INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

Similar documents
INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. Of India EAST COAST ROAD, UTHANDI CHENNAI TENDER FOR

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

THE BRAITHWAITE BURN AND JESSOP CONSTRUCTION CO. LTD.

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

Tender notice Printing of Wall Calendars for the year 2015

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

Tender. for. Indian Institute of Technology Jodhpur

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

RSAC:P/TC:2019:06 Dated : Short Term Tender Notice

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED (A Govt. of India Enterprise) NIT/DGM(P-V)/AN/TRANSPORT/2140/2018 DT

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

INDIAN INSTITUTE OF TECHNOLOGY INDORE

NOTICE INVITING TENDER

HOSTEL OFFICE. Web: Phone: : within 30 days from the date of purchase order

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

TENDER NOTICE (NIT NO: CDFD/ENGG/HVAC/WORKS/ /05)

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

Tender. for. Indian Institute of Technology Jodhpur

UV-Visible Spectrophotometer

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

ANDAMAN & NICOBAR ADMINISTRATION DIRECTORATE OF SHIPPING SERVICES. Cost of Tender Document : Rs.1000/- per set. Sold to : M/s...

NOTICE INVITING TENDER

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

Standard Bid Document

TENDER FOR SUPPLY OF HAND BOOK

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

IDBI Tower, WTC Complex, Cuffe Parade, Mumbai TENDER NOTICE. Supply & installation of MS Slotted Angle Racks

No. DMHS/P & T/Sim Cards/2015/253/4624. Limited Tender Inquiry

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

PAWAN HANS LIMITED SAFDARJUNG AIRPORT NEW DELHI

NOTICE INVITING TENDER PROCUREMENT OF HT STUD 36MM X 16 TENDER NO: W /WEB DATED: DUE DATE:

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

र ष ट र य प र तर रव न स

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

TAMIL NADU TEXTBOOK AND EDUATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF

DEPARTMENT OF INFORMATION TECHNOLOGY ADDL DELUXE BUILDING, SECTOR 9 CHANDIGARH

The last date for submission of the bids is at

TENDER INVITATION FORM

PEC University of Technology, Chandigarh

Bank Note Paper Mill India Private Limited, Mysore. Invites sealed quotations for Sale of Plastic Scrap & Empty Bobbins at BNPM, Mysore.

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

COMMERCIAL TERMS AND CONDITIONS

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

Notice Inviting Tender for Purchase of Glass Jars, Plastic bottles, Entomological pins etc.

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

NOTICE INVITING TENDER

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

BHARAT HEAVY ELECTRICALS LIMITED,

INSTITUTE FOR PLASMA RESEARCH NEAR INDIRA BRIDGE, BHAT, GANDHINAGAR GUJARAT STATE Phone: Fax:

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi


DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT FOR

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

MECON LIMITED A Government of India Enterprise

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

TENDER CALL NOTICE NO.

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

No. DMHS/VBCH/P&T/Erythropoietin/ /251/4202. Limited Tender Inquiry

LOK SABHA SECRETARIAT General Procurement Branch

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

KERALA STATE SCIENCE AND TECHNOLOGY MUSEUM Vikasbhavan P.O. Thiruvananthapuram

TELANGANA FOODS (formerly A.P.Foods) (An ISO 22000:2005 Certified Public Enterprise)

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

IMPELLER FOR BHEL BOILER DESCRIPTION, QUANTITY & ARTICLE CODE

LAKWA THERMAL POWER STATION

NOTICE INVITING TENDER

TENDER DOCUMENT. Sub: Tender for transportation of Paraffin wax - Opening on at 4:00 PM

KERALA STATE SCIENCE AND TECHNOLOGY MUSEUM Vikasbhavan P.O. Thiruvananthapuram

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

Transcription:

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS 600 119 TENDER FOR DISMANTLING & REMOVING OF BOATS, DAVITS & RELATED ACCESSORIES AT CHENNAI PORT TRUST AND TRANSPORTING & PLACING IN INDIAN MARITIME UNIVERSITY, CHENNAI CAMPUS, UTHANDI, CHENNAI TENDER NO: IMU-CC/DIR/BOATS/2016 Last Date for Submission : 15:00 HRS on 23 th June 2016

NOTICE INVITING TENDER Tender No: IMU-CC/DIR/BOATS/2016 Indian Maritime University-Chennai Campus, invites sealed tenders from the reputed agencies for dismantling, removing, transporting and placing the boats, davits and related accessories at the specified location in Chennai Campus, Uthandi. Name of the Work : Tender for dismantling & removing of boats, davits & related accessories at Chennai Port Trust and transporting & placing in Indian Maritime University, Chennai Campus, Uthandi, Chennai EMD : Rs.10,000/- Last date for submission : 23/06 /2016 at 15.00 HRS Cost of Tender Document : Nil Opening of bid : 23/06/2016 at 15.30 HRS For details please visit our website: imu.edu.in Detailed Tender document can be downloaded from the website and may also be obtained from office of the Deputy Registrar (Admin), Indian Maritime University CC, East coast road, Uthandi,Chennai 600 119 during working hours before 23/06/2016 (last date).

INDIAN MARITIME UNIVERSITY (A Central University, Govt. of India) CHENNAI CAMPUS TENDER ABSTRACT 1. NAME OF WORK : Tender for dismantling & removing of boats, davits & related accessories at Chennai Port Trust and transporting & placing in Indian Maritime University, Chennai Campus, Uthandi, Chennai. 2. LAST DATE & TIME OF SUBMISSION : 23/06/2016 at 15.00 HRS 3. DATE & TIME OF OPENING BID : 23/06/2016 at 15:30 HRS 4. COST OF TENDER DOCUMENT FORM : NIL Kindly note that the tender should be submitted in single cover with complete details including Earnest Money Deposit (EMD)

Section I - General rules and Directions for the Guidance of the Tenderers 1. Introduction The Indian Maritime University, Chennai Campus, Chennai - 600 119, (hereinafter referred to as the Employer), the Employer a body established by an Act of Parliament (Indian Maritime University Act 22 of 2008) invites tender for Tender for dismantling & removing of boats, davits & related accessories at Chennai Port Trust and transporting & placing in Indian Maritime University, Chennai Campus, Uthandi, Chennai. 1.1 TENDER DOCUMENT The Tender Document can be downloaded from the IMU website www.imu.edu.in and may also be obtained from office of the Deputy Registrar (Admin), Indian Maritime University CC, East coast road, Uthandi,Chennai 600 119 during working hours before 23/06/2016 (last date). 1.2 SUBMISSION The Tender shall be submitted in the prescribed format as hand delivery / by Registered / Speed Post, so as to reach the Office of THE DIRECTOR, INDIAN MARITIME UNIVERSITY,CHENNAI CAMPUS, EAST COAST ROAD, UTHANDI, CHENNAI-600 119 up to 15:00 HRS on or before 23.06.2016. 1.3 OPENING DATE The Tender will be opened in the presence of authorized representatives of the bidding firms who choose to attend at 15:30 hrs on 23/06/2016 in the IMU Chennai Campus Office East Coast Road, Uthandi, and Chennai 600119.

1.4 SCOPE OF TENDER a) Removal of 03 nos. of Life boats & Davits and 01 no. of Rescue boat with single arm davit together with related accessories belonging to IMU, Chennai Campus at Chennai Port Trust, transporting and securing them safely at IMU, Chennai Campus, Uthandi. b) The successful bidder has to obtain special contingency insurance policy/appropriate policy for the above work for the following values of the boats in the name of Indian Maritime University from date of commencement of work till the Completion of the work i. Open Boat: Rs. 15 Lakhs ii. Enclosed Boat: Rs. 15 Lakhs iii. Rescue Boat: Rs. 15 Lakhs iv. Life Boat: Rs.4 Lakhs c) Removal of davits from place after cutting out the holding down bolts. d) Removal of falls (runner wire) from the hooks, drum and securing safely. e) Loading the boat, davits and wires on to a commensurate vehicle for transporting to IMU Chennai campus. f) Transportation of the boats safely as per the safety norms and as per regulations and guidelines in force g) Unloading the boats and davits at IMU Chennai campus and securing them safely over the cradle.

h) All the machines and equipments required for this purpose are to be arranged by the bidder. i) Fabrication of suitable cradles as per the specifications mentioned in bid document 1.5 Eligibility Criteria 1. The tenderer shall have minimum 03 years of experience in repair and handling of boats / Ship repair. (Mode of Proof: Copy of Purchase Order/Contract showing that the Bidder had been in the similar business for the last three years (i.e from 2013-14 2014-15, 2015-16) 2. The tenderer shall not have been blacklisted during the last 03 years by the departments/ministries of the Government of India/PSUs/Corporate Sectors/Educational Institutions/any other reputed organisations. (Declaration has to be submitted by the bidder) Documentary proof for meeting eligibility criteria shall be enclosed with the tender. 1.6 Earnest Deposit Money: The bidder shall have to pay the Earnest Money Deposit of Rs.10,000/- (Rupees Ten thousand only) in the form of Demand Draft drawn in favour of Indian Maritime University, Chennai 600119 on any Indian Nationalized Bank payable at Chennai and enclose the same along with the Bid. Tenders not accompanied by EMD shall be rejected and no other form of payment will be accepted.

The EMD of the tenderers who are not qualified will be returned within one month from the date of opening of bids. The EMD of the L-1 firm, whose offer will be accepted, will be refunded within a period of one month after remittance of the Security Deposit. The EMD will be forfeited in the following cases: a) If the tenderer withdraws the tender after opening; or b) If the successful tenderer fails to submit the Security deposit within 15 days from the date of issue of Work order. 1.7 The Security Deposit: The successful bidder should pay an amount of 10% of the contract value in the form of demand draft from any nationalized bank drawn in favour of Indian Maritime University payable at Chennai, Within 2 days of the of notification of the award. The EMD already paid can be adjusted against the Security Deposit. IMU reserves the right to deduct any amount due for recovery from the contractor out of the Security Deposit amount. deposit and EMD will not bear any interest thereof. The security 1.8 WORK COMPLETION PERIOD The work as mentioned in the scope of tender shall be completed within 15 days from the date of award in all aspects. 1.9 PAYMENT TERMS (a) 100% payment will be made on successful completion of work after certifying by the authorized person.

(b) The security deposit shall also be refunded within one month of completion of work. 1.10 VALIDITY The tender shall be valid for a period of 45 Days from the last date for submission of the tender. 1.11 CORRIGENDUM Any corrigendum if required in the tender document will be displayed in the website. 1.12 CLARIFICATION / INFORMATION Any clarification/information can be obtained from the Deputy Registrar (Admin) at the IMU Chennai Campus and it will also be available in IMU website.

Section II - INSTRUCTIONS TO TENDERERS 2.1 Tender should be submitted in sealed tamper proof cover superscribed with the name of the work. All pages of tender documents, conditions, corrigendum if any and drawings etc. shall bear the signature of the tenderer at the lower right hand corner. The tender should bear the full signature of the tenderer or if the tenderer is partnership firm, then tender should bear the full signature of all the partners or the signature of the person holding power of attorney on behalf of such tenderer and in case the tenderer is a Pvt. Ltd. or Public Ltd., Co. by any competent / authorized person duly authorized by an official not below the rank of Director or Chief Executive of the Board. Any corrigendum or addendum will also form the part of the tender document and will have to be submitted by the tenderer along with the tender. 2.2 The Tenderer must bid for the complete work in toto. The tenderer shall quote his rate for the complete work mentioned in the price bid both in figures and in words and also fill up the amount column without any omission. In case, the tenderer has not filled the particular column in the price bid then the bid shall not be considered & it will be summarily rejected. The quoted price should be inclusive of all taxes and duties etc. No escalation what so ever will be allowed during the tender period. 2.3 In case any clarification is required, the tenderer may obtain it in writing, well in advance, from the Deputy Registrar (Admin). In any case the tenderer will be responsible to bind himself to the terms & conditions, corrigendum if any, and specifications of the tender once submitted by him. 2.4 The Tenderers are required to submit the bid in single cover system as per prescribed proforma.

2.5 The bid shall include a) Duly filled in Tender-Document including all relevant details and certificates. (including price schedule). b) Experience certificate for repair & maintenance of boats during the last 03 years. c) Self declaration regarding blacklisting status during last 03 years. d) EMD fee of Rs.10,000.00 (Rupees Ten Thousand only). 2.6 The sealed tender envelope shall be addressed to: THE DIRECTOR, INDIAN MARITIME UNIVERSITY, CHENNAI CAMPUS. EAST COAST ROAD, UTHANDI, CHENNAI 600119. 2.7 All communication with regard to this tender is to be addressed to the above address only. 2.8 The completed tenders should be submitted before 15:00 hrs on 23/06/2016 at the above address. 2.9 The IMU, in exceptional circumstances, and in its sole discretion reserves the right to extend the tender due date by issuing a corrigendum. 2.10 The tenders will be opened in the presence of the authorized representatives of the tenderers who choose to attend the tender opening at 15:30 hrs on 23/06/2016 at the INDIAN MARITIME UNIVERSITY, CHENNAI CAMPUS, EAST COAST ROAD, UTHANDI, CHENNAI-600 119.

2.11 The offer will remain valid for a period of 45 days from the last date for submission of tender. 2.12 IMU reserves the right to cancel or withdraw the tender any time. IMU also reserves the right to reject part /full of any or all tenders without assigning any reasons thereof. 2.13 The TENDER BID (application to qualify) shall contain only the relevant data and information as sought by the University. 2.14 All information called for in the enclosed forms should be furnished/filled against the respective columns in the forms. If information is furnished in separate documents, reference to the same should be given against respective columns. Such separate documents shall be chronologically placed at the end of the prescribed application. If information is nil it should also be mentioned as nil or no such case. If any particulars / query is not applicable in case of the Tenderer, it should be stated as not applicable. However, the Tenderers are cautioned that not giving complete information called for in the Tender forms required, not giving it in clear terms or making change in the prescribed forms or deliberately suppressing the information may result in the Tenderer being summarily disqualified. 2.15 The Tenderer should sign in each page of the application. 2.16 Overwriting should be avoided. Correction, if any, shall be made by neatly crossing out, initialing, dating and rewriting. 2.17 References, information and certificates from the respective clients certifying suitability, technical knowhow or capacity of the Tenderer

should be signed by an officer not below the rank of Class I officers or equivalent. 2.18 The Tenderer may furnish any additional information which he thinks is necessary to establish his capabilities to successfully complete the envisaged work. However the Tenderers are also advised not to attach superfluous/additional information beyond the requirements of the Bid. No information will be entertained after bid is submitted, unless it is called for by IMU. 2.19 Documents submitted in connection with the tender will be treated as confidential and will not be returned. 2.20 FINAL DECISION MAKING AUTHORITY The employer reserves the right to accept or reject any application and to annul the qualification process/tender process and reject all applications at any time without assigning any reason or incurring any liability to the Tenderers. 2.21 Settlement of Disputes: Should any dispute arise between the Bidder and the IMU which cannot be resolved amicably through mutual negotiations, the same shall first be resolved through Arbitration, failing which in a Court of competent jurisdiction based in Chennai irrespective of the locus of the dispute. 2.22 Conditional tender will be rejected without assigning any reason. 2.23 The contractor shall be primarily liable to all applicable statutory payments to be made under, and for the observance of the regulations without prejudice to the University s right to be indemnified from its contractor.

2.24 Termination of Contract: The competent authority of IMU accepting the tender may without prejudice to the right against the contractor in any delay or inferior workmanship or otherwise or to any claims for damage in respect of any breaches of contract and without prejudice to any rights or remedies under the provision of this contract or otherwise and whether the date of completion has or has not elapsed by notice in writing, absolutely determines whether the contract can be terminated in any of the following cases : a) If the contractor has been given by Director or his representative a 7 days notice to rectify, or replace any defective work and in the opinion of Director or his representative that the contractor will be unable to complete the work and secure completion of the work by the date of completion. b) If the contractor, being a company pass a resolution or the court shall make order that company shall be wound up or any instructions are received from Income Tax department or any Government Organization. c) If the contractor commits breach of any of the terms and conditions of the contract then decision of the Director, IMU Chennai Campus is final. d) If the contractor becomes insolvent, when the contractor has made himself liable for action under any of the cases aforesaid. The Director on behalf of IMU shall take action as under: i) To terminate or annul the contract and upon such termination or rescission, security deposit of the contractor shall be liable to be forfeited and shall be at disposal of the IMU.

ii) To carry out the balance work through another agency and recover the balance amount arising out of difference between the later rate and former rate from the original selected tenderer, from any amount payable to him including Earnest Money, any bills payable, Security Deposit or any amount payable to him for any other work. iii) To take possession, of any tools, plants, materials and stores in or upon the work or site thereof belonging to the contractor and procured by the contractor and intended to be used for execution of work and given due credit while setting account or given requisite notice to remove all such materials failing which action shall be taken to either remove them from the site of work at the contractor s expense or sell them by auction on account of contractor at his risk and cost. 2.25 If the contractor violates rules and regulations of the University or damages the University property, a penalty of 5% of the work order amount will be recovered from their dues in addition to the actual rectification / replacement costs. 2.26 IMU reserves its rights to divide the work among different agencies or not to execute any items in the schedule of work or to call any agency for negotiation without assigning any reason and without giving any reference to anybody and also to divide the work among two, three agencies. 2.27 No work will be sub-letted to other agency, if found the said agency will be black listed by intimating to the other organization 2.28 No mobilization advance will be given to the contractor.

Section III - General Terms and Conditions 1. The Supplier should adhere to the schedule of completion of work as per the IMU instructions. 2. The work should be completed within the stipulated time, otherwise action will be taken for alternative arrangement at the risk and cost of the tenderer. 3. The payment will be processed only after the complete execution of work and certification from the authorised department. 4. Delay in completion of work will attract penalty at the rate of 0.5% value for every day of the delayed period subject to maximum of 10%. In case of delayed completion of work beyond the stipulated time, the university also reserves the right to blacklist the firm. 5. Price: Inclusive of all taxes and charges. 6. The successful bidder should complete all the work in all respects within 15 days of issue of work order. 7. Invoice should be in the sequence as given in the purchase order to ensure clarity and accountability. 8. It is the responsibility of tenderers to visit the site (i.e Chennai Port Trust, Timber Pond area and Indian Maritime University, Uthandi, Chennai) and obtain all information necessary for the purpose of preparing tenders. Tenders must inspect and fully satisfy themselves as to: a) The requirements and extent of the works. b) The means of access to the site. c) The topographical features of the Site which may affect the tender

To THE DIRECTOR INDIAN MARITIME UNIVERSITY, CHENNAI CAMPUS, EAST COAST ROAD, UTHANDI, CHENNAI 600 119 Section IV- FORMS 1. FORM OF TENDER Sir, 1. Having perused the Scope of Tender for dismantling, removing, transportation & placing of boats, davits & related accessories from Chennai Port Trust to Indian Maritime University, Uthandi, Chennai, we, the undersigned submit our offer to IMU and hereby specifically undertake to do the following should our tender-bid be accepted. 2. We hereby undertake to furnish an Initial security deposit in the manner set-forth in the Instruction to Tenderers and to commence the work at site within 03 days from the date of issue of the work order. 3. We undertake to enter into and execute an agreement with IMU in the prescribed format in accordance with the conditions of Contract within 05 days from the date of issue of the work order. 4. Unless and until a formal agreement is prepared and executed, our tender-bid together with IMU s written acceptance thereof, shall constitute a binding Contract between us. 5. We shall and hereby undertake to abide by the terms and conditions of this tender for a period of 45 days from the day of opening of the

Tender-Bids. We shall if so required, extend the validity of the offer for such period as may be mutually agreed upon. 6. We further agree that in the event of our withdrawing our tender-bid prior to the receipt of the final decision from IMU or in the event of our failing to furnish the Performance Security, in such form as prescribed in this Tender or in the event of our tender-bid being accepted and we fail to execute an agreement in the prescribed format within 05 days from the date of issue of work order to commence work, then the EMD submitted along with our tender-bid shall stand forfeited without requiring the performance of any further act whatsoever by IMU. 7. We are aware and acknowledge that IMU is not bound to accept the lowest or any tender that IMU may have received. 8. Should our tender-bid be accepted, we find ourselves to be wholly and solely responsible for the due performance of the Contract. 9. Should our tender-bid be accepted, we undertake to perform the work of Tender for dismantling & removing of boats, davits & related accessories at Chennai Port Trust and transporting & placing in Indian Maritime University, Chennai Campus, Uthandi, Chennai at the price quoted in the Tender-bid during the stipulated Contractual period from the date of the execution of the Contract and strictly abide by the conditions of the Tender. Dated at Chennai this day of 2016. Signature in the capacity of duly authorized to sign the tender-bid for and on behalf of. (IN BLOCK CAPITALS) 1) (2)

Section IV- FORMS 2. PRICE BID Tender for dismantling & removing of boats, davits & related accessories at Chennai Port Trust and transporting & placing in Indian Maritime University, Chennai Campus, Uthandi, Chennai Tender No: IMU-CC/DIR/BOATS/2016 The tenderer shall quote his rate as mentioned in the price bid both in figures and in words and also fill up the amount column without any omission. In case, the tenderer has not filled any column in the price bid then price bid shall not be considered at any cause. The quoted price should be inclusive of all taxes and duties etc. No escalation what so ever will be allowed during the contract period.

Bill of Quantity (BOQ) S.No Probable Qty Description 1 3 Removing of boats from the davits, Dismantling of the davits, loading and transporting of davits, boats, and other accessories form Chennai port Timber Pond area to IMU, Chennai campus Uthandi and securing the boats in the allocated area over MS cradle. ( Payment for cradle will be made separately) 2 1 Dismantling, loading and transporting of single davit, rescue boat and other accessories from Chennai port Timber Pond area to IMU, Chennai campus Uthandi and securing the boat in the allocated area. Rate in Figures and in Words Rs. P. Unit in Figures and in Words 1 No ( One Number) 1 No ( One Number) Amount

3 1200 Supplying, fabricating boat cradles ( 3 nos) suitable for the carriage of the boat, and for placing the boats in specified location at IMU, Chennai campus, Uthandi, in accordance with the following minimum specifications. Two cradle sections must be provided. One for the bow, and one for the stern. Cradles should be made of M.S structural members with bracing and cross bracing and painted with epoxy paint over a coat of primer. The cradle must conform as closely as possible to the shape of the hull. The bow and stern cradle sections should keep the boat in an upright position and the weight of the boat should be carried on the keel. 1 KG ( One Kilogram) Undertaking: 1. I/we agree that the rates are including all taxes, Insurance ( Special Contingencies/ appropriate insurance) duties, VAT, service charge and levies etc. 2. I/we agree that the rates are including charges for Securing passes from Chennai Port Trust for men and materials required for

dismantling of the boats and davits and for lorries/ trailers and crane for the above. 3. I/we agree that in case the work is not completed within stipulated time, then the replacement cost incurred by IMU in getting the work done from the open market will be recovered from me/us. 4. I/We understand that IMU reserves the right to reject or accept any tender including the lowest, cancel the tender process and reject all tender (Signature of the Bidder with seal)