RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

134
DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 1 of 134 Enclosure I of RFP RFP No: DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Dated 22 Feb 2016 RFP FOR REFIT OF TANK CLEANING VESSEL-1 INSTRUCTIONS TO BIDDERS 1. Quotations in sealed cover are invited for Refit of Tank Cleaning Vessel-1, as per the work package listed in enclosed Schedule of Requirement (SOR) at Enclosure II of RFP. 2. General Information about the tender:- (a) Tender Reference No: DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 (b) Last date and time for Receipt of Tenders:21 Mar 2016 / 1425 Hrs (c) Date and Time for Opening of Tenders: 21 Mar 2016 / 1430 Hrs (d) Place of Opening of Tenders: Tiger Gate, Naval Dockyard, Mumbai (e) Pre-Bid Conference on: 14 Mar 2016, 1000 Hrs at MYCM Office, Tel No. 22752186, 22751576 (f) The address and contact numbers for sending Bids or seeking clarifications regarding this RFP are given below: - The Admiral Superintendent (for SMYCM) Naval Dockyard Mumbai 400023 Senior Manager (YCM) Tele:- 022 22752186, 22751576, Fax:- 022 22660394 3. The tender shall be submitted in single stage two - bid system, the Technical and Commercial bids. The following enclosures are forwarded along with this enquiry to assist you in preparing your technical and commercial offer: - (a) Request for Proposal - Enclosure I (b) Schedule of Requirements - Enclosure II (c) Standard Conditions of Contract - Enclosure III (d) Guidelines for Preparation of Technical Bid - Enclosure IV (e) Guidelines for Preparation of Commercial Bid - Enclosure V (f) Summary Sheet for Costing - Enclosure VI (g) EMD format - Enclosure VII (h) MOQ - Enclosure VIII 4. Quotation shall remain valid up to 180 days from the date of opening of Technical Bid. Submission/Opening of Tenders 5. PLEASE QUOTE OUR RFP NO AND DATE OF TENDER OPENING ON SEALED COVER. FAILURE TO DO SO WILL RENDER YOUR OFFER INVALID. 6. The Technical and Commercial bids are to be submitted in two separate sealed envelopes, duly marked as “Technical Bid for RFP No DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145Dated 22 Feb 2016” and Commercial Bid for RFP No DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Dated22 Feb 2016”. The quotes are to be super-scribed with your firm’s name, address, and official seal and i nk signed by an authorised

Transcript of RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

Page 1: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 1 of 134

Enclosure I of RFP

RFP No: DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Dated 22 Feb 2016

RFP FOR REFIT OF TANK CLEANING VESSEL-1

INSTRUCTIONS TO BIDDERS

1. Quotations in sealed cover are invited for Refit of Tank Cleaning Vessel-1, as per the work package listed in enclosed Schedule of Requirement (SOR) at Enclosure II of RFP. 2. General Information about the tender:-

(a) Tender Reference No: DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 (b) Last date and time for Receipt of Tenders:21 Mar 2016 / 1425 Hrs (c) Date and Time for Opening of Tenders: 21 Mar 2016 / 1430 Hrs (d) Place of Opening of Tenders: Tiger Gate, Naval Dockyard, Mumbai (e) Pre-Bid Conference on: 14 Mar 2016, 1000 Hrs at MYCM Office, Tel No. 22752186, 22751576 (f) The address and contact numbers for sending Bids or seeking clarifications regarding this RFP are given below: -

The Admiral Superintendent

(for SMYCM)

Naval Dockyard

Mumbai 400023

Senior Manager (YCM)

Tele:- 022 22752186, 22751576,

Fax:- 022 22660394

3. The tender shall be submitted in single stage two - bid system, the Technical and Commercial bids. The following enclosures are forwarded along with this enquiry to assist you in preparing your technical and commercial offer: -

(a) Request for Proposal - Enclosure I (b) Schedule of Requirements - Enclosure II (c) Standard Conditions of Contract - Enclosure III (d) Guidelines for Preparation of Technical Bid - Enclosure IV (e) Guidelines for Preparation of Commercial Bid - Enclosure V (f) Summary Sheet for Costing - Enclosure VI (g) EMD format - Enclosure VII (h) MOQ - Enclosure VIII

4. Quotation shall remain valid up to 180 days from the date of opening of Technical Bid. Submission/Opening of Tenders 5. PLEASE QUOTE OUR RFP NO AND DATE OF TENDER OPENING ON SEALED COVER. FAILURE TO DO SO WILL RENDER YOUR OFFER INVALID.

6. The Technical and Commercial bids are to be submitted in two separate sealed envelopes, duly marked as “Technical Bid for RFP No DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145Dated 22 Feb 2016” and “Commercial Bid for RFP No DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Dated22 Feb 2016”. The quotes are to be super-scribed with your firm’s name, address, and official seal and ink signed by an authorised

Page 2: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 2 of 134

representative of the Tenderer. Sealed Bids addressed to “The Admiral Superintendent (For DGM- Commercial), Naval Dockyard, Mumbai– 400 023” should be dropped in tender box marked as “TENDER BOX NO. “INCOD” located at Tiger Gate, Naval Dockyard, Mumbai, or to be sent by registered post so as to reach this office by 1425 hrs on 21 Mar 2016. No responsibility will be taken for postal delay or non-delivery/non-receipt of tender documents. 7. Sealed Quotations (only Technical Bid in case of Two Bid System) will be opened by a committee on the date and time mentioned above. Your authorised representative from the Company can attend the Bids opening. If due to any exigency, the due date for opening of Bids is declared as closed holiday, in such cases, the Bids will be opened on next working day at the same time or any other day/time as intimated by the customer. The date of opening of Commercial Bid will be intimated after acceptance of Technical Bids. Commercial Bids of only those firms will be opened, whose Technical Bids are found compliant/suitable after Technical evaluation is done by the Buyer. 8. Tenders sent by FAX/E-Mail

Tenders found in sealed box marked INCOD at Tiger Gate will only be considered. To avoid any complications with regard to Late Receipt/Non-receipt of Tenders, it may please be noted that responsibility rests with the tenderer to ensure that tenders reach this office before due date. Late quotes will be rejected outright. Tenders sent by FAX/E-Mail will not be considered. Further, Tenders dropped in the wrong tender box will be rendered invalid. 9. In case your firm is not willing to quote due to any reasons, your regret should be sent well before the due date, failing which your firm can be de-listed from the Contractor’s list. 10. Commercial offers will be opened only of those firms, who’s Technical Offers have been found suitable after technical evaluation. Further negotiations will be made only with the lowest bidder (L1) as determined by the committee. The date, time and venue fixed for this purpose will be intimated separately. 11. Payment of Cost of Tender (OTE) A sum of Rs.500/- (Rupees Five Hundred only) is to be enclosed in the form of a DD payable to the “PCDA, Navy, Mumbai” as cost of the tender document. This amount is not refundable. Bids that are received without this amount will be disqualified. Cost of Tender is exempted for MSMEs (Micro Small and Medium Enterprises) registered with NSIC under its single point registration scheme in accordance with Para 2.5.2 of DPM 09. Please note that a firm registered with ND(MB) or any other defence organization is not exempted unless it meets above criterion.

12. (a) Earnest Money Deposit. The bidders are to furnish EMD for a sum of Rs 8,63,000/- (Rupees

Eight Lakhs Sixty Three Thousand Only) in the name of “PCDA, Navy, Mumbai” with a validity of 45 days beyond the final bid validity period, in the form of an Account Payee Demand Draft or Banker’s Cheque (including IDBI Bank) or Bank Guarantee as per Form DPM-13 (Enclosure VII to RFP) from any of the public sector banks or a private sector bank authorized to conduct government business viz. Axis / ICICI / HDFC Banks only, will be acceptable. EMDs from any other bank (including Co-op & Scheduled Banks) will not be accepted and bids will be liable for disqualification. EMD is not required to be submitted by those Bidders who are registered with Naval Dockyard (Mumbai)/NSIC/Central Purchase Organisations for the same item/range of products/goods or services. These firms must however submit a valid registration certificate with the ‘T’ bid, failing which their offers will be rejected.

(b) PBG. Bidders may note that that submission of PBG by L1 firm irrespective of their registration with any organization viz.MOD / NSIC is compulsory. Standing of Rs. 40,00,000/- valid up to 60 days after warranty period is to be submitted in the form of Bank Guarantee through a public sector bank or ICICI / HDFC / AXIS Bank within 30 days of issue of work order covering letter and prior to collecting the work order ink signed copy.

13. Evaluation Criteria (a) Loading of Cost for Items “Not Quoted” The bidder is to quote for all the sections/sub-sections

mentioned in the SOW/SOR as per the Mode of Quotation placed at Annexure 2 to Encl II to RFP. Any omissions/deviations to the SOW/SOR/Mode of Quotation are to be recorded in the Record of Deviations and submitted along with the ‘T’ Bid. In case a bidder fails to quote for a certain item/Defect List Serial,

Page 3: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 3 of 134

their bid will be loaded by the amount quoted by the highest bidder for that particular Item/ Defect List serial and this loading will be considered for determining the L1. CUSTOMER reserves the right to determine the qualification of a firm on this account.

(b) Discrepancy in quoted price If there is a discrepancy between the unit price and the total price the unit

price shall prevail. If there is a discrepancy between words and figures, the amount in words shall prevail. If a supplier does not accept the correction of the errors, his bid will be rejected and the bid security may be forfeited.

Finalising of L1 Firm 14. The evaluation and comparison of responsive bids and finalisation of L-1 Firm shall he done on the prices of the goods offered and other charges such as Packing & Forwarding, Freight and Insurance, AMC, etc, as indicated in the price schedule of the Bid Document but excluding levies, taxes and duties such as excise duty, VAT, Service tax, Octroi/entry tax, etc on final product, which are to be paid extra as per actuals, wherever applicable. 15. Payment Terms. The Payment Terms for the Contract Price shall be as follows :-

Sl.No. Activity Definition

Stage Payment

Stage 1. 25% on completion of all work pertaining to first round of Dry Docking post certification from user manager. Stage 2. Balance 25% on completion of all work pertaining to second round of Docking post certification from user manager. Stage 3. Balance 50% on- (a) Completion of 100% DLs. (b) Sea trials. (c) I-notes from MQC (E,L,H). (d) Paint manufacturers performance guarantee for underwater and internal paint scheme along with purchase voucher of paint to be submitted to QC department. (e) WCC duly signed by MYCM

16. Standard Conditions of Contract (SCOC)

(a) Firm shall be required to accept the SCOC. A Contract will be signed between the Contract Operating Authority, Integrated Commercial Department (INCOD), Naval Dockyard, Mumbai and the shipyard/firm incorporating the SCOC at Enclosure III of this RFP, which will form an integral part of the Contract.

(b) The firms is requested to indicate acceptance of above in T-bid, as per format at Enclosure IV of RFP in absence of which, the bid will be disqualified.

Special Conditions of RFP. 17. The special conditions of RFP have been enumerated at Sl 3(n) and 3(z) of Annexure 2 to Encl 2 of this RFP. Bidders are to ensure that they submit relevant documents, with the T-bid, to confirm eligibility with regard to the special conditions.

Pre-Bid Conference 18. The SOR (Enclosure II) and SCOC (Enclosure III) should be carefully considered while preparing the bids. All clarifications are to be resolved in the Pre-Bid Conference scheduled on 14 Mar 2016, 1000 hrs at, MYCM Office, Tel No. 22752186, 22751576 prior submission of bids. No revision of Commercial Bid would normally be permitted after opening of the Technical Bid.

Page 4: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 4 of 134

(Note: Pre Bid Conference may be held depending on the nature of the work and this clause may be included as applicable. The detail of personnel attending the pre-bid meeting is to be intimated to the User Manager at least one day prior to the pre-bid meeting.) 19. Commercial Bid

(a) The Commercial bid is to be submitted strictly in accordance with Enclosure -V to this tender enquiry. The bidder, while preparing Q-bid, is to strictly adhere to Mode of Quotation (MOQ) format indicated at Annexure 2 to Encl – II to RFP. No deviation from the MOQ format is expected. The Bidder is to avoid making any changes to the MOQ format and in case of any discrepancy, seek clarification during the pre-bid meeting. (b) A soft copy of Quote/MoQ in excel format on a CD is to be submitted in sealed manner along with the ‘Q’Bid. Non adherence to this may render the bid invalid. (c) The Commercial bid once opened, will not be subjected to unilateral revision by the firm, unless the firm is called for price negotiations specifically and asked to justify the rates. (Total Nos of pages in the Q-bid are to be mentioned on the first page of the Q-bid. Further each page to be numbered. For example if there are 20 pages in Q bid, first page to be numbered as 1/20 and last page to be numbered as 20/20). (d) Foreign Exchange Content. Foreign Exchange content, if any, is to be clearly specified along with the specific items on which customs duty would be applicable clearly indicating the rates of customs duty applicable. Master list of spares requiring customs duty exemption is to be provided separately with the quotation indicating cost and applicable customs duty. A period of ten working days is required to process requests for Customs duty exemption certificate subsequent to receipt of Airway Bill of Materials.In the absence of complete unambiguous details, following actions will be taken:-

(i) Loading custom duty at the rate of 25% on entire material cost, when ‘Foreign Exchange’ content is not specified in the Q bid. (ii) Loading custom duty at the rate of 25% when applicable rate of customs duty is not specified in Q bid. (iii) Further, customs duty exemption certificate will be issued only if the above mentioned particulars are provided unambiguously.

(e) Exemption Certificates. All bidders are to specify the list of items for which Customs/ Excise/ Octroi exemption certificates are sought. The list is to be forwarded alongwith the T bid for evaluation by the TEC. Exemption certificates if sought by the firms will be issued only for the list of items specified in the T Bid of the firm in the following format:- For Issue of Customs Duty Exemption

S No Q bid reference serial no Description Part No Qty

For Issue of Octroi Duty Exemption

S No Q bid reference serial no Description Part No Qty

20. Registration with the Yard

(a) Following documents are required to be submitted by vendors not registered with Naval Dockyard, Mumbai alongwith the Technical Bid, which will be referred to as part of the evaluation process:-

Page 5: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 5 of 134

(i) State Sales Tax Certificate

(ii) Central Sales Tax Certificate

(iii) Incorporation Certificate/Shop & Establishment Certificate

(iv) Bank Solvency Certificate (Taken within last one year)

(v) Valid Financial rating Certificate from M/s CRISIL/SMERA/D&B or any organization of similar repute

(vi) Partnership deed, if any.

(vii) Purchase Order Copies (Latest)

(viii) Copy of last three years Balance Sheet attested by C. A.” (b) The L1 bidder will have to obtain a temporary registration from Quality Assurance (QA) Department of ND (MB), if not already registered for the same item/range of products/goods or services. Work order will be placed on the L1 bidder only after confirmation from QA Dept that registration formalities are in order.

21. Service Tax. Government of India, Ministry of Finance (Department of Revenue) Notification No. 12/2012 – ‘Service Tax’, dated 17 Mar 2012 exempts ‘Service tax’ for repair of ships or boats or vessels belonging to the Government of India. Therefore the firms are requested not to quote for service tax. 22. Security Workforce /personnel of the contractor will be permitted entry into Naval Dockyard only on production of Police Verification Certificate and address proof and Navy shall not be liable for any delay whatsoever caused in execution of contract ,due to non – production of Police Verification Certificate of labourers /workers. 23. Safety Every contractor must observe all safety/ precaution in connections with the work to be performed by him, his agent or worker as per details mentioned at Article 41 of Enclosure III. Conditions under which this RFP is issued 24. This RFP is being issued with no financial commitment and Customer reserves the right to change or vary any part thereof at any stage. The Customer reserves the right to reject any or all of the offers without assigning any reason whatsoever. The Customer also reserves the right to withdraw the RFP should it be so necessary at any stage. Successful bidders will have to be registered with Naval Dockyard Mumbai prior to opening of Q bids/ finalization of order. 25. Please acknowledge receipt. Thanking you, Yours faithfully, Sd/-

(Pradeep Biswas) Commander SM Commercial For Admiral Superintendent

Page 6: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 6 of 134

Enclosure II of RFP DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Dated 22 Feb 2016

SCHEDULE OF REQUIREMENTS (SOR)

(Note: The Schedule of Requirements is a technical document and specific

to the Project/ Service and is part of the RFP) Annexure 1 - Particulars of Vessel/Asset on which work is required to be carried out. Annexure 2 - Quantified Work Package (comprehensive scope of work that contains break-up of individual jobs to be completed including survey, dismantling and inspection, routines and repair to be carried out, consequent repair, trials and comprehensive list of services required such as dry docking, berthing, jetty services (electricity, accommodation, phone, fresh water, fire main), cranes facilities, tugs and pilot charges. Annexure 3 - Quality Inspection Schedules/QAP (minimum and essential parameters that are required to be achieved for the scope of work to be deemed as satisfactorily completed).

Page 7: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 7 of 134

(Annexure 1 to Encl – II to RFP DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145

Dated 22 Feb 2016)

SCHEDULE OF REQUIREMENTS (SOR)

REFIT OF TANK CLEANING VESSEL-1

Sl Description Remarks of Indenter

1 Department initiating the SOC MYCM

2 Name of the item(s)/services being procured Normal Refit

3 Summary of case for procurement

a Name of ship/equipment TANK CLEANING VESSEL-1

b Broad purpose of items/services being procured The refit of Tank Cleaning Vessel to the trade on open tender basis.

c Location where work is to be undertaken Tank Cleaning Vessel-1

d Type of Work Refit of Tank Cleaning Vessel-1

e Start Date of Work On placement of firm work order / clearance by user department; whichever is later.

f Estimated Duration of Work 22 Weeks including mobilization time.

g Earnest Money Deposit Rs. 8,63,000/-

h Test Specification :- In accordance to that specified in drawings / QAP / repair manuals

j Technical Acceptance Criteria :- In accordance to that specified in drawings / QAP / repair manuals

k Acceptance Agency Inspection notes to be issued by MQC (E, L, H) based on acceptance. WCC to be issued by MYCM.

l Inspection stages In accordance to that specified in QAP.( Guide line QAP placed at Annexure 3 to Encl – II to RFP)

m Ability to give support at country wide locations (required/not required). If required locations to be indicated.

NA

n Past experience in undertaking (required/not required) - Similar jobs in marine field - Similar jobs

Past experience in similar jobs mandatory. Same specified in qualification criteria.

1. Average annual financial turnover of the firm during the last 3 years, ending 31 Mar of previous financial year should be atleast Rs 3 Cr INR. A copy of same is to be attached as part of T-bid. 2. The firm should have experience of successfully

Page 8: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 8 of 134

completing similar work during last 7 years as follows (A copy of same is to be attached as part of T-bid) (a) Three similar completed work costing not less than 1.2 Cr INR total. Or (b) Two similar completed work costing not less than 1.8 Cr INR total. Or (c) One similar work not less than 3.5 Cr INR.

p Details of Dockyard facilities that will be made available to the Contractor (such as crane, electricity, compressed air, crane) Note for user department:- 1. Details of services that will be provided need to be elaborated. 2. Necessary confirmation from the concerned department providing the service that the same will be made available needs to be placed on file.

Crane, electricity, compressed air will be provided by dockyard. In case craft is refitted in ND(Mbi).

q Suggested stages of completion and terms of payment

1. 25% on completion of all work pertaining to first round of Dry Docking post certification from user manager. 2. Balance 25% on completion of all work pertaining to second round of Docking post certification from user manager. 3. Balance 50% on- (a) Completion of 100% DLs. (b) Sea trials. (c) I-notes from MQC (E,L,H). (d) Paint manufacturers performance guarantee for underwater and internal paint scheme along with purchase voucher of paint to be submitted to QC department. (e) WCC duly signed by MYCM.

r List of Specifications/drawings, as applicable (Specifications and drawings to be attached if applicable)

NA

s Technical details with technical parameters NA

Page 9: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 9 of 134

t Requirement of training/on-job training NO

u Requirement of installation / commissioning Yes, all New equipments/components to be proved

V Requirement of Factory Acceptance Trials (FAT), Harbor Acceptance Trails (HAT) and Sea Acceptance Trials (SAT)

Yes, Harbour Acceptance and Sea Acceptance Trials (HATs AND SATS)

W List of Technical documentation to be provided by the vendor

NA

X Warranty period/Nature of assistance required after completion of warranty

Post completion of refit firm is to provide 06 months warranty for repair job and 12 months for new installation.

Y Requirement of pre-site/equipment inspection Yes, TCV can be shown to vendors for any clarification post Pre-bid.

Z Any other details, as considered necessary Past experience in similar jobs ie. Refit of Yard crafts mandatory. Same specified in qualification criteria. Proof of past experience in similar works with WCC to be submitted along with T-Bid.

aa.

Disposal of Scrap/Debris to be responsibility of Vendor (Yes/No). If yes indicate where and how the scrap/debris is to be disposed.

Yes. Scrap items to be disposed / dumped at the scrap yard ND(MB) by contractor using his resources in case craft refitted in ND(Mbi) .

bb.

Indicate who will be the owner scrap/debris ND(MB)

cc. Is de-gutting and re-gutting the responsibility of vendor (Yes/NO). If yes indicate the details of items (such as cables/pipes etc to be degutted/re-gutted)

Yes, All items in way of hot work ie. Lagging, paneling, cables, pipes, equipments, fittings etc to be degutted/ re-gutted.

Page 10: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 10 of 134

(Annexure 2 to Encl – II to RFP DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145

Dated 22 Feb 2016)

SCOPE OF WORK FOR REFIT OF TANK CLEANING VESSEL-1

STEEL RENEWAL ESTIMATE : TANK CLEANING VESSEL

SL No. Description Denom Qty

1 Under water and above water shell plate (Keel, A ,B, C Strake port & stbd )

T 11.75

2 Under water and above water shell plate

T 12.56

3 Qtr deck and foxle deck plating T 6.28

4 Decks, bulkheads, internal compartments, superstructure, plating tank plating, Deck strips quarter and foxle deck (10’x1.5”x 6mm)

T 3.76

1 Side plating transverse angle R/Mtr. 80

2 Deck head and transverse frame angle R/mtr 100

3 Foundations angle R/Mtr 80

4 Hawse pipe/naval pipe in way of anchor securing

Mtrs 5

5 Pits build up at various U/W and A/W hull and decks as per survey report

Nos 100

H-10001 24 in no MK-II sacrificial anodes of under water hull to be renewed:-

Nos 24

H-10002 04 sets of draught marks to be renewed and painted. Note. Marks to be cut with profile cutting machine and machined

Sets 4

H-10003 Remove anchor windlass and carry out overhaul, renew MS foundation, winch side plates, brake liners, house pipe covers overhaul winch, related gearbox and winch motor . Minor repairs of defective items, Prove winch.

Lumpsum 1

H-10004 Remove/disconnect two in no anchors /shackles/ associated fittings from chain cable. Chip / clean and paint as per approved paint scheme. Connect up on completion.

Lumpsum 1

Page 11: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 11 of 134

H-10005 05 nos deck drains with brass strainers(dia 2”) corroded / thinned / holed along with securing clips corroded / thinned / broken. To be renewed. Mat of pipe – GI Dia – 2" approx length – 20 m.

Nos 5

H-10006 10 nos GI fire hose boxes of size 2 ft x 2 ft x 10” with glass in front, hinges and locking arrangement corroded / thinned / broken. To be renewed.

Nos 10

H-10007 One in no MS embarkation disembarkation ladder corroded/broken . to be renewed (size- length 6 meter, dia of rungs 20 mm(solid bar) with 50 mm x 8 mmflat bar)

Nos 1

H-10008 04 nos of sea chest grating on under water hull to be opened , prepare for survey and painting with underwater paint scheme( size of grating(290 mm x 690 mm)

Nos

4

H-10009 Following doors to be repaired:-

(a) 10 nos. W/T doors along with rubber beading and 04 clips each corroded/thinned/jammed , rubber beading perished. Doors to be repaired, rubber beading to be renewed and handles to be eased and chalk tested. Size of W/T doors – 750 X 1740 mm.

Nos 10

(b) 02 nos wooden sliding doors to be repaired( size of door 660 x 1750 mm )

Nos 2

(c) 10 nos FRP non water tight doors broken/ damaged to be repaired including locking arrangement(mortise lock).( Size of door 650 x 1740 mm), Thick 15 mm)

Nos 10

(d) 05 nos FRP non water tight doors broken/ damaged completly to be renewed including locking arrangement(mortise lock).( Size of door 650 x 1740 mm), Thick 15 mm)

Nos 5

H-10010 (a)Rubber beading of 15 nos scuttles perished/cracked, to be renewed proved for chalk test. (Dia of scuttle

Nos 15

Page 12: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 12 of 134

250 mm)

(b)04 nos windows toughened glass broken to be renewed.(size of window- 800 mm x 600 mm , thickness of glass 6 mm)

Nos 4

(c) 15 nos window rubber beading perished to be renewed. .(size of window- 800 mm x 600 mm)

Nos 15

H-10011 02 wooden craft name boards broken / perished. To be renewed with metallic craft board fitted with perspex sheet with craft name in Hindi & English and to be secured /fitted to ship.. Approx size – 3 ft x 4 ft

Nos 2

H-10012 MS guard rails with stanchions and chains on weather deck, 01 deck and wheel house top corroded, thinned and perished. To be renewed.

(a) 40 mm Dia class C pipe with 04 mm thick for guardrails on top pipe

Mtr 80

(b) 25 mm Dia class C pipe with 04 mm thick for guardrails on middle and bottom guardrails

Mtr 150

(c) 50 mm Dia class C pipe with 04 mm thick for guardrails stanchions.

Mtr 50

(d) 20 meter of 10 mm dia chains in way of opening in guard rails, chains to be secured with eyes and one end welded to bulwark.

Mtr 20

H-10013 20 nos bunk cushions in crew mess, perished. To be renewed with branded / reputed make and cushions of Kurlon make and secured in place Size – 1800 x 700x 100 mm. Cushions to be provided with covers of FR material.

Nos 20

H-10014 Aluminum rain guard of 15 nos electrical panels broken to be renewed( Size 2 ft x 2 ft x 1 ft)

Nos 15

H-10015 D’ shape rubber fenders along with securing strips and ms nut and bolt size 16M and brackets (MS) at port and stbd ship side Size – L-1000 mm, 200mmx200mm Total length 90 meter

M 90

Page 13: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 13 of 134

Note: following as acceptable standards

(i) IS 14238 : Selection of Rubber Fenders for Berthing Structure

(ii) IS 13848 : Rubber Fenders Specifications

H-10016 Sanitary system and drain water system pipe lines corroded and thinned. To be renewed. Mat – Heavy duty GI.

(a) Dia of pipe – 100 mm NB – 20 m (length)

M 20

(b) Dia of pipe 150 mm NB – 20 m (length)

M 20

H-10017 Following fittings to be renewed:-

(a) 08 in nos twin bollards along with base on upper deck corroded, and thinned. To be renewed (as per IS 5740/5625). Dia 12” and 17.45 mm mm thick seamless pipe height of bollard above box 492 mm)

Nos 8

(b) 08 nos closed roller fairleads of nominal size of 150 mm to be renewed Mat cast steel. As per Drg. V/287-214

Nos 8

(c) 01 nos towing bollard corroded/thinned to be renewed (Height 1500 mm, dia of vertical pipe 10“NB , thickness of pipe 15.06 mm, cross pipe dia 5”thick 9.525 mm, length 720 mm)

Nos 1

H-10018 06 in nos life buoys damaged and canvas torn. To be renewed and painted with craft name and secured with MS brackets.

Nos 6

H-10019 16 chairs mounted on MS frames to be replaced on weather deck, to be renewed with SS perforated chairs with SS frames. Chairs to be bolted to the frames.

Nos 16

H-10020 Following hatches and manholes in way of compartment opening and tanks to be repaired:-

Page 14: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 14 of 134

(a) 02 W/T hatches along with rubber beading, including hatch opening /closing handles to be overhauled, rubber beading renewed , metal structure to be repaired and post repairs hatch to be chalk tested(size of hatch 750 x 750 mm, 08 mm thick)

Nos 2

(b) 18 nos Manholes covers neoprene rubber packing perished , rubber packing to be renewed with 08 mm thick neoprene rubber (size of manhole 600 x 400 mm)

Nos 18

(c) 10 Nos manhole tanks covers corroded/thinned/holed to be renewed with 20 nos MS M20 studs/nuts on each manhole MS cover(size of manhole 600 x 400 mm,08 mm thick) .

Nos 10

H-10021 20 horn cleats on upper deck corroded, thinned and perished. To be renewed with forged one. Approx dia – 20 mm

Nos 20

H-10022 20 in nos wooden locker of size 500 x700 x 600 mm in crew mess, galley broken /perished. To be repaired and white sun mica and locking arrangement to be renewed..

Nos 20

H-10023 Aluminum paneling in galley/DA compartment, Pump room broken / perished. Approx area – 70 Sq m

Sq m 70

H-10024 Following items broken/ not working in, galley officer toilets/ and gents toilet :-.

(a) 04 urinal ceramic commode broken to be replaced with flushing arrangement.

Nos 4

(b) 04 SS W/C pans broken / perished. To be renewed with SS commode with flushing arrangement Make Nirali

Nos 4

(c) Salt water Bib cock for WC ( 15 NB) qty -04

Nos 4

(d) Fresh water bib cock for WC Nos 8

(e) Shower fittings 15 NB , Chrome plated Brass

Nos 4

(f) 01 nos SS sink including base broken in galley to be renewed(size 04 ft x 2ft x 1ft ) including SS base (size of SS base on which sink to be mounted 5 ft x 2ft )

Nos 1

Page 15: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 15 of 134

H-10025 04 ceramic wash basins To be renewed with SS wash basin with tap.( size of wash basin 430 x 430 x 180 mm

Nos 4

H-10026 04 looking mirror of size 1’ 6” ft x 2 ft broken. To be renewed.

Nos 4

H-10027 06 PVC cover of capstan, windlass ,derrick motor and control panel perished to be renewed as per sample.

Nos 6

H-10028 Paneling in MCR,control room and accommodation space sides and deck head covered with formica sheets and wooden beading broken / perished. (approx area 100 SQM Shade - white

SQM 100

H-10029 Macrotek deck covering in entire lobby, crew bathroom, Wc ,store mess deck broken/cracked be renewed with epoxy based deck covering approved by IHQ (MOD)

Sq m 200

. Approx area 200 Sq m

Application of deck covering to conform to NCD 3717/2005. Firm to offer Inspection after each coat of deck covering to QC

H-10030 one wooden boxes for light board of craft name perished / broken. To be replaced with wooden box with perspex sheet. Name of the craft to be written on perspex sheet. Sixe of box 700 x 600 x 350 mm

Nos 1

H-10031 PVC awning on upper deck perished to be renewed with brass eyelets . (approx sze 30 SQM)

Sqm 30

H-10032 Re-gutting and degutting/ renewal of lagging in way of hot work Approx area – 300 Sq m

Sq m 300

H-10033 Servicing / repair and recharge of two in no. 02 ton capacity AC (including the external unit and wiring) in accommodation area.

No 2

H-10034 Repairing of 04 nos rope real at foxle and Q/deck job involve renewal of base plate , wheel including renewal of base (Dia of reel 100 mm).

No 4

H-10035 Following furniture and fittings perished/broken in dinning area and accommodation area to be repaired.

Page 16: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 16 of 134

(a) Dining table – wood with sunmica at top size -750 x 1750 x 800 mm

Nos 2

(b) Wooden bunks, locker, table top sunmica perished cracked to be renewed (color white)(approx area 120 SQM)

Sqm 120

(c) 20 nos wooden lockers( 2ft x 2 ft) underneath of bunks broken from hinge area along with sunmica perished to be repaired.

Nos 20

(d) 10 nos wooden drawers in MCR broken to be repaired(size of drawer 1 ft x 2ft x½ ft)

Nos 10

H-10036 Following ladders to be repaired:-

(a) 04 nos inclined ladders for accommodation area corroded/broken , to be repaired ( Approx height 2000 mm width 750 mm, 06 mm thick MS chequred strip for ladder steps )

Nos 4

(b) 03 nos vertical ladder of MS solid bar (dia of bar 3/8”) to be repaired( width of ladder 380 mm, distance between rugs 315 mm, Height of ladder 3 meters)

Nos 3

(c) 04 nos bulkhead rugs ladders corroded/broken to be renewed. ( size of rugs 350 mm x 150 mm ,dia 12 mm MS solid bar )

Nos 4

H-10037 Following wooden battens of various sizes to be renewed in store room/provision room/ naval store. Size of batten 75 x 25 mm. Approx length 50 RMT

RMT 50

H-10038 Renewal of bulwark with stiffeners(Flat bar 50 mm x 6 mm) and 08 nos mooring eyes( nominal size 250 mm x 150 mm with 1” dia solid barl) on weather deck , height of bulwark 1 meter , approx length 900 meters.

Mtr 90

H-10039 Green sheets of 03 mm thickness along with metallic structure on weather deck broken / perished. To be renewed and secured with J bolts.. Approx size of structure – 60 sqm

sqm 60

H-10040 Following items to be renewed:-

(a) 30 Tyre fenders all around the ship damaged / broken. To be renewed

Nos 30

Page 17: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 17 of 134

(b) 30 Tyre fenders to be secured with chain cable of 12 mm dia length of chain 2 meter for each tyre.

Nos 30

(c) Chain cable to be secured with 60 D shackles of 14 mm with split pins and eyes of 08 mm thick.

Nos 60

H-10041 10 nos Air escape pipes of tanks on weather deck corroded/broken Dia of pipe- 2” , height 1 meter approx with goose neck and rat proof net ,Mat-GI. to be renewed as per sample/ Drawing.

Nos 10

H-10042 08 Mushroom heads of various sizes to be overhauled, wire mesh to be renewed and repaired. Spindle to be renewed.

Nos 8

H-10043 Rubber beading of 04 nos hinged water tight covers of engine room supply and exhaust trunk perished to be renewed and chalk tested.( size of covers 1.5 mtr x .9 meter)

Nos 4

06 nos PVC canvas covers of search light perished. to be renewed as per sample (size 2ft x 2ft)

Nos 6

H-10044 08 nos vent flaps including pipe on weather deck corroded/thinned to be repaired.

Nos 8

H-10045 Ventilation trunking in DA compartment, crew mess, pump room and galley corroded / broken. To be renewed. Approx size – Length- 15 mtrs, 25cm x 25cm. Mat – 2mm GI sheet

Meter 15

H-10046

Under Water Area (550 Sq m)

Note- any one of paint scheme out of three to be quoted

JOTUN SCHEME

Surface preparation by grit blasting to SA 2.5 standard by iron grits GR-25

Sq m 550

01 coat of Pen guard primer (patt No N8010-P009678 (DFT 50 Microns)

Sq m 550

01 Coat of Jota coat Universal (Aluminium anti corrosive paint

Sq m 550

(patt No N8010-P061977) – DFT 150 Microns

Page 18: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 18 of 134

01 Coat of Jota coat Universal (Grey - anti corrosive paint (patt No N8010-P061944) – DFT 150 Microns

Sq m 550

01 Coat of Safe Guard E 3 (Tie coat paint (patt No N8010-P009601) – DFT 125 Microns

Sq m 550

01 Coat of Sea quantum Ultra (Brown/ Light red - anti fouling

Sq m

550

paint (patt No N8010-P009602) – DFT 150 Microns

01 Coat of Sea quantum Ultra (Red Brown/ Dark Red – anti- fouling paint (patt No N8010-P009603) – DFT 150 Microns

Sq m 550

01 Coat of Sea quantum Ultra (Brown/Light Red - anti fouling paint (patt No N8010-P009602) – DFT 150 Microns

Sq m 550

01 Coat of Sea Quantum Classic (Black - anti fouling paint

Sq m 50

(patt No N8010-P009604) – DFT 150 Microns – For boot top area.

or

Akzo Nobal

Surface preparation by grit blasting to SA 2.5 standard by iron grits GR-25

Sq m 550

One coat of primer Intergard 269. DFT 50 micron. (N8010-P009678)

Sq m 550

One coat of anticorrosive Intershield 300(aluminium). DFT 150 micron. (N8010-P061977)

Sq m 550

One coat of anticorrosive intershield 300(bronze). DFT 150 micron. (N8010-P061944)

Sq m 550

One coat of tie coat intergard 263. DFT 125. (N8010-P009601

Sq m 550

One coat of antifouling intersmooth 360(brown). DFT 150 micron. (N8010-P009602)

Sq m 550

One coat of antifouling intersmooth 360 (dark red). DFT 150 micron.(N8010-P009603)

Sq m 550

Page 19: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 19 of 134

One coat of antifouling intersmooth 360 (brown) . 150 micron. (N8010-P009602.

Sq m 550

One coat of antifouling(boot top) intersmooth 360(black). DFT 150 micron. (N8010-P009604)

Sq m 50

or

SIGMA SCHEME

Surface preparation by grit blasting to SA 2.5 standard by iron grits GR-25

Sq m 550

01 coat of Sigma cover 280 primer (patt No N8010-P009678 (DFT 50 Microns)

Sq m 550

01 Coat of Sigma cover 630 (Aluminum anti corrosive paint

Sq m 550

01 Coat of Sigma cover 630 (Grey - anti corrosive paint (patt No N8010-P061944) – DFT 150 Microns

Sq m 550

01 Coat of Sigma cover 525 (Tie coat paint (patt No N8010-P009601) – DFT 125 Microns

Sq m 550

01 Coat of Sigma Alphagen 650 (Brown - anti fouling paint

Sq m 550

(patt No N8010-P009602) – DFT 150 Microns

01 Coat of Sigma Alphagen 650 (Red Brown - anti fouling paint

Sq m 550

(patt No N8010-P009603) – DFT 150 Microns

01 Coat of Sigma Alphagen 650 (Brown - anti fouling paint (patt No N8010-P009602) – DFT 150 Microns

Sq m 550

01 Coat of Sigma Alphagen 650 (Black - anti fouling paint (patt No N8010-P009604) – DFT 150 Microns – For boot top area

Sq m 50

H-10047 Ballast tank 02 nos (100 Sq m) + void space, cofferdam (250 Sqm)= Total area 350 Sqm

Page 20: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 20 of 134

Note- any one of paint scheme out of three to be quoted

(a) M/s Sigma paint scheme

(i) To be prepared to ST3 standard Sq m 350

(ii) Apply one coat to achieve 75 microns F/C Sigma EP universal primer

Sq m 350

(iii) Thereafter apply two coats of F/C Sigma guard BT (7451) paint to achieve 300 microns thickness

Sq m 700

or

(b) M/s Jotun paint

(i) To be prepared to ST3 standard Sq m 350

(ii) Apply one coat of microns to obtain 30 microns F/C Epoxy holding primer.

Sq m 350

(iii) Thereafter apply two coats of F/C Balloxy HB light paints to obtain 200 microns on each coat.

Sq m 700

or

(c) M/s Akzo Nobel

(i) To be prepared to ST3 standard Sq m 350

(ii) Apply one coat of intergard 269 primer to achieve 40 microns

Sq m 350

(iii) Apply two coats of intergard 403 to obtain 250 microns thickness.

Sq m 700

H-10048 Fuel tank ,lub oil tank ,FODS tank , dirty oil tank (270 Sq m)

(i) To be thoroughly cleaned and dried Sq m 270

(ii) apply one coat of heavy filtered mineral oil DS cat no 9150-000058

Sq m 270

H-10049 Engine room , steering gear compartment and stores bilges (140 Sq m)

Note- any one of paint scheme out of three to be quoted

SIGMA Sq m 140

(i) Surface preparation ST 3

(ii) Primer – sigma cover 280 – 50 micron

Sq m 140

(iii) Anticorrosive – sigmacover 630(aluminimum) – 1X150 micron

Sq m 140

Page 21: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 21 of 134

(iv) Anticorrosive-Sigmacover 630(grey) – 1x150 micron

Sq m 140

or

JOTUN

(i) Surface preparation ST3 Sq m 140

(ii) Penguard primer – 50 micron Sq m 140

(iii) Jotacote universal (aluminium) – 1X150 micron

Sq m 140

(iv) Jotacote universal (grey) –1x150 micron

Sq m 140

(v) Penguard topcoat – 50 micron Sq m 140

or

AKZO NOBEL

(i) Surface Preparation ST 3 Sq m 140

(ii) Integard 269 – 50 micron Sq m 140

(iii) Intershield 300(aluminium) 1X150 Sq m 140

Intershield 300(bronze) – 50 micron

H-10050 Fresh water tank (320 Sq m)

(i) To be prepared to SA 2.5 standard Sq m 320

(ii) Two coats of SFAC, EP1paint to achieve total DFT 350-400 micron

Sq m 640

H-10051 Weather Work Surfaces / Railings/shade frame (100 Sq m)

(Jotun paint scheme)

(i) Surface preparation – ST-3 standard Sq m 100

(ii) Penguard, Primer, red to achieve a dry film thickness of 40 microns

Sq m 100

(iii) Pilot Primer, Grey to achieve a dry film thickness of 40 microns

Sq m 100

(iv) Pilot II, White to achieve a dry film thickness of 40 microns

Sq m 100

(v) Pilot II, White to achieve a dry film thickness of 40 microns

Sq m 100

(iv) Total dry film thickness of paint to be achieved 160 microns

H-10052 Weather Decks (320 sq m)

(Jotun paint scheme)

(i) Surface preparation SA 2.5 standard

Sq m 320

(ii) Muki EPS, Red to achieve a dry film thickness of 30 mincrons

Sq m 320

Page 22: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 22 of 134

(iii) Jotamastic 87 alu, alum to achieve a dry film thickness of 200 microns

Sq m 320

(iv) Jotamastic 87 alu, alum R/T to achieve a dry film thickness of 200 microns

Sq m 320

(v) Penguard Topcoat, Grey 38 to achieve a dry film thickness of 50 microns

Sq m 320

(vi) Penguard Topcoat, Grey 38 to achieve a dry film thickness of 50 microns

Sq m 320

(vii) Anti-Skid Powder, grey and a dry film thickness of 530 micons

Sq m 320

H-10053 General Surfaces in Dry Compartment Deck head/Bulkhead (Behind Insulation) (350 Sq m)

(Jotun paint scheme)

(i) Surface to be prepared to st-3 standard

Sq m 350

(ii) Pilot Primer, Red to achieve a dry film thickness of 50 microns

Sq m 350

(iii) Pilot Paint, white to achieve a dry film thickness of 50 microns

Sq m 350

(iv) Total dry film thickness of paint to be achieved 100 microns

H-10054 Cable locker (30 sq m)

(Jotun paint scheme)

(i) To be prepared to ST3 standard Sq m 30

(ii) Primastic Universal, aluminium/RT to achieve a dry film thickness of 150 microns

Sq m 30

(iii) Primastic Universal, aluminium to achieve a dry film thickness of 150 microns

Sq m 30

(iv) Total dry film thickness of 300 microns

H-10055 Ship side (150 Sq m)

(Jotun paint scheme)

(i) To be grit blasted to SA 2.5 standard Sq m 150

(ii) Pilot Primer, Red to achieve a dry film thickness of 40 microns

Sq m 150

(iii) Pilot Primer, Gery to achieve a dry film thickness of 40 microns

Sq m 150

Page 23: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 23 of 134

(iv) Correx, RAL 7040 (Black) to achieve a dry film thickness of 40 microns

Sq m 150

(v) Correx, RAL 7040 (Black) to achieve a dry film thickness o 40 microns

Sq m 150

(vi) Total dry film thickness of 160 microns to be achieved.

H-10056 Superstructure (150 Sq m)

(Jotun paint scheme)

(i) To be prepared to ST3 standard

(ii) Pilot Primer, Red to achieve a dry film thickness of 40 microns

Sq m 150

(iii) Pilot Primer, Gery to achieve a dry film thickness of 40 microns

Sq m 150

(iv) Correx, RAL 7040 (White) to achieve a dry film thickness of 40 microns

Sq m 150

(v) Correx, RAL 7040 (White) to achieve a dry film thickness o 40 microns

Sq m 150

(vi) Total dry film thickness of 160 microns to be achieved.

H-10057 Engine room/pump room/boilor room/generator room above bilges (200 Sq m)

(Jotun paint scheme)

(i) To be prepared to ST3 standard Sq m 200

(ii) Pilot Primer, Red to achieve a dry film thickness of 40 microns

Sq m 200

(iii) Pilot Primer, Gery to achieve a dry film thickness of 40 microns

Sq m 200

(iv)Pilot II White to achieve a dry film thickness of 40 microns

Sq m 200

(v)Pilot II White to achieve a dry film thickness o 40 microns

Sq m 200

(vi) Total dry film thickness of 160 microns to be achieved.

Eng

E-20001 Diesel Alternator

Carry out 8000 hourly/ 04 Yearly (Top overhaul) routines of 03 in no DA prime movers. Make- Kirlosker Cummins, Modle-NT495MG .

Nos 3

Page 24: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 24 of 134

1. Remove all cylinder heads and dismantle valve gear. Decarburization combustion spaces. Grind in valve.

2. Check condition of valve gear train, transfer sleeve sealing ring and injector tubes. Examine valve gear parts and valve seat Inserts. Replace if necessary.

3. Renew/ cylinder head joints, push rod sleeve and flexible drain hoses and cover joints.

4. Check crankshaft deflection. Examine surface of journals. Inspect for ovality and wear.

5. Check Main bearing clearances. If required replace.

6. Withdraw pistons and connecting rods. Examine crank pin surfaces and check for ovalty and wear.

7. Measure big end bearing and small end bush clearances. Remove and examine big and shells, gudgeon pins and bushes.

8. Decarbonise and piston for wear. Gauge pistons ring clearances. Renew pistons rings required.

9. Examine cam shaft drive. Inspect gears, cam and cam followers for wear and damage.

10. Examine coolant spaces for scale formation. Carry out chemical cleaning of coolant spaces, if required.

11. Examine pins and bushes for fuel control mechanism.

12. Remove and refit Lub oil pump. Inspect for wear. Refit and rest relief valve.

13. Renew cylinder head water outlet joints.

14. Control panel to be overhauled including gauges, sensors and cutouts if required replace.

15. Overhaul sea water and fresh water pumps and replace defective parts.

16. Renew all flexible hoses and fuel float tanks.

Page 25: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 25 of 134

E-20002 BOILER

Annual routines on both Boilers are to be undertaken, Make - Revomax, Type- A06/1140

Nos 2

1. Remove the burner, clean the diffuser, clean the tips of electrodes and check burner setting and spray. Remove defective parts if required.

2. Check photo resistor and photo cell for correct functioning, if required change the same.

3. Economiser to be chemically cleaned and pressure tested, if damaged to be renewed.

4. Overhaul feed water pump, fuel pump and condensate pumps. Renew defective parts if required.

5. Overhaul boiler control panel, check all sensors if required replace the defective gauges, sensors and contactors.

6. Remove Optimiser and chemical cleaning and pressure testing to be done, if required replace.

7. Overhaul steam pressure relief valve and set at pressure 200kg/cm2

8. Open top cover of boiler, remove and clean top refractory, flame cone radiator refractory, aluminium cladding, refit with new asbestos seating ropes.

9. Internal coil to be removed chemically cleaned and pressure tested, if required to be replaced (working pressure 7kg/cm2).

10. Heat exchanger to be removed, chemically cleaned and pressure tested. Check Zinc anodes if eaten up to be renewed (working pr – 7kg/cm2)

11. Inspect bottom refractory, if damaged to be repaired.

12. Motor driven air supply blower to be overhauled.

13. Burner, spark plug and electrodes to be checked and replace, if damaged.

14. Overhaul all steam valves and repair/ renewed the defective valves.

15. Boiler to be offer for trials on

Page 26: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 26 of 134

completion of work.

E-20003 VACUUM PUMP

Both Vacuum pumps are to be overhauled and proved, Make-Vindl Vak, Type-RT 12, Cap-2525 m3/hrs (As per scope below).

Nos 2

1. Dismantle pumps and inspect impeller, Control disc, Taflon balls, bearings and check clearance between control disc and impeller. If required replace the defective parts.

2. Check Auto drain valve for proper functioning, if found defective replace the same.

3. Check pump coupling for proper tension, if required replace the same.

4. Check alignment w.r.t motor and prove the pump in load condition.

E-20004 VALVES

Followings valves to be removed,overhauled,repaired,pressure tested and fitted back:

(a) Main sea suction valve(SDNR) pressure test at 2 kg/cm2,Dia-300 mm

Nos 4

(b) Main sea suction 2nd (Doubler) valve SDNR(pressure test at 2kg/cm2),Dia-200mm

Nos 4

(c) Fire hydrants valves SDNR(pressure test at 7kg/cm2),Dia-85mm

Nos 5

(d) Firemain sea suction valves – SDNR (pressure test at 7kg/cm2),Dia-80mm

Nos 4

(e) Sludge valves-SDNR (pressure test at 7kg/cm2),Dia-100mm

Nos 20

(f) Firemain line valves-SDNR (pressure test at 6kg/cm2),Dia-80mm

Nos 4

(g) Firemain overboard discharge valves-SDNR (pressure test at 7kg/cm2),Dia-80mm

Nos 2

(h) Cleaning water system valves-SDNR (pressure test at 11kg/cm2),Dia-80mm

Nos 8

(j) Bilge system overboard discharge valves- SDNR(pressure test at 3.5kg/cm2),Dia-65mm

Nos 2

Page 27: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 27 of 134

(k) Vacuum system cocks (pressure test at 10kg/cm2),Dia-100mm

Nos 5

(l)Bilge pump suction valve (pressure test at 3.5kg/cm2),Dia-65mm

Nos 2

(m) DG sea suction valve (pressure test at 3.5kg/cm2),Dia-65mm

Nos 3

(n) Cleaning water manifold valves (pressure test at 11kg/cm2),Dia-20mm

Nos 10

(p) Fuel suction valve (pressure test at 3.5kg/cm2),Dia-100mm

Nos 4

(q) Bilge system manifold valve to be overhaul and pressure tested(pressure test at 3.5kg/cm2),Dia-65mm

Nos 16

(r) Vacuum system suction valves of Dia 200mm to be overhauled and pressure tested (pressure test at 10kg/cm2)

Nos 2

(s) Fire pump relief valves of dia 80 mm serviceability checks to be done

Nos 2

(t) Sludge transfer pump relief valve serviceability checks to be done

Nos 2

E-20005 MD AIR COMPRESSOR

Motor driven air compressor to be overhauled and to be proved for satisfactory operation.(ELGI,Type-THPC500)

Nos 3

E-20006 ENGINE DRIVEN AIR COMPRESSOR

Engine Driven air compressor and engine to be overhauled and to be proved for satisfactory operation.(ELGI,Type-THPC300, Engine-Kirloskar oil,Type-TB1-THP)

No 1

E-20007 HP AIR RESERVOIR

HP air reservoir to be chemically cleaned and pressure tested at 60kg/cm2. Pressure testing certificate to be provided.

Nos 6

E-20008 AIR BOTTLE CHARGING COCKS

Hp air bottles charging cocks to be repaired/overhauled (pressure test at 50kg/cm2) and bottle drain cocks to be replaced.

Nos 12

E-20009 AIR BOTTLE RELIEF VALVE

Air bottles relief valves malfunctioning to be repaired/overhauled (pressure test at 55 kg/cm2).

Nos 6

E-20010 CLEANING WATER PUMPS

Page 28: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 28 of 134

Overhaul/Repair of cleaning water pumps (BE pumps.Type-A4173KKTE

Nos 2

E-20011 CLEANING NOZZLES

External cleaning water nozzles broken/damaged to be manufacture as per sample. Mat-GM

Nos 4

E-20012 HOSE ADOPTER

Adopter for cleaning water hoses corroded /damaged to be manufacture as per sample. Mat- MS

Nos 10

E-20013 FIRE & BILGE PUMP

Bilge pump to be overhaul/replaced and tried out (Make-BE pumps,cap-45 m3/hr)

Nos 2

E-20014 SLUDGE TRANSFER PUMP

Overhaul/Repair of gear type sludge transfer pump and chemical process pumps. Trial the pumps on completion(PEC pumps,Type-MPG-12,and MPC-03)

Nos 3

E-20015 STRAINER

Sea chest strainer to be manufactured as per sample. Mat- perforated brass sheet,dia-100mm,Thickness-2mm

Nos 4

E-20016 MD FUEL TRANSFER PUMP

Overhaul/repair motor driven fuel oil transfer pump and trial on completion.(BE pumps,Type-AO2110K )

Nos 2

E-20017 FRESH WATER PUMP

Overhaul motor driven fresh water pump and trial on completion. (BE pumps,Type-AO2110)

Nos 2

E-20018 SEA SUCTION PIPE

(a) Main sea suction pipe line to be chemically cleaned and pressure tested up to 02 bar and if required renewed along with end flange as per sample. Dia-250 mm total length-20 mtr , (Mat - MS schedule ‘B’)

Mtrs 20

(b) Sea water suction and discharge line of Sea water Pumps of 03 Nos DAs to be chemically cleaned and pressure tested up to 02 bar and if required renewed along with end flange as per sample. Dia-50 mm total length-40 mtr , (Mat – Cu-Ni)

Mtrs 40

Page 29: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 29 of 134

(c) Sea water suction and discharge line of Bilge pump (Boiler Room & DA Compartment) to be chemically cleaned and pressure tested up to 10 bar and if required renewed along with end flange as per sample. Dia-80 mm total length-60 mtr , (Mat – Cu-Ni)

Mtrs 60

(d) Boiler condensate cooling pump Suction and discharge line to be chemically cleaned and pressure tested up to 01 bar and if required renewed along with end flange as per sample. Dia-24 mm total length-20 mtr , (Mat – Cu-Ni)

Mtrs 20

(e) Bilge suction chest of dia 80 mm serviceability checks to be done

Nos 8

E-20019 HAND PUMP

Semi rotary hand pumps to be overhauled and proved with the system.

Nos 5

E-20020 WATER CLEANING HOSES

Boiler cleaning hoses damaged to be renewed with end fittings (Dia and L – ¾” IDx 15 mtr each, Mat- SS,304 inner core, annular corrugation close pitch, externally SS 304 three ply, working pressure 30kg/cm2) Make- Malco industries.

Nos 20

E-20021 VACUUM HOSES

Vacuum cleaning hoses damaged, to be renewed with end fittings (Dia and L – 2” IDx15 mtr each, Mat-SS 304 inner core, annular corrugation close pitch, externally SS

Nos 15

E-20022 SEALING WATER PUMP

Sealing water circulating pump of vacuum system to be overhauled (Make- BE, Type- A4110KK)

Nos 2

E-20023 HYDROPHORE

Sea water and fresh water hydrophore to be overhauled.

Nos 2

E-20024 WASHING MACHINE

Washing machine and drying tumbler to be renewed. ( Capacity - 5kg)

each 1

E-20025 DA EXHAUST TRUNKING

Page 30: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 30 of 134

03 in nos DA exhaust trunking to be chemically cleaned ,repaired if required and pressure tested and re lagging to be undertaken post fitment ,change if required.

Nos 3

E-20026 MD CONDENSATE PUMP

02 in nos motor driven condensate pump to be overhauled.(Make-BE pump,Type-A03110K)

Nos 2

E-20027 HP AIR SYSTEM

(a) HP air reducer to be overhauled and pressure tested at 60 Bar.

Nos 2

(b) HP air system pipe lines corroded/perished at various places to be renewed of dia of 10 mm and length 30 Mtrs (Material - MS)

Mtrs 30

E-20028 HP AIR RESERVOIR

Calibration of pressure gauge of HP air reservoir.

Nos 6

E-20029 VACUUM SYSTEM

Vacuum system cocks SDNR((pressure test at 10kg/cm2),Dia-100mm

Nos 5

E-20030 DA AIR BOTTLE

DA air starting bottle to be chemically cleaned and pressure tested at 60kg/cm2

Nos 1

E-20031 FEED WATER CLEANING TANK SUCTION VV

Feed water suction and system valve SDNR ((pressure test at 7kg/cm2),Dia-85mm

Nos 10

E-20032 Fuel Hose

Replacement of 06 in no. Fuel hoses 6” dia, 15 Mtr length and material Rubber with alluminium end fittings as per samples.

Nos 6

E-20033 Submersible Pump

Renewal of 03 in no. 40 TPH Submersible pumps with socket.

Nos 3

E-20034 Co 2 flooding and fire fighting system followings to be carried out through authorised dealers(make-M/S Newage Industries, Mumbai).

Nos 1

Page 31: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 31 of 134

(a) 08 in nos CO2 cylinder (68 ltrs water capacity) filled with 45 Kg CO2 gas to be removed, pressure tested (Hydrostatic T.P- 340 Kgf/cm sq) and refilled with CO2(45 Kg each).

(b) 02 in nos Pilot Nitrogen cylinders( 3 ltrs water capacity) to be removed, pressure tested(Hydrostatic - 250 Kg/cm sq) and recharge with dry nitrogen to 70 bar pressure

(c) 08 in nos CO2 cylinder valves & 02 nos Nitrogen cylinder valve/reducer

(d) Control panels & valves to be checked for function test and repaired if required

(e) CO2 system pipes(dia-40 mm/20mm, total length- app 90 mtr) to be flushed through with HP Air and all nozzles(16 nos.) holes to be checked. Working press-40 kg/sq.cm

Note:- All cylinders filled weight & test certificate to be provided.

E-20035 Feed/fresh water system

Fresh/Feed water system pipes to be chemically cleaned and pressure tested up to 10 bar and if required renewed along with end flange as per sample. Dia-32 mm total length-20 mtr , (Mat – MS)

Mtrs 20

E-20036 Sea tubes and Gratings

Clean/Inspect sea tubes and sea chest gratings of Boilers, DA’s and GS pumps. Recondition/renew as required, new sacrificial anodes and paint with SPC scheme

NO 6

E-20037 Vacuum system

(a) Vacuum reservoir tank of volume 12 m3 to be vacuum tested up to 760 inches of Hg

NO 1

(b) Sludge tank of volume 06 m3 to be vacuum tested up to 760 inches of Hg

NO 1

Page 32: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 32 of 134

(c) Vacuum system pipes to be chemically cleaned, pressure tested and if required renewed along with end flange as per sample. Dia-200 mm total length-40 mtr , (Mat – MS)

Mtrs 40

(d) Vacuum pump sealing water pump suction and discharge line to be chemically cleaned, pressure tested and if required renewed along with end flange as per sample. Dia-40 mm total length-15 mtr , (Mat – MS)

Mtrs 15

(e) System lines connecting vacuum tank to sludge tank to be chemically cleaned, pressure tested and if required renewed along with end flange as per sample. Dia-50 mm total length-55 mtr , (Mat – MS)

Mtrs 55

(e) System lines connecting vacuum tank to sludge tank to be chemically cleaned, pressure tested and if required renewed along with end flange as per sample. Dia-80 mm total length-10 mtr , (Mat – MS)

Mtrs 10

E-20038 Following pressure gauges to be replaced.

(a) Vacuum pump suction gauges 02+02 (local+MCR) Range 0 to 30 inch of Hg

NO 4

(b) Sealing water pump pressure gauges (range 0-5 bar)

NO 2

(c) Fire pump pressure gauges (range 0-10 bar)

NO 4

(d) Compressor/Reservoir pressure gauges (range 0-600 lb/inch2)

NO 9

(e) Cleaning water pump pressure gauges (range 0-15 bar)

NO 2

(f) Condensate cooling pump pressure gauges (range 0-1 bar)

NO 4

(g) Water transfer pump pressure gauges (range 0-5 bar)

NO 2

(h) Hudrophore pressure gauges (range 0-4 bar)

NO 2

(j) Sludge transfer pump pressure gauges (range 0-5 bar)

NO 2

(k) Steam pressure gauges (range 0-20 bar)

NO 2

Page 33: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 33 of 134

(l) Boiler fuel pump pressure gauges (range 0-20 bar)

NO 2

E-20039 Following to be manufactured as per sample

(a) T-Handle NO 5

(b) Tank man hole door rubber joints

NO 20

(c) Wheel spanners NO 5

ELECTRICAL

L-30001 03 in Nos. 100 KVA,415V, 3 Ph, 50 Hz alternators to be overhauled and tested on board on load for 02 hours for satisfactory operation.

Nos 3

(a) Check insulation value of winding.

(b) Improve the insulation or renew winding if required.

(c) Renew bearing, coupling key and rubber pad piece

(d) Serviceability checks of DA local control panel and wiring.

L-30002 Overhaul and repair main switch board and test on board for satisfactory operation

Nos 1

(a) Service breaker/MCB contacts of MSB.

(b) Rotary switch repair or renew.

(c) Renew internal wiring or renew.

(d) Renew indicating Lamps.

(e) Defective meters to replaced.

(f) Overhaul shore supply breaker 03 in number DA supply breakers.

L-30003 Following motors to be overhauled and tested on board on load for satisfactory. Renew defective components.

(a) DA compartment supply fan motor 7.5HP.

Nos 2

(b) Galley supply blower motor 1.5 HP.

Nos 1

(c) Mess and Machinery compt. Ventillation blower motors 1HP

Nos 12

(d) Windlass and capstan motor and HP Air compressor 7.5 HP.

Nos 4

(e) Sealing water Pump motor 2HP. Nos 4

Page 34: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 34 of 134

(f) Bilge pump, Cleaning pump, Sludge pump motors 10 HP

Nos 6

L-30004 Followings starters to be overhauled/Repaired and tested on board.

(a) DA compartment supply fan motor 7.5 HP.

No 4

(b) Vaccum pump motors 100 HP No 2

(c) Galley supply blower motor 0.25 HP No 1

(d) Ventillation blower motors 2HP. No 12

(e) Bilge pump, Cleaning pump, Sludge pump motors 10 HP

No 6

L-30005 The following control panels/drum controllers to be overhauled on board and tested on board for satisfactory operation.

(a) capstan control panel No 1

(b) capstan drum controller. No 1

(c) Windlass motor control panel No 1

(d) Windlass drum controller. No 1

L-30006 01 in Nos. battery charger to be overhauled, repaired and tested on board (415V, 50Hz, 24V DC).

No 1

L-30007 02 in Nos. fuse panel for lighting and controls to be overhauled and defective parts to be replaced.

Nos 2

L-30008 Fire fighting control panel including heat and smoke detectors to be renewed, all defective components mainly Panel, 04 sensors and 50 mtrs wiring to be renewed and system to be proved for satisfactory operation.

Nos 1

L-30009 Tank measurement panel and sludge reservoir mounied electro phuenamitic control valve including sensors to be overhauled. Defective sensors wiring to be renewed and system to be proved.

set 1

L-30010 Galley oven to be replaced with Microwave Oven.(capacity 30 Ltrs Make LG)

no 1

L-30011 The following light fitting to be overhauled/renewed.

(a) Search light fitting. Nos 4

(b) Halogen light fitting. Nos 4

(c) Navigational light fitting Nos 6

(d) Bed lamps with switch and sockets Nos 30

Page 35: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 35 of 134

L-30012 20W Loudhailer amplifier with 06 in Nos. speaker with Mic to be overhauled and tested . (make Philips)

No 1

L-30013 Emergency lighting DB not working , suspect contacts short circuit to be overhauled and defective parts to be replaced.

No 1

L-30014 Renewing of emergency lighting cable. Mtrs 50

L-30015 Split ACs is not working, suspected compressor short circuit. Split ACs to be renewed.

Nos 2

L-30016 The following light wiring to be overhauled/renewed.

Mtrs 200

(1) Pump Room

(2)Boiler Room

(3) DG Room

(4)Paint Store

(5)Boatswain Store

(6) Mess decks

(7) Bathroom

(8) Upper decks

(9) Submersible sockets

L-30017 DG room blower fan to be overhauled. No 1

L-30018 04 in no. 12V, 180 Ah lead acid batteries to be replaced with new one. (Make –EXIDE).OEM warranty certificate is to be provided with new battery.

Nos 4

L-30019 MCR control wiring is to be checked and renewed. Total 50 Mtrs.

meter 50

L-30020 Intercom system perished to be renewed.

Nos 1

02 in nos 165 ltrs Refrigerator perished/ unserviceable, to be renewed Make LG.

Nos 2

01 Water cooler alongwith aquaguard water purifier to be replaced with 120 ltrs cooler with aquaguard. Foundation of water cooler in galley perished. To be renewed with MS Angle bar of 1" x 1". Water inlet pipes of Aquaguard to be connected and outlet to be

1 1

Page 36: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 36 of 134

connected to cooler with two isolating valves. Size 1/2" GI pipe. Approx length – 08 m.

02 nos 32“ LCD TV to be renewed with os 32 inch LED TV( Make Sony)

No 2

L-30021

Overhauling of 415V/220V lighting and domestic transformer

NO 4

L-30022

Rotary lighting switch to be renewed(DA, Pump room, Boiler room, Bath room, Boat sawn store, Paint store, Mess deck, store rooms and alleyway)

NO 40

L-30024

Following test / measuring instruments to be replaced:

(a) Digital multi meter NO 1

(b) Meggar NO 1

(c) Tong tester NO 1

(d) Hydro meter NO 1

(e) SPM meter NO 1

L-30025

Following items to be replaced

(a) Switch board rubber mat(8x2 ft) NO 5

(b) Flood lights(05 Nos) NO 5

(c) Rechargeable hand torch NO 5

NOTE:- ANY WOODEN PANELING/ AL PANELING /ITEMS DAMAGED IN WAY OF HOT WORK BY CONTRACTOR HAS TO BE RENEWED AT NO EXTRA COST AS PER EXISTING SHADE/COLOUR/ MATERIAL.

Page 37: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 37 of 134

(Annexure 3 to Encl – II to

RFP DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Dated 22 Feb 2016)

NAVAL DOCKYARD MUMBAI

TITLE : QUALITY ASSURANCE PLAN

DOC CODE Q C H 7 4 Q A P 0 3 8

DEPT : MQC ( HULL) C NO 74 ISSUE NO 02

DATE : 22 APR 09 PAGE 37 OF 134

COMPREHENSIVE REFIT PACKAGE OF YARD CRAFTS/ MARINE ASSETS

Activity No.

Description & sequence of activities

P R W H Remarks

1. All materials not supplied by dockyard to be material tested in NABL lab

i) MS Plates IS 2062 Gr B

2 3 3

The material will be stamped by QCH prior sending to lab

ii) MS Stiffeners IS 2062 GrA

iii) GI Pipes IS 139 Part-I, Pipe Fittings as per IS 4310

iv) Bolts IS 1363

v) Eye Plates IS 6203

vi) Wooden Planks African Teak Wood

vii) Deck cleats IS 5520

viii)Bollards IS 4374/80

ix) Paint NCD-1416

x) Rubber Fender IS 14238 and IS 13848. Hardness- 170 Shore A

All rubber items will be IRMRA certified

STEEL RENEWAL

2. Survey and marking of defected areas

1

3. Action against defect and marking of renewal area

1 3

4. Cropping of plate as per Sl. 1/ 2

QAP No : QCL074QAP038 QAP Date : 22 Apr 09

SHIP : CG Dock Caisson

Job Title : OFFLOADING OF ROUTINE MAINTENANCE OF MARINE ASSETS

Reference Documents :

NES 155 or approved equivalent standards Relevant IS grades mentioned in QAP NCD 1416 NCD 1453

Page 38: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 38 of 134

Activity No.

Description & sequence of activities

P R W H Remarks

No. 2

5.

Prior commencement of welding, The yard/ Contractor must posses (a) WPS & PQR (b) As per WPS & PQR valid certificate for welders with their individual identity w.r.t certification while working (c) Proper welding equipments (d) Proper baking oven and hand oven (e) Correct consumable and process prescribed for the job. Ensure all the terms before finalise the contract.

1/ 2

6.

Weld edge preparation / fairing and grinding of the area. Frames and longitudinal to be assessed / renewed, where ever possible template or mould to be prepared to manufacture new plate for renewal

1/ 2 3

7.

New plate to be prepared according to the template or mould and prepare weld edge prior to lift the plate & ensure plates and sections are detect free and SA-2.5 blasted and primed.

1/ 2

8.

Plate fit-up inspection i.e. tack welded all around with longitudinal, frames, stiffeners etc and plate breached with supports around the periphery with moon plate etc to prevent deformation due to full welding.

1/ 2 3

Check mis-match, root gap, weld edge, chamfering for different thick etc are as per weld joint standard.

9.

Weld the plate with stiffeners from inner side strictly in sequence. PCW’s sequence of welding for plating Page 343

1/ 2

Page 39: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 39 of 134

Activity No.

Description & sequence of activities

P R W H Remarks

10.

Back gauging and grinding, 1st DP test for to rectify the defects prior to offer the DP to QC(H)

1/ 2

11.

Inspection of back gauge and DP Test prior to full weld from outside, through clean post inspection

1/ 2 3

12.

(a) Full weld from outer side with breches (b) Rectify deformation beyond tolerances

1/ 2

13.

Remove / cutting and grinding of moon plates, keys etc and prepare the weld bid or reinforcement suitable for DP Test

1/ 2

14.

(a) Second DP Test, (b) Examine defect free weld and adjoining area, (c) Identify and note the ‘X’ Ray spots or locations approx. 10% of weld length (Seam + Butts) for u/w and 5% for a/w, which can co-relate while interpretation / review of ‘X’ ray film. UT will be substitute where radiography not possible.

1/ 2 3 3

15.

(a) Interpretation of radiography film and justify the ‘X’ Ray report. (b) Action accordingly i.e. accept or repair (c) Follow the same (a) if there is repair but as per procedure. SB Standard, ASME Sec IX

1/ 2 3

16.

Pressure test or leak test whichever possible or suitable for particular job will be decided by QC

1/ 2 3

17. Preservation (in and out) priming and painting after

1/ 2 3

Page 40: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 40 of 134

Activity No.

Description & sequence of activities

P R W H Remarks

above all tests are cleared

BLASTING Of UNDERWATER AREA

18. Area to be washed by salt water followed by fresh water after undocking

2 3 3

19. Underwater hull area to be prepared to SA 2.5 std by Grit blasting

2 3 3 Iron grits to be used of G

24

20. Areas to be primed within 2 hrs of blasting after QC concurrence

2 3 3

21. Application of paint scheme as per SOW 2 3 3

Inspection be offered at each coat interval prior to next coat

RENEWAL OF ANODES

22. Determine No. of anodes to be renewed

1 2

23. Identification of material

1/2 3 3

24. Inspection after fitment of anodes

2 3 3 Areas where anodes are fitted to be blasted prior

fitment

FITTINGS

25.

Survey, Repair/ Renewal/ Replacement/ of various foundations, miscellaneous out fittings, Guard Rails, Hand Rails, Stanchions, Cable locker, Hawse pipe & Naval pipe, Bollard, Cleats, Fairleads,Ventilation trunking etc ( If repair work is carried out then it has to follow the norms approved by QC)

2 3 3 Structure which required renewal is manufactured as per approved drawings

26.

Fittings which are renewed/repaired is chipped for application of appro paint scheme

2 3 3 Paint scheme application should follow crafts record

27.

Overhauling and easing of various units, machineries & equipments. As per SOW and Ships manual for concerned equipment

2 3 3 Firm to submit separate QAP for overhauling of machineries

TANK TESTING

28. Survey and Repair/ 2 3 3 All underwater tanks

Page 41: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 41 of 134

Activity No.

Description & sequence of activities

P R W H Remarks

Renewal, pressure testing and chipping/ cleaning and painting of Ballast tanks, Fuel tanks, F/W gravity tanks and chipping/ cleaning and painting of E/R and ASP bilges . Air pressure testing of the tanks at 0.2 bar pressure for 15 minutes

(F W tank) to be blasted to SA 2.5 std

CITADEL DEFECTS

29.

Repair/ Renewal of WT doors, hatches, port holes and replacement of clips, nuts etc

2 3 3 Items which are manufactured should as per sample

30.

Replacement of rubber as per existing

2 3 3

Only IRMRA procured rubber to be used and certificate of same is submitted to QC

31. Chalk test on renewed rubber

2 3 3

WOODEN UPHOLSTERY

32.

Wooden deck flooring to be surveyed and renewed as per existing. Survey to be carried by MOUT

4

33.

Internal wooden planks for cargo hold. (Specification of wood to be used should be given by user dept)

2 3 3 Planks to be inspected prior fitment by QC

34. Application of wooden primer and finish coat

2 3 3 Prior application surface to be prepared

35. Sal wood wedges for securing cargo hold canvas

2 3 3 Wood to be inspected prior fitment by QC

36. PVC coated canvas covers for cargo hold. NCD 1453

2 3 3 Specification of PVC to be mentioned by user

SURFACE PREPARATION & PAINTING

37.

The areas to be blasted should be surface prepared to SA 2.5 and appropriate paint scheme is followed. In case of LLPS paint scheme, paint to be applied under OEM reps supervision and guarantee certificate as applicable for 05-10 years

2 3 3 Grit to be used G-24

Page 42: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 42 of 134

Activity No.

Description & sequence of activities

P R W H Remarks

to be obtained.

TILING

38. Provision of material test certificates for following:-

(i) H&R Johnson anti skid Endura tiles. IS 13755

(ii) Paint

39. Breaking of old Tiles and underlay in the compartment.

2 -- 3 3

40. Cleaning the surface to bare metal, surface finish to St-2 standard. HITTU handbook/Swedish std

2 --- 3 3

41. Application of 01 coat of Epoxy Red Oxide primer to 25- 30 microns DFT with drying time of 24 hrs

2 3 3

42. Application of three coats of coal tar epoxy to 300+ 25 microns DFT with inter -coat interval of 24 Hours

2 --- 3 3

43. Dry Film Thickness measurement

3 --- -- 3

44. Laying of wire mesh of dimensions 85X40X1.5 mm and painting of wire mesh with CTE.

2 --- 3 3

45. Tack welding and securing of wire mesh

2 --- 3 3

46. Laying of Portland Cement and white river sand in the ratio of 1:3 to obtain 40-60 mm thickness with required slopes for drainage for water

1 --- 3 3

Page 43: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 43 of 134

N.B. : 1. Above QA do not include degutting and re-gutting which may be placed at 3

rd and 17

th respectively, where

required.

2. All contractors & yard will follow this draft QA plan for steel (Plate) renewal to prepare their own QA Plan and submit for approval to QC / M(Fab) before they commence operation.

4. QC Inspectors/ Supervisors must ensure timely preparation of Inspection reports on all the H (Hold) points after due inspection on respective hold point.

5. Legend: A) “P” – Perform, “R” – Review, “W” – Witness, “H” – Hold B) 1 – MFAB Department, 2 – CONTRACTOR, 3 – QC(H) Department

47. Inspection post curing of the cement layer

3 --- -- 3

48. Material conformity checks of Tiles manufactured by H&R Johnson anti-skid Endura tiles as per IS specification. 13755. Sample to be landed.

3 --- 1 3

49. Laying of New Tiles and grouting with white cement.

2 --- 3 3

50. Final Cleaning and Polishing.

--- --- --- ,3

51. Final Inspection of completed work

3 -- - --

52. Issue of Work Completion Certificate

1 -- -- --

Page 44: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 44 of 134

NAVAL DOCKYARD, MUMBAI

QUALITY ASSURANCE PLAN

DEPT: QC(E) C.No 74

REV No:02

DATE: 14 Aug 13

FORM NO

Q C E 0 7 4 R E 0 1 0

SHIP: TCV 1 Job Title : Refit

QAP No : QCE74 - 423 QAP DATE : 11 Sep 14 Total Pages: 13

Reference Documents

QC hand book

DL No. / Ser

Job Description & Activity Description

Inspection

P R W H

(a) Job Description. : Material inspection. (b) Activity Description / Instruction. Check all items / material listed

in standard / promulgated bill of material for overhaul / repair kit is

available. Check the following:-

(i) Check quantity and quality of each item and make list of

deficient items. (Total list of components and subcomponents

to be provided by User Manager / Firm).

(ii) Check if deficient items are made available for inspection at a

later stage of the work.

(iii) Make list of all spares which were reused / used after

reconditioned.

(iv) Check manufacturer’s test certificates / challans. Get the material tested from NABL accredited lab.

1

5

3,5

3

E-20001 (a) Job Description. Carry out 8000 hourly / 04 Yearly (Top overhaul) Routines of 03 in nos DA prime movers. Make- Kirloskar Cummins, Model-NT 495 MG.

(b) Activity Description/Instruction. (i) Remove all cylinder heads and dismantle valve gear.

Decarbonize combustion spaces. Grind in valves.

(ii) Check condition of valve gear train, transfer sleeve sealing

ring and injector tubes. Examine valve gear parts and valve seat

Inserts. Replace, if necessary.

(iii) Renew/ cylinder head joints, push rod sleeve and flexible

drain hoses and cover joints.

(iv) Check crankshaft deflection. Examine surface of journals.

Inspect for ovality and wear.

(v) Check Main bearing clearances. If required, replace.

(vi) Withdraw pistons and connecting rods. Examine crank pin

surfaces and check for ovality and wear.

(vii) Measure big end bearing and small end bush

clearances. Remove and examine big and shells, gudgeon pins

and bushes.

(viii) Decarbonise piston for wear. Gauge piston ring

clearances. Renew piston rings, if required.

1

5

3,4,5

3,5

Page 45: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 45 of 134

DL No. / Ser

Job Description & Activity Description

Inspection

P R W H

(ix) Examine cam shaft drive. Inspect gears, cam and cam

followers for wear and damage.

(x) Examine coolant spaces for scale formation. Carry out

chemical cleaning of coolant spaces, if required.

(xi) Examine pins and bushes for fuel control mechanism.

(xii) Remove and refit Lub oil pump. Inspect for wear. Refit

relief valve.

(xiii) Renew cylinder head water outlet joints.

(xiv) Control panel to be overhauled including gauges,

sensors and cutouts. Replace, if required.

(xv) Overhaul sea water and fresh water pumps and

replace defective parts.

(xvi) Renew all flexible hoses and fuel float tanks.

E-20002

(a) Job Description. Annual Routines of Boilers (b) Activity Description / Instruction. Annual routines on both Boilers are to be undertaken, Make - Revomax, Type- A06/1140. Note: Refer Ser 1-15 of SOW for detailed work. Offer all items to Ship’s Staff/CBIU(MBI).

1 2 2

E-20003

(a) Job Description. Both Vacuum pumps are to be overhauled and proved, Make-Vindl Vak, Type-RT 12, Cap-2525 m3/hrs (As per scope below).

(i) Dismantle pumps and inspect impeller, Control disc, Taflon balls, bearings and check clearance between control disc and impeller. If required replace the defective parts. (ii) Check Auto drain valve for proper functioning, if found defective replace the same. (iii) Check pump coupling for proper tension, if required replace the same. (iv) Check alignment w.r.t motor and prove the pump in load condition.

(b) Activity Description/Instruction. Dismantle pump complete to the sub component level, clean all the parts, carry out gauging of parts and record in the table, also note the missing component/ damaged and suggest the remedies in your report, submit the report to QC(E). QC(E) rep will suggest and vet the report prepared. Renew the parts as instructed, submit the challan of the renewed parts with material test certificates from the NABL approved lab. to QC(E). Carryout the dynamic balancing of the rotating unit in presence of the QC(E). Submit the report & dynamic balancing machine calibration certificate. Assemble the pump and carryout the performance trial in presence of QC (E) rep. If the test facilities is not available with the firm the same to be tried on board post approval by the QC(E).

1 3 3

Page 46: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 46 of 134

DL No. / Ser

Job Description & Activity Description

Inspection

P R W H

E-20004 (a) Job Description. Followings valves to be removed, overhauled, repaired, pressure tested and fitted back:-

(i) Main sea suction valve(SDNR) pressure test at 2 kg/cm2,Dia-300 mm.

(ii) Main sea suction 2nd (Doubler) valve SDNR(pressure test at 2kg/cm2), Dia-200mm.

(iii) Fire hydrants valves SDNR(pressure test at 7kg/cm2),Dia-85mm.

(iv) Firemain sea suction valves – SDNR (pressure test at 7kg/cm2),Dia-80mm.

(v) Sludge valves-SDNR (pressure test at 7kg/cm2), Dia-100mm.

(vi) Firemain line valves-SDNR (pressure test at 6kg/cm2),Dia-80mm.

(vii) Firemain overboard discharge valves-SDNR (pressure test at 7kg/cm2),Dia-80mm.

(viii) Cleaning water system valves-SDNR (pressure test at 11kg/cm2),Dia-80mm.

(ix) Bilge system overboard discharge valves- SDNR(pressure test at 3.5kg/cm2),Dia-65mm.

(x) Vacuum system cocks (pressure test at 10kg/cm2),Dia-100mm.

(xi)Bilge pump suction valve (pressure test at 3.5kg/cm2),Dia-65mm.

(xii) DG sea suction valve (pressure test at 3.5kg/cm2),Dia-65mm.

(xiii) Cleaning water manifold valves (pressure test at 11kg/cm2),Dia-20mm.

(xiv) Fuel suction valve (pressure test at 3.5kg/cm2),Dia-100mm.

(xv) Bilge system manifold valve to be overhaul and pressure tested(pressure test at 3.5kg/cm2),Dia-65mm

1 - 3 3

(b) Activity Description/Instruction.

Page 47: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 47 of 134

DL No. / Ser

Job Description & Activity Description

Inspection

P R W H

(i) Identify the valves and put tally on valves. Shift the valves to the firm’s workshop. Give the gate pass/ challans to QC (E). Dismantle the valves and chemically clean the parts. Prepare opening inspection reports in a suitable format. Submit the opening inspection reports duly signed by the firm’s QC inspector/Engineer to QC (E). (ii) Offer the valves for opening inspection at least 48 hrs in advance to QC (E). Renew the parts as per QC (E) rep’s recommendations. Material of the parts to be renewed should conform to the original material and to be tested at NABL accredited lab, witnessed by QC (E) rep. Firm to provide all the test certificates to QC (E). (iii) Overhaul and box up the valves and pressure test the valves to the required test pressure as specified/ 1.5 times then the working pressure. Prepare boxing up reports. Submit the boxing up inspection reports duly signed by the firm’s QC inspector/Engineer to QC (E) for scrutiny. (iv) Offer the valve for final inspection and pressure testing to QC (E). Pressure testing of valves to be undertaken for five cycles of opening and closing to check the integrity. Submit pressure gauge calibration certificates. Post QC clearance, preserve the valve. Fit the valves in their location by using appropriate gaskets and fasteners and prove the system

E-20005 (a) Job Description. Overhaul of 03 in nos. MD Air Compressors. (b) Activity Description/Instruction. Motor driven air compressor to

be overhauled and to be proved for satisfactory operation (ELGI,Type-THPC500).

1

5

3,4,5

3,5

E-20006 (a) Job Description. Overhaul of 01 in no. Engine Driven Air Compressor.

(b) Activity Description/Instruction. Engine Driven air compressor and engine to be overhauled and to be proved for satisfactory operation.(ELGI,Type-THPC300, Engine-Kirloskar oil,Type-TB1-THP)

1

5

3,

4,

5

3,

5

E-20007 (a) Job Description. :Chemical cleaning of 06 in nos. HP Air Reservoirs.

(b) Activity Description/Instruction. HP air reservoir to be chemically cleaned and pressure tested at 60kg/cm2. Pressure testing certificate to be provided.

1

5

3,4,5

3,5

E-20008 (a) Job Description. Overhaul of 12 in nos. Air Bottle Charging Cocks. (b) Activity Description/Instruction. Hp air bottles charging cocks to be repaired / overhauled (pressure test at 50kg/cm2) and bottle drain cocks to be replaced.

1

5

4,5

5

Page 48: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 48 of 134

DL No. / Ser

Job Description & Activity Description

Inspection

P R W H

E-20009 (a) Job Description. Overhaul of 06 in nos. Air Bottle Relief Valves. (b) Activity Description/Instruction. Air bottles relief valves malfunctioning to be repaired/overhauled (pressure test at 55 kg/cm2).

1

5

4,5

5

E-20010 (a) Job Description. Overhaul/Repair of cleaning water pumps 02 (BE pumps.Type-A4173KKTE. (b) Activity Description/Instruction. Dismantle the pumps completely to the sub component level, clean all the parts, carry out gauging of parts and record in the table, also note the missing component/ damaged and suggest the remedies in your report, submit the report to QC(E). QC(E) rep will suggest and vet your report prepared. Renew the parts as instructed, submit the challan of the renewed parts with material test certificates from the NABL approved lab. to QC(E). carryout the dynamic balancing of the rotating unit in presence of the QC(E). submit the report & dynamic balancing machine calibration certificate. Assembled the pump and carryout the performance trial in presence of QC(E) rep. if the test facilities is not available with the firm the same to be tried on board post approval by the QC(E).

1 3 3

E-20011 (a) Job Description. External cleaning water nozzles 04 broken/damaged to be manufacture as per sample. Mat-GM (b) Activity Description/Instruction. Manufacture the nozzles as per sample with GM material and firm to submit the material test certificate of the manufactured nozzles to QC(E)

1 3

E-20012 (a) Job Description. Adopter 10 for cleaning water hoses corroded /damaged to be manufacture as per sample. (b) Activity Description/Instruction. Adaptors be manufactured (10 in nos) with material SS 304 or GM as per the sample

1 3

E-20013 (a) Job Description . Bilge pump 02 to be overhaul/replaced and tried out (Make-BE pumps,cap-45 m3/hr).

(b) Activity Description/Instruction. Dismantle the pumps completely to the sub component level, clean all the parts, carry out gauging of parts and record in the table, also note the missing component/ damaged and suggest the remedies in your report, submit the report to QC(E). QC(E) rep will suggest and vet your report prepared. Renew the parts as instructed, submit the challan of the renewed parts with material test certificates from the NABL approved lab. to QC(E). carryout the dynamic balancing of the rotating unit in presence of the QC(E). submit the report & dynamic balancing machine calibration certificate. Assembled the pump and carryout the performance trial in presence of QC(E) rep. if the test facilities is not available with the firm the same to be tried on board post

1 3 3

Page 49: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 49 of 134

DL No. / Ser

Job Description & Activity Description

Inspection

P R W H

approval by the QC(E).

E-20014 (a) Job Description. Overhaul/Repair of gear type sludge transfer pump 03 and chemical process pumps. Trial the pumps on completion(PEC pumps,Type-MPG-12,and MPC-03) (b) Activity Description/Instruction. Dismantle the pump completely to the sub component level, clean all the parts, carry out gauging of parts and record in the table, also note the missing component/ damaged and suggest the remedies in your report, submit the report to QC(E). QC(E) rep will suggest and vet your report prepared. Renew the parts as instructed, submit the challan of the renewed parts with material test certificates from the NABL approved lab. to QC(E). Assembled the pump and carryout the performance trial in presence of QC(E) rep. if the test facilities is not available with the firm the same to be tried on board post approval by the QC(E).

1 3 3

E-20015 (a) Job Description. Sea chest strainer to be manufactured as per sample. Mat- perforated brass sheet, dia-100mm,Thickness-2 mm (b) Activity Description/Instruction. rocure perforated Naval brass sheet. Submit the procurement challan and relevant test certificate to QC(E). Raw material should conform to the original material and to be tested at NABL accredited lab, witnessed by QC (E) rep. Firm to provide all the test certificates to QC (E). Manufacture the strainers and offer for QC inspection. Fit the strainers in their location

1 3 3

E-20016 (a) Job Description. Overhaul/repair motor driven fuel oil transfer pump 02 and trial on completion.(BE pumps,Type-AO2110K ) (b) Activity Description/Instruction. Dismantled pump complete to the sub component level, clean all the parts, carry out gauging of parts and record in the table, also note the missing component/ damaged and suggest the remedies in your report, submit the report to QC(E). QC(E) rep will suggest and vet your report prepared. Renew the parts as instructed, submit the challan of the renewed parts with material test certificates from the NABL approved lab. to QC(E). carryout the dynamic balancing of the rotating unit in presence of the QC(E). submit the report & dynamic balancing machine calibration certificate. Assembled the pump and carryout the performance trial in presence of QC(E) rep. if the test facilities is not available with the firm the same to be tried on board post approval by the QC(E).

1 3 3

E-20017 (a) Job Description. Overhaul motor driven fresh water pump 02 and trial on completion. (BE pumps,Type-AO2110)

1 3 3

Page 50: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 50 of 134

DL No. / Ser

Job Description & Activity Description

Inspection

P R W H

(b) Activity Description/Instruction. Dismantle the pump completely to the sub component level, clean all the parts, carry out gauging of parts and record in the table, also note the missing component/ damaged and suggest the remedies in your report, submit the report to QC(E). QC(E) rep will suggest and vet your report prepared. Renew the parts as instructed, submit the challan of the renewed parts with material test certificates from the NABL approved lab. to QC(E). carryout the dynamic balancing of the rotating unit in presence of the QC(E). submit the report & dynamic balancing machine calibration certificate. Assembled the pump and carryout the performance trial in presence of QC(E) rep. if the test facilities is not available with the firm the same to be tried on board post approval by the QC(E).

E-20018 (a) Job Description. Main sea suction pipe line leaking, to be gauged and renewed along with end flange as per sample. Dia-250 mm total length-20 mtr , (Mat - MS schedule ‘B’) (b) Activity Description/Instruction. Remove Main sea suction pipes from their location prior permission of Ship’s Staff. Procure pipes ASTM A 53 GRADE- B, SMLS, or BS 3602, HFS27 (Hot Dip Galvanized), Flange material- Carbon steel. Each Heat No. of pipes to be tested in NABL lab for chemical and physical analysis in presence of QC rep. On receipt of satisfactory lab report the pipes to be manufactured as per sample/gauged on board. Post fabrication the pipes to be pressure tested. Pipes to be fitted back in place by using new Gaskets and Fasteners. Secure the pipes to ship’s structure. Prove the system

1 3 3

E-20019 (a) Job Description. Semi rotary hand pumps 05 to be overhauled and proved with the system (b) Activity Description/Instruction. Dismantle the pumps to component level, clean all the parts and firm to carry out the gauging of the parts and prepare the missing/ damaged parts list and suggest the remedies in your report, submit the report to Qc(E). QC(E) rep will suggest and vet your report prepared. Renew the parts as instructed, submit the challan of the renewed parts with material test certificates from the NABL approved lab. to QC(E). Assembled the pump and carryout the performance trial in presence of QC(E) rep. if the test facilities is not available with the firm the same to be tried on board post approval by the QC(E).

1 3 3

Page 51: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 51 of 134

DL No. / Ser

Job Description & Activity Description

Inspection

P R W H

E-20020 (a) Job Description. Boiler cleaning hoses damaged to be renewed with end fittings (Dia and L – ¾” IDx 15 mtr each, Mat- SS,304 inner core, annular corrugation close pitch, externally SS 304 three ply, working pressure 30kg/cm2) Make- Malco industries. (b) Activity Description/Instruction. Procure Boiler cleaning hoses with end fittings (Dia and L – ¾” IDx 15 mtr each, Mat- SS,304 inner core, annular corrugation close pitch, externally SS 304 three ply, working pressure 30kg/cm2) Make- Malco industries. Submit the procurement challan and relevant test certificate to QC(E). Offer the Hoses for visual inspection and pressure testing.

1 3 3

E-20021 (a) Job Description. Vacuum cleaning hoses damaged, to be renewed with end fittings (Dia and L – 2” IDx15 mtr each, Mat-SS 304 inner core, annular corrugation close pitch, externally SS (b) Activity Description/Instruction. Procure Vacuum cleaning hoses (Dia and L – 2” IDx15 mtr each, Mat-SS 304 inner core, annular corrugation close pitch, externally SS of standard make. Submit the procurement challan and relevant test certificate to QC(E). Offer the Hoses for visual inspection and pressure testing.

1 3

E-20022 (a) Job Description. Sealing water circulating pump 02 of vacuum system to be overhauled (Make- BE, Type- A4110KK). (b) Activity Description/Instruction. Dismantled pump complete to the sub component level, clean all the parts, carry out gauging of parts and record in the table, also note the missing component/ damaged and suggest the remedies in your report, submit the report to QC(E). QC(E) rep will suggest and vet your report prepared. Renew the parts as instructed, submit the challan of the renewed parts with material test certificates from the NABL approved lab. to QC(E). carryout the dynamic balancing of the rotating unit in presence of the QC(E). submit the report & dynamic balancing machine calibration certificate. Assembled the pump and carryout the performance trial in presence of QC(E) rep. if the test facilities is not available with the firm the same to be tried on board post approval by the QC(E).

1 3 3

E-20023 (a) Job Description. Sea water and fresh water hydrophore 02 to be overhauled. (b) Activity Description/Instruction. Hydraphore system to be overhauled, switches/panels to be replaced and systems to be proved.

1 3 3

Page 52: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 52 of 134

DL No. / Ser

Job Description & Activity Description

Inspection

P R W H

E-20024 (a) Job Description. Washing machine and drying tumbler to be renewed. ( Capacity - 5kg) 02 (b) Activity Description/Instruction. Renew/replace the complete washing machine.

1 3

E-20025 (a) Job Description. 03 in nos. DA exhaust trunking to be chemically cleaned, repaired if required and pressure tested and re lagging to be undertaken post fitment, change if required. (b) Activity Description/Instruction. Remove the DA exhaust trunkings from their location. Chemically clean (chemical cleaning procedure to be approved from MQCE). Renew defective portion by confirming the original material from NABL lab. PT at 3 kg/ cm2). Paint the trunkings by heat resistant paint. Fit the trunkings in their location by renewing gaskets and fasteners. Prove the system. Re- lagging must be done as per procedure by using appropriate lagging material.

1 - 3 3

E-20026 (a) Job Description. 02 in nos motor driven condensate pump to be overhauled.(Make-BE pump,Type-A03110K) (b) Activity Description/Instruction. Dismantle the pumps completely to the sub component level, clean all the parts, carry out gauging of parts and record in the table, also note the missing component/ damaged and suggest the remedies in your report, submit the report to QC(E). QC(E) rep will suggest and vet your report prepared. Renew the parts as instructed, submit the challan of the renewed parts with material test certificates from the NABL approved lab. to QC(E). carryout the dynamic balancing of the rotating unit in presence of the QC(E). submit the report & dynamic balancing machine calibration certificate. Assembled the pump and carryout the performance trial in presence of QC(E) rep. if the test facilities is not available with the firm the same to be tried on board post approval by the QC(E).

1 3 3

E-20027 (a) Job Description. HP air reducer 02 to be overhauled and pressure tested at 60 Bar. (b) Activity Description/Instruction. Carryout as describe above

1

5

4,5

5

E-20028 (a) Job Description. Calibration of pressure gauge 06 of HP air reservoir. (b) Activity Description/Instruction. Calibration certificate to be submitted by the firm from NABL Approved lab also the master calibrator calibration certificate.

1

5

4,5

5

Page 53: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 53 of 134

DL No. / Ser

Job Description & Activity Description

Inspection

P R W H

E-20029 (a) Job Description. Repair/overhaul of 05 in nos. Vacuum System. (b) Activity Description/Instruction. Carry out overhaul of vacuum system cocks SDNR((pressure test at 10kg/cm2),Dia-100mm

1 - 3 3

E-20030 (a) Job Description. Chemical cleaning/Pressure testing of 01 in no. DA Air Bottle. (b) Activity Description/Instruction. DA air starting bottle to be chemically cleaned and pressure tested to 60kg/cm2

1

5

3,4,5

3,5

E-20031 (a) Job Description. Overhaul of Feed water suction and system valve SDNR (pressure test at 7kg/cm2), Dia-85mm (b) Activity Description/Instruction. Carry out the activity as per DL No. 20004.

1 3 3

E-20032 (a) Job Description. Replacement of 06 in no. Fuel hoses 6” dia, 15 Mtr length and material Rubber with alluminium end fittings as per samples. (b) Activity Description/Instruction. Procure Fuel hoses 6” dia, 15 Mtr length, material Rubber with alluminium end fittings, as per samples of standard make. Submit procurement challan and relevant test certificate to QC(E). Offer the Hoses for visual inspection and pressure testing.

1 3 3

E-20033 (a) Job Description. Renewal of 03 in no. 40 TPH Submersible pumps. (b) Activity Description/Instruction. Renew as per the instructions of Ship’s Staff.

1 3 3

(a) Job Description. Preparation of inspection reports and forwarding of trial/test reports.

(b) Activity Description/Instruction. All inspection reports and trial/test reports as per the format to be forwarded to SMQC (E) for promulgation of Quality Control Inspection Reports (QCIRs) / Inspection Notes.

1

Page 54: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 54 of 134

Legend (a) ‘P’- Perform, ‘R’- Review, ‘W’- Witness, ‘H’- Customer/QC Hold Point, (b) 1 – Contractor/ Firm, 2 – CBIU/SS, 3 – MQCE, 4 – Ship Staff, 5 – Contract Executing Authority Notes:- (a) The above SOW/ DL serials will be covered by the QC(E) cells as indicated below:-

Ser QC(E) Cell SOW/DL Serials

(a) QC DAG E-20001, E-20005, E-20006, E-20007, E-20008, E-20009, E-200027, , E-20028, , E-20029’, E-20030.

(b) QC PRS Nil

(c) QC GES Nil

(d) QC AST E-20002(4), E-20003(1 to 4), E-20010, E-20011, E-20012, E-20013, E-20014, E-20016, E-20017, E-20019, E-20022, E-20023, E-20024, E-20026, E-20027, E-20033

(e) QC SYS E-20002(3,7,10&14), E-20004, E-20015, E-20018, E-20020 E-20021, E-20025, E-20029, E-20031& E-20032

(b) H-Customer/QC Hold Point. The contractor is not to proceed further till approval of QC representative. (c) In case of any renewal of material is to be undertaken and the composition is not known from OEM manuals/ drawings, the contractor has to undertake the tests of materials from government approved/NABL accredited laboratory for its composition in order to select the same or equivalent material. The test sample will be stamped by the QC rep. The certificate of the original material and the renewed material is required to be submitted by the firm. (d) All the old material (eg: spare parts, sub assemblies etc) are to be handed over to the ship’s staff / customer and certificate for the same to be submitted to the QC dept prior completion of refit. (e) In case of imported materials, certificates from classification societies are required to be forwarded. (f) Test Certificates. The contractor has to submit relevant test certificates for materials from Government approved/NABL accredited laboratory. (g) The firm is required to undertake QC inspections, satisfy themselves regarding the quality of the items offered and submit report to QC(E) dept in the specified format. QC reps will be deputed only on receipt of firm’s QC reports along with call letters. (h) On completion of the work, the firm is required to submit a list of work undertaken report for each item and work done certificate from ship’s staff to MQC (E) to enable issue of I Note. (j) Environmental and Safety Standards. The firm shall follow all safety norms and IMS (Integrated Management Systems) standards of ND (MB) in accordance with ISO9001:2008 ,ISO14001:2004 & OHSAS 18001:2007.

Page 55: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 55 of 134

NAVAL DOCKYARD, MUMBAI QUALITY ASSURANCE PLAN

DEPT : QC(L&W)/ C No 74 DOC. NO. Q C L 0 7 4 R E 0 2 7

REV. NO : 01 DOC. DATE : 16 Sep 13 PAGE : 01 of 10

QAP No : QCL074QAP163 QAP Date : 02 Sep 14

SHIP : TANK CLEANING VESSEL 1

Job Title : Refit of Tank Cleaning Vessel 1

Reference Documents :

QC Hand Book (Electrical), QCL74QAP01,04, 06, 07,09,10, 11 STD, BR/Technical Manual, drawing & diagrams, OEM Tech Manual. System Specifications and Naval Standards

Ser Job Description & Activity Description Inspection

P R W H

1/ L 30001

Stage I , II & III Inspection(Opening, Overhauling and Testing)

(a) Job Description. 03 in Nos. 100 KVA,415V, 3 Ph, 50 Hz alternators to be overhauled and tested on board onload for satisfactory operation.

(b) Activity Description. All activities for overhaul, rewind and trials of Alternator to be undertaken as per Standards approved QAPs (QCL74QAP04STD)

(i) Check insulation value of winding. (ii) Improve the insulation or renew winding if required (iii) Renew bearing, coupling key and rubber pad piece.

(c) Inspection QC Check Points.

(i) Check for overhaul, rewind if and testing of Alternator as per Standard approved QAP for Alternator (QCL074QAP04STD). (ii) Check insulation of Alternator, AVR and Exciter it should be above 02 M-Ohms as per Naval Standard.

(iv) Check and record calibration of AVR as per OEM Tech manual/ Performa and also check sensing transformers for repair/rewind/renewal and it should be within +/- 10% terminal voltage variation.

(v) Check electrical all parameters of Alternator as per STD QAP and it should be within limit/as specified by OEM.

(vi) Check new spares for quality and reliability.

(vi) All bill of material to be submitted. OEM Test/type test certificates to be provided by the firm.

1

1

2

3

3

Page 56: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 56 of 134

2 /L 30002

(a) Job Description. Overhaul and repair main switch board and test on board for satisfactory operation (i) Service breaker/MCB contacts of MSB. (ii) Rotary switch repair or renew. (iii) Renew internal wiring or renew. (iv) Renew indicating Lamps. (v) Defective meters to replaced. (vi) Overhaul shore supply breaker

1

1

2

3

3

Ser Job Description & Activity Description Inspection

P R W H

(b) Activity Description. All activities to be undertaken for over haul repair and testing of switch board as per Standards approved QAPs (QCL74QAP09 & 10STD). Meters and breakers to be calibrated.

(c) Inspection QC Check Points.

(i) Check for overhaul, cleaning, repair and testing of switch board as per Standard QAP (QCL7409 & 10 STD). (ii) Check insulation of switch board. It should be above 02 M-Ohms as per Naval Standard.

(iii) Ensure and check for defect list in the SOW and ensure.

(iv) Check electrical all parameters of switch board meter panel as per STD QAP and it should be within limit/as specified by OEM. Check calibration of meters and MCBs as per calibration Performa/OEM Tech manual. Calibration certificate to be provided.

(v) Check new spares for quality and reliability and to be replaced /renewed only OEM make/reputed make confirming IS standard.

(vi) All bill of material to be submitted. OEM Test/type test certificates to be provided if renewed by the firm.

3

3

Page 57: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 57 of 134

3 /

L30003

(a) Job Description. Following motors to be overhauled and tested on board on load for satisfactory. Renew defective components.

(i) DA compartment supply fan motor 7.5HP.(02) (ii) ) Galley supply blower motor 1.5 HP.(01) (iii) Mess and Machinery compt. Vent blower motors1hp&12 (iv) Windlass and capstan motor 7.5 HP.I02Nos) (v) Sealing water Pump motor 2HP.(04Nos) (vi) Bilge pump, Cleaning pump, Sludge pump motors 10 HP(06Nos)

(b) Activity Description. All activities of overhaul, rewind and testing of AC motors with its accessories are to be undertaken as per STD QAP of AC Motors.(QCL74QAP01STD)

(c) Inspection QC Check Points.

(i) Check for overhaul, rewind if and testing of AC Motors as per Standard approved QAP for AC Motors(QCL074 QAP01STD). (ii) Check insulation of motor, it should be above 02 M-Ohms as per Naval Standard. Check winding ohmic values and should be balanced in three phases.

1

1

2

3 3

3

3

Page 58: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 58 of 134

Ser Job Description & Activity Description Inspection

P R W H

(iv) Check electrical all parameters of AC Motors as per STD QAP and it should be within limit/as specified by OEM.

(vi) Check new spares for quality and reliability.

(vi) All bill of material to be submitted. OEM Test/type test certificates to be provided by the firm.

4/

L30004 (a) Job Description. Followings starters to be overhauled/Repaired and tested on board.

(i) DA compartment supply fan motor 7.5 HP.(04Nos) (ii) ) Vaccum pump motors 100 HP (02Nos) (iii) Galley supply blower motor 0.25 HP (01No) (iv) Ventillation blower motors 2HP. (12Nos) (v) Bilge pump, Cleaning pump, Sludge pump motors 10 HP(06Nos)

(b) Activity Description. All activities of overhaul and testing of Starters and control panels with its accessories are to be undertaken as per STD QAP (QCL74QAP09STD)

(c) Inspection QC Check Points.

(i) Check for overhaul and testing of AC starters as per Standard approved QAP (QCL074QAP 09STD). (ii) Check insulation of starters, it should be above 02 M-Ohms as per Naval Standard. Check coils ohmic values and should be balanced. (iii) Check electrical all parameters of starters and calibration of overload relays as per STD QAP and it should be within limit/as specified by OEM.

(iv) Check new spares for quality and reliability.

(v) All bill of material to be submitted. OEM Test/type test certificates to be provided if renewed by the firm.

1

1

2

3 3

3

3

5 / L30005

(a) Job Description. The following control panels/drum controllers to be overhauled on board and tested on board for satisfactory operation.

(i) capstan control panel (ii) ) capstan drum controller. (iii) Windlass motor control panel (iv) Windlass drum controller.

1

Page 59: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 59 of 134

Ser Job Description & Activity Description Inspection

P R W H

(b) Activity Description. All activities of overhaul and testing of control panels with its accessories are to be undertaken as per STD QAP (QCL74QAP09STD)

(c) Inspection QC Check Points.

(i) Check for overhaul and testing of control panels as per Standard approved QAP (QCL074QAP 09STD). (ii) Check insulation of control panels, it should be above 02 M-Ohms as per Naval Standard. Check coils ohmic values and should be balanced. (iii) Check electrical all parameters of control panels and calibration of overload relays as per STD QAP and it should be within limit/as specified by OEM/ calibration Performa

(iv) Check new spares for quality and reliability.

(v) All bill of material to be submitted. OEM Test/type test certificates to be provided by the firm.

1 2 3 3

3 3

6 / L30006

(a) Job Description. 01 in Nos. battery charger to be overhauled, repaired and tested on board (415V, 50Hz, 24V DC).

(b) Activity Description. All activities of overhaul and testing of battery rectifier/charger with its accessories are to be undertaken as per STD QAP (QCL74QAP11STD)

(c) Inspection QC Check Points.

(i) Check for overhaul and testing of Battery charger rectifier as per STD approved QAP (QCL074QAP 11STD). (ii) Check insulation of rectifier, it should be above 02 M-Ohms as per Naval Standard. Check coils ohmic values and should be balanced. (iv) Check electrical all parameters of battery charger and calibration of overload relays as per STD QAP and it should be within limit and proved as specified by OEM/ Calibration Performa.

(vi) Check new spares for quality and reliability.

(vi) All bill of material to be submitted.

1

1

2

3 3

3

3

Page 60: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 60 of 134

Ser Job Description & Activity Description Inspection

P R W H

7 /

L 30007

(a) Job Description. 02 in Nos. fuse panel for lighting and controls to be overhauled and defective parts to be replaced.

(b) Activity Description. All activities of overhaul and testing of fuses panels and its control are to be undertaken as per STD QAP (QCL74QAP09STD)/Standard practice/process.

(c) Inspection QC Check Points.

(i) Check for overhaul and testing of fuse panels as per STD approved QAP/OEM Tech manual. (ii) Check insulation of fuses panels, it should be above 02 M-Ohms as per Naval Standard. (iv) Check electrical all parameters of fuses panels and calibration of MCB if fitted and it should be within limit/as specified by OEM Tech Manual/ Calibration Performa.

(vi) Check new spares for quality and reliability.

1

1

2

3 3

3

3

8 /

L 30008

(a) Job Description. Fire fighting control panel including heat and smoke detectors to be renewed, all defective components mainly Panel, 04 sensors and 50 mtrs wiring to be renewed and system to be proved for satisfactory operation.

(b) Activity Description. All activities of overhaul and testing of fire fighting control panels including heat and smoke detector with cabling are to be undertaken as per STD QAP (QCL74QAP06 & 09 STD)

(c) Inspection QC Check Points.

(i) Check for overhaul and testing of control panels as per Standard approved QAP (QCL074QAP 06& 09STD). (ii) Check insulation of control panels, it should be above 02 M-Ohms as per Naval Standard. Check coils ohmic values and should be balanced. (iv) Check Electrical features of fire fighting system and its all parameters with control panels and it should be within limit/as specified by OEM specified/QAP.

(vi) Check new spares for quality and reliability.

(vi) All bill of material to be submitted. OEM Test/type test certificates to be provided if renewed by the firm.

1

1

2

3 3

3

3

Page 61: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 61 of 134

Ser Job Description & Activity Description Inspection

P R W H

9 /

L 30009

(a) Job Description. Tank measurement panel and sludge reservoir mounied electro phuenamitic control valve including sensors to be overhauled. Defective sensors wiring to be renewed and system to be proved.

(b) Activity Description. All activities of repair, overhaul and testing of Tank measurement panel and reservoir valves, sensor are to be undertaken as per STD QAP (QCL74QAP09STD) /OEM Tech Manual.

(c) Inspection QC Check Points.

(i) Check for repair, overhaul and testing of system as per STD approved QAP/OEM Tech Manual. (ii) Check electrical all parameters of Tank Measurement panels and calibration of relays/sensors etc. as per STD QAP/calibration Performa. It should be within limit/as specified by OEM/ Calibration Performa.

(vi) Check new spares for quality and reliability.

1

1

2

3 3

3

3

10 /

L 30010

(a) Job Description. Galley oven to be replaced with Microwave Oven.(capacity 30 Ltrs Make LG)

(b) Activity Description. New micro oven to be procured from authorized /OEM make with guarantee. Micro oven make and model and capacity to be approved from User/QC prior to purchase

(c) Inspection QC Check Points.

(i) Check for New Micro Oven as per Technical Specfication of OEM. It should be reputed make/approved sample. (ii) Check electrical all parameters of Galley Oven/micro Oven as per STD QAP and it should be within limit/as specified by OEM specified/QAP. (vi) Check new spares for quality and reliability.

(vi) All bill of material to be submitted. OEM Test/type test certificates to be provided if renewed by the firm.

1

1

2

3 3

3

3

Page 62: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 62 of 134

Ser Job Description & Activity Description Inspection

P R W H

11 /

L 30011

(a) Job Description. The following light fitting to be overhauled/renewed

(i) Search light fitting(04Nos)

(ii) Halogen light fitting(04Nos)

(ii) Navigational light fitting(04Nos)

(b) Activity Description. All activities of repair, overhaul and testing of light fittings to be undertaken as per standards practice or renewal of light fittings from OEM make/reputed make/ approved sample only.

(c) Inspection QC Check Points.

(i) Check for repair/renew of light fittings as per specified. (ii) Check testing of light fitting as per OEM tech manual and for continues run without any abnormality.

(iii) Check new spares for quality and reliability.

1

1

2

3 3

3

3

12 /

L 30012

(a) Job Description. 20W Loudhailer amplifier with 06 in Nos. speaker with Mic to be overhauled and tested . (make Philips) (b) Activity Description. All activities of repair and testing to be undertaken as per STD QAP/OEM Specified.

(c) Inspection QC Check Points.

(i) Check for repair, overhaul and testing of amplifier as per STD approved QAP(QAP09STD)/OEM Tech Manual. (ii) Check electrical testing parameters/feature of loud hailer up to satisfaction level.

(iii) Check new spares for quality and reliability.

1

1

2

3 3

3

3

13 /

L 30013

(a) Job Description. Emergency lighting DB not working, suspect contacts short circuit to be overhauled and defective parts to be replaced.

(b) Activity Description. All activities of repair, overhaul and testing to be DB to be undertaken as per STD process/ QAP/OEM Tech manual.

(c) Inspection QC Check Points.

(i) Check for repair, overhaul, and testing of DB (ii) Check electrical testing of DB.

(iii) Check new spares for quality and reliability. Check for HRC fuses at correct rating.

1

1

2

3 3

3

3

Page 63: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 63 of 134

Ser Job Description & Activity Description Inspection

P R W H

14 /

L 30014

(a) Job Description. Renewing of emergency lighting cable.

(b) Activity Description. 50Mtrs fire proof/LFH cable to be procured from OEM/reputed make. Lay down cables as per STD QAP(QCL74QAP06STD)

(c) Inspection QC Check Points.

(i) Check laying of cables as per STD QAP (QCL74QAP06STD)

(ii) Check new spares for quality and reliability.

1

1

2

3 3

3

3

15 /

L 30015

(a) Job Description. Split ACs is not working, suspected compressor short circuit. Split ACs to be renewed.

(b) Activity Description. New Split AC to be procured as per sample approved by User/QC from Reputed make, capacity, model etc.

(c) Inspection QC Check Points.

(i) Check during testing of New Split AC as per STD approved QAP/OEM Tech Manual. All parameter should be within limit and to be proved for cont. run. (ii) Check new spares for quality and reliability.

(iii) All bill of material to be submitted. OEM Test/type test certificates to be provided if renewed by the firm.

1

1

2

3 3

3

3

16 /

L 30016

(a) Job Description. The following light wiring to be overhauled/renewed(100Mtrs)

(i) Pump Room, (ii) Boiler Room, (iii) DG Room, (iv) Paint Store & (v) Boatswain Store

(b) Activity Description. 100Mtrs fire proof/LFH cable to be procured from OEM/reputed make. Lay down cables as per STD QAP(QCL74QAP06STD)

(c) Inspection QC Check Points.

(i) Check laying of cables as per STD QAP(QCL74QAP06STD)

(ii) Check new spares for quality and reliability.

(iii) All bill of material to be submitted. OEM Test/type test certificates to be provided if renewed by the firm.

1

1

2

3 3

3

3

Page 64: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 64 of 134

Ser Job Description & Activity Description Inspection

P R W H

17 /

L 30017

(a) Job Description. DG room blower fan to be overhauled(01No).

(b) Activity Description. All activities of AC motor overhauling to be carried as per STD QAP(QCL74QAP01STD)

(c) Inspection QC Check Points.

(i) Check for overhaul, rewind if and testing of AC Motors as per Standard approved QAP for AC Motors(QCL074 QAP01STD). (ii) Check insulation of motor, it should be above 02 M-Ohms as per Naval Standard. Check winding ohmic values and should be balanced in three phases.

(iii) Check electrical all parameters of AC Motors as per STD QAP and it should be within limit/as specified by OEM.

1

1

2

3 3

3

3

18 /

L 30018

(a) Job Description. MCR control wiring is to be checked and renewed. (50Mtrs)

(b) Activity Description. 50Mtrs fire proof/LFH cable to be procured from OEM/reputed make. Lay down cables as per STD QAP(QCL74QAP06STD)

(c) Inspection QC Check Points.

(i) Check laying of cables as per STD QAP(QCL74QAP06STD)

(iii) Check new spares for quality and reliability.

1

1

2

3 3

3

3

19 /

L 30019

(a) Job Description. Intercom system perished to be renewed. Following items to be renewed

(a) Amplifier – 01 (b) Speakers – 06 (c) Microphones – 06

(d) Wires – 150 mtrs (b) Activity Description. Intercom system to be procured as per sample/Make/OEM make/reputed make/ User approved make. Cables to be laid as per STD QAP(QCL74QAP06STD) (c) Inspection QC Check Points.

(i) Check laying of cables as per STD QAP(QCL74QAP06STD) (iii) Intercom system to be proved and check for make model and capacity should be approved standard make. Check new spares for quality and reliability.

1

1

2

3 3

3

3

Page 65: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 65 of 134

Ser Job Description & Activity Description Inspection

P R W H

20 (a) Job Description. 02 in nos 165 ltrs Refrigerator perished/

unserviceable, to be renewed Make LG.

(b) Activity Description. 02 in nos 165 ltrs Refrigerator to

be procured from OEM/reputed make and to be installed as per Tech manual (c) Inspection QC Check Points.

(i) Check for 02 in nos 165 ltrs Refrigerator as per sample/approved make/capacity etc. to be proved (iiii) Check new spares for quality and reliability (iii) All bill of material to be submitted. OEM Test/type test certificates to be provided if renewed by the firm.

1

1

2

3 3

3

3

21 (a) Job Description. 01 nos 32“ LCD TV to be renewed

with os 32 inch LED TV( Make Sony)

(b) Activity Description. 32“ LCD TV to be procured from

Make Sony and installed. Lay down cables as per STD QAP(QCL74QAP06STD) (c) Inspection QC Check Points.

(i) Check LCD TV 32” Make Sony and test as per procedure /OEM Tech Manual. To be rpoved for cont. working. Laying of cables as per STD QAP(QCL74QAP06STD) (ii) Check new spares for quality and reliability (iii) All bill of material to be submitted. OEM Test/type test certificates to be provided if renewed by the firm.

1

1

2

3 3

3

3

22 Remarks. Legend (a) ‘P’- Perform, ‘R’- Review, ‘W’- Witness, ‘H’- Hold Point, 1 – Firm, 2 – User Dept. 3 – QC (L&W), 4 – IRS/ETMA

(b) QC Hold Point (H)- The Dept/Firm is not to proceed further till the receipt of approval of QC representative. (c) Offloaded Jobs / Local Purchase. All stages will be QC checked / witnessed by QC(L&W). (d) The firm should forward requisition call letter for in process stage wise QC checks well in advance. (d) The Dept. / Firm has to submit relevant test certificates from Government approved/NABL accredited laboratory/OEM.

(g) The Dept. / Firm is required to undertake inspections, satisfy themselves regarding the quality of the items offered and submit report to QC.

Page 66: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 66 of 134

Enclosure III of RFP DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Dated 22 Feb 2016

STANDARD CONDITIONS OF CONTRACT FOR PARTIAL/COMPLETE REFIT/ REPAIRS OF SHIPS/SUBMARINES/MARINE AND SERVICE ASSETS

(Forms an integral part of the Contract, to be sent as Enclosure III of RFP)

TABLE OF CONTENTS

ARTICLE NO. / DESCRIPTION

ARTICLE 1 - DEFINITION AND ABBREVIATION ARTICLE 2 - EFFECTIVE DATE AND OPERATION OF CONTRACT ARTICLE 3 - SCOPE OF CONTRACT ARTICLE 4 - CONTRACT PRICE AND TERMS OF PAYMENT ARTICLE 5 - TAXES AND DUTIES ARTICLE 6 - ADVANCE BANK GUARANTEE ARTICLE 7 - PERFORMANCE BOND ARTICLE 8 - DURATION AND DELIVERY ARTICLE 9 - LIQUIDATED DAMAGES ARTICLE 10 - RISK AND EXPENSE CLAUSE ARTICLE 11 - QUALITY AND INSPECTION ARTICLE 12 - WARRANTY & WARRANTY BOND ARTICLE 13 - GENERAL TERMS AND CONDITIONS ARTICLE 14 - INDEMNITY & INSURANCE ARTICLE 15 - SECURITY ARTICLE 16 - FORCE MAJEURE ARTICLE 17 - TERMINATION OF CONTRACT ARTICLE 18 - LAW ARTICLE 19 - ARBITRATION ARTICLE 20 - PENALTY FOR USE OF UNDUE INFLUENCE ARTICLE 21 - AGENTS/AGENCY COMMISSION ARTICLE 22 - ACCESS TO BOOKS OF ACCOUNT ARTICLE 23 - NON DISCLOSURE OF CONTRACT DOCUMENTS ARTICLE 24 - NOTICES ARTICLE 25 - AMENDMENTS ARTICLE 26 - FREE SERVICES BY NAVY ARTICLE 27 - NOTICES & COMMUNICATIONS ARTICLE 28 - INTERPRETATION ARTICLE 29 - ENVIRONMENTAL POLICY ARTICLE 30 - LABOUR REGULATIONS ARTICLE 31 - REMOVAL OF METAL SCRAP & DEBRIS ARTICLE 32 - PROVISION OF SERVICES BY CUSTOMER ARTICLE 33 - PROVISION OF SERVICES BY CONTRACTOR. ARTICLE 34 - UTILISATION OF CUSTOMER'S FACILITIES BY CONTRACTOR. ARTICLE 35 – THIRD PARTY INSPECTION. ARTICLE 36 - APPROVAL OF DRAWINGS, SPECIFICATIONS AND STANDARDS. ARTICLE 37 – SPECIA LCONDITIONS OF CONTRACT FOR RRC/AMC ARTICLE 38 - ARTICLE 39 - ARTICLE 40 - SIGNATURE AND WITNESSING BY PARTIES

ARTICLE 41 ADHERENCE TO SAFETY NORMS BY CONTRACTORS

ANNEXURE No./ DESCRIPTION

ANNEXURE 1 : FORMAT OF CERTIFICATE OF ACCEPTANCE ANNEXURE 2 : SCOPE OF WORK (DEFECT LIST WITH ITEMISED COST) ANNEXURE 3 : FORMAT OF PROMULGATING CHANGE IN SCOPE OF WORK ANNEXURE 4 : BREAKDOWN OF CONTRACT PRICE ANNEXURE 5 : FORMAT OF WORK COMPLETION CERTIFICATE ANNEXURE 6 : FORMAT FOR COMPLETION OF HANDING OVERALL DATA BY CONTRACTOR RELATED TO

WORK (such as 'As Fitted Drawings', Record of Hull survey/ Renewal of Hull Plates / Clearances / Alignment / Testing and Tuning / Weight Change/ Grouping of Shock Mounts etc. (to be formulated on case to case basis, if applicable and part of RFP).

Contract No. ________________

ANY AGREEMENT ARRIVED AT DURING CNC

Page 67: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 67 of 134

Date : ________________

PREAMBLE THIS Contract is made and entered into at (Name of Place), on this _____ day of the Month of _________ in the year _____________ (specify the year in words), BETWEEN The President of India represented by ADMIRAL SUPERINTENDENT, NAVAL DOCKYARD, MUMBAI (hereinafter referred to as the CUSTOMER), which terms, unless excluded by the context, shall be deemed to include his successor or successors and permitted assignees, ON THE FIRST PART AND

M/s_______________ (Name of the Firm/Shipyard including the address), hereinafter referred to as the CONTRACTOR, which expression shall include their Administrator, Executors, Successors and Assignees, ON THE SECOND PART

And whereas the CUSTOMER agrees to deliver /permit (Name of the Vessel/Asset) to the CONTRACTOR for undertaking ________(Title of the Work) and to take delivery of (Name of the Vessel/Asset) from the CONTRACTOR after successful ______(Title of the Work undertaken)

The CUSTOMER and the CONTRACTOR being hereinafter referred to as “Party” or “Parties”. It is now agreed by and between both the parties hereto as follows: ARTICLE 1 - DEFINITIONS AND ABBREVIATIONS 1.1 DEFINITIONS

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

hereinafter defined unless the context requires otherwise:- Actuals: The term Actuals, related to payment, shall mean all expenses, inclusive of those incurred towards associated cost elements such as all taxes, duties & levies, freight, insurance and clearance charges incurred by the CONTRACTOR and computed at the prevailing exchange rate wherever applicable, at the time of release of payments by the CONTRACTOR to the OEMs. Article : Any Article of this Contract or partial Article with separate Mayginal number as referred to anywhere in the wording of this Contract and / or its Annexes. Certificate of Acceptance: The Certificate to be signed jointly by the representatives of the CONTRACTOR and the CUSTOMER on the Date of Delivery of the Ship as set out in Article 8.1.1 and Annex 1 of this Contract. Contract: Shall mean this Contract including its Preamble, Articles ___ to __ and Annexes __ to __ herein, and all amendments, changes, alterations and modifications made to this Contract. Material : The term Material shall mean all equipment, fittings, finished / semi finished products, spares, consumables, Yard material, items, sub-assemblies / assemblies, documentation etc. required for the removal, repair & refurbishment, refit/installation and testing of any part of the work being undertaken by the CONTRACTOR (and/or by his Subcontractors on his behalf) as per scope of his work defined in this Contract, upto completion of the guarantee period and liquidation of his outstanding liabilities. COA Agency assigned by the Competent Financial Authority on behalf of the President of India to conclude the contract and operate in accordance with Article 2.1. Month : Any calendar month, as defined in the Gregorian Calendar, or any period of 30 consecutive Days. Year : Year starting from the 1st January and ending on 31

st December or any period of 12 consecutive Months,

as the case may be.

Page 68: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 68 of 134

1.2 ABBREVIATIONS

The following words and abbreviations in this Contract including its Annexes shalll have the meanings as hereinafter defined unless the context requires otherwise: B & D Spares : Base & Depot Spares DCD : Dockyard Completion Date FAT : Factory Acceptance Trials HAT : Harbour Acceptance Trials SAT : Sea Acceptance Trials MoD : Ministry of Defence OBS : On Board Spares PAC : Proprietary Article Certificate OEM : Original Equipment Manufacturer/ Firm accorded PAC TEC : Technical Evaluation Committee CNC : Contract Negotiation Committee R & R : Remove and Refit STW : Setting To Work COA : Contract Operating Authority ABER : Anticipated Beyond Economical Repairs A's & A's : Additions and Alterations QAP : Quality Assurance Plan (Note: All Abbreviations pertaining to the case, which require clarification are to be listed here and should form part of RFP) ARTICLE 2 - EFFECTIVE DATE AND OPERATION OF CONTRACT 2.1 It is hereby agreed and declared that the powers and functions of the CUSTOMER under this Contract, shall be exercised by Integrated Commercial Department, NAVAL DOCKYARD, MUMBAI. 2.2 The Effective Date of Contract is the Date of clearance by the User Manager or Date of signing of the contract, whichever is later. The Contract commences from the Effective Date of Contract. ARTICLE 3 - SCOPE OF CONTRACT 3.1 Work & Services Contracts 3.1.1 It is expressly understood and agreed between the CUSTOMER and the CONTRACTOR that this is a repair, refit and services Contract. 3.2 Scope of Work 3.2.1 The ________ (Title of work) is to be completed in accordance with the terms, conditions and provisions of this Contract, as detailed in the following Articles. 3.2.2 The Scope of Work is placed at Annex 2 of this Contract. 3.3 Removal and Refitting of Items 3.3.1 In the event of the requirement to remove the existing machinery /equipments, switch-boards / control panels, electronic & communication equipments, light fittings, piping, trunking, valves, electrical cables, junction boxes, lagging, paneling, obstructions, protrusions, foundations, etc. falling in the way of repairs, temporarily to facilitate completion of Scope of Work, the CONTRACTOR shall reinstall the same as per drawings, amendments thereto and to the satisfaction of the CUSTOMER. All work associated with this Article forms an integral part of Scope of Work specified in Article 3.2.

Page 69: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 69 of 134

3.3.2 Electrical cables in way of repairs, if required, are to be covered adequately for protection against accidental mechanical / fire damage, by the CONTRACTOR. Damages caused during the execution of the work by the CONTRACTOR or his Sub Contractors are to be made good by the CONTRACTOR at his cost. 3.3.3 All pipe lines, machinery, equipment and fittings which are not required to be taken out of the Ship are to be properly covered / secured to ensure they are not damaged during the course of the refit. Damages caused during the execution of the work by the CONTRACTOR or his Sub Contractors are to be made good by the CONTRACTOR at his cost. 3.4 Change in Scope of Work 3.4.1 Notwithstanding the scope of work specified in Article 3.2 and 3.3.1, the CUSTOMER shall have the right to modify the Scope of Work during the execution of the Contract. The necessity for repairs/ renewals/replacements other than those presently included in the Scope of Work may arise during the inspection/survey/repair. All such work as also consequential work (rework) required to be done by the CONTRACTOR along with work arising out of items/drawings supplied by the CUSTOMER shall be treated as Scope of Work. 3.4.2 Such changes in the scope of work and the cost and time implications thereof shall be mutually agreed upon on priority, in writing, before undertaking such changes in the scope of work. The resultant increase in cost as well as any extension in project duration will be intimated by the CONTRACTOR and shall be agreed and accepted by the CUSTOMER through mutual negotiations prior to undertaking such changes in Scope of Work. Format for promulgating of Change in Scope of Work is placed at Annex – 3 of this Contract. 3.4.3 In case promulgation of such change in Scope of Work affects the Initial Scope of Work as per Article 3.2 and 3.3 and/or additional Scope of Work as per article 3.4.1, the cost and time implications due to such changes, shall also be taken in to consideration by both the Parties, while promulgating the change in Scope of work in accordance with Article 3.3. 3.5 Procurement of Material by the CONTRACTOR 3.5.1 A list of items procured, indicating landed cost which includes cost of materials, freight, insurance, packing/forwarding taxes, duties, clearing charges etc (handling charges not exceeding 7.5 %) will be furnished along with the bill raised by the CONTRACTOR on the basis of Third Party Invoice. 3.5.2 All material and items procured by the CONTRACTOR for Scope of Work, except where specifically indicated that such items are CUSTOMER supplied, are to conform to the relevant approved and applicable specification (in accordance with Article 10). 3.6 Sub-Contracting 3.6.1 The CONTRACTOR may subcontract any part of Scope of Work on mutual agreement with the CUSTOMER. The CONTRACTOR can under no circumstance sub-contract the complete Scope of Work to a Third Party. 3.6.2 The CONTRACTOR would be entirely responsible for quality / standard and timely execution of the sub-contracted work. The CONTRACTOR is to draw up a suitable Quality Assurance (QA) Plan with the Sub- Contractor and a copy of the same along with Record of Inspection in accordance with such QA Plan shall be submitted to the CUSTOMER. 3.6.3 The supervision of work for the sub-contracted jobs is to be done by the CONTRACTOR. The CONTRACTOR is not permitted to seek any extension of Completion Date citing delay on the part of Sub- Contractors or re-work arising out of Sub-Contracted work. 3.7 Employment of Service Personnel. The CONTRACTOR shall not employ any service personnel of the Indian Navy or on his own take any assistance either directly or indirectly from any of the workshops / facilities of the Naval Dockyard in the form of men or material for Scope of Work. ARTICLE 4 - CONTRACT PRICE AND TERMS OF PAYMENT

Page 70: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 70 of 134

4.1 CONTRACT PRICE 4.1.1 This is a Fixed Price Contract for completion of Work specified in Article 3.2 and 3.3. The Contract price is Rs. ________/- (Rupees …….. ) inclusive of applicable taxes. A detailed breakdown of the Contract price, including applicable taxes and duties (calculated as per the existing rate) is placed at ANNEX – 6 of this contract. 4.1.2 Notwithstanding the provisions contained in Article 4.1.1, the price is subject to revision upon mutual agreement, as and when scope of work is changed as per Article 3.4, ERV, Changes in Tax Rate, etc. 4.2 Change In Contract Price Due To Procurement Of Additional / NA Spares. Notwithstanding the Contract Price specified in Article 4.1 and as amended vide Article 4.2, the CUSTOMER shall pay for any additional/NA Spares procured by the CONTRACTOR for Scope of Work based on mutual agreement. Payment shall be made under this Article on the bill raised by the CONTRACTOR on the basis of Third Party Invoice accompanied by list of items procured, indicating landed cost which includes cost of materials, freight, insurance. The Contract Price specified in Article 4.1 and as amended vide Article 4.2, shall further stand amended to include payment towards such additional/NA Spares. 4.3 PAYMENT TERMS. The Payment Terms for the Contract Price specified in Article 4.1 shall be as per sl 3(q) of Annexure 1 to Encl-II to RFP. ARTICLE 5 - TAXES AND DUTIES 5.1.1 The Contract price indicated in Article 4.1 of this Contract is exclusive of all taxes, duties, levies of Central / State authorities, as applicable at prevailing rates under the extant Government policy for all Materials and services procured by the CONTRACTOR for the Scope of Work. Any increase on rates during the period of contract shall be paid extra at the time of invoicing. The same shall be reimbursed by the CUSTOMER to the CONTRACTOR at actual on submission of documentary proof of payment. The CUSTOMER reserves the right to deny any increase in taxes, duties, levies, etc. if the delivery period is extended beyond the period specified in Article 8.1.1. 5.1.2 Contract Operating Authority or his nominated representative shall issue appropriate tax exemption/concession certificate(s) on behalf of the CUSTOMER, to avail tax exemption/ concession, where applicable, as per existing Government policy, rules and regulations in force. 5.2 “END USER” CERTIFICATE. Contract Operating Authority or his nominated representative shall issue the appropriate “End User Certificate” on behalf of the CUSTOMER, for import of material and services, wherever required by the concerned manufacturer /supplier of equipment material and services / governmental agency. ARTICLE 6 - ADVANCE BANK GUARANTEE

The Bidder will be required to furnish an Advance Bank Guarantee by way of Bank Guarantee through a public sector bank or a private sector bank authorized to conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank Ltd.) for a sum equal to 100% of the advance payment prior to collection of the confirmed order. Advance Bank Guarantee should be valid up to 60 days beyond the date of work completion. The specimen of advance bank guarantee is given below:- FORMAT FOR BANK GUARANTEE FOR ADVANCE PAYMENT From : Bank ___________________ To The President of India Sir,

With reference to contract No. ___________________________________ _________ dated ___________________ concluded between the President of India, hereinafter referred to as ‘the Purchaser’ and M/s ______________________ ______________ hereinafter referred to as the “the contractor” for the development and supply of ___________________________________ as detailed in the above contract

Page 71: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 71 of 134

which contract is hereinafter referred to as “the Said Contract” and in consideration of the Purchaser having agreed to make an advance payment in accordance with the terms of the Said Contract to the said contractor, we the ______________________________________bank, hereinafter called ‘the Bank’ hereby irrevocably undertake and guarantee to you that if the Said Contractor would fail to develop and supply the stores in accordance with the terms of the Said Contract for any reason whatsoever or fail to perform the Said Contract in any respect or should whole or part of the said on account payments at any time become repayable to you for any reason whatsoever, we shall, on demand and without demur pay to you all and any sum upto a maximum of Rs. _______ (Rupees _________________________________ only) paid as advance to the Said Contractor in accordance with the provisions contained in Clause ________________________ ________ of the Said Contract. 2. We further agree that the Purchaser shall be the sole judge as to whether the contractor has failed to develop and deliver the stores in accordance with the terms of the Said Contract or has failed to perform the said contract in any respect or the whole or part of the advance payment made to Contractor has become repayable to the Purchaser and to the extent and monetary consequences thereof by the Purchaser. 3. We further hereby undertake to pay the amount due and payable under this Guarantee without any demur merely on a demand from the Purchaser stating the amount claimed. Any such demand made on the Bank shall be conclusive and binding upon us as regards the amounts due and payable by us under this Guarantee and without demur. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs _________________________Rupees______________________________________ only). 4. We further agree that the Guarantee herein contained shall remain in full force and effect for a period of 12 months from the date the last advance payment was made or for a period of 90 days from the date on which final delivery of the stores after development was made and accepted by the Purchaser whichever falls later unless the Purchaser in his sole discretion discharges the Guarantee earlier. 5. We further agree that any change in the constitution of the Bank or the constitution of the contractor shall not discharge our liability hereunder. 6. We further agree that the Purchaser shall have the fullest liberty without affecting in any way our obligations hereunder with or without our consent or knowledge to vary any of the terms and conditions of the Said Contract or to extend the time of development/delivery from time to time or to postpone for any time or from time to time any of the powers exercisable by the Purchaser against the contractor and either to forbear or enforce any of the terms and conditions relating to the Said Contract and we shall not be relieved from our liability by reason of any such variation or any indulgence or for bearance shown or any act or omission on the Purchaser or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of so relieving us. 7. We lastly undertake not to revoke the Guarantee during the currency of the above said contract except with the prior consent of the Purchaser in writing. Yours faithfully, for ____________________ Bank (Authorised Attorney) Place : ____________________ Date : ____________________ Seal of the Bank ARTICLE 7 - PERFORMANCE BOND

The Bidder will be required to furnish a Performance Guarantee by way of Bank Guarantee through a public sector bank or a private sector bank authorized to conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank Ltd.) for a sum equal to 10% of the contract value within 30 days of issue of work order covering letter and prior to collecting the work order ink signed copy. Performance Bank Guarantee should be valid up to 60 days beyond the date of warranty. The specimen of PBG is given below:-

Performance Bank Guarantee Format From: Bank _______________ To,

Page 72: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 72 of 134

The President of India Ministry of Defence, Government of India New Delhi Dear Sir,

Whereas you have entered into a contract No._______ dated_________ (hereinafter referred to as the

said Contract) with M/s__________________________, hereinafter referred to as the “seller” for supply of goods as per Part-II of the said contract to the said seller and whereas the Seller has undertaken to produce a bank guarantee for( % ) of total Contract value amounting to _________ to secure its obligations to the President of India. We the _______________ bank hereby expressly, irrevocably and unreservedly undertake and guarantee as principal obligors on behalf of the seller that, in the event that the President of India declares to us that the goods have not been supplied according to the Contractual obligations under the aforementioned contract, we will pay you, on demand and without demur, all and any sum up to a maximum of ____________Rupees _____________ only. Your written demand shall be conclusive evidence to us that such repayment is due under the terms of the said contract. We undertake to effect payment upon receipt of such written demand. 2. We shall not be discharged or released from this undertaking and guarantee by any arrangements, variations made between you and the Seller, indulgence to the Seller by you, or by any alterations in the obligations of the Seller or by any forbearance whether as to payment, time performance or otherwise. 3. In no case shall the amount of this guarantee be increased. 4. This guarantee shall remain valid for …… months from the date of JRI acceptance of test consignment in India or until all the store, spares and documentation have been supplied according to the contractual obligations under the said contract. 5. Unless a demand or claim under this guarantee is made on us in writing or on before the aforesaid expiry date as provided in the above referred contract or unless this guarantee is extended by us, all your rights under this guarantee shall be forfeited and we shall be discharged from the liabilities hereunder. 6. This guarantee shall be a continuing guarantee and shall not be discharged by and change in the constitution of the Bank or in the constitution of M/s______________________________. ARTICLE 8 - DURATION OF THE DELIVERY 8.1 Duration of Work 8.1.1 The CONTRACTOR shall complete his scope of work specified in Article 3.1 and 3.2 in _____ (duration in months/days/date for completion of Scope of Work) from the Effective date specified in Article 2.1. Delivery by the CONTRACTOR shall be treated as complete on satisfactory HATs/SATs and upon signing of Delivery Acceptance Certificate (applicable in the case of complete Refit/Repairs of Ships/ SubMayines only) OR Completion of Scope of Work and Trails (applicable in case of Refit/Repairs of Yard/Service Assets and partial Refits of Ships / SubMayines. 8.1.2 The said duration of Refit specified in Article 8.1.1 may be extended on mutual agreement only, with the CUSTOMER shall accept the vessel/asset without imposition of any sort of Penalty / Reduction in Contract Price. 8.2 Incomplete Work 8.2.1 The CONTRACTOR and the CUSTOMER shall mutually agree on the quantum of incomplete and unsatisfactory work. Cost of such incomplete work shall be withheld, except where such incomplete work is not attributable to the CONTRACTOR. Payment thus withheld will be made on completion of such incomplete work, which should in any case be completed within __ days (to be indicated in the RFP). If such work is incomplete beyond the specified date, the same shall be deleted from Scope of Work specified in Article 3.2 with corresponding amendment to Contract Price specified in Article 4.1. The CUSTOMER reserves the right to levy LD on the entire value of the contract as per Article 9 in such cases.

Page 73: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 73 of 134

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

ARTICLE 9 - LIQUIDATED DAMAGES 9.1 The CONTRACTOR shall be liable to pay to the CUSTOMER Liquidated Damages (LD), and not by way of Penalty, a sum equivalent to 0.5% (zero point five percent) of the Contract for each week of delay beyond duration of Work specified in Article 8.1, subject to a maximum of 10% (Ten percent) of the total value of goods/services delayed beyond the original date of delivery/completion of supplies/service indicated in the contract/supply order ( completion of entire work per ship will be considered as completion of service). ARTICLE 10 - RISK AND EXPENSE 10.1 Should the stores or any installment thereof not be delivered within the time or times specified in the contract documents, or if defective delivery is made in respect of the stores or any installment thereof, the Buyer shall after granting the Seller 45 days to cure the breach, be at liberty, without prejudice to the right to recover liquidated damages as a remedy for breach of contract, to declare the contract as cancelled either wholly or to the extent of such default. 10.2 Should the stores or any installment thereof not perform in accordance with the specifications / parameters provided by the SELLER during the check proof tests to be done in the BUYER’s country, the BUYER shall be at liberty, without prejudice to any other remedies for breach of contract, to cancel the contract wholly or to the extent of such default. 10.3 In case of a material breach that was not remedied within 45 days, the BUYER shall, having given the right of first refusal to the SELLER be at liberty to purchase, manufacture, or procure from any other source as he thinks fit, other stores of the same or similar description to make good:-

(a) Such default. (b) In the event of the contract being wholly determined the balance of the stores remaining to be delivered thereunder.

10.4 Any excess of the purchase price, cost of manufacturer, or value of any stores procured from any other supplier as the case may be, over the contract price appropriate to such default or balance shall be recoverable from the SELLER. ARTICLE 11- QUALITY AND INSPECTION 11.1 Quality Assurance & Quality Control 11.1.1 In order to assure the quality of repair/refit and exercise effective control, the work executed by the CONTRACTOR will be in accordance with CUSTOMERS inspection schedule as applicable followed by preliminary, stage and final inspection. The repair work will be undertaken as per specified Standards and quality norms. Ensuring and maintaining quality will be the responsibility of the Shipyard. 11.1.2 The CONTRACTOR shall submit a Quality Assurance (QA) Plan as applicable to the scope of work for approval of the CUSTOMER. The approved QA plan will form the basis for inspection and acceptance of work executed by the CONTRACTOR under this contract. 11.2 Overseeing and Inspection 11.2.1 Necessary tests and inspections of the contracted job shall be carried out by COA/ or his nominated agency. The CONTRACTOR shall give reasonable notice to the above team reasonably in advance of the date and place of such tests / inspections. COA shall also carry out joint receipt inspection of the equipment and material procured by the CONTRACTOR/ supplied by CUSTOMER. The CUSTOMER's representative shall,

Page 74: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 74 of 134

during the repairs / refit invariably attend such tests and inspections as per the QA Plan/Quality Inspection Schedule. 11.2.2 Any non-conformity discovered by CUSTOMER Representative and intimated in writing co-relating relevant documents where necessary, in Refit or material or workmanship shall be corrected by the CONTRACTOR at his cost, to the full satisfaction of Representative in accordance with the relevant drawings and specifications. 11.2.3 During the repairs / refit of the Ship, until the delivery thereof, the CUSTOMER’s representatives shall be given free and ready access to the Ship/Submarine/Asset and to any other place where related work is being performed, or materials are being processed or stored, including the yards, workshops, stores and offices of the CONTRACTOR and premises of Subcontractors who are doing work or storing materials, in connection with the repairs / refit of the Ship/Submarine/Asset. Notwithstanding any provision in this Article or any other Article in this Contract, the responsibility for the repairs / refit as per the scope of work vide Article 3.2, 3.3 and 3.4 shall rest with the CONTRACTOR. ARTICLE 12 - WARRANTY & WARRANTY BOND 12.1 Guarantee 12.1.1 The CONTRACTOR warrants that the repairs carried out under this Contract conform to specifications vide SOR. 12.1.2 The CONTRACTOR shall give Six months guarantee for workmanship and material defects for items repaired and 12 months guarantee for new installations under the contract from the Contract Completion Date. The guarantee clause will also be applicable to the items repaired by the OEMs / sub contractor of shipyard. Any defects noticed during this guarantee period due to defective / poor workmanship or sub-standard material shall be rectified free of cost by the shipyard or by the OEMs / sub-contractors under arrangements by the shipyard. 12.1.3 If within the period of warranty, the repairs reported by the CUSTOMER to have failed to perform as per the specifications, the CONTRACTOR shall either replace or rectify the same free of charge, within ___ days of notification of such defect received by the CONTRACTOR provided that the equipment are used and maintained by the CUSTOMER as per instructions contained in the Operating Manual. Record of the downtime would be maintained by user in logbook. Spares required for warranty repairs shall be provided free of cost by CONTRACTOR. 12.1.4 CONTRACTOR hereby warrants that necessary service and repair backup, during the warranty period of the repair, shall be provided by the CONTRACTOR at the CUSTOMER’S premises. 12.2 Notice for Remedy/Rectification of Defects During Warranty Period shall be in writing and transmitted to each other by the fastest possible means. ARTICLE 13 - GENERAL TERMS AND CONDITIONS 13.1 Safety of Men : The CONTRACTOR is to ensure adequate safeguards for personnel when employed on work where human risk of health/injury is involved. All personnel including supervisors employed for the work on the premises of the Yard will wear uniforms with firms name prominently printed on the front and back side. All employees of the firm should be provided with personal protective clothing such a shoes, gloves, cap, and Mayon etc. 13.2 First Aid : The CONTRACTOR is liable to provide immediate first aid/hospitalization in case of accident/sudden illness to personnel. 13.3 Gas Free & Man Entry Certificates, Fire Sentries, Administrative Support to OEMs, Pumping-out Facilities & Removal of Debris/Waste Material shall be as per Annexure 4 of SOR.

Page 75: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 75 of 134

13.4 “In case of any accident/incident caused by the contractor or his personnel, which results in damage to government property or injury to any person, a show cause notice will be issued to the contractor. The contractor is to reply to the show cause notice within 07 days. Thereafter, on completion of investigation of the case, if the blame is found to be attributable to the contractor or his personnel, the contractor would be liable for a tender holiday of one year.” ARTICLE 14 - INDEMNITY & INSURANCE 14.1 Indemnity. The CONTRACTOR shall indemnify the CUSTOMER against all claims for death or injury caused to any person, whether workman or not, while engaged in any process connected with the CONTRACTOR'S work or for dues of any kind whatsoever, and the CUSTOMER shall not be bound to defend any claim brought under the Workmen's Compensation Act, 1923 or Payment of Wages Act 1936, or any other statutory Act or Law in force from time to time and applicable to the said work unless the CONTRACTOR first deposit with the CUSTOMER a sum sufficient to cover any liability which CUSTOMER may have to incur in relation to such proceedings. 14.2 Insurance. The vessel shall not be insured during the repairs period as it is the property of Government of India and no Insurance Policy is taken for Warship/Government vessel. The items/work shall not be insured during the repair/refit period as it is the property of the Customer and no insurance policy is taken.

The Contractor is liable to pay for any damage that may be caused to the state property on account of negligence by his staff. ARTICLE 15 – SECURITY 15.1 The CONTRACTOR is bound by the Official Secrets Act 1923 and, in its connection any other statutory Act / Law / Amendment in force and the information given is to be treated as strictly confidential and is not to be disclosed to any person or persons not concerned therein. The CONTRACTOR shall be responsible to ensure that all persons employed by him in the execution of any work in connection with this Contract are fully aware of the provisions of the Official Secrets Act 1923 / Law / Amendment in force and have undertaken to comply with the same. 15.2 The CONTRACTOR shall also ensure secrecy of design, construction, equipment and documentation and shall carry out all or any instructions given by the CUSTOMER in this respect. Should the CUSTOMER desire to check up the security measures which have been provided, or will be adopted to achieve security, the CONTRACTOR shall produce necessary evidence to establish the same. 15.3 In giving any information to the Sub-Contractors, the CONTRACTOR shall furnish to the Sub-Contractors only such information as may be necessary for carrying out the respective work entrusted to them. 15.4 The security of the Ship, men and material in the CONTRACTOR’s premises is the CONTRACTOR’S responsibility. ARTICLE 16 - FORCE MAJEURE

(a) Neither party shall bear responsibility for the complete or partial nonperformance of any of its obligations (except for failure to pay any sum which has become due on account of receipt of goods under the provisions of the present contract), if the non-performance results from such Force Majeure circumstances as Flood, Fire, Earth Quake and other acts of God as well as War, Military operation, blockade, Acts or Actions of State Authorities or any other circumstances beyond the parties control that have arisen after the conclusion of the present contract.

(b) In such circumstances the time stipulated for the performance of an obligation under the present contract is extended correspondingly for the period of time of action of these circumstances and their consequences.

Page 76: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 76 of 134

(c) The party for which it becomes impossible to meet obligations under this contract due to Force Majeure conditions, is to notify in written form the other party of the beginning and cessation of the above circumstances immediately, but in any case not later than 10 (Ten) days from the moment of their beginning.

(d) Certificate of a Chamber of Commerce (Commerce and Industry) or other competent authority or organization of the respective country shall be a sufficient proof of commencement and cessation of the above circumstances.

(e) If the impossibility of complete or partial performance of an obligation lasts for more than 6 (six) months, either party hereto reserves the right to terminate the contract totally or partially upon giving prior written notice of 30 (thirty) days to the other party of the intention to terminate without any liability other than reimbursement on the terms provided in the agreement for the goods received.

ARTICLE 17 - TERMINATION OF CONTRACT

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

(a) The delivery of the material is delayed for causes not attributable to Force Majeure for more than 1 month after the scheduled date of delivery. (b) The Seller is declared bankrupt or becomes insolvent. (c) The delivery of material is delayed due to causes of Force Majeure by more than 1month provided Force Majeure clause is included in contract. (d) The Buyer has noticed that the Seller has utilised the services of any Indian/Foreign agent in getting this contract and paid any commission to such individual/company etc. (e) As per decision of the Arbitration Tribunal.

ARTICLE 18 - LAW

The Contract shall be considered and made in accordance with the laws of the Republic of India. The contract shall be governed by and interpreted in accordance with the laws of the Republic of India. ARTICLE 19 - ARBITRATION 19.1 All disputes or differences arising out of or in connection with the present contract including the one connected with the validity of the present contract or any part thereof should be settled by bilateral discussions. 19.2 Any dispute, disagreement of question arising out of or relating to this contract or relating to construction or performance (except as to any matter the decision or determination whereof is provided for by these conditions),which cannot be settled amicably, shall within sixty (60) days or such longer period as may be mutually agreed upon, from the date on which either party informs the other in writing by a notice that such dispute, disagreement or question exists, will be referred to a sole Arbitrator. 19.3 Within sixty (60) days of the receipt of the said notice, an arbitrator shall be nominated in writing by the authority agreed upon by the parties. 19.4 The sole Arbitrator shall have its seat in New Delhi or such other place in India as may be mutually agreed to between the parties. 19.5 The arbitration proceedings shall be conducted under the Indian Arbitration and Conciliation Act, 1996 and the award of such Arbitration Tribunal shall be enforceable in Indian Courts only. 19.6 Each party shall bear its own cost of preparing and presenting its case. The cost of arbitration including the fees and expenses shall be shared equally by the parties, unless otherwise awarded by the sole arbitrator.

Page 77: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 77 of 134

19.7 The parties shall continue to perform their respective obligations under this contract during the pendency of the arbitration proceedings except in so far as such obligations are the subject matter of the said arbitration proceedings. (Note - In the event of the parties deciding to refer the dispute/s for adjudication to an Arbitral Tribunal then one arbitrator each will be appointed by each party and the case will be referred to the Indian Council of Arbitration (ICADR) for nomination of the third arbitrator. The fees of the arbitrator appointed by the parties shall be borne by each party and the fees of the third arbitrator, if appointed, shall be equally shared by the buyer and seller). ARTICLE 20 - PENALTY FOR USE OF UNDUE INFLUENCE

The Seller undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring the Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the Government of India for showing or forbearing to show favour or disfavour to any person in relation to the present Contract or any other Contract with the Government of India. Any breach of the aforesaid undertaking by the Seller or any one employed by him or acting on his behalf (whether with or without the knowledge of the Seller) or the commission of any offers by the Seller or anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for the prevention of corruption shall entitle the Buyer to cancel the contract and all or any other contracts with the Seller and recover from the Seller the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the Seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Seller towards any officer/employee of the Buyer or to any other person in a position to influence any officer/employee of the Buyer for showing any favour in relation to this or any other contract, shall render the Seller to such liability/ penalty as the Buyer may deem proper, including but not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer. ARTICLE 21 - AGENTS/AGENCY COMMISSION

The Seller confirms and declares to the Buyer that the Seller is the original manufacturer of the stores/provider of the services referred to in this Contract and has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or any of its functionaries, whether officially or unofficially, to the award of the contract to the Seller; nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of any such intercession, facilitation or recommendation. The Seller agrees that if it is established at any time to the satisfaction of the Buyer that the present declaration is in any way incorrect or if at a later stage it is discovered by the Buyer that the Seller has engaged any such individual/firm, and paid or intended to pay any amount, gift, reward, fees, commission or consideration to such person, party, firm or institution, whether before or after the signing of this contract, the Seller will be liable to refund that amount to the Buyer. The Seller will also be debarred from entering into any supply Contract with the Government of India for a minimum period of five years. The Buyer will also have a right to consider cancellation of the Contract either wholly or in part, without any entitlement or compensation to the Seller who shall in such an event be liable to refund all payments made by the Buyer in terms of the Contract along with interest at the rate of 2% per annum above LABOR rate. The Buyer will also have the right to recover any such amount from any contracts concluded earlier with the Government of India. ARTICLE 22 - ACCESS TO BOOKS OF ACCOUNTS In case it is found to the satisfaction of the Buyer that the Seller has engaged an Agent or paid commission or influenced any person to obtain the Supply Order as described in clauses relating to Agents/Agency Commission and penalty for use of undue influence, the Seller, on a specific request of the Buyer, shall provide necessary information/ inspection of the relevant financial documents/information.

ARTICLE 23 - NON DISCLOSURE OF CONTRACT DOCUMENTS

Except with the written consent of the Buyer, the Seller/ other party shall not disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any third party.

Page 78: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 78 of 134

ARTICLE 24 - NOTICES

Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by FAX or registered pre-paid mail/airmail, addressed to the last known address of the party to whom it is sent. ARTICLE 25 - AMENDMENTS

No provision of this Contract shall be changed or modified in any way(including this provision) either in whole or in part except by an instrument in writing made after the date of this Contract and signed on behalf of both parties and which expressly states to amend this Contract. ARTICLE 26 - FREE SERVICES BY CUSTOMER

Generally ND(MB) provides electricity, water, compressed air and crane facilities free of cost. However the contractor shall be required to make own arrangement to tap electricity, water , compressed air from the point of supply point indicated and lifting appliances like ropes, slings shackles with drawl gears etc. ARTICLE 27 - NOTICES & COMMUNICATIONS 27.1 Address for Notice / Communication : The legal addresses of the Parties for the purpose of Notice/Communication are as follows :- The Customer: The Admiral Superintendent Naval Dockyard Lion Gate, Shahid Bhagat Singh Road, Mumbai - 400 023. Fax No. : 22660486 [SMYCM 2275----] ] [GM(R) 22751409] [AGM (PL) 22751471] [AGM(COM) 22751476] Telephone Nos: [AGM (PR) 22751491] [SMCOM 22752066] Copy of communication to the CUSTOMER is to be endorsed to: The Admiral Superintendent

(for User Manager) Naval Dockyard Mumbai 400023 (Name / Designation of the User Manager) Tele: 022-2275---- Fax: 022-2275----

(Legal Address of Contractor) 27.2 Language. Any and all notices and communication in connection with this Contract shall be in English language. ARTICLE 28 – INTERPRETATION 28.1 This Contract shall be governed by the laws of Republic of India. 28.2 In the event of any conflict or discrepancy between the provisions of any Article to this Contract and any Annex thereof, the Article of this Contract shall prevail. 28.3 This Contract constitutes the entire agreement between the CUSTOMER and the CONTRACTOR.

Page 79: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 79 of 134

28.4 Any amendment to this Contract and its Annexes shall be in writing and signed by both Parties. 28.5 In the event of any conflict with respect to specification/drawing/existing practices, the order of precedence for acceptance would be as follows :-

(a) THE CUSTOMER APPROVED DRAWING (b) SPECIFICATION VIDE SCHEDULE OF REQUIREMENTS (c) THE CUSTOMER’S DECISION.

28.6 The failure of either Party to enforce any provision of this Contract shall not be considered as a waiver of such provision or the right of such Party thereafter to enforce the same. ARTICLE 29 - ENVIRONMENTAL POLICY The yard is committed to continually improve upon environmental performance through pollution prevention and resource conservation. Contractors should strive to:-

(a) Minimize the generation of dust and noise by improving on operational practices. (b) Have effective utilization of utilities like water and electricity by recycling and energy auditing. (c) Control generation and disposal of effluent water by appropriate effluent treatment methods, Educate, train and motivate employees to execute their tasks in an environmentally responsible manner.

ARTICLE 30 - LABOUR REGULATIONS 30.1 Contract Labour (R&A) Act. Contractor should obtain licence under section 12 and 13 of the contract labour (Regulation & Abolition) act and rules made there under and the same should be kept valid atleast until the expiry of contract with ND(MB). The licence should be shown as and when demanded by the concerned ND (MB) authorities. Failure to obtain the licence may lead to termination of the contract. The Contractor shall carryout his obligations and duties under the Contract labour (R & A) Act 1970 and the rules framed hereunder. 30.2 Minimum Wages Act. The contractor shall pay to the employee not less than the minimum wages and allowances applicable to the Engineering Industry as notified from time to time by the State Govt. under the Minimum Wages Act. Contractor shall be responsible for timely payment of wages of all employees engaged in ND(MB) not less than the prescribed minimum wages in each case and without any deductions of any kind except specified by Government of permissible under the Payment of Wages Act. 30.3 PF Act & Scheme. The contractor wherever applicable shall cover all his eligible employees engaged on ND(MB) jobs under the Employees Provident Fund Act & Scheme and Family Pension scheme and pay the contribution both in respect of his employees and his own. He shall submit all the necessary returns and other particulars periodically as prescribed under the said insurance scheme by filling requisite returns to concerned authorities and obtaining Code Number/Account Numbers. Contractor should remit employees and employers contributions directly to the concerned authorities with inspection and Administrative charges as per relevant provision of the concerning Acts and Schemes made there under within 15 days from the close of every month. 30.4 E.S.I. Act. Contractor should also cover all the contract labourers working on ND(MB) jobs, under the Employees State Insurance Act and Scheme by furnishing necessary returns to appropriate authority and pay both employees and employers contributions in respect of these employees to the concerned authorities within 20 days from the close of every month. Contractor should produce proof of such remittances to the contracting authority along with full details of contributions etc, as and when such details are sought. He shall also give us an undertaking that he will not engage any one on our work, who is not duly covered under the said Act Scheme. 30.5 Uniform All personnel including supervisors employed for the work on the premises of the Yard will wear uniform with firms name prominently printed on front side and back side. All employees of the firm should be provided with personal protective clothing such a shoes, gloves, cap, and Mayon etc.

Page 80: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 80 of 134

ARTICLE 31 - REMOVAL OF METAL SCRAP & DEBRIS Removal of Metal Scrap & Debris (While working inside Dockyard) :- Metal scrap generated by cutting, welding of plates will be yard's property. However the scrap will be collected, loaded/ unloaded by the contractor on his own transport and landed at the Survey yard for survey. The debris (including cement waste, broken pieces of bricks, mud, soot, rust, grit, broken tiles, urinals etc) if any, are to be cleared to designated dumping areas outside the yard by the contractor. The contractor is not to dump the scrap and debris at any place on the jetty without obtaining prior written permission of the Manager, Civil Maintenance. Such permission will ordinarily be granted only for a short duration to enable arrangement to be made for the transportation of the scrap and debris. ARTICLE 32 - PROVISION OF SERVICES BY CUSTOMER. Customer will provide services in accordance with Sl 3(p) of Annexure 1 to Encl II to RFP. ARTICLE 33 - PROVISION OF SERVICES BY CONTRACTOR. The contractor will provide services in accordance with SOW mentioned at Annexure 2 to Encl II to RFP. ARTICLE 34 - UTILISATION OF CUSTOMER'S FACILITIES BY CONTRACTOR. Utilization of customer’s facilities will be in accordance with Sl 3(p) of Annexure 1 to Encl II to RFP. ARTICLE 35 – THIRD PARTY INSPECTION. Not Applicable. ARTICLE 36 - APPROVAL OF DRAWINGS, SPECIFICATIONS AND STANDARDS. In accordance with Sl 3(r) of Annexure 1 to Encl II to RFP. ARTICLE 37. – SPECIAL CONDITIONS OF CONTRACT FOR AMC/RRC ARTICLE 38 . Any other agreement arrived at during CNC. ARTICLE 39. ARTICLE 40 - SIGNATURE AND WITNESSING BY PARTIES

This Contract is signed on _______ day of the month of ……… in the Year ………….., in two (2) originals of the same wording, one (1) for the CUSTOMER and one (1) for the CONTRACTOR. The Annexes listed in Table of Annexures (page 4) and forming an integral part of this Contract are signed under same circumstances.

FOR AND ON BEHALF OF FOR AND ON BEHALF OF

M/s ______________ THE CONTRACTOR

PRESIDENT OF INDIA THE CUSTOMER

( ) REPRESENTATIVE OF CONTRACTOR Dated _________________20…

( ) REPRESENTATIVE OF CUSTOMER Dated _________________20….

In the presence of 1. _____________________________ Name __________________________ Designation 2. ___________________________ Name _______________________ Designation ___________________

In the presence of 1. ___________________________ Name _______________________ Designation ___________________ 2. ____________________________ Name ________________________ Designation_____________________

ARTICLE 41 ADHERENCE TO SAFETY NORMS BY CONTRACTORS

Page 81: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 81 of 134

(a) All rules, regulations, codes, and ordinance of the Government of India, Government of

Maharashtra and local bodies regarding the Safety and Health will be applicable to the

contractors.

(b) The Contractor or sub contractor shall be required to provide their workmen with relevant

safety gear. The work-overall should have suitable colour with the name of the contractor

printed on it with prominent letters. It shall be ensured by the contractor’s supervisor that the

workers wear the overall and safety gears throughout their work duration in the premises of the

dockyard.

(c) The contractor worker must ensure that the place of work is kept reasonably clean and

all scrap / waste is transferred to nearby scrap garbage bins, on completion of work in any

location / compartment

(d) The management of Naval Dockyard reserves its right to suspend / revoke the work in

the event of the contractor not complying with the safety rules, instructions with regards to

safety and health practices as per prevailing statutory and legal requirements for which no

claim of any kind be entertained.

(e) The contractor or his agent must report the accidents / incidents occurring to his

personnel promptly and immediately to concerned Manager, Personnel Manager and SMIES.

Subsequently, accident reports on Form No. 07 and Form No. 24(Supervisors reporting) are to

be made.

(f) A representative of the contractor should maintain liaison with Safety department in

addition to concerned Manager while undertaking repairs of offloaded jobs regarding safety

procedures.

(g) All contractors should go through the safety manual and follow applicable safety

procedures concerning their works.

(h) The contractor should be fully responsible for the cleanliness and housekeeping of the

job site.

(i) The contractors should ensure that adequate fire extinguishers are provided, where

property is exposed to the hazard of fire. Open fire will not be permitted unless prior approval

from concerned Manager is obtained.

(j) Tarpaulin used should be of fire retarding type. All works generating dust or fume should

be carried out in an enclosed space. In case enclosed space is not available the entire work

should be done under tarpaulin.

(k) Inflammable liquids must be handles in safe cans approved by dockyard and shall be

stored in the locations allowed by competent authority. All such containers or cans must be

clearly labeled.

(l) The contractors working in confined spaces or pits, below the ground level, must

acquaint themselves with the safety procedures related to that confined space. They should

advise their employees of hazards of gas or liquid levels and take proper precautions as per

laid down procedures (work permit etc).

(m) The contractors should ensure that first aid boxes are provided at work places and they

should ensure proper medical care of injured persons.

Page 82: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 82 of 134

(n) All employees of contractors should wear appropriate Personnel Protective Equipment’s

PPE and use the correct tools and equipment to undertake the work. Further approved safely

helmets and other safety gear are to be used while working in dry docks and other areas.

Carrying, storing, consuming intoxicants in the yard strictly forbidden. Entering the yard in an intoxicated state is also an offence. ii. Distribution : Payment Authority (One Ink Signed Copy) FA to CFA (One Ink Signed Copy) FA to COA (One Ink Signed Copy) CFA (One Ink Signed Copy) PCDA(Navy), Mumbai (One Copy) IHQ,MoD(N)/DFM (One Copy)

ANNEXURE - 1 to Encl – III to RFP DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Dated 22 Feb 2016

FORMAT OF CERTIFICATE OF ACCEPTANCE

CERTIFICATE OF ACCEPTANCE

1. CERTIFIED THAT M/S_______________________, HAVE COMPLETED THE

(________________) OF (NAME OF THE VESSEL/ASSET) AS PER THE SCOPE OF WORK ASSIGNED TO

THEM AND HANDED OVER THE SAME TO (NAME OF CUSTOMER) AT ____________ HOURS, ON THIS

________DAY OF THE MONTH _________________ IN THE YEAR TWO THOUSAND AND _________.

2. THE LIST OF LIABILITIES AS ON DATE IS PLACED AT ANNEXURE TO THIS CERTIFICATE.

_______________________ COA/REP FOR AND ON BEHALF OF THE PRESIDENT OF INDIA

____________________________ REP OF M/S___________

Page 83: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 83 of 134

ANNEXURE - 2 to Encl – III to DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Dated 22 Feb 2016

SCOPE OF WORK

Reproduce the Text of SOR finalised and accepted during CNC (Will be included in the document on approval of draft contract)

Page 84: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 84 of 134

ANNEXURE - 3 to Encl – III to DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145

Dated 22 Feb 2016

FORMAT OF PROMULGATION CHANGE IN SCOPE OF WORK 1. NAME OF WORK : ____________________ 2. D.L. NO : _________________ (Wherever applicable) 3. Proposed by : ________________ 4. Reference: _________________

Drg. Document _______________ 5. Details of additional work (if required use overleaf of the form / attach

Annexures) NAME DESIGNATION SIGNATURE OF THE PROPOSER 6. (a) Proposal No._______________

(b) Effect on overall Schedule (c) Approved Cost

REP OF FIRM/PROJECT MANAGER OF SHPYARD 7. Approved / Not approved (Reasons if any) COA/HEAD OF PROJECT MONITORING TEAM

Page 85: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 85 of 134

ANNEXURE - 4 to Encl – III to DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Dated 22 Feb 2016

BREAKDOWN OF CONTRACT PRICE

Ser Description of Work/Service Material/Spares/Tax Rate (in Rs)

1. Cost of all services indicated in the SOR

(a) Hull Work Package (b) Engineering Work Package (c) Electrical work Package (d) Weapon Work Package

2. Cost of spares and material included in ser 2(a) to (d)

3. Cost of all other Services in the SOR (not covered under ser 1 and 2 including OEM charges etc)

4. Service Tax on ser 1, 2 and 3, excluding 2 (e)

5. Works Contract Tax (if applicable on ser 1, 2, and 3)

6. Cost of Yard Materials

7. Budgetary Cost of Spares

8. VAT/Sales Tax applicable on ser 6 and 7

9. Octroi/other local levies applicable on ser 6 and 7

10. Customs Duty/Amount of Customs Duty for which Exemption is sought on ser 6 and 7.

11. Excise Duty/Amount of Excise Duty for which Exemption is sought on ser 6 & 7

12. Miscellaneous (not included in any of the serial above)

13. Applicable Tax/Duty/Levies on ser 12

14. Grand Total (ser 1 to 13)

15. Grand Total (excluding ser 10 and 11)

Page 86: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 86 of 134

ANNEXURE- 5 to Encl – III to DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Dated 22 Feb 2016

FORMAT OF CERTIFICATE OF COMPLETION OF DEFECT WORK COMPLETION CERTIFICATE

CERTIFICATE No. … / CC / DT

The under mentioned stage/Activity as per the Payment Terms have been completed :-

DESCRIPTION OF ACTIVITY/STAGE :

Rep Firm/Shipyard COA/REP

SIGNATURE

NAME

DESIGNATION /

RANK

DEPT/ORGANISATION

Page 87: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 87 of 134

Enclosure IV of RFP DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Dated 22 Feb 2016

GUIDELINES FOR PREPARATION OF TECHNICAL BID

1. The Technical Bid should contain the following information and details so as to enable Naval Dockyard, Mumbai to assess the understanding, technical capability and infrastructure/resources of the ship repair yard to undertake the refit : -

(a) Indicate acceptance of the entire scope of work (or) Indicate acceptance of the entire scope of work except ________. (Indicate specific jobs not being undertaken as a Deviation List). (b) Indicate acceptance of the QAP/QIS indicated in SOR (or) Indicate acceptance of the QAP/QIS indicated in SOR ________. (Indicate specific provisions not being undertaken as a Deviation List) (or) Forward a QAP/QIS for consideration of Technical Evaluation Committee. (c) Indicate anticipatory list of spares, if applicable, required for undertaking the scope of work specified in SOR. Budgetary Estimate of all such spares is to be indicated in the Commercial Bid, if such a list of Anticipatory Spares is forwarded along with the Technical Bid. (d) Indicate whether Earnest Money Deposit as per para 12 of the RFP has been attached. (e) Indicate acceptance of Payment terms as indicated in para 15 of the RFP. (f) Indicate acceptance of Standard Conditions of Contract (SCOC) and other terms and conditions given in the RFP. (g) Indicate whether a License for undertaking contract work has so far been obtained from the ministry of Labour & Employment. If yes, indicate the license number and date, and details there of.

(h) Indicate the maximum number of supervisors and the maximum number of workers thet are likely to be deputed for undertaking this contract work on any single day.

2. In order to facilitate quick processing of ‘T’ and ‘Q’ bids please fill up the ‘T’ bid compliance matrix on the next page.

Page 88: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 88 of 134

‘T’ BID COMPLIANCE MATRIX (TO BE SUBMITTED WITH THE ‘T’ BID)

SL NO DESCRIPTION REMAYK

1. Accept the entire scope of work as per RFP YES/NO

2. If the answer to Question 1 above is NO, please list the specific jobs not being undertaken as a deviations list and attach with this matrix.

LIST OF DEVIATIONS FROM SCOPE OF WORK ATTACHED/NOT ATTACHED/NA

3. Accept the QAP for the scope of work as per RFP YES/NO/NA

4. If the answer to Question 3 above is NO, please list the specific jobs not being undertaken as a deviations list and attach with this matrix. (as applicable)

LIST OF DEVIATIONS FROM QAP ATTACHED/NOT ATTACHED/NA

5. Is the list of anticipatory spares attached with the ‘T’ bid (if applicable)? (List of anticipatory spares is required to be attached with the ‘T’ bid (where applicable) and the costs of such anticipatory spares attached with the ‘Q’ bid.)

YES/NO/NA

6. EMD submitted in accordance with Para 12 of the RFP

YES/NO/NA

7. Cost of Tender submitted in accordance with Para 10 of the RFP (for OTE cases only)

YES/NO/NA

8. Payment terms as per Para 15 of the RPF acceptable?

YES/NO

9. Standard terms and Conditions of the Contract as per Enclosure-III of the RPF acceptable?

YES/NO

10. Itemised list for CDEC, EDEC, ODEC enclosed with T-bid

YES/NO

11. Details of License for undertaking Contract work attached

YES/NO

DETAILS OF CONTRACTORS/SUPPLIERS/VENDORS

S.No. MANDATORY INFORMATION DETAILS

1 Name of the Beneficiary as per Bank Account

2 Name of the authorised person/s for communication / notice

3 Fax No. for sending notice / communication

4 Legal postal address for notice / communication

5 Telephone number for official communication

6 E- mail ID for sending notice / communication

7 Name of the Bank of Beneficiary

8 Branch Name

9 Branch Address

10 Nature / Type of Account (SB/Current etc)

11 Bank Account Number of the Beneficiary

12 MICR Code (9 Digit Number printed on Cheque leaf)

13 NEFT IFCS Code (4 Alphabets and 4 Numbers Code)

14 Tin Details

15 PAN Card Details

16 VAT TIN No

17 CST TIN No

18 Service Tax TIN No

Page 89: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 89 of 134

Enclosure V of RFP DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Dated 22 Feb 2016

GUIDELINES FOR PREPARATION OF COMMERCIAL BID 1. Summary Sheet at Annexure Encl VI of this RFP should be filled in all respects. 2. The enclosed Quantified Work Package at Annexure 2 of SOR is to be filled up in all respects. Unit cost/rate for each serial as also the total cost of repairs, e.g Rs X for One Pump (unit rate) and Rs. Y for 5 pumps (total cost) and budgetary cost of mandatory spares should be indicated against each Defect List Item. The cost of Anticipatory spares should be indicated in the MOQ and the same will be used for determining L1 firm. 3. Bidders must indicate separately the relevant Taxes/Duties likely to be paid in connection with delivery of completed goods specified in RFP. In absence of this, the total cost quoted by them in their bids will be taken into account in the ranking of bids. 4. The evaluation and comparison of responsive bids and finalisation of L-1 Firm shall he done on the prices of the goods offered and other charges such as Packing & Forwarding, Freight and Insurance, AMC, etc, as indicated in the price schedule of the Bid Document but excluding levies, taxes and duties such as excise duty, VAT, Service tax, Octroi/entry tax, etc on final product, which are to be paid extra as per actuals, wherever applicable. 5. Cost of yard materials such as steel plates, weld consumables, general nature cables, pipes and tubes should be indicated separately. Whereas, Ferrous scrap shall be the property of the Contractor, Non-ferrous items and unused spares shall be the property of the Customer. The cost of Ferrous Material indicated in the Bid should therefore be inclusive of discount for scrap value. 6. In case the commercial bid is running into more than one page, the sub- total of costs on each page is to be indicated at the bottom of that page. 7. Each page is to be authenticated (signed) by the Bidder. 8. Page numbering is a must to identify/locate missing/misplaced pages. (Total Nos of pages in the Q-bid are to be mentioned on the first page of the Q-bid. Further each page to be numbered. For example if there are 20 pages in Q bid, first page to be numbered as 1/20 and last page to be numbered as 20/20.) 9. Bid Validity. The commercial bid is to be valid 180 days .

Page 90: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 90 of 134

Enclosure VI of RFP DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145

Dated 22 Feb 2016

SUMMARY SHEET FOR COSTING / QUOTATION

Ser Description of Work/Service Material/Spares/Tax

Rate (in Rs)

1. Cost of all services indicated in the SOR

2.

Cost of repairs mentioned in the SOR (MOQ) (a) Cost of material/spares ( mandatory) (b) Cost of material/spares (anticipatory) (c) Cost of Services

3. Cost of all other Services in the SOR (not covered under ser 1 and 2 including OEM charges etc)

4. Service Tax, if applicable

5. Works Contract Tax (if applicable on ser 1, 2, and 3)

6. VAT/Sales Tax applicable on ser 6 and 7

7. Octroi/other local levies applicable on ser 6 and 7

8. Customs Duty/Amount of Customs Duty for which Exemption is sought on ser 6 and 7

9. Excise Duty/Amount of Excise Duty for which Exemption is sought on ser 6 and 7

10. Miscellaneous (not included in any of the serials above)

11. Applicable Tax/Duty/Levies on ser 12

12. Grand Total (ser 1 to 13)

13. Grand Total (excluding ser 10, and 11)

Page 91: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 91 of 134

Enclosure VII of RFP DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Dated 22 Feb 2016

EMD Bank Guarantee format

Whereas ……………………………………(hereinafter called the “Bidder”) has submitted their offer dated………………………………….for the supply of ……………………………… (hereinafter called the “Bid”) against the Buyer’s Request for proposal No. ………………………… KNOW ALL MEN by these presents that WE ……………………………of …………………………………………….. having our registered office at ……………………………………………………………. are bound unto …………………. (hereinafter called the “Buyer) in the sum of ……………………………………………………………………………for which payment will and truly to be made to the said Buyer, the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal of the said Bank this…………… day of …………….20…… The conditions of obligations are – (1) If the Bidder withdraws or amends, impairs or derogates from the Bid in any respect within the period of validity of this tender. (2) If the Bidder having been notified of the acceptance of his tender by the Buyer during the period of its validity.

(a) If the Bidder fails to furnish the Performance Security for the due performance of the contract. (b) Fails or refuses to accept/execute the contract. WE undertake to pay the Buyer up to the above amount upon receipt of its first written demand, without the Buyer having to substantiate its demand, provided that in its demand the Buyer will note that the amount claimed by it is due to it owing to the occurrence of one or both the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force upto and including 45 days after the period of tender validity and any demand in respect thereof should reach the Bank not later than the above date. ……………………………. (Signature of the authorized officer of the Bank) Name and designation of the officer Seal, name & address of the Bank and address of the Branch

Page 92: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 92 of 134

Enclosure VIII of RFP DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145

Dated 22 Feb 2016

SOW/SOR (MODE OF QUOTATION) (To be strictly adhered to. Non-adherence to this format may result in disqualification)

REFIT OF TANK CLEANING VESSEL-1

1. Price Bid Format (For L-l determination): The Price Bid Format in general is given below and Bidders are required to fill this up correctly with full details, as required under Part-Il of RFP. This format should be filled up with items / requirements as mentioned in Part-Il of RFP): -

SCOPE OF WORK – TANK CLEANING VESSEL

STEEL RENEWAL ESTIMATE : TANK CLEANING VESSEL

SL No. Description Denom Qty Unit Rate in (Rs/Tons )

Total Rate in (Rs)

Mat Ser Mat Ser

1 Under water and above water shell plate (Keel, A ,B, C Strake port & stbd )

T 11.75

2 Under water and above water shell plate

T 12.56

3 Qtr deck and foxle deck plating T 6.28

4 Decks, bulkheads, internal compartments, superstructure, plating tank plating, Deck strips quarter and foxle deck (10’x1.5”x 6mm)

T 3.76

1 Side plating transverse angle R/Mtr. 80

2 Deck head and transverse frame angle R/mtr 100

3 Foundations angle R/Mtr 80

Page 93: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 93 of 134

4 Hawse pipe/naval pipe in way of anchor securing

Mtrs 5

5 Pits build up at various U/W and A/W hull and decks as per survey report

Nos 100

H-10001 24 in no MK-II sacrificial anodes of under water hull to be renewed:-

Nos 24

H-10002 04 sets of draught marks to be renewed and painted. Note. Marks to be cut with profile cutting machine and machined

Sets 4

H-10003 Remove anchor windlass and carry out overhaul, renew MS foundation, winch side plates, brake liners, house pipe covers overhaul winch, related gearbox and winch motor . Minor repairs of defective items, Prove winch.

Lumpsum 1

H-10004 Remove/disconnect two in no anchors /shackles/ associated fittings from chain cable. Chip / clean and paint as per approved paint scheme. Connect up on completion.

Lumpsum 1

H-10005 05 nos deck drains with brass strainers(dia 2”) corroded / thinned / holed along with securing clips corroded / thinned / broken. To be renewed. Mat of pipe – GI Dia – 2" approx length – 20 m.

Nos 5

H-10006 10 nos GI fire hose boxes of size 2 ft x 2 ft x 10” with glass in front, hinges and locking arrangement corroded / thinned / broken. To be renewed.

Nos 10

Page 94: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 94 of 134

H-10007 One in no MS embarkation disembarkation ladder corroded/broken . to be renewed (size- length 6 meter, dia of rungs 20 mm(solid bar) with 50 mm x 8 mmflat bar)

Nos 1

H-10008 04 nos of sea chest grating on under water hull to be opened , prepare for survey and painting with underwater paint scheme( size of grating(290 mm x 690 mm)

Nos

4

H-10009 Following doors to be repaired:-

(a) 10 nos. W/T doors along with rubber beading and 04 clips each corroded/thinned/jammed , rubber beading perished. Doors to be repaired, rubber beading to be renewed and handles to be eased and chalk tested. Size of W/T doors – 750 X 1740 mm.

Nos 10

(b) 02 nos wooden sliding doors to be repaired( size of door 660 x 1750 mm )

Nos 2

(c) 10 nos FRP non water tight doors broken/ damaged to be repaired including locking arrangement(mortise lock).( Size of door 650 x 1740 mm), Thick 15 mm)

Nos 10

(d) 05 nos FRP non water tight doors broken/ damaged completly to be renewed including locking arrangement(mortise lock).( Size of door 650 x 1740 mm), Thick 15 mm)

Nos 5

Page 95: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 95 of 134

H-10010 (a)Rubber beading of 15 nos scuttles perished/cracked, to be renewed proved for chalk test. (Dia of scuttle 250 mm)

Nos 15

(b)04 nos windows toughened glass broken to be renewed.(size of window- 800 mm x 600 mm , thickness of glass 6 mm)

Nos 4

(c) 15 nos window rubber beading perished to be renewed. .(size of window- 800 mm x 600 mm)

Nos 15

H-10011 02 wooden craft name boards broken / perished. To be renewed with metallic craft board fitted with perspex sheet with craft name in Hindi & English and to be secured /fitted to ship.. Approx size – 3 ft x 4 ft

Nos 2

H-10012 MS guard rails with stanchions and chains on weather deck, 01 deck and wheel house top corroded, thinned and perished. To be renewed.

(a) 40 mm Dia class C pipe with 04 mm thick for guardrails on top pipe

Mtr 80

(b) 25 mm Dia class C pipe with 04 mm thick for guardrails on middle and bottom guardrails

Mtr 150

(c) 50 mm Dia class C pipe with 04 mm thick for guardrails stanchions.

Mtr 50

(d) 20 meter of 10 mm dia chains in way of opening in guard rails, chains to be secured with eyes and one end welded to bulwark.

Mtr 20

Page 96: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 96 of 134

H-10013 20 nos bunk cushions in crew mess, perished. To be renewed with branded / reputed make and cushions of Kurlon make and secured in place Size – 1800 x 700x 100 mm. Cushions to be provided with covers of FR material.

Nos 20

H-10014 Aluminum rain guard of 15 nos electrical panels broken to be renewed( Size 2 ft x 2 ft x 1 ft)

Nos 15

H-10015 D’ shape rubber fenders along with securing strips and ms nut and bolt size 16M and brackets (MS) at port and stbd ship side Size – L-1000 mm, 200mmx200mm Total length 90 meter

M 90

Note: following as acceptable standards

(i) IS 14238 : Selection of Rubber Fenders for Berthing Structure

(ii) IS 13848 : Rubber Fenders Specifications

H-10016 Sanitary system and drain water system pipe lines corroded and thinned. To be renewed. Mat – Heavy duty GI.

(a) Dia of pipe – 100 mm NB – 20 m (length)

M 20

(b) Dia of pipe 150 mm NB – 20 m (length)

M 20

H-10017 Following fittings to be renewed:-

Page 97: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 97 of 134

(a) 08 in nos twin bollards along with base on upper deck corroded, and thinned. To be renewed (as per IS 5740/5625). Dia 12” and 17.45 mm mm thick seamless pipe height of bollard above box 492 mm)

Nos 8

(b) 08 nos closed roller fairleads of nominal size of 150 mm to be renewed Mat cast steel. As per Drg. V/287-214

Nos 8

(c) 01 nos towing bollard corroded/thinned to be renewed (Height 1500 mm, dia of vertical pipe 10“NB , thickness of pipe 15.06 mm, cross pipe dia 5”thick 9.525 mm, length 720 mm)

Nos 1

H-10018 06 in nos life buoys damaged and canvas torn. To be renewed and painted with craft name and secured with MS brackets.

Nos 6

H-10019 16 chairs mounted on MS frames to be replaced on weather deck, to be renewed with SS perforated chairs with SS frames. Chairs to be bolted to the frames.

Nos 16

H-10020 Following hatches and manholes in way of compartment opening and tanks to be repaired:-

(a) 02 W/T hatches along with rubber beading, including hatch opening /closing handles to be overhauled, rubber beading renewed , metal structure to be repaired and post repairs hatch to be chalk tested(size of

Nos 2

Page 98: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 98 of 134

hatch 750 x 750 mm, 08 mm thick)

(b) 18 nos Manholes covers neoprene rubber packing perished , rubber packing to be renewed with 08 mm thick neoprene rubber (size of manhole 600 x 400 mm)

Nos 18

(c) 10 Nos manhole tanks covers corroded/thinned/holed to be renewed with 20 nos MS M20 studs/nuts on each manhole MS cover(size of manhole 600 x 400 mm,08 mm thick) .

Nos 10

H-10021 20 horn cleats on upper deck corroded, thinned and perished. To be renewed with forged one. Approx dia – 20 mm

Nos 20

H-10022 20 in nos wooden locker of size 500 x700 x 600 mm in crew mess, galley broken /perished. To be repaired and white sun mica and locking arrangement to be renewed..

Nos 20

H-10023 Aluminum paneling in galley/DA compartment, Pump room broken / perished. Approx area – 70 Sq m

Sq m 70

H-10024 Following items broken/ not working in, galley officer toilets/ and gents toilet :-.

(a) 04 urinal ceramic commode broken to be replaced with flushing arrangement.

Nos 4

(b) 04 SS W/C pans broken / perished. To be renewed with SS commode with flushing arrangement Make Nirali

Nos 4

Page 99: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 99 of 134

(c) Salt water Bib cock for WC ( 15 NB) qty -04

Nos 4

(d) Fresh water bib cock for WC Nos 8

(e) Shower fittings 15 NB , Chrome plated Brass

Nos 4

(f) 01 nos SS sink including base broken in galley to be renewed(size 04 ft x 2ft x 1ft ) including SS base (size of SS base on which sink to be mounted 5 ft x 2ft )

Nos 1

H-10025 04 ceramic wash basins To be renewed with SS wash basin with tap.( size of wash basin 430 x 430 x 180 mm

Nos 4

H-10026 04 looking mirror of size 1’ 6” ft x 2 ft broken. To be renewed.

Nos 4

H-10027 06 PVC cover of capstan, windlass ,derrick motor and control panel perished to be renewed as per sample.

Nos 6

H-10028 Paneling in MCR,control room and accommodation space sides and deck head covered with formica sheets and wooden beading broken / perished. (approx area 100 SQM Shade - white

SQM 100

H-10029 Macrotek deck covering in entire lobby, crew bathroom, Wc ,store mess deck broken/cracked be renewed with epoxy based deck covering approved by IHQ (MOD)

Sq m 200

. Approx area 200 Sq m

Application of deck covering to conform to NCD 3717/2005. Firm to offer Inspection after each coat of deck covering to QC

Page 100: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 100 of 134

H-10030 one wooden boxes for light board of craft name perished / broken. To be replaced with wooden box with perspex sheet. Name of the craft to be written on perspex sheet. Sixe of box 700 x 600 x 350 mm

Nos 1

H-10031 PVC awning on upper deck perished to be renewed with brass eyelets . (approx sze 30 SQM)

Sqm 30

H-10032 Re-gutting and degutting/ renewal of lagging in way of hot work Approx area – 300 Sq m

Sq m 300

H-10033 Servicing / repair and recharge of two in no. 02 ton capacity AC (including the external unit and wiring) in accommodation area.

No 2

H-10034 Repairing of 04 nos rope real at foxle and Q/deck job involve renewal of base plate , wheel including renewal of base (Dia of reel 100 mm).

No 4

H-10035 Following furniture and fittings perished/broken in dinning area and accommodation area to be repaired.

(a) Dining table – wood with sunmica at top size -750 x 1750 x 800 mm

Nos 2

(b) Wooden bunks, locker, table top sunmica perished cracked to be renewed (color white)(approx area 120 SQM)

Sqm 120

(c) 20 nos wooden lockers( 2ft x 2 ft) underneath of bunks broken from hinge area along with sunmica perished to be repaired.

Nos 20

(d) 10 nos wooden drawers in MCR broken to be repaired(size of drawer 1

Nos 10

Page 101: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 101 of 134

ft x 2ft x½ ft)

H-10036 Following ladders to be repaired:-

(a) 04 nos inclined ladders for accommodation area corroded/broken , to be repaired ( Approx height 2000 mm width 750 mm, 06 mm thick MS chequred strip for ladder steps )

Nos 4

(b) 03 nos vertical ladder of MS solid bar (dia of bar 3/8”) to be repaired( width of ladder 380 mm, distance between rugs 315 mm, Height of ladder 3 meters)

Nos 3

(c) 04 nos bulkhead rugs ladders corroded/broken to be renewed. ( size of rugs 350 mm x 150 mm ,dia 12 mm MS solid bar )

Nos 4

H-10037 Following wooden battens of various sizes to be renewed in store room/provision room/ naval store. Size of batten 75 x 25 mm. Approx length 50 RMT

RMT 50

H-10038 Renewal of bulwark with stiffeners(Flat bar 50 mm x 6 mm) and 08 nos mooring eyes( nominal size 250 mm x 150 mm with 1” dia solid barl) on weather deck , height of bulwark 1 meter , approx length 900 meters.

Mtr 90

H-10039 Green sheets of 03 mm thickness along with metallic structure on weather deck broken / perished. To be renewed and secured with J bolts.. Approx size of structure – 60 sqm

sqm 60

Page 102: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 102 of 134

H-10040 Following items to be renewed:-

(a) 30 Tyre fenders all around the ship damaged / broken. To be renewed

Nos 30

(b) 30 Tyre fenders to be secured with chain cable of 12 mm dia length of chain 2 meter for each tyre.

Nos 30

(c) Chain cable to be secured with 60 D shackles of 14 mm with split pins and eyes of 08 mm thick.

Nos 60

H-10041 10 nos Air escape pipes of tanks on weather deck corroded/broken Dia of pipe- 2” , height 1 meter approx with goose neck and rat proof net ,Mat-GI. to be renewed as per sample/ Drawing.

Nos 10

H-10042 08 Mushroom heads of various sizes to be overhauled, wire mesh to be renewed and repaired. Spindle to be renewed.

Nos 8

H-10043 Rubber beading of 04 nos hinged water tight covers of engine room supply and exhaust trunk perished to be renewed and chalk tested.( size of covers 1.5 mtr x .9 meter)

Nos 4

06 nos PVC canvas covers of search light perished. to be renewed as per sample (size 2ft x 2ft)

Nos 6

H-10044 08 nos vent flaps including pipe on weather deck corroded/thinned to be repaired.

Nos 8

H-10045 Ventilation trunking in DA compartment, crew mess, pump room and galley corroded / broken. To be renewed. Approx size – Length- 15 mtrs, 25cm x 25cm. Mat – 2mm GI sheet

Meter 15

H-10046

Page 103: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 103 of 134

Under Water Area (550 Sq m)

Note- any one of paint scheme out of three to be quoted

JOTUN SCHEME

Surface preparation by grit blasting to SA 2.5 standard by iron grits GR-25

Sq m 550

01 coat of Pen guard primer (patt No N8010-P009678 (DFT 50 Microns)

Sq m 550

01 Coat of Jota coat Universal (Aluminium anti corrosive paint

Sq m 550

(patt No N8010-P061977) – DFT 150 Microns

01 Coat of Jota coat Universal (Grey - anti corrosive paint (patt No N8010-P061944) – DFT 150 Microns

Sq m 550

01 Coat of Safe Guard E 3 (Tie coat paint (patt No N8010-P009601) – DFT 125 Microns

Sq m 550

01 Coat of Sea quantum Ultra (Brown/ Light red - anti fouling

Sq m

550

paint (patt No N8010-P009602) – DFT 150 Microns

01 Coat of Sea quantum Ultra (Red Brown/ Dark Red – anti- fouling paint (patt No N8010-P009603) – DFT 150 Microns

Sq m 550

01 Coat of Sea quantum Ultra (Brown/Light Red - anti fouling paint (patt No N8010-P009602) – DFT 150 Microns

Sq m 550

Page 104: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 104 of 134

01 Coat of Sea Quantum Classic (Black - anti fouling paint

Sq m 50

(patt No N8010-P009604) – DFT 150 Microns – For boot top area.

or

Akzo Nobal

Surface preparation by grit blasting to SA 2.5 standard by iron grits GR-25

Sq m 550

One coat of primer Intergard 269. DFT 50 micron. (N8010-P009678)

Sq m 550

One coat of anticorrosive Intershield 300(aluminium). DFT 150 micron. (N8010-P061977)

Sq m 550

One coat of anticorrosive intershield 300(bronze). DFT 150 micron. (N8010-P061944)

Sq m 550

One coat of tie coat intergard 263. DFT 125. (N8010-P009601

Sq m 550

One coat of antifouling intersmooth 360(brown). DFT 150 micron. (N8010-P009602)

Sq m 550

One coat of antifouling intersmooth 360 (dark red). DFT 150 micron.(N8010-P009603)

Sq m 550

One coat of antifouling intersmooth 360 (brown) . 150 micron. (N8010-P009602.

Sq m 550

One coat of antifouling(boot top) intersmooth 360(black). DFT 150

Sq m 50

Page 105: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 105 of 134

micron. (N8010-P009604)

or

SIGMA SCHEME

Surface preparation by grit blasting to SA 2.5 standard by iron grits GR-25

Sq m 550

01 coat of Sigma cover 280 primer (patt No N8010-P009678 (DFT 50 Microns)

Sq m 550

01 Coat of Sigma cover 630 (Aluminum anti corrosive paint

Sq m 550

01 Coat of Sigma cover 630 (Grey - anti corrosive paint (patt No N8010-P061944) – DFT 150 Microns

Sq m 550

01 Coat of Sigma cover 525 (Tie coat paint (patt No N8010-P009601) – DFT 125 Microns

Sq m 550

01 Coat of Sigma Alphagen 650 (Brown - anti fouling paint

Sq m 550

(patt No N8010-P009602) – DFT 150 Microns

01 Coat of Sigma Alphagen 650 (Red Brown - anti fouling paint

Sq m 550

(patt No N8010-P009603) – DFT 150 Microns

01 Coat of Sigma Alphagen 650 (Brown - anti fouling paint (patt No

Sq m 550

Page 106: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 106 of 134

N8010-P009602) – DFT 150 Microns

01 Coat of Sigma Alphagen 650 (Black - anti fouling paint (patt No N8010-P009604) – DFT 150 Microns – For boot top area

Sq m 50

H-10047 Ballast tank 02 nos (100 Sq m) + void space, cofferdam (250 Sqm)= Total area 350 Sqm

Note- any one of paint scheme out of three to be quoted

(a) M/s Sigma paint scheme

(i) To be prepared to ST3 standard Sq m 350

(ii) Apply one coat to achieve 75 microns F/C Sigma EP universal primer

Sq m 350

(iii) Thereafter apply two coats of F/C Sigma guard BT (7451) paint to achieve 300 microns thickness

Sq m 700

or

(b) M/s Jotun paint

(i) To be prepared to ST3 standard Sq m 350

(ii) Apply one coat of microns to obtain 30 microns F/C Epoxy holding primer.

Sq m 350

(iii) Thereafter apply two coats of F/C Balloxy HB light paints to obtain 200 microns on each coat.

Sq m 700

or

(c) M/s Akzo Nobel

(i) To be prepared to ST3 standard Sq m 350

(ii) Apply one coat of intergard 269 primer to achieve 40 microns

Sq m 350

(iii) Apply two coats of intergard 403 to obtain 250 microns thickness.

Sq m 700

Page 107: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 107 of 134

H-10048 Fuel tank ,lub oil tank ,FODS tank , dirty oil tank (270 Sq m)

(i) To be thoroughly cleaned and dried Sq m 270

(ii) apply one coat of heavy filtered mineral oil DS cat no 9150-000058

Sq m 270

H-10049 Engine room , steering gear compartment and stores bilges (140 Sq m)

Note- any one of paint scheme out of three to be quoted

SIGMA Sq m 140

(i) Surface preparation ST 3

(ii) Primer – sigma cover 280 – 50 micron

Sq m 140

(iii) Anticorrosive – sigmacover 630(aluminimum) – 1X150 micron

Sq m 140

(iv) Anticorrosive-Sigmacover 630(grey) – 1x150 micron

Sq m 140

or

JOTUN

(i) Surface preparation ST3 Sq m 140

(ii) Penguard primer – 50 micron Sq m 140

(iii) Jotacote universal (aluminium) – 1X150 micron

Sq m 140

(iv) Jotacote universal (grey) –1x150 micron

Sq m 140

(v) Penguard topcoat – 50 micron Sq m 140

or

AKZO NOBEL

(i) Surface Preparation ST 3 Sq m 140

Page 108: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 108 of 134

(ii) Integard 269 – 50 micron Sq m 140

(iii) Intershield 300(aluminium) 1X150 Sq m 140

Intershield 300(bronze) – 50 micron

H-10050 Fresh water tank (320 Sq m)

(i) To be prepared to SA 2.5 standard Sq m 320

(ii) Two coats of SFAC, EP1paint to achieve total DFT 350-400 micron

Sq m 640

H-10051 Weather Work Surfaces / Railings/shade frame (100 Sq m)

(Jotun paint scheme)

(i) Surface preparation – ST-3 standard Sq m 100

(ii) Penguard, Primer, red to achieve a dry film thickness of 40 microns

Sq m 100

(iii) Pilot Primer, Grey to achieve a dry film thickness of 40 microns

Sq m 100

(iv) Pilot II, White to achieve a dry film thickness of 40 microns

Sq m 100

(v) Pilot II, White to achieve a dry film thickness of 40 microns

Sq m 100

(iv) Total dry film thickness of paint to be achieved 160 microns

H-10052 Weather Decks (320 sq m)

(Jotun paint scheme)

(i) Surface preparation SA 2.5 standard

Sq m 320

(ii) Muki EPS, Red to achieve a dry film thickness of 30 mincrons

Sq m 320

(iii) Jotamastic 87 alu, alum to achieve a dry film thickness of 200 microns

Sq m 320

Page 109: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 109 of 134

(iv) Jotamastic 87 alu, alum R/T to achieve a dry film thickness of 200 microns

Sq m 320

(v) Penguard Topcoat, Grey 38 to achieve a dry film thickness of 50 microns

Sq m 320

(vi) Penguard Topcoat, Grey 38 to achieve a dry film thickness of 50 microns

Sq m 320

(vii) Anti-Skid Powder, grey and a dry film thickness of 530 micons

Sq m 320

H-10053 General Surfaces in Dry Compartment Deck head/Bulkhead (Behind Insulation) (350 Sq m)

(Jotun paint scheme)

(i) Surface to be prepared to st-3 standard

Sq m 350

(ii) Pilot Primer, Red to achieve a dry film thickness of 50 microns

Sq m 350

(iii) Pilot Paint, white to achieve a dry film thickness of 50 microns

Sq m 350

(iv) Total dry film thickness of paint to be achieved 100 microns

H-10054 Cable locker (30 sq m)

(Jotun paint scheme)

(i) To be prepared to ST3 standard Sq m 30

(ii) Primastic Universal, aluminium/RT to achieve a dry film thickness of 150 microns

Sq m 30

(iii) Primastic Universal, aluminium to achieve a dry film thickness of 150 microns

Sq m 30

(iv) Total dry film thickness of 300 microns

Page 110: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 110 of 134

H-10055 Ship side (150 Sq m)

(Jotun paint scheme)

(i) To be grit blasted to SA 2.5 standard Sq m 150

(ii) Pilot Primer, Red to achieve a dry film thickness of 40 microns

Sq m 150

(iii) Pilot Primer, Gery to achieve a dry film thickness of 40 microns

Sq m 150

(iv) Correx, RAL 7040 (Black) to achieve a dry film thickness of 40 microns

Sq m 150

(v) Correx, RAL 7040 (Black) to achieve a dry film thickness o 40 microns

Sq m 150

(vi) Total dry film thickness of 160 microns to be achieved.

H-10056 Superstructure (150 Sq m)

(Jotun paint scheme)

(i) To be prepared to ST3 standard

(ii) Pilot Primer, Red to achieve a dry film thickness of 40 microns

Sq m 150

(iii) Pilot Primer, Gery to achieve a dry film thickness of 40 microns

Sq m 150

(iv) Correx, RAL 7040 (White) to achieve a dry film thickness of 40 microns

Sq m 150

(v) Correx, RAL 7040 (White) to achieve a dry film thickness o 40 microns

Sq m 150

(vi) Total dry film thickness of 160 microns to be achieved.

Page 111: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 111 of 134

H-10057 Engine room/pump room/boilor room/generator room above bilges (200 Sq m)

(Jotun paint scheme)

(i) To be prepared to ST3 standard Sq m 200

(ii) Pilot Primer, Red to achieve a dry film thickness of 40 microns

Sq m 200

(iii) Pilot Primer, Gery to achieve a dry film thickness of 40 microns

Sq m 200

(iv)Pilot II White to achieve a dry film thickness of 40 microns

Sq m 200

(v)Pilot II White to achieve a dry film thickness o 40 microns

Sq m 200

(vi) Total dry film thickness of 160 microns to be achieved.

Eng

E-20001 Diesel Alternator

Carry out 8000 hourly/ 04 Yearly (Top overhaul) routines of 03 in no DA prime movers. Make- Kirlosker Cummins, Modle-NT495MG .

Nos 3

1. Remove all cylinder heads and dismantle valve gear. Decarburization combustion spaces. Grind in valve.

2. Check condition of valve gear train, transfer sleeve sealing ring and injector tubes. Examine valve gear parts and valve seat Inserts. Replace if necessary.

3. Renew/ cylinder head joints, push rod sleeve and flexible drain hoses and cover joints.

Page 112: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 112 of 134

4. Check crankshaft deflection. Examine surface of journals. Inspect for ovality and wear.

5. Check Main bearing clearances. If required replace.

6. Withdraw pistons and connecting rods. Examine crank pin surfaces and check for ovalty and wear.

7. Measure big end bearing and small end bush clearances. Remove and examine big and shells, gudgeon pins and bushes.

8. Decarbonise and piston for wear. Gauge pistons ring clearances. Renew pistons rings required.

9. Examine cam shaft drive. Inspect gears, cam and cam followers for wear and damage.

10. Examine coolant spaces for scale formation. Carry out chemical cleaning of coolant spaces, if required.

11. Examine pins and bushes for fuel control mechanism.

12. Remove and refit Lub oil pump. Inspect for wear. Refit and rest relief valve.

13. Renew cylinder head water outlet joints.

14. Control panel to be overhauled including gauges, sensors and cutouts if required replace.

15. Overhaul sea water and fresh water pumps and replace defective parts.

Page 113: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 113 of 134

16. Renew all flexible hoses and fuel float tanks.

E-20002 BOILER

Annual routines on both Boilers are to be undertaken, Make - Revomax, Type- A06/1140

Nos 2

1. Remove the burner, clean the diffuser, clean the tips of electrodes and check burner setting and spray. Remove defective parts if required.

2. Check photo resistor and photo cell for correct functioning, if required change the same.

3. Economiser to be chemically cleaned and pressure tested, if damaged to be renewed.

4. Overhaul feed water pump, fuel pump and condensate pumps. Renew defective parts if required.

5. Overhaul boiler control panel, check all sensors if required replace the defective gauges, sensors and contactors.

6. Remove Optimiser and chemical cleaning and pressure testing to be done, if required replace.

7. Overhaul steam pressure relief valve and set at pressure 200kg/cm2

8. Open top cover of boiler, remove and clean top refractory, flame cone radiator refractory, aluminium cladding, refit with new asbestos seating ropes.

9. Internal coil to be removed chemically cleaned and pressure tested, if required to be replaced

Page 114: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 114 of 134

(working pressure 7kg/cm2).

10. Heat exchanger to be removed, chemically cleaned and pressure tested. Check Zinc anodes if eaten up to be renewed (working pr – 7kg/cm2)

11. Inspect bottom refractory, if damaged to be repaired.

12. Motor driven air supply blower to be overhauled.

13. Burner, spark plug and electrodes to be checked and replace, if damaged.

14. Overhaul all steam valves and repair/ renewed the defective valves.

15. Boiler to be offer for trials on completion of work.

E-20003 VACUUM PUMP

Both Vacuum pumps are to be overhauled and proved, Make-Vindl Vak, Type-RT 12, Cap-2525 m3/hrs (As per scope below).

Nos 2

1. Dismantle pumps and inspect impeller, Control disc, Taflon balls, bearings and check clearance between control disc and impeller. If required replace the defective parts.

2. Check Auto drain valve for proper functioning, if found defective replace the same.

3. Check pump coupling for proper tension, if required replace the same.

4. Check alignment w.r.t motor and prove the pump in load condition.

Page 115: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 115 of 134

E-20004 VALVES

Followings valves to be removed,overhauled,repaired,pressure tested and fitted back:

(a) Main sea suction valve(SDNR) pressure test at 2 kg/cm2,Dia-300 mm

Nos 4

(b) Main sea suction 2nd (Doubler) valve SDNR(pressure test at 2kg/cm2),Dia-200mm

Nos 4

(c) Fire hydrants valves SDNR(pressure test at 7kg/cm2),Dia-85mm

Nos 5

(d) Firemain sea suction valves – SDNR (pressure test at 7kg/cm2),Dia-80mm

Nos 4

(e) Sludge valves-SDNR (pressure test at 7kg/cm2),Dia-100mm

Nos 20

(f) Firemain line valves-SDNR (pressure test at 6kg/cm2),Dia-80mm

Nos 4

(g) Firemain overboard discharge valves-SDNR (pressure test at 7kg/cm2),Dia-80mm

Nos 2

(h) Cleaning water system valves-SDNR (pressure test at 11kg/cm2),Dia-80mm

Nos 8

(j) Bilge system overboard discharge valves- SDNR(pressure test at 3.5kg/cm2),Dia-65mm

Nos 2

(k) Vacuum system cocks (pressure test at 10kg/cm2),Dia-100mm

Nos 5

(l)Bilge pump suction valve (pressure test at 3.5kg/cm2),Dia-65mm

Nos 2

(m) DG sea suction valve (pressure test at 3.5kg/cm2),Dia-65mm

Nos 3

Page 116: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 116 of 134

(n) Cleaning water manifold valves (pressure test at 11kg/cm2),Dia-20mm

Nos 10

(p) Fuel suction valve (pressure test at 3.5kg/cm2),Dia-100mm

Nos 4

(q) Bilge system manifold valve to be overhaul and pressure tested(pressure test at 3.5kg/cm2),Dia-65mm

Nos 16

(r) Vacuum system suction valves of Dia 200mm to be overhauled and pressure tested (pressure test at 10kg/cm2)

Nos 2

(s) Fire pump relief valves of dia 80 mm serviceability checks to be done

Nos 2

(t) Sludge transfer pump relief valve serviceability checks to be done

Nos 2

E-20005 MD AIR COMPRESSOR

Motor driven air compressor to be overhauled and to be proved for satisfactory operation.(ELGI,Type-THPC500)

Nos 3

E-20006 ENGINE DRIVEN AIR COMPRESSOR

Engine Driven air compressor and engine to be overhauled and to be proved for satisfactory operation.(ELGI,Type-THPC300, Engine-Kirloskar oil,Type-TB1-THP)

No 1

E-20007 HP AIR RESERVOIR

HP air reservoir to be chemically cleaned and pressure tested at 60kg/cm2. Pressure testing certificate to be provided.

Nos 6

E-20008 AIR BOTTLE CHARGING COCKS

Page 117: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 117 of 134

Hp air bottles charging cocks to be repaired/overhauled (pressure test at 50kg/cm2) and bottle drain cocks to be replaced.

Nos 12

E-20009 AIR BOTTLE RELIEF VALVE

Air bottles relief valves malfunctioning to be repaired/overhauled (pressure test at 55 kg/cm2).

Nos 6

E-20010 CLEANING WATER PUMPS

Overhaul/Repair of cleaning water pumps (BE pumps.Type-A4173KKTE

Nos 2

E-20011 CLEANING NOZZLES

External cleaning water nozzles broken/damaged to be manufacture as per sample. Mat-GM

Nos 4

E-20012 HOSE ADOPTER

Adopter for cleaning water hoses corroded /damaged to be manufacture as per sample. Mat- MS

Nos 10

E-20013 FIRE & BILGE PUMP

Bilge pump to be overhaul/replaced and tried out (Make-BE pumps,cap-45 m3/hr)

Nos 2

E-20014 SLUDGE TRANSFER PUMP

Overhaul/Repair of gear type sludge transfer pump and chemical process pumps. Trial the pumps on completion(PEC pumps,Type-MPG-12,and MPC-03)

Nos 3

E-20015 STRAINER

Sea chest strainer to be manufactured as per sample. Mat- perforated brass sheet,dia-100mm,Thickness-2mm

Nos 4

E-20016 MD FUEL TRANSFER PUMP

Page 118: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 118 of 134

Overhaul/repair motor driven fuel oil transfer pump and trial on completion.(BE pumps,Type-AO2110K )

Nos 2

E-20017 FRESH WATER PUMP

Overhaul motor driven fresh water pump and trial on completion. (BE pumps,Type-AO2110)

Nos 2

E-20018 SEA SUCTION PIPE

(a) Main sea suction pipe line to be chemically cleaned and pressure tested up to 02 bar and if required renewed along with end flange as per sample. Dia-250 mm total length-20 mtr , (Mat - MS schedule ‘B’)

Mtrs 20

(b) Sea water suction and discharge line of Sea water Pumps of 03 Nos DAs to be chemically cleaned and pressure tested up to 02 bar and if required renewed along with end flange as per sample. Dia-50 mm total length-40 mtr , (Mat – Cu-Ni)

Mtrs 40

(c) Sea water suction and discharge line of Bilge pump (Boiler Room & DA Compartment) to be chemically cleaned and pressure tested up to 10 bar and if required renewed along with end flange as per sample. Dia-80 mm total length-60 mtr , (Mat – Cu-Ni)

Mtrs 60

(d) Boiler condensate cooling pump Suction and discharge line to be chemically cleaned and pressure tested up to 01 bar and if required renewed along with end flange as per sample. Dia-24 mm total length-20 mtr , (Mat – Cu-Ni)

Mtrs 20

Page 119: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 119 of 134

(e) Bilge suction chest of dia 80 mm serviceability checks to be done

Nos 8

E-20019 HAND PUMP

Semi rotary hand pumps to be overhauled and proved with the system.

Nos 5

E-20020 WATER CLEANING HOSES

Boiler cleaning hoses damaged to be renewed with end fittings (Dia and L – ¾” IDx 15 mtr each, Mat- SS,304 inner core, annular corrugation close pitch, externally SS 304 three ply, working pressure 30kg/cm2) Make- Malco industries.

Nos 20

E-20021 VACUUM HOSES

Vacuum cleaning hoses damaged, to be renewed with end fittings (Dia and L – 2” IDx15 mtr each, Mat-SS 304 inner core, annular corrugation close pitch, externally SS

Nos 15

E-20022 SEALING WATER PUMP

Sealing water circulating pump of vacuum system to be overhauled (Make- BE, Type- A4110KK)

Nos 2

E-20023 HYDROPHORE

Sea water and fresh water hydrophore to be overhauled.

Nos 2

E-20024 WASHING MACHINE

Washing machine and drying tumbler to be renewed. ( Capacity - 5kg)

each 1

E-20025 DA EXHAUST TRUNKING

Page 120: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 120 of 134

03 in nos DA exhaust trunking to be chemically cleaned ,repaired if required and pressure tested and re lagging to be undertaken post fitment ,change if required.

Nos 3

E-20026 MD CONDENSATE PUMP

02 in nos motor driven condensate pump to be overhauled.(Make-BE pump,Type-A03110K)

Nos 2

E-20027 HP AIR SYSTEM

(a) HP air reducer to be overhauled and pressure tested at 60 Bar.

Nos 2

(b) HP air system pipe lines corroded/perished at various places to be renewed of dia of 10 mm and length 30 Mtrs (Material - MS)

Mtrs 30

E-20028 HP AIR RESERVOIR

Calibration of pressure gauge of HP air reservoir.

Nos 6

E-20029 VACUUM SYSTEM

Vacuum system cocks SDNR((pressure test at 10kg/cm2),Dia-100mm

Nos 5

E-20030 DA AIR BOTTLE

DA air starting bottle to be chemically cleaned and pressure tested at 60kg/cm2

Nos 1

E-20031 FEED WATER CLEANING TANK SUCTION VV

Feed water suction and system valve SDNR ((pressure test at 7kg/cm2),Dia-85mm

Nos 10

E-20032 Fuel Hose

Page 121: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 121 of 134

Replacement of 06 in no. Fuel hoses 6” dia, 15 Mtr length and material Rubber with alluminium end fittings as per samples.

Nos 6

E-20033 Submersible Pump

Renewal of 03 in no. 40 TPH Submersible pumps with socket.

Nos 3

E-20034 Co 2 flooding and fire fighting system followings to be carried out through authorised dealers(make-M/S Newage Industries, Mumbai).

Nos 1

(a) 08 in nos CO2 cylinder (68 ltrs water capacity) filled with 45 Kg CO2 gas to be removed, pressure tested (Hydrostatic T.P- 340 Kgf/cm sq) and refilled with CO2(45 Kg each).

(b) 02 in nos Pilot Nitrogen cylinders( 3 ltrs water capacity) to be removed, pressure tested(Hydrostatic - 250 Kg/cm sq) and recharge with dry nitrogen to 70 bar pressure

(c) 08 in nos CO2 cylinder valves & 02 nos Nitrogen cylinder valve/reducer

(d) Control panels & valves to be checked for function test and repaired if required

(e) CO2 system pipes(dia-40 mm/20mm, total length- app 90 mtr) to be flushed through with HP Air and all nozzles(16 nos.) holes to be checked. Working press-40 kg/sq.cm

Note:- All cylinders filled weight & test certificate to be provided.

Page 122: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 122 of 134

E-20035 Feed/fresh water system

Fresh/Feed water system pipes to be chemically cleaned and pressure tested up to 10 bar and if required renewed along with end flange as per sample. Dia-32 mm total length-20 mtr , (Mat – MS)

Mtrs 20

E-20036 Sea tubes and Gratings

Clean/Inspect sea tubes and sea chest gratings of Boilers, DA’s and GS pumps. Recondition/renew as required, new sacrificial anodes and paint with SPC scheme

NO 6

E-20037 Vacuum system

(a) Vacuum reservoir tank of volume 12 m3 to be vacuum tested up to 760 inches of Hg

NO 1

(b) Sludge tank of volume 06 m3 to be vacuum tested up to 760 inches of Hg

NO 1

(c) Vacuum system pipes to be chemically cleaned, pressure tested and if required renewed along with end flange as per sample. Dia-200 mm total length-40 mtr , (Mat – MS)

Mtrs 40

(d) Vacuum pump sealing water pump suction and discharge line to be chemically cleaned, pressure tested and if required renewed along with end flange as per sample. Dia-40 mm total length-15 mtr , (Mat – MS)

Mtrs 15

Page 123: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 123 of 134

(e) System lines connecting vacuum tank to sludge tank to be chemically cleaned, pressure tested and if required renewed along with end flange as per sample. Dia-50 mm total length-55 mtr , (Mat – MS)

Mtrs 55

(e) System lines connecting vacuum tank to sludge tank to be chemically cleaned, pressure tested and if required renewed along with end flange as per sample. Dia-80 mm total length-10 mtr , (Mat – MS)

Mtrs 10

E-20038 Following pressure gauges to be replaced.

(a) Vacuum pump suction gauges 02+02 (local+MCR) Range 0 to 30 inch of Hg

NO 4

(b) Sealing water pump pressure gauges (range 0-5 bar)

NO 2

(c) Fire pump pressure gauges (range 0-10 bar)

NO 4

(d) Compressor/Reservoir pressure gauges (range 0-600 lb/inch2)

NO 9

(e) Cleaning water pump pressure gauges (range 0-15 bar)

NO 2

(f) Condensate cooling pump pressure gauges (range 0-1 bar)

NO 4

(g) Water transfer pump pressure gauges (range 0-5 bar)

NO 2

(h) Hudrophore pressure gauges (range 0-4 bar)

NO 2

(j) Sludge transfer pump pressure gauges (range 0-5 bar)

NO 2

Page 124: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 124 of 134

(k) Steam pressure gauges (range 0-20 bar)

NO 2

(l) Boiler fuel pump pressure gauges (range 0-20 bar)

NO 2

E-20039 Following to be manufactured as per sample

(a) T-Handle NO 5

(b) Tank man hole door rubber joints

NO 20

(c) Wheel spanners NO 5

ELECTRICAL

L-30001 03 in Nos. 100 KVA,415V, 3 Ph, 50 Hz alternators to be overhauled and tested on board on load for 02 hours for satisfactory operation.

Nos 3

(a) Check insulation value of winding.

(b) Improve the insulation or renew winding if required.

(c) Renew bearing, coupling key and rubber pad piece

(d) Serviceability checks of DA local control panel and wiring.

L-30002 Overhaul and repair main switch board and test on board for satisfactory operation

Nos 1

(a) Service breaker/MCB contacts of MSB.

(b) Rotary switch repair or renew.

(c) Renew internal wiring or renew.

(d) Renew indicating Lamps.

(e) Defective meters to replaced.

Page 125: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 125 of 134

(f) Overhaul shore supply breaker 03 in number DA supply breakers.

L-30003 Following motors to be overhauled and tested on board on load for satisfactory. Renew defective components.

(a) DA compartment supply fan motor 7.5HP.

Nos 2

(b) Galley supply blower motor 1.5 HP.

Nos 1

(c) Mess and Machinery compt. Ventillation blower motors 1HP

Nos 12

(d) Windlass and capstan motor and HP Air compressor 7.5 HP.

Nos 4

(e) Sealing water Pump motor 2HP. Nos 4

(f) Bilge pump, Cleaning pump, Sludge pump motors 10 HP

Nos 6

L-30004 Followings starters to be overhauled/Repaired and tested on board.

(a) DA compartment supply fan motor 7.5 HP.

No 4

(b) Vaccum pump motors 100 HP No 2

(c) Galley supply blower motor 0.25 HP No 1

(d) Ventillation blower motors 2HP. No 12

(e) Bilge pump, Cleaning pump, Sludge pump motors 10 HP

No 6

L-30005 The following control panels/drum controllers to be overhauled on board and tested on board for satisfactory operation.

(a) capstan control panel No 1

(b) capstan drum controller. No 1

(c) Windlass motor control panel No 1

Page 126: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 126 of 134

(d) Windlass drum controller. No 1

L-30006 01 in Nos. battery charger to be overhauled, repaired and tested on board (415V, 50Hz, 24V DC).

No 1

L-30007 02 in Nos. fuse panel for lighting and controls to be overhauled and defective parts to be replaced.

Nos 2

L-30008 Fire fighting control panel including heat and smoke detectors to be renewed, all defective components mainly Panel, 04 sensors and 50 mtrs wiring to be renewed and system to be proved for satisfactory operation.

Nos 1

L-30009 Tank measurement panel and sludge reservoir mounied electro phuenamitic control valve including sensors to be overhauled. Defective sensors wiring to be renewed and system to be proved.

set 1

L-30010 Galley oven to be replaced with Microwave Oven.(capacity 30 Ltrs Make LG)

no 1

L-30011 The following light fitting to be overhauled/renewed.

(a) Search light fitting. Nos 4

(b) Halogen light fitting. Nos 4

(c) Navigational light fitting Nos 6

(d) Bed lamps with switch and sockets Nos 30

L-30012 20W Loudhailer amplifier with 06 in Nos. speaker with Mic to be overhauled and tested . (make Philips)

No 1

L-30013 Emergency lighting DB not working , suspect contacts short circuit to be overhauled and defective parts to be replaced.

No 1

L-30014 Renewing of emergency lighting cable. Mtrs 50

Page 127: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 127 of 134

L-30015 Split ACs is not working, suspected compressor short circuit. Split ACs to be renewed.

Nos 2

L-30016 The following light wiring to be overhauled/renewed.

Mtrs 200

(1) Pump Room

(2)Boiler Room

(3) DG Room

(4)Paint Store

(5)Boatswain Store

(6) Mess decks

(7) Bathroom

(8) Upper decks

(9) Submersible sockets

L-30017 DG room blower fan to be overhauled. No 1

L-30018 04 in no. 12V, 180 Ah lead acid batteries to be replaced with new one. (Make –EXIDE).OEM warranty certificate is to be provided with new battery.

Nos 4

L-30019 MCR control wiring is to be checked and renewed. Total 50 Mtrs.

meter 50

L-30020 Intercom system perished to be renewed.

Nos 1

02 in nos 165 ltrs Refrigerator perished/ unserviceable, to be renewed Make LG.

Nos 2

Page 128: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 128 of 134

01 Water cooler alongwith aquaguard water purifier to be replaced with 120 ltrs cooler with aquaguard. Foundation of water cooler in galley perished. To be renewed with MS Angle bar of 1" x 1". Water inlet pipes of Aquaguard to be connected and outlet to be connected to cooler with two isolating valves. Size 1/2" GI pipe. Approx length – 08 m.

1 1

02 nos 32“ LCD TV to be renewed with os 32 inch LED TV( Make Sony)

No 2

L-30021

Overhauling of 415V/220V lighting and domestic transformer

NO 4

L-30022

Rotary lighting switch to be renewed(DA, Pump room, Boiler room, Bath room, Boat sawn store, Paint store, Mess deck, store rooms and alleyway)

NO 40

L-30024

Following test / measuring instruments to be replaced:

(a) Digital multi meter NO 1

(b) Meggar NO 1

(c) Tong tester NO 1

(d) Hydro meter NO 1

(e) SPM meter NO 1

L-30025

Following items to be replaced

(a) Switch board rubber mat(8x2 ft) NO 5

(b) Flood lights(05 Nos) NO 5

(c) Rechargeable hand torch NO 5

Accessories

Installation / Commissioning

Training

Technical Literature

Page 129: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 129 of 134

Tools

Freight

Insurance

Packaging & Forwarding

AMC

Any Other Requirement

Total

Page 130: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 130 of 134

2. Additional information in Price Bid on Taxes and Duties (Not in scope of L-l

determination): a. Is Excise Duty extra? b. If Yes, Mention the following:

i) Total value of items on which Excise Duty is leviable ii) Rate of Excise duty (item-wise if different ED is applicable) iii) Surcharge on Excise duty, if applicable iv) Total value of excise duty payable

c. Is Excise Duty Exemption (EDE) required d. If Yes, then mention and enclose the following:

i. Excise notification number under which EDE can be given e. Is VAT extra f. If Yes, then mention the following:

i) Total value on which VAT is leviable ii) Rate of VAT iii) Total value of VAT leviable

g. Is Service Tax extra h. If Yes, then mention the following:

i) Total value of Services on which Service Tax is leviable ii) Rate of Service Tax leviable iii) Total value of Service Tax leviable

j. Is Custom Duty Exemption (CDE) required k. If Yes, then mention the following: i) Custom notification number under which CDE can be given (enclose a copy)

ii) CIF value of stores to be imported lll) Rate of Customs Duty payable lV) Total amount of Customs Duty payable

l. Octroi / Entry taxes m. Any other Taxes / Duties NOTE 1:- ANY WOODEN PANELING/ AL PANELING /ITEMS DAMAGED IN WAY OF HOT WORK BY CONTRACTOR HAS TO BE RENEWED AT NO EXTRA COST AS PER EXISTING SHADE/COLOUR/ MATERIAL.

Qualification Criteria

1. The firm is to have a industrial base/ manufacturing facility of its own within the municipal limits of Mumbai, Navi Mumbai and Thane. 2. The Shipyard / firm should possess a valid ISO 9001:2000 certification for manufacturing/repair processes. A copy of same is to be attached as part of T-bid. 3. Past experience in similar jobs ie. Refit of Yard crafts mandatory.

Note 2: 1. "All material and services are to be supplied by the contractor unless specifically mentioned in the SOW." (All requirements of Welding and Brazing will be in scope of supplier) 2. The bidder, while preparing Q-bid, is to strictly adhere to Mode of Quotation (MOQ) format. No deviation from the MOQ format is expected. The Bidder is to avoid making any changes to the MOQ format and in case of any discrepancy, seek clarification during the pre-bid meeting. A soft copy of Quote/MoQ in excel format on a CD is to be submitted in sealed manner along with the ‘Q’Bid. Non adherence to this may render the bid invalid.

Page 131: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 131 of 134

3. Bidders must indicate separately the relevant Taxes/Duties likely to be paid in connection with delivery of completed goods specified in RFP. In absence of this, the total cost quoted by them in their bids will be taken into account in the ranking of bids.

4. The evaluation and comparison of responsive bids and finalisation of L-1 Firm shall he done on the prices of the goods offered and other charges such as Packing & Forwarding, Freight and Insurance, AMC, etc, as indicated in the price schedule of the Bid Document but excluding levies, taxes and duties such as excise duty, VAT, Service tax, Octroi/entry tax, etc on final product, which are to be paid extra as per actuals, wherever applicable.

5. In case the Quote runs into more than one page subtotal on each page to be indicated. 6. Bids should be forwarded by Bidders under their original memo / letter pad inter alia furnishing details like TIN number, VAT/CST number, Bank address with EFT Account if applicable, etc and complete postal and e-mail address of their office. 7. Total Number of pages in the Q-bid are to be mentioned on the first page of the Q-bid. Further each page is to be numbered. For example if there are 20 pages in Q bid, first page to be numbered as 1/20 and last page to be numbered as 20/20. 8. Staging, if required, is to be undertaken in accordance with IS 4014 Part I & II (Code of practice for steel tubular scaffolding). 9. Foreign Exchange Content. Foreign Exchange content, if any, is to be clearly specified along with the specific items on which customs duty would be applicable clearly indicating the rates of customs duty applicable. In the absence of complete unambiguous details, following actions will be taken:-

(i) Loading custom duty at the rate of 25% on entire material cost, when ‘Foreign Exchange’ content is not specified in the Q bid. (ii) Loading custom duty at the rate of 25% when applicable rate of customs duty is not specified in Q bid. (iii) Further, customs duty exemption certificate will be issued only if the above mentioned particulars are provided unambiguously.

10. Service Tax. Government of India, Ministry of Finance (Department of Revenue) Notification No. 12/2012 – ‘Service Tax’, dated 17 Mar 2012 exempts ‘Service tax’ for repair of ships or boats or vessels belonging to the Government of India. Therefore the firms are requested not to quote for service tax.

Page 132: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 132 of 134

Note 3:-

Sl Activity Confirm ability to meet requirement (Answer in Yes/No)

i) Through Surface preparation of internal compartments and external compartments for survey.

ii) Grit blasting /hydro blasting/vacuum blasting of external hull to bare metal for survey

iii) Painting as per the NCD 1481/1491 approved specifications of U/W hull and A/W hull. Paint manufacturers performance guarantee certificate and original purchase vouchers for all paints to be submitted to user department

iv) Painting of deck internal compartments and deck fittings as per the NCD/ NCD approved specifications. paint manufacturers performance guarantee certificate and original purchase vouchers for all paints to be submitted to user department

v) Air pressure test of all tanks to 0.2 Kg/cm2 more than atmospheric pressure with drop not exceeding 0.01 Kg/Cm2 after 10 Minutes.

vi) All pipes to be Gr “C” heavy galvanized pipes conforming to IS-1239 (Part I) Pipe fittings as per IS 4310.

vii) Side shell and deck boundaries are to be double continuous welded.

viii) All brackets, connections and all seams and butts are to be double continuous welded.

ix) 100% DPT to be undertaken on all weld joints.

x) Replacement (with new one) of all fittings such as brackets, paneling, MFMB/lagging, deck fittings, strips etc after completion of hot work / main job

xi) Rectifiers would be used by the contractor with suitable electrodes as approved by MQC(H) for welding.

xii) Project monitoring of the craft would be done by CCPM and CCPM would be prepared and presented by the contractor. Weekly presentation would be given by the contractor to User Manager. SMYCM would be the nodal agency to co-ordinate CCPM through contractor. Any clarification in this regard would be clarified by contractor to the User Manager

xiii) Firm to provide performance guarantee from OEM for paint scheme

Page 133: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 133 of 134

RESPONSE FORMAT TO BE ATTACHED IN T-BID (F) Related Activities (NOT TO BE QUOTED)

(G) CONTRACTOR’S LIABILITY WELDER QUALIFICATION:-

Sl Activity Confirm ability to meet requirement (Answer in Yes/No)

i) The firm should have qualified welders certified by IRS or any other welding society to adhere with Naval structural standards NES/DGS welding booklet and should submit their experience & qualification certificate for tradesmen and welder, performance qualification (WPQ) certificate to the inspection authority. These welders are required to be qualified in all positions for welding.

ii) Survey and quality inspection for the work being undertaken is to be done by MFAB and MQC(Hull) respectively. Final inspection after assembly at the site is to be undertaken by dockyard QC .

iii) Prior to commencement of work, firm has to submit following documents:-

(a) QAP for undertaking the job. The extent of NDT is to be included in the QA / QC plan.

(b) Welder qualification duly certified by IRS / LRS.

(c) Work can commence on approval of QAP and acceptance of Welder qualifications and NDT norms by ND (MB). Delay in approval of QAP will be attributable to Contractor.

(H) OTHER LIABILITIES

Sl Activity Confirm ability to adhere to requirement (Answer in Yes/No)

i) Supply of all types of paints as specified in the SOW

ii) Gas cutting /welding equipment & materials/ Electrodes to conform IS 814 all positions. Contractor has to maintain the quality records in respect of moisture content and baking of electrodes on a daily basis and should deploy sufficient number of portable ovens to ensure electrodes are not let open after baking

iii) All accessories required for undertaking the task such as welding electrodes, welding equipments, grinding machines, chipping, beveling machine, measuring instruments,

Page 134: RFP FOR OFFLOADING OF - Indian Navy · dyt/ycm/15-16/106(a)/pl-incod/vessel - refit/145 of ...

DYT/YCM/15-16/106(a)/PL-INCOD/VESSEL - REFIT/145 Page 134 of 134

Oxygen,Actylene,Argon,Co2 etc are to be catered by the contractor.

iv) Seamless steel pipes for steel bollards to conform IS 4373/80

v) Steel plates / frames not mentioned as Dockyard liability to conform IS -2062 GR – B

vi) Degutting and re-gutting in way of repair work/steel renewal work and any damage during de-gutting/ re-gutting

vii) Scaffolding/ staging, safety gears & equipments, fire extinguishers with sentry

viii) Any incidental job/any other item which is not separately mentioned in the SOW and is required for the full and satisfactory completion of the work will be provided by the Contractor.

ix) Cleaning and removal of scrap generated during repairs from DD/Yard/On board craft to the place indicated by the Yard authorities.

x) If any specification of material / spare is not given in the SOW, it will be as per sample or as per QC directive/approval and Contractor will adhere to such directive.

xi) Transportation of materials, provision of any other item which is not specifically mentioned as dockyard liability

xii) The firm has to submit a time bound PERT Chart prior to commencement of refit

xiii) Any damages or loss to the yard material / equipment / property to be made good at the contractor’s cost and risk

xiv) Bank Guarantee, Indemnity Bond and Transit Insurance to be undertaken by subcontractor for ND (MB) material as per commercial terms

xv) Safety gear i.e. personal protective equipment for workmen employed is to be provided by the contractor. Insurance for the employees working at the Naval Dockyard would be the responsibility of the contractor

xvi) Contractor has to arrange Temporary lighting as and when required.

xvii) During contractual period, if the contractor is unable to meet the production targets required by ND (MB) or if quality of work is substandard. ND (MB) will reserve the right to cancel the contract without any financial implications to ND (MB).

xviii) The work is to be carried out by the contractor utilizing their own manpower and infrastructure within ND(MB) premises and further subcontracting of the work to another agency is not permitted

xix) In case of any addition / alteration required during progress of work, User Manager's recommendation would be binding