Friday, May 15, 2009

Alcock Ashdown (Gujarat) Limited - Tender For Procurement of ANTI FOULING AND ANTI CORROSIVE SYSTEM

Industry -
Chemicals Product - Anti Corrosive Treatement
Organization -
Alcock Ashdown (Gujarat) Limited - Gujarat
Sub Company/ Department - (It is PSU completely owned by Gujarat government and is engaged in shipbuilding for last 30 year)
City - Bhavnagar
State - Gujarat
Region Type - Indian
Option - Tender
Work Type - Buy
Tender Number - AAGL/PUR/Y: 257-262/Anti fouling and anti corrosive system/ Ref. 747
Tender Detail - The detail terms and conditions can be seen in the original tender document.
Pre-Qualification Bid - No
Product Detail - Sealed tenders are invited for Procurement of ANTI FOULING AND ANTI CORROSIVE SYSTEM for Survey vessel Yard No. : 257‐262. Ref 747.
Product Location - Bhavnagar - Gujarat
Product Note - For Details Please Visit : http://alcockshipyard.com/alcock_VRS/Popup_display_tender.aspx?Tender_Id=573
Mode of Submission : Speed Post/Register Post/Courier/Hand Delivery
Technical bid evaluation: Technical bids so received will be evaluated by AAGL/IHQ MoD (N). Decision for technically Qualifying any offer lies with AAGL/IHQ MoD (N). Price bid opening : Price bid of qualified vendors will be opened after technical bid evaluation and TEC meeting Delivery time : As mentioned Important Note : Envelop should be superscripted as below. Tender for supply of Anti fouling and Anti corrosive system for Y. No.257‐262.
General Terms & Conditions : a. The duly filled Tender Document is to be sent to: The Managing Director Alcock Ashdown (Guj) Ltd. Ramsar Works, Old Port Bhavnagar 364 001 Gujarat (India) b. The completed tender forms will be received in the office of AAGL during official hrs i.e. 9:00 AM to 5:00 PM as mention in section 1. c. The bids should be submitted in a sealed cover containing following two envelopes: Techinical bid: (1) Technical qualification page along with all the documents mentioned in it. (2) Copy of the Section 2 to section 6 duly signed and stamped on all the pages. Price bid: Containing the price bid in the form provided in the tender document. No condition other than what already mentioned in the tender documents will be accepted. d. Price bid of only technically qualified bidders shall be opened. e. The technical bid and price bid should be submitted in two separate sealed envelopes. The technical bid envelope and the price bid envelope should have ~Technical Bid~ and ~Price bid~ clearly written respectively on them. These two envelopes should then be put in third envelope and submitted to AAGL after proper sealing. f. The bid shall be submitted through speed post/ register post/ courier or hand delivery. The complete liability to ensure that the bid shall reach AAGL in time will be with the bidder. AAGL, under no circumstance will allow any allowance for the delay arising out of courier delivery. g. AAGL reserves the right to accept or reject any or all tenders in part or full or to cancel the issue of tender documents without assigning any reason whatsoever. h. Bidder has to accept all terms and conditions unconditionally. i. AAGL will provide clarifications etc to any vendor but it is being made clear that any clarification etc is not legally binding on AAGL unless it becomes part of the tender document. So these clarifications should be treated as only clarifications of the existing clauses rather than any concession or relaxation. If any important modifications/ rewording etc are needed then the document itself will be changed and reposted on the site. AAGL may provide clarifications etc to any vendor for better understanding of the tender but it is being made clear that any clarification etc is not legally binding on AAGL unless it becomes part of the tender document. So these clarifications should be treated as only clarifications of the existing clauses rather than any concession or relaxation. If any important modifications/ rewording etc are needed then the document itself will be changed and reposted on the site. k. Last three selling prices: (1) Vendor shall provide the three lowest selling prices and the delivery time of the selected model (as mentioned in the tender document) sold to any government agency in India or to any yard ( both private and PSU) for the purpose of Navy projects in last six month of date of issuance of tender enquiry. (2) If less than three items have been sold in last six months then the period of information be treated to be extended in steps of six months till we get three selling prices. (3) If the offered model is new or upgraded version then the price of the previous or technically closest model should be provided. (4) If any vendor does not provide the above mentioned information then he will be technically disqualified and it will be communicated to IHQ for taking actions against the nominated vendor/s for not participating properly in the tender. (5) The vendor should also provide an undertaking that if it is found that the information provided is wrong then action may be taken against them by IHQ including the reimbursement of the cost difference to AAGL by OEM. l. Kindly note that, if even one of the nominated vendor do not participate then AAGL has right to ask IHQ to scrap the nominated vendor list for that particular equipment and through it open to all the suppliers. m. Support, Standardization and Indigenization: Comparison and assessment of technical offers will be made based on how life‐cycle support issues of service support, standardization and indigenization are addressed by the supplier. The following details are to be provided:‐ (1) Details of tie‐up with foreign firm (2) List of components planned to be imported (Shipset‐wise) (3) Indigenization would be assessed and approved by the IHQ‐MoD (N)/DSP. (4) The Prime Contractor (indigenous firm), through an undertaking with the IHQ‐MOD(N)/DSP/ Shipyard is to assure single point responsibility for supply and supportability through indigenous sources during the life of the ship. (5) Commonality with other products supplied by the firm to the IHQMOD (N)/DSP in the past. (6) Present service network of the firm (7) Proposal for additional service centers at naval stations if current order is placed on the firm. (8) Methodology of obtaining feedback and customer complaint redressal procedure. Specific instances, if any, of interaction with IHQ‐MOD(N)/DSP units may be provided. n. If any prospective bidder feels that he will not like to bid in this tender with present conditions but may bid with slight modification here and there then he should at give his suggestions in that way. These suggestions though will not become part of this tender but may be incorporated in case of retendering. Such prospective bidders may even be called before retendering to understand the problems in a better way. o. Management reserves the right to modify the tender document.
Technical details of the Required Equipment : DETAILED TECHNICAL REQUIREMENTS : In order to provide anticorrosive and antifouling protection to machinery system pipelines, the Survey Vessels are to be fitted with a composite Impressed Current Antifouling and Anti corrosive system. As the size of the sea chests are relatively small, the offered system should have the anodes (Antifouling and Anti corrosive) fitted inside tanks which will be housed within the ship. The tanks will be connected the sea chests by pipes having the required sea water flow. Following are the detailed requirements of Antifouling and Anti corrosive system. (Note: Detailed scope of supply must be mentioned in the offer.) ‐ The offered system is to have a tank where anodes will be fitted with suitable pumps and piping between tank and sea‐chest. (All items to be vendor supply). ‐ The inter‐docking interval of the ship is five years. In order to restrict the size of the tank in view of space constraint on board, the anode life should be one year with facility to replace the anodes from within the ship without requirement to dock the ship. ‐ Each vessel has ten nos. of sea‐chests which are to be serviced by the Antifouling and Anti corrosive system. The details are as follows; 1. For Main Engine Sea Water Cooling suction (2 Nos. per each demi‐hull) (Location : Pump Room, Between Frame 10‐13) 2. For Auxiliary Engine Sea Water Cooling suction (2 Nos. per each demi‐hull) (Location : Engine Room) 3. For AC Condenser Sea Water Cooling (1 No. per each demi‐hull) (Location : Forward area) ‐ Tank configuration to be offered by the vendor is to be as follows;PROPOSAL 1 1. One tank to suffice requirements of two sea chests located in forward area for AC Condenser Sea water cooling 2. One tank to suffice requirement of Engine Room and Pump Room sea chest at PORT side 3. One tank to suffice requirement of Engine Room and Pump Room sea chest at STBD side PROPOSAL 2 1. One tank to suffice requirement of two sea chests located in forward area for AC Condenser Sea water cooling 2. One tank to suffice Engine Room at PORT side 3. One tank to suffice Engine Room sea chest at STBD side 4. One tank to suffice Pump Room sea chest at PORT side 5. One tank to suffice Pump Room sea chest at STBD side (NOTE : Vendor to forward two separate technical offers to suffice requirement of Proposal 1 & 2) Each proposal to be provided with following two alternates; ALTERNATE 1 ‐ One composite anode ALTERNATE 2 ‐ Two separate anodes Note: AAGL will accept either of two alternates based on space availability. Vendor to provide detail dimensions of tank for both alternates. ‐ Sea Chest flow rates are as follows; 1. Forward sea chest : 70 TPH each 2. Pump room sea chest : 150 TPH (Total for two sea chests) 3. Engine Room sea chest : 40 TPH (Total for two sea chests) Anti fouling and anti corrosive system including its all accessories to work satisfactorily under following site conditions; Ambient air temp.: 0° C to (+) 40° C Maximum temperature in engine room: (+) 55° C Sea water temp.: up to (+) 35° C Relative humidity / salinity: Up to 90% condensation at 35° C salinity of water up to 35 PPM ‐ Vendor to provide water flow requirements and pump capacity for each tank for both proposal 1&2. The basis of the selection of pump capacity is also to be provided. ‐ Detailed dimensions and schematics of proposed arrangements to be provided in offer. ‐ On Board Spares for two years of vessel’s operation with running hours of 4500 hours/annum ‐ Special tools, tackles etc., if any, to be included as standard scope of supply ‐ Guarantee : 12 months from the date of supply of respective vessel to owners or 24 months from the date of supply of equipment to yard ‐ After sales services: Vendor to confirm availability of after sales service. ‐ Installation and commissioning assistance to be provided by vendor. ‐ Delivery: First ship set to be delivered within 2 months after issuance of LOI and sub‐sequent ship sets to be delivered at an interval of 2‐3 months. ‐ Documentation to be provided in IETM Level 5 format as per attached list, as applicable. ‐ The vessel will built as per IRS class 􀀿SUL, LC, RS1,~SURVEY VESSEL~ 􀀿IY, SYJ. The system and related accessories shall be complying with the applicable rules, regulations. ‐ Complete electrical system and control system as per requirements to be provided. Available on‐board power source: 415 V, 3‐ P, 50 Hz; 230 V, 1‐Ph, 50 Hz; 24 V DC (Only Power cables will be provided by yard. Remaining electrical items to be supplied by vendor.) ‐ Feasibility of monitoring of anti‐fouling and anti‐corrosive system on the ship’s IPMS (Integrated Platform Management System) without any cost impact may be indicated.
Distribution of Documents : OF DOCUMENTS SOURCE TYPE OF DOCUMENT IHQ‐MOD(N) ADMIN AUTH * REPAIR AUTH * MS * WPS/WOT SHIP SMA MTU/ETMU/WATT DQA(WP)/DQA(N) SHIVAJI/VALSURA SHIPYARD TOTAL PROD. DTE. PROF. DTE. DFM DLS HQ WNC HQ ENC HQ SNC HQ ANC ASD (M) ASD (V) NSRY(C) NSRY(PB) FMU(B) BMU(V) MS(B) MS(V) NSD(PB) NSD(C) 1 AS FITTED DRAWINGS S/B VELO 1 1 1 3 PRINT 1 1 1 1 2 1 1 1 9 2 SCHEMATIC SYS. DRGS S/B VELO 1 1 1 3 PRINT 1 1 1 1 2 1 1 1 1 1 1 1 1 1 1 16 3 AS MADE EQPT DRGS S/B VELO 1 1 1 3 PRINT 1 1 1 1 2 1 1 1 1 1 1 1 1 14 5 CPL/PIL S/B PRINT 1 1 1 1 1 1 1 1 1 1 10 6 EQPT HAND BOOK S/B PRINT 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 15 7 INSTALLATION SPECS S/B PRINT 1 1 1 1 1 1 1 1 8 8 EQPT CODE S/B PRINT 1 1 1 1 1 1 1 1 1 1 10 9 MACHINERY INFO BOOK S/B PRINT 1 1 1 1 1 1 1 1 1 1 1 11 10 TRIAL REPORT S/B PRINT 1 1 1 1 1 1 1 7 11 TEST CERTIFICATES LLYODS ABS IRS ETC S/B PRINT 1 1 1 1 1 1 1 7 12 OPERATION, MAINTENANCE MANUAL. S/B PRINT 1 1 1 1 1 1 1 1 1 1 10 13 MATERIAL SCHEDULE S/B PRINT 1 1 1 1 1 1 6 14 MAINTENANCE SCHEDULE S/B PRINT 1 1 1 1 1 1 1 1 1 1 1 1 12 15 HATS/SATS SCHEDULE S/B PRINT 1 1 1 3 IETM (Level 5) is to be used as guiding document for preparation and distribution of all documentation.
Financial issues : 1. Price : Price to be quoted by the bidder should be fixed and should cover the entire scope of this supply. The price quoted by the bidder to be exclusive of all taxes, levies, duties etc. as may be applicable. Vendor can quote price in any currency. It is further clarified that Exchange Rate Variation will not be accepted by AAGL. PRICE TO BE QUOTED ON FOR‐BHAVNAGAR BASIS. 2. Liquidated damages : The liquidated damages will be imposed on every Shipset in which there is delay at the rate of 0.5% per week limited up to a maximum of 5% of the order value for one Shipset. 3. Payment: The payment will become due on AAGL once the bills are completely certified. AAGL will make the payment within 45 days from that date else an interest of 1% per month from that date subject to a maximum of 5% will be paid. For imported material 100% through L/C which should be in foreign currency. 4. Taxes and Duties: a. Custom duty exemption certificate will be provided by AAGL. b. Excise duty exemption certificate will be provided by AAGL. It is further clarified that no warehousing taxes are applicable if excise duty certificate is presented to the Custom department. c. AAGL will pay all taxes and duties as applicable at actual. d. CST will be paid by AAGL against submission of C Form. e. Octroi (if any) will be paid by AAGL at actual. 5. Force Majeure: The contractor shall not be liable for punitive action for any delay or default arising from ‘Force Majeure’ such as caused by accidental fire (not caused due to neglect and/or default by the contractor). Natural calamities such as flood, earthquake, volcano, civil or military commotion (Circumstances beyond their control) provided the contractor notified the purchase in writing within 10 days of such occurrences and to the entire satisfaction of AAGL. AAGL may extend the delivery schedule as mutually agreed, on receipt of written communication from the contractor regarding incidence of “Force Majeure” conditions, but not exceeding six months from the scheduled delivery date. If the “Force Majeure” conditions extend beyond this period, AAGL shall have the right to cancel the order without any financial implication to AAGL or on terms mutually, agreed to. A party claiming Force Majeure shall exercise reasonable diligence to seek to overcome the Force Majeure event and to mitigate the effects thereof on the performance of its obligations under this contract. 6. Arbitration: Any dispute/difference between the parties arising out of and in connection with the contractor shall be settled amicably by mutual negotiation. Unresolved disputes / differences, if any shall be settled by Arbitration and the case will be forwarded for arbitration in English Language, under the Arbitration and Conciliation Act 1996. 7. Warranty: 12 months from the date of delivery of respective vessel to the Indian Navy or 24 months from the date of delivery of equipment whichever is earlier. 8. Award of Tender: OBS list along with PIL will be forwarded to IHQ for ranging and scaling and the same will be finalize accordingly. For deciding L1 party the total of main equipment and OBS (Ranged and scaled OBS list) will taken in to consideration. Order for B&D spares will be placed separately and will not be used to decide L1 party. L1 party will be determined on total price of system & OBS list.
Qualification Criteria : Description Supporting Documents Yes/No Acceptance of all the conditions fully and unconditionally Copy of tender Signed and stamped on each page from section 2 to section 6 and the list of survey equipments.
Price Bid : Bidders can quote in any one foreign currency/INR only. No ERV clause from the vendor will be accepted. Sr. No. Name Qty/Vessel Price per Unit Price per Shipset 1. Anti fouling and Anti Corrosive System inclusive of tanks and exclusive of pipe and pumps Shipset 2. On Board spares as mentioned in Section 3, Para 1.2 Note: If in any condition IHQ MoD(N)/AAGL fails to perform ranging and scaling of offered OBS list due to absence of PIL which shall be submitted by the vendor, then the submitted prices of OBS shall remain valid till 60 days after submission of PIL by vendor to IHQ MoD(N)/AAGL for their offered equipment package. (a) For Indian supplier :The bidder has to include all other charges ,taxes, duties, transportation etc while quoting rates and provide F.O.R. yard base price. (b) For overseas supplier: The prices should be in INR CIF Mumbai basis. Note: a) Bidders can quote in any one foreign currency/INR only. No ERV clause from the vendor will be accepted. b) The quoted price shall be applicable for all six vessels. c) During finalization the total value will be taken as the deciding criteria. d) The financial bid should be submitted only in this format. e) No extra conditions other than what already mentioned in the tender document will be accepted and will not be binding on AAGL under any circumstance and AAGL would be free to interpret the same in its own way. f) Price to be quoted by the bidder should be firm and fix and valid till delivery of all Six Shipset. AAGL will neither pay any escalation in price nor will accept any per unit rate. g) The offer should remain valid for 45 working days from the date of opening. The OBS and B&D prices shall remain valid as mentioned in the tender document. h) The price quoted by the bidder to be exclusive of all taxes, levies, duties etc. as may be applicable, however, AAGL will pay all taxes and duties as applicable at actual. CST will be paid by AAGL against submission of C Form. Octroi (if any) will be paid by AAGL. It is further clarified that no warehousing taxes are applicable if excise duty certificate is presented to the Custom department. i) Non acceptance of tender terms and conditions may result in to disqualification of vendors. Under that circumstance, AAGL will open the price bid of qualified vendors only.
Tender Release Date - 12-05-2009
Submit Before - 28-05-2009 Time : 1700 Hrs.
Opening On - 28-05-2009
Signed By - The Managing Director
Address - ALCOCK ASHDOWN (GUJARAT) LTD, (A Gujarat Govt. Undertaking) (SHIP BUILDERS, SHIP REPAIRES, ENGINEERS),
Old Port, Ramsar Works, Bhavnagar 364 001,
Tel : 91 278 2426305, 2427169, Fax: 91 278 2428342, E Mail: tarik@alcockshipyard.com kunjan@alcockshipyard.com, Web site : http://alcockshipyard.com/alcock_VRS/Popup_display_tender.aspx?Tender_Id=573, www.tendercity.in.
Tendercity Ref. No. - 516226