Tender Document for Services for Indian Naval Ship

Home > Tender > Tender Document for Services for Indian Naval Ship

No. WIN/457/01/2017
High Commission of India
97, Nelson Mandela Avenue, Klein
Windhoek
****

www.hciwindhoek.in

Date: 26th April, 2017

INVITATION OF BIDS FOR PROVIDING SERVICES TO INDIAN NAVAL
SHIP IN Walvis Way, Namibia.

Tender No. WIN/457/01/2017 dated 26th April, 2017

Last date for submission of bids: 10 May, 2017 (by 1100 hrs)

Section- I : Invitation for Tenders

Section - II : Terms & Conditions

Section-III : Special Conditions of Contract

Section-IV : General Technical Specifications

Section-V : Price Schedule

No. WIN/457/01/2017
High Commission of India
97, Nelson Mandela Avenue, Klein
Windhoek
****

Subject: Invitation of bids for providing services to Indian Naval Ship in Walvis Way, Namibia

The High Commission of India (HCI), Namibia invites sealed tenders for providing services to Indian Naval Ship husbanding in Walvis Way, Namibia during the third week of June 2017. The tenders are invited under two bid system viz. Technical Bid and Financial Bid from reputed and experienced firms having regular office preferably in Windhoek/Swakopmund for providing services to Indian Naval Ship as detailed in Section-IV of the tender document.

2. The tender document can be downloaded from the following
websites: www.hciwindhoek.in
www.http://eprocure.gov.in/cppp

Bidders are requested to go through the terms & conditions contained in the bid document.

3. The tender should be submitted in two sealed envelopes as below.

(a) The first sealed cover superscripted as “Technical Bid” should contain (i) duly filled-in Annexure along with relevant documents/information and, (ii) Acceptance of terms & conditions given in Section-II.

(b) The second sealed envelope superscripted “Financial Bid” should contain only rates as per Section-V of the Tender Document.

(c) Both the sealed covers, should be placed in the main sealed envelope superscripted “Tender for providing services to Indian Naval Ship at Walvis bay)” addressed to the Second Secretary(Head of Chancery), High

Commission of India 97, Nelson Mandela Avenue, Klein Windhoek P.O. Box 1209, Windhoek. and must reach on or before 10th May, 2017 by latest by 1100 hrs. Bids may be hand delivered or sent by post at the aforementioned address so as to reach on or before the prescribed date and time. Mission will not be responsible for any postal delay.

4. The Mission reserves the right to amend any of the terms and conditions contained in the Tender Document or reject any or all applications/offers without giving any notice or assigning any reason thereof. The decision of the Mission in this regard will be final and binding upon the bidders.

5. The important schedules and dates are as under:

Key Event Dates
1. Last date for submission of Bids 10th May, 2017 by 1100 hrs
2 Date of Opening of Bids (Participant bidders may wish to be present) 10th May, 2017 at 1530 hrs
3. Venue for Opening of Bids Conference Room, High Commission of India, Windhoek (Namibia)

6. All bidders are requested to read and understand the terms & conditions of the contract as detailed in the Section-II before sending their bids, as no change or violation of the aforementioned terms and conditions is permissible once the quotation is accepted by the Mission.

(Vinay Kumar)
SS(Head of Chancery)

SECTION II: TERMS AND CONDITIONS

1. The Tender shall be neatly arranged, plain and intelligible. Each page of the Tender should be signed. They should not contain any terms and conditions, printed or otherwise, which are not applicable to the Tender. The conditional tender will be summarily rejected. Insertions, postscripts, additions and alterations shall not be recognized, unless confirmed by bidder’s signature.

2. The Bidders shall submit documentary evidence in respect of their technical capabilities and the Financial Bid.

3. At any time prior to the deadline for submission of bids, HCI, Windhoek may, for any reason, whether on its own initiative or in response to the clarification requested by a prospective bidder, modify the tender document.

4. Tender shall be valid for 90 days from the date of submission of tenders. A tender valid for a shorter period shall stand rejected.

5. Any tender received after the deadline for submission of tenders will not be accepted.

6. Interpretation of the clauses in the Tender Document/Contract Document. In case of any ambiguity/ dispute in the interpretation of any of the clauses in this Tender Document, HCI, Windhoek’s interpretation of the clauses shall be final and binding on all parties.

7. The successful bidder, on award of contract, must send the contract/acceptance in writing, within seven (7) days of award of contract, failing which the order will be placed to the next successful bidder.

8. Mission reserves the right to terminate the contract at any point of time during the tenure of contract, if the services are not found satisfactory or the contractor dishonours the contract. Decision of the Mission in this regard shall be final and binding upon the contractor.

9. No request for revision/increase of approved rates during the currency of the contract will be entertained. No other charges like transportation fare etc will be payable for providing the services.

SECTION III: SPECIAL CONDITIONS OF CONTRACT (SCC)

1. Prices

a. Price quoted by the Contractor and agreed to by HCI, Windhoek shall be considered final and no price escalation will be permitted thereafter.

b. Bidders must quote the price in the format given in Contract Price Schedule at Section – V of this document.

c. All prices are to be quoted in USD only.

d. The prices quoted should be inclusive of transportation, insurance charges etc.

2. Taxes and Duties:

Tax invoice should be printed in the name of High Commission of India, P. O. Box. 1209, Windhoek.

SECTION IV: GENERAL TECHNICAL SPECIFICATIONS

1. The High Commission of India invites a budgetary quote for services for a potential visit of one Indian Naval vessel of approx. 4000 T displacement, Length 124.8 m, Breadth 15.2 m and Draught 6.5 m.

2. The ship is likely to stay in the port of Walvis bay for three days, estimated arrival at 0800 hrs on Day 1 and estimated departure at 0900 hrs on Day 4. The tentative date slot for the visit to Walvis bay is 15-18 June, 2017.

3. It is anticipated that husbanding services required may include, but may not be limited to the following. In the event of the services being provided gratis by the host Navy/ host Government or if found not necessary, they may not be asked for.

(a) Port Services including:-

(i) Pilotage (per pilot)
(ii) Tugs (Bollard Pull of sufficient capacity)
(iii) Line Handling
(iv) Mooring Boat
(v) Berthing/ unberthing assistance
(vi) Payment of Port Dues
(vii) Payment of Other Levies

(b) Harbour Facilities including:-

(i) Electricity (per MW Capacity)
(ii) Fresh Water (per Ton)
(iii) Garbage/ Rubbish Removal
(iv) Sewage Removal
(v) Sullage Removal
(v) Fenders (YOKOHAMA – Large Size)
(vi) Crane Hire
(vii) Gangway (greater than 30 feet)
(viii) Newspaper (10 per day)/ Magazines (05 per day)

(c)Telephone/Internet

(i) Mobile Phone + SIM card + Recharge Vouchers-10.
(ii) Internet Dongles -08.

(d) Clearance of items at airport/ sea port if required.

(e)Fresh Provisions.

(d)Transport Facilities (Sedan-04/SUV-02/18-22 Seater Van -02, 48-52 Seater Bus-04.

(e)Supply of Fuel (approx. 100 ton Low Sulphur High Speed Diesel (LSHSD) of specification IS 1460:2000/Gost 305-82 (Automotive Gas Oil) including delivery charges via pipeline/ barge is to be supplied at Walvis bay. The Supplier will be required to produce a certificate from a Certified Laboratory specifying the sulphur content and samples will also be tested onboard prior acceptance.

4. Details of your Company (profile and registered office in Namibia, preferably Windhoek/Swakopmund) along with previous experience in providing ship husbanding services to foreign warships in Walvis bay may also be provided in the Technical Bid. This is a mandatory requirement.

5. Technical queries if any may be addressed to the Head of Chancery at email ID – hoc.windhoek@mea.gov.in

Section – V

Format for submitting the Price Schedule for services for a potential visit of one Indian Naval vessel of approx. 4000 T displacement, Length 124.8 m, Breadth 15.2 m and Draught 6.5 m to Walvis bay, Namibia

High Commission of India, Windhoek

Tender No. WIN/457/01/2017 Date:26th April, 2017

Ser. Service Unit At Walvis bay (in USD)
(a) Agency Fee - First Day per day
(b) Agency Fee- Subsequent days per day
(c) Berthing/ Unberthing Charges per day
(d) Pilotage (IN/ OUT) per move
(e) Pilot boat (IN/ OUT) per move
(f) Pilot detention/ cancellation per hour
(g) Port Leading hand for arrival and departure per hour
(h) Line handlers per move
(i) Towage/ Tugs ( for inwards and outwards and any additional moves) per move
(j) Mooring Boat per move
(k) 01 x Brow (Greater than 30 feet length) at wharf including all costs per day
(l) Crane for brow including all costs per hour
(m) Yokohama Fenders (large) at wharf including all costs each per day
(n) Temporary fencing, if necessary each per day
(p) Port Security (02 guards), if necessary each per hour
(q) Fresh water per tonne
(r) Garbage disposal - General waste at wharf including all costs per bin
(s) Sewage removal at wharf including all costs per KL
(t) Oily water waste removal at wharf including all costs per KL
(u) Oily sludge removal at wharf including all costs per KL
(v) Grey water removal at wharf including all costs per KL
(w) Newspapers (10 per day) each day
(x) Sedan including driver(from 0900 - 0100hrs+1) each per day
(y) SUV including driver (from 0900 - 0100hrs+1) each per day
(z) 20 seater van including driver (from 0900 - 0100hrs+1) each per day
(aa) 48 seat coach including driver (from 0900 - 0100hrs+1) each per day
(ab) Tour guide (02) per day
(ac) Wifi multi user dongle per dongle
(ad) MTC SIM card per SIM, per day
(ae) MTC Recharge Voucher As per Reqmt
(af) Mobile Phone Per day
(ag) 45 pax crew transfer boat (from 0900- 0100hrs+1) per day
(ah) Commercial grade (LSHSD) Per MT
(ai) Portable Generator Per MW Capacity
(aj) Charges for clearance of items at airport, if required. Per Kg
(ak) Charges for clearance of items at seaport, if required. Per Kg
(aj) Any other Port Dues
(ak) Any other levies/charges

FRESH PROVISIONS

1. Rates may kindly be forwarded for the following in USD as per unit indicated:-

FRESH PROVISIONS VEGETABLES (KG)
CAULIFLOWER
TOMATO RED
FRENCH BEANS
CORRIANDER LEAVES
BROCCOLI
GREEN PEAS
CAPSICUM
LADIES FINGER
SALAMI FINE KOSHER
SPINACH
SPRING ONION
FOWL DRESSED
LETTUCE
PARSLEY
MUSHROOM
RADDISH RED SMALL
CUCUMBER
MINT LEAVES
SWEET CORN
BREAD
MILK TETRA (LTRS)
CHICKEN FRESH (KG)
FISH FRESH (POMFRET/SURMAI) (KG)
EGGS (NOS)
POTATO FRESH (KG)
ONION (KG)
FRESH FRUIT NC (KG)
APPLE RED
GRAPES RED
PEARS
GREEN APPLE
STRAWBERRY
LITCHI
BLACK GRAPES
KIWI
FRUIT C (KG)
ORANGE

Name of firm
Address for correspondence Contact Details

Total Price (in USD)

Note:

1. The above quoted prices are complete in all respect as per technical specifications inclusive of all taxes & duties, packing, forwarding, transit insurance, loading & unloading, transportation, installation & other charges etc.

2. Certified that rates quoted for the above items are as per specifications, terms & conditions mentioned in the tender document.

Yours faithfully,
(Signature of Authorised Signatory) Name & Designation:
Company seal: