulated below for One Year:

8 of 32

Schedule A:- Service Cost/ Preventive Maintenance

Sl

No

.

Description Amount

(a) Preventive Maintenance for Four (04)

Srilankan FIC boats

Schedule B:- Breakdown Maintenance cost for anticipatory/ frozen spares (unit cost) and services valid for One Year for the

following:

Sl No. Description Unit Cost (INR)

Service Cost (INR)

Annexure A {Refer para 1(a)} SCHEDULED MAINTENANCE VISITS

(a) Daily Control Visits

S. No. Interval System Equipment Operation

(i.) Daily Electrical Air -conditioning Check pump operations

(ii.) Daily Electrical Air-conditioning check discharge pressure

(iii.) Daily Electrical Generator check the crank case oil level

(iv.) Daily Electrical Generator check wiring

(v.) Daily Electrical Generator check coolant level

(vi.) Daily Electrical Generator check sea water inlet and outlet

(vii.) Daily Electrical Generator check for any unusual noise(during operation)

(viii.) Daily Electrical Generator inspect the exhaust system components

(ix.) Daily Electrical Generator check the exhaust gas condition.

(x.) Daily Electrical Generator keep the battery charged and in good condition

(xi.) Daily Electrical Generator check for water, fuel ,coolant and oil leakage(after

operation)

(xii.) Daily Electrical Generator retighten any loose nuts and bolt

(xiii.) Daily Electrical Generator check compartment conditions

(xiv.) Daily Mechanical Motorization check all pipes

(xv.) Daily Mechanical Propulsion check hydraulic system

(xvi.) Daily Mechanical Propulsion check lube oil

(xvii.) Daily Mechanical Propulsion check the propellers

(xviii.) Daily Mechanical Propulsion check drive line and oil seals

(xix.) Daily Mechanical Propulsion check oil lines, cranks etc

(b) Weekly Control Visits

S. No. Interval System Equipment Operation

(i.) Weekly Structure Hull Check for any deformity/ damage and repair.

(ii.) Weekly structure Hand rails Check the nuts and bolts, tighten if necessary.

(iii.) Weekly Bilge Engine room Check the bilge level.

9 of 32

(iv.) Weekly Structure Communication Check all antennas/ superstructure.

(v.) Weekly Electrical Generator/ Engine Check coolant level.

(vi.) Weekly Electrical Generator Check sea water inlet and outlet.

(vii.) Weekly Electrical Generator Check for any unusual noise (during operation).

(c) Equipment Maintenance as per maintops

(i.) Air-Conditioning Plant.

Time interval Equipment Actions to be carried out

Weekly Visit

Air- Conditioning

- Check pump operations

- Check discharge pressure

- Condition of Sea water line and clean if any impurities present

Monthly

- Check Refrigerant level

- Condition of Sea water Pump

- Condition of Sea water line and clean if any impurities present

- Condition of blowers

-Charging of refrigerant if required

(ii.) Main Engines.

Time interval Equipment Actions to be carried out

Weekly visit

Battery

- Check battery is fully charged

- Battery voltage

- Specific gravity

- Apply petroleum jelly

Engine -Clean the engine to remove accumulated oil and grease

Engine Storage procedure - Visually Check for clearances

Fuel system - Carry out priming

Heat exchanger -Inspect

-Keep all parts clean from contaminants

Sea water strainer -Check for plugging

-Clean

Zinc Rods -Inspect

-Replace if corroded

Closed Crank case

ventilation filter service

indicator

-Inspect

Cooling system coolant

level

- Check coolant level when

engine is stooped and cool

Engine air cleaner service

indicator

- Observe

- Clean/ replace air cleaner, if required

Engine Oil level - Check for adequacy, fill if Required

Fuel system primary

filter/ Water separator

- Monitor bowl for signs of

water

- Drain, if required

Walk around inspection - Inspect the engine for leaks

and for loose connections

Every 20-40

Hrs(Including

routines

mentioned in

weekly visit)

Belts - Inspect for wear/ cracking

and tension

- Adjust tension, if required

- Replace, if required

- Condition of impeller

Engine Every 250

Hrs/ weekly

(Including

mentioned in 20-

40 hrs routine)

After cooler condensate

drain valve

- Inspect

- Clean with solvent

Engine

- Engine exterior for loss of oil and coolant

- Coolant level

- Engine oil level

- Engine controls

- Coolant hoses for leaks

- Fuel lines for leak

- Belt tension, retightening if necessary

- Condition of impeller

- Water hose clamps , pipe connections and bolts for security

retightening if necessary

- Check for abnormal vibrations and engine mounts

- Trial run/ engine speed test with boat under full load

- Change fuel pre-filter and fuel filter cartridges

- Check air filter and lube oil filter, change if required

Oil - Change oil

10 of 32

- Change fuel filter and lube oil filter

- Check air and change if required

Sea Water strainer - Check for plugging

- Clean

Zinc rods - Inspect

- Replace if corroded

Every 500 hrs

(including

routines

mentioned in 250

hrs)

Cooling system coolant

sample (level 2)

- Submit the sample for level 2 analysis

Cooling system coolant

sample(level 1)

- Obtain a coolant sample (optional if system is filled with Cat

ELC)

- Drain and flush the cooling system

Every year ( All

routines

mentioned in 500

Hrs)

Cooling system coolant

sample (level 2)

- Submit the sample for level 2 analysis

Every 6000 hrs/

03 years( All

routines

mentioned in 500

Hrs)

Cooling system coolant

extender (ELC)

- Add supplement coolant additive / Cat (ELC) extender

(iii.) Water Jets.

Time interval Equipment Actions to be carried out

Weekly visit

Oil level -Check the oil level in the control panel also directly oil level

transducer pipe

Water leakage -Check for the leakage of water through the impeller shaft

mechanical seal

Electrical linkage systems -Check each linkage like throttle, deflectors, clutch and the

weed rake screen controls for the movement of relevant part.

Complete system -Check for oil leakage, abnormal noise, vibrations and warning

light indicators.

Oil pressure -Check hydraulic clutch oil pressure value (not less than 25bar)

by pushing engine throttle.

Gauges -Check the following gauges and calibrate if required

- temperature gauge

- Oil level gauge

- Pressure gauge

Jet oil filter cartridges -First 50 hrs replace the jet oil filter

Every 250

hrs(Including

routines mentioned

in weekly visits)

Jet oil -Change jet oil every 250 hrs and every 400 hrs

Jet oil filter cartridges -First 50 hrs replace the jet oil filter

Every 04

months(Including

routines mentioned

in 250 hrs)

Anodes -Check for wear status of anodes and replace if required

Hull -Check for hull, weed rake screen, water jet duct is not

obstructed by weeds/ sea organisms

Jet oil -Assisting in Changing jet oil every 250 hrs and every 400 hrs

Jet oil filter cartridges -First 50 hrs replace the jet oil filter and thereafter every 250

hrs.

RAM -Check steering deflector RAM

-Check reversing deflector RAM

Suction line -Check Grid

-Check Suction Line

(iv.) Diesel Generator.

Time interval Equipment Actions to be carried out

Weekly visit Engine Coolant Check if required Refill

Electrical equipment Check indicators

Engine Oil Check for engine oil level

Engine Speed control Check and Adjust the governor lever and engine speed control

if required

Fuel Check and refill fuel tank level

Fuel filter Check fuel filter for foreign materials and clean the mesh if

required

Water separator Check water separator and clean the mesh if required

Complete engine Overall visual check

11 of 32

Electrical Parts Check wiring

Check battery and its maintenance

Mechanical Parts Check all pipe lines

Check drive lines and oil seals

Retighten any loose nuts and bolts

Every 50 hrs

(Including routines

mentioned in

weekly visit)

Cooling system Check and clean the radiator fins

Cooling Fan V belt Adjust the cooling fan V belt tension

Battery Check for the Charge in the battery

Engine Oil Drain and refill the engine oil

Engine Oil Filter In the first 50 hrs replace the engine oil filter, thereafter every

250 hrs.

Fuel and water separator Darin and clear the water separator if there are contaminants

such as water collected in the bottom of the cup

Every 250 hrs

(Including routines

mentioned in 50

hrly)

Cooling Fan V belt Adjust the cooling fan V belt tension

Engine Oil Drain and refill the engine oil

Engine Oil Filter replace the engine oil filter

Engine Speed control Check and Adjust the governor lever and engine speed control

Fuel Tank

Drain the fuel tank by removing the fuel cap and drain plug to

drain the contaminants from the bottom of the tank.

Check for leaks

Air cleaner element

Check and clean the air filter element

Replace the element with new one if it is damaged excessively

dirty or oily.

Every 500 hrs

(Including routines

mentioned in 250

hrly))

Fuel filter Replace the fuel filter

Water separator Check water separator and clean the mesh if required

Air cleaner element Replace Air element

Every 1000 hrs

(including routines

mentioned in 500

hrly)

Cooling system Drain, flush and refill the cooling system with new coolant

Cylinder head Inform OEM to adjust intake and exhaust valve clearance

(v.) Hull

Time interval Equipment Actions to be carried out

Weekly visits FIC Structure

- Check for any deformity/ damage and repair.

- Check nuts and bolts of hand rails, tighten if necessary.

- Inspection of rubber coaming and to carry out repairs if

any damage exists.

- Inspection of GRP and to carry out repairs if any.

- Check all doors, escape hatches and to carry out repairs if

required.

- Serviceability checks of electric toilet.

Check all the fittings in wheel house, fwd cabin, aft cabin

Monthly visits (All checks mentioned in weekly visits)

Note:- All minor damages to FRP Hull have to be attended and rectified as part of contract. Servicing/ replacement of life-raft, servicing

of firefighting equipment, GRP repairs involving minor damages (damage less than one square Meter area) and repairs on stern

protection guard.

(vi.) Navigational Equipment.

(vii.) Communication Equipment.

Weekly visits All communication equipment {Long range acoustic device

(LRAD)}, HF radio set, Marine VHF radio.

- Check serviceability of all and

check operation

Monthly visits (All checks mentioned in weekly visits)

(viii.) Electrical Fittings.

Weekly visits

All navigational equipment (Radar, Echo sounder, GPS with

chart plotter, AIS, Multi function display, EM log, solid state

Gyro, Magnetic compass, Portable GPS, Optical (Day/ Night)

Surveillance Tracker and Recorder System, Window Wipers &

Associated Control System, Electric Remote Controlled Search

Light, Alert Light, Electric Marine Horn.

- Check Serviceability of all and check

for operation.

Monthly visits (All checks mentioned in weekly visits)

12 of 32

Weekly visits Light fittings and lamp

- Check all light fittings and change lamps if required.

- Maintain proper electrical hygiene.

- Proper monsoon precautions and to provide water tight sealing

for all glands on upper decks.

- Check the serviceability of microwave oven and refrigerator.

Monthly visits (All checks mentioned in weekly visits)

(ix.) Monthly Control Visits.

System Equipment Actions to be carried out

Fuel Fuel Tanks -Check and clean fuel tanks

Sensors All Sensors -Check serviceability of all sensors

Bilge Engine Room -Check the bilge level is ok

Fuel Filters -Drain all filters/ change if necessary

Fresh Water system Pump -Perform one preventive functioning ops

Bilge System Bilge -Clean the bilge

Fuel System Tank -Drain the fuel tank

Fire Control system and

all valves

FM 200 -Serviceability Check and operation

Fuel System Fuel/ Water separator Filter -Drain the filters

Fresh water System Pump -Perform one preventive functioning ops

Grey Water Filter -Clean the filter

Black water system Pump -Perform one preventive functioning operation

Fire System Pump -Perform one preventive functioning ops

Bilge System Pump -Perform one preventive functioning ops

Bilge System Level Contractor -Perform one preventive functioning ops

Air conditioning Filter -Perform one preventive functioning ops

Seawater System Valve -Operate all valves

Generator Generator -Bleed the fuel system

(if encountering hard starting)

Generator Filter -Check and clean

Seawater System Filter -Check and clean

Fire extinguishers AFFF- 02

CO2 - 02

DCP - 01

-Check serviceability

All motors and pump

assembly fitted

Fresh water pump

Black water pump

Anchor motor

Sea water pump for AC

Engine room blowers

AC blowers

-Check serviceability

(d) As part from the above mentioned routine maintenance, the firm will also be responsible for the following:-

(i) Timely maintenance as per routine promulgated by the OEM in technical documentation or as prescribed by the Indian

Navy at later stage, however all the spares (to carry out the routines) have to be provided by the firm. Indian navy will not be

providing any spares for carrying out the routines as per the technical manual.

(ii) Repairs in cases occurring due to sailing conditions in the harbor including floating objects, fishing nets etc.

(e) Repairs on defective equipment/ major routines are to be undertaken only through the Original Equipment Manufacturer (OEM)

or its authorised reps in India.

(f) Serviceability and operational checks of all ventilation blowers, fire main pump with associated pipelines, A/C sea water pump,

Bilge pumps and Anchor and capstan motor system. Timely alignment of shaft system through OEM.

(g) AMC will be concluded for 04 in no. Naval FIC boats (T- 216, T-217, T- 218 AND T- 219) all their equipment and components for

a period of one year from the date of signing of agreement. The maintenance contract will also include HULL and associated spares to carry

out routines/ defect rectification.

(h) The FIC need to be hoisted every six months for underwater checks, applying antifouling paint, checking and replacing anodes if

required and underwater hull cleaning. The contractor is responsible for hiring crane every six months (i.e. two times during the period of

contract). Cradles and assistance for hoisting will be provided by Navy. The customer will make all efforts to provide at least two boats for

under water maintenance at one hoisting. The hoisting of boats is scheduled at Karwar, Karnataka on mutually agreed dates.

Note:- Serviceability checks for load testing of all the accessories used for hoisting of the FIC boats i.e. Steel Wire rope, Shackle, Deck eye,

Tradle (Four leg separator) to be carried out and a certificate supporting the same must be produced prior hoisting of the FIC boats.

13 of 32

(j) Two-Bid System. In respect of TWO-BID SYSTEM, Bidders are required to furnish clause by clause compliance of

specifications bringing out clearly the deviations from specification, if any. The Bidders are advised to submit the compliance statement in the

following format along with Technical Bid.

Para of RFP

specifications

item-wise.

Specification of

items offered.

Compliance to RFP specification-

whether Yes / No.

In case of non-compliance, deviation from RFP to

be specified in unambiguous terms.

(k) AMC will be comprehensive which covers routine maintenance that will include OEM assistance for maintenance and also for

defect rectification during the effective period of the contract. The bidder (undertaking AMC) will be responsible for their visit, payments and

other requirements for OEM. Gate pass/ security clearance will be provided by Indian Navy with prior intimation.

2. Safety Regulations –Annexure 1 to Enclosure II

14 of 32

ANNEXURE 1 TO ENCLOSURE II OF RFP

SAFETY REGULATIONS

General 1. The Contractor will be under an obligation to take safety measures in relation to the type of services or work undertaken and must conduct

himself, manage his work force and carry out his operation in such a way as to comply at all times with obligations and duties under the appropriate

health and safety legislations, Safety orders and all enactments made under authority of that legislation and all other enactments in force from time to

time relating to health and safety matters. The contractors will also adhere to the following:

Specific Safety Requirements

2. The Contractor must ensure compliance with safety regulations commensurate with the nature and extent of the services or work.

2.1 Clearance Prior Commencement of Work. Written permission of the concerned Officer is to be taken on standard format prior work

e.g. Hot Work clearance with confirmation on presence of fire sentry (prior commencement of hot work), Gas Free certification prior entry to confined

spaces, negative radar transmission prior working on masts etc. Communication sets must be sought from ship staff on temporary loan to avoid

mistakes arising from inadequate/improper communication between ship’s crew and supervisor of contractor.

2.2 Protective Equipment. Wearing of PPE such as safety helmets, safety shoes, hand-gloves, safety goggles/glasses, lifelines while

working at heights, life-jackets etc by all personnel working in the premises is compulsory and is to be strictly ensured, the responsibility resting with

the contractor on whom the order has been placed. The Contractor must provide at his own expense all protective clothing, safety equipment and first

aid boxes/stretchers required by his personnel to comply with the safety and health regulations and ensure that they are being used.

2.3 Electrical Equipment. Contractor is to ensure that all portable electrical equipment with sound earthing with proper plugs for

connection. No temporary connections are to be used.

2.4 Gas Cutting Equipment. Gas cutting equipment must have hoses without cuts and defects, flash-back arrestors (both at cylinder and

torch end). Cylinders being used should have been tested as per the relevant periodicity requirement of relevant specifications.

2.5 Staging. Staging erected for the purpose of undertaking work must be sound providing safe and barricaded work platform to ensure safety

of personnel.

2.6 Housekeeping. Before starting, during working and on completion of work the area of work and its surroundings are to be

periodically cleared by the contractor of all inflammable material, residue of work etc to ensure safe and clean working environment at all times.

2.7 Qualification of Personnel. The personnel employed must be qualified medically fit and in sound condition for the work they are being

employed and are to work under the supervision of qualified personnel.

2.8 Lifting Appliances. The lifting slings or lifting equipment used must be duly tested and certified for the load being lifted.

Observations of the Unit

3. The Contractor must cooperate fully with the unit and comply with any directions from the unit management or any regulatory authority,

should any of them consider there to be a safety hazard and request the Contractor therefore to alter his mode of operation.

Compensation

4. The Contractor shall be liable to compensate for the damages of his personnel/ machinery and to the man, material and machinery of the yard,

due to any unsafe acts or condition created by him or his employees or by machinery's used therein while executing of contract or otherwise.

Reporting of Accident

5. The Contractor must report immediately to the contracting authority of the NOIC (Karnataka)/ Sagar Prahari Bal (Kar) all incidents,

accidents, injuries or near misses arising from performance of the services or work, giving full details of the relevant incidents together with such other

information that the unit may require. The unit shall have the right to carry out investigations of such incidents and the Contractor shall render such

assistance to the unit management required in such investigations.

ENCLOSURE III OF RFP

PART III

STANDARD CONDITIONS OF CONTRACT

TABLE OF CONTENTS

ARTICLE NO. DESCRIPTION

ARTICLE 1 - DEFINITION AND ABBREVIATION

ARTICLE 2 - EFFECTIVE DATE AND OPERATION OF CONTRACT

ARTICLE 3 - SCOPE OF CONTRACT

ARTICLE 4 - CONTRACT PRICE AND TERMS OF PAYMENT

ARTICLE 5 - TAXES AND DUTIES

ARTICLE 6 - ADVANCE BANK GUARANTEE

ARTICLE 7 - PERFORMANCE BOND

ARTICLE 8 - DURATION AND DELIVERY

ARTICLE 9 - LIQUIDATED DAMAGES

ARTICLE 10 - RISK AND EXPENSE CLAUSE

ARTICLE 11 - QUALITY AND INSPECTION

ARTICLE 12 - WARRANTY & WARRANTY BOND

ARTICLE 13 - GENERAL TERMS AND CONDITIONS

ARTICLE 14 - INDEMNITY & INSURANCE

ARTICLE 15 - SECURITY

ARTICLE 16 - FORCE MAJEURE

ARTICLE 17 - TERMINATION OF CONTRACT

ARTICLE 18 - LAW

ARTICLE 19 - ARBITRATION

ARTICLE 20 - PENALTY FOR USE OF UNDUE INFLUENCE

ARTICLE 21 - AGENTS/AGENCY COMMISSION

ARTICLE 22 - NON DISCLOSURE OF CONTRACT DOCUMENTS

ARTICLE 23 - NOTICES

15 of 32

ARTICLE 24 - AMENDMENTS

ARTICLE 25 - NOTICES & COMMUNICATIONS

ARTICLE 26 - INTERPRETATION

ARTICLE 27 - SIGNATURE AND WITNESSING BY PARTIES

ANNEX No. - DESCRIPTION

ANNEX 1 SCOPE OF WORK (DEFECT LIST WITH ITEMISED COST)

ANNEX 2 BREAKDOWN OF CONTRACT PRICE

Contract No. 637/SPB/SLN/1

Date : Apr 16

PREAMBLE

THIS Contract is made and entered into at Sagar Prahari Bal (Kar) at Karwar, on ____this day of the month Jun in the year Two Thousand and Sixteen

BETWEEN

The President of India represented by The Officer-in-Charge Sagar Prahari Bal (Karwar) (hereinafter referred to as the CUSTOMER), which

terms, unless excluded by the context, shall be deemed to include his successor or successors and permitted assignees, ON THE FIRST PART AND

M/s___________________________________________________________________________, here in after referred to as the CONTRACTOR,

which expression shall include their Administrator, Executors, Successors and Assignees, ON THE SECOND PART And where as the CUSTOMER

agrees to deliver /permit Sagar Prahari Bal (Kar) to the CONTRACTOR for undertaking Annual Maintenance Contract for Maintenance of

Srilankan FIC boats (Qty 04) for a Period of one (01) years and to take delivery Officer-in-Charge SPB (Karwar) from the CONTRACTOR after

successful Annual Maintenance Contract for Maintenance of Srilankan FIC boats (Qty 04) at Naval Base (Kar) for a Period of One (01) year.

The CUSTOMER and the CONTRACTOR, being hereinafter referred to as "Party" or "Parties".

It is now agreed by and between both the parties hereto as follows:

ARTICLE 1 - DEFINITIONS AND ABBREVIATIONS

1.1

i. DEFINITIONS

The following words and expressions in this Contract including its Annexes shall have the meanings as hereinafter defined unless the context

requires otherwise:

Actuals The term Actuals, related to payment, shall mean all expenses, inclusive of those incurred towards associated cost elements such as all

taxes, duties & levies, freight, insurance and clearance charges incurred by the CONTRACTOR and computed at the prevailing

exchange rate wherever applicable, at the time of release of payments by the CONTRACTOR to the OEMs. Additionally handling and

/ or service charges and remuneration payable to the CONTRACTOR (not exceeding 7.5% of the basic cost exclusive of taxes, duties,

freight. Insurance and clearance charges) shall be applicable on such Actual expenses as per the terms of this Contract.

Article Any Article of this Contract or partial Article with separate marginal number as referred to anywhere in the wording of this Contract

and / or its Annexes.

Certificate

of

Acceptance

The Certificate to be signed jointly by the representatives of the CONTRACTOR and the CUSTOMER on the Date of Delivery of the

Ship as set out in Article 8.1.1 and Annex 1 of this Contract.

Contract Shall mean this Contract including its Preamble, Articles 1 to 27 and Annexes 1 to 2 herein, and all amendments, changes, alterations

and modifications made to this Contract.

Material The term Material shall mean all equipment, fittings, finished / semi finished products, spares, consumables, Yard material, items, sub-

assemblies/assemblies, documentation etc. required for the removal, repair & refurbishment, refit/installation and testing of any part of

the work being undertaken by the CONTRACTOR (and/or by his Subcontractors on his behalf) as per scope of his work defined in this

Contract, upto to completion of the guarantee period and liquidation of his outstanding liabilities.

COA Agency assigned by the Competent Financial Authority on behalf of the President of India to conclude the contract and operate in

accordance with Article 2.1

Month Any calendar month, as defined in the Gregorian Calendar, or any period of 30 consecutive Days

Year Year starting from the 1st January and ending on 31st December or any period of 12 consecutive Months, as the case may be.

1.2 ABBREVIATIONS

The following words and abbreviations in this Contract including its Annexes shall have the meanings as hereinafter defined unless the context requires

otherwise:-

B & D Spares Base & Depot Spares.

DCD Dockyard Completion Date

FAT Factory Acceptance Trials

HAT Harbour Acceptance Trials

SAT Sea Acceptance Trials

MoD Ministry of Defence

OBS On Board Spares

PAC Proprietary Article Certificate

OEM Original Equipment Manufacturer/ Firm accorded PAC

TEC Technical Evaluation Committee

CNC Contract Negotiation Committee

R&R Remove and Refit

STW Setting To Work

COA Contract Operating Authority

ABER Anticipated Beyond Economical Repairs

A's & A's Additions and Alterations

16 of 32

QAP Quality Assurance Plan

ARTICLE 2 EFFECTIVE DATE AND OPERATION OF CONTRACT 2.1 It is hereby agreed and declared that the powers and functions of the CUSTOMER under this Contract shall be exercised by The Officer-in-

Charge SPB (Karwar) (COA).

2.2 The Effective Date of Contract is______Jun 16. The Contract commences from the Effective Date of Contract.

ARTICLE 3 SCOPE OF CONTRACT

3.1 Work & Services Contracts.

3.1.1 It is expressly understood and agreed between the CUSTOMER and the CONTRACTOR that this is a repair, refit and services Contract.

3.2 Scope of Work.

3.2.1 The Annual Maintenance Contract for Maintenance of the Srilankan FIC boats (Qty 04) at Karwar for a Period of One (01) Year is to

be completed in accordance with the terms, conditions and provisions of this Contract, as detailed in the following Articles.

3.2.2 The Scope of Work with itemised cost is placed at Annex 1 and Annex 2 of this Contract.

3.3 Removal and Refitting of Items

3.3.1 In the event of the requirement to remove the existing machinery being part of engine/ DAs/ associated pumps, control panels, electronic &

communication equipments, light fittings, piping, trunking, valves, electrical cables, junction boxes, lagging, paneling, obstructions, protrusions,

foundations, etc. falling in the way of repairs, temporarily to facilitate completion of Scope of Work, the CONTRACTOR shall reinstall the same as

per drawings, amendments thereto and to the satisfaction of the CUSTOMER. All work associated with this Article forms an integral part of Scope of

Work specified in Article 3.2.

3.3.2 Electrical cables in way of repairs, if required, are to be covered adequately for protection against accidental mechanical / fire damage, by the

CONTRACTOR. Damages caused during the execution of the work by the CONTRACTOR or his Sub Contractors are to be made good by the

CONTRACTOR at his cost.

3.3.3 All pipe lines, machinery, equipment and fittings which are not required to be taken out of the FIC boats are to be properly covered/ secured

to ensure they are not damaged during the course of the DI/ DR or routines/ refit. Damages caused during the execution of the work by the

CONTRACTOR or his Sub Contractors are to be made good by the CONTRACTOR at his cost.

3.4 Change in Scope of Work

3.4.1 Notwithstanding the scope of work specified in Article 3.2 and 3.3.1, the CUSTOMER shall have the right to modify the Scope of Work

during the execution of the Contract. The necessity for repairs/ renewals/ replacements other than those presently included in the Scope of Work may

arise during the inspection/ survey/ repair. All such work as also consequential work (rework) required to be done by the CONTRACTOR along with

work arising out of items/ drawings supplied by the CUSTOMER shall be treated as Scope of Work.

3.4.2 Such changes in the scope of work and the cost and time implications thereof shall be mutually agreed upon on priority, in writing, before

undertaking such changes in the scope of work. The resultant increase in cost as well as any extension in project duration will be intimated by the

CONTRACTOR and shall be agreed and accepted by the CUSTOMER through mutual negotiations prior to undertaking such changes in Scope of

Work.

3.4.3 In case promulgation of such change in Scope of Work affects the Initial Scope of Work as per Article 3.2 and 3.3 and/or additional Scope of

Work as per article 3.4.1, the cost and time implications due to such changes, shall also be taken in to consideration by both the Parties, while

promulgating the change in Scope of work in accordance with Article 3.3.

3.5 Procurement of Material by the CONTRACTOR

3.5.1 A list of items procured, indicating landed cost which includes cost of materials, freight, insurance, packing/forwarding taxes, duties, clearing

charges etc. together with handling charge will be furnished along with the bill raised by the CONTRACTOR on the basis of Third Party Invoice.

3.5.2 All material and items procured by the CONTRACTOR for Scope of Work, except where specifically indicated that such items are

CUSTOMER supplied, are to conform to the relevant approved and applicable specification (in accordance with Article 10).

3.6 Return of Unused Materiel. All Ferrous scrap arising out of repairs shall be the property of CONTRACTOR. However, non-

ferrous scraps/equipments shall be the property of the CUSTOMER.

3.7 Sub-Contracting.

3.7.1 The CONTRACTOR may subcontract any part of Scope of Work on mutual agreement with the CUSTOMER. The CONTRACTOR can

under no circumstance sub-contract the complete Scope of Work to a Third Party. The CONTRACTOR would be entirely responsible for quality /

standard and timely execution of the sub-contracted work. The CONTRACTOR is to draw up a suitable Quality Assurance (QA) Plan with the Sub-

Contractor and a copy of the same along with Record of Inspection in accordance with such QA Plan shall be submitted to the CUSTOMER.

3.7.2 The supervision of work for the sub-contracted jobs is to be done by the CONTRACTOR. The CONTRACTOR is not permitted to seek

any extension of Completion Date citing delay on the part of Sub- Contractors or re-work arising out of Sub-Contracted work.

3.8 Employment of Service Personnel. The CONTRACTOR shall not employ any service personnel of the (Repair Agency/Service) or on his

own take any assistance either directly or indirectly from any of the workshops / facilities of the (Repair Agency/Service) in the form of men or material

for Scope of Work.

ARTICLE 4 - CONTRACT PRICE AND TERMS OF PAYMENT

4.1 CONTRACT PRICE

4.1.1 This is a Fixed Price Contract for completion of Work specified in Article 3.2 and 3.3. The Contract price is ___________________________

(Rupees__________________) inclusive of applicable taxes. Taxes and Duties shall be paid at actuals on submission of proof of payment. A detailed

breakdown of the Contract price, including applicable taxes and duties (calculated as per the existing rate) is placed at ANNEX - 2 of this Contract

4.1.2 Notwithstanding the provisions contained in Article 4.1.1, the price is subject to revision upon mutual agreement, as and when scope of work

is changed as per Article 3.4, ERV, Changes in Tax Rate, etc

4.2 CHANGE IN CONTRACT PRICES DUE TO PROCUREMENT OF ADDITIONAL/NA SPARES. Notwithstanding the Contract

Price specified in Article 4.1 and as amended vide Article 4.2, the CUSTOMER shall pay for any additional/NA Spares procured by the

CONTRACTOR for Scope of Work based on mutual agreement. Payment shall be made under this Article on the bill raised by the CONTRACTOR

17 of 32

on the basis of Third Party Invoice accompanied by list of items procured, indicating landed cost which includes cost of materials, freight,

insurance, together with handling charge. The Contract Price specified in Article 4.1 and as amended vide Article 4.2, shall further stand amended

to include payment towards such additional/NA Spares.

4.3 PAYMENT TERMS. The Payment Terms for the Contract Price specified in Article 4.1 shall be as follows:-

4.3.1 The customer shall pay the following sum towards AMC charges/preventive maintenance which shall be paid at the end of every three

months period against satisfactory health audit, maintenance Job Sheet/Certificate obtained from the unit i.e. Sagar Prahari Bal within 7 days of

completion of service as indicated . Further the bills need to be submitted to PCDA, Mumbai office. Payment shall be made within 30 days of

submission of bills by Navy. Presently service taxes are exempted for services carried out to Naval Ships as per Ministry Of Finance, Notification

No.25/2012 dt:20nd Jun 2012.

4.3.2 (a) Preventive Maintenance:-

Stage No Activity Definition Stage Payment

I On Work completion of 1st Quarter 25% of contract value for particular year

II On Work completion of 2nd Quarter 25% of contract value for particular year

III On Work completion of 3rd Quarter 25% of contract value for particular year

IV On Work completion of 4th Quarter 25% of contract value for particular year

(b) Breakdown Maintenance/ Repairs on case to case basis:-

Stage No Activity Definition Stage Payment

I On Work completion 100% of individual work order

ARTICLE 5 - TAXES AND DUTIES

5.1.1 The Contract price indicated in Article 4.1 of this Contract is exclusive of all taxes, duties, levies of Central / State authorities, as applicable at

prevailing rates under the extant Government policy for all Materials and services procured by the CONTRACTOR for the Scope of Work. Any

increase on rates during the period of contract shall be paid extra at the time of invoicing. The same shall be reimbursed by the CUSTOMER to the

CONTRACTOR at actuals on submission of documentary proof of payment. The CUSTOMER reserves the right to deny any increase in taxes, duties,

levies, etc. if the delivery period is extended beyond the period specified in Article 8.1.1.

5.1.2 Contract Operating Authority or his nominated representative shall issue appropriate tax exemption/concession certificate(s) on behalf of the

CUSTOMER, to avail tax exemption/ concession, where applicable, as per existing Government policy, rules and regulations in force.

5.2 "END USER" CERTIFICATE. Contract Operating Authority or his nominated representative shall issue the appropriate "End User

Certificate" on behalf of the CUSTOMER, for import of material and services, wherever required by the concerned manufacturer /supplier of equipment

material and services / governmental agency.

ARTICLE 6 ADVANCE BANK GUARANTEE - NOT APPLICABLE

ARTICLE 7 PERFORMANCE BOND.

7.1 Performance Security deposit payable to the purchaser is furnished by the supplier in the form of a Performance Bank Guarantee (PBG)

issued by public sector bank or private sector bank authorized to conduct government business, in the prescribed format within thirty days from the

dated of contract. At present ICICI Balk Ltd., Axis Bank Ltd., and HDFC Bank Ltd. Are the three private sector banks authorized to carry out

government transactions. The performance security deposit is meant to compensate the Purchaser for any loss suffered due to failure of the supplier to

complete his obligations as per the contract. Preferably, performance security is payable by the supplier at the rate of 10% of the contract value. PBG

should remain valid for a period of sixty days beyond the dated of completion of contractual obligations, including warranty. The BG is returned to the

supplier on successful completion of all his obligations under the contract. In case the execution of the contract is delayed beyond the contracted period

and the purchaser grants extension of delivery period, with or without LD, the supplier must get the BG revalidated, if not already valid.

ARTICLE 8 DURATION OF THE DELIVERY

8.1 Duration of Work

8.1.1 The CONTRACTOR shall complete his scope of work specified in Article 3.1 and 3.2 in ______07_______ days from the Effective date

specified in Article 2.1. Delivery by the CONTRACTOR shall be treated as complete on satisfactory HATs/SATs and upon signing of Delivery

Acceptance Certificate (applicable in the case of complete Refit/Repairs of Ships/ Submarines only) OR Completion of Scope of Work and Trails

(applicable in case of Refit/Repairs of Yard Service Assets and partial Refits of Ships / Submarines. The said duration of Refit specified in Article 8.1.1

may be extended on mutual agreement only, with the CUSTOMER shall accept the vessel/asset without imposition of any sort of Penalty / Reduction in

Contract Price.

8.2 Incomplete Work

8.2.1 The CONTRACTOR and the CUSTOMER shall mutually agree on the quantum of incomplete and unsatisfactory work. Cost of such

incomplete work shall be withheld, except where such incomplete work is not attributable to the CONTRACTOR. Payment thus withheld will be made

on completion of such incomplete work, which should in any case be completed within 60 days. If such work is incomplete beyond the specified date,

the same shall be deleted from Scope of Work specified in Article 3.2 with corresponding amendment to Contract Price specified in Article 4.1. The

CUSTOMER reserves the right to levy LD as per Article 9 on such incomplete work.

8.2.2 The CONTRACTOR shall be paid for completion of work specified in Article 8.4.1 only on satisfactory completion and trials.

ARTICLE 9 - LIQUIDATED DAMAGES

9.1 The CONTRACTOR shall be liable to pay to the CUSTOMER Liquidated Damages (LD), and not by way of Penalty, a sum equivalent to

0.5% (zero point five percent) of the unfinished/undelivered/unfulfilled part of Contract for each week of delay beyond duration of Work specified in

Article 8.1, subject to a maximum of 10% (Ten percent) of the Contract Price.

ARTICLE 10 - RISK AND EXPENSE

10.1 Should the stores or any installment thereof not be delivered within the time or times specified in the contract documents, or if defective

delivery is made in respect of the stores or any installment thereof, Customer shall after granting the Contractor 45 days to cure the breach, be at liberty,

18 of 32

without prejudice to the right to recover liquidated damages as a remedy for breach of contract, to declare the contract as cancelled either wholly or to

the extent of such default.

10.2. Should the stores or any installment thereof not perform in accordance with the specifications / parameters provided by the CONTRACTOR

during the check proof tests to be done in India, Customer shall be at liberty, without prejudice to any other remedies for breach of contract, to cancel

the contract wholly or to the extent of such default.

10.3. In case of a material breach that was not remedied within 45 days, Customer shall, having given the right of first refusal to the

CONTRACTOR be at liberty to purchase, manufacture, or procure from any other source as he thinks fit, other stores of the same or similar description

to make good:-

(a) Such default.

(b) In the event of the contract being wholly determined the balance of the stores remaining to be delivered there under.

10.4. Any excess of the purchase price, cost of manufacturer, or value of any stores procured from any other supplier as the case may be, over the

contract price appropriate to such default or balance shall be recoverable from the CONTRACTOR. Such recoveries shall not exceed 20% of the value

of the contract."

ARTICLE 11 - QUALITY AND INSPECTION

11.1 Quality Assurance & Quality Control

11.1.1 In order to assure the quality of repair/refit and exercise effective control, the work executed by the CONTRACTOR will be in accordance

with CUSTOMERS inspection schedule as applicable followed by preliminary, stage and final inspection. The repair work will be undertaken as per

(specified Standards) and quality norms. Ensuring and maintaining quality will be the responsibility of the Shipyard. (Additional Third Party

Inspection or the Services of Professional Certifying Agencies may be mentioned as applicable in respect of items of special use.) The

CONTRACTOR shall submit a Quality Assurance (QA) Plan as applicable to the scope of work for approval of the CUSTOMER. The approved QA

plan will form the basis for inspection and acceptance of work executed by the CONTRACTOR under this contract.

11.2 Overseeing and Inspection

11.2.1 Necessary tests and inspections of the contracted job shall be carried out by COA/ or his nominated agency. The CONTRACTOR shall give

reasonable notice to the above team reasonably in advance of the date and place of such tests / inspections. COA shall also carry out joint receipt

inspection of the equipment and material procured by the CONTRACTOR / supplied by CUSTOMER. The CUSTOMER's representative shall, during

the repairs / refit invariably attends such tests and inspections as per the QA Plan/Quality Inspection Schedule.

11.2.2 Any non-conformity discovered by CUSTOMER Representative and intimated in writing co-relating relevant documents where

necessary, in Refit or material or workmanship shall be corrected by the CONTRACTOR at his cost, to the full satisfaction of Representative in

accordance with the relevant drawings and specifications. During the repairs / refit of the Ship, until the delivery thereof, the CUSTOMER's

representatives shall be given free and ready access to the Ship/Submarine/Asset and to any other place where related work is being performed, or

materials are being processed or stored, including the yards, workshops, stores and offices of the CONTRACTOR and premises of Subcontractors who

are doing work or storing materials, in connection with the repairs / refit of the Ship/Submarine/Asset. Notwithstanding any provision in this

Article or any other Article in this Contract, the responsibility for the repairs / refit as per the scope of work vide Article 3.2, 3.3 and 3.4 shall

rest with the CONTRACTOR.

ARTICLE 12 - WARRANTY & WARRANTY BOND

12.1 Guarantee

12.1.1 The CONTRACTOR warrants that the repairs carried out under this Contract conform to specifications vide SOR.

12.1.2 The CONTRACTOR shall give guarantee of One year (12 months) for workmanship, material defects for items repaired and One year

(12 months) for new installations/ spares replaced under the contract from the Contract Completion Date. The guarantee clause will also be

applicable to the items repaired by the OEMs / sub contractor of shipyard. Any defects noticed during this guarantee period due to defective / poor

workmanship or sub-standard material shall be rectified free of cost by the shipyard or by the OEMs / sub-contractors under arrangements by the

shipyard.

12.1.3 If within the period of warranty, the repairs reported by the CUSTOMER to have failed to perform as per the specifications, the

CONTRACTOR shall either replace or rectify the same free of charge, within 21 days of notification of such defect received by the CONTRACTOR

provided that the equipment are used and maintained by the CUSTOMER as per instructions contained in the Operating Manual. Record of the

downtime would be maintained by user in logbook. Spares required for warranty repairs shall be provided free of cost by CONTRACTOR.

12.1.4 CONTRACTOR hereby warrants that necessary service and repair backup, during the warranty period of the repair, shall be provided by the

CONTRACTOR at the CUSTOMER's premises.

12.2 Notice for Remedy/Rectification of Defects During Warranty Period shall be in writing and transmitted to each other by the fastest possible

means.

ARTICLE 13 GENERAL TERMS AND CONDITIONS

13.1 Safety of Men: The CONTRACTOR is to ensure adequate safeguards for personnel when employed on work where human risk of

health/injury is involved.

13.2 First Aid: The CONTRACTOR is liable to provide immediate first aid/hospitalisation in case of accident/sudden illness to

personnel.

13.3 Gas Free & Man Entry Certificates, Fire Sentries, Administrative Support to OEMs, Pumping-out Facilities & Removal of Debris/Waste

Material shall be as per Annexure 1 of SOR and as instructed by Customer from time to time.

ARTICLE 14 - INDEMNITY & INSURANCE

14.1 Indemnity. The CONTRACTOR shall indemnify the CUSTOMER against all claims for death or injury caused to any person, whether

workman or not, while engaged in any process connected with the CONTRACTOR's work or for dues of any kind whatsoever, and the CUSTOMER

shall not be bound to defend any claim brought under the Workmen's Compensation Act, 1923 or Payment of Wages Act 1936, or any other statutory

Act or Law in force from time to time and applicable to the said work unless the CONTRACTOR first deposit with the CUSTOMER a sum sufficient

to cover any liability which CUSTOMER may have to incur in relation to such proceedings.

14.2 Insurance. The Contractor shall insure all equipment/spares etc when in transit at his own cost.

ARTICLE 15 - SECURITY

15.1 The CONTRACTOR is bound by the Official Secrets Act 1923 and, in its connection any other statutory Act / Law / Amendment in force and

the information given is to be treated as strictly confidential and is not to be disclosed to any person or persons not concerned therein. The

19 of 32

CONTRACTOR shall be responsible to ensure that all persons employed by him in the execution of any work in connection with this Contract are fully

aware of the provisions of the Official Secrets Act 1923 / Law / Amendment in force and have undertaken to comply with the same.

15.2 The CONTRACTOR shall also ensure secrecy of design, construction, equipment and documentation and shall carry out all or any

instructions given by the CUSTOMER in this respect. Should the CUSTOMER desire to check up the security measures which have been provided, or

will be adopted to achieve security, the CONTRACTOR shall produce necessary evidence to establish the same.

15.3 In giving any information to the Sub-Contractors, the CONTRACTOR shall furnish to the Sub-Contractors only such information as may be

necessary for carrying out the respective work entrusted to them.

15.4 The security of the Ship, men and material in the CONTRACTOR’s premises is the CONTRACTOR's responsibility.

ARTICLE 16 FORCE MAJEURE

16.1 Neither party shall bear responsibility for the complete or partial non-performance of any of its obligations (except for failure to pay any sum

which has become due on account of receipt of goods under the provisions of the present contract), if the non-performance results from such Force

Majeure circumstances as Flood, Fire, Earth Quake and other acts of God as well as War, Military operation, blockade, Acts or Actions of State

Authorities or any other circumstances beyond the parties control that

have arisen after the conclusion of the present contract.

16.2 In such circumstances the time stipulated for the performance of an obligation under the present contract is extended correspondingly for the

period of time of action of these circumstances and their consequences.

16.3 The party for which it becomes impossible to meet obligations under this contract due to Force Majeure conditions, is to notify in written

form the other party of the beginning and cessation of the above circumstances immediately, but in any case not later than 10 (Ten) days from the

moment of their beginning.

16.4 Certificate of a Chamber of Commerce (Commerce and Industry) or other competent authority or organization of the respective country shall

be a sufficient proof of commencement and cessation of the above circumstances.

16.5 If the impossibility of complete or partial performance of an obligation lasts for more than 6 (six) months, either party hereto reserves the

right to terminate the contract totally or partially upon giving prior written notice of 30 (thirty) days to the other party of the intention to terminate

without any liability other than reimbursement on the terms provided in the agreement for the goods received.

ARTICLE 17 TERMINATION OF CONTRACT

17.1 Customer shall have the right to terminate this Contract in part or in full in any of the following cases:-

17.1.1 The delivery of the material is delayed for causes not attributable to Force Majeure for more than 2 months) after the scheduled date of

delivery.

17.1.2 The Contractor is declared bankrupt or becomes insolvent.

17.1.3 The delivery of material is delayed due to causes of Force Majeure by more than 3 months provided Force Majeure clause is included in

contract.

17.1.4 Customer has noticed that the Contractor has utilized the services of any Indian/Foreign agent in getting this contract and paid any

commission to such individual/company etc.

ARTICLE 18 LAW

18.1 The Contract shall be considered and made in accordance with the laws of the Republic of India. The contract shall be governed by and

interpreted in accordance with the laws of the Republic of India.

ARTICLE 19 ARBITRATION

19.1 All disputes or differences arising out of or in connection with the present contract including the one connected with the validity of the

present contract or any part thereof should be settled by bilateral discussions.

19.2 Any dispute, disagreement of question arising out of or relating to this contract or relating to construction or performance (except as to any

matter the decision or determination whereof is provided for by these conditions),which cannot be settled amicably, shall within sixty (60) days or such

longer period as may be mutually agreed upon, from the date on which either party informs the other in writing by a notice that such dispute,

disagreement or question exists, will be referred to a sole Arbitrator.

19.3 Within sixty (60) days of the receipt of the said notice, an arbitrator shall be nominated in writing by the authority agreed upon by the parties.

19.4 The sole Arbitrator shall have its seat in New Delhi or such other place in India as may be mutually agreed to between the parties.

19.5 The arbitration proceedings shall be conducted under the Indian Arbitration and Conciliation Act, 1996 and the award of such Arbitration

Tribunal shall be enforceable in Indian Courts only.

19.6 Each party shall bear its own cost of preparing and presenting its case. The cost of arbitration including the fees and expenses shall be shared

equally by the parties, unless otherwise awarded by the sole arbitrator.

19.7 The parties shall continue to perform their respective obligations under this contract during the pendency of the arbitration proceedings except

in so far as such obligations are the subject matter of the said arbitration proceedings.

(Note - In the event of the parties deciding to refer the dispute/s for adjudication to an Arbitral Tribunal then one arbitrator each will be appointed by

each party and the case will be referred to the Indian Council of Arbitration (ICADR) for nomination of the third arbitrator. The fees of the arbitrator

appointed by the parties shall be borne by each party and the fees of the third arbitrator, if appointed, shall be equally shared by the buyer and

Contractor).

ARTICLE 20 PENALTY FOR USE OF UNDUE INFLUENCE

20.1 The Contractor undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward,

commission, fees, brokerage or inducement to any person in service of the Customer or otherwise in procuring the Contracts or forbearing to do or for

having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the Government of

India for showing or for bearing to show favour or disfavor to any person in relation to the present Contract or any other Contract with the Government

of India. Any breach of the aforesaid undertaking by the Contractor or any one employed by him or acting on his behalf (whether with or without the

knowledge of the Contractor) or the commission of any offers by the Contractor or anyone employed by him or acting on his behalf, as defined in

Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for the prevention of corruption shall

entitle Customer to cancel the contract and all or any other contracts with the Contractor and recover from the Contractor the amount of any

loss arising from such cancellation. A decision of Customer or his nominee to the effect that a breach of the undertaking had been committed shall

be final and binding on the Contractor. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Contractor

towards any officer/employee of the Customer or to any other person in a position to influence any officer/employee of Customer for showing any

20 of 32

favour in relation to this or any other contract, shall render the Contractor to such liability/ penalty as the Customer may deem proper, including but not

limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Customer.

ARTICLE 21. AGENTS / AGENCY COMMISSION:

21.1 The Contractor confirms and declares to the Customer that the Contractor is the original manufacturer of the stores/provider of the services

referred to in this Contract and has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to

recommend to the Government of India or any of its functionaries, whether officially or unofficially, to the award of the contract to the Contractor; nor

has any amount been paid, promised or in tended to be paid to any such individual or firm in respect of any such intercession, facilitation or

recommendation. The Contractor agrees that if it is established at any time to the satisfaction of the Customer that the present declaration is in any way

incorrect or if at a later stage it is discovered by the Customer that the Contractor has engaged any such individual/firm, and paid or intended to pay any

amount, gift, reward, fees, commission or consideration to such person, party, firm or institution, whether before or after the signing of this contract, the

Contractor will be liable to refund that amount to the Customer. The Contractor will also be debarred from entering into any supply Contract with the

Government of India for a minimum period of five years. Customer will also have a right to consider cancellation of the Contract either wholly or in

part, without any entitlement or compensation to the Contractor who shall in such an event be liable to refund all payments made by Customer in terms

of the Contract along with interest at the rate of 2% per annum above LIBOR rate. Customer will also have the right to recover any such amount from

any contracts concluded earlier with the Government of India.

ARTICLE 22 NON DISCLOSURE OF CONTRACT DOCUMENTS

22.1 Except with the written consent of Customer/ Contractor, other party shall not disclose the contract or any provision, specification, plan,

design, pattern, sample or information thereof to any third party

ARTICLE 23 NOTICES

23.1 Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by

FAX, Telex, Cable or registered pre-paid mail/airmail, addressed to the legal address of the party.

ARTICLE 24 AMENDMENTS

24.1 No provision of present Contract shall be changed or modified in any way (including this provision) either in whole or in part except by an

instrument in writing made after the date of this Contract and signed on behalf of both the parties and which expressly states to amend the present

Contract

ARTICLE 25 NOTICES AND COMMUNICATION

25.1 Address for notice /communication: The legal addresses of the Parties for the purpose of Notice/Communication are as follows:-

Customer: The Officer-in-Charge Sagar Prahari Bal (Karwar) c/ o Navy office, Naval Base, Karwar 581308

Contractor: M/s___________________________________________________________________________

25.2 Language. Any and all notices and communication in connection with this Contract shall be in English language.

ARTICLE 26 - INTERPRETATION

26.1 This Contract shall be governed by the laws of Republic of India.

26.2 In the event of any conflict or discrepancy between the provisions of any Article to this Contract and any Annex thereof, the Article of this

Contract shall prevail.

26.3 This Contract constitutes the entire agreement between the CUSTOMER and the CONTRACTOR

26.4 Any amendment to this Contract and its Annexes shall be in writing and signed by both Parties.

26.5 In the event of any conflict with respect to specification/drawing/existing practices, the order of precedence for acceptance would be as follows:-

(a) THE CUSTOMER APPROVED DRAWING

(b) SPECIFICATION VIDE SCHEDULE OF REQUIREMENTS

(c) THE CUSTOMER'S DECISION

26.6 The failure of either Party to enforce any provision of this Contract shall not be considered as a waiver of such provision or the right of such

Party thereafter to enforce the same.

21 of 32

ARTICLE 27 - SIGNATURE AND WITNESSING BY PARTIES

This Contract is signed on_______ day of the month of Jun the Year Two Thousand Sixteen in two (2) originals of the same wording, one (1) for the

CUSTOMER and one (1) for the CONTRACTOR. The Annexes listed in Table of annexure and forming an integral part of this Contract are signed

under same circumstances.

FOR AND ON BEHALF OF

M/S _________________________________

THE CONTRACTOR

(_______________________________________)

REPRESENTATIVE OF CONTRACTOR

Dated _________Apr 16

FOR AND ON BEHALF OF

PRESIDENT OF INDIA

THE CUSTOMER

(_______________________________________)

(D P Singh)

Commander

O i/c SPB (Karwar)

REPRESENTATIVE OF CUSTOMER

Dated ___________Apr 16

In the presence of

1.____________________________________________

Name : _______________________________________

Designation:___________________________________

2.____________________________________________

Name : _______________________________________

Designation:___________________________________

In the presence of

1.____________________________________________

Name : _______________________________________

Designation:___________________________________

2.____________________________________________

Name : _______________________________________

Designation:___________________________________

ii Distribution

1. AO (Navy), Karwar under PCDA (Navy) One Ink Signed Copy

2. The Naval Officer -in-Charge (Karnataka)

22 of 32

ANNEX- 1 TO ENCLOSURE III

Annual Maintenance Contract for Maintenance of Srilankan FIC boats (Qty 04) at Naval Base Karwar for a Period of One (01) Year

Schedule A:- SOW for Preventive Maintenance

(i) Undertake the routines of the equipment as prescribed by OEM and provided by Indian Navy as per maintops at Naval Base (Kar). The firm

would also include operational checks of system parameters and undertake adjustment where needed. The amplified SoW is mentioned below :-

(a) Annexure A - Maintenance schedule.

2. The firm is to furnish detailed report of the routines carried out, DI/ DR involved (if any). The firm must also undertake all the major defects

that occur. These major defects would be part of the breakdown maintenance.

3. The details of equipment fitted along with OEM details are as appended below:-

(a) The details of the Equipment along with OEMs is as appended below:-

S. No. Equipment Make Model

(i) Main Engine Caterpillar C 18 ( T2P1 Up Engine)

(ii) Water Jet Castoldi TD 400 HC

(iii) Diesel Generator Kohler 11 EFOZD

(iv) Emergency Generator Kohler KK04F

(v) Air-Condition Aqua Air SSIG-10CK & SSIG -16CK

(vi) AC seawater pump Aqua Air NA

(vii) Bilge Pump Jabsco 16 A

(viii) Freshwater pump Jabsco 326000094

(ix) Waste Pump (Black Water) Jabsco 50890-1100

(x) Electric Toilet Jabsco 37045-0094

(xi) Grey Water Sump with pump Jabsco 98A-24

(xii) Auto/ Manual fire extinguisher Sea-Fire FM -200 fire suppression and fire detection

system

(xiii) Engine Blower (Stbd & Port) Gianneschi C-25

(xiv) Electrical Clutch Pump Jabsco 50580-2101

(xv) Radar Raymarine RD242HD

(xvi) Multifunction Display Raymarine MFD C127

(xvii) Magnetic Boat Compass Ritchi F-82

(xviii) Portable GPS Garmin e-TREX

(xix) GPS Antenna with chart plotter Raymarine Ray Star 123

(xx) AIS (Automatic Identification

System)

Raymarine A 950

(xxi) Echo Sounder Raymarine MFD A1

(xxii) EM Log Blind Anthea EM log

(xxiii) Optical (Day/ Night)

Surveillance Tracker and

Recorder System

Vigy Observer (Safran-

Sagem)

3300454284-S10-000-04

(xxiv) Long Range Acoustic Device

(LRAD)

LRAD Corporation 300 X-RE-G

(xxv) Communication Sets

(Practical HF radio system)

Barrett communications

Pvt. Ltd

PRC 2090

(xxvi) Solid State Rate Gyro Compass Maretron, LCC SSC 200

(xxvii) Marine VHF Radio Raymarine RAY 218E & RAY 55E

(xxviii) Window Wipers & Associated

Control System

B.Hepworth and company

Ltd

20Nm Medium duty window wiper

(xxix) Electric Remote Controlled

Search Light

Jabsco 62022-4-SERIES

62026-4-SERIES

62040-4-SERIES

62042-4-SERIES

(xxx) Alert Light Raymarine L101-Xenon Beacon Alert Light

(xxxi) Electric Marine Horn Vetus M-24D

(xxxii) Bilge pumps (05) Jabsco NA

(xxxiii) Refrigerator Isotherm NA

(xxxiv) Microwave Oven Kenwood NA

(xxxv) Motorola (05) GP 338 VHF portable set

Note: - Certificates from OEMs of Caterpillar for Main Engine, Kohler for DG, Castoldi for water Jet, Aqua Air for AC and Ray Marine for

Radar and Echosounder and Sagem for OSS camera has to be produced for technically qualifying.

23 of 32

4 The mandatory spares required for undertaking routines of the critical equipment e.g. Main engines, DAs and water jet is appended below.

The spares must be procured by the firm in order to undertake the preventive maintenance.

(b) Caterpillar C 18 Main Engines

S. No. Patt no. Description Qty

(i) 6L-2280 Zinc Rod 04

(ii) 237-1936 Zinc Rod 04

(iii) 5B-9651 PLUG-ZINC (AUXILIARY SEA WATER LINES) 02

(iv) 6L-2281 Plug Zinc 02

(v) 1777375 / 2517222 Element –air filter 03

(vi) 1R1808 Filter - Oil 12

(vii) 1R0749 Fuel filter 12

(viii) 274-7913 FILTER ELEMENT AS-AIR (CRANKCASE

VENTILATION) 03

(ix) 277-9758/277-9759 bearing for pump 02

(x) 284-5561 repair kit for pumps 02

(xi) Element Filter Element For Strainer 3" 02

(xii) 129-0372 FILTER AS-WATER SEP & FUEL 10

(xiii) 141-0284 KIT-FUEL FILTER & WATER SEP 10

(xiv) 201-4233 GASKET 02

(xv) 3P-0654 SEAL-O-RING 02

(xvi) 112-1202 SEAL-O-RING 02

(xvii) 6V-4365 SEAL-O-RING 02

(xviii) 7D-7111 SEAL-O-RING 02

(xix) 130-5694 SEAL-O-RING 02

(xx) 8C-3073 SEAL-O-RING 01

(xxi) 150-4104 GASKET 02

(xxii) 6V-3917 SEAL-O-RING 02

(xxiii) 248-5513 REGULATOR-TEMPERATURE (92-DEG

C)(COOLANT) 01

(xxiv) 207-7001 KIT - Impeller (Raw water pump) 02

(xxv) 375-4703 KIT - Impeller (Raw water pump) 02

(xxvi) 296-8389 Impeller 02

(xxvii) 282-0683 Impeller 02

(xxviii) 284-5562

KIT-IMPELLER (RAW WATER PUMP) 02

(xxix) 2517222 Element –air filter 03

(xxx) 279-9884/375-4703 Housing 01

(xxxi) 279-9884/207-7001 Housing 01

24 of 32

(c) Kohler GENSET AND ALTERNATOR

S. No. Patt no. Description Qty

(i) GM 32359

Filter ,oil (each or case of 12 ) B (250 hts) 04

(ii) GM 47465

Filter ,oil (each or case of 12 ) B (250 HTS) 04

(iii) 229826

Impeller 01

(iv) GM24456

AIR CLEANER ELEMENT

02

(v) GM35749 Fuel injectors

01

(vi) GM59333

Kit, Seawater pump 13-23EOZ

01

(vii) GM 256503

Belt(B) 01

(viii) 276141

Belt, V (43.5 in)(B)

01

(ix) 223316

Fuse, 10A, 250V-223316

05

(x) 358337 Fuse,10A,250V-358337 05

(xi) 229051 Pump, Fuel 01

(xii) 344746 Solenoid 01

(xiii) 249872 Switch, High temperature shutoff 01

(xiv) GM28823 Sensor, Temperature 01

(xv) GM30263 Switch, Pressure assembly 01

(xvi) 249865 Gasket, thermostat 01

(xvii) GM41963 Thermostat 01

(xviii) GM28483 SCR Module 01

(xix) GM19778 PCB assembly relay board 24V 01

(xx) ELEMENT Sea water strainer 01

(d) WATER JETS – CASTOLDI

S. No. Patt no. Description Qty

(i) 30000454 OIL FILTER CARTRIDGE HP (change every 300 H) 12

(ii) 30000392 OIL FILTER CARTRIDGE LP (change every 300 H) 12

(iii) 59900400 SET OF ANODES 02

(iv) - PRESSURE GUAGE AND SENSOR SET 01

(v) 59266312 CLUTCH AND GRID PANEL 01

(vi) 59264138 STEERING NOZZLE RAM 01

(vii) 59262219 REVERSING BUCKET RAM 01

(viii) 59264205 OIL LEVEL BLOCK 01

(ix) 59264215 REVERSING DEFLECTOR VDO POSITION SENDER 01

Schedule B:-Breakdown Maintenance for Anticipatory/ Frozen Spare List for Maintenance of FIC boats

1. ON REPORT OF A DEFECT. The firm must undertake defect rectification within 07 days of reporting of defect excluding the day of

reporting. Intimation by fax or e-mail or telephone will be made by SPB (Karwar).

2. List of anticipatory spares required for undertaking breakdown maintenance on ‘as and when required basis’ is as follows:-

(e) FIRE DETECTION SYSTEM - SEA FIRE EUROPE – UK

S. No. Patt no. Description Qty

(i) 130-579 Heat Detector 01

(ii) 130-493 Smoke Detector 01

(iii) 124-237 Horn Strobe 01

(f) LIGHTING - HELLA MARINE - NZ

S. No. Patt no. Description Qty

(i) 2G72642-24V Spare 2G7 Fluorescent Tube 01

(g) NAVIGATION EQUIPMENT - RAYMARINE UK

25 of 32

S. No. Patt no. Description Qty

(i) A80137 GPS Antenna - AIS950, A80137 01

(ii) A80139 Screw Pack- AIS950, A80139 01

(iii) A80140 Panel Mt Bracket- AIS950, A80140 01

(h) ANCHORING SYSTEM - MXP104901, windlass RC12-10, 24V- VETUS- HOLLAND

S. No. Patt no. Description Qty

(i) SP2790 O ring 01

(ii) 3267 Retaining washer 01

(iii) 5015 Bellville washer 01

(iv) SP0178 Cap screw M5 x 16 01

(v) SP0474 Spring washer 01

(vi) SP0413 Washer 01

(vii) SP0158 Cap screw-M8 x 25 01

(viii) SP3519 Plug 01

(ix) SP3518 Bush 01

(x) SP0846 Circlip 01

(j) BILGE SYSTEM - JABSCO - GB

S. No. Patt no. Description Qty

(i) 29276-1000 Repair kit 01

(k) BLACK WATER SYSTEM - JABSO - GB

S. No. Patt no. Description Qty

(i) 90197-0000 Service kit 01

(ii) SK890 Service kit 01

(l) DECK WASHING SYSTEM - JABSCO ELECTRIC CLUTCH PUMP – GB

S. No. Patt no. Description Qty

(i) SW-32111 Switch on-off 01

(ii) SW-M331 Splash proof cover 01

(iii) J20A Fuse ATC, 20A, 32V 01

(m) SWITCHES - BLUE SEA BS8053, Panel H20, 12V DC, GC 6 position vertical – USA

S. No. Patt no. Description Qty

(i) 5217 Fuse 15Amps, 32V, AGC 01

(m) FRESH WATER SYSTEM - JABSCO - GB

S. No. Patt no. Description Qty

(i) 18916-1040 Pressure switch 40 psi 01

(n) FUEL SYSTEM - VETUS - NETHERLANDS

S. No. Patt no. Description Qty

(i) VT33EB Replacement fuel filter element, CE/ABYC,

10 microns, max 190 lph, Red 01

(p) Caterpillar C 18Main Engines

(i) 129-9907 IMPELLER-PUMP 01

(ii) 9M-6527 WASHER-HARD (10.2X25.5X5-MM THK) 01

(iii) 0S-1591 BOLT (3/8-16X1.5-IN) 01

(iv) 1A-1135 BOLT (5/8-11X2-IN) 01

(v) 349-2654 SEAL-WATER PUMP 01

(vi) 153-1256 SEAL-LIP TYPE 01

(vii) 135-4928 SHAFT-WATER PUMP 01

(viii) 5S-0581 WASHER-HARD (17X38X8-MM THK) 01

(ix) 1B-7182 BOLT (5/16-18X1.25-IN) 01

26 of 32

(x) 108-7930 BEARING AS-ROLLER 01

(xi) 136-1107 RETAINER 01

(xii) 207-7001 kit - Impeller (RAW water pump) 01

(xiii) 375-4703 kit - Impeller (RAW water pump) 01

(xiv) 296-8389 Impeller 01

(xv) 282-0683 Impeller 01

(xvi) 284-5561 repair kit for pumps 01

(xvii) 284-5562 KIT-IMPELLER (RAW WATER PUMP) 01

(xviii) 279-9884 Housing 01

(xix) 144-6142 SEAL-INTEGRAL 01

(xx) 205-4832 SEAL-O-RING 01

(xxi) 177-7375 Element –air filter 01

(xxii) 274-7913 FILTER ELEMENT AS-AIR

(CRANKCASE VENTILATION) 01

(xxiii) 2S-4078 SEAL-O-RING 01

(xxiv) 9L-6647 Vee belt 01

(xxv) 194-6725 SENSOR GP-PRESSURE 01

(xxvi) 264-4297 SENSOR GP-TEMPERATURE (FUEL) 01

(xxvii) 218-3840 SENSOR GP-PRESSURE 01

(xxviii) 204-2518 SENSOR GP-LIQUID LEVEL (COOLANT

LOSS) 01

(xxix) 264-4297 SENSOR AS-TEMPERATURE (AIR INLET

MANIFOLD) 01

(xxx) 106-0735 SENSOR GP-TEMPERATURE 01

(xxxi) 163-8512 SENSOR GP-PRESSURE 01

(xxxii) 201-6615 SENSOR GP-SPEED (TIMING,

CRANKSHAFT) 01

(xxxiii) 201-6616 SENSOR GP-SPEED (TIMING,

CAMSHAFT) 01

(xxxiv) 6L-2280 Zinc Rod 01

(xxxv) 237-1936 Zinc Rod 01

(xxxvi) 7E-5076 Zinc Rod 01

(xxxvii) 5B-9651 PLUG-ZINC (AUXILIARY SEA WATER

LINES) 01

(xxxviii) 6L-2281 Plug Zinc 01

Note.1. (i). This maintenance contract is for Annual Maintenance Contract i.e. it covers serials of routines for the individual equipment and the

spares required to carry out the maintenance routines. If there are any major defects that needs to be undertaken then the Provisioning of spare parts,

fitment, installation and proving the system would be undertaken as and when required and undertaking the same will be the responsibility of firm on

chargeable basis.

(ii). Services/ repairs undertaken during AMC will be under warranty for a period of 01 year from the date of service provided.

Note:2. (i). Price in INR is to be clearly indicated against each component.

(ii). The repair/ maintenance agency must make available all spares within 07 days of reporting of defect.

(iii). Any delay thereafter would lead to a penalty of 10 % of cost of spares/ week up to a maximum of 50 % of cost of item.

(iv). Costing of services and spares to be indicated as tabulated below for One Year:

27 of 32

Schedule A:- Service Cost/ Preventive Maintenance

Sl

No

.

Description Amount

(a) Preventive Maintenance for Four (04)

Srilankan FIC boats

Schedule B:- Breakdown Maintenance cost for anticipatory/ frozen spares (unit cost) and services valid for One Year for the following:

Sl

No.

Description Unit Cost (INR)

Service Cost (INR)

Annexure A {Refer para 1(a)} SCHEDULED MAINTENANCE VISITS

(i) Daily Control Visits

S. No. Interval System Equipment Operation

(i.) Daily Electrical Air -Conditioning Check pump operations

(ii.) daily electrical air-conditioning check discharge pressure

(iii.) daily electrical generator check the crank case oil level

(iv.) daily electrical generator check wiring

(v.) daily electrical generator check coolant level

(vi.) daily electrical generator check sea water inlet and outlet

(vii.) daily electrical generator check for any unusual noise(during operation)

(viii.) daily electrical generator inspect the exhaust system components

(ix.) daily electrical generator check the exhaust gas condition.

(x.) daily electrical generator keep the battery charged and in good condition

(xi.) daily electrical generator check for water, fuel ,coolant and oil leakage(after

operation)

(xii.) daily electrical generator retighten any loose nuts and bolt

(xiii.) daily electrical generator check compartment conditions

(xiv.) daily mechanical motorization check all pipes

(xv.) daily mechanical propulsion check hydraulic system

(xvi.) daily mechanical propulsion check lube oil

(xvii.) daily mechanical propulsion check the propellers

(xviii.) daily mechanical propulsion check drive line and oil seals

(xix.) daily mechanical propulsion check oil lines, cranks etc

(j) Weekly Control Visits

S. No. Interval System Equipment Operation

(i.) Weekly Structure Hull Check for any deformity/ damage and repair.

(ii.) Weekly structure Hand rails Check the nuts and bolts, tighten if necessary.

(iii.) Weekly Bilge Engine room Check the bilge level.

(iv.) Weekly Structure Communication Check all antennas/ superstructure.

28 of 32

(v.) Weekly Electrical Generator/ Engine Check coolant level.

(vi.) Weekly Electrical Generator Check sea water inlet and outlet.

(vii.) Weekly Electrical Generator Check for any unusual noise (during operation).

(k) Equipment Maintenance as per maintops

(x.) Air-Conditioning Plant.

Time interval Equipment Actions to be carried out

Weekly Visit

Air- Conditioning

- Check pump operations

- Check discharge pressure

- Condition of Sea water line and clean if any impurities present

Monthly

- Check Refrigerant level

- Condition of Sea water Pump

- Condition of Sea water line and clean if any impurities present

- Condition of blowers

-Charging of refrigerant if required

(xi.) Main Engines.

Time interval Equipment Actions to be carried out

Weekly visit

Battery

- Check battery is fully charged

- Battery voltage

- Specific gravity

- Apply petroleum jelly

Engine -Clean the engine to remove accumulated oil and grease

Engine Storage procedure - Visually Check for clearances

Fuel system - Carry out priming

Heat exchanger -Inspect

-Keep all parts clean from contaminants

Sea water strainer -Check for plugging

-Clean

Zinc Rods -Inspect

-Replace if corroded

Closed Crank case

ventilation filter service

indicator

-Inspect

Cooling system coolant

level

- Check coolant level when

engine is stooped and cool

Engine air cleaner service

indicator

- Observe

- Clean/ replace air cleaner, if required

Engine Oil level - Check for adequacy, fill if Required

Fuel system primary

filter/ Water separator

- Monitor bowl for signs of

water

- Drain, if required

Walk around inspection - Inspect the engine for leaks

and for loose connections

Every 20-40

Hrs(Including

routines

mentioned in

weekly visit)

Belts - Inspect for wear/ cracking

and tension

- Adjust tension, if required

- Replace, if required

- Condition of impeller

Engine Every 250

Hrs/ weekly

(Including

mentioned in 20-

40 hrs routine)

After cooler condensate

drain valve

- Inspect

- Clean with solvent

Engine

- Engine exterior for loss of oil and coolant

- Coolant level

- Engine oil level

- Engine controls

- Coolant hoses for leaks

- Fuel lines for leak

- Belt tension, retightening if necessary

- Condition of impeller

- Water hose clamps , pipe connections and bolts for security

retightening if necessary

- Check for abnormal vibrations and engine mounts

- Trial run/ engine speed test with boat under full load

- Change fuel pre-filter and fuel filter cartridges

29 of 32

- Check air filter and lube oil filter, change if required

Oil - Change oil

- Change fuel filter and lube oil filter

- Check air and change if required

Sea Water strainer - Check for plugging

- Clean

Zinc rods - Inspect

- Replace if corroded

Every 500 hrs

(including

routines

mentioned in 250

hrs)

Cooling system coolant

sample(level 2)

- Submit the sample for level 2 analysis

Cooling system coolant

sample(level 1)

- Obtain a coolant sample (optional if system is filled with Cat

ELC)

- Drain and flush the cooling system

Every year ( All

routines

mentioned in 500

Hrs)

Cooling system coolant

sample (level 2)

- Submit the sample for level 2 analysis

Every 6000 hrs/

03 years( All

routines

mentioned in 500

Hrs)

Cooling system coolant

extender (ELC)

- Add supplement coolant additive / Cat (ELC) extender

(xii.) Water Jets.

Time interval Equipment Actions to be carried out

Weekly visit

Oil level -Check the oil level in the control panel also directly oil level

transducer pipe

Water leakage -Check for the leakage of water through the impeller shaft

mechanical seal

Electrical linkage systems -Check each linkage like throttle, deflectors, clutch and the

weed rake screen controls for the movement of relevant part.

Complete system -Check for oil leakage, abnormal noise, vibrations and warning

light indicators.

Oil pressure -Check hydraulic clutch oil pressure value (not less than 25bar)

by pushing engine throttle.

Gauges -Check the following gauges and calibrate if required

- temperature gauge

- Oil level gauge

- Pressure gauge

Jet oil filter cartridges -First 50 hrs replace the jet oil filter

Every 250

hrs(Including

routines mentioned

in weekly visits)

Jet oil -Change jet oil every 250 hrs and every 400 hrs

Jet oil filter cartridges -First 50 hrs replace the jet oil filter

Every 04

months(Including

routines mentioned

in 250 hrs)

Anodes -Check for wear status of anodes and replace if required

Hull -Check for hull, weed rake screen, water jet duct is not

obstructed by weeds/ sea organisms

Jet oil -Assisting in Changing jet oil every 250 hrs and every 400 hrs

Jet oil filter cartridges -First 50 hrs replace the jet oil filter and thereafter every 250

hrs.

RAM -Check steering deflector RAM

-Check reversing deflector RAM

Suction line -Check Grid

-Check Suction Line

(xiii.) Diesel Generator.

Time interval Equipment Actions to be carried out

Weekly visit Engine Coolant Check if required Refill

Electrical equipment Check indicators

Engine Oil Check for engine oil level

Engine Speed control Check and Adjust the governor lever and engine speed control

if required

Fuel Check and refill fuel tank level

Fuel filter Check fuel filter for foreign materials and clean the mesh if

required

30 of 32

Water separator Check water separator and clean the mesh if required

Complete engine Overall visual check

Electrical Parts Check wiring

Check battery and its maintenance

Mechanical Parts Check all pipe lines

Check drive lines and oil seals

Retighten any loose nuts and bolts

Every 50 hrs

(Including routines

mentioned in

weekly visit)

Cooling system Check and clean the radiator fins

Cooling Fan V belt Adjust the cooling fan V belt tension

Battery Check for the Charge in the battery

Engine Oil Drain and refill the engine oil

Engine Oil Filter In the first 50 hrs replace the engine oil filter, thereafter every

250 hrs.

Fuel and water separator Darin and clear the water separator if there are contaminants

such as water collected in the bottom of the cup

Every 250 hrs

(Including routines

mentioned in 50

hrly)

Cooling Fan V belt Adjust the cooling fan V belt tension

Engine Oil Drain and refill the engine oil

Engine Oil Filter replace the engine oil filter

Engine Speed control Check and Adjust the governor lever and engine speed control

Fuel Tank Drain the fuel tank by removing the fuel cap and drain plug to

drain the contaminants from the bottom of the tank.

Check for leaks

Air cleaner element Check and clean the air filter element

Replace the element with new one if it is damaged excessively

dirty or oily.

Every 500 hrs

(Including routines

mentioned in 250

hrly))

Fuel filter Replace the fuel filter

Water separator Check water separator and clean the mesh if required

Air cleaner element Replace Air element

Every 1000 hrs

(including routines

mentioned in 500

hrly)

Cooling system Drain, flush and refill the cooling system with new coolant

Cylinder head Inform OEM to adjust intake and exhaust valve clearance

(xiv.) Hull

Time interval Equipment Actions to be carried out

Weekly visits FIC Structure

- Check for any deformity/ damage and repair.

- Check nuts and bolts of hand rails, tighten if necessary.

- Inspection of rubber coaming and to carry out repairs if

any damage exists.

- Inspection of GRP and to carry out repairs if any.

- Check all doors, escape hatches and to carry out repairs if

required.

- Serviceability checks of electric toilet.

Check all the fittings in wheel house, fwd cabin, aft cabin

Monthly visits (All checks mentioned in weekly visits)

Note:- All minor damages to FRP Hull have to be attended and rectified as part of contract. Servicing/ replacement of life-raft, servicing

of firefighting equipment, GRP repairs involving minor damages (damage less than one square Meter area) and repairs on stern

protection guard.

(xv.) Navigational Equipment.

(xvi.) Communication Equipment.

Weekly visits All communication equipment {Long range acoustic device

(LRAD)}, HF radio set, Marine VHF radio.

- Check serviceability of all and

check operation

Monthly visits (All checks mentioned in weekly visits)

(xvii.) Electrical Fittings.

Weekly visits

All navigational equipment (Radar, Echo sounder, GPS with

chart plotter, AIS, Multi function display, EM log, solid state

Gyro, Magnetic compass, Portable GPS, Optical (Day/ Night)

Surveillance Tracker and Recorder System, Window Wipers &

Associated Control System, Electric Remote Controlled Search

Light, Alert Light, Electric Marine Horn.

- Check Serviceability of all and check

for operation.

Monthly visits (All checks mentioned in weekly visits)

31 of 32

Weekly visits Light fittings and lamp

- Check all light fittings and change lamps if required.

- Maintain proper electrical hygiene.

- Proper monsoon precautions and to provide water tight sealing

for all glands on upper decks.

- Check the serviceability of microwave oven and refrigerator.

Monthly visits (All checks mentioned in weekly visits)

(xviii.) Monthly Control Visits.

System Equipment Actions to be carried out

Fuel Fuel Tanks -Check and clean fuel tanks

Sensors All Sensors -Check serviceability of all sensors

Bilge Engine Room -Check the bilge level is ok

Fuel Filters -Drain all filters/ change if necessary

Fresh Water system Pump -Perform one preventive functioning ops

Bilge System Bilge -Clean the bilge

Fuel System Tank -Drain the fuel tank

Fire Control system and

all valves

FM 200 -Serviceability Check and operation

Fuel System Fuel/ Water separator Filter -Drain the filters

Fresh water System Pump -Perform one preventive functioning ops

Grey Water Filter -Clean the filter

Black water system Pump -Perform one preventive functioning operation

Fire System Pump -Perform one preventive functioning ops

Bilge System Pump -Perform one preventive functioning ops

Bilge System Level Contractor -Perform one preventive functioning ops

Air conditioning Filter -Perform one preventive functioning ops

Seawater System Valve -Operate all valves

Generator Generator -Bleed the fuel system

(if encountering hard starting)

Generator Filter -Check and clean

Seawater System Filter -Check and clean

Fire extinguishers AFFF- 02

CO2 - 02

DCP - 01

-Check serviceability

All motors and pump

assembly fitted

Fresh water pump

Black water pump

Anchor motor

Sea water pump for AC

Engine room blowers

AC blowers

-Check serviceability

(l) A part from the above mentioned routine maintenance, the firm will also be responsible for the following:-

(iii) Timely maintenance as per routine promulgated by the OEM in technical documentation or as prescribed by the Indian

Navy at later stage, however all the spares (to carry out the routines) have to be provided by the firm. Indian navy will not be

providing any spares for carrying out the routines as per the technical manual.

(iv) Repairs in cases occurring due to sailing conditions in the harbor including floating objects, fishing nets etc.

(m) Repairs on defective equipment/ major routines are to be undertaken only through the Original Equipment Manufacturer (OEM)

or its authorised reps in India.

(n) Serviceability and operational checks of all ventilation blowers, fire main pump with associated pipelines, A/C sea water pump,

Bilge pumps and Anchor and capstan motor system. Timely alignment of shaft system through OEM.

(p) AMC will be concluded for 04 in no. Naval FIC boats (T- 216, T-217, T- 218 AND T- 219) all their equipment and components for

a period of one year from the date of signing of agreement. The maintenance contract will also include HULL and associated spares to carry

out routines/ defect rectification.

(q) The FIC need to be hoisted every six months for underwater checks, applying antifouling paint, checking and replacing anodes if

required and underwater hull cleaning. The contractor is responsible for hiring crane every six months (i.e. two times during the period of

contract). Cradles and assistance for hoisting will be provided by Navy. The customer will make all efforts to provide at least two boats for

under water maintenance at one hoisting. The hoisting of boats is scheduled at Karwar, Karnataka on mutually agreed dates.

Note:- Serviceability checks for load testing of all the accessories used for hoisting of the FIC boats i.e. Steel Wire rope, Shackle, Deck eye,

Tradle (Four leg separator) to be carried out and a certificate supporting the same must be produced prior hoisting of the FIC boats.

3. Safety Regulations – Annexure 1 to Enclosure

32 of 32

Enclosure IV of RFP

GUIDELINES FOR PREPARATION OF TECHNICAL BID

The Technical Bid should contain the following information and details so as to enable The Sagar Prahari Bal (Kar) to assess the understanding,

technical capability and infrastructure/ resources of the ship repair yard to undertake the repairs.

(a) Indicate the acceptance of the entire scope of work (Or) indicate acceptance of the entire scope of work except ______ (Indicate specific jobs

not being undertaken as a Deviation List).

(b) Indicate acceptance of the QAP indicated in SOR (or) Indicate acceptance of the QAP indicated in SOR _________ (Indicate specific

provisions not being undertaken as a Deviation List) (Or) Forward a QAP/QIS for consideration of Technical Evaluation Committee.

(c) Indicate acceptance of Payment terms as indicated in Para 11 of Enclosure I of the RFP.

(d) Indicate acceptance of Standard Conditions of Contract (SCOC) and other terms and conditions given in the RFP.

(e) Indicate acceptance of Minimum Qualification Required per Para 20 of Enclosure I of the RFP has been attached.

Enclosure V of RFP

GUIDELINES FOR PREPARATION OF COMMERCIAL BID

1. Summary Sheet at Encl VI of this RFP should be filled in all respects.

2. The enclosed Quantified Work Package of SOR is to be filled up in all respects.

3. Each page is to be authenticated (signed) by the Bidder.

4. Page numbering is a must to identify/locate missing/misplaced pages.

5. Bid Validity. The commercial bid is to be valid for 120 days from the date of opening.

6. Ink signed copy of the commercial bid has to be submitted at the time of tender opening.

ENCLOSURE VI OF RFP

SUMMARY SHEET FOR COSTING/ QUOTATION

Schedule A:- Service Cost/ Preventive Maintenance

Sl

No.

Description Amount

Yr 2016-17

(a) Preventive Maintenance

For Four (04) Srilankan FIC boats

Schedule B:- Breakdown Maintenance cost for anticipatory/ frozen spares (unit cost) and services valid for One Year

for the following:

Sl

No.

Description Yr 2016-17

Unit Cost (INR)

Service Cost (INR)

Note: 1. Price in INR is to be clearly indicated against each component.

2. The repair/ maintenance agency must make available all spares within 07 days of reporting of defect.

3. Any delay thereafter would lead to a penalty of 10 % of cost of spares/ week up to a maximum of 50 % of cost of item.

4. Costing of services and spares to be indicated as tabulated below for Three Year: