Download as pdf or txt
Download as pdf or txt
You are on page 1of 16

TENDER FOR THE SUPPLY OF SURVEYORS WITH SUPERVISOR AT CONTAINER RAIL TERMINAL KRIBHCO INFRASTRUCTURE LIMITED, HAZIRA and

REWA RI

Tender Notice

1. KRIBHCO INFRASTRUCTURE LIMITED invites bids from eligible bidders for supply of surveyors and supervisor at
container rail terminal Kribhco Infrastructure Limited, located Hazira (Gujarat) and Rewari (Haryana). Bidders
may either apply for one location or both the locations as the case may be.

2. Sealed tenders in Two bid system are invited for the below mentioned works from established, experienced
and reliable firms / contractors/joint venture/consortium firms registered or have worked with Railway/Other
Government organizations/PSUs/Other CTOs (Logistics/Container train operators/CFS).

3. Tender document can be downloaded from our website www.kribhcoinfra.com. KRIBHCO INFRASTRUCTURE
LIMITED shall not be responsible for any postal delay.

4. Complete tender papers duly accompanied with requisite EMD shall be received in the office of Kribhco
Infrastructure Limited, Noida as per date and time mentioned below and shall be opened in presence of the
tenderers or their authorized representatives.

ITB Ref. No. KRIL/Survey/Hazira & Rewari /19-20


Name of Work Supply of surveyors and supervisor at Rewari & Hazira
Terminal.
Bidding Type Two Stage
ITB Issue Date 13.08.2019
Last Date & Time for submission of Bid 26.08.2019 by 02:30 PM
Date & Time for opening of Technical Bid 26.08.2019 by 03:30 PM

Place of Opening of Bids M/s Kribhco Infrastructure Limited


5th Floor, KRIBHCO Bhawan
Date of opening of price bids shall be A-10, Sector-1, NOIDA - 201301
communicated separately.
EMD Rs 25000/- (by Demand Draft in favor of “KRIBHCO
INFRASTRUCTURE LIMITED., payable at Noida.
Address for Communication Sh. Harbir Singh Rao - Manager (Planning &
Operations)
KRIBHCO INFRASTRUCTURE LIMITED
KRIBHCO Bhawan, 5th Floor, A-10, Sector-1
NOIDA – 201301
Email address:
harbir@kribhcoinfra.com
Phone No. : 0120- 2534620
Fax No. : 0120- 4325129
SD (Security Deposit) 10 % of the total contract value as per LOI / Work
Order issued by KRIL (Detailed mentioned in Section
– 2).
TENDER FOR THE SUPPLY OF SURVEYORS WITH SUPERVISOR AT CONTAINER RAIL TERMINAL KRIBHCO INFRASTRUCTURE LIMITED, HAZIRA and REWA RI

SECTION -1
SCOPE, TERMS & CONDITIONS OF ITB

A PREAMBLE

KRIBHCO, a National Level Co-operative Society engaged in manufacturing and marketing of urea since 1986.
KRIBHCO is operating a mega Fertilizer Complex at, Hazira, District Surat, in the State of Gujarat, India.
KRIBHCO INFRASTRUCTURES LIMITED, a subsidiary of KRIBHCO has signed Concession Agreement with
Ministry of Railways to operate Container Trains in Category -1 i.e. entire Rail Network in relation to both
Exim Traffic & Domestic Traffic.

B PRESENT REQUIREMENT

KRIL invites sealed bids from eligible Bidders for supply of surveyors and supervisor for the following:
 Trained and skilled surveyors would be required to be deputed round the clock at Railway sidings/Terminal to
monitor operational activity.
 Surveyors need to be deputed at various Intermediate storage locations as and when required as per
instructions of Terminal Manager / KRIL authorized representative.
 In case of any damage to container observed during gate in, damage to be assessed and estimate
prepared andsubmitted.
 Surveyors should have minimum 2+ (Two) year or more experience in same domain.
 Supervisor / Surveyors should be 12th pass with decent knowledge and hands on experience of working on
computer having knowledge of Microsoft word, excel, mails etc.
 Surveyors/Personnel undertaking ISO/DSO movement and taking care of operational activities at the
terminal should have mobile phones so as to communicate with various operations personnel of KRIL for
immediate and regularcoordination.
 Supervisor/Surveyors should be on payroll or hire basis by Bidder. Police verification copy of
Supervisor/Surveyors is must and need to be provided with every change of Supervisor/Surveyors.
 Detailed description of work, expected from surveyors deployed at the terminal has been outlined in
the attached Annexure-II, but shall not be limited to what has been outlined.
Rewari Manpower Qualification Experience
S.No. Designation
Terminal Hazira Terminal Type
1 Supervisor 1 1 Skilled 12th Pass 5+
2 Surveyors 5 7 Semi - Skilled 12th Pass 2+
3 TOTAL 6 8

The requirement of manpower is optional at present which may increase or decrease from time to time. If
requirements further increases during the period of contract then the successful bidder would have to provide
additional manpower, if required on the same terms and conditions.

C PRE-QUALIFICATION CRITERIA

Minimum Eligibility Criteria of the Bidder Company / Firm /Agency:


The bidder must fulfil the following eligibility criteria:
 KRIL will review the capability of the bidder based on the information furnished by the bidder in the offer.
The decision of KRIL in this regard would be final.
 The Bidder Company / Firm / Agency should have at least Three Years’ experience in providing Surveyors
Services to ICD/PFT/Terminals of company’s field of Multi-Model Logistic, Manufacturing plants of the
Public Sector Companies/ Big Industrial houses etc. Two Performance Certificates issued by their clients
should be attached with the tender.
 The Bidder Company / Firm / Agency should be registered with GST.
 The Bidder Company / Firm / Agency should be registered with appropriate authorities under Contract
TENDER FOR THE SUPPLY OF SURVEYORS WITH SUPERVISOR AT CONTAINER RAIL TERMINAL KRIBHCO INFRASTRUCTURE LIMITED, HAZIRA and REWA RI

Labour Act Employees Provident Fund and Employees State Insurance Acts, Professional Tax and LWF.
 Trained Surveyors to be provided.
 The bidders should submit the minimum wages rate of Haryana & Gujarat State Govt.
 Bidders are advised to ensure that they meet / fulfill all the criteria laid in the tender
document before submitting the bid.
 Bidders are free to visit our site/project sites and get
familiar with the site conditions before quoting the rates.

Kribhco Infrastructure Multimodal Logistics Park,


Village – Govindpuri, Rewari,
Haryana – 123101
&
Kribhco Infrastructure Multimodal Logistics Park,
ICD Kribhco, Hazira Fertilizer Complex,
Village - Kawas and Limla, Surat,
Gujarat - 394515
D PLACE OF OPERATION

The place & area of operation would be at KRIL, PFT/ICD-Hazira, Surat, Gujarat and PFT/ICD- Rewari, Haryana comprising
of covered and open space. The place of operation will also include the existing Complex and any further extension
thereof in the premises. The place of operation shall also include the Container Yard or as designated during the
period of this contract.

At the siding, handling (both stuffing & de-stuffing of cargo) of ISO/Domestics containers will be undertaken normally
in 20’ and 40’ or any other size of ISO container on 24*7 basis.

E SCOPE OF WORK: (Detail shown Section - 3, Annexure -I)

SAFETY & SECURITY


From safety point of view, all surveyors must be provided with reflective jackets, safety shoes, helmets
and carry their identity proof while working in the terminal (provided by bidder).

Flood light/Torch, for night working, bicycles for moving from one location to other and rain suits for rainy
season to be provided Penalties will be imposed to the service provider for lapses in safety & security aspects
(provided by bidder).

F VALIDITY OF BID

The bid submitted by the Bidder shall remain valid for a period of 90 (Ninety Days) days from the date of
opening of the Bid. The Bidder shall not be entitled during said period of 90 days to revise and / or to cancel the
bid. In case, the Bidder revokes or revises the bid or varies any term in regard thereof without the written
consent of OWNER, the bid shall be rejected and EMD will be forfeited.

G TIME SCHEDULE

Seven days’ time shall be given from the date of LOI / Work Order to mobilize surveyors to be deployed
at the terminal manpower.

H PERIOD OF CONTRACT

The period of Contract shall be for 1 (one) year from the date of issue of LOI / Work order and shall be
further extendable on mutual consent on the same rates, terms & condition (except minimum wages as per
Govt. notification) for another period of one year or part thereof.
TENDER FOR THE SUPPLY OF SURVEYORS WITH SUPERVISOR AT CONTAINER RAIL TERMINAL KRIBHCO INFRASTRUCTURE LIMITED, HAZIRA and REWA RI

SECTION -2

(Instruction of the Bidders)

I SUBMISSION OF BID

The Bidders are requested to submit the bids on the bids submission date in sealed cover as under to
under to the undersigned:

Envelop-1 Earnest Money Deposit


Demand Draft of Rs. 25,000 drawn in favor of ‘KRIBHCO INFRASTRUCTURE LIMITED’ Payable at NOIDA.
EMD of unsuccessful Bidder will be returned after award of contract. EMD of successful Bidder will be
adjusted towards Security Deposit.

Envelope-2 Containing Technical and un-priced commercial bid super scribed as under (Rewari
Terminal):

Un-priced Commercial Bid cum eligibility bid such as experience certificate of Bidder, Copy of PAN and
GSTN, signed copy of the original ITB & any other document related to this. Undertaking of Bidder that
the surveyors and supervisor would be provided as per requirements i.e. qualification, experience,
knowledge or any other requirement as mentioned in this ITB. Photocopies of documents, self-
attested and with the seal of the Company/Firm/Agency.

Envelope-3 Containing Technical and un-priced commercial bid super scribed as under (Hazira
Terminal):

Un-priced Commercial Bid cum eligibility bid such as experience certificate of Bidder, Copy of PAN and
GSTN, signed copy of the original ITB & any other document related to this. Undertaking of Bidder that
the surveyors and supervisor would be provided as per requirements i.e. qualification, experience,
knowledge or any other requirement as mentioned in this ITB. Photocopies of documents, self-
attested and with the seal of the Company/Firm/Agency.

Envelope-4 Price Bid (Rewari Terminal)


i. Price Bid shall include duly filled in price format as detailed in Annexure–V (Section - 4)
duly signed and stamped.

Envelope-5 Price Bid (Hazira Terminal)


ii. Price Bid shall include duly filled in price format as detailed in Annexure–V (Section - 4)
duly signed and stamped.
iii. Bids will be opened publicly at the date and time indicated in the tender document.

All Five envelopes pertaining to ITB to be kept & sealed in another envelope duly
super scribed as “Tender for Supply of surveyors and supervisor at Rewari & Hazira Terminal.” and should
be submitted on or before the date & Time stipulated in the Covering Letter to.

Manager (Planning & Operation)


Kribhco Infrastructure Limited, Kribhco Bhawan,
A-Wing, 5th Floor, A-10, Sector – 1, Noida – 201301

Bids shall be opened in the presence of such bidders or their authorized representative who
may wish to be personally present.

J EXIT CLAUSE & TERMINATION OF CONTRACT:

a. Bidder shall have the right to terminate the contract at any time during its currency by giving Thirty
TENDER FOR THE SUPPLY OF SURVEYORS WITH SUPERVISOR AT CONTAINER RAIL TERMINAL KRIBHCO INFRASTRUCTURE LIMITED, HAZIRA and REWA RI

days’ notice in writing to the party otherwise KRIL shall not release/refund the SD amount.

b. In the event of repeated instances of unsatisfactory services or any default on the part of contractor to
comply with the terms and conditions of this contract, KRIL can terminate the contract by giving (7)
seven days’ notice.

c. In the event of such termination of the contract KRIL shall be entitled to get the balance/remaining work
done by making alternative arrangement as deemed necessary and until such time KRIL is able to appoint a
new regular contractor and recover from the contractor (appointed under this contract) any extra
expenditure incurred by KRIL in getting the work done and damages which KRIL may incur as a consequence
of such action.

M PENALTY

The Bidder will be held responsible for any Loss / damage to KRIL due to negligence or non-performance of
any activity by surveyor / supervisor as mentioned in this ITB during contract period. In the event of such
loss, KRIL at its sole discretion, will recover the losses from the pending bills or adjust from the security
deposit as the case may be. In addition to the actual losses and if deemed fit, KRIL at its sole discretion may
for any such single incident also deduct up to 10 % penalty of the total contract value over and above the
actual loss.
N PAYMENT TERMS

 Payment will be made to the Party within 10 days of submission of bills at KRIL Noida head office post
clearance of the bills by the Terminal Manager or any other officer authorized by KRIL and approved by
operation in charge.
 Proof / Challan of the previous month ESI and PF, LWF and PF submitted to the concerned
department shall be submitted along with current month bill.
 The service provider should ensure for payment of wages to the staff posted at sites in first week of
every month.
 In addition, every month salary disbursal to be done in presence of KRIL authorized staff as appointed by
Terminal Manager and signatures of surveyors / supervisor to be taken on the salary disbursal sheet
having Cost Break-up of salary like Basic Pay, HRA, ESI, PF, Insurance, Professional Tax andLWFetc. The current
month salary disbursal sheet having signatures of surveyors, supervisor or bank transfer statement and KRIL
authorized staff needs to be submitted along with monthly bill.
 Any bill which is not certified by the terminal authorized person or not supported by the documents
mentioned in this document shall not be considered for payment.
 In order to facilitate early settlement of bills the Party would submit his bills monthly in the first week of
the following month along with all supportive documents required.
 KRIL shall deduct TDS at the applicable rates provided in the Income Tax Act.
 KRIL may at its sole discretion to make an ‘on account’ payment in case of delay in preparation /
clearance of bills upon receiving of request from the vendor in this regard.
 Payment would be regulated on pro-rata basis.

O LIABILITY FOR LABOUR AND/OR PERSONNEL ENGAGED BY

 All labour and/or personnel employed by Party shall be engaged by them as their own
employees/workmen. Party alone shall be responsible for making payment of their salaries, wages and
other emoluments and KRIL shall have no responsibilities and liabilities in respect thereof.

 The responsibility for complying with the provisions of the various labour laws such as Factories Act, 1948,
Payment of Wages Act of 1936, Workmen’s compensation Act 1923, Employees Provident Fund Act,
1952, child labour act 1938, minimum wages act 1948, LWF, PT, Maternity Benefit Act 1961, Contract
Labour (Regulation and Abolition) Act 1970, Payment of Bonus Act 1965, Payment of Gratuity Act 1972,
Equal Remuneration Act 1976 or any other applicable law, to the extent they are applicable to their
establishment/workmen, will be solely that of the Party.

 KRIL shall be fully indemnified by Party against all the, demands, claims, liabilities, damages, costs, charges
TENDER FOR THE SUPPLY OF SURVEYORS WITH SUPERVISOR AT CONTAINER RAIL TERMINAL KRIBHCO INFRASTRUCTURE LIMITED, HAZIRA and REWA RI

and expenses whatsoever whether incidental or direct arising.


Out of failure on KRIL or non-compliance with or enforcement of the provisions of the aforesaid Acts or
any other applicable laws as they are presently in force or as amended/ modified from time to time, to
the extent they are applicable.
 Party shall not employ any person/laborer below the age of 18 years and shall comply in all respects with the
provisions of Employment of Children Act XXVI of 1938.
 Party shall be liable for making contributions in accordance with the provisions of the Employees
Provident Fund Act 1952 and the scheme framed there under, in respect of all labor employed by them at
the work place and for depositing the employer’s and employee’s contribution with Provident Fund
Commissioner within time.

P EARNEST MONEY DEPOSIT (EMD)

 The Bidder shall deposit Earnest Money Deposit (EMD) of Rs. 25,000/- (Rupees Twenty Five Thousand only)
in the form of either Demand Draft (DD) drawn in favor of Kribhco Infrastructure Ltd (KRIL) payable at
Noida.
 KRIL shall not be liable to pay any interest on the EMD and the same shall be interest free. In case, the
Bidder revokes / revises the bid or varies any term, during the validity of bid, without written consent of
KRIL, KRIL shall forfeit the EMD.
 The EMD of the successful Bidder will be adjusted against Security Deposit by the owner.
 The EMD of unsuccessful Bidders will be refunded by Electronic Fund transfer (EFT) System, without any
interest or through cheque, only when it is determined that they will not be awarded the CONTRACT.
 The EMD may be forfeited:
If a Bidder withdraws or modifies his bid during the period of bid validity specified by the Bidder in the
Bid;
Or
In case of a successful Bidder, if the Bidder fails to deploy the supervisors / surveyors and fulfill the terms
of this Bid within 7 days of receiving of LOI /Work Order.

Q PERFORMANCE SECURITY

The BIDDER shall furnish Performance Security equivalent to 10 (Ten ) percent of the Order Value for the
due and faithful performance of the Purchase Order and Warrantee Period in any one of the manners
described below:

 The BIDDER will furnish Demand Draft (DD) of value equivalent to 10 % of the Order Value within
15 days of issue of this Order, in favor of the

OWNER and payable at Noida. The Performance security shall not bear any interest.
OR
 The CONTRACTOR will furnish a Bank Guarantee (BG) of equivalent to 10 (Ten percent) of the Order
Value, issued by Nationalized / Scheduled Bank (other than Garmin / Co-operative Scheduled/ Co-
operative Bank). Bank Guarantee shall be valid up to the Warranty Period plus a claim period of
Ninety (90) Days.

In the event of any contract amendment, the BIDDER shall, within 21 days of receipt of such amendment,
furnish the amendment to the Performance Security, rendering the same valid for the duration of the
Contract as amended plus Warranty Period with a claim period of Ninety (90) Days .
a. In case of any default on the part of Contractor, in terms of this Order, the Performance Security shall be
forfeited and/or Bank Guarantee towards Performance Security shall be en-cashed.

b. Performance Security will be released and/or bank Guarantee towards Performance Security will be
discharged and returned to BIDDER not later than 30 days after the completion of Warrantee Period/ defect
liability.
TENDER FOR THE SUPPLY OF SURVEYORS WITH SUPERVISOR AT CONTAINER RAIL TERMINAL KRIBHCO INFRASTRUCTURE LIMITED, HAZIRA and REWA RI

SECTION -3

Annexure-I
DETAILED DESCRIPTION OF WORK

 SURVEY OF CONTAINERS:

(i) Loaded condition – Rail in/out

The following details shall be recorded for each EXIM/Domestic container in a register.

1. Train Number, name of Destination/Originating Station, Date and time of placement / removal, Wagon
number, Container Number, Size, Seal Number & Type of container in case of Domestic containers and in the case of
EXIM containers, in addition to above details, name of the Shipping Line, Line seal, customs seal no.

2. External condition of the containers in detail and intactness of seal & seal number (s) shall be recorded.

3. The position of the container in the wagons (whether door faced each other or door faced outside or any gap
found between the wagons loaded even when door faced) should be recorded in theregister.

4. Presence/absence of tarpaulins or other accessories depending on the type of containers such as open top/hard
top/reefer should be recorded.

(ii) Loaded condition – Road in/out

1. Date of arrival/dispatch/ destination/originating station, Container number, size, type, trailer number, seal
number & category (customs/KRIL/Shipping Line), including data entry in the system at both the gates round
the clock.

2. External condition of the container and intactness of seal, at the time of arrival/dispatch.

3. Presence/absence of tarpaulins or other accessories depending on the type of containers. such as open
top/hard top/reefer should be recorded.

(iii) Empty container – Rail in/out

1. Train Number, Date and time of placement, Wagon number, Container Number, Size.
2. External and internal condition survey of container. In case any damages noticed on arrival/dispatch, the
sameshallberecorded inthe registerandimmediately broughttothe notice of KRIL.
3. Preparation of Equipment Interchange Report (EIR), as per KRIL format, whenever container is taken on lease by
KRIL from third parties for domestic use.

(iv) Empty container – Road in/out

1. Date of arrival/dispatch, Container number, size, type, trailer number including data entry in the system at both
the gates round the clock.
2. External and internal condition of the container.
3. Preparation of EIR, as per KRIL format, whenever container is taken on lease by KRIL from third parties for
domestic use

(v) Detailed survey in case of Container Repairs:

1. Detailed Survey of damaged DSO/ISO containers/cargo damaged, external and internal, and preparation of EIR.
2. Pre-repair inspection and reports of minor/heavy damages indicating the possible cause for damages- such as
inward damage, handling damage, normal wear and tear etc.
TENDER FOR THE SUPPLY OF SURVEYORS WITH SUPERVISOR AT CONTAINER RAIL TERMINAL KRIBHCO INFRASTRUCTURE LIMITED, HAZIRA and REWA RI

3. Post-repair inspection & certification.

(vi) Survey of reefercontainers

1. Detailed external /internal survey of containers


2. Presence of accessories available in the container as per checklist format provided by KRIL at the time of arrival/exit
should be recorded in a separate register, whenever required.

 TERMINAL STUFFING AND DESTUFFING (EXIM LCL/FCL CARGO)

EXPORTS:

WAREHOUSE STUFFING

i) Verification and comparison of job order, customs permission and shipping bills with actual cargo received.
ii) Cargo should be unloaded in proper slots and unloading tally sheet prepared affixing bin cards and marking of cargo
if necessary.
iii) In case of any damages noticed at the time of unloading or damages caused while unloading, the same should be
brought to notice of KRIL forthwith and unloading tally sheet should have such remarks and signature obtained
from vehicle driver of the customer and KRIL.
iv) Tagging, measurement and Weighment of cargo. Collection of Weighment slip, if any.
v) Inspection of containers before stuffing.
vi) Comparison of cargo details with shipping bills and correct stuffing of cargo and preparation of stuffing tally sheet
after receipt of proper job order issued by KRIL.
vii) Sealing and labeling of containers/pasting of stickers
viii) Reporting on tally and condition of cargo.
ix) Maintaining and Verification of stocks in the warehouse.
x) Special reports as and when required to deal with cases like claims.
xi) Maintaining time log for all activities.
xii) Partially stuffed container shall be sealed with safety seal (OTL) of KRIL.
xv) Detailed report of shutout cargo, if any, is also to be furnished.

DIRECT /CFS STUFFING

i) Inspection of containers before stuffing


ii) Verification and comparison of job order, customs permission and shipping bills
iii) Verification of external condition of consignment
iv) Tally the contents vis-à-vis Shipping Bill
v) Sealing, labelling and reporting of containers/pasting stickers
vi) Detailed report of shutout cargo, if any, is also to be furnished.
vii) Maintaining time log for all activities

IMPORTS:

CFS/WAREHOUSE DE-STUFFING/DELIVERY

i) Verification of job order, customs permission & container seal at the time of examination/de- stuffing
ii) De-stuffing into warehouse/yard, preparing de-stuffing tally sheet.
iii) Tagging and housekeeping
iv) Verification of stocks and partial de-stuffed containers shall be fixed with safety seals (OTL) of KRIL
v) Delivery, supervision of loading onto road vehicles, preparation of loading tally sheet, comparison with
B/E.
TENDER FOR THE SUPPLY OF SURVEYORS WITH SUPERVISOR AT CONTAINER RAIL TERMINAL KRIBHCO INFRASTRUCTURE LIMITED, HAZIRA and REWA RI

vi) Reporting on tally and condition


vii) Maintaining stock records inside the warehouse
viii) Vehicle details in which cargo was delivered

DIRECT DESTUFFING AND DELIVERY

i) Verification of job order, customs permission and container seal


ii) De-stuffing as per job order & preparation of de-stuffing tally sheet
iii) Comparison with B/E
iv) Supervision of loading on to road vehicles and preparing loading tally sheet
v) Tally and condition of cargo
vi) Maintaining details regarding lorries through which deliveries are effected

FACTORY DE-STUFFING OF IMPORT CONTAINERS (FCL)

i) Verification of job order, seal intactness


ii) Part de-stuffing/re-stuffing for customs examination, if required
iii) Local sealing
iv) Details of trailers through which containers dispatched

 BONDED WAREHOUSE:

i) Receipt of bonded containers, seal verification & verification of stocks after customs examination
ii) Comparison with packing list/invoices/Bill of Entry etc.
iii) Supervising while de-stuffing the cargo
iv) Tagging and stacking/housekeeping
v) Maintenance of stock registers duly recording all relevant particulars from receipt to dispatch of cargo covered
under Bill of Entry
vi) Comparison of joborders
vii) Reporting on tallying and condition of cargo
viii) Maintaining records on physical occupation of warehouse space/party wise
ix) Maintaining records pertaining to short landings, if any, and Maintaining time log for all activities
x) Delivery as perB/E

 LCL CARGO:
i) Receipt of bonded consignments
ii) Verification of job order and B/E
iii) Comparison with packinglist/invoice
iv) Tagging and multistacking
v) Reporting on tally & condition
vi) House keeping
vii) Manning the warehouse
viii) Facilitate part clearance as per B/E Job order
ix) Maintain part-wise inventory
x) Supervision of loading onto road trucks
xi) Reporting or tally and condition
xii) Co-ordination with Customs/KRIL

 DOMESTIC CARGO:

The domestic cargo handled by the terminal is on a `said to contain basis’. Not all domestic cargo in containers requires
survey. However, in cases where a container received or found with seal damaged/tampered condition suggesting
TENDER FOR THE SUPPLY OF SURVEYORS WITH SUPERVISOR AT CONTAINER RAIL TERMINAL KRIBHCO INFRASTRUCTURE LIMITED, HAZIRA and REWA RI

missing of cargo or damage by wet or any kind of damages, warranting open delivery to the customer, a joint survey
need to be arranged by KRIL through the surveyor wherein representatives of the customer, KRIL
security/CLIENT REPERSENTATIVE, as the case may be, and KRIL officer will be associated.

In such cases, a detailed report as per KRIL format needs to be prepared by the surveyor. The details of the report
briefly include the consignor/consignee name, Inland Way Bill (Booking Reference), external condition of
container/cargo, seal intactness, suspected reason for any damages/missing etc.

In case of any survey works required to be carried out on behalf of KRIL at the premises of customer, KRIL shall
inform the surveyor on a case to case basis and payment towards conveyance equivalent to ordinary bus fare /
railway II Sleeper class based on actual production of ticket will be paid apart from usual charges quoted by the
surveyor for such activities.

 DOMESTIC CARGO – OUTWARD – STUFFING at Domestic Yard:

The role of the survey contractor includes the following activities.

i) Comparison of cargo details with stuffing of cargo JO and preparation of stuffing tally sheet after receipt of
proper job order issued by KRIL and recording the Sealing of containers. Recording of weight and collection of
Weighment slip.

ii) Reporting on tally the condition of cargo stuffed in container against the JO.

iii) Damages if any, of cargo/packages before, during or after stuffing on account of originating station must be
brought to the notice of KRIL.

iv) Damages if any, while stuffing the containers must also be brought to the notice of KRIL.

v) While stuffing hazardous cargo, it should be ensured that customers have adhered to the packing conditions
as prescribed.

vi) Damages if any, on account of customer mishandling must be brought to the notice.

vii) Control on sealing.

viii) Collect OTLs from KRIL, issue and maintain the details of OTLs issued to Customers for sealing Completed
Outward containers after obtaining signature from respective customers.

ix) Verify the OTL No. affixed on the stuffing completed containers and certify the same in Forwarding Note.

x) Prepare and submit the detailed report of container stuffing completed and submit to KRIL on daily basis
along with cargo arrival details indicating cargo.
 INCIDENTAL WORKS:

Apart from carrying-out the work indicated in this chapter of the tender document as per SOPs available at the
terminal, the following general duties shall also have to be performed by the contractor for which no separate
payment will be made:

I) It will be the duty of surveyor on duty to bring to the notice of KRIL official/ Security in charge about any
import/export/domestic containers found with defective/tampered/missing seals. The surveyor shall get the
container resealed as per the directions issued by KRIL immediately.

II) In case container is found damaged on arrival at the gate/rail side, surveyor shall make the necessary note of
the damage and have such a report signed by the KRIL gate staff and the driver of the vehicle. In case of
container found damaged on arrival at rail wagons/road trailers or with seal broken, joint report also shall be
got signed by KRIL security, CLIENT REPERSENTATIVE and Customs. Containers should be surveyed within 24
TENDER FOR THE SUPPLY OF SURVEYORS WITH SUPERVISOR AT CONTAINER RAIL TERMINAL KRIBHCO INFRASTRUCTURE LIMITED, HAZIRA and REWA RI

hours and damage report must be presented in the recognized EIR format along with an estimate of repair.
All damaged containers shall be photographed by the surveyor.

III) Inventory of stocks stored in the warehouses to be prepared in the desired format of KRIL and report
submitted on a weekly basis. The stacking of dangerous goods should be done in a separate earmarked slot.

IV) Inventory of containers stacked in the terminal should be conducted once in a fortnight and report submitted
to KRIL. The report should clearly show international and domestic boxes separately and the days of their
stay in the terminal. Details should be furnished for 20’ / 40’ / 22’ containers separately and for special type
of containers. In case of domestic the report should indicate the details as per 20’ / 40’ / 22’ end open / side
access/ open top/ high cube/ tank containers etc.

V) Survey reports in respect of LCL consignments consolidation wise, destination wise and container wise should
be maintained scrupulously. Tally should be maintained meticulously and cargo-stacking arrangements
should be done in such a way that there is no inter-mix of cargo and correct cargo is stuffed in the containers.
Similarly for imports, the tally of loading should be maintained and distribution done to various places as per
KRIL’s directions.

VI) Participation in Weighment of containers/cargo done at the terminal, wherever required.

VII) Maintenance of stock of seals and proper utilization of the same should be submitted to KRIL and under
proper documentation. Seal cutting and fixing for all containers.

VIII) Computer generated monthly reports of imports and exports Country wise, shipping line wise, Port Wise,
CHA wise, container wise and cargo wise should be furnished before 3rd of succeeding month. A summary of
the cargo handled during the full financial year as above should be furnished before 10th April of the
succeeding year.

IX) Collection of Transference Copies duly endorsed by Port/Customs and submitted to KRIL under
acknowledgement.

X) Tally sheet for each container / cargo activity should be furnished on the following day of arrival/dispatch in
the form of computer generated statement with all relevant details as given in the scope of work.

XI) All documents e.g. Inward Summary Sheet, Outward Summary Sheet, EIR…should be produced in dully
printed format of the Surveyor Company.

XII) Carry out external survey of all containers upon their arrival/dispatch by road/rail and prepare and submit a
shift wise/train wise report in a format containing following details of each containers.

XIII) Conduct and carry out internal survey of containers before stuffing of cargo/after de-stuffing of cargo,
whenever asked. A report will have to be submitted in respect of each such container in the manner required
by the terminal In-charge.

XIV) Carry out detailed cargo survey including labeling the lots at time of stuffing of export Cargo
De-stuffing of import cargo at the terminal. Contractor will have to undertake preparation of tally sheets,
scrutinize cargo conditions etc. along with survey of containers. The Contractor may also be asked to carry
out survey for reworking of containers whenever directed by KRIL officials.

XV) Collection of documents / papers from road vehicles, Railways etc. as per directions of the Terminal in-charge
or any other work assigned by him.
TENDER FOR THE SUPPLY OF SURVEYORS WITH SUPERVISOR AT CONTAINER RAIL TERMINAL KRIBHCO INFRASTRUCTURE LIMITED, HAZIRA and REWA RI

SECTION – 4
PARTICULARS OF BIDDERS
(On Letter Head)
(Annexure – 2)

(Rewari & Hazira Separately)

1 Full name of the organization /firm/company


2 Year of establishment
Status of i.e. Sole, Proprietorship, Partnership, Pvt. Ltd. Co., Public Ltd.
3
Co., etc.
4 Full Address.
5 Telephone No(s), Fax(s)
6 E Mail
7 Name & Mobile Numbers of Directors / Partners /Proprietor
8 Telephone No(s), Fax(s), E Mail etc. of Office(s).
Details of infrastructure, persons employed, number of Offices
9
/ branches available with the Contractor (including Noida office, if any)
Work experience in detail in providing Outsourcing of
10
Manpower services for last 2 years (enclose).
11 Name of two referees of repute with address & telephone number.
Income Tax Return – Last 3 Years –Contractor to Submit the ITR as
applicable for the all year
12 Turnover –last three years (Contractor to submit Chartered Accountant’s
certificate or other such authentic document , duly supported with balance
sheets copy relevant pages)
Details of Registration, with Registrar of Companies, EPF , GST, ESIC, PAN,
13
Contract labour act, LWF and PT registration certificate and nos.
Whether an assesse of income tax. If so, mention PAN.
14 Enclose copies of Income Tax Return of the company
submitted for last three years along with copy of PAN card.
Details of existing reputed/major clientele with name,
address and telephone numbers of contact persons.
15
Enclose certificates/ credentials of satisfactory
functioning issued from at least four govt./reputed clients
16 GST No.
Name/s of Banker/s and their addresses
17

Disputes, Black listing / litigation, if any. This is to certify that our company,
18
firm/ or its sister concern has not been Black listed in last 3 years.

Date: Place: Signature of Bidder ………………

Note: Attach self_attested documentary proof in support of each of the above with the qualification bid, failing which
bid is liable to be rejected.
TENDER FOR THE SUPPLY OF SURVEYORS WITH SUPERVISOR AT CONTAINER RAIL TERMINAL KRIBHCO INFRASTRUCTURE LIMITED, HAZIRA and REWA RI

(Rewari & Hazira Quote Separately)

SECTION – 5
Annexure-3

PRICE BID
(To be enclosed in a separate sealed envelope on Bidder letter Head)

For providing Surveyors Services at Kribhco Infrastructure Limited Terminal at Modinagar.

Name of tendering Company/Firm/Agency:……………………………………………………………………….……

Rate for 8 Hours (Supervisor & Surveyors)

Semi-Skilled Unskilled
%age Skilled Manpower
Manpower Manpower

Min. Monthly Wages (current


as per states)

HRA

Other allowances (if any)

Gross

EPF ( incorporating supreme


court judgment)

ESI (incorporating new


amendments)

Bonus

Leave

LWF

PT (if applicable)

Uniform & Washing

Other Charges (if any)

Service Charges

Total

GST

GROSS TOTAL
TENDER FOR THE SUPPLY OF SURVEYORS WITH SUPERVISOR AT CONTAINER RAIL TERMINAL KRIBHCO INFRASTRUCTURE LIMITED, HAZIRA and REWA RI

Notes:

1. Rates to be quoted should be keeping in view the applicable minimum wages prescribed by the State
Government, under Minimum Wages Act, 1948. Rates quoted below the prevailing minimum wages shall be
summarily rejected.

2. Documents pertaining to the rate of minimum monthly wages as per govt. norms to be enclosed.

2. Service provider will be responsible for compliance of statutory obligations viz. EPF, Contract Labour Act, PT,
LWF ESI, etc.

4 Service provider will make payment to the manpower supplied considering the applicable Minimum labour
rates during the tenure of the work and submit invoices along with documentary proof of change in Minimum
wages in the State Government, whenever there is change in Minimum Wages.

Note:

List of surveyors with their qualification to be deployed at the terminal must be submitted before
deployment at the terminal. It will be the responsibility of Surveying Company to have completed Police
Verifications of the persons proposed for deployment at the terminal.

It is certified that I/we before signing this tender document have read and fully understood all the terms &
conditions and undertake myself/ourselves to abide by them.

Date:……………………..
Place: ……………………. Signature of the Tenderer

Name:

Designation: (Seal)
TENDER FOR THE SUPPLY OF SURVEYORS WITH SUPERVISOR AT CONTAINER RAIL TERMINAL KRIBHCO INFRASTRUCTURE LIMITED, HAZIRA and REWA RI

Section - 6
Annexure-4 (On Letter Head)

Letter to be submitted by Bidder along with documents

To

Manager – Operations & Planning


M/s. Kribhco Infrastructure Limited
A-10, Sector-1
Noida – 201 301

Sir/Madam,

We, the undersigned, offer to provide the Surveyors Services manpower for one year initially in accordance with your
request for proposal for providing Supervisor & Surveyors at Rewari & Hazira Terminal, we are hereby submitting our
proposal which includes this sealed Technical proposal and price bid under a separate envelope.

The prices quoted by us in the Price Bid l [Annexure-3] are valid till 90 days from the date of submission
of the quotation.

We confirm that_this proposal will remain binding upon us and may be accepted by you at any time before the expiry
date.

Prices have been arrived atindependently without consultation, communication, agreement of understanding
[for the purpose of restricting competition] with any competitor.

We agree to bear all costs incurred by us in connection with the preparation and submission of the proposal
and to bear any further pre-contract costs.

We understand that KRIL is not bound to accept the lowest Bid to give any reason forward
for the rejection of any Bid.

Yours faithfully,

[Signature/Name of Authorized Signatory/Stamp of firm with date]

[Seal of Firm with Registration Number]


TENDER FOR THE SUPPLY OF SURVEYORS WITH SUPERVISOR AT CONTAINER RAIL TERMINAL KRIBHCO INFRASTRUCTURE LIMITED, HAZIRA and REWA RI

Section - 7
Annexure-5

LETTER OF AUTHORIZATION FOR ATTENDING BID OPENING

To,
M/s. Kribhco Infrastructure Limited`
Kribhco Bhawan
A-10, Sector – 1,
Noida – 201301

Sub. ITB for providing Supervisor & Surveyors Services at Rewari & Hazira Terminal.

Dear Sir/Madam,

Subject: Authorization for attending bid opening on ………………………………. (Date) in the Tender for Supply of
Supervisor and Surveyors Services (tender No. : ______________________)

Following persons are hereby authorized to attend the bid opening for the tender
mentioned above on behalf of ..................................................(Bidder)/ and negotiate if required.

Note:
Only one representative shall be allowed.
Permission for entry to the hall where bids are opened, may be refused in
case authorization as prescribed above is not produced

You might also like