PAKISTAN NATIONAL SHIPPING CORPORATION (STATUARY CORPORATION, ESTABLISHED UNDER THE ORDINANCE, XX OF 1979)

Similar documents
TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

Invitation for Tender and Instructions to Bidders

REQUEST FOR PROPOSAL PUNJAB PROCUREMENT RULES, 2014)

Invitation for Tender and Instructions to Bidders SUB: PROCUREMENT OF (PTO ASSY POWER TAKE OFF )

Standard Bidding Documents. For. KMU Annual report

Tender Document PROVISION OF SECURITY SERVICES IN HEAD OFFICE OF PUNJAB THERMAL POWER (PVT) LIMITED. Punjab Thermal Power (Pvt) Ltd ( PTPL )

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

TENDER DOCUMENT FOR SMIU CANTEEN

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

BHARAT HEAVY ELECTRICALS LIMITED,

The last date for submission of the bids is at

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

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

BALMER LAWRIE & CO. LTD.

Board of Intermediate Education Bakhtiari Youth Center, North Nazimabad, Karachi

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

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

TENDER NO: BL/CFS/MUM/473 TECHNICAL / COMMERCIAL BID. Tender Document for. [Providing and fixing of 150 years logo board on wall]

PUNJAB TECHNICAL UNIVERSITY,

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

Biotech Park, Lucknow

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

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

TENDER DOCUMENT FOR. Annual Contract for English and Hindi Typing at NABARD Regional Office, Dehradun

STANDARD BIDDING DOCUMENTS FOR NATIONAL COMPETITIVE BIDDING

NOTICE FOR EMPANELMENT OF SUPPLIERS FOR PURCHASE OF GENERAL STATIONERY ITEMS AT NBSC, LUCKNOW

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

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

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

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

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

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

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

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

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

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

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

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

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

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

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

ADMIN/PHOTOCOY&BINDING/816 / July 2016 SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICE AT ICSI HQ NEW DELHI

GENERAL TERMS AND CONDITIONS OF TENDER

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

Notice for inviting Tender for hiring of vehicle

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

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

TERMS AND CONDITIONS I. GENERAL CONDITION OF TENDER GENERAL CONDITIONS OF THE CONTRACT

Standard Bidding Documents. For. Furniture. for kims-kohat

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

AGREEMENT WITH BUILDER. NAME or COMPANY NAME: ADDRESS:

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

क न द र य वद य लय ए.एफ.एस, ब रझ र

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

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

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

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

Please purchase PDFcamp Printer on to remove this watermark.

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

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

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

LAKWA THERMAL POWER STATION

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31

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

Life Insurance Corporation of India Divisional Office, Jeevan Prakash Circuit house Road,Jodhpur PIN Ph

Expression of Interest For. Comprehensive Annual Maintenance Contract of Air Conditioners of various types and Tonnage existing

E. S. I. C. HOSPITAL, SECTOR 9-A, GURGAON (HARYANA) Tender No. 13(2)U/16/55/Emp.Chemist/RC/M.Store/2010

COMMERCIAL TERMS AND CONDITIONS

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

TENDER DOCUMENT. For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year

SUBSTITUTION AGREEMENT

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender

TENDER DOCUMENT FOR RUNNING OF PHOTOCOPIER STALL AT SCHOOL OF UNANI MEDICINE JAMIA HAMDARD HAMDARD, NAGAR NEW DELHI 11006

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

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

Tender No.3558/H/2012/Roots Dated:

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

TENDER FOR SUPPLY OF HAND BOOK

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

Notice for inviting E-Tender for hiring of vehicles

Sub: Invitation to Tender Enquiry for supply of Towel

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

Sub: Tender Enquiry Rate Contract for supply of X-Ray Films & Radiology Chemicals (Retender).

Indian Institute of Information Technology Pune

REQUEST FOR PROPOSAL For Food Plaza for Leasing

BALMER LAWRIE & CO. LTD.

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

LOK SABHA SECRETARIAT General Procurement Branch

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A Govt. of India Enterprise) Branch Office, Naini, Allahabad Udyog Nagar, Naini, Allahabad (UP)

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

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

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

Expression of Interest Pre-Qualification of Contractors for Provision of Pure Drinking Water/Bottled Water (No. CUI-PS/19(01)/2002)

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

Transcription:

PAKISTAN NATIONAL SHIPPING CORPORATION (STATUARY CORPORATION, ESTABLISHED UNDER THE ORDINANCE, XX OF 1979) TENDER FOR SERVICING OF INFLATABLE LIFE RAFTS ONBOARD PNSC MANAGED VESSELS IN KARACHI PORT & PORT MUHAMMAD BIN QASIM FOR A PERIOD OF TWO YEARS 2018 TO 2020 (INVITATION TO BIDS) 1. BIDS UNDER SEALED TENDER ON PRESCRIBED FORMS ARE INVITED FROM INTERESTED REPUTABLE FIRMS FOR SERVICING OF INFLATABLE LIFE RAFTS ONBOARD PNSC MANAGED VESSELS IN KARACHI PORT AND PORT MUHAMMAD BIN QASIM FOR A PERIOD OF TWO YEARS 2018 TO 2020. FIRMS DULY ACCREDITED BY MERCANTILE MARINE DEPARTMENT (M.M.D). 2. BIDDERS / FIRMS ACCREDITED AND HOLDING N.T.N, S.R.B REGISTRATION, VALID SINDH PROFESSIONAL TAX WHERE APPLICABLE AND HAVING MINIMUM 03 YEARS EXPERIENCE MAY APPLY. (COPIES OF ABOVE CERTIFICATES MUST BE PROVIDED). 3. BIDDERS/FIRM MUST BE ENROLLED / ENLISTED ON ACTIVE TAXPAYERS LIST (A.T.L) FROM F.B.R. 4. BIDDING DOCUMENTS MAY BE OBTAINED FROM 1 ST FLOOR, FLEET MANAGEMENT DEPARTMENT, PNSC BUILDING MENTIONED HEREUNDER, FROM MONDAY TO FRIDAY DURING 9:30 AM TO 4:30 PM, THE BIDDING DOCUMENTS ALSO CAN BE DOWNLOADED FROM PNSC WEBSITE www.pnsc.com.pk TILL APRIL 4 th, 2018. 5. TENDER DOCUMENTS ON PRESCRIBED FORMS ACCOMPANIED WITH BID SECURITY MONEY PKR: 75,000/- (REFUNDABLE TO UNSUCCESSFUL BIDDERS) THROUGH PAY ORDER / BANK DRAFT IN FAVOR OF PAKISTAN NATIONAL SHIPPING CORPORATION WILL BE RECEIVED IN TENDER BOX, PLACED AT CONFERENCE ROOM, FIRST FLOOR, PNSC BUILDING UP TO 1100 HOURS ON APRIL 5 th, 2018. BIDS WILL BE OPENED ON THE SAME DAY AT 1130 HOURS AT ABOVE MENTIONED ADDRESS, BIDDERS REPRESENTATIVES WHO WISH TO ATTEND CAN DO SO. 6. PNSC RESERVES THE RIGHT TO ACCEPT OR REJECT ANY OR ALL QUALIFIERS STRICTLY AS PER PPRA, 2004 AND NO CLAIMS WHATSOEVER IN THIS RESPECT SHALL BE ENTERTAINED. PNSC S DECISION IN THIS RESPECT SHALL BE FINAL AND BINDING UPON ALL QUALIFIERS. FURTHER INFORMATION IS AVAILABLE ON PNSC WEBSITE: www.pnsc.com.pk OR MAY BE OBTAINED FROM THE FOLLOWING. FLEET MANAGEMENT DEPARTMENT, FIRST FLOOR, PNSC BUILDING, M.T. KHAN ROAD, KARACHI. PHONE: 92-21-99203961 / 92-21-99204000 E-MAIL: vfleet@pnsc.com.pk / www.pnsc.com.pk

Dated: APRIL 5 th, 2018 PAKISTAN NATIONAL SHIPPING CORPORATION TENDER FOR SERVICING OF INFLATABLE LIFE RAFTS ONBOARD PNSC MANAGED VESSELS IN KARACHI PORT & PORT MUHAMMAD BIN QASIM FOR A PERIOD OF TWO YEARS 2018 TO 2020 BID FORM WE FEEL PLEASURE TO QUOTE RATES FOR THE UNDER MENTIONED SCOPE OF WORKS AS FOLLOWS: SR. # 1 DESCRIPTION ANNUAL SERVICING OF LIFE RAFTS LUMP SUM CHARGES / UNIT AT KARACHI HARBOUR / PORT QASIM INCLUDING PAINTING AND MINOR REPAIR OF LIFE RAFTS CONTAINER. WEIGHTAGE UNIT QTY NOS 30 UNIT RATE INCLUDING TAX TOTAL AMOUNT INCLUDING TAX 2 ADDITIONAL TRANSPORTATION CHARGES FOR PORT QASIM / FOTCO / BULK PIERS. NOS 06 3 ADDITIONAL TRANSPORTATION CHARGES FOR ATTENDING TANKERS AT KARACHI ON OIL PIERS. NOS 06 4 CHARGES IN CASE OF LIFE RAFTS REJECTION BY MMD SURVEYOR (INCLUDING MMD SURVEY FEES) NOS 04 5 REPLACEMENT OF DISPOSABLE HRU (HAMMER OF EQUIVALENT VALIDITY MINIMUM 01 YEAR) NOS 15 6 7 REPLACEMENT LIFE RAFTS CAPACITY 06 TO 10 PERSON OF AGE MAX 05 YEARS COMPLETE WITH VALID SERVICE CERTIFICATE FOR ONE YEAR. REPLACEMENT LIFE RAFTS CAPACITY 15 TO 25 PERSON OF AGE MAX 05 YEARS COMPLETE WITH VALID SERVICE CERTIFICATE FOR ONE YEAR. NOS 04 NOS 08 8 AIR PRESSURE TEST OF IMMERSION SUITS NOS 75 TOTAL AMOUNT OF PKR: (INCLUDING TAX) RUPEES IN WORD: ONLY) Note: 1. Rates for all items must be quoted and no item is to be left out. 2. Weightage is indicative and relevant for the purpose of evaluation only. 3. Bid Validity 90 days COMPANY NAME: SIGNATURE: COMPANY SEAL:

PAKISTAN NATIONAL SHIPPING CORPORATION TENDER FOR SERVICING OF INFLATABLE LIFE RAFTS ONBOARD PNSC MANAGED VESSELS IN KARACHI PORT & PORT MUHAMMAD BIN QASIM FOR A PERIOD OF TWO YEARS 2018 TO 2020 TERMS AND CONDITIONS 1. Tender documents comprise of: a. Bid Form b. Profile of Bidder c. Terms & Conditions and d. Draft Contract 2. Tender documents (1a to 1c above) duly completed signed and stamped, along with draft contract (1d above) duly initialed and accompanied by Bid Security Money of Rs.75,000/- (Rupees Seventy Five Thousand Only) in shape of bank draft / pay order in favour of Pakistan National Shipping Corporation as per prescribed Terms & Conditions shall be dropped in tender box at Conference Room, 1 ST Floor PNSC Building M.T Khan Road, Karachi in Sealed envelopes marked Tender for Servicing of Inflatable Life Rafts onboard P.N.S.C Managed Vessels at Karachi Port and Port Muhammad Bin Qasim by 1100 hours on April 5 th, 2018. Tender documents submitted with out Pay order/ Bank Draft of Bid Security Money and / or being uncomplete will be liable for rejection. 3. Bid Security Money is adjustable with security deposit in case of successful bidders. Bid Security Money from unsuccessful bidder will be refunded (without any interest) within seven days of the decision for awarding of contract. 4. Bid validity would be 90 days from date of submission of Tender Documents 5. ELIGIBILITY CRITERIA: The bidder must have following qualifications to be eligible to participate in the bidding and provide relevant documents as mentioned in parenthesis: i. BIDDERS/FIRMS ACCREDITED AND HOLDING N.T.N, S.R.B REGISTRATION, (COPIES OF CERTIFICATES MUST BE PROVIDED). BIDDERS/FIRM SHOULD BE ENROLLED / ENLISTED ON ACTIVE TAXPAYERS LIST (A.T.L) FROM F.B.R. i iv. Permission from Port Authorities for working in the respective port area for the services (Copies of valid entry passes for Karachi Port and Port Qasim Authorities) Experience of working in the field for minimum 03 years. (Copies of work certificates or establishment of the entity) v. Up to date in Paying Professional Tax of Sindh Government, if applicable. (Copies of Tax Payment Challans for current period or confirmation of grounds for in-applicability on letterhead of the entity) vi. v vi ix. Registration / Accreditation / Approval of Mercantile Marine Department (copy of valid certificate) Copy of valid dealership / authorization certificate as approved service station from leading manufactures of inflatable life rafts. The originals of all copies as stated above will the required for sighting / verification on the opening of tender or before award of the contract) An undertaking that firm(s) or its affiliates / concerns are not blacklisted by any Government / Public Sector Department. x. An entity having been black listed by PPRA / Government Ministries / Department or Public Sector would be ineligible to participate in the bid. 1

6. Weightage in the Bid Form is indicative and relevant for the purpose of evaluation only. 7. PNSC would engage one or more qualified bidders for the above services on the basis of lowest offered rates which will then be offered to other qualified bidders according to their competitiveness till the required number of contractors will be hired as per the requirement of PNSC. 8. PNSC reserves the right to postpone the date of submission and opening of the tenders. In case of such postponement the information would be communicated to prospective bidders who had purchase the tender documents. 9. After being selected, bidder will be required to make execute a contract on non-judicial stamp paper of proper value within a period of 30 days, failing which the whole amount of earnest money shall be forfeited in favour of the Corporation. 10. PNSC would hire above services for a period of two years 11. PNSC reserves the right to accept or reject any or all qualifiers strictly as per PPRA, 2004 and no claims whatsoever in this respect shall be entertained. PNSC S decision in this respect shall be final and binding upon all qualifiers. Further information is available on PNSC website: www.pnsc.com.pk or may be obtained from the following. The above terms and conditions read, understood and accepted without reservation what so ever. For and on Behalf of M/S: Signature: Name: Entity s Stamp: Date: 2

APRIL 5 th, 2018 PAKISTAN NATIONAL SHIPPING CORPORATION TENDER FOR SERVICING OF INFLATABLE LIFE RAFTS ONBOARD PNSC MANAGED VESSELS IN KARACHI PORT & PORT MUHAMMAD BIN QASIM FOR A PERIOD OF TWO YEARS 2018 TO 2020 PROFILE OF BIDDER 1. Name of Organization: a) Address: b) Mailing Address: c) Telephone No. d) Fax No: e) E-mail Address: f) Address of Workshop: g) Telephone No. of Workshop: h) Organization Legal Status: (Mark ( ) at appropriate status and mention paid up capital amount) i) Sole Proprietorship: ii) Partnership: iii) Joint Stock Company: 2. National Tax Registration No.: 3. Active Tax Payers List (ATL) of FBR: 4. Sales Tax Registration No. (if applicable): 5. Proof of Registration with Sindh Revenue Board: 6. Banks: Name: A/c No: Branch: Address: 7. Name(s) of Person(s) Authorized to Sign Correspondence/Documents/Bills etc: Name CNIC No. Post Held Limit of Authority 1

8. Valid Entry passes from KPT for Karachi Port and Port Qasim. Name Pass No. Validity Period 9. Has your firm ever been black listed by any Government / Semi Government / Public Sector Organization(s)? If yes please attach details. 10. Detail of Litigation/Arbitration cases (if any): COMPANY NAME: SIGNATURE: COMPANY SEAL: Note: Complete information, as asked for, must be provided in all columns of profile. All columns must be filled in Blue or Black Ink only. There should be no over-writings. Corrections, if any, must be done by crossing out the wrong word or figure, writing the correct word / figure afresh and initialing the same. 2

TENDER FOR SERVICING OF INFLATABLE LIFE RAFTS ONBOARD PNSC MANAGED VESSELS IN KARACHI PORT & PORT MUHAMMAD BIN QASIM FOR A PERIOD OF TWO YEARS 2018 TO 2020 THIS AGREEMENT is made at Karachi on this day of between Pakistan National Shipping Corporation established under the Pakistan National Shipping Corporation Ordinance No. XX, 1979, having its Head Office at PNSC Building, Moulvi Tamizuddin Khan Road, Karachi (hereinafter referred to as the Corporation, which expression wherever the context so permits shall include the legal representatives and assigns of the Corporation) ON ONE PART AND M/s. -----------------------------------------------------------------------------------------------------having its office at ------------------------------------------- ---------------------------------------- (hereinafter referred to as the Contractor, which expression wherever the context so permits shall include the legal representatives and assigns of the Contractor) ON THE OTHER PART. WHEREAS: The corporation has accepted the offer to the contractor from tendering for the services in term tender No. Fleet / 11-13 dated. NOW THEREFORE THIS AGREEMENT WITNESSETH AND THE PARTIES HERETO AGREE AS FOLLOWS: 1. SCOPE OF WORK i) The Contractor shall, on receipt of verbal / telephonic written orders / instructions of the Corporation ( the Work Orders ), carry out Servicing of Inflatable Life Rafts on any one or more vessels owned, chartered or managed by the Corporation ( the Vessels ) at the mutually agreed rates as set out in Annexure A to this Agreement as per Tender Terms. However the verbal orders shall be re confirmed by a written order before completion of work. ii) The Contractor shall supply all technicians, supervisory personnel, and equipment, tools etc. necessary for the safe, efficient and timely execution of the Work. iii) The Contractor hereby declares that the rates set out in Annexure A to this Agreement as per Tender Terms are all inclusive and shall remain firm and binding for the duration of this Agreement, and that the Contractor shall not claim any escalation in costs or revision of rates for any reason whatsoever. iv) However for the jobs (work) not listed in Annexure A (non-scheduled items) the Contractor shall charge rates which are competitive in the professional judgement of General Manager (FMD). The determination of charges for non-scheduled item, in the opinion of General Manager (FMD) shall be final and binding upon the Contractor. v) The mandatory annual servicing of life rafts and its equipments means servicing / renewal of equipment in accordance with SOLAS requirements. The contractor shall issue a Service Certificate which shall satisfy all IMO requirements during currency of this contract period. vi) The contractor shall arrange inspection / examination of life rafts by a surveyor of MMD during survey of the life rafts. The service certificate duly certified and endorsed by the MMD surveyor shall be delivered to master of the vessel. 1

2. CONTRACTOR S OBLIGATIONS i. Without prejudice to the generality of Clause 1(ii), the Contractor shall appoint one or more technicians / supervisors to personally oversee execution of the Work, and such supervisor(s) shall be available at all times during execution of the Work to ensure that the work is carried out in due compliance with the Work Orders. i iv. The Contractor shall be responsible for any theft and/or damage to the property of the Corporation or of any third party occurring on board the vessels involving the Contractor s workmen, employees, agents or servants, including those of sub-contractors, if any, working on behalf of or under the Contractor, and shall keep the Corporation indemnified and harmless against any loss or damage, directly or indirectly, caused to or sustained by the Corporation in consequent thereof. Expenses for transport of workers and equipment and other fees and handling charges whatsoever to and from the Vessels shall be paid and borne by the Contractor. The Contractor shall in no way hold the Corporation responsible for any loss of or damage to the Contractor s equipment/tools, or any injury or loss of life of the personnel employee by the contractors being their employer and as such wholly and solely would be responsible to settle any claim of whatsoever nature of his workers under Workmen Compensation Act 1923, EOBI Act 1976 and SESSI Laws etc as specified in Clause 2(ii) above. v. The Contractor hereby undertakes not to act in any manner prejudicial to the interests of the Corporation and/or the Vessels. vi. v The contractor undertakes that his employees / partners / authorized dealing personals, will not indulge in any un-lawful activity while performing the jobs on PNSC managed vessels, in prohibited areas, for which the firm shall be responsible. The Contractor shall be responsible for securing and renewing at the Contractor s own expense valid license/permits/certificates from Port Authorities, Customs Authorities, Mercantile Marine Department and other agencies, as may be necessary for providing services under this Agreement. The Contractor shall be responsible to provide attested copies of all such license, permits, and certificates to General Manager (FMD) of the Corporation. 3. FAILURE TO EXECUTE WORK AND UNSATISFACTORY WORK i. If the Contractor shall fail to commence and promptly execute the Work in accordance with the Work Order(s), the Corporation shall be entitled to have the Work or any part thereof remaining incomplete through any other contractor at the cost and risk of the Contractor and to recover any and all losses, damages, expenses suffered or incurred by the Corporation on this account. The Corporation shall be the sole judge to determine whether the Contractor has failed to commence and/or satisfactorily completed the Work within the stipulated time, and this decision of the Corporation shall be final and binding upon the Contractor. Any items of the work not carried out, or not executed by the contractor to the entire satisfaction of the corporation may, at the sole discretion of the corporation, be carried out / rectified by the corporation itself or through another contractor at the contractor s risk and cost. 4. TIMELY COMPLETION i. The Contractor shall at all times make best endeavors to complete the Work in a minimum possible time. In any event where the contractor can not or may be able to undertake / complete the job as per work orders then the corporation shall be informed promptly so as to make alternate arrangements. Any unwarranted delays due to the negligence on part of the contractor, causing unnecessary expense to the corporation, shall be recoverable from the contractor. The work procedure shall not construe for putting unreasonable time or cause delay in vessels sailing schedule. 5. ALLOCATION OF WORK i The Corporation retains the right to engage more than one contractor for the Work on board the Vessels. The Corporation does not guarantee assignment of any work to the Contractor under this Agreement. The Corporation only undertakes to employ the Contractor, among other contractors on the approved panel of the Corporation, on the Vessels, at its sole discretion and as and when it deems necessary. The Contractor agrees not to claim any compensation/damages/ reimbursement from the Corporation for any loss allegedly suffered, 2

expenses incurred or investment made by the Contractor in consequence of this Agreement and/or due to nonassignment of the Work by the Corporation or as a result of the Contractor s employees remaining idle for any reason whatsoever. 6. VERIFICATION OF WORK i. Upon satisfactory completion of the Work, the Contractor shall submit a written statement of work carried out (work completion certificate) to the Master for verification and signatures with ship s stamp. Such work certificates shall also be issued in the event where upon inspection the contractor is of the opinion that scope of repairs / service works are beyond his capacity. Satisfactory completion of work means satisfactory performance of equipment for a period of one year. 7. SUBMISSION OF BILLS i. The Contractor shall submit Bills in triplicate, supported by the original Work Completion Certificate, duly signed/stamped by the Master of the Vessel along with a copy of the Work Order to General Manager (FMD) of the Corporation. 8. SETTLEMENT OF BILLS i. Subject to due verification and approval of each bill by Fleet Management Department and/or any other officer of the Corporation nominated in this behalf, the Contractor will be entitled to receive payment within thirty (30) days of the submission of each such bill. Any bill not found in order either for lack of supporting documents or for any other valid reason shall be withheld from payment, and the Contractor shall be so informed. Payment against such bill or bills shall be released only upon due submission of the required documents and removal of objections. 9. SECURITY DEPOSIT i. The Contractor shall, at the time of execution of this Agreement, has deposited a sum of Rs. 75,000 (Rupees Seventy Five Thousand only) with the Corporation as Security Deposit. The Corporation shall have the right to adjust the whole or part of such Security Deposit against any sum due to the Corporation under this Agreement or any other contract. i iv. No interest/mark-up shall be payable by the Corporation on the Security Deposit. Subject to any recovery or adjustment under this Agreement, the Security Deposit will be refundable to the contractor within 30 days of the expiry or earlier termination of this Agreement for which a ninety (90) days terminations notice is required.. The refund of the Security Deposit shall be further subject to the submission of an INDEMNITY BOND on stamp paper by the Contractor in favour of the Corporation to the effect that the Contractor shall remain responsible to make payment of any fees/penalties and/or other dues that may be claimed by any governmental authority or regulatory agency on account of failure of the Contractor to comply with the requirements of the applicable law, statutory rules, regulations in connection with services provided under this Agreement. 10. RECOVERIES i. All payments to the Contractor shall be subject to such withholding taxes and levies as may be deductable at source under the law. i If any sum of money is recoverable from the Contractor under this Agreement or under any other contract with the Corporation, the Corporation shall, without prejudice to the rights of the Corporation under the law, be entitled to deduct such dues from the Security Deposit and/or any other sums due to the Contractor. All payments made to the Contractor shall be regarded as provisional and shall remain open to rechecking/scrutiny for a period of six months from the date of each such payment. If during the said period, any payment or part thereof is found to have been wrongly made for any reason whatsoever, the Corporation shall be entitled to recover the wrongly made payment from any amount due to the Contractor under this Agreement or on any other account. 11. SUBLETTING i. The Contractor shall not sublet, transfer or assign the Contractor s rights and obligations under this Agreement, or any part thereof, without the prior written permission of the Corporation. 3

12. TERMINATION OF CONTRACT i. The Corporation may terminate this Agreement at any time whole or in part there of by giving to the Contractor ninety (90) days notice in writing. In the event of termination of this Agreement, the Corporation shall not be liable for payment of any damages and/or compensation of any kind whatsoever to the Contractor on any ground, particularly for any investments made or expenses incurred or establishments set up by the Contractor pursuant to this Agreement. i Without prejudice to Clause 12(i) above, if the Contractor commits a breach of this Agreement, and fails to remedy such breach within fifteen (15) days of written notice from the Corporation, the Corporation may forthwith terminate this Agreement without further notice and without being liable for any compensation whatsoever for such termination. Should the Contractor decide to terminate this Agreement for any reason, the Contractor shall give the Corporation at least ninety (90) days prior notice in writing. It is however agreed that any such termination by the Contractor shall not affect the due completion of any Work Order under execution on the date of issue of such notice of termination. 13. COMPLIANCE WITH LABOUR LAWS i. The Contractor shall at all times comply, at the Contractor s cost and expense, with the provisions of the Labour Laws, including Workmen s Compensation Laws, Port Rules & Bye Laws, and other statutory or common law provisions that may be applicable or may be made applicable in future to the Contractor s operations. 14. PERIOD OF CONTRACT i. This Agreement shall in the first instance be valid for a period of two (2) years with effect from 15. GRATIFICATION, COMMISSION AND GIFTS i. Any bribe, commission, gifts or advantage given, promised or offered by or on behalf of the Contractor, his partner, agent or servant or any other person acting on behalf of the Contractor to any officer, employee, representative or agent of the Corporation in relation to this Agreement shall render this Agreement liable to immediate cancellation, and in that event the Contractor shall be liable to make such payment to the Corporation by way of fine or damages as may be determined by the Chairman of the Corporation. The decision of the Chairman of the Corporation in this respect shall be final, conclusive and binding on the Contractor. 16. REMOVAL OF DOUBT i. If the Contractor is doubtful as to the meaning or correct interpretation of any provisions of this Agreement, the Contractor shall make a written reference in respect thereof to General Manager (FMD) of the Corporation who shall provide an opportunity of personal hearing to the Contractor before giving aruling, and the decision of General Manager (FMD) in respect of any such reference shall be final and binding on the Contractor as well as the Corporation. 17. SETTLEMENT OF DISPUTES i. Any difference of opinion or dispute arising out of or in any way connected with this Agreement, other than such issues in respect whereof the decision of the Corporation is final and binding, if not amicably settled between the parties themselves, may be referred to arbitration by appointing a Sole Arbitrator mutually acceptable to the parties hereto, or to two Arbitrators, one each to be appointed by the two parties, and the said Arbitrators shall appoint an Umpire before entering upon the reference, and the award of such Sole Arbitrator or the two arbitrators or the Umpire, as the case may be, shall be final and binding on both the parties. The arbitration shall be governed by the Arbitration Act 1940 as modified or re-enacted and in force from time to time. The venue of arbitration shall be at Karachi. The costs of arbitration shall be borne as determined by the Arbitration Award. 18. TERMS AND CONDITIONS 4

i. The terms and conditions set forth in the tender documents are integral part of the agreements and equally enforceable. 19. GOVERNING LAW i. This Agreement shall be governed by and construed in accordance with the laws of Pakistan from time to time in force. IN WITNESS WHEREOF, the parties hereto have duly executed this Agreement on the day and year first above written. SIGNED AND DELIVERED SIGNED AND DELIVERED for and on behalf of (Organization) for and on behalf of Pakistan National Shipping Corporation by its constituted Attorney by its constituted Attorney In the presence of : In the presence of : Witness : Witness : 5