Vous êtes sur la page 1sur 109

Contents

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017

CONTENTS

Section Description Page nos.


I Invitation for Bids (IFB) 2-4

II General Instructions to Bidders 5-28

III Terms & Conditions 29-43

IV Technical Specifications of RST Machine 44-70

V Schedule of Requirements 71-74

VI Annexures 75-109

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 1 OF 109
Section-I: Invitation for Bids (IFB)

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


SECTION – I

CONTAINER CORPORATION OF INDIA LTD.


(A Government of India Undertaking)
CONCOR Bhawan, C-3 Mathura Road,
Opposite Apollo Hospital,
New Delhi – 110 076

INVITATION FOR BIDS (IFB)

TENDER No. CON/T/RST/ 2017

1. Sealed „ online E-Bids are invited through Two Packet Tendering System from
established, experienced & reliable manufacturers FOR DESIGN, MANUFACTURE,
SUPPLY, COMMISSIONING OF 49 Nos. of REACH STACKERS (RSTs) AT SPECIFIED
TERMINALS OF CONCOR. The brief of the tender is as under:

SN Description Description Details


i) Bid Reference Tender no.: CON/T/RST/ 2017
ii) Estimated Cost Rs. 144.84 Crores
iii) Bid Security (Earnest Money
Rs. 20,00,000/- or US$32,000
Deposit)
iv) Tender Cost & Mode of Payment Rs. 1,000.00 or US$ 16 inclusive of GST
through E-Payment or by way of demand
Draft in favour of “Container Corporation
of India Limited” payable at New Delhi.
v) Tender Processing Fee RS. 5,310/- OR US$ 85 inclusive of 18%
GST through E-Payment Mode Only
vi) Period of Tender Sale (online) From 11.00 hrs–Indian Standard Time,
17/10/2017 TO 17.00 hrs–Indian Standard
Time, 27/11/2017
vii) Date of Pre- Bid meeting On 07/11/2017 at 11:00 (IST)
viii) Last Date and Time for Bids 17:00 HRS (Indian Standard Time (IST))
submission on 28/11/2017
ix) Time and Date of Opening of
11:30 HRS. (IST) on 30/11/2017
Technical Bids
x) Place of opening of bids Container corporation of India Limited,
CONCOR BHAWAN,
C-3 Mathura Road, Opposite Apollo
Hospital, New Delhi-110 076 (India)
xi) Address for communication Group General Manager (Tech),
Container corporation of India Limited,
“CONCOR BHAWAN”,
C-3 Mathura Road, Opposite Apollo
Hospital, New Delhi-110 076 (India),
Phone: 91-11-41673085,
Fax: 91-11-41673071
Email: ggmtofficeco@concorindia.com

2. This tender notice is also available on the website www.concorindia.com and


website of Central Public Procurement Portal (http://eprocure.gov.in). The
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 2 OF 109
Section-I: Invitation for Bids (IFB)

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


complete Tender Document can be viewed & downloaded only from the website
(www.tenderwizard.com/CCIL) during the tender sale period. However, the
intending bidders should submit the document sale price of ₹1000.00 or US$16.00
(Inclusive of GST @18%) & tender processing fee of ₹5310.00 or US$ 85.00 (Inclusive
of GST @18%), through e-payment at the time of making online request. Bids
submitted without documents sale price shall be summarily rejected.

3. All bids must be submitted through e-tendering mode only through the website
www.tenderwizard.com/CCIL No other mode is acceptable.

4. EMD to be paid through e-payment/BG/Payorder/Crossed Bank Demand Draft


(Clause-3.0 of Section-II) and the receipt / copy of the same should be scanned and
uploaded in the e-Tendering website www.tenderwizard.com/CCIL. EMD submitted
in the form of Bank Guarantee/Payorder/Crossed Bank Demand Draft should be
received in original in the office of Group General Manager (Tech.) before opening
date and time of online e-bids mentioned in the above table. CONCOR shall not be
responsible for any postal delay. The e-bids (tender) shall be opened in presence of
the tenderers or their authorized representative, if they desire to attend.

5. To participate in the e-Bid submission, it is mandatory for the bidders to have user
ID & password which has to be obtained by submitting an annual registration charge
of Rs. 1770/- or US$ 29.00 (inclusive of 18% GST) to M/s ITI Ltd through e-payment
at time of downloading / submission of bid.

6. Prospective Bidder, who downloads the tender document from website of


www.tenderwizard.com/CCIL, and should also visit CONCOR‟s website
(www.concorindia.com) & website (www.tenderwizard.com/CCIL) for any
addendum/corrigendum, if any, till the time of opening of the bid. Newspaper press
advertisement shall not be issued for same. CONCOR shall not be responsible for any
printing error in the downloaded tender document.

7. For any difficulty in downloading & submission of tender document at website


www.tenderwizard.com/CCIL, please contact at www.tenderwizard.com helpdesk no.
011-49424365, 08800991863/09599653865 or email: twhelpdesk680@gmail.com.

8. Bidders have to give an undertaking that the contents of the bidding documents have
not been altered or modified and no page is missing. In case of any discrepancies
between the submitted e-bid version and the original version of bid document on
sale/put on website, the latter shall prevail.

9. Any downloading from the website is at the sole risk & responsibility of the user.
CONCOR will not be responsible for delay/difficulty/inaccessibility of downloading
facility for any reason whatsoever.

10. All bids must be accompanied by a bid security as specified in bid document and
must be delivered to the above office as indicated at S.N. (iii) of above table.

11. MSEs units registered with designated agencies as mentioned in clause 2.3 of
Section-II shall be exempted from payment of sale price of tender document on
\submission of valid registration for the tendered item

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 3 OF 109
Section-I: Invitation for Bids (IFB)

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


12. In terms of orders for Public Procurement (Performance to Make in India) the
minimum local content shall be 50% margin of purchase preference shall be 20%. The
detailed procedure for preference to Make in India is specified in clause 18.5.2 of
Section –II.

Note:- The time mentioned in the e-tender document is the Indian Standard Time (IST).

GROUP GENERAL MANAGER (TECHNICAL)


Container Corporation of India Ltd.
“CONCOR BHAWAN”,
C-3, Mathura Road, Opposite Apollo Hospital
New Delhi – 110 076 (INDIA)
Phone: 91-11-41673085 / , Fax: 91-11-41673071
Email: ggmtofficeco@concorindia.com.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 4 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


SECTION – II

GENERAL INSTRUCTIONS TO BIDDERS

1.0 GENERAL INSTRUCTIONS

1.1 Container Corporation of India Ltd. (A Government of India Undertaking), “CONCOR


Bhawan”, C-3 Mathura Road, Opposite Apollo Hospital, New Delhi – 110 076, INDIA
(hereinafter referred to as “CONCOR”) invites tender on 2 (two) packet basis for
Design, Manufacture, Supply, and commissioning of Forty Nine (49) nos. of New Reach
Stackers at specified terminals of CONCOR, meeting the requirements of, Section-IV,
Technical Specifications, in accordance with the delivery schedule at Section- V.

The words “Tender No. CON/T/RST/2017” must appear on bid documents and all
correspondence carried out in connection with the offer.

1.2 The offer in the prescribed format should be submitted online before the time and
date fixed for the submission of online offers as set forth in the bid document.

1.3 The Bid prepared by the Bidder and all correspondences as well as documents related
to the bid exchanged between the Bidder and the Purchaser, shall be written in
English language only, provided that any printed literature furnished by the Bidder
may be written in another language so long as accompanied by an English translation
of its pertinent passages in which case, for purposes of interpretation of the bid, the
English translation shall govern.

1.4 All correspondence should be addressed only to the Group General Manager
(Technical), Container Corporation of India Ltd, “CONCOR Bhawan”, C-3, Mathura
Road, Opposite Apollo Hospital, New Delhi-110076 (INDIA), Tel: +91-11-41673085 /
Fax: +91-11-41673071.

1.5 All the bids received shall be opened on the date and time mentioned in the Tender
Notice (IFB).„Financial bids‟ of technically qualified bidders shall be opened on a
subsequent date through online process of e-tendering, which will be notified to such
bidders.

2.0 QUALIFYING REQUIREMENT OF BIDDERS

All supporting documents required to be submitted should be uploaded with


Digital sign.

2.1 The bidder shall provide satisfactory evidence acceptable to the Purchaser to show
that

(a). The bidder is an established manufacturer or having joint venture with an


established manufacturer as specified in the clause 2.4 of section-II or having
technical collaboration with an established manufacturer as specified in
Clause 2.5 of Section II and has designed, manufactured, supplied and
commissioned at least Eighteen (18) number of similar Reach Stackers in single
order or total of 30 numbers of similar Reach Stackers during last 3 years from
the date of opening of tender and have a record of satisfactory operation for a
period of at least last one year. Sufficient documentary evidence (End User
Certificate) has to be furnished to substantiate compliance. The satisfactory
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 5 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


performance document includes details of supply should be issued by the end
user client.

(b) The bidder should have an average annual turnover of at least ₹89.13 Crores
or US$ 13.84 million during the last three financial years. The balance sheet
including Profit & Loss Statement of the company for the last three Financial
Years shall be submitted along with the bidding documents.

(c) The bidder must have a positive net worth based upon latest completed
(audited) annual accounts.

2.2 For purpose of Para 2.1 (a), the bidder should additionally submit -

(a) Performance Statement as in Annexure-5, giving a list of major supplies (of


RST cranes), effected in the last 3 years from the date of tender opening,
giving the details of Purchaser‟s name and address, e-mail, telephone No., Fax
No., Contact Person, order No. and date and the quantity supplied and
whether the supply was made within the delivery schedule as asked in
Annexure-19 and information of Experience of similar works (Similar Reach
Stackers) in Annexure-20.

(b) A statement indicating details of equipment deployed and quality control


measures adopted as in Annexure-11 shall be furnished. Copy of Quality
Management System Certificates to be submitted.

2.3 Indian bidders registered as “Micro and Small Enterprises” (MSE‟s) for the tendered
item with any of the following agencies shall be considered eligible for treatment as
MSE‟s for the purpose of this tender:
(i). District Industries Centers
(ii). Khadi and Village Industries Commission
(iii). Khadi and Village Industries Board
(iv). Coir Board
(v). National Small Industries Corporation
(vi). Directorate of Handicraft and Handloom
(vii). Having Udyog Aadhar Memorandum
(viii).Any other body specified by the Ministry of MSME, Government of India

Such MSE bidders shall submit copy of valid registration certificate along with the
bid, clearly including the tendered item in the registration certificate and the
terminal validity date of registration. Bids not accompanied by a valid registration
certificate shall be treated as bids from non-MSEs.

2.3.1 The bidders qualifying as MSE (who submit valid registration certificate as per
Clause 2.4 above) shall be given the following exemptions: -

(i) Tender sets shall be issued free of cost to MSE‟s registered with the above
agencies for the item tendered on submission of registration certificate.
(ii) MSE‟s registered with the above agencies for the item tendered will be
exempted from payment of Earnest Money Deposit (EMD).

2.4 In case if the Bidder is a Joint Venture/Partnership, it shall be eligible to


participate in the bid, subject to the fulfilment of the following terms and
conditions.
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 6 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


2.4.1 The Bidder shall be an Indigenous Bidder to qualify for the purpose of joint venture
with an established manufacturer. JV shall have a subsisting or renewable validity
of at least 5 years, supported with JV partners‟ confirmation for renewal
2.4.2 The JV shall demonstrate their active involvement in RST cranes business activity as
on the date of opening of the tender. This shall be substantiated with the copies of
orders for RST cranes Business Activity.
2.4.3 The existence of JV is the essence thereby its tenure shall not expire until the
completion of warranty period of the equipment/work being tendered, i.e.
minimum 48 calendar months from the date of opening of tender.
2.4.4 The experience and annual turnover of each JV Partner/Entity shall count and will
be considered at par with other established manufacturer, subjected to the
collective experience of JV partners/Entities meeting with the established
standards in terms of capacity and Capability as mentioned in the qualifying
requirement of bidders herein above.
2.4.5 The JV Agreement shall not incorporate any clause whereby any of the JV
Partner/entity could transfer/sell his shares and/or exit the JV before the
performance of the contract hereof including completion of the warranty period of
the tendered item.
2.4.6 The JV entity shall submit the charter documents in case of JV Company and the JV
agreement in case of a partnership concern along with statutory registrations.

2.5 The Bidder who has entered into a technical collaboration Agreement with another
company, for the purposes of fulfilling the established standards in terms of
capacity and capability as mentioned in the qualification requirements of the
bidders herein above, is allowed to participate subjected to the fulfilment of the
following terms and conditions:
2.5.1 The Bidder shall be an Indigenous Bidder to qualify for the purpose of technical
collaboration with an established manufacturer. The technical collaborator
agreement shall have a subsisting or renewable validity of at least 5 years,
supported by confirmation letters from Bidder and technical Collaborator for
renewal.
2.5.2 The Bidders and technical collaborators shall demonstrate their active involvement
in the RST Cranes Business activity as on the date of opening of the tender. This
shall be substantiated through copies of orders for RST Cranes Business Activity.
2.5.3 The existence of Technical Collaborator Agreement is the essence; thereby its
tenure shall not expire until the completion of warranty period of the
equipment/work being tendered, i.e. minimum 48 calendar months from the date
of opening of tender.
2.5.4 The experience of Technical Collaborator shall count and will be considered at par
with other established manufacturer, subjected to the experience of the Technical
Collaborator meeting the established standards in terms of capacity and capability
as mentioned in the qualifying requirements of bidders herein above.
2.5.5 The Bidder shall furnish/submit the Technical Collaboration Agreement and / or
other related agreements to CONCOR;

2.6 In addition to above, the bidder shall promptly furnish further information regarding
his capacity/capability, if required by the Purchaser.

2.7 Bidders not submitting the requisite information may note that his offer is liable to
be ignored.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 7 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


3.0 EARNEST MONEY

3.1 Earnest Money for an amount of Rs. 20,00,000/- (Rupees Twenty Lakh) or US$
32,000 (US Dollar Thirty Two Thousand) shall accompany the bid. Indian Agents,
in case of foreign bidders, can also pay earnest money in the name of bidder. The
Earnest Money shall be in any of the following forms: -

3.1.1 If paid through e-payment, the receipt of the same should be scanned and uploaded
in the e-tendering website www.tenderwizard.com/CCIL. alternately, CONCOR can
also accept crossed Bank Draft in favour of Container Corporation of India Ltd. from
a Nationalized/Scheduled Commercial Bank in India, payable at New Delhi (India)
and should be received in original in the office of Group General
Manager/Technical before opening date & time of Online e-bids.

3.1.2 An irrevocable and unqualified bank guarantee form provided in the Bidding
Document (Annexure-2 for bidder and Annexure-2A shall be utilized if bank
guarantee for Earnest Money is submitted by Indian Agent) valid for 30 days
beyond the period of bid validity i.e. total of 210 days from the date of opening of
Bids issued by an Indian Nationalized / Scheduled commercial Bank acceptable to
the Purchaser. The purchaser would also accept bank guarantee from a foreign bank
(preferably supplier‟s own bank) duly confirmed by any Indian Nationalised /
Schedule Commercial Bank preferably located in New Delhi, India. The Bank
Gaurantee should be received in original in the office of Group General
Manager/Technical before opening date & time of Online e-bids.

3.1.2.1 For avoidance of doubt, Scheduled Commercial Bank shall mean a bank as defined
according to the Reserve Bank of India Act. It shall be ensured by the bidder that
the complete particulars of the bank‟s (issuing bank guarantee) mailing address
including telephone, fax numbers, and e-mail Id are made available.

3.1.3. For bidder‟s guidance in complying with the requirements of the bank guarantee, a
checklist at Annexure-2.1 is provided. Bidders submitting bank guarantee as bid
security are also required to submit the checklist duly filled along with the bank
guarantee.

3.2 The Earnest Money to be paid through e-payment/BG/Demand Draft/Payorder and


the receipt/copy of the same should be scanned and uploaded in the e-tendering
website www.tenderwizard.com/CCIL

3.3 The Earnest Money received, shall remain deposited with CONCOR for the period of
210 days from the date of opening of bids.

3.3.1 In exceptional circumstances, the Purchaser (CONCOR) may solicit the bidder‟s
consent to an extension of the bid validity period. The request and responses
thereto shall be made in writing and to be despatched by email / fax / cable
followed by a post confirmation. If a Bidder accepts to prolong the period of bid
validity, the bid security shall also be suitably extended for corresponding period.
However, a Bidder may refuse such request without forfeiting its earnest money. A
Bidder granting the request will neither be required nor permitted to modify its bid.

3.4 No interest will be payable by CONCOR on the Earnest Money Deposit.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 8 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


3.4.1 Earnest money received in foreign exchange as per Clause 3.1 of Section-II will be
pegged at the amount realized by CONCOR in equivalent Indian National Rupee
(INR) on presentation. The earnest money to be refunded in foreign exchange will,
in no case, exceed the said amount or the amount realized in Indian National Rupee
(INR) equivalent of the foreign currency value at the time of return. Loss, if any, on
account of exchange rate variation will be borne by the bidder.

3.5 The Earnest Money deposited is liable to be forfeited by CONCOR in full: -

3.5.1 If the bidder withdraws or amends, impairs or derogates from the tender in any
respect within the period of validity of their offer.

3.5.2 If the successful bidder, whose offer has been accepted, declines or fails to give
acceptance to the Notification of Award (NOA) within 21 days of issue of NOA and
furnish Contract Performance Guarantee (Performance Security Deposit) as
specified in Clause-20 of Section-II within 30 days from the date of issue of
Notification of Award.

3.5.3. If the successful bidder fails to sign the Contract Agreement in accordance with
Clause-21.0 of Section-II.

3.6 The Earnest Money of successful bidder will be returned after the Contract
Performance Guarantee, as required by Clause-20.0 of Section-II General
Instructions to Bidders is furnished.

3.7 CONCOR will return the Earnest Money of all unsuccessful bidders as promptly as
possible, on award of the contract or expiry of the validity period whichever is
earlier.

3.8 Any tender not accompanied by the specified Earnest Money as per clause 3.1
(Section-II) having validity for a period of 180 days, plus 30 days claim period in
case of Bank Guarantee i.e. total of 210 days from the date of opening of tender,
shall be summarily rejected.

Note: Bidders quoting as MSEs/registered with NSIC for the item shall be exempted
from the payment of Earnest Money Deposit (EMD) on submission of valid
registration for the tendered item.

3.9 Normally, EMD shall be accepted from the bidder and is also returned back to the
bidder. However, EMD can also be accepted from the Agent of foreign bidder or
returned back to the Agent provided the agent is duly authorized by the Principal
Bidder

4.0 AGENTS AND SERVICE FACILITIES IN INDIA – AGENCY COMMISSION

In the case of foreign manufacturers, the purchaser prefers to deal directly with
manufacturers. However if a foreign manufacturer on its own accord desires to avail
the services of an Indian Agent, they are permitted to do so. In such cases, the
engagement of agent by foreign manufacturers shall be governed by the relevant
provisions of the contract.

4.1 Foreign bidders, who quote directly against the e-Bid invitation but take the
services of an Indian Agent, should indicate in their offer the name of their Indian
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 9 OF 109
Section-II: General Instruction to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


Agents or the authorised representatives they have for servicing in India. They
should quote (i) net CIP destination prices (exclusive of the amount of
remuneration or agency commission payable to the authorised Indian Agent) and
(ii) Agency Commission/remuneration payable to the authorised Indian Agents
separately. It should be understood that the Purchaser will make direct payment of
such commission to the Indian Agent in respect of a contract arising out of
invitation to Bid, where the Indian Agents‟ remuneration/commission covers a part
of the contract price.

4.2 The foreign bidders should furnish in their e-bid the name and address of the local
agent, and the amount of remuneration for the agent if included in the offer. In
addition, they should furnish the following details in their e-bid:

(i) The precise relationship between the foreign manufacturer/principals and


their authorised Indian Agent.
(ii) The mutual interest which the manufacturer/principal and the Indian Agents
have in the business of each other.
(iii) Any payment which the Agent receives in India or abroad from the
manufacturer / Principal whether as a commission for the contract or as a
general retainer fee.
(iv) Indian Agent‟s Income-Tax Permanent Account Number and GST
Identification Number (GSTIN). In case the agency is not registered with
GST, then submit appropriate documents establishing that agency is
exempted as per the provisions of GST. Also, in case the agency is registered
under Composition Levy Scheme, the same will be duly intimated to CONCOR
with relevant documents (please refer clause 11.7 of Section-II for more
information).
(v) All services to be rendered by the Agent whether of general nature or in
relation to the particular contract and the facilities/infrastructure available
with them for the same.
(vi) A certified copy of Agency Agreement between Principal and the Agent
indicating the agency commission shall be submitted along with the offer.

E-Bids, which do not comply with the above stipulation, are likely to be ignored.
For bidders‟ guidance in complying with these requirements, a checklist is enclosed
as Annexure-13.

4.3. In the case of foreign e-bids, Agency Commission payable to the Indian agents shall
be indicated in the quoted foreign currency (US Dollar/Euro only) in the space
provided for in the price format for foreign bidders. However, Agency Commission
finally payable to the bidder‟s agent in India under the contract will be converted
to Indian National Rupees (INR) at the telegraphic transfer (TT) buying rate of
exchange ruling on the date of placement of the Notification of Award (NOA) and
shall not be subject to any escalation or any further exchange variation,
whatsoever. The agency commission shall be paid in Non-convertible Indian National
Rupees (INR) to the Indian Agents after final acceptance (Commissioning) of goods
including spares at the nominated ultimate consignee‟s destinations, on the basis of
a certificate to be obtained by the paying authority from the respective Ultimate
Consignees, whichever is later. All other duties or taxes as applicable on such
agency commission would be borne by the bidder or their authorized Indian Agent
only.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 10 OF 109
Section-II: General Instruction to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


4.4 One agent should represent one company / bidder only in this tender. The bidder
must give a confirmation to this effect.

4.5 The Manufacturer/Principal/Bidder shall be fully responsible for the conduct of


their appointed agent.

4.6 The Indian agent will be required to submit a certificate, along with their Agency
Commission Bill, confirming that the amount claimed as Agency Commission in the
bill has been spent/will be spent strictly to render services to the foreign principal
i.e. M/s. ………. (i.e. the contractor) in terms of agency agreement. The purchaser
or their authorized agencies and/or any other authority of Govt. of India shall have
rights to examine the books of the Indian Agent and defect or misrepresentation in
respect of the afore indicated confirmation coming to light during such
examinations will make the foreign principal (i.e. the contractor) and their Indian
Agent liable to be debarred/banned/suspended from having business dealing with
CONCOR.

4.7 It may be noted that in the same tender, either the Indian Agent can bid on behalf
of the Principal / OEM or the Principal / OEM itself can bid directly. However, both
can not bid simultaneously for the same item / product in the same tender.

4.8 If an agent submits bid on behalf of the Principal / OEM, the same agent shall not
submit a bid on behalf of another Principal / OEM in the same tender for the same
item / product.

4.9. The bids submitted in violation of 4.7 & 4.8 above shall be summarily rejected.

5.0 SUBMISSION OF OFFER

5.1 The offer shall be submitted only through e-tendering website


www.tenderwizard.com/CCIL. Manual offers shall not be accepted against e-
tenders, even if they are submitted on the firm‟s letterhead/any other form
acquired or downloaded, and, submitted before closing time. All such manual offers
shall be considered as invalid offers and shall be rejected summarily without any
consideration.

All documents required to be scanned, digitally signed and uploaded.

5.2 Any individual(s) signing the tender or other documents connected therewith should
specify whether he is signing as:
(i) Sole Proprietor of the firm or constituted concern or as Attorney of such Sole
Proprietor.
(ii) A Partner or Partners of the firm, if it be a partnership concern, in which
case he must have the authority to refer to arbitration disputes concerning
the business of the partnership either by virtue of the partnership
agreement or a power of attorney.
(iii) A Director, Manager or Secretary in the case of a limited company duly
authorised by a resolution passed by the Board of Directors or in pursuance
of the authority conferred by Memorandum of Association. An authenticated
copy of the document, which authorizes the signatory to commit on behalf
of the firm, shall accompany the offer.
OR
Constituted attorney of the bidder if it is a company.
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 11 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


(iv) In case of bid by agent, they should submit a letter of authority from their
principal as per Annexure-7.

5.2.1 (a) In case of 5.2 (ii), a copy of the partnership agreement or general power of
attorney in either case attested by a notary public, should be furnished or
affidavit on stamp paper of all the partners admitting execution of the
partnership agreement or general power of attorney should be furnished.
(b) In case of partnership firms, where no authority to refer disputes concerning
the business of the partnership has been conferred on any partner, the tender
and all other related documents must be signed by every partner of the firm.
(c) A person signing the tender form or any documents forming part of the contract
on behalf of another shall be deemed to warrant that he has authority to bind
such other and if on enquiry, it appears that the person so signing had no
authority to do so, the purchaser may, without prejudice to other civil and
criminal remedies, cancel the contract and hold the signatory liable for all costs
and damages.

5.2.2 In the case of a firm, not registered under the Indian Partnership Act, all the
partners or the attorney duly authorised by all of them should sign the tender and
all other connected documents. The original power of attorney or other documents
empowering the individual or individuals to sign should be furnished to the
Purchaser for verification, if required.

5.3 The offers shall be as per conditions specified in the bid document.

5.3.1 The Reach Stacker Machines offered should be in accordance with the details given
in Section-IV-Technical Specifications The Purchaser will accept internationally
accepted alternative specifications such as ISO, DIN, CE, JIS etc., which ensures
equal or higher quality than the specifications mentioned in the Technical
Specifications provided that the machine is able to meet the various performance
parameters stipulated in the bid documents in general and that too in Section-IV in
particular.

The bidder can use stipulated makes of sub assemblies as per Schedule II of Section
–IV. The bidder can also offer alternate brands in Sl. No. 7,8,9,14,15,16,19 & 20 of
Schedule – II of Section – IV, provided these alternative makes are equivalent or
superior to the specified one. The alternative make shall have equivalent features,
the details of which should be furnished along with the offer in a comparative
format e.g. compliance with international specifications etc.

The bidder is required to submit the details (with supporting evidence) to establish
the equivalence or superiority of the offered specifications/makes to fulfil the
requirements laid down in the tender document.

5.3.1.1 The bidder shall specifically indicate their compliance or otherwise against each
clause and sub-clause of the tender document (Annexure – 21) i.e. General
Instructions to Bidders (Section-II), Terms and Conditions (Section-III), and
Technical Specification (Section-IV), and Schedule of Requirements (Section-V).

5.3.2 For any deviation, the bidder shall enclose a separate statement (Annexure-6)
indicating the deviations from any particular clause or sub-clause, which he
proposes with full justification for such deviations and submit the same along with
bid.
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 12 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


In case of absence of any deviation a “Nil Deviation” undertaking will have to be
furnished by the Bidder as per Annexure-6.

5.4 Offer must be numbered serially, should bear the tender number and should be
“Digitally signed” ” A reference to the total number of pages comprising the offer
must be made at the top right hand corner of the first page.

5.5 In addition to above, the bidder shall promptly furnish further information regarding
their capacity/capability, if required by the Purchaser.

5.6 Bidders not submitting the requisite information may note that their offer is liable
to be ignored.

6.0 DOCUMENTS REQUIRED TO BE SUBMITTED BY THE BIDDER

6.1 The e-bid is to be submitted in two (2) packets system, through online submission e-
Tendering website www.tenderwizard.com/CCIL, containing two separate e-bids
viz. Technical bid and Price bid. The technical bid will be opened at11:30 hrs. on
30/11/2017 in the presence of the bidder‟s representatives who choose to attend.

a. The 1st packet uploaded should be EARNEST MONEY and TECHNICAL BID.
b. The 2nd packet uploaded should be PRICE BID and Appendix – 1 only.

Technical Bid should contain the documents required to be submitted by the bidder
mentioned in Clause-6.0 of Section-II. Prices shall not be mentioned in the
Technical Bid. Technical Bid containing price bid shall be summarily rejected.

6.1.1 Scanned Copy of EMD details to be enclosed in the documents and shall contain the
following documents:

(a) The earnest money in any of the forms mentioned in Clause-3.0 of Section-II,
General Instructions to Bidders. If the bid security is in the form of a bank
guarantee, it shall strictly be comparing in accordance with the applicable
format as per Annexure-2/Annexure-2A and shall also be accompanied by the
checklist as per Annexure-2.1 duly filled and digitally signed. The Bank
Guarantee in original should be received in the office of Group General
Manager/Technical before opening date & time of e-Bids.
Or
(b) MSEs Bidder shall submit copy of valid registration certificate or Udyog Aadhar
Memorandum along with e-bid, clearly indicating the tendered item in the
registration certificate or Udyog Aadhar Memorandum with its date of terminal
validity.

In the event of non-submission of the above, the bid shall be summarily rejected
.
6.1.2 e-price bid shall contain the following:-

(a) The applicable online e-price bid in the format as per Annexure-3 / Annexure-
4 and Appendix -I.

Note: The e-price bids shall be enclosed as indicated in Clause 6.1 of Section-II,
Instructions to Bidders. The prices to be filled in figures in the e-price format
(Annexure-3 or Annexure-4 and Appendix-I)) through online e-tendering website.
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 13 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


The e-bid should be saved, dully filled up and uploaded to the e-tendering site using
digital signature for signing the document.

6.1.3 “TECHNICAL BID” shall contain the following documents:-

6.1.3.1 A copy of the current Permanent Account Number (PAN) and GST Identification
Number (GSTIN) of the bidder/firm in case of indigenous bidder/firm, In case the
agency is not registered with GST, then submit appropriate documents establishing
that agency is exempted as per the provisions of GST. Also, in case the agency is
registered under Composition Levy Scheme, the same will be duly intimated to
CONCOR with relevant documents.

6.1.3.2 Power of Attorney in support of the person or persons signing on behalf of the
Bidder (Sole Proprietor)
OR
6.1.3.3 In case of Limited Company, an authenticated copy of the document, which
authorises the signatory to commit on behalf of the Company, shall accompany the
offer.
OR
6.1.3.4 In case of bid by partnership firms, documents mentioned at clause 5.2 above shall
accompany the offer.

6.1.3.5 In case of bid by an agent, Power of Attorney signed by the Authorised Signatory of
the Principal firm, duly authorised through BOD resolution/authority conferred by
the MOA of the Principal firm. An authenticated copy of the document, which
authorizes the signatory to commit on behalf of the firm, shall accompany the offer
as per Annexure-7

Note - Cancellation of any document such as Power of Attorney, Partnership Deed


etc. shall be communicated forthwith to CONCOR in writing, failing which CONCOR
shall have no responsibility or liability for such an action taken in the strength of
the said documents submitted earlier or on the basis of the amended documents.

6.1.3.6 Letter of submission of tender (Bid form), to be duly completed, and digitally
signed as per Annexure-1.

6.1.3.7 Bid Document consisting of Invitation of Bid (Section – I), General Instructions to
Bidders (Section-II), Terms and Conditions (Section-III), Technical Specification
(Section-IV), Schedule of Requirements (Section-V) and Annexures (Section-VI) to be
read, and digitally signed along with corrigendums issued if any.

6.1.3.8 Deviation Statement with respect to each clause/sub clause of Invitation of Bid
(Section – I), General Instructions to Bidders (Section-II), Terms and Conditions
(Section-III), Technical Specification (Section-IV), and Schedule of Requirements
(Section-V) along with detailed justification as per Annexure-6. In case of absence
of any deviation a “Nil Deviation” undertaking will have to be furnished by the
Bidder as per Annexure-6.

6.1.3.9 A statement indicating details of equipment deployed and quality control measures
adopted as in Annexure-11. Copy of certificates issued for standards adopted for
quality management systems to be attached.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 14 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


6.1.3.10 Schedules-(I) to (III) of Section-IV and Annexures - 2.1, 5, 12, 13, 14, 19 & 20 shall
be appropriately filled, digitally signed & uploaded. The bidder has to filled,
digitally signed and uploaded Annexure 15 & 16 in case the bidder is JV firms or
technical collaborator.
6.1.3.11 Agency Agreement as per Clause 4.2 of Section-II, if applicable.

6.1.3.12 JV and Technical Collaboration Agreement, if applicable as per Clause 2.4 & 2.5 of
Section II

6.1.3.13 End user Certificate as per clause 2.1 (a) of Section-II along with Annexure - 20

6.1.3.14 The Balance Sheet including Profit & Loss statement of the company for the last
three financial years as per clause 2.1 (b) of Section-II.

6.1.3.15 Foreign bidder is required to submit confirmation as per clause 4.4 of Section-II if
any Indian Agent engaged by them.

6.1.3.16 Authority Letter from Principal (Foreign Bidder) as per Annexure -7, in case bid by
agent on behalf of its principal (Foreign Bidder).

6.1.3.17 Compliance or otherwise against each clause and sub-clause of the tender
document in Annexure – 21 as per clause 5.3.1.1 of Section-II.

6.1.3.18 Any other document required as per the conditions of tender documents.

6.1.3.19 Foreign Bidder is required to submit name of port of dispatch and Indigenous Bidder
is required to submit dispatch location for RST machines and spares as per clause
2.1 of section-III.

6.2 No modification in the bid will be allowed subsequent to the deadline for
submission.

7.0 COST OF BIDDING

The Bidder shall bear all costs and expenses associated with preparation and
submission of its bid including post bid discussions, technical and other presentation
etc., and that the Purchaser will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.

8.0 LOCAL CONDITIONS -

It will be imperative on each bidder to fully acquaint himself of all the local
conditions and factors, which would have any effect on the performance of the
contract and cost of design, manufacture, supply and commissioning of RSTs to be
quoted. In their own interest, the foreign bidder should familiarize themselves with
the Income-tax Act 1961, The Companies Act, 1956, The Customs Act, 1962, Goods
and Service Tax (GST), The Sale of Goods Act, 1930 and related labour laws
mentioned in clause-9.0 of section-III, Terms & Conditions as amended from time to
time and as applicable to this contract. CONCOR shall not entertain any request for
clarifications from the bidder regarding such local conditions. CONCOR would not
entertain request for change of price or the time schedule of delivery of RST after
the Competent Authority has accepted the offer.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 15 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


9.0 TIME SCHEDULE

9.1 The basic consideration and the essence of the contract shall be the strict
adherence to the time schedule for the supply of item/items offered.

9.2 The time and the date specified in the contract for the delivery of the RST
machines shall be deemed to be the essence of the contract and the delivery must
be completed not later than the date so specified. The attention of the bidders is
invited to clauses regarding liquidated damages and default in the Terms and
Conditions by which the contract shall be governed.

10.0 POSTAL ADDRESS OF BIDDER FOR COMMUNICATION

The bidder shall state their postal address fully and clearly in their bid. Any
communication sent to the bidder by post at their said given address shall be
deemed to have reached the bidder in time.

11.0 PRICES - PRICE SHOULD BE QUOTED FOR DESIGN, MANUFACTURE, SUPPLY, AND
COMMISSIONING OF 49 Nos. of RST at specified terminal of CONCOR in India

11.1 The bidder shall quote prices as per format given in the Annexure-3 (Foreign
Bidders) or Annexure-4 (Indigenous Bidders). All prices and other information like
discounts etc. having bearing on the price shall be written in „figures‟ in the
prescribed e-price format only.

Prices shall not be mentioned in the technical bid (Packet-1). Technical Bid
containing Price Bid shall be summarily rejected.

11.1.1 Bidders should show discount in the rate schedule only, instead of anywhere else in
the offer. Discounts not shown at designated place will be summarily ignored for
assigning inter-se ranking of offers. Conditional discount (Viz. Discount/Rebates
having linkages to quantity, payment, Inspection agency, destination, delivery place
etc.) will not be considered for adjudging the inter-se position i.e. rate quoted
without any conditions attached will only be considered for evaluation purposes. In
other words, discounted rates linked to quantities, prompt payment etc. will be
ignored for determining inter-se position. CONCOR, however reserves the right to
use the discounted rate/rates considered workable and appropriate, for counter
offer to the successful Bidders.

11.2 It is expressly understood that the bidder has considered every possible fluctuation
in the rates of labour, material, fuel, lubricant and general conditions as well as
other possibilities of each and every kind before quoting the rates. The price
quoted shall be firm and not subject to any variation after opening of the bid.

11.3 FOREIGN BIDDERS

11.3.1 Bidders who offer to supply RST machines manufactured outside India would be
deemed as foreign bidders. The foreign bidders should quote the price on CIP basis
in US Dollars or Euros only to the ultimate destination mentioned in the Delivery
Schedule, Section-V as per format given in Annexure-3. The bidder should give the
break-up of quoted price i.e. CIF price, discount in US DOLLARS/EURO ONLY.
Charges for custom clearance and forwarding at Indian ports, inland transportation
from Indian ports of discharge to ultimate destination as specified in Section – V and
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 16 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


erection and commissioning in Indian National Rupees (INR), and any other charges
if any. All charges / statutory taxes / duties incidental to the supply of the RST
crane consignment up to the ultimate destination shall be borne by the bidder. The
agency commission should be shown separately. Only charges as accepted in the
price bid documents shall be paid to the bidders in accordance with the Payment
Terms, Clause-8 of Section-III.

(i) The Purchaser will only make payment of custom duty, on the advice of
clearing and handling agent appointed by the supplier. The supplier shall
arrange all port handling and port clearances.

(ii) All costs direct or incidental to the delivery of the goods from the port of
entry to their final destination, erection and commissioning of the RST crane
including spares except for custom duty shall be made by Supplier. Only
charges as accepted in the price bid document shall be paid to the bidder in
accordance with Payment Terms, Clause-8 of Section-III.

11.3.2 The custom duty payment for supply of RSTs will be directly paid by CONCOR to the
concerned authorities – All other charges direct or incidental to supply, upto final
destination, erection and commissioning of the RST machines shall have to be paid
for by the supplier.

The terms “CIP”, “CIF” and “FOB” shall be as per definition given in the current
edition of International rules for the trade terms published by the International
Chamber of Commerce, Paris and commonly referred to as INCOTERMS 2010 or
latest edition.

Note:
(i) Any deviation (both plus and minus) in the exchange rate and rate of Custom
Duty, Cess & IGST after the closing date of tender as indicated above but
within the contractual delivery period (date of commissioning and handing
over of the group of machines as mentioned in schedule of requirements,
(Section-V) will be to the account of CONCOR.

(ii) Any increase in exchange rate and customs duty, Cess & IGST, ocean freight
charges, insurance charges, or any other charges, during extended period of
contract (after scheduled date of commissioning and handing over of the
group of machines as mentioned in schedule of requirements, (Section-V)
will be to the supplier‟s account. However, any decrease in exchange rate,
ocean freight charges, marine insurance charges and customs duty during
extended period of the contract will be on account of CONCOR. In case there
is no change in these elements to supplier during the extended period, the
supplier should give a certificate to this effect.

11.4 INDIGENOUS BIDDER

11.4.1 Bidders who offer to supply the RST Machines after undertaking manufacturing in
India would be treated as Indigenous bidder. The Indigenous bidder should quote
the FOR (Free on Road) ultimate destination price, which shall include GST as
applicable on the RSTs tendered for, inland transportation cost from Factory to
ultimate destination as specified in Schedule of Requirements

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 17 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


Section-V insurance (from manufacturer‟s works to ultimate destination), GST as
applicable, erection and commissioning at ultimate destination, etc. as per
Annexure-4 in Indian National Rupee (INR) only. The complete break-up of price
showing the Ex-factory price, GST as applicable, freight and insurance charges, and
other charges, if any, shall be furnished.

11.4.2 All charges direct or incidental to supply up to final destinations, erection and
commissioning of the RST crane including spares and applicable GST shall have to be
paid for by the supplier.

Payment of CGST/SGST or IGST (whichever is applicable) paid within India, to a


maximum of quoted and accepted amount, will be made by CONCOR after
compliance of clause 11.7

Note to clause 11.3 and 11.4

Payment (reimbursement) of GST paid within India, if any, to a maximum of quoted


and accepted amount, will be made on submission of documentary proof that the
amount has been deposited with the concerned authorities.

Note;

(i) Deviation (both plus and minus) in the rate of CGST/SGST or IGST
whichever is applicable after the closing date of tender as indicated above
but within the contractual delivery period will be to the account of CONCOR.

(ii) Any increase in CGST/SGST or IGST whichever is applicable during


extended period of the contract will be to supplier‟s account. However, any
decrease in CGST/SGST or IGST whichever is applicable during extended
period of the contract will be to the account of CONCOR.

(iii) In case the supplier avails or is allowed on any future date any credit of
duties of customs or IGST or CGST/SGST paid or any other incentive in
respect of the raw material supplied and used in the manufacture of Reach
Stacker machines under any law including GST, the supplier shall pass on the
benefit thereof to CONCOR.

11.5 EVALUATION OF BIDS:

11.5.1 Foreign Bidders - The bids will be evaluated on the basis of CIP destination cost of
the 49 RST machines, CIP cost of spares as per appendix-I, and cost of erection &
commissioning by adding the following components as quoted in Annexure-3 (Price
Format for Foreign Bidders):
a) Discounted CIF price of RST (SN-3),
b) At the rate of 7.725% Customs Duty including Cess (2% education & 1% Higher
education) on the assessing value for Custom Duty (if payable through
SFIS/EPCG scrips etc. then this will be considered as NIL) (SN-4),
c) Applicable IGST/CGST/SGST @18% (if payable through SFIS/EPCG scrips etc.
or if input tax credit is available to CONCOR then this will be considered as
NIL) (SN-5),
d) Agency Commission, if any (SN-6),
e) Inland transportations (SN-7),

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 18 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


f) Applicable IGST/CGST/SGST on Inland Transportation @18% (if payable
through SFIS/EPCG scrips etc. or if input tax credit is available to CONCOR
then this will be considered as NIL) (SN-8),
g) Discounted CIF price for spares (SN-12),
h) At the rate of 7.725% Customs Duty including Cess (2% -education & 1%
Higher education)on the assessing value for Custom Duty (if payable through
SFIS/EPCG scrips etc. then this will be considered as NIL) (SN-13),
i) Applicable IGST/CGST/SGST @18% (if payable through SFIS/EPCG scrips etc.
or if input tax credit is available to CONCOR then this will be considered as
NIL) (SN-14),
j) Inland transportations cost for spares (SN-15),
k) Applicable IGST/CGST/SGST @18% on Inland transportations cost for spares
etc (if payable through SFIS/EPCG scrips etc. or if input tax credit is
available to CONCOR then this will be considered as NIL) (SN-19),
l) Erection, Installation, Commissioning and Testing etc (SN-18),
m) Applicable IGST/CGST/SGST @18% on Erection, Installation, Commissioning
and Testing etc (if payable through SFIS/EPCG scrips etc. or if input tax
credit is available to CONCOR then this will be considered as NIL) (SN-19).

11.5.2 INDIGENOUS BIDDERS

In case of indigenous bidders, the bids will be evaluated on the FOR destination cost
of the 49 RST machines, erection and commissioning, FOR destination cost of
spares as per appendix-I, and applicable IGST/CGST/SGST i.e. by adding the
following components as quoted in Annexure-4 (Price Format For Indigenous
Bidders):
a) Discounted Basic (Ex-factory) Price per RST (SN-3).
b) Applicable IGST/CGST/SGST per RST @18% (if payable through SFIS/EPCG scrips
etc. or if input tax credit is available to CONCOR then this will be considered as
NIL) (SN-4),
c) Inland transportation etc as per SN-5,
d) Applicable IGST/CGST/SGST @18% on Inland Transportation including handling
clearing and forwarding (if payable through SFIS/EPCG scrips etc. or if input tax
credit is available to CONCOR then this will be considered as NIL) (SN-6),
e) Discounted Basic (Ex-factory) Price of the spares (SN-10),
f) Applicable IGST/CGST/SGST @18% on spares (if payable through SFIS/EPCG
scrips etc. or if input tax credit is available to CONCOR then this will be
considered as NIL) (SN-11),
g) Inland transportations cost for spares (SN-12),
h) Applicable IGST/CGST/SGST @18% on Inland transportations cost for spares etc
and on any other cost (if payable through SFIS/EPCG scrips etc. or if input tax
credit is available to CONCOR then this will be considered as NIL) (SN-13),
i) Erection, Installation, Commissioning and Testing etc (SN-15),
j) applicable IGST/CGST/SGST @18% on Erection, Installation, Commissioning and
Testing etc (if payable through SFIS/EPCG scrips etc. or if input tax credit is
available to CONCOR then this will be considered as NIL) (SN-16),

11.6 INSURANCE

11.6.1 Foreign Bidder - In the case of foreign bidders, the insurance shall be arranged by
the Supplier in an amount equal to 110% of the Contract value of the 49 RSTs
(inclusive of cost of spares as per appendix-I, erection and commissioning cost at
ultimate destination) from “warehouse to warehouse” i.e. from the
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 19 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


manufacturers‟ works to the ultimate destinations mentioned in Section-V,
Schedule of Requirements, on “All Risks” basis including unnatural calamities,
strike clauses etc. CONCOR should be named as the beneficiary of the insurance.

Indigenous bidder - In the case of indigenous bidders, the insurance shall be


arranged by the supplier in an amount equal to 110% of FOR ultimate destination
value of the 49 RSTs (inclusive of cost of spares as per appendix-I, erection and
commissioning cost at ultimate destination) from “warehouse to warehouse” i.e.
from manufacturer‟s warehouse to nominated ultimate destination on “All
Risks” basis including war risk, unnatural calamities, strike clauses etc. CONCOR
should be named as the beneficiary of the insurance.

11.6.2 Lodging of Claim - In case of any loss/damages of RST machines, the nominated
consignee will advise the supplier within 45 (forty five) days of the arrival of
consignment at different terminals of CONCOR, as specified in Schedule of
Requirements Section-V, and it shall be the responsibility of the supplier to lodge
necessary claim on the carrier and/or insurer and pursue the same. The supplier
shall, however, at their own cost replace/rectify the RST cranes lost/damaged to
the entire satisfaction of the consignee within 30 days from the date of receipt of
intimation from the consignee, without waiting for the settlement of the claim.

11.7 Terms pertaining to GST

11.7.1 The Bidder / Contractor undertakes to take registration with GST authority for
discharge of its obligation to pay GST in respect of each taxable supply and will
intimate the registration details to CONCOR. In respect of each supply of Goods
and Services Bidder / Contractor will specify whether CGST/SGST will be attracted
or IGST will be attracted along with rate thereof.

11.7.2 The Bidder / Contractor indemnifies CONCOR, its director, officers/employees and
associates for any loss it may suffer as result of the Bidder / Contractor not being
registered with GST authorities or if registered, for any loss due to non-payment of
tax. On request by CONCOR, the Bidder / Contractor shall produce evidence that it
is so registered and paid all the dues in respect of GST. The Bidder / Contractor will
get payment of amount of tax only after the Credit thereof is received by CONCOR
in the electronic credit ledger on GSTN. In case the Bidder / Contractor is
unregistered then submit appropriate documents establishing that agency is
exempted as per the provisions of GST. Also, in case the agency is registered under
Composition Levy Scheme, the same will be duly intimated to CONCOR with
relevant documents.

11.7.3 Bidder / Contractor shall ensure timely issue of documents such as invoices,
declaration forms, reporting, uploading etc. undertaking appropriate statutory
compliances as may be applicable, timely payment of GST and filling of statutory
returns within prescribed time lines, to ensure availment and utilization of eligible
input tax credits by CONCOR.

11.7.4 In Case of any failure on the part of Contractor/Bidder, any interest/penalties/any


other amounts, as may be applicable shall be indemnified by Bidder / Contractor to
the CONCOR.

11.7.5 If as result of Change in Law, Bidder / Contractor obtain a benefit by way of


reduction in costs due to lower tax rates and availability of ITC, Bidder / Contractor
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 20 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


may so notify the CONCOR and propose amendment to this Agreement so as to pass
the incremental benefit to CONCOR which puts it in the same financial position as it
would have occupied had there been no such Change in Law resulting in such
decreased cost to the Contractor/Bidder.

11.7.6 Any denial of input credit due to any omission or failure on the part of the
Contractor/Bidder, the Bidder / Contractor undertakes to indemnify the CONCOR
for any delay or denial of input tax credit along with the consequential liability, if
any, as may accrue to the CONCOR.

12.0 GENERAL

12.1 The bidder must ensure that the conditions laid down for submission of offers
detailed in the preceding clauses is completely and correctly fulfilled. Tenders,
which are not complete in all respects as stipulated above, may be summarily
rejected.

12.1.1 The bidder should avoid ambiguity in their offer. He should specifically specify
dimensions, tolerance, clearance etc. in details without any ambiguity. Brief
descriptions such as `standard length‟ etc. should be avoided in the offer.

12.2 Validity of Offer - The offer shall be kept valid for a minimum period of 180 (One
Hundred Eighty) calendar days from the date fixed for opening of tenders.

12.3 CLARIFICATION OF BIDS - Any clarification on bid document can be sought in


writing and should reach this office 07 days before the Pre-Bid Meeting by
prospective bidder. A bidder should seek all his clarification in one letter.

Normally request for extension of the date of bid submission will not be
entertained.

12.3.1 Pre-Bid Meeting – A pre-bid meeting shall be held at 07/11/2017 at 11:00 IST), at
CONCOR Bhawan, C-3 Mathura Road, New Delhi -110076. Clarifications on queries
received from the bidders shall be provided. Any additional information required
can also be provided if requested by the bidder. Any queries not submitted earlier
by a bidder may be raised and discussed with the permission of CONCOR during pre-
bid meeting. Written Copies of CONCOR response, after the pre-bid meeting
(including an explanation of the query but without identifying the source of
enquiry), will be posted at www.concorindia.co.in, and
www.tenderwizard.com/CCIL

12.3.1 All such clarifications shall form part of bidding document and shall accompany the
bidder‟s proposal.

12.4 Bids/offers received through fax/email/telex will not be entertained and would be
summarily rejected. Offers to be submitted through online mode on
www.tenderwizard.com/CCIL only.

13.0 LAST DATE OF TENDER SUBMISSION

LAST DATE OF online submission e-Tenders is at 17.00 hrs on 28/11/2017.


The offer complete in all respects should be submitted / uploaded online in the e-
Tendering web site www.tenderwizard.com/CCIL.
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 21 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017

14.0 CHANGES IN THE DATE OF BID OPENING

In case the due date for opening of tender (30/11/2017) is declared a Public
Holiday, the tender will be opened at the same time and same location on the next
working day.

15.0 ON LINE SUBMISSION OF OFFERS

15.1 Submitted Bid - Bidders shall submit the bid as per the guidelines given in Clause-
6.0 of Section-II i.e. the two (2) packets / bids and Packet-1 uploaded will consist
of Earnest Money and Technical bid. The packet-2 is for the e-price bid only.

15.1.1 The bid shall contain no interlineations, erasures or overwriting except as necessary
to correct errors made by the Bidder, in which case the person or persons signing
the bid shall initial such corrections. Any interlineations, erasures or overwriting
shall only be valid if they are initialed by the signatory(s) to the bid.

15.2 OPENING OF TECHNICAL BIDS

15.2.1 Out of the received tenders, the packet 1 (i.e. e-earnest money) and (Technical
bid) shall only be opened as per the date and time mentioned in Invitation of Bid,
Section-I through online process of e-tendering which will be notified to such
bidders. The e-bid will be opened in the presence of such of the bidders or their
authorized representatives who may like to be present, at 11.30 hrs on the date
and the location specified in the “Bid Invitation”.

15.2.2 All bidders or their representatives must bring with them an authority letter on the
letterhead of the bidder, duly signed by authorized signatory, to attend the e-
tender opening, failing which they will not be allowed to attend the opening of the
e-tenders.

15.2.3 The bidder‟s representative, who will be present, shall sign in a register evidencing
their attendance.

15.2.4 The bidders‟ names, presence of Earnest Money Deposit in terms of clause-3.8 of
Section-II, General Instructions to Bidders, and such other details, as CONCOR, at its
discretion, may consider appropriate will be announced at the time of opening of
the 1st stage e-bid (packet-1).

15.2.5 Prices shall not be mentioned in the Technical Bid (Packet-1). Technical Bid
containing Price Bid shall be summarily rejected.

15.2.6 Any non-conformance of earnest money to the conditions stipulated in Clause-3 of


Section-II, General Instructions to Bidders discovered subsequent to the 1st stage e-
bid opening would also render the bid submitted as non-responsive and will be
rejected.

15.3 OPENING OF PRICE BIDS

15.3.1 At the end of the 1st stage evaluation, CONCOR will invite qualified bidders to attend
the 2nd stage bid opening at a specified date, time and place with a notice of 1 (one)
week. The packet-2 uploaded containing e-Price Bid shall be opened.
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 22 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


15.3.2 The qualified bidders‟ representative, if present, shall sign in a register evidencing
their attendance.

16.0 IT MAY PLEASE BE NOTED THAT CONCOR RESERVES THE RIGHT TO:
(i) Extend the date of submission of the tender.
(ii) Modify the terms and conditions of the e-Bid.
(iii) Relax the tender conditions at any stage, if considered necessary for the
purpose of finalizing the contract in overall interest of CONCOR.
(iv) To negotiate the rates with the lowest qualified bidder i.e. L-1. The bidder shall
not increase their rate in case CONCOR negotiates for reduction of rates. Such
negotiations shall not amount to cancellation or withdrawal of original offer and
rates originally quoted shall be binding on the bidder.
(v) Accept an e-tender for a part or whole of the quantity offered, reject any
tender, may not accept lowest or any tender without assigning any reason. Any
such action will not be called into question and the bidder shall have no claim in
that regard against CONCOR.

17.0 CONFIDENTIALITY OF TENDER DOCUMENTS

The bidder shall treat the contents of the e-tender documents as Private and
Confidential.

18.0 EVALUATION OF THE OFFERS

CONCOR will evaluate the bids in 2 stages. In the 1st stage, earnest money and
technical bids, and in 2nd stage, the price bids.

18.1 CONCOR will examine the technical bids to determine whether they are responsive
i.e.
(i) These are complete,
(ii) Earnest Money is in the requisite form, with required validity period and as
per format given in Annexure-2/Annexure-2A is available.
(iii) The validity of the bid is as per the Bid Document,
(iv) The bid document has been properly “digitally signed” by the authorized
signatory and numbered properly. The bidder is an established manufacturer
as per Clause 2.1 (a) of Section-II.
(v) Financial Statement as Per Clause 2.1 (b) of Section II.
(vi) “Deviation Statement” or “Nil Deviation Undertaking” has been submitted
as per Annexure-6 and no deviation has been given in respect of items given
in clauses-18.1.2 of Section-II, General Instructions to Bidders.
(vii) No condition stipulated in any clause/sub-clause of Section-II, Section-III,
Section –IV, Section – V, Section-VI and its associated annexures.
(viii) Documents required to be submitted by the bidder vide Clause-2.0 & 6.0 of
Section-II have been furnished.
(ix) Any other document required as per the condition of tender.

18.1.1 To assist the examination, evaluation and comparison of bids, CONCOR may, at
its discretion, ask the bidder for clarification of its e-bid. The request for
clarification and the response thereto shall be in writing and no change in price
or substance of the bid shall be sought/offered or permitted.

18.1.2 No deviation whatsoever is permitted by CONCOR to the provisions relating to the


following clauses (important provisions).
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 23 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


a) Resolution of Disputes (Clause 14 of Section-III),
b) Liquidated Damages (Clause 11of Section-III),
c) Payment (Clause 8 of Section III),
d) Performance Guarantee (Clause-20 of Section-II), and
e) Guarantee and Warranty (Clause 12 of Section III),

18.1.3 CONCOR may waive of any minor infirmity/non-conformity/irregularities in a bid.


CONCOR reserves the right to accept or reject any deviations and its decision thereon
shall be binding on all the bidders.

18.2 OPENING OF e-PRICE BIDS

The price bids would be e-opened on a nominated date and time in the presence of
the authorized representatives of the bidders who have been qualified in the 1st stage
evaluation of the technical bids.

NOTE: To facilitate evaluation and comparison, the purchaser will convert all
applicable bid prices expressed in US DOLLAR OR EURO (in case of foreign bidders) in
the bid price as payable, to Indian National Rupees at the TT selling exchange rate
established by Nationalized/Scheduled Commercial Bank in New Delhi as on the date
of the tender opening (Technical Bid).

18.3 EVALUATION OF PRICE BIDS

The price e-bids would be evaluated as per details given in para 11.5 of Section-II to
determine whether the prices have been properly quoted as per format given in
Annexure-3/Annexure-4 along with Appendix-1and it is unconditional.

18.4 If required, bidders would be asked to give detailed analysis of their quoted cost,
which the bidder shall furnish without any reservation.

18.5 CONCOR will award the contract to the bidder whose bid for design, manufacture,
supply & commissioning of 49 RSTs at specified terminal of CONCOR has been
determined to be the lowest evaluated bid conforming to the terms and conditions of
various sections of the Bid Document. The rates finally accepted will be binding on
both the parties and no change in the accepted rates will be permissible during the
currency of the contract.

18.5.1 In terms of guidelines in vogue for MSE bidders, eligible MSE(s) quoting a price within
price band of L1+15% shall be allowed to supply a portion of the requirement by
bringing down their price to L1 price in a situation where L1 price is from someone
other than a MSE and such MSE‟s can be together ordered up to 20% of the total
tendered value, subject to satisfy the criteria as detailed in 2.1 & 2.3 of Section-II.

18.5.2 In terms of orders for Public Procurement (Preference to Make in India), eligible
indigenous bidders, quoting a price within price band of L1 +20% shall be allowed to
supply a portion of the requirement by bringing down their price to L1 price in a
situation where L1 price is from someone other than a indigenous bidder and such
indigenous bidders can be together ordered up to 50% of the total tendered value,
subject to satisfy the criteria as detailed in 2.1 of Section-II.

To avail the benefits of Purchase Preference, in terms of orders for Public


Procurement (Preference to Make in India), the minimum local content shall be 50%.
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 24 OF 109
Section-II:
Section-II: General
General Instructions
Instructions to
to Bidders
Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


Local content means the amount of value added in India which shall be the total
value of the item procured (excluding net domestic indirect taxes) minus the value of
imported content in the item (including all customs duties) as a proportion of the
total value, in percent. The indigenous bidder is required to provide a certificate
from the statutory auditor or cost auditor of the company (in the case of companies)
or from a practicing cost accountant or practicing chartered accountant (in respect of
suppliers other than companies) giving the percentage of local content.

Explanation: If L1 bid is not from a Indigenous bidder, 50% of the ordered quantity
shall be awarded to L1. Thereafter, the lowest bidder amongst the Indigenous bidder,
meeting the qualifying criteria, will be invited to match the L1 price for the
remaining 50% quantity subject to the Indigenous Bidder quoted price falling within
the margin of L1+20% and the contract for that quantity shall be awarded to such
Indigenous bidder subject to matching the L1 price. In case, such lowest eligible
Indigenous bidder fails to match the L1 price or accepts less than the offered quantity
the next higher Indigenous Bidder within the margin of L1 +20% shall be invited to
match the L1 price to remaining quantity and so on an contract shall be awarded
accordingly. In case some quantity is still left uncovered, then such balance quantity
may also be ordered on the L1 bidder.

19.0 NOTIFICATION OF AWARD

19.1 As mentioned in Clause-18.5 above, subsequent to opening of bids, CONCOR will


notify the acceptance of bid to the successful bidder either through a letter sent by
courier/Registered Post or fax or email. In case of acceptance communicated through
fax or email, the same would be followed with a letter sent through courier or post.

19.2 CONCOR will be the sole judge in the matter of award of contract and the decision of
CONCOR shall be final and binding.

19.3 Notification of Award will constitute the formation of contract subject to submission
of Performance Security as per Clause - 20.0 of Section-II and signing of contract in
accordance with the provision of clause - 21.0 of Section-II.

19.4 Successful Bidder will submit the undertaking as per clause 26.0 of Section – II and
clause 9.4 of Section-III.

20.0 PERFORMANCE SECURITY

The successful bidder shall be required to submit performance security within 30 days
of issue of Notification of Award as under:

20.1 Performance Security for warranty / guarantee of the machines: The successful
bidder shall be required to submit performance security equivalent to 5% of the
contract price for supply of 49 Nos. RSTs (CIP Price inclusive of CIP cost of spares as
per appendix-I, cost of erection and commissioning at specified terminals of CONCOR
in the form of a bank guarantee in the quoted currency of bid as per format given in
Annexure-8. The validity period of performance guarantee should be as per details
given in clause 12.2 of Section-III, Terms & Conditions.

The validity of the bank guarantees for supply should be 90 days more than the
stipulated Guarantee period of 24 months from the final acceptance (commissioning)
of last RST. The indicative chart for guarantee period is shown in Annexure-9.
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 25 OF 109
CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017
Further, in case of any delay in the supply and commissioning of the RSTs at the
nominated destinations, the performance guarantees shall also be correspondingly
extended.

Note: The performance Bank Guarantee can be from any of Nationalised/Schedule


Commercial Bank in India or from a foreign bank (preferably supplier‟s own
bank) duly confirmed by Nationalised/Schedule Commercial Bank in India. The
performance bank guarantee shall be in favour of “Container Corporation of
India Ltd.” New Delhi. No interest shall be allowed or paid by CONCOR on the
security deposit.

20.2 CONCOR shall be entitled to appropriate the whole or any part of the performance
security deposit in the circumstances hereinafter provided without prejudice to any
other remedy or right. CONCOR shall be entitled to recover any loss or damage that
CONCOR may suffer or sustain by reason of failure of the contractor to observe and in
performance of the terms and conditions of this contract or any amount that may
become due to CONCOR under or by reason of the terms and conditions, of this
contract from the amount of performance security deposit, and in the event of any
balance remaining due to CONCOR, the contractor shall forthwith pay the same. In
the event of any such deduction being made from the performance security deposit,
the contractor shall at once make good the deficiency in the amount of the
performance security deposit within fifteen days of the date of demand to this
effect, failing which CONCOR shall deduct the same from the amounts due to the
contractor.

20.3 The performance security deposit referred to above shall be forfeited by CONCOR in
the event of any breach on the part of the contractor of any of the terms and
conditions of the contract, leading to premature termination of the contract, without
prejudice to CONCOR‟s other rights and remedies available under law.

21.0 SIGNING OF THE CONTRACT

Subsequent to unconditional acceptance of Notification of Award and submission of


Performance Security, the bidder would be required to sign Contract agreement. The
draft contract agreement is attached as Annexure-10.

22.0 Quantity Variation

The purchaser reserves the right to vary the quantity of the material tendered for by
up to plus/minus 30% either at the stage of ordering or at any time before the expiry
of stipulated time for delivery (inclusive of erection and commissioning of the 49 Nos.
RST machines).

23.0 SPECIAL CONDITIONS STIPULATED BY BIDDER, IF ANY

The bids with any special conditions are liable to be rejected. Bidders are advised not
to stipulate any condition on their own in the tender documents issued by Container
Corporation of India Ltd. If at all the bidder finds it necessary to
write/clarify/explain/stipulate anything, it should be done on the bidder‟s separate
letterhead clearly and the same should be attached with the tender.
24.0 CHECK LIST

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 26 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


24.1 Checklists have been included as Annexure-12 and Annexure-13 of Section-V of the
Bid Document. This has been designed to help the bidders in submitting complete
offers. The bidders must fill this Check List & submit along with their offer in their
own interest

25.0 INTEGRITY PACT - TRANSPARENCY IN PROCUREMENT PROCESS

CONCOR has introduced an Integrity Pact to ensure transparency in the procurement


process. A copy of the Integrity Pact is placed in Annexure No.14. The authorized
signatory of the bidder is required to digitally sign and return the copy of Integrity
Pact along with the Bid Document.

25.1 Name of CONCOR nominated Independent External Monitors (IEMs) appointed on


nomination by Central Vigilance Commission, Govt. of India are as under:

1. Shri Vijay Raghav Pant, I.P.S. (Retd.) and


2. Shri G.N.Asthana, General Manager South Central Railway (Retd.),

25.2 A person/bidder signing IP shall not approach the courts while representing the matter
to IEMs and they will await their decision in the matter.

25.3 In case of sub-contracting, the principal contractor shall take the responsibility of the
adoption of IP by the sub-contractor.

26.0 PATENT RIGHTS

The Supplier shall indemnify the Purchaser against all third-party claims of
infringement of patent, trademark or industrial design rights arising from use of the
Goods or any part thereof in India

27.0 INCIDENTAL SERVICES

27.1 The supplier will be required to provide any or all of the following services.
a) Performance and supervision of the on-site assembly and start-up of the
supplied Goods.
b) Furnishing of tools required for assembly and / or maintenance of the supplied
Goods.
c) Furnishing of detailed operations and maintenance manual for each
appropriate unit of supplied Goods.
d) Performance or supervision or maintenance and repair of the supplied Goods,
for a period of time agreed by the parties, provided that this service shall not
relieve the Supplier of any warranty obligations under this contract.
e) Conduct of the Purchaser‟s personnel, at on-site, in assembly, start-up,
operation, maintenance and /or during repair of the supplied Goods.

28. Closing Conditions:

28.1 In case the tender is awarded to the JV, pursuant to Clause 2.4 of Section II, the
award of the Tender, shall culminate into the Contract and be confirm subject to the
fulfilment of the closing conditions mentioned hereunder:-

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 27 OF 109
Section-II: General Instructions to Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


Each JV Partner/Entity shall furnish an undertaking to CONCOR confirming and
acknowledging the following as per Annexure-15.

a) That Each JV Partner/Entity shall be jointly and severally liable for the
performance of the contract and guarantee/warranty of the equipments
including RST Machines upto 24 months from the final acceptance
(Commissioning) of the last RST Machines at specified terminal of CONCOR.
b) Each JV Partner/Entity shall jointly and severally provide for technical support
including but not limited to supply of spares during the design life of the
equipment being tendered:
c) Each JV Partner / Entity shall not transfer/sell its shares and/or exit the JV
before the performance of the contract and completion of the warranty period
of the RST Machines.

28.2 In case the Tender is awarded to the bidder on the basis of the technical
collaboration agreement with the manufacturer of RST Machines pursuant to Clause
2.5 of Section II, the award of the tender shall be confirmed and culminate into a
contract subjected to the fulfilment of the closing conditions mentioned
hereunder:-
a) The Bidder and the technical collaborator/manufacturer shall submit a
Surety Bond equivalent to the project value/tender cost on a Non-Judicial
Stamp Paper of Rs.100/- executed on award of the tender, whereby
confirming and acknowledging that the technical Collaborator/manufacturer
shall jointly and severally guarantee to undertake full liability for
performance of the contract, warranty and maintenance guarantee of the
RST Machines, to be supplied under this tender as per Annexure-16.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 28 OF 109
Section-III: Terms and Conditions

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


SECTION – III
TERMS AND CONDITIONS

1.0 DEFINITIONS & INTERPRETATION

1.1 In this Contract the following terms shall be interpreted as indicated:

"The Contract" means the agreement entered into, between the CONCOR and the
Contractor, as recorded in the Contract Form signed by the parties, including all the
attachments and appendices thereto and all documents incorporated by reference
therein.

“The Machine Price” means the price payable to the Supplier i.e. in case of Foreign
Bidders – CIF Price less discount up to the Port of Discharge in India and in case of
Indigenous Bidders – Ex-Factory price less discount.

"The Contract Price" means the price payable to Contractor under the Contract for
full and proper performance of its contractual obligations (i.e. the CIP /FOR
destination price of machines including erection & commissioning charges and spares
up to the final destination and agency commission, if applicable, inclusive of
statutory duties/taxes ,and also any other cost quoted and accepted).

"CONCOR" means the Organization or its authorized representative, in this case


Container Corporation of India Ltd.

“Notification of Award” means the letter or memorandum communicating to the


Contractor, the acceptance of their bid.

“Consignee” means where the Reach Stacker Machines are required by the NOA to
be despatched by Rail, Road, Air or Ship, the person specified in the NOA to whom
the Reach Stacker Machines are to be delivered at the ultimate destination.

“Successful Bidder/Contractor/ Supplier” means the person, firm or company with


whom the order for supply is placed and shall be deemed to include the
Contractor‟s successors (approved by the Purchaser), representatives, heirs,
executors and administrators, as the case may be, unless excluded by the terms of
the contract.

“Inspecting Officer” means the person, or organisation specified in the contract for
the purpose of inspection of RST machine under the contract and includes their-
authorised representative.

“Material” means anything used in the manufacture or fabrication of the Reach


Stacker Machines “Particulars” include –
a) Specifications,
b) Drawings / Sketches,
c) “Proprietary mark” or “Brand” means the mark or brand of a product which
is owned by an industrial firm,
d) Any other details governing the construction, manufacture or supply of
stores as may be prescribed by the contract.

“Acceptance Test” means such test or tests as are prescribed by the


specification(s), to be carried by CONCOR or its authorised nominee, at the
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 29 OF 109
Section-III: Terms & Conditions

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


supplier‟s premises in presence of supplier‟s representative, before the machine is
cleared for shipment / despatch by CONCOR.

“Purchase Officer” means the officer signing the Notification of Award and
includes any officer who has authority to execute the relevant contract on behalf of
CONCOR.

“Purchaser” means the Organisation purchasing the Reach Stacker Machine i.e.
CONCOR.

“Signed” includes stamped, except in the case of Notification of Award or any


amendment thereof.

“Site” means the place specified in the contract at which any work is required to
be executed by the Contractor under the contract or any other place approved by
CONCOR for the purpose.

“Machines” means the Reach Stacker Machine specified in the contract, which the
Contractor has agreed to supply under the contract.

“Test” means such test as is prescribed by the particulars or considered necessary


by the Inspecting Officer whether performed or made by the Inspecting Officer or
any agency acting under the direction of the Inspecting Officer.

“Writing” or “Written” includes matter either in whole or in part, in manuscript,


typewritten, lithographed, cyclostyled, photographed or printed under or over
signature or seal, as the case may be.

“Sub Contractor” shall mean a person or persons to whom a part or full portion of
the work has been assigned by the Contractor with information to CONCOR in
writing

2.0 COUNTRY OF ORIGIN - The Supplier shall furnish Certificate of Origins of the Goods
being manufactured outside India and supplied in case of foreign bidders.

2.1 Port of Dispatch – Foreign Bidder is required to submit name of Port of Dispatch
and Indigenous Bidder is required to submit dispatch location for RST machines and
spares.

3.0 STANDARDS - The Reach Stacker Machine supplied under this Contract shall
conform to the standards mentioned in the Technical Specifications Where no
applicable standard is mentioned, authoritative standard appropriate to the country
of origin of RST and its components/sub-assemblies should be offered. Such
standards shall be the latest issued by the concerned institution of the Country of
Origin.

4.0 DRAWINGS AND QAP - The successful bidder/supplier would furnish the indicative
drawings and technical data, PERT Chart for complete activities i.e. Quality
Assurance Plan, proforma for acceptance test and inspection at the manufacturer‟s
premises, dispatch, receipt at site, commissioning plan and schedule, proforma for
acceptance test at the nominated site after commissioning of the machine, handing
over etc. within 30 days of the Notification of Award.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 30 OF 109
Section-III: Terms and Conditions

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


5.0 INSPECTION AND TESTS

5.1 CONCOR or its authorized nominee / agency will carry out inspection. The cost of
deployment of inspecting officials will be on CONCOR‟s account subject to the other
provisions herein contained. At least 3 (Three) weeks‟ notice must be given to
CONCOR/ inspecting authority to enable them to arrange the necessary inspection.
All RST machines indicated for the respective lot will be inspected together.

5.2 FACILITY FOR TEST & EXAMINATION

5.2.1 The supplier shall provide, without extra charge, all materials, equipments, tools,
labour and assistance of every kind which the CONCOR‟s representative or its
authorised nominee may consider necessary for any tests and examinations, at the
supplier‟s premises and shall pay all costs attendant thereon.

5.2.2 The supplier shall also provide and deliver free of charge, at such places as CONCOR
or its authorised nominee may nominate such material as they or their nominee may
require for test by chemical analysis or independent testing machines/agencies.

5.3 NOTIFICATION OF RESULT OF INSPECTION - On the Reach-stacker machines being


found acceptable by the Inspecting Officer, he shall furnish the supplier with
necessary copies of the Inspection Certificate duly completed, for being attached to
the supplier‟s bill in support thereof.

5.4 CERTIFICATION OF INSPECTION AND APPROVAL

5.4.1 No reach stacker machine will be considered ready for delivery / shipment until
CONCOR or the Inspecting Officer nominated by CONCOR shall have certified in
writing that the machines have been inspected and approved by him.

5.4.2 It shall be the responsibility of the supplier to ensure that only such reach stacker
machines as have been duly inspected and approved by the Inspecting Authority are
offered for shipment/dispatch.

5.5 INSPECTING OFFICER – POWER OF REJECTION

5.5.1 The Inspecting Officer shall have the powers: -


(i) Before any Reach stacker or part thereof submitted for inspection, to certify
that these cannot be in accordance with the contract owing to the adoption
of any unsatisfactory method of manufacture.
(ii) To reject any Reach-stacker machine submitted as not being in accordance
with the specifications.
(iii) To reject the whole of the lot offered for inspection, if after inspection of
such portion thereof as may in his discretion think fit, he is satisfied that the
same is unsatisfactory.
(iv) To mark the rejected reach stackers machines / sub-assembly with a
rejection mark, so that these may be clearly identified if re-submitted.

5.5.2 The inspecting officer‟s decision as regards the rejection shall be final and binding
on the supplier.

5.5.3 The purchaser‟s right to inspect, test and where necessary reject the reach stacker
at the time of putting into service shall, in no way, be limited by reason of the
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 31 OF 109
Section-III: Terms and Conditions

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


reach stackers having previously being inspected, tested and passed by the
purchaser‟s representatives.

5.5.4. Nothing in this clause shall, in any way, release the supplier from any warranty or
other obligations under this contract.

5.5.5 Consequences of rejection: If on the reach stacker or any of its sub-assembly being
rejected by the inspecting officer or the consignee at the ultimate destination, the
contractor fails to make satisfactory supplies within the stipulated period of
delivery, the purchaser shall be at liberty to: -

i Request the contractor to replace the rejected reach stacker / any of its
sub-assemblies forthwith but in any event within the period of 60 days from
the date of rejection and the contractor shall bear all the cost of such
replacement, including freight, if any, on such replacing and replaced reach
stacker / its sub-assemblies but without being entitled to any extra payment
on that or on any other account.

ii Purchase or authorize the purchase of quantity of the reach stackers / any


of its sub-assemblies rejected of others of a similar description (when reach
stacker / any of its sub-assemblies exactly complying with the particulars
are not, in the opinion of the Purchaser, which shall be final, readily
available) without notice to the contractor, at his risk and cost and without
affecting the contractor‟s liability as regards to the supply of any further
installment due under the contract, or

iii Cancel the contract and Purchase or authorize the Purchase of the reach
stackers (when reach stackers exactly complying with the particulars are
not, in the opinion of the Purchaser, which shall be final, readily available)
at the risk and cost of the contractor. In the event of action being taken
under sub-clause (ii) above or this sub-clause, the provisions of clause 11
and 16.2 of the Terms and Conditions Section-III of the Bid Document shall
apply as far as applicable.

5.5.6 Rejected reach stackers - On rejection of any reach stackers submitted for
inspection at a place, other than the premises of the contractor, such reach
stackers shall be removed by the contractor at his own cost, subject as hereinafter
stipulated, within 14 days of the date of intimation of such rejection. If the such
concerned communication, is addressed and posted to the contactor at the address
mentioned in Clause-18 of Section-III, Terms & Conditions, it will be deemed to
have been served on him at the time when such communication would in course of
ordinary post reach the Contractor.

5.5.7 All rejected reach stackers shall in any event and circumstances remain and always
be at the risk of the contractor, immediately on such rejection. If such reach
stackers are not removed by the contractor within the periods aforementioned, the
purchaser / inspector may remove the rejected reach stackers and either return the
same to the contractor at his risk and cost by such mode of transport as the
Purchaser or the inspector may decide, or dispose of such reach stackers at the
contractor‟s risk and on his account and retain such portion of the proceeds, if any,
from such disposal, as may be necessary to recover any expense incurred in
connection with such disposals (or any price refundable as a consequence of such
rejection). The Purchaser shall in addition, be entitled to recover from the
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 32 OF 109
Section-III: Terms and Conditions

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


contractor, the handling and storage charges for the period during which the
rejected reach stackers are not removed / disposed off in accordance with the
provisions thereof.

6.0 DELIVERY AND COMMISSIONING SCHEDULE - The successful bidders would despatch
and commission the RST machines on CIP (for foreign supplier)/FOR (for Indian
Supplier) ultimate destination basis as per schedule given in Schedule of Requirement
(Section-V). After successful completion of supply and testing as per Section-IV, final
commissioning certificate will be issued as per Annexure-18.

7.0 SHIPMENT MARKINGS - The shipping mark should be “CONCOR”. This marking
should be shown on each Packet. Certificate to this effect to accompany documents
under Letter of Credit (LC) for foreign bidders or dispatch documents in case of
indigenous bidders.

7.1 The Supplier shall ensure use of IACS (International Association of Classification
Societies Ltd) accredited vessel. Any extra expenditure by way of extra insurance
etc., if incurred, for use of non-classified/over aged vessel, shall be on the
supplier‟s account.

8.0 PAYMENT

8.1 PAYMENT FOR SUPPLY OF THE MACHINES BY FOREIGN BIDDERS - The payments
shall be made as follows:-

(i) On shipment – 85 % of the machine price shall be paid through irrevocable


without recourse to the drawer confirmed Letter of Credit (LC) issued by any
scheduled bank in India, payable at site for each lot of RST machines shipped on
submission of documents specified in Clause-8.3 of Section-III (Terms &
Conditions).

In case of confirmed LC, all charges levied by foreign banks shall be borne by
the supplier. The LC would be governed as per UCP 600.

(ii) On Final Acceptance of goods: Balance 15% of the machine price for the
commissioned RST along with 100% of the local transportation cost & its 100%
cost of erection and commissioning would be paid, within 30 days on submission
of claim, supported by the Commissioning Certificate issued by the purchaser‟s
representative, after deduction of liquidated damages (LD), if any, for delay in
supply, erection and commissioning of the RST machines vis-à-vis the
commissioning schedule specified in Notification of Award (NOA) or Contract
Agreement.

The term “Machine Price” has been defined in Clause 1.1 of Section-III.

(iii) Payment for Spares:

85% Payment - Payments of CIF price of spares as per Appendix 1 would be


made through irrevocable without recourse to the drawer confirmed Letter of
Credit issued by any Nationalized / Scheduled Bank in India, payable at site for
85% value of the goods delivered in each shipment.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 33 OF 109
Section-III: Terms and Conditions

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


Balance Payment - 15% of CIF value of spares and its 100% inland transportation
charges would be made within 30 calendar days on receipt and acceptance of
the consignment at different terminals of CONCOR, as specified in Schedule of
Requirements Section-V, in India after deduction of Liquidated Damage if any.

(iv) Agency Commission – Payment of Agency Commission, if any, would be made as


per clause 4.0 of section-II and claim supported by a certificate from CONCOR
declaring that the RST machines have been commissioned and handed over to
CONCOR in Indian National Rupees (INR) at the telegraphic transfer (TT) buying
rate of exchange ruling on the date of issue of Notification of Award (NOA)

(v) Payment of GST shall be made on proof of having deposited the same with
concerned authorities.

(vi) Payment of Local Currency Portion (INR) i.e. Inland Transportation Charges,
GST, Agency Commission etc. will be made in Indian National Rupees on
presentation of claim supported by a certificate from CONCOR declaring that
the RST machines have been commissioned and handed over if quoted in the
Price Schedule Annexure-3.

8.1.1 All bank charges outside India are to be borne by the beneficiary (supplier) inclusive
of reimbursement, if any.

8.1.2 In case the extension of LC is required on account of delay on the part of supplier
after lapse of specified delivery period, then LC extension charges would be borne
by the supplier.

8.1.3 The Letter of Credit (LC) would be established by CONCOR only on confirmation, of
the Performance Bank Guarantee as per Clause-20.0 of Section-II, by the issuing
bank. The successful bidder shall provide the following bank details for
establishment of the LC:
(a) Name of the Bank
(b) Account Number
(c) Holder
(d) Description
(e) IBAN
(f) Clearing Number
(g) BIC/SWIFT
(h) Postal Account

8.2 DOCUMENTS REQUIRED FROM THE FOREIGN SUPPLIERS FOR PAYMENT FOR SUPPLY
OF THE MACHINES/ SPARES

8.3 The following documents should be submitted for negotiation of the Letter of
Credit. The document should be ink-signed.
(i) One (01) copy of negotiable and clean on-board Bill of Lading.
(ii) One (01) copy of Invoice
(iii) Shipping document (claim copy) quoting that the goods are not included in the
negative list of imports under Import-Export Policy 2009-14 or latest.
(iv) One (01) copy of Inspection/Test Certificate issued by agency authorized by
CONCOR.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 34 OF 109
Section-III: Terms and Conditions

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


(v) One (01) copy of Certificate of Guarantee valid for a period of 24 months, as
defined in clause 12.2 of Section-III, Terms & Conditions, after the delivery
and commissioning at nominated destinations.
(vi) One (01) copy of Certificate of Origin.
(vii) One (01) copy of Packing List with full details of consignment e.g. packing,
item number, marking etc.
(viii) A certificate that the insurance closing particulars as per clause – 11.6 of
section –II have been furnished to the insurance company as well as ultimate
consignee.
(ix) Certificate that the amounts claimed are correct in terms of the contract.

8.3.1 A copy of non-negotiable Bill of Lading along with other documents mentioned in
clause 8.3 (ii) to (ix), should be forwarded through DHL/UPS / EMS / Speed Post
Courier/Scan copy through e-mail to the office of Group General Manager
(Technical), CONCOR Bhavan, C-3, Mathura Road, Opposite Apollo Hospital, New
Delhi-110076 by immediately after issue of Bill of Lading.

8.4 PAYMENT FOR INDIGENOUS BIDDERS - Payment terms should be followed strictly as
per terms and conditions of Bid Documents.

(i) Payment on receipt of RST machines at site – 85% of the machine price shall
be made on receipt of the material duly pre-inspected and received at site by
the consignee in good condition at the ultimate destination.

(ii) On final acceptance of goods – Balance 15% of the machine price for the
commissioned RST along with100% of the local transportation cost & its 100%
cost of erection and commissioning would be paid charges shall be paid within
30 days of submission of claim supported by the Commissioning Certificate
issued by the purchaser‟s representative after deduction of Liquidated
Damages (LD), if any, for delay in supply, erection and commissioning of the
RST machines vis-à-vis the commissioning schedule specified in Notification of
Award (NOA) or Contract Agreement.

The term “Machine Price” has been defined in Clause 1.1 of Section-III.

(iii) Payment for Spares: 100 % Payments for spares and its inland transportation
charges for spares would be made on receipt and acceptance of the
consignment at different terminals of CONCOR, as specified in Schedule of
Requirements Section-V, in India after deduction of LD, if any.

(iv) Payment of GST shall be made on proof of having deposited as per


provision of law to with concerned Authorities. .

The payment for each machine shall be made in the manner prescribed above
subject to imposition of Liquidated Damage (LD) as per clause 11 of Section-III, if
any.

8.4.1 DOCUMENTS REQUIRED FROM THE INDIGENOUS SUPPLIERS FOR PAYMENT FOR
SUPPLY OF THE MACHINES/ SPARES
(i) One copy of Invoice,
(ii) One (01) copy of Inspection/Test Certificate issued by agency authorized by
CONCOR.
(iii) One copy of transporters challan.
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 35 OF 109
Section-III: Terms and Conditions

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


(iv) One copy of Certificate of Guarantee valid for a period of 24 months, as
defined in clause 12.2 of Section-III, Terms & Conditions, after the delivery
and commissioning at nominated destinations
(v) One copy of Packing List with full details of RST machines consignment.
(vi) A certificate that the insurance closing particulars as per Clause-11.6 of
Section-II have been furnished to the insurance company as well as ultimate
consignees.
(vii) Certificate that the amounts claimed are correct in terms of the contract.
(viii) Certificate of receipt of the material at the consignee‟s end.

8.5 WITHHOLDING AND LIEN IN RESPECT OF SUMS CLAIMED

8.5.1. Whenever any claim or claims for payment of a sum of money arises out of or under
the contract against the Contractor, CONCOR shall be entitled to withhold and also
have a lien to retain such sum or sums in whole or in part from the amount of
Performance Guarantee furnished by the Contractor and for the purpose aforesaid,
CONCOR shall be entitled to encash Performance Guarantee and also have a lien
over the amount of Performance Guarantee pending finalisation or adjudication of
any such claim. In the event of the said amount being insufficient to cover the
claimed amount or amounts, CONCOR shall be entitled to withhold and have lien to
retain to the extent of such claimed amount or amounts referred to, from any sum
or sums found payable or which at any time thereafter may become payable to the
Contractor under the same contract or any other contract with the CONCOR pending
finalisation or adjudication of any such claim.

It is an agreed term of the contract that the sum of money or moneys so withheld or
retained under the lien referred to above, by CONCOR will be kept withheld or
retained as such by CONCOR till the claim arising out of or under the contract is
determined after Arbitration as prescribed under Clause-14.0 hereinafter provided,
as the case may be, and that the Contractor will have no claim for interest or
damages whatsoever on any account in respect of such withholding or retention
under the lien referred to and duly notified as such to the Contractor.

8.5.2. For the purpose of Clause-8.5.1, where the Contractor is a partnership firm or a
Limited Company, CONCOR shall be entitled to withhold and also have a lien to
retain towards such claimed amount or amounts in whole or in part from any sum
found payable to any partner or limited company, as the case may be, whether in
their individual capacity or otherwise.

9.0 COMPLIANCE OF LABOUR LAWS FOR ACTION PERFORMED BY THE CONTRACTOR IN


THE CONCOR DEPOTS

9.1 All labour and/or personnel employed by Contractor shall be engaged by him as
their own employees/workmen in all respects implied or expressed. The
responsibilities whatsoever, incidental or direct, arising out of or for compliance
with or enforcement of the provisions of various labour laws of the country shall be
that of the Contractor. They should specifically ensure compliance with the Indian
labour laws/acts and their enactments/amendments:

9.2 Contractor shall follow all laws of the Republic of India and shall fully indemnify
CONCOR against all payments, claims and liabilities whatsoever, incidental or
direct, arising out of or for compliance with or enforcement of the provisions of any

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 36 OF 109
Section-III: Terms and Conditions

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


of the labour laws, to the extent they are applicable to the establishment/work in
container terminals.

9.3 The Contractor shall pay to the labour employed by him wages as per provisions of
the aforesaid Act and the Rules, wherever applicable.

9.4 LOCAL AUTHORITIES - The Contractor has to conform to the general as well as the
specific requirements of the local authorities, including any requirements, which
may be imposed upon CONCOR or the contractor by the local authority.

The contractor is to warrant that all its activities in connection with the Contract
shall be in full compliance with any and all applicable laws, rules and regulations,
including any local requirements and labour regulations of the local authorities.

The Contractor should obtain appropriate licenses if any, permissions, approvals


needed from any Government Authority including but not limited to CONCOR CISF
etc.

The contractor shall indemnify CONCOR against any infringement of such laws, rules
and regulations.

10.0 PACKING

10.1 The Supplier shall provide such packing of the RST machine or parts thereof as is
required to prevent their damage or deterioration during transit to their ultimate
destinations as indicated in the Schedule of Requirement (Section-V).

10.2 In case of foreign suppliers, the RST MACHINE/its components should be sent in a sea-
worthiness condition and in proper packing. The packing should be sound and strong
enough to protect against all types of handling, ocean hazards, loading and unloading
etc.

10.3 Indigenous bidders should also ensure proper packing to protect against all types of
handling, road hazards, loading and unloading etc and also to prevent their damage
or deterioration during transit to their ultimate destinations as mentioned in
Schedule of Requirement (Section-V).

11.0 LIQUIDATED DAMAGES

11.1 FOR THE SUPPLY AND COMMISSIONING OF THE RST MACHINE In the event of the
contractor‟s failure to have RST machines commissioned by the commissioning date
for each RST within the specified period in Schedule of Requirements (Section-V),
CONCOR may deduct or recover from the contractor as liquidated damages (and not
by way of penalty), a sum at the rate of 0.5 percent (Zero Point Five percent) of
the CIP price of each “Non-commissioned” RST machine per week for each and
every week (part of a week being treated as a full week) subject to a limit of 10
(ten) percent of the CIP value of the “Non-commissioned” RST machine delayed
beyond terminal commissioning date. The liquidated damages at the rate of 0.5% of
the CIP value of undelivered spares may also be recovered for each week of delay
(including part week) beyond the date as given in Schedule of Requirements
(Section-V), subject to limit of 10 (ten) percent.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 37 OF 109
Section-III: Terms & Conditions

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


However, if the delay shall have arisen from any cause which the CONCOR may
admit as reasonable ground for further time, the CONCOR may, at their discretion,
allow such additional time as they may consider fit.

12.0 WARRANTY / GUARANTEE

12.1. General Conditions - The Supplier warrants that the RST machines supplied under
this Contract as new, unused, of the most recent or current models and incorporate
all recent improvements in design and materials unless otherwise provided in the
Contract. The Supplier further warrants that the RST machines supplied under this
Contract shall have no defect arising from design, materials or workmanship or from
any act or omission of the Supplier that may develop under normal use of the
supplied RST machines in the specified working conditions obtaining in the country
of final destination (clause 1.1 of Section-IV, Technical Specification).

12.2. Period of Warranty/Guarantee - This warranty shall remain valid for 24 (Twenty
Four) months from the final acceptance (Commissioning) of the last Reach Stacker
Machines at different terminals of CONCOR, as specified in Schedule of
Requirements Section-V, unless specified otherwise in the Terms & Conditions. The
period shall be calculated from the end of month of commissioning of the last RST
machines specified in Schedule of Requirement (Section-V).

12.3 Attention to Warranty/Guarantee Requirement (Repair) – CONCOR shall promptly


notify the Supplier in writing of any claims arising under this warranty. Upon being
notified by CONCOR, the supplier or their authorized representative should respond
within two (2) hours irrespective of whether it is night or day, Saturday, Sunday or
Public Holiday and make all necessary arrangements to carry out the repairs in the
shortest possible time. The supplier should repair or replace the defective sub
assemblies of RST machines without cost to CONCOR with 48 (forty eight) hours of
being informed by CONCOR of the defects unless good reasons acceptable to
CONCOR are given. For repairs, which in the opinion of CONCOR cannot be
completed within the said 48 hours, the supplier and CONCOR shall agree as to the
time required for repairs.

12.4 Replacement of defective sub assemblies under Warranty/Guarantee – The


replacement of the sub assemblies repaired as mentioned in Para 12.3 and being
utilized in the RST machine as intermediate measure, if warranted should
preferably be completed within 3 months without any cost to CONCOR. The
replacement shall not release the supplier from the responsibilities. The warranty
period will be extended by the numbers of days the machine remains under brake
down during the warranty period and the warranty bank guarantee would be
returned at the end of such extended period for the full machine.

Prior to completion of the warranty period, CONCOR & Contractor will discuss the
status of the warranty obligations & decide upon suitable extension of performance
guarantee period and amount. The decision of CONCOR in regard to contractors‟
liability and the amount, if any, payable under this guarantee shall be final and
conclusive.

12.5 If the Successful Bidder (Supplier), having been notified, fails to remedy the
defects/replace the defective components/sub-assemblies within the period as
specified as clause 12.3 of Section-III, CONCOR may proceed to take remedial action

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 38 OF 109
Section-III: Terms and Conditions

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


as may be necessary at the Supplier‟s risk and cost and without prejudice to any
other rights which CONCOR may have against the Supplier under the Contract.

13.0 FORCE MAJEURE CONDITIONS SHALL BE APPLICABLE

13.1 FORCE MAJEURE FOR SUPPLY

In the event of either party being rendered unable by Force Majeure to perform any
obligation required to be performed by them under the contract, the relative
obligation of the party affected by such Force Majeure shall be suspended for the
period during which such cause lasts.

The term “Force Majeure” as employed herein shall mean unforeseen circumstances
and be limited to the following:-
i) War/hostilities or Act of Terrorism,
ii) Civil Commotion or Riots
iii) Fire directly affecting the performance of the Contract,
iv) Act of God like Tempest, Flood, Earthquakes, Hurricanes, Epidemics, lightening or
other natural physical disaster, etc.
v) Restriction imposed by the Government or other statutory bodies which prevents
or delays the execution of the contract.

Upon the occurrence of such cause and upon its termination, the party alleging that
it has been rendered unable as aforesaid thereby, shall notify the other party in
writing, the beginning of the cause amounting to Force Majeure as also the ending of
the said cause by giving notice, duly certified, by the local Chamber of Commerce or
statutory authorities to the other party within 72 (seventy two) hours of the alleged
beginning and ending of the cause respectively. Time for performance of the relative
obligation suspended by Force Majeure shall then stand extended by the period for
which such cause lasts. If deliveries are suspended by Force Majeure conditions
lasting for more than 2 (two) months, CONCOR shall have the option of cancelling this
contract in whole or part at its discretion without any liability on its part.

Unless otherwise directed by CONCOR in writing, the Supplier shall continue to


perform its obligations under the Contract as far as is reasonably practical, and shall
seek all reasonable alternative means for performance not prevented by the Force
Majeure.

14.0 RESOLUTION OF DISPUTES

14.1 The Laws of Republic of India for the time being in force shall govern, construe and
enforce this contract for design, manufacture, supply, commissioning of RST.

14.2 In the event of any question, dispute or difference arising under these conditions or
instructions of Tenderers‟ or in connection with this contract (except as to any
matters the decision of which is specifically provided for by these Conditions or
Instructions to Tenderers‟) the same shall be referred to Delhi International
Arbitration Center New Delhi. The award of the Arbitrator shall be final and binding
on the parties to this contract. In case of arbitration rules governing to this effect
shall be in accordance with Delhi International Arbitration Centre as detailed
below.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 39 OF 109
Section-III: Terms and Conditions

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


The parties to the agreement agreed to resolve their disputes and differences in
accordance with the Delhi International Arbitration Centre (Arbitration proceedings)
Rules and to have the Centre as appointing Authority and/provide administrative
services that may be used and the parties agreed to submit their dispute for being
resolved in accordance with the rules of Delhi Arbitration Centre. The place of
arbitration shall be the Delhi Arbitration Centre and fee structure as mentioned by
the Delhi International Arbitration Centre for international arbitration shall apply
and binding on both the parties. The parties shall be governed by the law enforced
in India and the dispute shall be resolved by the law applicable in India. That the
parties are hereby agreed that the language used in arbitration proceedings shall be
in English. Rest of the terms is subject to agreement between the parties.

14.3 In the event of the Arbitrator dying, neglecting or refusing to act or resigning or
being unable to act for any reason, or their award being set aside by the court for
any reason, it shall be lawful for the authority appointing the Arbitrator to appoint
another Arbitrator in place of the outgoing Arbitrator in the manner aforesaid.

14.4 It is further a term of this contract that no person other than the person appointed
by the authority as aforesaid should act as Arbitrator and that if for any reason that
is not possible, the matter is not to be referred to arbitration at all.

14.5 The Arbitrator may from time to time with the consent of all the parties to the
contract enlarge the time for making the award.

14.6 Upon every and any such reference, the assessment of the cost incidental to the
reference and award respectively shall be in the discretion of the Arbitrator.

14.7 Subject as aforesaid, the Arbitration Act 1996 and the rules there under any
statutory modification thereof for the time being in force shall be deemed to apply
to the arbitration proceedings under this clause.

14.8 The venue of arbitration shall be the place from which the Acceptance of Tender is
issued or such other place as the Arbitrator at his discretion may determine.

14.9 In this clause the authority to appoint the Arbitrator includes, if there be no such
authority the officer who is for the time being discharging the functions of that
authority, whether in addition to other functions or otherwise.

14.10 No payment of interest shall be made for the disputed amounts/claims till the final
determination of dispute/claims and payment thereof pursuant to the resolution.

14.11 Obligation during tendency of arbitration – Work under the contact shall, unless
otherwise directed by the Officer in charge, continue during the arbitration
proceedings, and no payment due or payable by the CONCOR shall be withheld on
account of such proceedings, provided, however, it shall be open for Arbitral
Tribunal to consider and decide whether or not such work should continue during
arbitration proceedings.

15.0 OTHER POINTS

15.1. Subletting and Assignment - The Contractor shall not sublet (otherwise than that
which may be customary in the trade concerned), transfer, assign or otherwise part
with directly or indirectly to any person or persons, whatever is in this contract, or
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 40 OF 109
Section-III: Terms and Conditions

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


any part thereof without the previous written permission of CONCOR or its
authorised nominee.

In the event of the Contractor‟s failure to obtain such permission, CONCOR shall be
entitled to cancel the contract and to purchase the new RST machines or part
thereof elsewhere on the Contractor‟s account and risk and the Contractor shall be
liable for any loss or damage which CONCOR may sustain in consequence or arising
out of such purchase.

15.2 Changes in a Firm

(a) Where the Contractor is a partnership firm, a new partner shall not be introduced in
the firm except with the previous consent in writing of CONCOR, which may be
granted only upon execution of a written undertaking by the new partner to
perform the contract and accept all liabilities incurred by the firm under the
contract prior to the date of such undertaking. In the event of the contractor‟s
failure to comply with this requirement, it shall be lawful for CONCOR to cancel the
Contract and purchase or authorise the purchase at the risk and cost of the
Contractor and in that event the provisions of Clause-16.0 as far as applicable shall
apply.

(b) On the death or retirement of any partner of the Contractor firm before complete
performance of the contract, CONCOR may, at its option, cancel the Contract and
in such case the Contractor shall have no claim whatsoever for compensation
against CONCOR.

(c) If the contract is not determined as provided in sub-clause (b) above


notwithstanding the retirement of a partner from the firm, he shall continue to be
liable under the contract for acts of the firm until a copy of the public notice given
by him under section 32 of the Partnership Act, has been sent by him to CONCOR by
registered post acknowledgement due.

(d) The decision of CONCOR as to any matter or thing concerning or arising out of this
sub-clause (b) or on any question whether the Contractor or any partner of the
Contractor firm has committed a breach of any of the conditions in this sub-clause
(b) shall be final and binding on the Contractor.

15.3 Safety Measures -

15.3.1 The Contractor should take all precautionary measures in order to ensure the
protection of their own personnel moving about or working on CONCOR premises,
and should conform to the rules and regulations of CONCOR as applicable at site
e.g. the personnel has to be provided with Personal Protective Equipment (PPE),
proper uniform, identification documents etc.

15.3.2. The Contractor should abide by all regulations in force from time to time and
ensure that their representatives, agents or sub-contractor / vendor or workmen
follow the same.

15.3.3. The Contractor should ensure that unauthorised, careless or inadvertent operation
of installed equipment, which may result in accident to staff and/or damage to
equipment, does not occur.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 41 OF 109
Section-III: Terms and Conditions

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


15.3.4 The Contractor should indemnify and keep CONCOR indemnified and harmless
against all actions, suits, claims, demand costs charges or expenses arising in
connection with any accident, death or injury, sustained by any person or persons
within CONCOR premises and any loss or damage to CONCOR property sustained due
to the acts or omissions of the Contractor irrespective of whether such liability
arises under the workman‟s compensation act or the fatal accident act or any other
statute in force from time to time.

16.0 TERMINATION OF THE CONTRACT

16.1 TERMINATION FOR DEFAULT AND UNSATISFACTORY PERFORMANCE – CONCOR may,


without prejudice to any other remedy for breach of contract, by written notice of
30 days of default/ unsatisfactory performance, terminate the contract in whole or
part: -
(a) if the contractor fails to deliver and commission any or all of the RST machines
within the time period(s) specified in the Contract, or any extension thereof
granted by CONCOR,
(b) on account of any failure at any time on the part of Contractor to comply with
the terms and conditions of this contract to the satisfaction of CONCOR (who
shall be the sole judge and whose decision shall be final)
(c) If the Contractor fails to perform any other obligation(s) under the Contract.

16.2 In the event CONCOR terminates the Contract in whole or in part,


(a) CONCOR may procure, upon such terms and in such manner, as it deems
appropriate, RST machines similar to those undelivered and Supplier shall be
liable to CONCOR for any excess costs for such similar RST machines However,
the Supplier shall continue the performance of Contract to the extent not
terminated.
(b) Forfeit the performance guarantee and withhold any pending payments as it
may consider fit,
(c) Get the balance/remaining work done by making alternative arrangements as
deemed necessary and until such time CONCOR is able to appoint a new
Contractor;
(d) Recover from the contractor any extra expenditure incurred by CONCOR in
getting the work done which CONCOR may sustain as a consequence of such
action.

The certificate of the CONCOR official in-charge of DIFFERENT TERMINALS OF CONCOR, AS


SPECIFIED IN SCHEDULE OF REQUIREMENTS SECTION-V, as to the sum payable to the
Contractor, if he had carried out the work in question under terms of the contract,
shall be final and binding on the contractor. The Contractor shall have no claim
whatsoever against CONCOR in consequence of the termination of contract as stated
above.

17.0 Acceptance of Reach Stacker Machines despatched after expiry of stipulated


commissioning period

17.1 In case where only a part of the lot of RST machines ordered is tendered for
inspection at the fag end of the applicable activities schedule in schedule of
requirements, Section-V of that lot and also in cases where inspection is not
completed in respect of the part of the lot of RST machines tendered for inspection
during the fag end of the applicable activity schedule in schedule of requirements,
Section-V because of the reason that adequate notice for inspection in accordance
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 42 OF 109
Section-III: Terms and Conditions

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


with Clause-5 of Section-III of Terms & Conditions was not given by the bidder,
CONCOR reserves the right to cancel the order for the balance quantity, at the risk
and expense of the Bidder without any further reference to him. If the RST
machines tendered for inspection during or at the fag end of the applicable activity
schedule in schedule of requirements, Section-V are not found acceptable after
carrying out the inspection, CONCOR is entitled to cancel the contract in respect of
the same at the risk and expense of the bidder. If however, the RST machines
tendered for inspection are found acceptable, CONCOR may grant an extension of
the applicable activity schedule mentioned in schedule of requirements, section-V
subject to the following conditions:
a) CONCOR has the right to recover from the bidder the liquidated damages on
the RST machines, which the bidder has failed to commission and hand over
within the period fixed for commissioning and handing over in schedule of
requirement, Section-V
(b) The provisions of Clause 11.3 &11.4 of Section-II, General Instructions to
Bidders would govern statutory duties, taxes etc.

17.2 The bidder shall not despatch the stores till such time an extension in terms of
Clause 17.1 (a) and (b) above is granted by CONCOR and accepted by the bidder. If
the RST machines despatched by the bidder before an extension letter as aforesaid
is issued by CONCOR and the consignee accepts the same, the acceptance of RST
machines shall be deemed to be subject to the conditions (a) and (b) mentioned in
clause 17.1 above.

17.3 In case where the entire quantity has not been tendered for inspection within the
applicable activities schedule mentioned in schedule of requirements, Section-V
stipulated in the contract and CONCOR chooses to grant an extension of the
applicable activity schedule, the same would be subject to conditions (a) and (b)
mentioned in clause 17.1 above.

18.0 NOTICES - For the purpose of all notices, the following shall be the address of the
Purchaser and Supplier:

Purchaser: Container Corporation of India Ltd. (CONCOR)


CONCOR Bhawan,
C-3, Mathura Road (Opposite Apollo Hospital)
New Delhi-110076 (INDIA) (Fax- +91-11-4167 3071)

Supplier: --------------------------------------------
--------------------------------------------
--------------------------------------------

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 43 OF 109
Section-IV: Technical Specifications

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017

SECTION – IV

TECHNICAL SPECIFICATIONS

TABLE OF CONTENTS

CLAUSE NO. DESCRIPTION PAGE NOS.

1.0 OPERATING ENVIRONMENT 45


2.0 BROAD SPECIFICATION 45
3.0 CHASSIS 46
4.0 BOOM 47
5.0 CABIN 47
6.0 ENGINE 48
7.0 TRANSMISSION 48
8.0 DRIVING AXLE 49
9.0 STEERING AXLE 49
10.0 SPREADER 50
11.0 STEERING 51
12.0 HYDRAULIC SYSTEM 51
13.0 BRAKE SYSTEM 52
14.0 ELECTRICAL SYSTEM 52
15.0 SAFETY FEATURES 53
16.0 ESSENTIAL ITEMS 53
17.0 MAINTAINABILITY 55
18.0 ACCEPTANCE TEST 56
19.0 OTHER POINTS 58
20.0 SCHEDULE-1 60
21.0 SCHEDULE-II 61
22.0 SCHEDULE-III 63
23.0 APPENDIX-I 65

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 44 OF 109
Section-IV: Technical Specifications

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017

TECHNICAL SPECIFICATIONS

1.0. Requirement is of Heavy Duty Self-Propelled Power Laden Container Handler (Reach
Stacker) with Telescopic Boom and Lift Frame for handling loaded ISO containers of
20ft. and 40 ft. length.

1.1. The reach stacker should be capable of operating in the following ambient condition

Temperature 0-50 degree Celsius


Relative Humidity 100 percent
Dust particle in air High

The reach stacker equipment in general and cooling system of engine, air filtration
system of engine, seals of hydraulic system and electrical system in particular
should be suitably design to conform to the above tropical condition (i.e it should
be properly tropicalised).

2.0. The broad specification of the various sub-assemblies are as follows:

2.1. Fabrication of Reach stackers frame/chassis/boom & spreader and associated steel
structures and instructions for welding.

2.1.1. The fabrication of reach stacker frame and other associated steel structure i.e.
Chassis, boom etc should be carried out as per latest DIN/ISO/CE/AWS standards.
The brief details of guiding standards are given below:

S.No. Description Standards


1 General Fabrication DIN 18800/DIN EN1993
2 Welding Process ISO 15607, 15609 & ISO 15614
3 Welder Qualification DIN EN /287/DIN ISO 9606
4 Edge Preparation DIN 2559, 8551, EN 9692
5 Quality assurance of welding DIN 8563 / ISO 3834
operation
6 Electrodes wire flux ISO/EN14341-A

2.1.2 Fabrication plan - The successful bidder should furnish the complete fabrication
plan conforming to above-mentioned standards, at least one month before offer of
machines for inspection. The successful bidder should provide the certificate /
documents confirming material / welder trace ability, QAP (Quality Assurance Plan)
of the fabrication, flaws detected in welded joint if any and corrective action
thereon to the inspecting officials at the time of inspection of reach stacker at
bidder‟s premises.

2.1.3. Stress releasing - The stress releasing of welded structure should be carried out in
electric or gas fired furnace. The furnace should have provision for automatic
temperature recording. Such records should be shown to inspecting agency.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 45 OF 109
Section-IV: Technical Specifications

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


In case the bidder‟s design does not provide for stress relieving in an electric or gas
fired furnace, the bidder should indicate the mechanism / provisions made in the
design/manufacturing process to eliminate welding related defects such as stress,
distortion, twist etc. It should also furnish the details that no crack in structures on
account of these defects should be developed in future and the machine is able to
meet the availability and reliability.

2.1.4 Machining of fabricated structure - The machining of fabricated components should


be carried out preferably on CNC horizontal boring and milling machine to get
proper accuracy. The bidder can also use alternative methods for proper accuracy
of the fabricated structure to get the proper accuracy.

2.1.5 Surface preparation and painting - All the surface to be painted should be cleared by
grit/shot blasting as per DIN 55928 Pt.4. or Sand blasted to SA 2 ½. The surface
condition should be treated with the following:-

( 2 coats of zinc epoxy primer - 30 to 50 micron thickness)


( 2 coats of MIO epoxy primer - 50 to 70 micron thickness)

Painting
2 coats of acrylic epoxy paint - 25 to 40 micron thickness
2 coats acrylic epoxy paint - 40-micron thickness

Total DFT should be in the range of 150 to 250 microns. Total paint thickness in
terms of DFT of 80 to 250 microns with Salt resistance test of 200 hours in
accordance with ASTM B117/ISO:9227 shall be alternatively accepted in place of
150-250 microns.

Alternatively Polyurethane paint is also acceptable subjected to submission of paint


procedure & indicating salt resistance test proving similar or better than specified
procedure as indicated above.

3.0. The Chassis:

3.1 The main frame of the chassis should preferably of close box design to have high
torsional rigidity.

3.2 The structure should preferably be of design using FEM technique according to A7.
acc. FEM 1.001 or other CAD techniques for optimization of section and longer life.
Successful bidder should furnish the FEM analysis or other applicable details.

3.3 This shall be fabricated from high tensile steel minimum of 45 kg/mm2 UTS
confirming to DIN standard. The successful bidder would provide the test certificate
including metallurgical composition details of the specified high tensile steel used for
the fabrication of chassis to the inspecting officials at the inspection of the machine
at bidder‟s premises.

3.4 The Chassis should be equipped with detachable fuel and hydraulic tanks.

3.5 The counter weights should be bolted on to the rear of the chassis.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 46 OF 109
Section-IV: Technical Specifications

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


4.0 Boom:

4.1 The boom shall be designed utilizing FEM (Finite Element Method) or alternate CAD
technique.

4.2 The boom shall be telescopic type fabricated from high tensile steel minimum of 55
kg/mm2 UTS conforming to DIN standard and of a MIG welded construction. The
successful bidder would provide the test certificate including metallurgical
composition details of the specified high tensile steel used for the fabrication of
boom to the inspecting officials at the inspection of the machine at bidder‟s
premises.

4.3 The booms shall have slides of low friction oil impregnated nylon pads that can be
removed for maintenance without dismantling the boom.

4.4 The boom telescoping shall be through a suitable double acting cylinder with safety
valves.

4.5 The boom derricking shall be through two double acting cylinders equipped with
safety valves with speed limiters.

4.6 Provision of self leveling and hydraulically damped top lift.

4.7 Provisions of electronic safety overload system

4.8 Link bearing of lift cylinders should be pre-filled lubricated bearing with additional
provision of manual grease lubrication.

5.0 Cabin:

5.1 The Cabin shall be all weather proof for ensuring minimum corrosion. Alternatively, the
bidder can provide cabins made of Mild Steel (MS) sheet also provided MS sheet is
subjected to surface cleaning and coating activities i.e. degreasing / iron phosphating
or equivalent treatment followed by 2 coat of epoxy primer followed by 2 coats of
acrylic epoxy paint or polyurethane paint to withstand harsh Indian environmental
conditions as stipulated in Clause 1.1 of Section-IV – Technical Specification (Part-A).
The Cabin should be tested for impact as per EN/ISO3691/ISO 6055.

5.2 The cabin shall be mounted on suitable anti-vibration mounts The vibration level inside
the cabin should conform to stipulation of ISO 5349 and ISO 2631 alternatively EN
12096 and EN 13059.

5.3 The cabin should be sliding on rail through a hydraulic arrangement controlled by the
operator and should provide all around view to the operator on all spreader positions.

5.4 The roof glass should be sun controlled to enable the operator to view elevated loads.
The glass provided on the cabin shall be splinter proof and toughened.

5.5. The driver‟s seat shall be fully adjustable for weight, height and reach.

5.6 There should be an adjustable type steering column, which should be locatable at any
angle

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 47 OF 109
Section-IV: Technical
Section-IV: Technical Specifications
Specifications

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


5.7 The cabin should be ergonomically designed. All controls and switches are to be
positioned ergonomically to ensure their efficient use and minimize fatigue to the
driver.

5.8 The cabin should be equipped with electric windscreen wiper on the front screen and
on the roof and also air-cooling system. Suitable heater for working in extreme winter
season should also be provided.

5.9 Suitable joystick controls should be provided for lifting, telescopic control and
spreader operations.

5.10 The maximum noise level inside the cabin should not exceed 75 db according to DIN
45635/EN 12053

6.0 Engine:

6.1 Engine should be of reputed make such as VOLVO or Cummins, or Caterpillar etc. It
should be provided with electronic fuel injection and control system. The turbo
charger used in the engine should be proven design and have higher MTBF (Mean Time
Between Failure) in the Indian Operating conditions mentioned in clause 1.1 above.

6.2 It should be provided with centrifugal cyclonic or suitable air filter.

6.3 Radiator should be provided to cater for extreme ambient temperatures upto 50 Deg
Celsius.

6.4 The displacement of engine should not be less than 10 litres design to meet the
tender conditions and power not less than 245 KW rating should be decided as per ISO
1585.

6.5 Engine should have provision of expansion tank.


6.6 Engine should have minimum torque of 1500 Nm at lower RPM.

6.7. Lubricating oil change interval should be minimum 500 hours or higher.

6.8 Engine should have provision of important and standard safety features i.e.
indication/warning in the operator‟s cabin and shutdown in case of
• low lubricating oil level
• low water level
• low lubricating oil pressure
• Idling of engine in case of high cooling water temperature
• Engine starting only when the gear is in neutral position.

6.9 Engine Fuel Tank capacity at least 500 litres with the level indicator.

6.10 For Diesel Engine, supplier shall submit component manufacturing standard quality
certificate for the Diesel Engine. Engine used for the machines should conform to
the prevailing pollution control norms in Union of India.

6.11 Engine should have function of adjustable automatic shut down in case the machine
is not being used for 10 minutes.

7.0 Transmission:
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 48 OF 109
Section-IV: Technical Specifications

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017

7.1 The transmission should be able to absorb min. 250 Kw.

7.2 DANA make TE 27 series or latest transmission with electronic transmission control.
In case other transmission are planned to be provided, they shall have equivalent
features, the details of which should be furnished along with the offer the detail
should be furnished in a comparative format.

7.3 Transmission should provide with automatic gearshift under proportional control.

7.4 Provision of anti-reverse protection.

7.4.1 Transmission oil cooler of adequate size to work continuously under ambient
temperature condition of 50 degree centigrade and oil temperature not exceeding
120 degree centigrade.

7.5. Transmission oil cooler should be located to have adequate ventilation and also
prevent ingress of hot air i.e. it should not be located near engine or the radiator
exit.

7.6 Air-cooled oil cooler for keeping transmission oil temperature of maximum 120
degree centigrade under ambient temperature of 50 degree centigrade and
continuous operation in three shifts.

7.7 The transmission should have provision of automatic power shift. It should have
minimum 4 forward and 3 reverse speeds. The transmission should be equipped with
a suitable electronic gear selector.

Note : Alternatively, water-cooled transmission oil cooler shall also be acceptable.


The transmission oil temperature should not above 120 Deg Centigrade with
the maximum ambient temperature of 50 Degree C in a continuous 3 shift
working.

If superior oil is used, the stability characteristics of viscosity of various


temperatures should be furnished along with the supporting document from
the oil companies.

Note: Hydraulic Oil Temperature as recommended by the Transmission manufacturers


shall be alternatively acceptable with ambient conditions as specified under Clause 1.1
of Section-IV

8.0 Driving Axle:

8.1 The Driving Axle shall be heavy duty, non-steering and full floating with a suitable
planetary and hub reduction. It should be rigidly coupled to the chassis.

8.2 The driving axle should be housed in a box type housing with Mounting Bracket and
a rigid mounting.

8.3 The static axle capacity shall not be less than 1.5 times the laden front axle load.

8.4 The driving axle should be of the specified make as mentioned in scheduled – II only
9.0 Steering Axle:
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 49 OF 109
Section-IV: Technical
Section-IV: Specifications
Technical Specifications

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017

9.1 The steering shall be of fabricated construction and provided with a hydraulic
steering cylinder. Adequate strengthening of structural members to be made to
avoid premature shearing.

9.2 The steering assembly shall be mounted to the chassis through a cradle
arrangement providing an articulation of (+)/(-) 3 - 5 degree approximately with an.
Electronic Overload Protection.

9.3 The stub axles of the steering shall be of forged/cast alloy steel linked to the main
axle through hardened and tempered kingpins. Alternate type of steel as
recommended by the reputed manufacturer shall be alternatively accepted.

9.4 The bearings used shall be tapered roller bearings thrust bearings capable of taking
thrust loads. The bearing should be reputed make such as FAG, TIMKEN, SKF etc. of
European /American origin only.

9.5 Provision should exist in the king pin for lubrication from outside through a hole in
the king pin without opening the cover.

9.6 Alternate arrangement of overload, triggering device will be accepted. The details
of alternate arrangement should be furnished.

10.0 Spreader:

10.1 The spreader shall be telescopic and capable to handle standard ISO dimension
containers at 20 ft and 40 ft. location. The spreader should be of reputed make
such as BROMMA, or ELME or RAM The spreader should have all the features listed in
the following para‟s.

10.2 The spreader should be designed as per DIN 15018 H2B4. It should be fabricated
from high tensile alloy steel

10.3. Self-leveling & hydraulically damped top lift

10.4 Rotations – 95 degree to + 185 degree.

10.5 Power side shift movement range +/- 800mm

10.6 The spreader rotation should be through two hydraulic motor for load sharing

10.7 Spreader 40‟ to 20‟ shift in max. 20 seconds for spreader. The side shift hydraulic
cylinders/mechanism should have adequate rigidity/protection to have longer life
of oil seals and reliability. Adequate strengthening of cylinders/mechanism to be
made to reduce possibility of spreader extension cylinder/mechanism (20 – 40)
getting bent or having failure of its mounting.

10.8. Electronic safety overload system.

10.9 The spreader should have controls for spreader extension through a PLC and
operator interface.
10.10 The spreader shall be equipped with a standard ISO twist locks.
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 50 OF 109
CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017

10.11 LED light should be used for indicating Twist lock position in the cab as well as on
the spreader.

11.0 Steering: The steering shall be hydraulic type and provided with a suitable double
acting steering cylinder.

12.0 Hydraulics system – The machine shall be equipped with the reliable hydraulic
system with suitable hydraulic pumps for control, derricking, telescoping, spreader
and steering functions. The hydraulic system should be designed to ensure smooth
and consistent actuators movement, high operational speeds with low oil hydraulic
pressure and low oil temperature. The machine hydraulics should be laid as per
ISO:4401/4400 or DIN 24346/24340 or CETOP-3 or equivalent standard. The system
should have feature of load sensing and overload protection. The hydraulic system
should be fitted with glycerin filled pressure gauge or latest systems of pressure
transducers. The make of various hydraulic system components should be as
indicated in Schedule-II. The other salient features of hydraulic system would be as
under:-

Sl Sub system/ Requirement


component
1 Hydraulic a) Of adequate size.
tank b) Drain plug at the lowest point.
c) Minimess connection for pressure checking
d) Oil filtered air breather with a rating of 10 micron
size.
e) Oil level sight gauge of suitable equipment showing
maximum and minimum level.
2 Hydraulic oil a) Air cooled type
Cooler b) Capable of maintaining maximum hydraulic oil
temperature as recommended by Manufacturer.
(with HLP 68 oil) with the maximum ambient
temperature of 50 deg c
b) If superior oil is used, the stability characteristic of
viscosity at various temperatures should be
furnished along with the supporting documents from
the oil companies supplying hydraulic oil.
3 Hydraulic a) Pipe should conform to DIN 2391C if any.
system b) Pipe should be given anti corrosive treatment.
piping
4 Hydraulic a) Pressure filters and return filter of 10-micron size
filter
5 Hydraulic a) Made of high-grade single piece pipe/forging alloy
cylinder steel such as C-50 or equivalent EN grade.
b) Inner surfaced of cylinder honed/super finished
with a Ra value of 0.1 – 0.40 micron
c) Ovality and cylinderisity should be within 40 - 50
micron
d) Cylinder to be tested as per ISO 10100.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 51 OF 109
Section-IV: Technical Specifications

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


6 Hydraulic a) Made of high-grade single piece forging alloy steel
piston rod such as C-50 or equivalent EN grade.
b) Heat-treated to have surface hardness of 58 +/ (-) 4
HRC.
c) Surface finish of the piston – 0.1 – 0.2 micron.
d) Ovality and cylinderisity within 40 micron.
7 Valves and a) Stackable valves and manifold should preferably be
pipings used for ease of assembly, reduced piping and
leakage-through fittings.
8 Hydraulic a) Suitable design conforming to ISO/DIN / CE
pump Specification.
9 Hydraulic oil a) Impurity level should be NAS 9 or equivalent ISO
grade 20/16/13 as per ISO:4406 - 1999 or lower.
b) Hydraulic oil should conform to DIN 51524 or
equivalent ISO standards.

Note:
1. The welding on boom hydraulic cylinder barrel should be avoided except for
top and bottom connections. If welding becomes inescapable, then all such
welding should be radiographically/ultrasonically tested and a copy of report
to be given to the inspecting officials at the time of inspection of machines
at bidder‟s premises.
2. The successful bidder should furnish fully labeled line diagram of hydraulic
circuit indicating different element as well as a dimensional assembly
drawing of cylinder assembly showing its tolerance, ovality, straightness of
bore over the length of cylinder etc. at the time of inspection.
3. The firm can offer its own make of hydraulic cylinders also provided these
cylinders confirmed to ISO / DIN /CE standards and are being regularly used
on reach stackers being manufactured by the firm for the last three years.

13.0 Brake System:

13.1 Oil cooled wet disc brakes shall be used.


13.2 Arrangement of fail-safe hydraulic braking system has to provide separate tank,
cooling and filtering arrangement. The cooling system should have thermostatic
control. Instead of separate tank for brake system, a common tank with hydraulic
system and cooling system will be alternatively acceptable.
13.3 Mechanical spring actuated parking brake shall be provided.
13.4 The parking brakes shall be activated with manual or hydraulic control. Such brakes
should be fail-safe. These shall be spring applied over the front axle. The brake
system should be provided with fail-safe engagement in case of pressure failure /
drop.
13.5 Tyre should be of 18.00 – 25 PR40 and makes specified in Schedule-II.

14.0 Electrical Systems:

14.1 An electronic CANBUS system should be designed to interlink engine, transmission,


spreader, joystick, accelerator pedal and hydraulic system. The CANBUS system
including its components such as sensors, connectors etc should be designed to work
in temperature of 0-70 degree centigrade and shock level to 32 g acceleration.

The CANBUS System should have provision for fault diagnostic system so that the
fault can be clearly identified and corrective action taken.
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 52 OF 109
Section-IV: Technical Specifications

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017

14.2 The electrical system shall be a low voltage 24 volts system. The machine shall be
equipped with a heavy-duty maintenance free batteries of reputed make such as
DELPHI/ EXIDE/PRESSOLITE/VERTAL of adequate capacity. Alternatively batteries of
higher capacity (ampere hour rating) requiring maintenance interval of not less than
90 days would also be accepted.

14.3 The wires/cables used in the system should conform to DIN Standard or equivalent
IEC, CE, ISO, SAE or UL Standards i.e.

SL Type of Wire Standards


1 Wire for Engines, Fans, Pumps, VDE 0295 Class-5/IEC
Switches etc. 228/
2 Wire for Thermo Contact 24 Volt of VDE 0812
Engines, Fans, etc.
3 Wire for Temperature Sensors VDE 0812
4 Wire for Lighting Circuit VDE 0293
5 Wire for Communication VDE 0295 Class5/IEC 228

Note: Wires / cables of alternative standards such as CE/ISO/SAE etc. can also be
accepted provided their performance is equivalent / superior to the
specified one. The bidder would provide test certificate in support of wire /
harness conforming to the VDE / IEC / CE / ISO/UL standards to the
inspecting officials at the time of inspection of reach stackers at bidder‟s
premises.

14.4 Lighting – The reach stacker shall be equipped with the following lighting
arrangement: -
a) Halogen Elect. Lamps (High beam light)
b) Parking-cum-traffic indication-cum brake lights
c) Front. Rear and Boom mounted night working lamp.(min. 4 nos.)
d) Fog Lights
e) Overhead blinking warning lamps
f) Cabin Lights
g) Twist lock illumination at all spreader positions
h) Side Light
i) Minimum two head lights.

Note: The bidder should provide LED lamps for the lighting system to the extent
possible.

14.5 The electronic/electrical box should be stored in a dedicated compartment


confirming to IP:65 Standards. The compartment should be provided on the sides for
easy access and better maintenance. The relevant test certification for the
components conforming IP-65 standards should be provided to the inspecting
officials at the time of inspection of reach stackers successful bidder‟s premises.

14.6 Five laptops alongwith required connectors with requisite software/tools for
downloading data from machine of various sub assemblies and fault diagnostics

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 53 OF 109
Section-IV: Technical Specifications

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


15.0 Safety Features:

15.1 The following safety features should be provided.

(i) Anti-tipping device with automatic hydraulic cut off system. The system provided
should be explained in the offer.
(ii) All hydraulic cylinders to be fitted with a suitable lock valve to prevent load slipping
due to hydraulic failure or hose breakage.
(iii) Hydraulic circuits fitted with over pressure by-pass valve.
(iv) Brake system provided with fail-safe engagement in case of pressure drop.
(v) Protection for unlocking of circuit locks during lifting function. Further, twist lock
should be operated only if spreader landed properly on the container. Twist lock
control monitor at all time.
(vi) Lifting only possible if all the locks are either totally latched or unlatched.
(vii) Reverse horn with blinking light operated automatically while reversing the reach
stackers.
(viii) Load Management System and Overload protection. The details of alternative
arrangement should be furnished.
(ix) Container should not touch with boom while handling.
(x) Prevent collision of Boom and spreader.
(xi) Gearbox anti-reverse protection.
(xii) Protective PVC or other suitable material sleeves over the hoses at critical locations
having possibility of rubbing or other damages.
(xiii) 02 nos. fire extinguisher to be kept in cabin as part of the standard equipments in
RSTs.

15.2 Rear camera with display monitor in the cabin shall be provided.

15.3 Machine should have telematics for wireless asset management system capable of
Remote Monitoring of various KPIs including
(a) Monitoring location of machine (GPS Monitoring)
(b) Remote hour /usage tracking
(c) Fault code logging and alerts
(d) Fuel consumption
(e) Impact sensing

16.0 Essential Items - The machine shall be equipped with the following:
a. Warning and indication lamps
b. LED Elect. Lamps (High beam light)
c. Parking –cum-traffic indication-cum brake lights
d. Suitable horn
e. Front. Rear and Boom mounted night working lamp.
f. Fog Lights
g. Overhead blinking warning lamps.
h. Cabin Lights
i. Rear view mirror
j. Twist lock illumination at all spreader positions.
k. Side light
l. Engine hour Meter
m. Hydraulic oil level indicator / gauge
n. Diesel oil level indicator
o. Indication locked twist lock
p. Indication opened twist lock
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 54 OF 109
Section-IV: Technical Specifications

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


q. Engine Lube Oil pressure
r. Failure indicator
s. Low Brake Pressue
t. Coolant Water Temperature
u. Tranmission Oil Temperature

17.0 Maintainability

17.1 The direct access to hydraulic, electric, filters, coolers, batteries etc. should be
provided to the extent possible. These equipments should be located either on right
hand side, left hand side or at the back of the cabin so as to provide best access via
lift of panels.

17.2 Availability of hydraulic pressure test points located preferably on the sides.

17.3 The machine should be designed to have minimum stoppage time by extending
service interval, and reducing the service points e.g. engine oil change interval
should be minimum of 500 hours or better, turbo charger / alternator with higher
MTBF, hydraulic cylinders with longer seal life.

17.4 The design should have provision of diagnostic features i.e. fault identifications and
indications as well as corrective action.

17.5 Use of colour/number coded electrical parts.

17.6 Main battery relay, contactors and fuses should be located in a control panel
having easy access for maintenance purpose.

17.7 Group greasing/common point greasing facilities for sub assemblies such as
spreader, boom, drive, and steering axles etc. should be provided so as to minimize
the greasing efforts and maintenance time

17.8 Suitable steps at lower level should be provided for easier climbing to the cabin.
Suitable protection cover should be provided for front and backlights.

17.9 One tool kit at each nominated terminal should be provided. The details of tool kit
for each terminal shall be as under:
(a) fitting tool Ring/D-Spanners from 6-7 to 30-32.
(b) Box Spanner Set
(C) Electrical Tool Kit
(d) Hydraulic Jack 50 ton 02 nos.
(e) Torque wrench of adequate capacity
(f) Multimeter

17.10 Service manual should be provided for with each of the Equipments and also a soft
copy should also be given. The soft copy of software and password should be
provided at the time of commissioning.

17.11 Successful bidder should submit assembly and disassembly sequence structure of
major sub assemblies such as engine, transmission, pumps, brakes, cylinders,
hydraulic motors, wheels, axles, valve blocks.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 55 OF 109
Section-IV: Technical Specifications

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


Further, a parent-child relationship for the sub assemblies and assemblies (bill of
material), with individual part numbers is to be provided by the successful bidder in
.xml format for use in inventory management system of CONCOR.

18.0 Acceptance Test - Testing of the reach stacker should be in accordance of


following latest standards:

18.1 Reach stacker must comply with the ISO 13562 Part-I and II (latest) or EN 1459:1998
standard with regard to stability test. Computer simulation test to prove side
stability would also be accepted.

18.2 Load testing -Lifting capacity meeting load chart (as specified in Para 1.1 of
Schedule-1). Manufacturer can carry out end-on lifting test on 20‟ containers as
mentioned in clause-1.4 of Schedule-1.

18.3 Overload Test – Capability to lift a minimum of 25% over the specified maximum load
of the Reach stacker (i.e. 56.25 Tonnes) at manufacturer‟s premises under static
condition. The load test is to be carried out as per ISO 10525 or equivalent
international standard.

The overload under dynamic conditions would be 10% of the specified maximum
load (49.5 T) of the reach stackers.

18.4 Lifting and Lowering Speed – Loaded / unloaded, as specified in Para 1.2 of
Schedule-1. Lifting/Lowering Speed is to be measured by moving loaded
container/empty spreader from ground to 4 high positions and vice versa.

18.5 Travel speed – Loaded/empty conformance as specified in Para 1.2.5 & 1.2.6 of
Schedule-1.

18.6 Duty Cycle: Procedure for calculating duty cycle time to stack container(1.6 of
Schedule-I) is as under:

Record following speeds/time for each activity. Lifting and lowering speed shall be
measured by moving container/empty spreader in vertical direction from ground
position to 4 high position.

1. Lifting speed (meter/second) with 28 tonnes container =S1


2. Lower speed (meter/second) with 28 tonnes container =S2
3. Travel speed (meter/second) forward with 28 tonnes container=S3
4. Travel speed (meter/second) reverse with 28 tonnes container= S4
5. Lowering speed (meter/second) without container =S5
6. Lifting speed (meter/second) without container =S6
7. Twist Lock/Unlock time (second)=S

Cycle time to stack in seconds=11.58 /(S1+S5)+2.9 /(S3+S4)+0.2/ (S2+S3)+2S

18.7 Endurance test – Cycle testing for 24 (Twenty Four) hours (with 20/40 feet loaded
containers) as per Annexure 17 – This test should also cover all the functional tests,
safety checks, tests for spreaders etc.

18.8 Brake performance test-Brake Performance Test to be carried out as per ISO
6292:2008.
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 56 OF 109
Section-IV: Technical Specifications

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


18.9 Hydraulic System Test - A complete and detailed tabulation showing values of
pressures flow rates, and all adjustments recorded during final tests, adjustment,
and calibration of the entire system. During each test run, the following data and
observations shall be recorded.

• Control operation
• Voltages
• Currents
• Hydraulic pressures
• Speeds and times
• Flow control valve settings
• Alignment and operating clearances
• Excessive vibration, by component
• Temperature of motors and hydraulic fluid
• Pertinent observations regarding such events as unusual sounds, malfunctions or
difficulties encountered, and adjustments required.

Note: The online recording of various hydraulic parameters through a PC / laptop


at the time of inspection of machine at bidders premises would also be
acceptable. The bidder should provide details of type test certificate /
records for hydraulic system of the reach stacker to the inspecting officials.

18.9.1 Testing of Hydraulic Cylinders – The testing of hydraulic cylinder should be carried
out as per ISO 10100 Second Edition or latest. In case this is procured from outside
agency, a copy of Test Certificate for each cylinder should be shown to the
Inspecting Agency at the time of inspection of the machines at the bidder‟s
premises.

18.9.2 Contamination level – A test certificate indicating the level of contamination in


hydraulic oil for each machine should be shown to the inspecting agency at the time
of inspection of the machines at the bidder‟s premises.

18.10 Noise and vibration level – Vibration level should be measured as per ISO 5349-2
First Edition or latest. The bidder should provide details of type test certificate /
records for vibration / noise level of the offered reach stacker design to the
inspecting officials.

18.11 Off Site Tests – Where the specified standards or Codes of Practice stipulate, `type-
tests‟ on items of equipment in compliance shall be provided at the Manufacturer‟s
work or elsewhere as appropriate. In all cases, `type-tests‟ / inspection Certificates
shall be submitted to the Inspecting Agencies nominated by CONCOR. The type test /
inspection certificate would be required for the following sub assemblies:-

a) Engine Assembly-Test Certificate of Manufacturer and its data sheet.


b) Transmission Assembly –Certificate of Origin and Certificate of Quality by
manufacturer.
c) Spreader Assembly-Machine Card, Inspection Certificate, Material Test
Certificate of Twist Lock and Certificate of Electrical Component by the
Manufacturer.
d) Front & Rear axle Certificate from Manufacturers, Cylinders-Certificate of
Conformity

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 57 OF 109
Section-IV: Technical Specifications

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


Note: 1 The above tests are indicative. The successful bidder should submit test scheme
covering the above and other tests for acceptance of Reach stackers Assembly.

18.12 TRAINING SCHEME

Training to be imparted to technicians and other supervisory personnel

18.12.1 The supplier shall prepare and submit in the bid a comprehensive scheme of
training to have long term interests in the need to build up the trained technical
manpower for maintenance of these RSTs.

18.12.2 The supplier shall implement/undertake to impart training to Purchaser‟s personnel


. 50% of the total training will be imparted at site and other 50% will be imparted at
the manufacturer site of engine, transmission, Axle, Spreader, hydraulics and
electrical. The distribution of training will be as under:

S.No System, Training at Training at


Sites of manufacturer„s
CONCOR Site Man days
Man days
1 Engine 60 60
2 Transmission 40 40
3 Axle 40 40
4 Hydraulics 60 60
5 Spreader 40 40
6 Electrical controls 40 40
Total 280 280
Total training man-days : 560

18.12.3 All travelling and living expenses, if any, of the purchaser‟s personnel to be trained
during the total period of training will be borne by the purchaser.

18.12.4 The contractor shall built up this training cost in the basic cost of RST machines.

19.0 OTHER POINTS

19.1 Drawing and documents etc. - The successful bidder/supplier would furnish the
general arrangement drawings, PERT / Bar chart for complete activities i.e.
inspection at the manufacturer‟s premises, dispatch, receipt at the site,
commissioning, handing over etc. Quality Assurance Plan, Performance Testing Plan
and Chart, Commissioning Plan and Chart etc.

19.2 The successful bidder/supplier would also furnish two copies of the Operation &
Maintenance Manual, Spare Parts Catalogue, hydraulic and electrical circuit diagrams
with component details and approved Vendor List from OEMs as well as Supplier of sub-
assemblies both as a soft copy (CD) and Hard Copy at the nominated destinations
mentioned in Schedule of Requirements, Section-VI.

19.3 Supplier would furnish data sheet of used/ recommended oil/coolants grades for all
systems such as engine, hydraulic, transmission, brake, spreader etc.

19.4 Details of each hose used in Reach Stacker machine, specifically hose
specification(ISO/DIN/SAE),hose type, hose size, end fittings type, working pressure &
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 58 OF 109
Section-IV: Technical Specifications

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


length of hose to be provided in case order is placed on you.

19.5 All major components as stipulated in Schedule-II of Section IV should be of the same
make in all machines to be supplied by the successful bidder. Exceptions, if any have to
be approved by the purchaser.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 59 OF 109
Schedule-I

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


SCHEDULE - I
SPECIFICATION NO. CON/T/RST/2017

MAKES OF MAJOR COMPONENTS OF LOADED REACHSTACKERS

SL MAJOR PARAMETERS Stipulated Offered Parameter


Parameter
1.
1.1 Lifting Capacity at
1.1.1. First Row 40 Tonne for 5 high
lift (9‟6”X5)
1.1.2. First Row 45 Tonne for 4 high
lift (9‟6”X4)
1.1.3 Second Row 30 Tonne for 4 high
lift (9‟6”X4)
1.1.4 Third Row 15 Tonne for 3 high
lift (9‟6”X3)
1.2 Minimum Speeds
1.2.1 Lifting Speed at 45 T 0.25 m/Sec.
load
1.2.2 Lifting Speed – Unloaded 0.42 m/Sec
1.2.3 Lowering Speed 0.35 m/Sec
at 45 T load
1.2.4 Lowering Speed – 0.32 m/Sec.
Unloaded
1.2.5 Travel Speed at 45 T 20 kmph
load
1.2.6 Travel Speed – Unloaded 23 kmph
1.3 Load center (min) at
First Row 1865 mm
Second Row 3815 mm
Third Row 6315 mm
1.4 End on Capacity (90 Deg. 20‟ -24 tonnes at 2
lifting high
operating arrangement
will be
required (ground + 1
high)
Other Parameters
1.5 Spreader 40‟ to 20‟ MAX 20 SEC.
1.6 Cycle time to stack as ≤85 sec.
detailed in Clause 18.4
of Section IV.
1.7 TURNING RADIUS 8000 MM –8550 MM
APPROX.
1.8 WHEEL BASE 6000 MM – 6500 MM
APPROX.
1.9. FUEL TANK CAPACITY 500 LITRES OR HIGHER
APPROX.
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 60 OF 109
Schedule-II

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


SCHEDULE - II
SPECIFICATION NO. CON/T/RST/2017

MAKES OF MAJOR COMPONENTS OF LOADED REACHSTACKERS


SL ITEM MAKES OFFERED BRAND
1 ENGINE VOLVO /CATERPILLAR/CUMMINS
2 TORQUE DANA, TE –27 SERIES or latest / ZOLONER/
CONVERTER & ZF
TRANSMISSION
3 FRONT AXLE KESSLER / ROCKWELL / MERITOR (OMCI)/
AXLE TECH / SPICER
4 TYRES MRF/GENERALCONTINENTAL / MICHELIN /
CONTNENTAL / SIMEX/BKT/CEAT
5 SLEW RING ROTHE ERDE, ELME (SWEDEN), SKF
(GERMANY – SWEDEN), FAG (GERMANY)
6 SPREADER ELME / BROMMA / RAM

7 LMI 3 B6/COBO, ITALY / PARKER IQAN / OWN


MAKE CONFIRMING TO CE / ISO / DIN
STANDARD
8 HYDRAULIC PUMP DENISON / REXROTH / PARKER /DANFOSS/
LINDE or equivalent makes conforming to
ISO/DIN STANDARDS ONLY
9 HYDRAULIC REXROTH / YUKEN/PARKER / VAGGERYDS/
CYLINDERS Equivalent MAKE CONFIRMING TO CE / ISO
/ DIN STANDARD/WIPRO/PMC CYLINDERS
10 HYDRAULIC REXROTH / DENISON / DANFOSS
VALVE /PARKER/BROMMA/EATON
11 HYDRAULIC PARKER / DONALDSON / ARGO HYTOS /
FILTERS REXROTH/HYDAC & HYDRAFORCE
12 HYDRAULIC OIL RITTAL/EMMEGI/WERNER FINLAY / AKG
COOLER (AIR GERMANY / STANDARD RADIATOR /OIL
COOLED) TECH /PARKER/Ymer/OLAER
13 HYDRAULIC BOSCH, REXORTH, YUKEN, ALTOS,
SYSTEM VICKERS,
ELEMENTS SUCH ETON, PARKER, HYDAC & HYDRAFORCE
AS VALVES, ETC.
MOUNTING SUB
PLATES,
ACCESSORIES
14 HOSES & Dunlop/Gates/Markwell/Alfa Gomma /
FITTINGS Manauli / Parkar/ Aeroquip/Eaton Manulli-
Parket (Strauff) / COPLIES – Should
conform to DIN/ISO specifications.
15 Hydraulic SIMRIT, MERKEL, HUNGER, WALKERSOLO,
Cylinder Seal SOLOSEAL, PARKER, SKF FRENEBURG,
ANGST + PFISTER , SHAMBAN, TECNO
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 61 OF 109
Schedule-II

Schedule-II
CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017
TEX,HAILITE, HUNGAR or equivalent make
confirming to DIS/ISO Standards

SL ITEM MAKES
16 JOYSTICK REXROTH, Kiepe (Germany), Penny Giles
CONTROL (UK), Monsun Tison (Sweden), GESSMAN,
DANFOSS, CALADA/ ELOBAU, HYDRECO,
DAVID BROWN, WALVOIL,CONFIRMING TO
CE / EN STANDARDS
17 AIR FILTERS PARKER / DONALDSON / COOPER/ARGO
HYTOS
18 STEERING UNIT DANFOSS / EATON
19 ALTERNATORS Bosch/Valeo/Delphi/AC DELCO REMI /
LEECE NEVILLE or equivalent make
Conforming to ISO/DIN Standards
20 ELECTRICAL OF REPUTED MAKE CONFORMING TO
CMPONENTS ISO/DIN/CE/UL STANDARDS ONLY.
SWITCHGEAR
RELAYS ETC.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 62 OF 109
Schedule-III

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017

SCHEDULE - III

SL CLAUSE ITEM DESCRIPTION STIPULATED VALUE OFFERED


REFERENCE VALUE
(SECTION IV)
1 1.0 Indicate the model of Reach
Stacker offered
2 2.15 Indicate DFT of Paint 150-250 μm
80-250 μm with salt
resistance test-200hrs
3 3.3 Confirm minimum UTS of Steel ≥45 Kg/mm2
to be used
5 4.2 Indicate UTS value for steel to ≥55 Kg/ mm2
be used and confirm MIG
welded construction
6 5.1 Indicate type of cabin i.e. mild MS
steel
7 5.10 Indicate maximum noise level ≤75db
inside the cabin
8 6.1 Indicate make of engine. Also Submit details
indicate details of turbo including make of
charger having proven design in engine and turbo
Indian condition charger
9 6.2 Indicate type of air filters to be Centrifugal cyclonic
used or suitable
10 6.4 Indicate displacement and Displacement >10
power of engine offered liters
& Power ≥245 KW
11 6.5 Indicate provision of expansion
tank in radiator.
12 6.6 Indicate minimum torque at ≥1500 Nm
lower RPM of engine
13 6.7 Indicate changing interval of ≥500 Hrs
lubricating oil in the engine
14 6.8 Confirm indicating/warning Submit details of
safeties as per clause 6.8 engine safeties
15 7.1 Indicate minimum power ≥250 KW
absorption of offered
transmission
16 7.2 Indicate make of transmission TE 27 or latest
and detailed specifications of Electronic
the model offered.
17 7.6 Submit calculations of heat Submit calculation
transfer as indicated in clause
7.6
18 7.7 Is transmission have provision Automatic power
of automatic power shift and shift,
have four forward four reverse Min-4 Forward

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 63 OF 109
Schedule-III

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


speeds Min-3 Reverse

19 8 Indicate model and Submit Model and


specifications of driving axle Duty
and heavy duty.
20 8.3 Indicate ratio of Static Axle ≥1.5
Capacity to the laden axle load
21 9.2 Steering Articulation ±30-50
22 9.4 Submit make of bearing to be FAG, TIMKEN, SKF,
used Etc. of
European/American
origin.
23 9.6 Indicate details of overload Submit details of
safety protections overload safety
protection.
24 10 Make and Model of spreader BROMMA/ELME/RAM
25 10.2 Indicated Spreader Design DIN 15018 H2B4
26 12 (i-e) Indicate air breather mess 10 μm
27 12 (4) Pressure filter and return filter 10 μm
28 12 (9) Impurity level of hydraulic oil NAS9 or 20/16/13 or
lower
29 13.5 Tyre Size as per Clause 13.5 18.00-25 PR
30 14 CANBUS System as per Clause CANBUS System
14.1 Operating
Temperature 0-70
degree C and Shock
Level 32 g
acceleration

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 64 OF 109
Appendix -1

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017

APPENDIX 1
Spares required alongwith machines:

Total

Unit Rate
Total Cost
TNPM-1

CMLK-3

KHDB-7
BGKT-2

WFD-5

NGP-5
TKD-4

DCT-5

KKU-2

AKV-2

DRT-5
DDL-4
DER-1

SNF-3
List
of U
S Spare NI
N s T
set(one pump of
each type used)

Hydr
aulic
1 1 1 1 1 1 1 1 1 1 1 1 1

14
1
pump
s

Spare
nos

4 1 1 4 5 2 2 3 5 3 7 2 5

49
5
Tyres

Rim
nos

asse 1 1 1 1 1 1 1 1 1 1 1 1 1

14
1
mbly
3

Engin
e
spare
s
4

Wate
nos

r 4 0 0 0 0 0 0 0 1 1 0 0
7
1
4
pump
.
1

Fuel
nos

4 0 0 0 0 0 0 0 1 1 0 0
7
1

4 Pump
.
2

Radia
nos

4 0 0 0 0 0 0 0 1 1 0 0
7
1

4 tor
.
3
Engin
4 e
nos

. Lub. 4 0 0 0 0 0 0 0 1 1 0 0
7
1

4 Oil
Pump

Alter
nos

1 1 1 1 1 1 1 1 1 1 1 1 1
14
1

4 nator
.
5

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 65 OF 109
CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017

Turbo
super
nos 4 0 0 0 0 0 0 0 1 0 1 0 0

7
1
4 charg
. er
6
set( six numbers
of injectors)

Set of
Inject 1 1 1 1 1 1 1 1 1 1 1 1 1

14
1
4 ors
.
7
Spare
Joy
nos

Stick 1 1 1 1 1 1 1 1 1 1 1 1 1

14
1
Contr
ol
5
Set (One type of
each pressure
sensor used)

Press
ure
1 1 1 1 1 1 1 1 1 1 1 1 1

14
1
senso
rs

Hydr
aulic
nos

2 1 1 2 2 1 1 1 2 2 4 1 2

24
2
Moto
r
7
Hydr
aulic
Cylin
ders
/mec

0
hanis
m of
vario
us
8 types
Sprea
der
exten
nos.

sion 1 1 1 1 1 1 1 1 1 1 1 1 1
14
1

8 /mec
. hanis
1 m

Steeri
nos.

1 1 1 1 1 1 1 1 1 1 1 1 1
14
1

8 ng
.
2

Twist
nos.

1 1 1 1 1 1 1 1 1 1 1 1 1
14
1

8 Lock
.
3
twist lock
Set(Four

Twist
pin )

Lock 1 1 1 1 1 1 1 1 1 1 1 1 1
14
1

Set
9

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 66 OF 109
CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017
Hose

Set( One type of each hose


s of
vario
us
type
(hydr
used)

1 1 1 1 1 1 1 1 1 1 1 1 1

14
1
aulic,
Engin
e
syste
1 ms
0 etc)

Electr
proximity, limit switch, fuse used )

ic
Set( one type of each sensor,

consu
mabl
es
such
as
1 1 1 1 1 1 1 1 1 1 1 1 1

14
1
limit
switc
h,
proxi
mity,
Senso
1 rs etc
1
set( One type of each brake liner,

Spare
bearing, bushing, seal used )

s for
Axles
(brak
e
liner, 1 1 1 1 1 1 1 1 1 1 1 1 1

14
1
bushi
ngs,
beari
ngs
etc)

1
2

Engin
e
unit

1 0 0 0 0 0 0 0 1 0 1 0 0
4
1

Comp
1 lete
3

Boom
nos

Cylin 1 0 0 0 0 0 0 0 1 0 1 0 0
4
1

der
1
4

Trans
unit

missi 1 0 0 0 0 0 0 0 1 0 1 0 0
4
1

on
1
5
set(two nos of
cylinders)

Lift
Cylin 1 0 0 0 0 0 0 0 1 0 1 0 0
4
1

der

1
6

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 67 OF 109
CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017

Hydr
aulic
Filter
1
7

Hydra
1 ulic
nos.

307
28 7 7 28 35 8 8 12 35 12 49 8 35

35
7 Tank
. filter
1

Hydra
1 ulic

464
53
7 press
nos.

. ure
2 filter 42 11 11 42 53 12 12 18 53 18 74 12 53

157
18
7 Breat
nos.

. her
3 filter 14 4 4 14 18 4 4 6 18 6 25 4 18

Hydra
1 ulic

157
18
7 Sucti
nos.

. on
4 filter 14 4 4 14 18 4 4 6 18 6 25 4 18

1 Fuel
8 Filter

614
70
8 Main
nos.

. fuel
1 filter 56 14 14 56 70 16 16 24 70 24 98 16 70

1 Wate
614
70

8 r
nos.

. separ
2 ator 56 14 14 56 70 16 16 24 70 24 98 16 70

1
614
70

8 Fuel
nos.

. elem
3 ent 56 14 14 56 70 16 16 24 70 24 98 16 70

Lub
1 Oil
9 Filter
1,228

1 Main
140

9 Lub
nos.

. oil
1 filter 112 28 28 112 140 32 32 48 140 48 196 32 140

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 68 OF 109
CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017

614
70
9 Bypas nos.
. s
2 filter 56 14 14 56 70 16 16 24 70 24 98 16 70

2 Air
0 Filter

307
35
0
nos.

.
1 Outer 28 7 7 28 35 8 8 12 35 12 49 8 35

307
35
0
nos.

.
2 inner 28 7 7 28 35 8 8 12 35 12 49 8 35

1,228
Trans

140
missi
nos.

2 on
1 filter 112 28 28 112 140 32 32 48 140 48 196 32 140

307
35
Coola
nos.

2 nt
2 filter 28 7 7 28 35 8 8 12 35 12 49 8 35
n
os
Brake .

307
35
press
2 ure
3 filter 28 7 7 28 35 8 8 12 35 12 49 8 35
4,620
42
Hydra 0
Liters

2 ulic
4 Oil 420 210 210 420 420 210 210 210 420 210 630 210 420
Pre
mixe
d
2,240

Coola 20
nt 0
for
Liters

2 engin
5 e 200 140 100 200 200 100 100 100 200 100 300 100 200
4,620

42
Trans 0
Liters

2 missi
6 on Oil 420 210 210 420 420 210 210 210 420 210 630 210 420
2,940

21
0
Liters

2 Brake
7 oil 210 210 210 210 210 210 210 210 210 210 210 210 210

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 69 OF 109
CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017

2,940
21
Liters 0
2 Gear
8 Oil 210 210 210 210 210 210 210 210 210 210 210 210 210

4,620
42
0
Liters

2 Engin
9 e oil 420 210 210 420 420 210 210 210 420 210 630 210 420

TKD Container Corporation of India Ltd. Inland Container Depot Tughlakabad New Delhi –
110020
DER Container Co. of India Ltd., Inland Container Depot, Noida-Dadri Road, Near Dadri
Railway Station, Tilapata, Greater Noida, Dist. Gautam Budh Nagar (U.P.)
TNPM Container Corporation of India Ltd. Inland Container Depot, Ennore High Road,
Tiruvottiyur, Chennai-600019
DDL Container Corporation Of India Ltd., Inland Container Depot, Focal Point, Dhandari
Kalan Ludhiana – 141001
DCT Container Corporation of India Ltd. Domestic Container Terminal, Okhla Phase-II
New Delhi – 110020
KKU Container Corporation of India LTd., Inland Container Depot, Kanakpura, Jaipur
BGKT
Container Corporation Of India Ltd. Inland Container Depot Bhagat Ki Kothi New
Power House Road Near Railway Malgodom Jodhpur (Rajasthan)
Appendix -1
CMLK CONTAINER CORPORATION OF INDIA LTD. (A GOVT. OF INDIA UNDERTAKING) Ministry
of Railways MULTI MODAL LOGISTIC PARK, KHATUWAS, NEEMRANA, ALWAR (RAJ.)-
301707
WFD Container Corporation of India Ltd. Inland Container Depot, Whitefiled, Bangalore-
560066
SNF Container Corporation of India Ltd. Inland Container Depot Sanath Nager, New
Railway Yard, Moosapet, Hyderabad.
KHDB Container Corporation of India Ltd., Jamiyatpura Village Road, Near Khodiyar
Railway Station, Sarkhej Gandhinagar Highway, Distt. Gandhinagar,Ahmedabad-
382421
AKV Container Corporation of India Limited Opp-ONGC-Township,Old N H NO-8,
Ankleshwar ,Dist –Bharuch,Gujarat-390 002
DRT Container Corporation of India Ltd. Dronagiri Rail Terminal, Sector – 2, Near Paghote
Village, Dronagiri Node, Navi Mumbai-400707
NGP PO Parvati Nagar, Behind Narendra Nagar, Nagpur-440027

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 70 OF 109
Section-V: Schedule of Requirements

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


SECTION – V

SCHEDULE OF REQUIREMENTS

Supply and commissioning of Reach Stackers

Description Issue of Submission Submission Supply, Supply of


Notificatio of BG of design Erection, spares
n of data and Commissioning
Award indicative and handing
drawings by over of the
the Supplier. machine

1st lot of 05 nos. of RST D D + 30 D + 120 D + 150 D + 150


machine
2nd lot of 05 nos. of RST D D + 30 D + 120 D + 180 D + 180
machine
3rd lot of 05 nos. of RST D D + 30 D + 120 D + 210 D + 210
machine
4th lot of 05 nos. of RST D D + 30 D + 120 D + 240 D + 240
machine
5th lot of 05 nos. of RST D D + 30 D + 120 D + 270 D + 270
machine
6th lot of 06 nos. of RST D D + 30 D + 120 D + 300 D + 300
machine
7th lot of 06 nos. of RST D D + 30 D + 120 D + 330 D + 330
machine
8th lot of 06 nos. of RST D D + 30 D + 120 D + 360 D + 360
machine
9th lot of 06 nos. of RST D D + 30 D + 120 D + 390 D + 390
machine
Total 49 nos. of RSTs

1. Distribution /Deployment of Reach Stackers (RST) and its Ultimate Destination -


Lot & Terminal wise distribution of all 49 nos. of RSTs are as under:

Lot number Quantity RST machine to Location Address


be Deployed at
1st lot of 05 nos. of RST 05 DCT/Okhla Container Corporation of India
machine Ltd. Domestic Container
Terminal, Okhla Phase-II New
Delhi – 110020
2nd lot of 05 nos. of RST 04 ICD/TKD, New Container Corporation of India
machine Delhi Ltd. Inland Container Depot
Tughlakabad New Delhi -
110020
01 ICD/DER, Dadri Container Co. of India Ltd.,
Inland Container Depot,
Noida-Dadri Road, Near Dadri
Railway Station, Tilapata,
Greater Noida, Dist. Gautam
Budh Nagar (U.P.)
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 71 OF 109
Section-V: Schedule of Requirements

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


rd
3 lot of 05 nos. of RST 05 ICD/DRT Container Corporation of India
machine Ltd. Dronagiri Rail Terminal,
Sector - 2, Near Paghote
Village, Dronagiri Node, Navi
Mumbai-400707
4th lot of 05 nos. of RST 05 ICD/ Whitefield Container Corporation of India
machine Ltd. Inland Container Depot,
Whitefiled, Bangalore-560066
5th lot of 05 nos. of RST 05 ICD/Nagpur Container Corporation of India
machine Ltd. Inland Container
Depot,PO Parvati Nagar,
Behind Narendra Nagar,
Nagpur-440027
6th lot of 06 nos. of RST 03 MMLP/Khatuwas CONTAINER CORPORATION OF
machine INDIA LTD. (A GOVT. OF INDIA
UNDERTAKING) Ministry of
Railways MULTI MODAL
LOGISTIC PARK, KHATUWAS,
NEEMRANA, ALWAR (RAJ.)-
301707
02 ICD/KKU, Jaipur Container Corporation of India
LTd., Inland Container Depot,
Kanakpura, Jaipur
01 ICD/TNPM, Container Corporation of India
Chennai Ltd. Inland Container Depot,
Ennore High Road,
Tiruvottiyur, Chennai-600019
7th lot of 06 nos. of RST 04 ICD/ Khodiyar Container Corporation of India Ltd.,
machine Jamiyatpura Village Road, Near
Khodiyar Railway Station, Sarkhej
Gandhinagar Highway, Distt.
Gandhinagar,Ahmedabad-382421
02 ICD/Ankleshwar Container Corporation of India
Limited Opp-ONGC-
Township,Old N H NO-8,
Ankleshwar ,Dist –
Bharuch,Gujarat-390 002
8th lot of 06 nos. of RST 04 ICD/DDL, Container Corporation Of India
machine Ludhiana Ltd., Inland Container Depot,
Focal Point, Dhandari Kalan
Ludhiana – 141001
02 ICD/BGKT, Container Corporation Of India
Jodhpur Ltd. Inland Container Depot
Bhagat Ki Kothi New Power
House Road Near Railway
Malgodom Jodhpur
(Rajasthan)
9th lot of 06 nos. of RST 03 ICD/SNF, Sanath Container Corporation of India
machine Nagar Ltd. Inland Container Depot
Sanath Nager, New Railway
Yard, Moosapet, Hyderabad.
03 ICD/ Khodiyar Container Corporation of India
Ltd., Jamiyatpura Village
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 72 OF 109
Section-V: Schedule of Requirements

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


Road, Near Khodiyar Railway
Station, Sarkhej Gandhinagar
Highway, Distt.
Gandhinagar,Ahmedabad-
382421
Total 49 nos. of
RSTs

NOTES:
2. The RST shall be offered for inspection by the Purchaser at the supplier‟s works well in
time to adhere to the above mentioned commissioning schedule. The shipment can be
done only subsequent to issue of clearance certificate by the authorized engineer of
CONCOR. Any delays on this account owing to non compliance of the technical
specification will be purely to contractor‟s account.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 73 OF 109
Section-VI: ANNEXURES

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


SECTION – VI

(ANNEXURES)

SL PARTICULARS ANNEXURE
NO.
1 BID FORM 1
2 BANK GUARANTEE FORM FOR EARNEST MONEY 2
3 BANK GUARANTEE FORMAT FOR EARNEST MONEY (BY INDIAN 2A
AGENT)
3 BANK GUARANTEE VERIFICATOIN CHECKLIST 2.1
4 PRICE FORMAT FOR FOREIGN BIDDERS 3
5 PRICE FORM FOR INDIGENOUS BIDDERS 4
6 PROFORMA FOR PERFORMANCE STATEMENT FOR SUPPLY – 5
DETAILS OF OTHER CUSTOMERS
7 PROFORMA FOR STATEMENT OF DEVIATIONS 6
8 PROFORMA FOR AUTHORISATION OF AGENT BY BIDDER TO 7
SUBMIT BID
9 PERFORMANCE SECURITY FORM 8
10 INDICATIVE CHART FOR WORKING OUT PERIOD OF VALIDITY OF 9
PERFORMANCE BANK GUARANTEE
11 CONTRACT AGREEMENT FORMAT 10
12 PROFORMA FOR EQUIPMENT AND QUALITY CONTROL 11
13 CHECK LIST FOR BID SUBMISSION 12
14 CHECK LIST FOR BIDDERS SUBMITTING BIDS THROUGH AGENTS 13
15 INTEGRITY PACT 14
16 UNDERTAKING BY JV PARTNERS/ENTITY IN CASE BIDDER IS A JV 15
FIRM ANNEXURE 15?
17 SURETY/GUARANTEE FOR PERFORMANCE OF TENDER CONTRACT, 16
IN CASE BIDDER HAVING TECHNICAL COLLABORATION ANNEXURE
16?
19 PROFORMA FOR ENDURANCE TEST FOR REACH STACKER 17

20 PROFORMA OF CERTIFICATE FOR ISSUE BY THE PURCHASER 18


AFTER SUCCESSFUL COMMISSIONING OF REACH STACKER
21 GENERAL INFORMATION 19

22 EXPERIENCE IN SIMILAR WORKS 20


23 CLAUSE WISE COMPIANCE AS PER CLAUSE 5.3.1.1 OF SECTION II 21

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 74 OF 109
Section-VI: ANNEXURE-1 Bid Form

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


ANNEXURE - 1
BID FORM
(Please see Clause 1.2 of General Instructions to Bidders, Section-II)
To

Container Corporation of India Ltd.


C-3 Mathura Road,
Opp: Apollo Hospital
New Delhi – 110 076
INDIA

Dear Sirs,

After examining/reviewing the bid documents for DESIGN, MANUFACTURE, SUPPLY,


COMMISSIONING OF 49 Nos. OF LOADED REACH STACKERS AT SPECIFIED TERMINALS OF
CONCOR including General Instructions to Bidders (Section-II), Terms and Conditions
(Section-III), and Technical Specification, (Section-IV), Schedule of Requirements (Section-
V) and their Annexure, the receipt of which is hereby duly acknowledged.

We confirm that this bid is valid for a period of 180 days from the date of opening of bid
and it shall remain binding upon us and may be accepted by any time before the expiration
of that period.

If our bid is accepted, we will provide the Performance Guarantee equal to 5% (Five
percent) of the contract price for due supply of 49 nos. of Reach Stacker Machines within
30 (thirty) days of Notification of Award (NOA).

Until a final contract is prepared and executed, this bid together with your written
acceptance thereof and your Notification of Award shall constitute a binding contract
between us.

We understand that you are not bound to accept the lowest price or any bid that you may
receive.

SEAL AND SIGNATURE


DATE : …………………..

Duly authorised to sign bid for and on behalf of ……………………

(SIGNATURE OF WITNESS)

WITNESS NAME :

ADDRESS:

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 75 OF 109
Section-VI: ANNEXURE-2 Bank Guarantee Format for Earnest Money

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


ANNEXURE - 2
BANK GUARANTEE FORMAT FOR EARNEST MONEY
(Please refer Clause-3.1.2 of Section-II, General Instructions to Bidders)
(To be stamped in accordance with the Stamp Act, if any, of the Country of the Issuing
Bank)
Whereas (Name & address of bidder) (Hereinafter called "the Bidder") has submitted its bid dated
(date of bid) FOR DESIGN, MANUFACTURE, SUPPLY, COMMISSIONING OF 49 Nos. OF LOADED REACH
STACKERS AT SPECIFIED TERMINALS OF CONCOR (hereinafter called "the Bid").

KNOW ALL MEN by these presents that WE (Name of Bank) of (address of bank) having our
registered office at (address of registered office of the bank) (hereinafter called the "Bank") are
bound unto Container Corporation of India Ltd., having its registered office at CONCOR
Bhawan, C-3, Mathura Road, Opp. Apollo Hospital, New Delhi-110076 (INDIA) (hereinafter called
"the Purchaser") in the sum of (amount of guarantee INR 20,00,000/- (Rupees Twenty lakhs
only) or US Dollar 32,000 (Thirty Two Thousand US Dollar) for which payment well and truly
to be made to the said Purchaser, the Bank binds itself, its successors and assigns by these
presents. Sealed with the Common Seal of the said Bank this .......... day of (Month), 20…_
(Year).

THE CONDITIONS of this obligation are:

1. If the Bidder withdraws or modifies its Bid during the period of bid validity specified by
the Bidder on the Bid Form; or
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during
the period of bid validity:
(a) fails or refuses to execute the Contract Form if required; or
(b) fails or refuses to furnish the Performance Security, in accordance with Clause-20.0 of
the General Instruction to Bidders; we undertake to pay the Purchaser up to the above
amount upon receipt of its first written demand, without the Purchaser having to
substantiate its demand, provided that in its demand the Purchaser will note that the
amount claimed by it is due to it owing to the occurrence of one or both of the two
conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including thirty days after the period of the bid
validity i.e. 210 (Two Hundred and Ten) days, and any demand in respect thereof should reach
the Bank not later than the above date.

Notwithstanding anything contained herein above our liability under this guarantee shall:-

a) be limited to a sum or ` ______________________________________ only.)

b) Stand completely discharged and all your rights under this guarantee shall stand extinguished
if no claim or demand made upon us in writing on or before ____________________________

For (Bank Seal & Sign, Name & Designation))


Bank Guarantee No. _________________

Date ____________
Note : 1. The non-judicial stamp paper of appropriate value shall be purchased in the
name of Bank, which has issued the Bank Guarantee.
2. A Bank Guarantee verification checklist is also enclosed as Annexure-2.1 for
the guidance of the bidder. Bidder is required to fill up this form and
enclose along with the bank guarantee.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 76 OF 109
Section-VI: ANNEXURE-2 Bank Guarantee Format for Earnest Money

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


ANNEXURE – 2A
BANK GUARANTEE FORMAT FOR EARNEST MONEY (By Indian Agent)
(Please refer Clause-3.1.2 of Section-II, General Instructions to Bidders)
(To be stamped in accordance with the Stamp Act, if any, of the Country of the Issuing Bank)

Whereas (Name & address of bidder) (Hereinafter called "the Bidder") has submitted its bid dated
(date of bid) FOR DESIGN, MANUFACTURE, SUPPLY, COMMISSIONING OF 49 Nos. OF LOADED REACH
STACKERS AT SPECIFIED TERMINALS OF CONCOR (hereinafter called "the Bid").
In reference to letter No. ………… dated ………. of “Bidder” M/s. ……………….. (Name and address
of Bidder) authorizing M/s. …………… (Name and address of Indian Agent) as Bidder‟s Indian
Agent and in accordance with your Tender Invitation No. ………………. for Supply of
…………………………M/s. ………………… (Name of Indian Agent), having its office in India at
………………… (City and State) agree to submit this Bank Guarantee hereunder for and on behalf
of the “Bidder” who wish to participate in the said tender.

KNOW ALL MEN by these presents that WE (Name of Bank) of (address of bank) having our
registered office at (address of registered office of the bank) (hereinafter called the "Bank") are
bound unto Container Corporation of India Ltd., having its registered office at CONCOR
Bhawan, C-3, Mathura Road, Opposite Apollo Hospital, New Delhi-110076 (INDIA) (hereinafter
called "the Purchaser") in the sum of (amount of guarantee INR 20,00,000/- (Rupees Twenty
lakhs only) or US Dollar32,000 (Thirty Two Thousand US Dollar) for which payment well and
truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns by these
presents. Sealed with the Common Seal of the said Bank this ....day of (Month), 2017 (Year).

THE CONDITIONS of this obligation are:


1. If the Bidder withdraws or modifies its Bid during the period of bid validity specified by the
Bidder on the Bid Form; or.
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the
period of bid validity:
(a) fails or refuses to execute the Contract Form if required; or
(B) fails or refuses to furnish the performance security, in accordance with clause-20.0 of
the general instruction to bidders; we undertake to pay the purchaser up to the above
amount upon receipt of its first written demand, without the purchaser having to
substantiate its demand, provided that in its demand the purchaser will note that the
amount claimed by it is due to it owing to the occurrence of one or both of the two
conditions, specifying the occurred condition or conditions.
This guarantee will remain in force up to and including thirty days after the period of the bid
validity i.e. 210 (Two Hundred and Ten) days, and any demand in respect thereof should reach
the Bank not later than the above date.
Notwithstanding anything contained herein above our liability under this guarantee shall :-

a) be limited to a sum or ` ____________________________________________ only.)


b) Stand completely discharged and all your rights under this guarantee shall stand extinguished
if no claim or demand made upon us in writing on or before ____________________________

For (Bank Seal & Sign, Name & Designation))


Bank Guarantee No. _________________

Date ____________
Note: 1. The non-judicial stamp paper of appropriate value shall be purchased in the name of
Bank, which has issued the Bank Guarantee.
2. A Bank Guarantee verification checklist is also enclosed as Annexure-2.1 for the
guidance of the bidder. Bidder is required to fill up this form and enclose along with
the bank guarantee.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 77 OF 109
Section-VI: ANNEXURE-2.1 Bank Guarantee Verification Check list

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


ANNEXURE - 2.1

BANK GUARANTEE VERIFICATOIN CHECKLIST


(Please see Clause-3.2 of Section-II, General Instructions to Bidders)

SL: CHECKLIST YES NO


I Does the bank guarantee compare verbatim with standard CONCOR
Proforma as per Annexure-2/Annexure-2A for BG (Valid for 210
days from the date of opening of bid)
II a) Has the executing Officer of BG indicated his name,
designation & power of Attorney No./signing power number
etc. on BG.
b) Is each page of BG duly signed/initialed by the executant, and
last page is signed will full particulars as required in the
CONCOR‟s standard proforma of BG and under the seal of the
Bank
c) Does the last page of the BG carry the signatures of two
witnesses alongside the signatures of the executing Bank
Manager
III. a) Is the BG on non-judicial stamp paper of appropriate value
b) Is the date of sale of non-judicial stamp paper shown on the
BG and the stamp paper is issued not more than six months
prior to the date of execution of BG
IV a) Are the factual details such as Bid Document No., etc.
correct.
b) Whether overwriting/cutting if any on the BG authenticated
under signature & seal of executant.
V. Is the amount and validity of BG in line with provisions of bidding
document/contract (as applicable).
VI. a) Is the Bank Guarantee issued from a Bank‟s branch located
outside India?
b) Has the Bank Guarantee been routed through the
correspondent branch in India for due verification of the
signature(s) of the executant(s)?
(Applicable only if the answer to VI (a) is „YES‟)
VII. Whether the BG has been issued/confirmed by a Bank as per
relevant provisions of the bidding documents.

Date : (Signature) ………………………


Place : (Printed Name) ………………….
(Designation) …………………….
(Common Seal) ……………………
Note: Bidder/Contractor/Associate/Collaborator is required to fill up this form and enclose
along with the Bank Guarantee.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 78 OF 109
Section-VI: ANNEXURE-3, Price Format for Foreign Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


ANNEXURE – 3
PRICE FORMAT FOR FOREIGN BIDDERS
(Please see Clause-11.3 of General Instructions to Bidders (Section-II)

To

Group General Manager (Tech.)


Container Corporation of India Ltd.
CONCOR Bhawan,
C-3, Mathura Road, Opp: Apollo Hospital
New Delhi – 110 076.
(INDIA)

REFERENCE: Tender No. CON/T/RST/2017 Date of Opening ____________

(1) We _____________________ hereby certify that we are established firm of


manufacturer/authorised agents * of M/s. ________________________________. We hereby
offer FOR DESIGN, MANUFACTURE, SUPPLY, COMMISSIONING OF 49 Nos. REACH STACKERS
AT SPECIFIED TERMINALS OF CONCOR and within the stipulated delivery period at the
prices indicated below: -

Unit No. of RST Machines


Quantity offered
SN Description Price in Figure
1 CIF Price of one RST (in USD/EURO)
2 Discount per RST (in USD/EURO)
3 Discounted CIF Price of one RST (=1-2) (in USD/EURO)
3.1 Landing Charges (@1% as stipulated under Custom Rules)
3.2 Assessing value for Custom Duty (SN 3 + 3.1)
4 Custom Duty per RST on SN 3.2 (in INR) @7.725%
including Cesses
5 Applicable IGST/CGST/SGST @ 18% in INR
6 Agency commission per RST, if applicable (in USD/EURO)
7 Inland Transportation (including handling clearing
forwarding and insurance) Average cost per RST in INR
from Port of Discharge to Ultimate Destination
8 Applicable IGST/CGST/SGST on Inland Transportation
(including handling clearing forwarding and insurance)
@18%
9 CIP Price per RST (3+4+6 in USD/EURO) plus (5+7+8, in
INR)
10 CIF price of spares (Total spare parts price as per
Appendix-1), (in USD/EURO)
11 Discount on spares (in USD/EURO)

12 Discounted CIF price of spares as per Appendix-1 (in


USD/EURO)(=10-11)
12.1 Landing Charges (@1% as stipulated under Custom Rules)
on SN 12
12.2 Assessing value for Custom Duty (SN 12 + 12.1)
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 79 OF 109
Section-VI: ANNEXURE-3, Price Format for Foreign Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


13 Custom Duty on SN 12.2 for spares (in INR) @7.725%
including Cesses
14 Applicable IGST/CGST/SGST for Spares (In INR) @18%

15 Total Inland Transportation cost for spares from Port of


Landing to ultimate Destinations/Terminals as specified
in Schedule of Requirement Section-V (including handling
clearing forwarding & insurance) in INR
16 Applicable GST on Inland Transportation cost for spares
from Port of Landing to ultimate Destination/Terminal as
specified in Schedule of Requirement Section-V
(including handling clearing forwarding & insurance) in
INR @18%
17 CIP Cost for spares up to the destination (12+13, in
USD/EURO) plus (14+15+16, in INR)
18 Per RST Cost of Erection, Installation, Commissioning and
Testing including Handling, Storage and Preservation of
equipment and material at ultimate
Destination/Terminal as specified in Schedule of
Requirement Section-V (in INR)
19 Applicable IGST/CGST/SGST on Erection, Installation,
Commissioning and Testing including Handling, Storage
and Preservation of equipment and material @18%

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 80 OF 109
Section-VI: ANNEXURE-4 Price Format for Indigenous Bidders

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


ANNEXURE 4

PRICE FORMAT FOR INDIGENOUS BIDDERS


(Please see Clause-11.4 of General Instructions to Bidders (Section-II)
To
Group General Manager (Tech.)
Container Corporation of India Ltd.
CONCOR Bhawan,
C-3, Mathura Road, Opp: Apollo Hospital
New Delhi – 110 076.
(INDIA)

REFERENCE: Tender No. CON/T/RST/2017 Date of Opening ____________


(1) We _____________________ hereby certify that we are established firm of
manufacturer/authorised agents * of M/s. ________________________________. We hereby
offer FORDESIGN, MANUFACTURE, SUPPLY, COMMISSIONING OF 49 Nos. REACH STACKERS AT
SPECIFIED TERMINALS OF CONCOR and within the stipulated delivery period at the prices
indicated below: -

Unit No. Of RST Machines


Quantity offered
SN Description \ Value in Figure
1 Basic (Ex-factory) Price Per RST
2 Discount per RST
3 Discounted Basic (Ex-factory) Price per RST
4 Applicable IGST/CGST/SGST per RST @18%
5. Inland Transportation including handling clearing and
forwarding Average cost per RST from Ex-Factory to
ultimate Destination/Terminal as specified in Schedule of
Requirement Section-V
6 Applicable IGST/CGST/SGST on Inland Transportation
including handling clearing and forwarding @18%
7 FOR Destination Price per RST (3+4+5+6)
8 Basic (Ex-factory) Price of the spares (Total spare parts
price as per Appendix-1),
9 Discount on the spares
10 Discounted Basic (Ex-factory) Price of the spares
11 Applicable IGST/CGST/SGST on the spares @18%
12 Total Inland Transportation cost, including insurance,
handling clearing forwarding & of the spares to ultimate
Destinations/Terminals as specified in Schedule of
Requirement Section-V
13 Applicable GST on Inland Transportation cost, including
insurance, handling clearing forwarding & of the spares to
ultimate Destination/Terminal@18%
14 FOR Destination cost of total spares (10+11+12+13)
15 Cost of Erection, Installation, Commissioning and Testing
including Handling, Storage and Preservation of
equipment and material
16 Applicable GST on Erection, Installation, Commissioning
and Testing including Handling, Storage and Preservation
of equipment and material @18%

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 81 OF 109
Section-VI: ANNEXURE-5 proforma for Performance Statement

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


ANNEXURE-5
(Please see Clause –2.2 (a) of Section-II, General Instructions to Bidders)

PROFORMA FOR PERFORMANCE STATEMENT


DETAILS OF OTHER CUSTOMERS

Tender No. ……………… Date of opening ……………. Time ……………. Hours

Name of the Firm …………………………………………………………………………

S Order Order Descrip Date of Remarks Has the RST/


L placed by No. tion & completion of indicatin been
. (Full and quantit delivery g reasons satisfactorily
N address, e- date y of for late commissioned
o mail, RST/ deliverie and is it
telephone s, if any giving trouble
No., Fax free service?
No., &
Contact
Person of
Purchaser)
As Actu
per al
contr
act

(Signature and seal of bidder)

Note : The details of Supply orders for the period of at least 3 years (36 months) prior to
opening of the tender , should be furnished in above format.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 82 OF 109
Section-VI: ANNEXURE-6 Proforma for Statement of Deviations

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


ANNEXURE-6

PROFORMA FOR STATEMENT OF DEVIATIONS


(Please see Clause-5.3.2 of General Instructions to Bidders, Section-II)

(1) The following are the particulars of deviations from the requirements of the tender
specifications (Section – II General Instructions to bidders): -

Clause Deviation Remarks (including justification)

(2) The following are the particulars of deviations from the requirements of the tender
specifications (Section – III, Terms & Conditions): -

Clause Deviation Remarks (including justification)

(3) The following are the particulars of deviations from the requirements of the tender
specifications (Section – IV Technical Specification): -

Clause Deviation Remarks (including justification)

(4) The following are the particulars of deviations from the requirements of the tender
specifications (Section – V Schedule of Requirements including Delivery Schedules):
-

Clause Deviation Remarks (including justification)

…….………………………..
(Signature and seal of the
Manufacturer/Tenderer)

Note . Where there is no deviation, the statement should be returned duly signed with an
endorsement indicating (NIL DEVIATION).

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 83 OF 109
Section-Vi: Annexure-7 Proforma For Authorization of Agent By Bidder To Submit Bid

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


ANNEXURE-7

PROFORMA FOR AUTHORISATION OF AGENT BY BIDDER TO SUBMIT BID


(Please see Clause- 5.2 (iv) of Section-II, General Instructions to Bidders)

No. …………. Dated …………

To

M/s Container Corporation of India Ltd.


C-3 Mathura Road,
Opp: Apollo Hospital
New Delhi – 110 076
INDIA.
Sub:CONCOR‟s Tender No. CON/T/RST/2017
Dear Sirs,

We …………….. an established and reputable manufacturers of Reach Stacker Machines


having factories at ………………………. or higher specification do hereby authorise M/s. (Name
and address of Agent) to represent us, to bid, negotiate and conclude the contract on our
behalf with you against Tender No CON/T/RST/2017.

No company/firm or individual other than M/s. ………………… are authorised to represent us


in regard to this business against this specific tender.

Yours faithfully

(NAME)
for & on behalf of M/s. ……….……………
(Name of Manufacturers)

Note This letter of authority should be on the Letter-Head of the manufacturing concern
and should be signed by a person competent and having the power of attorney to
bind the manufacturer.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 84 OF 109
Section-VI: ANNEXURE-8 Performance Security Form

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


ANNEXURE-8
PERFORMANCE SECURITY FORM

(To be stamped in accordance with the Stamp Act, if any, of the Country of the Issuing
Bank)
(Please see Clause-20.0 of Section-II)

WHEREAS ................................. (Name of Supplier) ……………………………………


hereinafter called "the Supplier" has undertaken, in pursuance of Contract
No..........dated........... ... for DESIGN, MANUFACTURE, SUPPLY, AND COMMISSIONING OF 49
REACH STACKER MACHINES (hereinafter called "the Contract").

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall
furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as
security for compliance with the Supplier's performance obligations in accordance with the
Contract.

AND WHEREAS we have agreed to give the Supplier a Guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of
the Supplier, up to a total of ……………………………..................................... (Amount of the
Guarantee in Words and Figures) and we undertake to pay you, upon your first written
demand declaring the Supplier to be in default under the Contract and without cavil or
argument, any sum or sums within the limit of ..................…………………………............
(Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or
reasons for your demand or the sum specified therein.

This guarantee is valid until the ........day of................

Signature
Name
Designation with Bank‟s Stamp
Witness :
Date : ………………………….
Signature : Address ………………………
Name : ………………………
Official Address :
Note :
1. The stamp paper of appropriate value shall be purchased in the name of Issuing Bank.
2. Indicative chart for working out period of validity of Performance Bank Guarantee is
enclosed as Annexure-9

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 85 OF 109
Section-VI: ANNEXURE-9 INDICATIVE CHART FOR WORKING OUT PERIOD OF VALIDITY OF PERFORMANCE BANK GUARANTEE

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


ANNEXURE - 9

INDICATIVE CHART FOR WORKING OUT PERIOD OF VALIDITY OF PERFORMANCE BANK


GUARANTEE
(Please see Clause-20 of Section-II – General Instructions to Bidders)

SL PARTICULARS DATE
1 Date of Issue of NOA D
2 Submission of Performance Bank Guarantee (As per Clause 20.0 D + 30
of Section-II, General Instruction to Bidders of Bid Document)
3 Commencement of delivery of 1st lot of Reach Stackers D+150
4 Completion of delivery and commissioning of 9th lot of Reach D+390
Stacker within 390 days of issue of NOA
5 Guarantee & Warranty period for supply – 24 months from the D+390+30+730+90
end of the month of commissioning of last Reach Stacker = D+ 1240
Machine and 90 days claim period for bank guarantee. (As per
Clause 20.0 of Section-II, General Instructions of Bid
Document)

Remarks : If „D‟ is 1st August 2017, then validity of 1240 days shall be 29th Dec. 2020.

NOTE:
1. The Above period is indicative. In case of variation in issue of NOA or delivery
schedule, the final guarantee period may vary accordingly.
2. The Bank Guarantee should be as per Clause 20.0 of Section-II of Bid Document.
3. The Performance Bank Guarantee should be as per Annexure-8 of the Bid Document.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 86 OF 109
Section-VI: ANNEXURE-10 Contract agreement Form

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


ANNEXURE - 10
CONTRACT AGREEMENT FORM
(To be executed on Non-judicial Stamp Paper of appropriate value)
(Please see Clause-21.0 of Section-II, General Instruction to the Bidders)

THIS AGREEMENT made the ....... day of ..................................,at New Delhi Between
Container Corporation of India Ltd., having its registered office at CONCOR Bhawan, C-3,
Mathura Road, Opp. Apollo Hospital, New Delhi-110076, INDIA (hereinafter called "the
Purchaser") of one part and ............................(Name of Supplier) of
.............................(City of Supplier) (hereinafter called "the Supplier") of the other part:

WHEREAS the Purchaser is desirous that certain goods and ancillary services should be
provided by the supplier, viz, Design, Manufacture, Supply and Commissioning of 49
(Forty Nine) Reach Stacker Machines at specified terminals of CONCOR in India and has
accepted a bid by the supplier for Design, Manufacture, Supply and Commissioning of 49
(Forty Nine) Reach Stacker Machines at specified terminals of CONCOR in India for the
sum of ............................................... (Contract Price in Words and Figures)
(hereinafter called "the Contract Price").

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part
of this Agreement, viz.:
(a) the Bid Form and Price Schedule submitted by the Bidder
(b) the General Instructions to Bidders
(c) the Terms & Conditions
(d) the Technical Specifications
(e) the Schedule of Requirements (Delivery Schedule)
(f) Any other correspondence if considered necessary.
(g) the Purchaser's Notification of Award

3. In consideration of the payments to be made by the Purchaser to the Supplier as


hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide
the Goods and Services and to remedy defects therein in conformity in all respects
with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision
of the Goods and Services and the remedying of defects therein, the Contract Price or
such other sum as may become payable under the provisions of the Contract at the
times and in the manner prescribed by the Contract.

Brief particulars of the goods and services, which shall be supplied/provided by the
Supplier, are as under:

SL BRIEF QUANTITY UNIT TOTAL DELIVERY


No. DESCRIPTION OF TO BE PRICE PRICE TERMS
GOODS & SUPPLIED (CIP/FOR
SERVICES Destination)

:
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 87 OF 109
Section-VI: ANNEXURE-10 Contract Form

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017

TOTAL VALUE

5. DELIVERY SCHEDULE:

6. PAYMENT TERMS:

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with their respective laws the day and year first above written.

Signed, Sealed and Delivered by Signed, Sealed and Delivered by

the said ................................. the said ...................................

(For the Purchaser) (For the Supplier)

in the presence of:...................................... in the presence of:...................

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 88 OF 109
Section-VI: ANNEXURE-11 Proforma for Equipment & Quality Control

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


ANNEXURE-11

(Please see Clause 2.3 of Section-II, General Instructions to Bidders)

PROFORMA FOR EQUIPMENT AND QUALITY CONTROL

Tender No.…………………. Date of opening …………… Time …………. Hours.

Name of the Firm ……………………………………………………………………….

(Note – All details required only for the items tendered)

1. Name & Complete Postal address of the firm

2. Telephone, Fax No. Office/Factory/Works

3. E-mail address

4. Location of the manufacturing factory

5. Details of Industrial Licence (if any) wherever required as per statutory regulations

6. Brief description of plant & machinery erected and functioning in each Deptt.
(Monographs & description pamphlets be supplied if available).

7. Flow sheet of the process of manufacture of Reach Stacker machines

8. Production capacity of Reach Stacker Machine quoted for, with the existing plant &
machinery
Monthly Annual
9.1 Normal
9.2 Maximum

10. Brief details of arrangement for quality control of products such a laboratory,
testing Equipment etc.

11. Organization chart of bidder to be enclosed.

12. Whether the Reach Stacker machines are tested to any standard specification such
as ISO, CE, if so, copies of specimen test certificates should be submitted.

(Signature and seal of the manufacturer/Bidder)

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 89 OF 109
Section-VI: ANNEXURE-12 Check List for bid Submission

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


ANNEXURE-12
CHECK LIST FOR BID SUBMISSION
(Please see Clause 24.0 of Section-II, General Instructions to Bidders)
1 Have you submitted the Bid Form in the prescribed format as per Yes/No
Annexure-1?
2 Have you submitted the bid in two packet system and numbered the Yes/No
packets as Packet-1 and Packet-2 as per Clause 1.1 and 15.1 of Section-II
3 Have you ensured that packet-1 uploaded should be Earnest Money and Yes/No
Technical Bid as per Clause 15.1.1 of Section-II and Packet-2 contains
only the Price Bid and the price list of spares?
4 Have you submitted Earnest Money of specified value as per Clause 3.1 Yes/No
with validity of 245 days, as per Clause 3.1.2 of Section-II. In case
earnest money is in the form of bank guarantee, then the bank
guarantee is verbatim in the format as per Annexure-2/Annexure-2A?
5 In case Earnest Money is in the form of a Bank Guarantee, have you Yes/No
checked the contents as per Bank Guarantee Verification Checklist given
in Annexure 2.1 and submitted the checklist duly filled and signed?
6 Have you uploaded Packet-1 Earnest Money and Technical Bid as per Yes/No
Clause 6.1.1 of Section-II?.
7 Have you given your price details as per Price Format in Annexure-3/4 & Yes/No
Appendix-I and uploaded in Packet – 2 Price Bid” as per Clause 6.1.2 of
Section-II ?

9 Have you read, and digitally signed all pages of the tender document, Yes/No
including Technical Specification as per Clause 5.4 of Section-II, and
submitted the same alongwith documents mentioned in Clause 6.1.3 of
Section-II
10 Have you specifically indicated your compliance or otherwise against Yes/No
each clause and sub-clause of the tender document as per clause
5.3.1.1 of Section –II General instructions to bidder?
11 Have you furnished the Statement of Deviation / Nil Deviation as per Yes/No
Clause-6.1.3.8 of Section-II and Annexure-6?
12 Have you quoted delivery period correctly and precisely as per details Yes/No
given in Section-V of the Bid Document.
13 Have you kept your offer valid for 180 days as per Clause 12.2 of Yes/No
Section-II, General Instructions to Bidders?

15 Have you digitally signed the integrity pact given in annexure-14? Yes / No
16 Have you digitally signed & submitted the undertaking by JV Yes / No
partners/entity in case bidder is a JV Firm Annexure 15?
17 Have you digitally signed & submitted the surety/guarantee for Yes / No
performance of tender contract, in case bidder having technical
collaboration Annexure 16?

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 90 OF 109
Section-VI: ANNEXURE-13 Check List for Agents & Agency Commission

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


ANNEXURE-13

CHECK LIST FOR BIDDERS SUBMITTING BIDS THROUGH AGENTS


(Please see Clause-4 of Section-II, General Instructions to Bidders)

(i) Have you submitted the authorization letter authorizing Yes / No


your agent to quote on this tender?
(ii) Have you indicated the complete names and address of the Yes / No
agents and details of the services to be rendered by the
agents?
(iii) Is the agent going to render after sale service? Yes / No
(iv) In case the answer to (iii) is yes, confirm that the agent has Yes / No
necessary infrastructure and competent staff to render the
same.
(v) Have you submitted a copy to your agreement with your Yes / No
Indian Agent?
(vi) Manufacturer or their sole selling agents may note that an Noted
agent can represent only one firm in a tender and any
manufacturer cannot submit two offers against a tender
through different sole selling agent or one directly and one
through sole selling agent. In such a situation both the
offers will be rejected.
(vii) Have you indicated your Indian Agent’s Income Tax Yes / No
Permanent Account number?
(viii) Are you aware that any payment against the contract, if Yes / No
placed, to your Indian agent directly by you in currency
other than in Indian rupee is against the Indian Laws?
(ix) Are you aware that failure to disclose the full amount of Yes / No
remuneration/agency commission payable to your Indian
Agents shall render the contract void?
(x) Have you indicated the amount of remuneration for the Yes / No
agent included in the offer?
(xi) Is your agent authorized to give all clarifications in Yes / No
connection with this tender including
confirmation/extension to the validity of the offer?
(xii) Is your agent also authorized to give clarifications of Yes / No
technical nature on this tender?
(xiii) Will your agent receive communications on your behalf? Yes / No
(xiv) Will your agent assist the purchaser in custom classification Yes / No
and insurance survey etc. while clearing the Reach Stacker
Machines or for lodging claims on the insurance companies
in case the Reach Stacker machines are lost/received in
damaged conditions, if so required by the Purchaser?
(xv) Do you have any say in the management of the company Yes / No
working as your agent? If so, have you indicated the precise
relationship and the details of common directors/partners,
if any?
(xvi) Do you or your Indian agents have mutual interest in each Yes / No
other’s business? If yes, have you furnished details thereof?

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 91 OF 109
Section-VI ANNEXURE-14 Integrity Pact

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


ANNEXURE-14
INTEGRITY PACT
Container Corporation of India Ltd. (CONCOR) hereinafter referred to as “The Principal”
and
hereinafter referred to as “The Bidder/Contractor”.

PREAMBLE

The Principal intends to award, under laid down organizational procedures, contract/s for
Design, Manufacture, Supply and Commissioning of 49 (Forty Nine) Reach Stacker
Machines at specified terminals of CONCOR. The Principal values full compliance with al
relevant laws of the land, rules, regulations, economic use of resources and of fairness /
transparency in its relations with its Bidder(s) and / or Contractor(s).

In order to achieve these goals, the Principal will appoint an Independent External Monitor
(IEM), who will monitor the tender process and the execution of the contract for
compliance with the principles mentioned above.

Section 1 – Commitments of the Principal

(1). The Principal commits itself to take all measures necessary to prevent corruption
and to observe the following principles.
a. No employee of the Principal, personally or through family members, will in
connection with the tender for, or the execution of a contract, demand, take a
promise for or accept, for self or third person, any material or immaterial benefit
which the person is not legally entitled to.
b. The Principal will, during the tender process treat all Bidders(s) with equity and
reason. The Principal will in particular, before and during the tender process,
provide to all Bidder(s) the same information and will not provide to any Bidder(s)
confidential/additional information through which the Bidder(s) could obtain an
advantage in relation to the tender process or the contract execution.
c. The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is
a criminal offence under the IPC/PC Act, or if there be a substantive suspicion in
this regard, the Principal will inform the Chief Vigilance Officer and in addition can
initiate disciplinary actions.

Section 2 – Commitments of the Bidder(s)/contractor(s)


(1) The Bidder(s)/Contractor(s) commit himself to take all measures necessary to
prevent corruption. He commits himself to observe the following principles during
their participation in the tender process and during the contract execution.
a. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm,
offer, promise or give to any of the Principal‟s employees involved in the tender
process or the execution of the contract or to any third person any material or
other benefit which he/she is not legally entitled to, in order to obtain in exchange
any advantage of any kind whatsoever during the tender process or during the
execution of the contract.
b. The Bidder(s)/Contractor(s) will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular
to prices, specifications, certifications, subsidiary contracts, submission or non-
submission of bids or any other actions to restrict competitiveness or to introduce
cartelisation in the bidding process.
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 92 OF 109
Section-VI ANNEXURE-14 Integrity Pact

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


c. The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC
Act; further the Bidder(s)/Contractor(s) will not use improperly, for purposes of
competition or personal gain, or pass on to others, any information or document
provided by the Principal as part of the business relationship, regarding plans,
technical proposals and business details, including information contained or
transmitted electronically.
d. The Bidder(s)/Contractor(s) of foreign origin shall disclose the name and address of
the Agents/representatives in India, if any. Similarly the bidder(s)/Contractor(s) of
Indian Nationality shall furnish the name and address of the foreign principals, if
any. Further details as mentioned in the Clause 4.0 section II, Agent and Service
facility in India – Agency commission” shall be disclosed by the
Bidder(s)/Contractor(s). Further, as mentioned in the Clause 4.0 section II, all the
payments made to the Indian agent/representative have to be in Indian Rupees
only.
e. The Bidder(s)/Contractor(s) will, when presenting their bid, disclose any and all
payments he has made, is committed to or intends to make to agents, brokers or
any other intermediaries in connection with the award of the contract.

(2) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences
outlined above or be an accessory to such offences.

SECTION 3 – DISQUALIFICATION FROM TENDER PROCESS AND EXCLUSION FROM FUTURE CONTRACTS

If the Bidder(s)/Contractor(s), before award or during execution has committed a


transgression through a violation of Section 2, above or in any other form such as to
put their reliability or credibility in question, the Principal is entitled to disqualify
the Bidder(s)/Contractor(s) from the tender process or take action as per extent
rules.
Section 4 – Compensation for Damages

(1) If the Principal has disqualified the Bidder(s) from the tender process prior to the
award according to Section 3, the Principal is entitled to demand and recover the
damages equivalent to Earnest Money Deposit / Bid Security.

(2) If the Principal has terminated the contract according to Section 3, or if the
Principal is entitled to terminate the contact according to Section 3, the Principal
shall be entitled to demand and recover from the Contractor liquidated damages of
the Contract value or the amount equivalent to Performance Bank Guarantee.

SECTION 5 – PREVIOUS TRANSGRESSION

(1) The Bidder declares that no previous transgressions occurred in the last 3 years with
any other Company in any country conforming to the anti corruption approach or
with any other Public Sector Enterprises in India that could justify their exclusion
from the tender process.

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from
the tender process or action can be taken as per the procedure mentioned in
“Guidelines on Banning of business dealings”.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 93 OF 109
Section-VI ANNEXURE-14 Integrity Pact

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


SECTION 6 – EQUAL TREATMENT OF ALL BIDDERS/CONTRACTORS/SUBCONTRACTORS

(1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a


commitment in conformity with this Integrity Pact, and to submit it to the Principal
before contract signing.
(2) The Principal will enter into agreements with identical conditions as this one with al
Bidders, Contractors and Subcontractors.
(3) The Principal will disqualify from the tender process all bidders who do not sign this
Pact or violate its provisions.

Section 7 – Criminal charges against violating Bidder(s)/Contractor(s) / Subcontractor(s)

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or


of an employee or a representative or an associate of a Bidder, Contractor of
Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in
this regard, the Principal will inform the same to the Chief Vigilance Officer.

SECTION 8 – INDEPENDENT EXTERNAL MONITOR / MONITORS

(1) The Principal appoints competent and credible Independent External Monitor for
this Pact. The task of the Monitor is to review independently and objectively,
whether and to what extent the parties comply with the obligations under this
agreement.
(2) The Monitor is not subject to instruction by the representatives of the parties and
performs their functions neutrally and independently. He reports to the Managing
Director, CONCOR.
(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without
restriction to all Project documentation of the Principal including that provided by
the Contractor. The contractor will also grant the Monitor, upon their request and
demonstration of a valid interest, unrestricted and unconditional access to their
project documentation. The same is applicable to Subcontractors. The Monitor is
under contractual obligation to treat the information and documents of the
Bidders(s)/Contractor(s)/Subcontractor(s) with confidentiality.
(4) The Principal will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an
impact on the contractual relations between the Principal and the Contractor. The
parties offer to the Monitor the option to participate in such meetings.
(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement,
he will so inform the Management of the Principal and request the Management to
discontinue or take corrective action, or to take other relevant action. The monitor
can in this regard submit non-binding recommendations. Beyond this, the Monitor
has no right to demand from the parties that they act in a specific manner, refrain
from action or tolerate action.
(6) The monitor will submit a written report to the Managing Director, CONCOR within
8 to 10 weeks from the date of reference or intimation to him by the Principal and,
should the occasion arise, submit proposals for correcting problematic situations.
(7) Monitor shall be entitled to compensation on the same terms as being extended to /
provided to Independent Directors on the CONCOR Board.
(8) If the Monitor has reported to the Managing Director, CONCOR, a substantiated
suspicion of an offence under relevant IPC/PC Act, and the Managing Director
CONCOR has not, within the reasonable time taken visible action to proceed against
such offence or reported it to the Chief Vigilance Officer, the Monitor may also
transmit this information directly to the Central Vigilance Commissioner.
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 94 OF 109
Section-VI ANNEXURE-14 Integrity Pact

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


(9) The word “Monitor” would include both singular and plural.

SECTION 9 – PACT DURATION


This Pact begins when both parties have legally signed it. It expires for the
Contractor 12 months after the last payment under the contract, and for all other
Bidders 6 months after the contract has been awarded.

If any claim is made/lodged during this time, the same shall be binding and
continue to be valid despite the lapse of this pact as specified above, unless it is
discharged/determined by Chairman & Managing Director, CONCOR.

SECTION 10 – OTHER PROVISIONS


(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is
the Registered Office of the Principal, i.e. New Delhi
(2) Changes and supplements as well as termination notice need to be made in writing.
Side agreements have not been made.
(3) If the Contractor is a partnership or a consortium, this agreement must be signed by
al partners or consortium members.
(4) Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to
come to an agreement to their original intentions.

------------------------------------------- -----------------------------------------
--------------------
(For & On behalf of the Principal) (For & On behalf of Bidder/Contractor)

Office Seal Office Seal

Place ----------------
Date ----------------

Witness 1 : Witness 2 :

Name & Address ----------------------------- Name & Address -------------------


----
----------------------------- -----------------------

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 95 OF 109
Section-VI ANNEXURE-15 Undertaking

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


ANNEXURE-15
To be taken from each JV Partner/Entity separately on Rs 100/- Non- Judicial Stamp Paper.
UNDERTAKING

This undertaking is entered into and executed on this _____ day of _______, 2017 at
______:

By _________________ (JV Partner/Entity) duly incorporated and validly existing under


the Companies Act, 2013 / _____(Applicable Law)_______, having its registered office
situated at ______________, acting through its authorized signatory/Director, duly
authorized vide Board resolution dated ____ hereinafter referred to as “Executor”, (which
expression shall, unless repugnant to the context or meaning hereof, include its affiliates
and permitted assigns)

In Favor of

M/s. Container Corporation of India Limited having its registered office situated at
CONCOR Bhawan, C – 3, Mathura Road, New Delhi – 110076, hereinafter referred to as
'CONCOR‟, which expression shall, unless repugnant to the context or meaning thereof,
include its successors, administrators, legal representative and assignees;

WHEREAS –

1. CONCOR has floated a tender bearing no. _____________dated _________, for Design,
Manufacture, Supply and Commissioning of 49 (Forty Nine) Reach Stacker Machines
at specified terminals of CONCOR inviting tenders from multifarious participants,
whereafter, the Joint Venture Company namely
_________________________(hereinafter referred to as “JV”), has been awarded the
abovementioned tender, subject to the fulfillment of the terms and conditions
contained in the tender document;

2. Pursuant to the terms and conditions of the tender document, each JV Entity / JV
Partner constituting the Joint Venture Company (which has been awarded the tender
subject to compliance hereof), has to fulfill the closing conditions by executing an
undertaking in favour of CONCOR confirming their joint and several liability towards
the performance of the contract and guarantee/warranty of the equipments including
RST machines upto 24 months from the final acceptance (Commissioning) of the last
RST machines at specified terminals of CONCOR. Along with the foregoing, each JV
Entity shall also undertake not to transfer/sell its shareholding, nor exit the JV until
the expiry of the 24 months as mentioned hereinabove;

3. In compliance of the foregoing, the executor hereby is willing to furnish the


undertaking, which CONCOR hereby accepts in terms mentioned hereunder.

NOW THEREFORE, in consideration of the award of the tender to the JV and other
considerations, the receipt and adequacy of which is hereby acknowledged, THIS
UNDERTAKING WITNESSETH AS FOLLOWS:

1. The Executor undertakes not to exit from the JV until 24 months from the final
acceptance (Commissioning) of the RST Machines at specified terminals of CONCOR
which is deemed to be a lock-in period.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 96 OF 109
Section-VI ANNEXURE-15 Undertaking

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


2. The Executor undertakes that the JV shall unanimously and unconditionally and
irrespective of any contingent differences that may accrue between the respective
entities of the JV, either of the entities of the JV shall not transfer or create any
third party interest in the capital and management of the JV until the
abovementioned lock-in period.

3. The Executor further undertakes that the executor shall be jointly and severally
liable with the other JV Entities/Partners, towards the performance of the Contract
and guarantee/warranty of the equipments including RST Machines until the
abovementioned lock-in period.

4. The Executor undertakes that in the event if either of the entities of the JV exit,
the JV and its respective entities shall jointly and severally be liable to the extent
of loss/ damage suffered by the CONCOR for which the CONCOR shall have the
right to recover the same.

5. The Executor also undertakes to jointly and severally provide technical support to
CONCOR for the design life of the equipment being tendered.

EXECUTOR

WITNESSES
1.
2.

(To be Notarised)

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 97 OF 109
Section-VI: Annexure-16: Surety/ Guarantee for Performance of Tender Contract

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


ANNEXURE-16
On a Non-Judicial Stamp Paper of Rs. 100/-
Surety/ Guarantee for Performance of Tender Contract

This Surety for Performance of Tender Contract for ___________ (hereinafter referred to
as a “Performance Surety”) is entered into and executed on this _____ day of _______,
2017 at ______:

By _________________ (Bidder) duly incorporated and validly existing under the


Companies Act, 2013 / _____(Applicable Law)_______, having its registered office situated
at ______________, acting through its authorized signatory/Director, duly authorized vide
Board resolution dated ____ hereinafter referred to as “Bid Winner/Contractor”, (which
expression shall, unless repugnant to the context or meaning hereof, include its affiliates
and permitted assigns

And

_________________ (Technical Collaborator) duly incorporated and validly existing


under the Companies Act, _____ / _____(Applicable Law)_______, having its registered
office situated at ______________, acting through its authorized signatory/Director, duly
authorized vide Board resolution dated ____ hereinafter referred to as “Surety”, (which
expression shall, unless repugnant to the context or meaning hereof, include its affiliates
and permitted assigns)

In Favor of

M/s. Container Corporation of India Limited having its registered office situated at
CONCOR Bhawan, C – 3, Mathura Road, New Delhi – 110076, hereinafter referred to as
'CONCOR‟, which expression shall, unless repugnant to the context or meaning thereof,
include its successors, administrators, legal representative and assignees;

WHEREAS –

1. CONCOR has floated a tender bearing no. _____________dated _________, for


Design, Manufacture, Supply and Commissioning of 49 (Forty Nine) Reach
Stacker Machines at specified terminals of CONCOR ,inviting tenders from
multifarious participants, whereafter, the Contractor, has been awarded the
abovementioned tender, upon fulfillment of the terms & conditions contained in
the tender document;

2. The Contractor in Technical Collaboration with Surety has collectively fulfilled the
Qualifying Requirement of Bidders and in compliance of the Closing Conditions is
willing to submit this Performance guarantee, whereby the Contractor and the
Surety confirms and acknowledge their joint and several guarantee to undertake
full liability towards the performance of the contract and warranty & maintenance
guarantee of the equipments including RST machines upto 24 months from the final
acceptance (Commissioning) of RST machines at specified terminal of CONCOR,
which CONCOR hereby accepts pursuant to terms and conditions mentioned herein
below.

NOW THEREFORE, in consideration of the award of the tender to the Contractor and in the
premises aforesaid, the receipt and adequacy of which is hereby acknowledged, THIS
PERFORMANCE GUARANTEE WITNESSETH AS FOLLOWS:
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 98 OF 109
Section-VI: Annexure-16: Surety/ Guarantee for Performance of Tender Contract

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017

1. The Contractor hereby submits this Performance Guarantee confirming execution


and performance of the Contract by the Contractor in Technical Collaboration with
Surety, and assuring that the Surety shall stand as Guarantee undertaking the
performance of the Contract in case of any failure on part of the Contractor to
perform the Contract.

2. The Surety doth hereby guarantee to and covenant with CONCOR that in the event
of the Contractor not performing and observing the terms and conditions of the
Contract between CONCOR and Contractor, and the latter committing any breach of
any stipulations thereof, the Surety shall pay to CONCOR such sum as would be
equal to the value of the tender costs and / or actual monetary loss suffered by
CONCOR due to any act of negligence or breach thereof

3. The Surety further guarantees and Covenant to CONCOR the performance of


Contract in case of any failure of the Contractor to perform the Contract, and in
such contingency, the Surety hereby guarantees to provide warranty of the
equipment including RST Machines 24 months from the final acceptance
(Commissioning) of the last RST machines at specified terminals of CONCOR which is
deemed to be a lock-in period.

4. The Surety hereby confirms and acknowledges that the Surety shall be jointly and
severally liable with the Contractor towards the performance of the contract, and
shall also provide warranty and maintenance guarantee of the equipments including
RST machines until the abovementioned lock-in period.

5. The Surety hereby avows that this guarantee shall be a continuing guarantee and
shall not be considered as cancelled or in any way be affected by the any dispute
between the Surety and Contractor until the lock-in period.

6. The surety further confirms and acknowledges that the surety shall be jointly and
severally liable to CONCOR for providing technical support including but not limited
to supply of spares for the design life of the equipment being tendered.

7. This Guarantee shall be effective from the date of the award of the tender to the
Contractor until the lock-in period.

IN WITNESS WHEREOF THE PARITES HERETO HAVE SIGNED THESE PRESENTS ON THE DAY,
MONTH AND YEAR FIRST ABOVE-WRITTEN.

Signed and Delivered by Surety

Signed and Delivered by Contractor

Signed and Delivered by CONCOR

WITNESSES
1.
2.

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 99 OF 109
Section-VI: Annexure-17: Proforma for Endurance Test for Reach Stacker

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


Annexure-17

Proforma for Endurance Test for Reach Stacker

Start Time:________________________Machine S.No:____________________________


End Time:________________________Machine Make:____________________________
Machine Chassis No:________________Engine No:________________________________
Team Members: Operator:___________________
(i) Surveyor:___________________
(ii)

Parameter Initial Reading Final Reading


Engine Hr. Reading
Twist Lock Counter
Reading
Fuel Lever in Ltrs.

(Reading to be taken at every hour)


Time
Reading
Twist Lock
Counter
Coolant Temp
Fuel Level
Engine Oil
Temp
Transmission
Oil Temp
Hydraulic Oil
Temp
Brake Oil Temp
Inlet Manifold
Temp
Battery
charging Volt
Main Pressure

Major areas of work:


Alarm if any:
Unusual/Failure if any:

Note:
(a) Any alarm/Break down should be mentioned clearly
(b) Reading of all parameter to be recorded at an interval of one hour,
(c) Test to be conducted for 24 hrs. continuously on site and in case if any breakdown test to
be repeated from start.

Signatures of Team

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 100 OF 109
Section-VI: Annexure-18: Proforma Of Certificate For Issue By The Purchaser After Successful Commissioning Of Reach Stacker

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


Annexure-18
PROFORMA OF CERTIFICATE FOR ISSUE BY THE PURCHASER AFTER SUCCESSFUL
COMMISSIONING of Reach Stacker
No. Date:
M/s. ____________________________

Sub: Certificate of commissioning of Reach Stacker machines


1. This is to certify that the plant/s as detailed below has / have been received in good
condition along with all the standard and special accessories (subject to remarks in
Para No.2) and a set of spares in accordance with the Contract / Specifications. The
same has been installed and commissioned.
A. Contract No.____________________________ dated _________________.
B. Description of the Equipment__________________________________________.
C. Equipment Nos. _____________________________________________________.
D. Quantity ______________________________________________________.
E. Bill of Lading __________________ dated ________________ (for import contract)
F. Name of the vessel/transporter ____________________________________.
G. R/R No._____________________________ dated ____________________.
H. Name of the consignee __________________________________________.
I. Date of endurance test & commissioning as per Section-IV technical specifications
____________________.

2. Details of accessories / spares not yet supplied and recoveries to be made on that
account:

S.No. Description Amount to be recovered

3. The Endurance test has been done to our entire satisfaction and operators have been
trained to operate the equipment.

Purchaser Supplier

4. The supplier has fulfilled his contractual obligations satisfactorily.


The supplier has failed to fulfil his contractual obligations with regard to the following:
a) ________
b) ________
c) ________
d) ________
e) ________
f) ________
5. The amount of recovery on account of non-supply of accessories and spares is given
under Para No.2.
6. The amount of recovery on account of failure of the supplier to meet their contractual
obligations is as indicated in endorsement of the letter.

Signature ____________________
Name ____________________

Designation with stamp____________________

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 101 OF 109
Section-VI: Annexure-19 General Information

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


Annexure -19

GENERAL INFORMATION
(Refer clause 2.2 (a))

All individual firms submitting the tender must complete the information in this form
1. FULL Name of the Firm:

2. Head Office Address:

Contact person name at Head


office:

Telephone Number/s:
Fax Number/s:
E-mail Id
3. Branch Office address, if any:

Contact person name at Branch


office:

Telephone Number/s:
Fax Number/s:
E-mail Id
4. Works address:

Contact person name at WORKS :


Telephone Number/s:
Fax Number/s:
E-mail Id
5. Place of Registration/Incorporation
6. Year of Registration Incorporation
7. Details of Mainlines of Business:
i. Since
ii. Since
iii. Since
iv. Since
v. Since

Digitally Signature Tenderer

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 102 OF 109
Section-VI: Annexure-20: Experience in Similar Works

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


Annexure - 20

EXPERIENCE IN SIMILAR WORKS


(Refer clause 2.1 (a) & 2.2 Section-II)

The information about experience in similar Works should be submitted in below mentioned
format and separate sheets must be used for each reference.
You are advised to furnish details about similar works as stipulated in the Tender. In
support of submitted information, it is very essential to submit copies of order/s executed
alongwith satisfactory performance certificate issued by Client/s.

1. Client‟s Name

2. Contract/Order number
and Date

3. Name of the Contract:

4. Client‟s Address in full:

5. Name of Client‟s Contact


person:
6. Client‟s Telephone
Number/s
7. Client‟s Fax Number:
8. Contract/Order Value
9. Completion period as per
Contract/Order

10. Date of Actual completion


of Contract/Order
11. Brief details of Contract/Order

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 103 OF 109
Section-VI: Annexure-21: CLAUSE WISE COMPIANCE AS PER CLAUSE 5.3.1.1 OF SECTION II

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


Annexure -21

CLAUSE WISE COMPIANCE AS PER CLAUSE 5.3.1.1 OF SECTION II

Section-I

Complied or non Complied or non Complied or


Clause Ref Clause Ref Clause Ref
complied complied non complied

1 5 9
2 6 10
3 7 11
4 8 12
Section-II

Complied or non Complied or non Complied or


Clause Ref Clause Ref Clause Ref
complied complied non complied

1 6.1 12.3.1
1.1 6.1.1 12.3.2
1.2 6.1.2 12.4
1.3 6.1.3 13
1.4 6.1.3.1 14
1.5 6.1.3.2 15
2 6.1.3.3 15.1
2.1 6.1.3.4 15.1.1
2.2 6.1.3.5 15.2
2.3 6.1.3.6 15.2.1
2.4 6.1.3.7 15.2.1.1
2.4.1 6.1.3.8 15.2.2
2.4.2 6.1.3.9 15.2.3
2.4.3 6.1.3.10 15.2.4
2.4.4 6.1.3.11 15.2.5
2.4.5 6.1.3.12 15.2.6
2.4.6 6.1.3.13 15.3
2.5 6.1.3.14 15.3.1
2.5.1 6.1.3.15 15.3.2
2.5.2 6.1.3.16 15.3.3
2.5.3 6.1.3.17 16
2.5.4 6.1.3.18 17
2.5.5 6.1.3.19 18
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 104 OF 109
Section-VI: Annexure-21: CLAUSE WISE COMPIANCE AS PER CLAUSE 5.3.1.1 OF SECTION II

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


2.6 6.2 18.1
2.7 7 18.1.1
3 8 18.1.2
3.1 9 18.1.3
3.1.1 9.1 18.2
3.1.2 9.2 18.3
3.1.2.1 10 18.4
3.1.3 11 18.5
3.2 11.1 18.5.1
3.3 11.1.1 18.5.2
3.3.1 11.2 19
3.4 11.3 19.1
3.4.1 11.3.1 19.2
3.5.1 11.3.2 19.3
3.5.2 11.4 19.4
3.5.3 11.4.1 20.1
3.6 11.4.2 20.2
note to
3.7 clause 11.4 20.3
&11.5
3.8 11.5 21
3.9 11.5.1 22
4 11.5.2 23
4.1 11.6 24
4.2 11.6.1 24.1
4.3 11.6.2 25
4.4 11.7 25.1
4.5 11.7.1 25.2
4.6 11.7.2 25.3
4.7 11.7.3 26
4.8 11.7.4 27
4.9 11.7.5 27.1
5 11.7.6 28
5.1 12 28.1
5.2 12.1 28.2
5.2.1 12.1.1

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 105 OF 109
Section-VI: Annexure-21: CLAUSE WISE COMPIANCE AS PER CLAUSE 5.3.1.1 OF SECTION II

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


5.2.2 12.2
5.3 12.3
5.3.1
5.3.1.1
5.3.2
5.4
5.5
5.6
5.7
5.7.1
6
Section III
Clause Ref
Complied or non Complied or non Complied or
1 Clause Ref Clause Ref
complied complied non complied
1.1 8.2 14.5
2 8.3
2.1 8.3.1
3 8.4
4 8.4.1
5 8.5.1
5.1 8.5.2
5.2 9
5.2.1 9.1
5.2.2 9.2
5.3 9.3
5.4 9.4
5.4.1 10
5.4.2 10.1
5.5 10.2
5.5.1 10.3
5.5.2 11
5.5.3 11.1
5.5.4 12
5.5.5 12.1
5.5.6 12.2
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 106 OF 109
Section-VI: Annexure-21: CLAUSE WISE COMPIANCE AS PER CLAUSE 5.3.1.1 OF SECTION II

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


5.5.7 12.3
6 12.4
7 12.5
7.1 13
8 13.1
8.1 14
8.1.1 14.1
8.1.2 14.2
8.1.3 14.3
14.4
Section IV
Complied or non Complied or non Complied or
Clause Ref Clause Ref Clause Ref
complied complied non complied
1 14.4
1.1 14.5
2 14.6
2.1 15
2.1.1 15.1
2.1.2 15.2
2.1.3 15.3
2.1.4 16
2.1.5 17
3 17.1
3.1 17.2
3.2 17.3
3.3 17.4
3.4 17.5
3.5 17.6
4 17.7
4.1 17.8
4.2 17.9
4.3 17.10
4.4 17.11
4.5 18
4.6 18.1
4.7 18.2
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___
kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 107 OF 109
Section-VI: Annexure-21: CLAUSE WISE COMPIANCE AS PER CLAUSE 5.3.1.1 OF SECTION II

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


4.8 18.3
5 18.4
5.1 18.5
5.2 18.6
5.3 18.7
5.4 18.8
5.5 18.8.1
5.6 18.8.2
5.7 18.9
5.8 18.9.1
5.9 18.9.2
5.10 18.10
6 18.11
6.1 18.12
6.2 18.12.1
6.3 18.12.2
6.4 18.12.3
6.5 18.12.4
6.6 19
6.7 19.1
6.8 19.2
6.9 19.3
6.10 19.4
6.1.1 19.5
7 Schedule-I
7.1 Schedule.-II
7.2 Schedule.-III
7.3
7.4
7.4.1
7.5
7.6
7.7
8
8.1

STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___


kMTonar kI baat, ka^naka^r ko saaqa Think Container, Think CONCOR
PAGE 108 OF 109
Section-VI: Annexure-21: CLAUSE WISE COMPIANCE AS PER CLAUSE 5.3.1.1 OF SECTION II

CONTAINER CORPORATION OF INDIA LTD Tender No.CON/T/RST/2017


8.2
8.3
8.4
9
9.1
9.2
9.3
9.4
9.5
9.6
10
10.1
10.2
10.3
10.4
10.5
10.6
10.7
10.8
10.9
10.1
10.11
11
12
13
13.1
13.2
13.3
13.4
13.5
14
14.1
14.2
14.3
Schedule of
Section V
Requirements

Digitally signed
by DEV RAJ
STAMP OF BIDDER SIGNATURE OF BIDDER PAGE NO ___ Date:
kMTonar kI baat, ka^naka^r ko saaqa 2017.10.16
Think Container, Think CONCOR
PAGE 109 OF 109 18:42:38 IST
Reason: PDF
Authenticated

Vous aimerez peut-être aussi