Вы находитесь на странице: 1из 48

Tender No.MEE/SE2E1/ELE/F.

18(8)/2014

V.O.CHIDAMBARANAR PORT TRUST


MECHANICAL AND ELECTRICAL ENGINEERING DEPARTMENT
DEPARTMENT
TUTICORIN 628 004

Tender Schedule
Name of Work:

Comprehensive Annual Maintenance contract for


cooling equipments at VOC Port Trust for a
period of two years

CONTENTS
Sl.
No.

INDEX

PAGE

Form of Agreement

1 -2

Notice Inviting Tender

3-4

Instruction to Tenderers

5 -15

Scope of work

16

Terms & Conditions

17-19

List of cooling equipments

20-33

Schedule of Deviation from Technical specifications

34

Experience Details

35

Details of Financial Status

36

10

Specimen for Bank Guarantee Bond

37-38

11

Form of E Payment

39-40

12

Price bid Schedule

1-5

V.O.CHIDAMBARANAR PORT TRUST


MECHANICAL & ELECTRICAL ENGINEERING DEPARTMENT
TUTICORIN - 628004
Phone: 0461-2352290 (9 Lines)/2372999(PRI)
Fax: 0461 - 2354274

Tender No.

: MEE/SE2E1/ELE/F.18(8)/2013

Name of work

: Comprehensive Annual Maintenance contract of


cooling equipments at VOC Port Trust for a
period of two years

Probable amount of contract

: Rs.8,85,537/-

Cost of tender document

: Rs.525/- (inclusive of 5% VAT) +


Rs 100/- extra through post

EMD

: Rs.17,711/-

Sale of tender document

: 21.08.2014 To 03.09.2014.

Last date of receipt of tender

: Upto 15.00 hrs on 05.09.2014.

Date of opening of Tender

: 15.30 Hrs on 05.09.2014.

Period of work

: Two years

Validity of tender

: 120 days from the last date fixed for receiving


the tender.

For further details visit the port website www.vocport.gov.in and government tender panel
http:/tenders.gov.in and IPA website www.ipa.nic.in before applying for tender schedule.

-sdCHIEF MECHANICAL ENGINEER

V.O.CHIDAMBARANAR PORT TRUST


FORM OF AGREEMENT
This AGREEMENT made this...day
.. two thousand Board of
Trustees of the VOC Port Trust, a body corporate under Major port Trust Act 1963 (herein after called
the Board which expression shall, unless excluded by or repugnant to the context, be deemed to include
the successors in office) on the one part AND

(hereinafter called the CONTRACTOR which expressions shall, unless excluded by, by or repugnant
to the context be deemed to include his heirs, executors, administers, representatives and assigns or
successors in office)on the other part.
WHEREAS the Board of Trustees of the VOC port is desirous of the work comprising
WHEREAS the contractor has offered to execute, complete and maintain such works and
whereas the Board has accepted the tender of the contractor and WHEREAS the contractor as
furnished a sum of Rs..
(Rupees ..only) as
Earnest Money Deposit at the time of tendering which will be adjusted against security deposit as per
memorandum will be collected by deductions from the running bills, at the rates mentioned there in for
the due fulfillment of all the conditions of the contract.
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1.

In this agreement words and the expressions shall have the same meanings as are
respectively assigned to them in the conditions of the contract hereinafter referred to.

2.

The following documents shall be deemed to form and be read and construed as part of
this agreement viz.
1 Tender Notice
2. Instruction to Tenderers
3. Terms and Conditions
5. Annexes
6.Schedule of Price
7.Work Order
CONTRACTOR

3.

The contractor hereby convenience with the Board of trustees of VOC port to construct
complete and maintain the works in conformity in all respects with the provision of the
agreement.

4.

The Board of the Trustees of VOC port hereby covenants to pay the contractor in
consideration of such construction, completion and maintenance of the works the
Contract price at the time and in the manner prescribed by the contract.
IN WITNESS WHEREOF the parties here into have set their hands and seals the day and
year first written.

The common seal of the Trustees of


V.O.Chidambaranar port was here into affixed and

The Chairman thereof, has set his


Hand in the presence of

CHAIRMAN of the Board


of Trustees V.O.Chidambaranar port.

Signed and sealed by

The Contractor in the presence of

V.O.CHIDAMBARANAR PORT TRUST


MECHANICAL & ELECTRICAL ENGINEERGING DEPARTMENT
NIT NO.MEE/SE2E1/ELE/F.18(8)V1/2014/D.
Dated: . .2014
NOTICE INVITING TENDER
Sealed tenders are invited under two cover system by V.O.Chidambaranar Port Trust,
Tuticorin from experienced, reputed and financially sound contractors, as stipulated in the
tender document for the following work:
I

Name of work

Comprehensive Annual Maintenance contract of


cooling equipments at VOC Port Trust for a period of
two years

II

Estimate value of work

Rs.8,85,537/-

III

Earnest Money Deposit

Rs17,711/-

IV

Cost of tender document

Rs.525/- (inclusive of 5% VAT) + Rs.100/- extra


through post

Sale of tender document

21.08.2014 to 03.09.2014

VI

Last date & Time of receipt


for receiving the tender.

Upto 1500 hrs. on 05.09.2014

VII

Opening of Tender

At 15:30Hrs on 05.09.2014

VIII Period of Contract

Two years

IX

120 days from the last date fixed for receiving the
tender.

Validity of tender

2)Tender documents can be obtained from the office of the FA &CAO /V.O.CPT on any
working day between 1100 hrs and 1600 hrs during the dates indicated at Sl. No.V in para 1
above on application and on payment of cash towards the cost of the tender document.
Those who intent to get the tender document by post shall remit the cost with an additional
sum of Rs.100/- each to cover the postal charges through demand draft payable to the
FA&CAO/V.O.CPT drawn on any nationalised bank or scheduled bank and payable at
Tuticorin and send it to the Chief Mechanical Engineer.
3. Downloading tender schedule from Port web site:
The tender documents can also be downloaded from Port web site a sum of Rs.525/- towards
the cost of tender document shall be paid along with EMD by those who submit their tender
by downloading the tender document from the Port web site failing which their offer will not be
considered at all. The down loading of the documents shall be carried out strictly as provided
on web site. No editing, addition /deletion of matter shall be permitted. If such action is
observed at any stage such proposals are liable for out right rejection. The downloaded
tender document has to properly bound, with all pages as per serial No. and submitted to the
Port.
4. The tender document will not be issued to the tenderers who had litigation against the
V.O.CPT if such tenderers submit the tender document downloaded from the web site, the
same will not be considered and the amount paid towards the cost of document will not be
refunded.

5. The tenders shall be accompanied by EMD for the amount specified at Sl.No.III of Para
(1)above, in the form of Demand Draft drawn on any Nationalized or Scheduled bank having
its branch at Tuticorin, in favour of the Financial Adviser & Chief Accounts Officer,
V.O.Chidambaranar Port Trust, without which the Tender will not be considered. EMD in any
other form will not be accepted.
6. The tender document will be issued to those bidders registered in the Engineering
Department of this Port. However, unregistered contractors wishing to quote can also
purchase the tender document, provided they shall satisfy the eligibility criteria. On scrutiny if
the applicant is found not eligible under the required class his tender will be ignored,
7. The completed tender should reach CME/VOCPT, Tuticorin-628004 not later than
prescribed time and date as in Sl.No.VI in Para-1 above. The tender (main cover and first
cover) will be opened on the last date of receipt of tenders at 1530 hrs in the presence of
such of the tenderer who may wish to be present. Date of opening of Cover 2 of qualified
tenderers will be intimated later. The tender received after due date and time will be
summarily rejected. The Port will not be responsible for the loss of tender document if any or
for the delay on postal transit, Telegraphic offers will not be entertained
8. Tenders which are in any way incomplete will not be considered. The Ports reserves the
rights to waive any formality thereof or to reject any or all the tenders without assigning any
reason and not found itself to accept the lowest tender.
9. This tender notice shall form part of the contract agreement.
10.The contractor should adhere the Employees State Insurance Act 1948 (34 of 1948)
a) If employment of 10 and above people are said to be deployed, the tenderer is to
ensure that ESI Act provisions are complied with.
b) In case of deployment of less than 10 people, it is the tenderers responsibility to
substantiate the said deployment and confirm to ESI Act requirements.
-sdCHIEF MECHANICAL ENGINEER
To
1. All Head of Departments/V.O.CPT
2. Superintending Engineer/ Elect/ Mech
3. CVO/V.O.CPT
4. Executive Engineer/PWD/Sivankoil Street, Tuticorin-2
5. Executive Engineer/TWAD Board, No.16, 19th Street Toovipouram,
Tuticorin-628 003.
6. Executive Engineer/Highways, Ettayapuram Road, Tuticorin
7. Chief Engineer/TTPS/Tuticorin-4.
8. Notice Board & List of contractors

INSTRUCTION TO TENDERERS
1.(A) GENERAL:
On behalf of the Board of Trustees of the V.O.Chidambaranar Port Trust, the Chief
Mechanical Engineer, VOC Port Trust invites tenders under two cover system in sealed
covers from reputed firms with proven ability for the work Comprehensive Annual
Maintenance contract of cooling equipments at VOC Port Trust for a period of two years
(B) DEFINITIONS AND INTERPRETATIONS:
In the contract, as hereinafter defined the following words and expressions shall have the
meaning hereby assigned to them except where the context otherwise requires.
1.

Board :- The Board means the Board of Trustees of the V.O.Chidambaranar Port, a
body Corporate under the Major Port Trusts Act 38 of 1963 represented by the
Chairman, and as amended from time to time also Employer herein after called Board

2.

Engineer means the Chief Mechanical Engineer of the V.O.Chidambaranar Port Trust
and his successors.

3.

Engineer, in-charge/Engineer representative means the Executive Engineer or a


officer appointed by him in writing who shall direct and supervise and be in charge of
the works.

4.

Contract means the documents forming the tender and acceptance thereof and the
format agreement executed between the Port Trust and contractor together with the
documents referred to therein including the General conditions, special conditions of
contract, specifications designs Drawings. Priced Bill of quantities and instruction
issued from time to time by the Engineer in-charge and all the these documents
taken together shall be deemed to form one contract and shall be complementary to
one another.

5.

Contractor means the person or persons or firm or company whose tender has been
accepted by the Board and the legal personnel representatives or the successors of
such firm or company and the permitted assigns of such persons or firm or company.

6.

Contract Price means the sum named in the tender subject to such additions thereto
or deductions there from as may be made under the provisions here in after contained

7.

Drawings means the drawing referred to in the contract agreement and any
modifications of such drawings approved in writing by the Chef Mechanical Engineer
and such other drawings as may from time to time be furnished or approved in writing
by the Chef Mechanical Engineer.

8.

Site means lands and other places on / under / into / in / or through which the work
are to be executed or carried out and any other lands or places provided by the Board
for the purposes of the contract.Works or Works means the work by virtue of the
contract to be executed in accordance with the contract under the relevant schedule
whether temporary or permanent and whether original, altered substituted or
additional.
5

9.

Schedules referred to in these conditions shall means the relevant schedule (s)
annexed to the tender papers issued by Employer.

10. Approved means approved in writing including subsequent written confirmation of


previous verbal approval and Approval means approval in witting including as
aforesaid.
11. A day means a day 24 hours from midnight to the next midnight irrespective of the
numbers of hours worked in that day.
12. A week means seven days without regard to the number of hours worked in any day
in that week.
12. A month means month according to Gregorian Calendar.
13. Urgent works Shall mean any urgent measures which in the opinion of the Engineerin-charge become necessary during the progress of the works to obviate any risk of
accident or failure or which become necessary for security
14. Constructional Plant means all appliances or things of whatsoever nature required in
or about the executions, completion or maintenance of the work or temporary works
(as hereinafter defined) but does not include materials or other things intended to form
or forming part of the permanent work.
15. Temporary works means temporary works of every kind required in the execution
completion or maintenance of the works and which do not form an item of the work or
works.
16. Trusts Stores means the storage yards for materials of the Trust any where in the
harbour premises.
17. Market Price means the rate as decided by the Engineer on the basis of the cost of
materials and labour to the contractor at the site where the works are to be executed
plus the percentage mentioned in schedule to cover all over heads and profit.
18. Nominated Sub Contractor means all specialists, merchants, tradesmen and other
executing any special work or supplying any materials for which provisional or prime
cost sums are included in the contract, who may have been or be nominated or
selected or approved by the employer/ Engineer and shall be deemed to be employed
by the contractor,
19. Prime Costs and prime cost sum means the amount actually paid by the contractor
for any article, commodity or special work and shall include all proper charges for
packing carriage, and delivery to site, after deduction of all trade discounts, rebates
and allowances and the discount obtainable for cash in so for as such discount for
cash exceeds 2 %.
20. Provisional sum or Provisional Lump sum means a Lump sum included by the
Employer in the tender documents and shall represent the estimated value of work for
which details are not available at the time of issue of tender .
21. Provisional Items means items for which approximate quantities have been included
in the tender documents.
6

2. SALE OF TENDER DOCUMENTS:


The complete set of tender documents including forms, conditions of contract, work
specifications, etc. will be issued on sale by the Chief Mechanical Engineer, VOC Port Trust,
Tuticorin-628 004 from 21.08.2014 to 03.09.2014 during working hours on submission of
written application.
The tenderer shall be issued with one set of tender document on payment of
Rs.525/-(Rupees five hundred and twenty five only) plus Rs.100/- extra for through post
payable either in cash or through crossed Demand Draft on any nationalised/scheduled bank
drawn in favour of the Financial Adviser & Chief Accounts Officer, V.O.Chidambaranar Port
Trust, Tuticorin-628 004 payable at Tuticorin. The name and address of the tenderer shall
be clearly marked in the application for issuing tender documents. The cost of tender
documents will not be refunded under any circumstances.
Each tenderer will be issued with one copy of tender documents, marked original.
The document comprised of general and special conditions of contact, work specifications
and proforma for furnishing the technical proposals, tender schedules, proforma for
furnishing qualifications and experience, etc.
3. SUBMISSION OF TENDER :
The tenderers shall submit their tender in sealed covers as specified below duly
signed and completed in all respects along with tenderer's covering letter indicating clearly
and deviations in the terms and conditions or any new conditions stipulated by him and
other enclosures if any required.
The tender shall be sent to the Chief Mechanical Engineer, V.O.Chidambaranar
Port Trust, Tuticorin-628 004 so as to reach him on or before 15.00 hours on 05.09.14.
Tenders not received on time will not be considered. Tenders who present tender
documents personally or through authorised agents are advised to drop the tender in
Tender Box earmarked for the purpose at the Office of the CHIEF MECHANICAL ENGINEER,
V.O.Chidambaranar PORT TRUST. The Port will not be responsible for Postal delay or transit
delays. If the last date of receipt/opening of Tender happens to be a holiday at a later
date, the same will be received/opened on the next working day.
The tenderers are required to submit their offer in two cover system, Cover I
and Cover II, both the covers shall be sealed separately and put together in one cover and
that cover also be sealed. The tender shall be submitted, completed in all respect in two
separate sealed covers as given below:a) FIRST COVER (NO.1):
The first cover (No.1) will contain the following items of documents based on
which the tenderers will be shortlisted.
1. The Earnest Money Deposit shall be enclosed.
2. (i)Such particulars with regard to experience with notary attestation shall be
enclosed
(ii)Copy of Income tax permanent account number card for assessing the income tax
(iii)Financial turn over of the tenderer during last three year ie 2010-11, 2011-12
and 2012-13 shall be furnished in the enclosed Form No.IV with attested copy of
Audited Accounts.
(iv) The tenderer shall furnish the attested copy of documentary evidence for Service
tax registration and TIN No for VAT along with the tender.
(v) The original tender document duly signed in all pages (excluding schedule or
price / rates for execution of work) issued by the Port duly filled in all the blank
7

space to be signed on each page with their official stamp. The above document
shall be enclosed in the first cover which shall be sealed and superscribed,
Comprehensive Annual Maintenance contract of cooling equipments at VOC
Port Trust for a period of two years Cover No.1, and bear on the bottom left
corner, the name and full address of the tenderer with his official stamp. The
tenderer should ensure that the Schedule of price is not enclosed in Cover No.1.
b) SECOND COVER: (No.2) :
(i)
The Schedule of Prices (Price bid of original tender documents)
there of duly filled in with the rates shall be enclosed in the second cover
(No.2) which shall also be similarly sealed superscribed Comprehensive
Annual Maintenance contract of cooling equipments at VOC Port Trust
for a period of two years Cover No,.2 and bear on the bottom left
corner the name and address of the tenderer with his official stamp. The
tenderer should ensure that the Schedule of price is not enclosed in Cover
4.

EVALUATION :
i) Cover No.1 containing the technical documents to shortlist the eligible tenderers
will be opened on the scheduled date and time i..e on 05.09.14 at 15.30 hrs. in the
presence of such tenderers who wish to be present at the time of opening.
ii) After opening the first cover and getting the required technical/commercial
clarifications based on the information given, Port Trust will prequalify the eligible
tenderers.
iii) The tenderers will be prequalifying based on the documents contained in Cover
No.1. The cover No.2 submitted by the prequalified tenderers alone will be opened on a
subsequent date which will be intimated to the prequalified tenderers. The decision of the
Port Trust in prequalifying the eligible tenders shall be final.
iv) The terms of tender schedule, conditions of contract, etc. shall not be defaced or
detached or detached from the documents.
v) The V.O.Chidambaranar Port Trust shall have no liability to the tenderer in
respect of any expenses incurred by him, direct or indirect, in preparing and/or submitting
the tender.
5. MINIMUM CRITERIA FOR PRE-QUALIFICATION:
a)Minimum period of experience :
in executing works. (Details
shall be furnished in Form III)
(Estimate Value Rs.8,85,537/-)

i)During the last 7 years as on 31.07.2014


the firm should have executed at least
three similar completed works of each work
of 40% of estimated value.(ie,Rs.3,54,215/-)
(OR)
two similar works of each work of 50% of the
estimated value (ie,Rs.4,42,769/-)
(OR)
one similar work of 80% of the estimated
8

value( ie. Rs.7,08,430/-)


b) The Average Annual Turnover 30% of the
estimated value of Rs.8,85,537/-during
ie Rs.2,65,661/the last three years.(Details shall be
furnished in Form IV)
The tender which does not satisfy the pre-qualification criteria as mentioned
above shall summarily be rejected and shall not be considered for further evaluation.
6. EARNEST MONEY DEPOSIT: Earnest Money : Rs.17,711/-(Rupees seventeen thousand
seven hundred and eleven only). The EMD of Rs.17,711/- in the form of Demand Draft or
Banker's Cheque payable at Tuticorin drawn in favour of FA&CAO/VOCPT from any
Nationalised/ Scheduled bank having its branch at Tuticorin.
The Earnest Money deposited by the unsuccessful tenderers will be refunded within
fifteen days of deciding L1 without interest. The Earnest Money deposited by the
successful tenderer will be adjusted towards Security Deposit and will be refunded without
interest after the completion of contract period or after furnishing bank guarantee towards
Security Deposit including EMD. The Earnest Money Deposit should be enclosed along with
cover I.. Whenever there is a delay in commencement of work, the EMD shall be forefeited.
7. PERFORMANCE SECURITY :The contractor shall deposit an amount equal to 5% of the
accepted tender value as Performance Security in the form of DD or Bankers' Cheque or
irrevocable Bank Guarantee obtained from the Nationalised / Scheduled bank having
networth of more than Rs.100.00 crores in the form as per specimen in the Schedule. A
letter from the Bank shall also be sent along with the Bank guarantee directly to the
Employer within 15 days of placement of work order or before the commencement of work
which ever is earlier. However, the Chief Mechanical Engineer may relax the time limit of
15 days and extend it by further period of 10 days in extraordinary circumstances for the
reasons recorded
by him. If the performance Security is not deposited in time as
prescribed above, the work order shall stand cancelled automatically and the Earnest
Money Deposit will be forfeited. The performance security will remain in force throughout
the period of contract, and will be refunded after the contract period thereafter. The
contractor shall furnish the BG towards performance security by the issuing bank directly to
the port. This performance security will not bear any interest.
8. SECURITY DEPOSIT : A sum at 10% shall be deducted from each running bill after
adjusting the amount already deposited by the contractor as EMD subject to a maximum
accumulation of 5% of contract price. The amount deducted from the bill will be kept as
security deposit for the contract period. If during this contract period, any defects are
notified which in the opinion of the Chief Mechanical Engineer are due to bad materials
used and / or defective workmanship, the contractor shall be required to carry out at the
contractor's cost, such repairs as the Chief Mechanical Engineer considers necessary or in
the event of contractor failing to do this within a notified time, the Chief Mechanical
Engineer may arrange for such repairs to be carried out and deducted the cost of such
rectification of the defects from the amount retained without prejudice to the recovery of
any amount that may have been spent in excess of this deposit. For the purpose of this
clause, the contract period shall count from the date of commencement of AMC works by
the contractor to the Chief Mechanical Engineer. The Security Deposit will not bear any
interest.
9

9. TIME SCHEDULE:
The time allowed for the commencement of the work Comprehensive Annual
Maintenance contract of cooling equipments at VOC Port Trust for a period of two years
shall be 15 days from the date of issue of the work order and also the contract period is
two years from the date of commencement.
10. RATES TO BE FIGURES AND WORDS :
The tenderer shall quote the rate in Indian Rupees and in English, in figures as
well as in words, the rates tendered by him in the concerned proforma of the tender and in
such a way that interpolation is not possible. The tendered amount for the work shall be
entered in the tender form and duly signed by the tenderer and enclosed and sealed in
cover No.2 In case of any discrepancy between figures and written words, the rates in
words shall be taken as the quoted price.
11. CORRECTION/VARIATION:
i) All corrections and alterations in the entries of the tender documents shall be
attested with full signature of the tenderer with date. No erasures or over-writings are
permissible.
ii) The tenderers should not send any revised or amended offers after opening of
the
tender. No such document will be entertained. The Board also not accept offers with
the price variation clause.
iii) The prices and amounts entered in the schedule of price shall represent the
tenderers offer for the work generally in accordance with work specifications and purpose
given in this tender.
iv) Deviation: Tender should be completed in all respects for taking a decision
immediately on opening of the tender. In the absence of tenderers disagreement to any
particulars clause, it will be construed that they are agreeable to such ports conditions
where they have not expressly deviated.
12. SIGNING OF TENDER:
The tender shall be signed only by the parties who are themselves in a position
to undertake the work and possessing all other resources required for the purpose. The
tender shall contain the name, residence and place of business of the person or persons
submitting the tender and shall be signed by the tenderer with his usual authorized
representatives followed by the name and designation of the person signing the document
along with a copy of the partnership deed. Tender by a corporation shall be signed in the
name of the corporation by a duly authorized representative, and a power of attorney in
that behalf shall accompany the tender. A copy of the constitution of the firm with the
names and addresses of all the partners shall be furnished. In the case of company, a copy
of the Memorandum and Articles of Association shall be furnished.
Tenders may be submitted by agents on behalf of their principals, but in such
cases the Board reserves the right to enter into contract with the principals direct or with
the principals and agents jointy as deemed appropriate.
13. WITNESS:
Witness shall be persons of status and property and their names, occupations
and addresses shall be furnished below their signatures.
10

14. ALL PAGES TO BE SIGNED:


All signatures in the tender documents shall be dated. All pages of all section
of the original tender documents shall be signed with date and seal at the lower right hand
corner and also signed wherever required in the tender document by the tenderers or by a
person holding power of attorney to sign on behalf of the tenderer before submission of the
tender.
15. RIGHT OF THE BOARD TO ACCEPT OR REJECT THE TENDER :
The Board does not bind itself to accept the lowest tender and reserves the
right to reject any or all tenders received without assigning any reason, whatsoever.
Tenders in which any of the particulars and prescribed information are inadequate or
incomplete in any respect and / or the prescribed conditions are not fulfilled are liable to
be rejected. Canvassing in any form by the tenderers will result in their tender being
rejected.
16. TRANSFER OF TENDER DOCUMENTS:
Transfer of tender documents purchased by one intending tenderer to another is
not permissible.
17. INCOME TAX, SALES AND SERVICE TAX:
a. Payment of income tax: Income tax will be deducted at the rates as applicable from
time to time. It is open to the contractor to make an application to the Income Tax
Officer concerned and obtained from him a certificate authorising the department to
deduct income tax at such lower rate or deduct no tax as may be appropriate to his
case. Such certificate will be valid for the period specified there in unless it is
cancelled by the Income Tax Officer earlier. The contractor shall furnish PAN details.
b. VAT (Works Contract Tax)- VAT will be recovered at the rates applicable from time
to time on the contract value.
c. Service Tax:- Service Tax as applicable will be recovered at the rates applicable from
time to time for water, electricity, telephone and other services etc rendered by the
Port.
d. Executing Works Contract Service Tax:(I) The tenderer shall quote service tax if applicable on either of the following two
options:Options

Present Rate of Service Amount on which


Tax and Edu.Cess
service tax is to be
thereon
calculated

1.Service tax on Gross amount


charged as per tender less VAT
paid on transfer of property
in goods involved

4.944%

Amount of service
Tax
4

OR
2.Service tax on Gross amount
charged as per tender less
Value of transfer of property
in goods involved

12.36%

11

ii) The service tax shall be paid on submission of bills/ invoices as prescribed under service
tax rules mentioning the full details regarding Name, Address, Service Tax Registration
Number of the tenderer along with the description, classification and value of taxable
services and service tax payable thereon.
18. OPENING AND ACCEPTANCE OF TENDER: Tenders submitted by tenderers shall remain
valid for acceptance for a period of 120 days from the date of opening of the tenders. The
tenderer will not be allowed during the declared period of validity to revoke or cancel his
tender or to vary any term thereof, without the consent in writing of the Chief Mechanical
Engineer.
19. ADDENDA / CORRIGENDA :ddenda/Corrigenda to the tender documents will be issued
by the Chief Mechanical Engineer prior to the date of opening of the tenders, to clarify or
reflect modifications in the contract terms and conditions.
Such addendum/corrigendum will be distributed to each firm or person who had
purchased the tender documents.T enderers who are unable or unwilling to bring their
tenders to conform to the requirements of the Board are liable to be rejected.
20. COLLECTION OF DATA TENDERER'S RESPONSIBILITY:
The tenderer shall visit the site and acquaint himself fully with the site and
local conditions and no claims whatsoever will be entertained on the plea of ignorance or
difficulties in the execution of the work. Before submitting the tender, the tenderer shall
be deemed to have clearly understood and satisfy himself regarding the work and services,
all conditions liable to be encountered during the execution thereof and that prices, rates
and/or compensation quoted in the offer are adequate and all inclusive with respect to all
factors, circumstances and conditions likely to be incidental, both direct and indirect, to
the work and services.
The prices and amount quoted by the tenderer shall allow for all costs,
including escalation of labour, transport, insurance fees, increase in cost due to
government and other charges, direct and indirect, till the work is completed in
accordance with the scope of the contract and contract period.
21. AMBIGUITY: Should there be any ambiguity or doubt as to the meaning of any of the
tender clauses/conditions or, if any further information is required, the matter should
immediately be referred to the Chief Mechanical Engineer, V.O.Chidambaranar Port Trust in
writing, whose interpretation shall be final and binding.

12

22. TENDERER'S COMMENTS :Any comments which the tenderer desires to make shall not
be placed in the annexed documents but shall take the form of a separate statement in the
English language and giving reference to page, clause or item numbers and shall be
submitted along with the tender in the cover No.1.
23. SIGNING THE CONTRACT:The successful tenderer shall be required to execute an
agreement in the proforma prescribed by the V.O.Chidambaranar Port trust (draft enclosed
in the document) on Tamil Nadu Government State stamp paper of the required value
within 15 days from the date of issue of the notice of acceptance of the tender. In the
event of failure on the part of the successful tenderer to execute the agreement within the
above stipulated period, or the period agreed by the Port, the Earnest Money or security
deposit deposited by him will be forfeited and apart from that the Board being in such
circumstances entitled to treat the successful tenderer as in breach of contract and
proceed accordingly
24. JURISDICTION: The award of contract for the work Comprehensive Annual
Maintenance contract of cooling equipments at VOC Port Trust for a period of two
years' is subject to the legal jurisdiction of local court, Tuticorin (Tamil Nadu) and no other
court, other than court at Tuticorin (Tamil Nadu) will have jurisdiction regarding any
matters concerning the contract.
25. INSTRUCTIONS TO TENDERERS TO FORM PART OF THE CONTRACT: All these
instructions conditions, special conditions, if any, work specifications contained in the
tender document and any correspondence related to this Contract shall form part of the
agreement.
26.INSPECTION OF SITE: The tenderer is advised to visit the site before submitting their
sealed offers in order to ascertain the nature of work involved.
27. PRECAUTION AGAINST AIR AND WATER POLLUTION : Every precaution shall be taken
by the contractor to prevent air and water pollution resulting from his operations as per
requirement of the appropriate authorities. The hazardous waste shall be disposed off only
to the genuine processors having requisite approval in accordance with implementation of
hazardous waste rules 1989, notified tender environment Act, 1989 and rules regulations
made there under from time to time.
28. LABOUR :
(a) The contract labourers / employees shall display their identity card while inside the
Port area.
(b) The contractor shall furnish the personal particulars of their laborers / employees.
Also the contractors shall given an undertaking for the good contract of their
laborers / employees inside port area.
(c) The contractor shall allow his labourers the government notified national and local
festival holiday and also such closed holidays for the Port declared by the employer
and also have due regard to local religious and social customs in respect of labourers
employed by him.
13

29. EXTENSION OF TIME: i

ii

iii
iv
v

The Contractor shall commence the works on site with the period named in the tender after the
receipt by him of an order in writing to this effect from the Engineer and shall proceed with the
same with due expedition and without delay expect as may be expressly sanctioned or ordered
by the Engineer or be wholly beyond the control of the contractor.
The contractor shall maintain the rate of progress required as per schedule if the progress of
work is held up owing to circumstances, which in the opinion of the Engineer are beyond the
control to the contractor such as war stormy, weather and for other reasonable causes in the
opinion of the Engineer the Engineer may at his discretion, grant to the work in such extension
of time as he considers reasonable for the completion of the work. In such circumstances, the
contractor shall apply for extension of time within fifteen days of the hindrance on account of
which he desires such extension as aforesaid.
The execution of the work during the extended period also, shall be only under the conditions
and at the rates specified in the contract.
No claim shall be made by the contractor on the grounds of executing the work beyond the
completion period stipulated in the contract.
The contract period for the work Comprehensive Annual Maintenance contract of cooling
equipments at VOC Port Trust for a period of two years may be extendable for a period of
one year at the same terms and conditions.

30. COMPENSATION FOR DELAY: The defective equipment has to be reconditioned immediately.
The equipment taken to your workshop for attending major repairs should be brought back in good
working condition within seven days. While attending major repairs, substitute equipment of similar
make & capacity by contractors own arrangements shall be put up in service till the departmental
equipment is refixed. In case of neither the spare equipment at contractor cost is not fixed within the
stipulated period nor the departmental equipment is under repair for more than seven days, the
payment for the particular equipment will not be made for that Quarter/month/Monthly twice
respectively. Also 10% of CAMC charges for that particular equipment for that particular period will be
deducted from any money due to the contractor as liquidated damages or penalty.

31. DETERMINATION OF RESPONSIVENESS: The tender which does not satisfy the terms and
conditions as mentioned in the tender, shall summarily be rejected and shall not be considered for
further evaluation. The owner will scrutinize tenders to determine whether the tender is substantially
responsive to the requirements of the tender document. For the purpose of this clause a substantially
responsive tender is one which inter- alia confirms to all the terms and conditions, general conditions
of the entire tender documents without any deviation (or) reservation. A tender which in relation to the
estimated rates, is unrelating will be rejected as non- responsive. The decision of the owner shall be
final in this regard.

32. COMPLIANCE WITH ESI ACT:


The contractor should adhere the Employees State Insurance Act 1948 (34 of 1948)
i
If the contractor is likely to employ more than 10 employees, the contractor should have
obtained ESI code. Further the contractor should submit the ESI code number and confirm the
payments made by them.
ii
If the contractor employs less than 10 employees, the contractor should give the list of
employees to be deployed by them. The said contractor should have to pay them employer
and employee contribution to ESI in the code of VOCPT otherwise payment to contractors will
be with held.
If the contactors failed to comply with the above directions, the principle employer i.,e PORT TRUST
will recover the amount from the contractors bill and make payment to ESI.
14

33. The tenderer shall furnish the deviations if any in Technical, General & Special conditions in the
enclosed Form I & II respectively.

34) INDEMNITY BY EMPLOYER


The employer will save harmless and indemnity the contractor from and against all
claims, demands, proceedings, damages costs, charges and expenses in respect of the
matters referred to in the provision to clause damage to persons and property.
35) CONTRACT DOCUMENTS:
a) Language: The language in which the contract documents, correspondence shall be drawn
up,shall be English.
b) Documents mutually Explanatory: Except if and to the extent otherwise provided by the
contract the provisions of the general conditions of particular application shall prevail over
those of any other document forming part of the contract subject to the forgoing the several
documents forming the contract are to be taken as mutually explanatory of one another, but
incase of ambiguities or discrepancies the same shall be explained and adjusted by the
Engineer who shall thereupon issue to the contractor instructions directing in what manner
the work is to be carried out.
If there are varying or conflicting provisions made in any one document forming part of
the contract the Engineer shall be the deciding authority with regard to the intention of the
document.
Any error in description quantity or rates in schedule of works/ items or bill of quantities
or any omission there from shall not vitiate the contract or release the contractor from the
execution of the whole or any part of the works comprised there in according to drawing and
specifications or from any of his obligations under the contract.
36. COMPLIANCE WITH EPF ACT:
The contractor should adhere to EPF Act, 1952.
1. The contractor has to comply with all provisions contained in EPF and MP Act. 1952
2. Rate quoted in BOQ (Price bid) shall not include EPF component. The claim for EPF
component shall be admitted as per actual on submission of documentary proof of payment
made to EPF authorities along with full details of manpower deployed and calculation of
contribution.

15

SCOPE OF WORK
Comprehensive Annual Maintenance contract of cooling equipments such as Air
conditioners, Water coolers and Refrigerators at various locations at VOC Port Trust including
replacement of all spares, tinkering and painting etc.
1. The following maintenance works shall be carried out during Monthly Twice/ Monthly /
Quarterly maintenance of cooling equipments
i. cleaning the filter pads and cleaning the unit after removing the grills
ii. checking of wiring, checking the cooling fan and cleaning the blades and lubrication
iii. Running the compressor, checking the load current and volt on no load and load.
iv. checking the front vibration and rear condenser grills
v. checking the thermostat and measuring the temperature
vi. Tinkering and painting the rusted portion of each unit where ever necessary during
every month or quarter and painting the entire unit including the outer shell at least
once in a year. Colour and quality paints should be approved from Port authority
before painting.
vii. Gas charging whenever required.
viii. Water servicing once in every Monthly twice / monthly / once in every three months
2. Replacement: The defective components including compressor shall be replaced by
new one of the same specification and make.
3. Transport: Transportation of any equipment from the Port premises to your workshop &
vice versa for attending repairs, when it become necessary shall be done at your cost.
4. The firm has to provide minimum 2 Nos of technicians and 2 Nos of helpers on all
working days of Port for CAMC work. Also the urgent works shall be carried out on
holidays, if required.
5. The maintenance work shall be carried out in the presence of the concerned officials or
their authorized representative or users.
6. The defective equipment has to be reconditioned immediately. The equipment taken to
your workshop for attending major repairs should be brought back in good working
condition within seven days. Failing the above, substitute equipment of similar make &
capacity by your own arrangements should be put up in service till the departmental
equipment is refixed.
7. The contractor should submit a quarterly report for each equipment after the
completion of quarterly service.
8. The contractor should also carry out the maintenance works on the equipment for the
extended period of if any.
9. If the defective equipment is not rectified within the stipulated period, the rectification
works will be carried out by the department / other agencies and the cost thereof will
be deducted in the contractor bill. The contractor bill will be with held till such
deductions are made.
10. All the debris that might be accumulated during course of execution of work is to be
removed, transported and dumped outside the V.O.Chidambaranar Port trust's
campus.

16

TERMS & CONDITIONS


1. Rate: The rates are firm and final No increase in rates will be permitted on account of
escalation of price, additional duty, Tax, etc.
2. Tax: Income Tax, Works contract Tax / or any other statutory levies applicable from
time to time will be deducted at source as per rules. Service Tax will be paid extra
under production of documentary evidence.
3. Payment Terms: Payment to the Contractor will be made on quarterly basis on
satisfactory completion of works assigned. The mode of payment is through epayment. Hence the tenderer shall furnish the Bank Account Number for payment
4. Inspection: The tenderer shall inspect the site before offering their rate, in order to
access the actual work. It is responsibility of the contractor to ascertain the nature of
work as per site conditions.
5. Right: The Port reserves the right not to award the work to the lowest bidder. The Port
reserves the right to cancel any/all the tender(s) without assigning any reason. The
Port also reserves to split and award the work to two or more contractors. The Port's
decision in any of the matter(s) is final and binding on each other. If the works are not
carried out in satisfactory manner, the work order will be cancelled by the Port.
6. Damage : Any damage is caused to Port equipments while carrying out the works, it
should be attended to by the tenderer at his own cost.
7. Accidents: Any accidents including death caused to the contractor or workers during
course of execution of work or elsewhere will be taken care by the contractor(s)
themselves and Port is in no way responsible for the same. The port is not responsible
for any loss of life or damage or theft of materials. All the materials should be kept in
the safe custody of the contractor.
8. Contract Labour Act: The contractor shall comply with all necessary rules and
regulations of the contract labour (Regulation abolition) Act 1970 and 1971.
9. Transport: The transport facilities for men will not be provided by the port.
10. Safety measures: Necessary safety measures are to be taken for the work by the
contractor.
11. Entry into Port: Admission into the port is regulated by passes and the contractor shall
make his own arrangements to get passes.
17

12. Disputes: If any disputes or difference of any kind whatsoever arises, the decision of
the Chief Mechanical Engineer shall be the final.
13. The rates are firm and final and inclusive of Monthly twice/ monthly / quarterly
inspection charges, repair charges, renewal of spares if necessary etc.
14. The period of contract is two years from the date of issue of work order / date on which
the works are under taken for execution.
15. All the units covered in the contract are in good working condition and the same should
be handed over to Port in good working condition at the end of the period of contract.
16. Additional units shall be included in your contract at the same rate for which
amendment for quantity will be issued before doing maintenance work.
17. Tenderer are requested to contact the respective Electrical Sub divisions before
carrying out the maintenance work.
18. Service report shall be given for preventive maintenance and breakdown calls
separately duly signed by the Department representatives and your Service Engineer /
Mechanic.
19. Any damage is caused to Port unit while carrying out the maintenance works/repair
works, it should be attended to by the tenderer at his own cost.
20. If the maintenance works and repair works are not carried out in satisfactory manner,
the work order will be cancelled by the Port. The decision of Chief Mechanical
Engineer is final.
21. The Port's decision in any of the matter(s) is final and binding on each other.
22. Any accidents including death caused to the contractor or workers during course of
execution of work or elsewhere will be taken care by the contractor(s) themselves and
Port is in no way responsible for the same.
23. The tenderer is advised to visit the site before submitting their sealed offers in order to
ascertain the work involved in maintenance of the cooling equipment.
24. The work is required to be done with precision and high quality.
25. The materials should be transported to the work spot by the contractor at his own cost
and risk.
26. No increase in rates will be permitted on account of escalation of price, additional duty,
Tax, etc. towards the procurement of bought out items that have to be used in the
work.
18

27. The work shall be carried out in all respects with workmanship and materials of the
best substantial and approved quality (confirming to ISI standard specifications)to the
entire satisfaction of the Engineer who may reject any plant/ apparatus, materials,
workmanship which shall in his opinion be defective in quality and such rejection will
be final and conclusive. The contractor shall at his own expenses provide all materials
labour haulage, saver tools and plants in manner of aforesaid qualified craftsman in
the trade shall be employed.
28. The contractor shall make good at his own expense all defects due to faulty design
materials or workmanship on the part of the contractor during the period of one year
from the date of which the work is certified by the Engineer to have been brought to
beneficial use. Any defects noticed in the installation during a period of one year from
the date of commissioning shall be attended and rectified by the contractor at free of
cost.

The due portion of the security deposit and performance security will be

refunded after the expiry of this maintenance period.


29. The quantity given in the schedule is only approximate and payment will be made as
per actuals.
30. The contractor has to make his own arrangements for the safe custody of materials
brought to site.
31. Power to vary or omit work:-

The Engineer shall have full power subject to the

prevision next herein after contained from time to time before the works have been
taken over by notice writing to order the contractor to after, amend, omit, add to or
otherwise vary any of the works any such order shall be without prejudice to the liability
of their contractor under contract and contractor shall carry out any alteration,
amendments, omission, addition or variations so ordered and he is bound in carrying
them out by the same conditions.
32. The contract labourers/employees shall display their identity card while inside the Port
side.
33. The contractor shall make his own arrangement for ladder, scaffolding, tools, labour,
transport of materials required for the work during the execution of work.

-sdChief Mechanical Engineer


19

ABSTRACT

Sl.
Schedule
No

Description

Electrical
subdivisions

Service
I

1
2
3

A
A
A

4
5
6
7
8

A
A
A
A
A

10
11
12

B
B
B

13
14
15

B
B
C

16
C
17
C
18
C

1 Ton Window AC unit


1 Ton split AC unit
1.5 Ton window AC
unit
1.5 Ton split AC unit
2 Ton Window AC unit
2 Ton split AC unit
Water cooler
Refrigerator 165- 295
Ltr
Refrigerator 300-380
Ltr
1 Ton Window AC unit
1 Ton Split AC unit
1.5 Ton window AC
unit
1.5 Ton split AC unit
2 Ton split AC unit
1 Ton Window AC unit

II

III

Quarterly
Quarterly
Quarterly

2
4
20

16

Quarterly
Quarterly
Quarterly
Quarterly
Quarterly

38
0
27
8
9

38
3
15
4
1

11

Quarterly
Monthly
Monthly
Monthly

Monthly
Monthly
Monthly
Twice
1.5 Ton window AC
Monthly
unit
Twice
1.5 Ton split AC unit
Monthly
Twice
2 Ton Split AC unit
Monthly
Twice
Total cooling equipment

Total
IV

15
2

1
1
1
1
8
6

2 Nos
4 Nos
36
Nos
76 Nos
3 Nos
42 Nos
28 Nos
10
Nos
9
Nos
0 Nos
0 Nos
9
Nos
16 Nos
3 Nos
1
Nos
1
Nos
8
Nos
6
Nos
254 Nos

20

List of cooling equipments at Electrical subdivision - I


1.5 Ton window AC unit
Sl.
Model
Capacity
Make
Unit Sl.No
No
1
Window
1.5T
2
Window
1.5T
3
Window
1.5T
4
Window
1.5T
5
Window
1.5T
6
Window
1.5T
7
Window
1.5T
1.5 Ton Split AC unit
1.5T
1 Split
1.5T
2 Split
1.5T
3 Split
1.5T
4 Split
Split
1.5T
5
1.5T
6 Split
1.5T
7 Split
1.5T
8 Split
1.5T
9 Split
1.5T
10 Split
1.5T
11 Split
1.5T
12 Split
Split
1.5T
13
1.5T
14 Split
1.5T
15 Split
2 Ton Split AC unit
2T
1 Split
2 Split
2T

Location

Carrier
Voltas
Voltas
Voltas
Voltas
Voltas
Carrier

Traffic Admn. Office


Container Cell
Container Cell
Container Cell
Shallow Draught Berth Traffic Office
Addl.Berth Traffic Office
Port Immigration Office, Near Green Gate

500004929022005717
540-430205
26273
26039
209409
26203
500004929022005716

Carrier
Carrier
Carrier
Carrier
Carrier
Carrier
Carrier
Carrier
Carrier
Carrier
Carrier
Carrier
Carrier
Videocon
Videocon

Green gate -OUT-Cust


Green gate -OUT-Traffic
Green gate -OUT - CISF
Green gate-OUT-Cust2
Green gate -OUT-Traffic2
Green gate-OUT - CISF2
Green gate-Cust2.IN
Green gate-Traffic2-IN
Green gate - CISF2-IN
Green gate - CISF- IN
Green gate(Cust.- IN gate)
Green gate(Traffic-IN gate)
Blue gate (Traffic)
Nallathani
Musal

500223146139023927
500223146139023843
500223146139023948
500223146139023934
500223146139023913
500223146139023953
500223145139023924
500223151139024231
500223146139023928
500222946139022282
500222946139022261
500223151139024718
B000920OD : B004110

Voltas
Voltas

Green gate control room-IN


Green gate control room-OUT

4551145A11E001418
45551148P12E000328
21

Water cooler
1

water cooler

water cooler

water cooler

water cooler

water cooler

water cooler

water cooler

water cooler

water cooler

10

water cooler

11

water cooler

30 Ltr

Voltas

80 Ltr
80 Ltr

Blue Star
Blue Star

80 Ltr

Blue Star

80 Ltr
Blue Star
40/80 Ltr Usha
Sriram
80 Ltr
Voltas
80 Ltr
Blue Star
80 Ltr
80 Ltr

Voltas
Voltas

40/80 Ltr Usha


Sriram

Traffic Office-Shallow Draught


Berth
Finger Jetty -Floating Craft Office
CHER Sub Division office
(Addl.Berth)
Addl.Berth -Electrical Sub
Division
8 th Berth Traffic Office
Traffic Office Addl.Berth

110083
BJK80319-F-05
BUEL 11571 A00
BUEL 11570 A00
BUEL 46056C03
D 2052 E 90176

Deptt.Canteen Addl.Berth
Finger Jetty Marine Workshop

6010121P08J001670
BJRL9724D99

Addl.Berth 6 th Berth
Shallow Draught Berth Labour
Rest Room
Coal Jetty-II,CHLP Rest Room

6010121P08K001821
6010121P08K001842
D2052 E90146

22

List of cooling equipments at Electrical subdivision - II


Model
Sl.
1 Ton Window
1
Window
2
Window
1 Ton Split
1
Split
2
Split
3
Split
4
Split
1.5 Ton Window
1
Window
2
Window
3
Window
4
Window
5
Window
6
Window
7
Window
8
Window
9
Window
10
Window
11
Window
12
Window
13
Window
14
Window
15
Window
16
Window
17
Window
18
Window
19
Window
20
Window

Capacity

Make

Unit Sl.No.

Location

1 Ton
1 Ton

Carrier
Carrier

500005415021000000
500005415021000000

Port hospital dispensary at Zone-B


Port hospital Dy CMO OP Room

1 Ton
1 Ton
1 Ton
1 Ton

TCL
Carrier
Carrier
Carrier

TAC 12CS /H
1201 0141 482
1201 0142 821
12012011596/12012010340

Port Guest house Suit No.1 (Sit out)


Dog Kennel CISF
Dog Kennel CISF
Specialist room - Port Dispensary

1.5Ton
1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton

Voltas
Voltas
Voltas
Voltas
Voltas
LG
LG
LG
LG
LG
LG
LG
LG
LG
Carrier
Carrier
Carrier
Carrier
Carrier
Carrier

254110
4010878/U08/D831479
474618
474613
209414
703KPMZ 003851
703KPHG 005089
703KPYR 003650
703KPDT 003850
703KPJP 003212
703KPYR 003218
703KPIH 003647
707DXUN 001078
705APCA 010003
5000 0492502 2005363
5000 049725022 06970
5001 30402091 000033
5001 304412081 003718
5000 049225022 006971
5000 049225022 006975

Port Guest house Suit No.3


Type Dy.CPT Qtrs
Port school computer room
Port school computer room
Port dispensary lab
Type VI B, CVO Qtrs
Port hospital Dy CMO
Type V, No 1, CMO Qtrs
Type V, No 1,TM Qtrs
Type V, No 9 CE Qtrs
Type V, No 10 CE Qtrs
Type V, No 13 CISF Commd. Qtrs
Type V, No 19 DC Qtrs
Type VI A, FA & CAO Qtrs
Port hospital minor Operation theater
Port hospital casualty ward
Port hospital Dy CMO (RSMO)
Port dispensary RSMO
Port hospital causality ward
Port hospital causality ward ICU
23

1.5Ton Split
1
Split

1.5 Ton

Carrier

Split

1.5 Ton

Carrier

Split

1.5 Ton

Carrier

Split

1.5 Ton

Carrier

Split

1.5 Ton

Carrier

Split

1.5 Ton

Carrier

Split

1.5 Ton

Carrier

Split

1.5 Ton

Carrier

Split

1.5 Ton

Carrier

10

Split

1.5 Ton

Carrier

11

Split

1.5 Ton

Carrier

12

Split

1.5 Ton

Carrier

13

Split

1.5 Ton

Carrier

14

Split

1.5 Ton

Carrier

15

Split

1.5 Ton

Carrier

16

Split

1.5 Ton

Carrier

500222946139022259/
500223146139023929
500223151139024726/
500222951139022890
500223151139023937/
500222951139022893
500223151139024725/
500222951139022896
500223151139024721/
500222951139022895
500223151139024717/
500222951139022897
500223151139024708/
500222946139022263
500223151139024719/
500222950139022761
500223151139024714/
500222942139021911
500223151139024723/
500222951139022894
500223151139024729/
500223251139022933
500223151139024724/
500222950139022756
500223151139024722/
500222950139022762
500223151139024727/
500222950139022753
500223151139024720/
500222950139022760
500222924139018620

Type VII
Port Guest house Suit No.7
Port Guest house Suit No.7
Port hospital CMO Chamber
Port hospital CMO Chamber (Computer room)
Port hospital CMO Chamber
Port hospital Endoscopy Dy CMO (RSMO)
Port hospital Labour ward
Port hospital Labour ward
Port hospital PO Ward room no 40
Port hospital Operation Theater
Port hospital Spl. ward room no 33
Port hospital PO Ward room no 37
Port hospital PO Ward room no 38
Port hospital PO Ward room no 39
CPT bungalow (hall)
24

17

Split

1.5 Ton

Carrier

18

Split

1.5 Ton

Carrier

19
20
21
22
23

Split
Split
Split
Split
Split

1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton

LG
LG
Carrier
Voltas
Voltas

24

Split

1.5 Ton

Voltas

25

Split

1.5 Ton

Voltas

26
27

Split
Split

1.5 Ton
1.5 Ton

Carrier
Carrier

28

Split

1.5 Ton

Carrier

29

Split

1.5 Ton

Carrier

30

Split

1.5 Ton

Carrier

31

Split

1.5 Ton

Voltas

32
33
34
35
36
37

Split
Split
Split
Split
Split
Split

1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton
1.5 Ton

York
York
York
York
York
York

500223146139023959/
500222945139022265/
500223145139023827/
500222946139022276/
HEL 503 AP 0092489
805 DRVL 001511
500222924139018618
4551025M 08F 000310
4551025M 08F 000511
4810949M08F 000443
45510 82M09C001830 4561082M09
C000103
4511082M09 C001835 4511082M09
C000 343
2EX5 00DMN 8183
500223151139024728/
500222950139022751
500223151139024732/
500222950139022758
500223151139023933/
500222945139022938
500223151139023964/
500222950139022759
4551184P10D 000303 45511204P
10D 000051
265702764120200026
265702764120200299
265702764120200276
265702764120200295
265702764120200264
110101382110101282/
110102382110101398

Port hospital Lab


Special ward
Port Guest house Suit No.1
Pass section CP - 1
CPT Bungalow (office)
Port Guest house Suit No.6 (Visitors room)
Port Guest house Suit No.6 (Visitors room)
Port Guest house Suit No.4 (Visitors room)
Port Guest house Suit No.4 (Visitors room)
Port Guest house Suit No.2
Port Hospital X RAY room
Port Hospital X RAY room
Port Guest house Suit No.4
Port Guest house Suit No.5
Port Hospital Dy CMO (Specialist)
Special ward
Special ward
Special ward
Type VI A Dy.CPT Quarters
Type VI A Dy.CPT Quarters
Port dispensary (pharmacy)

25

38

Split

2 Ton Split
1
Split
2
Split
3
Split
4
Split
5
Split
6
Split
7
Split
8
Split
9
Split
10
Split
11
Split
12
Split
13
Split
14
Split
15
Split
16
Split
17
Split
18
Split
19
Split
20
Split
21
Split
22
Split
23
Split
24
Split
25
Split
26
Split
27
Split

1.5 Ton

LG

2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton
2 Ton

LG
LG
LG
LG
Voltas
Samsung
Samsung
Voltas
Voltas
Voltas
Voltas
Voltas
Voltas
Voltas
Voltas
Voltas
Voltas
Voltas
Voltas
Voltas
Carrier
Carrier
Carrier
Voltas
Voltas
Voltas
Voltas

805 DRNW 001503


804 DRPS 001216

CPT Office

HRD 501 KP 000597


HRD 501 KP 000241
HRD 501 KP 000236
HRD 501 KP 000600
4551145A11E001431
600358
600183
4551026 M08F002710
451026 M08F0001089
451025 M08F000426
4551026 M09C001214
4551026 M09C000655
4551026 M09C000732
4551026 M09C000745
920206
4511036U08 D24522826
4511036RJ08 D531497
4510946M08 E503780
4510946M08 E5003726
45110946M08 E003513
500229942139002632
500229942139002642
500229942139002635
201844
201843
4551145A11E001396
4551145A11E001411

PORT Guest house Conference hall


PORT Guest house Conference hall
PORT Guest house Conference hall
PORT Guest house Conference hall
PORT Guest house Conference hall
Port hospital Operation Theatre
Port hospital Theatre
Port Gust house Suit No.6
Port Hospital Casualty ICU
Port Hospital Casualty ICU
Port Hospital Medical store
Port Hospital Medical store
Port Hospital Medical store
Port Hospital Medical store
CPTS Bungalow at Zone- B
CPTS Bungalow at Zone- B
CPTS Bungalow at Zone-B
CPTS Bungalow at Zone - B
CPTS Bungalow at Zone - B
CPTS Bungalow at Zone - B
Special ward
Special ward
Port Hospital dental
Container pass section
Call point/Zone B CHD
Pilot rest room
Pilot rest room
26

Water cooler
1
Water cooler
2
Water cooler
3
Water cooler
4
Water cooler
5
Water cooler
6
Water cooler
7
Water cooler
8
Water cooler

80 litre
80 litre
80 litre
80 litre
80 litre
80 litre
120 litre
120 litre

VOLTAS
VOLTAS
VOLTAS
SHRIRAM
SHRIRAM
SHRIRAM
Blue star
Blue star

16220
43746
16225
D2052E90147
CM/L 9159385
D2052E90180
BuF 64107 M98
54128 G03

Zone'B' Engg Dept CIVIL


MMD office Ist floor
Maintenance office CIVIL
Electrical sub division II(T.S)
CISF ORS mess
Zone 'B' Traffic Dept
Main store issue section
Zone 'B' Dispensary

Refridgerator
1
Refridgerator
2
Refridgerator
3
Refridgerator
4
Refridgerator
5
Refridgerator
6
Refridgerator
7
Refridgerator
8
Refridgerator
9
Refridgerator
10 Refridgerator
11 Refridgerator
12 Refridgerator
13 Refridgerator
14 Refridgerator
15 Refridgerator
16 Refridgerator
17 Refridgerator
18 Refridgerator

195 Ltr
165 Ltr
165 Ltr
165 Ltr
165 Ltr
195 Ltr
165 Ltr
195 Ltr
195 Ltr
300 Ltr
260 Ltr
285 Ltr
300 Ltr
285 Ltr
285 Ltr
285 Ltr
340 Ltr
230 Ltr

LG
Videocon
Videocon
Videocon
Videocon
LG
Godrej
LG
LG
Godrej
Godrej
LG
Whirl Pool
Whirl Pool
Whirl Pool
LG
LG
LG

311NRYE005626
S-166PP 100843
S- 166 PP 100428
S- 166 PP 100175
S- 166 PP 100711
311NRNK030263
015 486
310NRVNO10967
308NRZX073093
207695
394052490
307PREV034020
310L1NC072100984

CISF Canteen
Port hospital Operation Theater
Port hospital Injection room
Port hospital Female ward
Zone B Port dispensary
Port hospital Clinical Lab
Port hospital ICU Male ward
Port hospital Dental Clinic
Port hospital Medical Store
Port dispensary Zone - B
Port hospital Medical Store
Port hospital Clinical Lab
Zone B CPT Bungalow
Port Guest House Kitchen
Port Guest House Kitchen
CISF Officers Mess
Port Hospital Clinical Lab
Port Hospital Causality

307PRKX034021
312PRDE004730
J33G3071L014074

27

List of cooling equipments at Electrical subdivision - III


1.5 Ton window AC unit
Sl.
Model
Capacity
Make
No
1
2
3

Window
Window

1.5 T
1.5 T

Window

1.5 T

4
Window
1.5 T
5
Window
1.5 T
6
Window
1.5 T
7
Window
1.5 T
8
Window
1.5 T
9
Window
1.5 T
10
Window
1.5 T
11
Window
1.5 T
12
Window
1.5 T
13
Window
1.5 T
14
Window
1.5 T
15
Window
1.5 T
16
Window
1.5 T
17
Window
1.5 T
18
Window
1.5 T
1.5 Ton Split AC unit
1
Split
1.5 T
2
Split
1.5 T
3
Split
1.5 T
4
Split
1.5 T
5

Split

1.5 T

Unit Sl.No

Location

Voltas
Voltas
LG

4010963M10E002191
280841
703KPRW003214

Voltas
Voltas
Voltas
Voltas
LG
LG
LG
Carrier
Carrier
Voltas
Voltas
Voltas
Voltas
Voltas
Voltas

209410
258098
196-012149
209442
703KPR-003214
703KPRW-003220
703KPCIS-003847
5001304020910037
50030402091000041
4010970G 10A005087
40110970A10D000919
4010970G10D021885
209444
4010700005G280841
0433589

Dy Chief Vigilance Officer


Dy Chief Engineer (Civil)
Dy. Chief Mechanical
Engineer
Telephone Exchange
Telephone Exchange
Telephone Exchange
CDC Traffic
SE (Mech) - II
Chief Vigilance Officer
Chief Vigilance Officer
Dy.Chief Mechanical Engineer
Sr.Dy.FA & CAO
SE /Civil -II
Deputy Secretary
Hindi officer
CPT Chamber
Dy.FA & CAO
PRO room

York
York
York
York

110101493110102677/ 110102493110102724
110101493110102582/ 110102493110102585
110101493110102657/ 110102493110102670
110101493110102663/ 110102493110102720

Deputy Chairman
Deputy Chairman
Chief Mech Engineer
Chief Mech Engineer

Carrier

500223146139023930/ 500222946139022780

Deputy Conservator

28

6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24

Split

1.5 T

Split

1.5 T

Split

1.5 T

Split

1.5 T

Split

1.5 T

Split

1.5 T

Split

1.5 T

Split

1.5 T

Split

1.5 T

Split

1.5 T

Split

1.5 T

Split

1.5 T

Split

1.5 T

Split
Split
Split
Split
Split
Split

1.5 T
1.5 T
1.5 T
1.5 T
1.5 T
1.5 T

Carrier

500223145139023925/ 500222950139022755

Deputy Conservator

Carrier

500223146139023932/ 500223246139022335

Chief Engineer (Civil)

Carrier

500223146139023935/ 500223246139022328

Chief Engineer (Civil)

York

1101014931102725

Secretary

York

110101031110504759

Secretary

Carrier

500223145139023926/ 500222946139022279

Harbour Master

Carrier

500223146139023947/ 500223246139022328

Traffic Manager

Carrier

500223145139023836/ 500222946139022262

Traffic Manager

Carrier

500223146139023958/ 500223246139022320

Deputy Traffic Manager

York

110101493110102655/ 110102493110102681

FA&CAO

York

110101493110102673/ 110102493110102668

FA&CAO

Carrier

500223146139023945/ 500222946139022275

Conference Hall

Carrier

500223145139023844/ 500222946139022273

Conference Hall

Carrier
Carrier
Carrier
Voltas
Voltas
Voltas

500223146139023931/ 500223246139022390
500223146139023949/ 500222946139022274
500223145139023839/ 500222946139022285
B001081OD:B004140
ID: B001182OD:B004104
ID: B004354OD:B001077

RAO Room
Chief Vigilance Officer
Chief Vigilance Officer
PA to CPT chamber
PA to CPT chamber
CPT Chamber waiting Room
29

25
31
32

Split

1.5 T

Split

1.5 T

Split

1.5 T

33
Split
1.5 T
34
Split
1.5 T
35
Split
1.5 T
36
Split
1.5T
37
Split
1.5T
38
Split
1.5T
39
Split
1.5T
2 Ton Window AC unit
1
Window
2T
2
Window
2T
3
Window
2T
2 Ton Split AC unit
1
Split
2
3
4
5
6
7
8
9
10

2T

Split

2T

Split
Split
Split
Split
Split
Split
Split
Split

2T
2T
2T
2T
2T
2T
2T
2T

Carrier

500223145139023830/ 500222946139022288

CDC Traffic

Voltas

CDC Revenue

Voltas
Carrier
Carrier
York
York
York
Voltas

4551184P1OD001206
4511204P10D000106
4551184P1OD00329
4511204P10D000223
4551135P10F002167
50019813911, 8021267
50019813911, 8021230
265701764120200236
265701764120200035
265701764120200255
C101086180409304130455

Voltas
Voltas
Voltas

AR 352717
AR 352742
AR 352745

Information Centre
Information Centre
Information Centre

Voltas

4551269A11L000133/ 4511288D11K000122

Conference Hall

Voltas

4551269A11L000031/ 4511258D11K000082

Conference Hall

Voltas
Voltas
Voltas
Voltas
Carrier
Carrier
Carrier
Carrier

M08F002406/590
M08F003399/762
A000562/626
A002848/3717
2E70-OC DMN 5362
500229942139002645/ 00273541139002570
50022994113900258/500273541139002568
500229942139002634/500273541139002564

Telephone exchange
EDP Server Room
EDP Server Room
EDP Server Room
PA to Dy.CPT chamber
Board Room
Board Room
Board Room

Voltas

CDC Revenue
Photo pass section
Cash Section
A.O Cash Section
CPT Chamber
CPT Chamber
CPT Chamber
AC/CISF Office

30

11
12
13
14
15
16

Board Room

Voltas

500229942139002636/
500273541139002675
4551269N11L000125/
4511288D11K000063
4551269N11L000112/
4511288D11K000191
4510946M09G000597
4551082M091000116
4551026M09H000827
4510946M09H000644
4551145A11E001412

80 Ltr
80 Ltr
80 Ltr
80 Ltr

Sriram
Sriram
Sriram
Voltas

D2052 E90182
D2052 E90090
D2052 E90079
6010121P08K00180

80 Ltr Admn. Building Ground Floor


80 Ltr Admn. Building First Floor
80 Ltr Admn. Building Second Floor
80 Ltr Port canteen

165 Ltr

LG

311NRQE003828

Chairman Chamber

Split

2T

Split

2T

Split

2T

Split

2T

Split

2T

Split

2T

Water cooler
1 Water cooler
2 Water cooler
3 Water cooler
4 Water cooler
Refridgerator
1 Refridgerator

Carrier
Voltas
Voltas
Voltas
Voltas

Mini Conference Hall


Mini Conference Hall
CCTV ROOM
CCTV ROOM
DC CISF

31

List of cooling equipments at Electrical subdivision - IV


Sl.
Model
Capacity
Make
Unit Sl.No
No
1 Ton window AC unit
1
Voltas
Window
1T
1.5 Ton window AC unit
Sl.
Model
Capacity
Make
No
1
Window
1.5 T
1.5 Ton Split AC unit
1
Split
1.5 T
2
Split
1.5 T
3
Split
1.5 T
4
Split
1.5 T
5
Split
1.5 T
6
Split
1.5 T
7
Split
1.5 T
8
Split
1.5 T
2 Ton Split AC unit
1
Split
2T
2
3
4
5
6

Split

2T

Split
Split

2T
2T

Split

2T

Split

2T

4011024G11L008408

Location
SS09

Unit Sl.No

Carrier

Location
Traffic Office III Berth

Carrier
Carrier
Carrier
Carrier
Carrier
Voltas
Voltas
Voltas

500198719118013378/ 500198119118016320
500198719118013382/ 500198136118020568
500198736118016815/ 500198114118010366
500198719118013374/ 500198119118016329
500198719118013369/ 500198119118016324
4551025M088004372
4551055U08E551090
4551055208E552645

6.6 KV Control Room


6.6 KV Control Room
6.6 KV Control Room
6.6 KV Control Room
6.6 KV Control Room
Traffic control room
T shed I Traffic office
T shed II Traffic office

Voltas

4551133G10D008817/ 45511150P10D000955

Signal station

Voltas

4551133G10D006988/ 4511150P10D000940

Signal station

Voltas
Voltas
York

4510946M08e000945
4510946M08e000647
110101382110101795/ 110102382110101660

SS 09
SS 09
SS 09

York

110101382110101778/ 110102382110101780

SS 09

32

Water cooler
1
Water cooler
2
Water cooler
3
Water cooler
4
Water cooler
5
Water cooler

80 Ltr
150 Ltr
150 Ltr
150 Ltr
150 Ltr

Blue star
Sriram
Sriram
Sriram
Sriram

BUEL11560A00
T2034I80220
T2034I80219
D 2052 E90172
D 2052 E90173

Wharf Crane Electrical Office


T.Shed No.1
T.Shed No.2
VOC Wharf Canteen
6.6 KV Control Room

33

FORM NO.1
SCHEDULE OF DEVIATIONS FROM TECHNICAL SPECIFICATIONS
ALL DEVIATIONS FROM THE SPECIFICATION SHALL BE FILLED IN BY THE TENDERER,
CLAUSE BY CLAUSE IN THIS SCHEDULE
SECTION NO

SPECIFICATION CLAUSE NO.

DEVIATION

The Tenderer hereby certified that the above mentioned are the only
deviations from the specification and tender terms and conditions. The other tender
specifications, terms and conditions are conforms in all respects.
Company Seal :

Signature
Designation
Company
Date

:
:
:
:

34

FORM II
EXPERIENCE
Experience in similar type of work such as supply/maintenance of cooling
equipments during the last seven years i.e31.07.14

Sl.No Name of work Value of work


executed

Contract period

Scheduled
period of
Commen- completi
completio
cement
on
n

Contractor'
s name
and
address

Note:- The copy of the work orders and satisfactory completion/ Performance
certificate attested by the Notary Public for the completed works shall be
furnished.

Contractor

35

FORM

III

FINANCIAL STATUS
Summary of yearly turnover on the basis of the Audited Balance Sheet for the
last three financial year (2010 -11, 2011 -12 and 2012 - 13)

Sl.No.

Financial year

Total Turnover

01

Year 2010 - 2011

Rs.

02

Year 2011 - 2012

Rs.

03

Year 2012 - 2013

Rs.

Note: Attach certified copies of the Audited Financial Statements attested by


Notary Public

Contractor

36

Annexure

SPECIMEN FORM OF BANK GUARANTEE BOND (FOR PERFORMANCE SECURITY)


In consideration of the Chairman representing the Board of Trustees of V.O.Chidambaranar Port
(hereinafter called "The Port") having agreed to exempt __________________ (hereinafter called "said
contractors") from the demand, under the terms and conditions of contract awarded in No
_____________ dated _________ made between _____________ and _______________ for
____________(hereinafter called "said Agreement") of Performance security for the due fulfilment by
the said contractor(s) of the terms and conditions contained in the said Agreement, on production of
Bank Guarantee for Rs.______________ (Rupees -------------------------------- only).
2.We*___(hereinafter referred to as the Bank) at the request of __ contractor(s) do hereby undertake to
pay to the Port an amount not exceeding Rs.__ against any loss or damage caused to or suffered or
would be caused to or suffered by the Port by reason of any breach by the said contractor(s) of any of
the terms and conditions contained in the said Agreement.
3.We* ___do hereby undertake to pay the amounts due payable under this Guarantee without any
demur, merely on a demand from the Port stating that the amount claimed is due by way of loss or
damage caused to or would be caused to or suffered by the Port by reason of any breach by the said
contractor(s) of any of the terms and conditions contained in the said Agreement or by reason of the
contractor(s) failure by perform the said Agreement. Any such demand made on the Bank shall be
conclusive as regards the amount due and payable by the Bank under this Guarantee. However our
liability under this Guarantee shall be restricted to an amount not exceeding Rs.____.
4.We undertake to pay to the Port any money so demanded notwithstanding any dispute or disputes
raised by the Contractor(s) in any suit or proceedings before any Court of Tribunal relating thereto our
liability under this present being absolute and unequivocal.
5. The payment so made by us under this bond shall be valid discharge of our liability for payment
thereunder and the Contractor(s) shall have no claim against us for making such payment.
6.We*_________________________________________ further agree that the Guarantee herein
contained shall remain in full force and effect during the period that would be taken for the
performance of the said Agreement and that it shall continue to be enforceable till all the dues of the
Port under or by vitue of the said agreement have been fully paid and its claims satisfied or discharged
or till the Engineering Department, V.O.Chidambaranar Port Trust certified that the terms and condition
of the said Agreement have been fully and properly carried out by the said contractor's
and accordingly discharges this Guarantee. Unless a demand or claim under this Guarantee is
made on us in writing within three months from the date of expiry of the validity of the Guarantee
period we shall be discharged from all liability under this Guarantee thereafter provided further that
the Bank shall at the request of the Port but at the cost of Contractor(s) renew or extend this Guarantee
for such further period or periods as the Port may require.
7.We *________________________________________ further agree the Port, that the Port shall have
the fullest liberty without consent and without affecting in any manner our obligations hereunder to
vary any of the terms and conditions of the said Agreement or to extend time of performance by the
said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers
exercisable by the Port against the said Contractor(s) or for any forbearance, act or omission on the part
of the Port or any indulgence by the Port to the said Contractor(s) or by any such matter or thing
whatsoever which under the Law relating to sureties would but for this provision, have effect of so
relieving us.

37

8.This Guarantee will not be discharged due to the charge in the constitution of the Bank or the
Contractor(s)
We * _______________________________________ lastly undertake not to revoke this Guarantee
during its currency except with the previous consent of the Port in writing.
9.This guarantee is valid upto ________________________ (period)
Dated the ................... day of 200 for ...................**
Indicate here the name of the Bank
Indicate here the period or date.
Contractor

38

E- Payment
To
The Financial Advisor & Chief Accounts Officer,
V.O.Chidambaranar Port Trust,
Tuticorin 628 004.

Sir, We hereby give particulars for payment of the works bill / Advanace etc
Sl
No

Particulars

Name of the contractor /Supplier

Address of the Contractor / Supplier

Name of the work for which payment is made

Estimate No ,
Work order no,

Name of the Bank in which Contractor / Supplier operating account


Either with IOB or SBI or Any other Bank(If it is other than IOB or
SBI, bank commission plus postage will be deducted)

Address of the Bank

Branch Code No

Type of Account (Whether SB A/c or current A/c)

Account No

10

PAN No

11

Service Tax Registration No

12

IFSC Code No (Bank)

13

TIN NO

Agreement No

Yours sincerely

(Signature of Contractor)

39

E-PAYMENT- Payment of contractor bills through Bank:Payment due to the contractor may , if so desired by him by made to the Bank instead of direct to him
provided that the contractor furnishes to the Engineer in- charge (1) an authorization in the form of a
legally valid account such as power of attorney conforming authority on the Bank to receive payments
and (2) his own acceptance of the correctness of the account made out as being due to him by employer
or his signature on the bill or other claim preferred against employer before settlement by the Engineer
in charge of the account or claim by payment to the Bank. While the receipt given by such banks
shall constitute a full and sufficient discharge for the payment the contractor should wherever present
his bills duly receipted and discharged through his bankers. Nothing here in contained shall operate to
create in favour of the Bank any rights or equities vis a vis the Board.
The date on which e payment to the contractor by the employer will be considered as
the date of payment for all purposes. Delay in making such payments by the employer due to to
exceptional circumstances shall not nullify or vitiate in any way or other the conditions of the contract
and the contractor shall have no claim on this account.
The Engineers may by any certificate make any correction or modification in any
previous certificate which shall be issued by him and shall have power to with hold any certificate if
the work or any part thereof is not being carried out to his satisfaction Balance payment will be
released on completion of work to the satisfaction of Engineer's Representative. No claim will be
entertained by the Port in this account.
For the e- payment Port has made working arrangements with the following Bankers
a)State Bank of India, Main Office, Tuticorin
b)Indian Overseas Bank, harbour Branch
The arrangements designed to work are as follows The amount due to the payee will be
intimated to the Port Bankers in the form of Electronic messages.
The Bank will arrange to credit the amount to the parties account through electronic transfer
failing which by other modes as detailed further.
If the payees account is with any of the computerised & net worked branches of the above
named Banks, the amount due to the payee will be credited to the payee instantly with payment of
Bank charges.
In all other cases, payment will be arranged through Bankers cheque / DDs by the State Bank of
India through speed post' or counter service for this bank charges at the appropriate rates will be
payable by the payee.

40

V.O.CHIDAMBARANAR PORT TRUST


MECHANICAL AND ELECTRICAL ENGINEERING DEPARTMENT
ELECTRICAL DIVISION - I

Tender Document

Price Bid - Cover No.II

Name of the Work:

Comprehensive Annual Maintenance contract


for cooling equipments at VOC Port Trust for a
period of two years

V.O.CHIDAMBARANAR PORT TRUST


MECHANICAL & ELECTRICAL ENGINEERING DEPARTMENT
ELECTRICAL DIVISION I
Tender Number

: MEE/SE2E1/ELE/F.18(8)/V1/2014

Name of Work

: Comprehensive Annual Maintenance contract

for cooling equipments at VOC Port Trust for a


period of two years
: Electrical subdivision I to IV

Place of work

PRICE SCHEDULE

Sl.
No

Sche
dule

(A)

(B)

1
2
3
4
5
6

A
A
A
A
A
A

Description
(C)

Unit

Quantity

Unit

Rate/unit/
Quarter OR
Month OR
Monthly twice

(D)

(E)

(F)

(G)

1 Ton Window AC unit

Quarterly

1 Ton split AC unit

Quarterly

1.5 Ton window AC unit

Quarterly

1.5 Ton split AC unit

Quarterly

1.5 Ton split AC unit

Quarterly

2 Ton Window AC unit

Quarterly

Two
years

2 Nos

(H)
X8
(8 Quarters)

4 Nos

X8
(8 Quarters)

36 Nos

X8
(8 Quarters)

39 Nos

X8
(8 Quarters)

37 Nos

X6
(6 Quarters)

3 Nos

X8
(8 Quarters)

Total amount
for two years
period
(I = E X G X H)

Sl.
No

Sche
dule

Description

(A)

(B)

(C)

Unit

Quantity

Unit

Rate/unit/
Quarter OR
Month OR
Monthly twice

(D)

(E)

(F)

(G)

2 Ton split AC unit

Quarterly

2 Ton split AC unit

Quarterly

Water cooler

Quarterly

9
10
11

A
A
A

12

13

14
15
16
17
18
19

B
B
B
B
C
C

Refrigerator
165/185/195 Ltr
Refrigerator
165/185/195 Ltr
Refrigerator
260/285/300/340 Ltr
Refrigerator
260/285/300/340 Ltr
1.5 Ton window AC unit

7 Nos

X6
(6 Quarters)

28 Nos

X8
(8 Quarters)

5 Nos

X8
(8 Quarters)

5 Nos

X6
(6 Quarters)

6 Nos

X8
(8 Quarters)

3 Nos

X6
(6 Quarters)

9 Nos

X 24
(24 Months)

4 Nos

X 24
(24 Months)

12 Nos

X 18
(18 Months)

3 Nos

X 24
(24 Months)

1 Nos

(48 Monthly
twice service)

1 Nos

(48 Monthly
twice service)

Quarterly
Quarterly
Quarterly

Monthly
Monthly

1.5 Ton split AC unit

Monthly

2 Ton split AC unit

Monthly

1 Ton Window AC unit

Monthly
Twice

1.5 Ton window AC unit

35 Nos

(H)
X8
(8 Quarters)

Quarterly

1.5 Ton split AC unit

Monthly
Twice

Two
years

Total amount
for two years
period
(I = E X G X H)

X 48
X 48

Sl.
No

Sche
dule

Description

(A)

(B)

(C)

20
21

C
C

1.5 Ton split AC unit


2 Ton split AC unit

TOTAL AMOUNT

Unit
(D)
Monthly
Twice
Monthly
Twice

Quantity

Unit

Rate/unit/
Quarter OR
Month OR
Monthly twice

(E)

(F)

(G)

Two
years
(H)
X 48

8 Nos

(48 Monthly
twice service)

6 Nos

(48 Monthly
twice service)

Total amount
for two years
period
(I = E X G X H)

X 48

254 Nos

(Items thirteen only) The details of service tax shall be enclosed in separate sheet enclosed below.
(Rupees in words
)

EWC service Tax:


(I) The tenderer shall quote service tax if applicable on either of the following two options:Options

Present Rate of Service


Tax and Edu.Cess thereon

1.Service tax on Gross


amount charged as per
tender less VAT paid on
transfer of property in
goods involved

Amount on which service


tax is to be calculated
3

Amount of service Tax


4

4.944%

OR
2.Service tax on Gross
amount charged as per
tender less Value of
transfer of property in
goods involved

12.36%

ii)The service tax shall be paid on submission of bills/ invoices as prescribed under service tax rules
mentioning the full details regarding Name, Address, Service Tax Registration Number of the tenderer
along with the description, classification and value of taxable services and service tax payable thereon.
The service Tax payment will be made against documentary evidence.
(Rupees _______________________________________________________________________ only)

CONTRACTOR

-sdCHIEF MECHANICAL ENGINEER


5

Вам также может понравиться