Professional Documents
Culture Documents
BIDDING DOCUMENTS
for
Procurement of
Services for Maintenance of
STS and RTG Cranes and
Substations
at
Mauritius Container Terminal
Table of Contents
Summary Description
These Standard Bidding Documents for Procurement of non-Consultancy services apply
either when a prequalification process has taken place before bidding or when a
prequalification process has not taken place before bidding (provided alternative documents
are selected as applicable). A brief description of these documents is given below.
This Section contains the general clauses to be applied in all contracts. The
text of the clauses in this Section shall not be modified.
Section VII. Maintenance Contract
The contents of this Section supplement the General Conditions of Contract
and shall be prepared by the Employer.
Section VIII: Contract Forms
This Section contains forms which, once completed, will form part of the
Contract. The format of Advance Payment Guarantee, Performance
Security, Letter of Acceptance and Contract.
Part I- Bidding Procedures 1
Instructions to Bidders
A. General
1. Scope of Bid 1.1 The Public Body referred to herein after as the Employer, as
defined in the Bidding Data Sheet (BDS), invites bids for the
Services, as described in the BDS. The name and identification
number of the Contract is provided in the BDS.
3.4 The Public Body commits itself to take all measures necessary to
prevent fraud and corruption and ensures that none of its staff,
personally or through his/her close relatives or through a third
party, will in connection with the bid for, or the execution of a
contract, demand, take a promise for or accept, for him/herself
or third person, any material or immaterial benefit which he/she
is not legally entitled to. If the Public Body obtains
1
For the purpose of this Contract, “another party” refers to a public official acting in relation to the procurement
process or contract execution.
2
For the purpose of this Contract, “party” refers to a public official; the terms “benefit” and “obligation” relate
to the procurement process or contract execution; and the “act or omission” is intended to influence the
procurement process or contract execution.
3
For the purpose of this Contract, “parties” refers to participants in the procurement process (including public
officials) attempting to establish bid prices at artificial, non competitive levels.
4
For the purpose of this Contract, “party” refers to a participant in the procurement process or contract
execution.
6 Section I. Instructions to Bidders
4. Eligible 4.1 Subject to ITB 4.4, a Bidder, and all parties constituting the
Bidders Bidder, may have the nationality of any country except in the
case of open national bidding where the bidding documents may
limit participation to citizens of Mauritius or entities
incorporated in Mauritius, if so qualified in the BDS. A Bidder
shall be deemed to have the nationality of a country if the
Bidder is a citizen or is constituted, incorporated, or registered
and operates in conformity with the provisions of the laws of
that country. This criterion shall also apply to the determination
of the nationality of proposed subcontractors or service
providers for any part of the Contract.
4.2 All bidders shall provide in Section III, Bidding Forms, a
statement that the Bidder (including all members of a joint
venture and subcontractors) is not associated, nor has been
associated in the past, directly or indirectly, with the consultant
or any other entity that has prepared the design, specifications,
and other documents for the Project or being proposed as Project
Manager for the Contract.
4.3 (a)A Bidder that is under a declaration of ineligibility by the
Government of Mauritius in accordance with applicable laws at
the date of the deadline for bid submission or thereafter, shall be
disqualified.
7. Cost of 7.1 The Bidder shall bear all costs associated with the preparation
Bidding and submission of his Bid, and the Employer will in no case be
responsible or liable for those costs.
8. Site Visit/Pre- 8.1 (a) The Bidder, at the Bidder’s own responsibility and risk, is
bid Meeting encouraged to visit and examine the Site of required Services
and its surroundings and obtain all information that may be
necessary for preparing the Bid and entering into a contract for
the Services. The costs of visiting the Site shall be at the
Bidder’s own expense.
(b) A pre-bid meeting shall be held if so indicated in the BDS
to allow bidders to obtain clarifications on the bidding
documents. Any information given in the course of the meeting
that may have an incidence in the preparation of the bids shall
be issued by the Public Body as addendum after the meeting, as
per ITB 11.2, to form part of the Bidding Documents.
B. Bidding Documents
9. Content of 9.1 The set of bidding documents comprises the documents listed in
Bidding the table below and addenda issued in accordance with ITB
Documents Clause 11:
Section I Instructions to Bidders
Section II Bidding Data Sheet
Section III Qualifications and Evaluation Criteria
Section IV Bidding Forms
Section V Activity Schedule
Section VI Scope of Service and Performance Specifications
Section VII Maintenance Contract
Section VIII Contract Forms
9.2 The Bidder is expected to examine all instructions, forms, terms,
and specifications in the bidding documents. Failure to furnish
all information required by the bidding documents or to submit
a bid not substantially responsive to the bidding documents in
11 Section I. Instructions to Bidders
every respect will be at the Bidder’s risk and may result in the
rejection of its bid. Sections IV and V should be completed and
returned with the Bid in the number of copies specified in the
BDS.
10. Clarification of 10.1 A prospective Bidder requiring any clarification of the bidding
Bidding documents may notify the Employer in writing or by facsimile
Documents at the Employer’s address indicated in the invitation to bid. The
Employer will respond to any request for clarification received
earlier than 21 days for international bids prior to the deadline
for submission of bids and by the date indicated in the BDS.
Copies of the Employer’s response will be forwarded to all
purchasers of the bidding documents, including a description of
the inquiry, but without identifying its source.
11. Amendment of 11.1 Before the deadline for submission of bids, the Employer may
Bidding modify the bidding documents by issuing addenda.
Documents
11.2 Any addendum thus issued shall be part of the bidding
documents and shall be communicated in writing or by cable to
all purchasers of the bidding documents. Prospective bidders
shall acknowledge receipt of each addendum in writing to the
Employer.
11.3 To give prospective bidders reasonable time in which to take an
addendum into account in preparing their bids, the Employer
shall extend, as necessary, the deadline for submission of bids,
in accordance with ITB Sub-Clause 21.2 below.
C. Preparation of Bids
12. Language of 12.1 The bid prepared by the Bidder, as well as all correspondence
Bid and documents relating to the bid exchanged by the Bidder and
the Employer shall be written in English. Supporting documents
and printed literature furnished by the Bidder may be in another
language provided they are accompanied by an accurate
translation of the relevant passages in the language specified in
the Bidding Data Sheet, in which case, for purposes of
interpretation of the Bid, the translation shall govern.
12.2 Notwithstanding the above, documents in French submitted
with the bid may be accepted without translation.
13. Documents 13.1 The Bid submitted by the Bidder shall comprise the following:
Comprising
the Bid (a) The Form of Bid (in the format indicated in Section IV);
12 Section I. Instructions to Bidders
Payment (a) for those inputs to the Services which the Bidder expects
to provide from within the Republic of Mauritius, the
prices shall be quoted in Mauritian Rupees; and
(b) for those inputs to the Services which the Bidder expects
to provide from outside the Republic of Mauritius, the
prices shall be quoted in up to any three hard currencies.
15.2 Bidders shall indicate details of their expected foreign currency
requirements in the Bid.
15.3 Bidders may be required by the Employer to justify their foreign
currency requirements and to substantiate that the amounts
included in the Lump Sum are reasonable and responsive to ITB
Sub-Clause 15.1.
16. Bid Validity 16.1 Bids shall remain valid for the period specified in the BDS.
16.2 In exceptional circumstances, the Employer may request that the
bidders extend the period of validity for a specified additional
period. The request and the bidders’ responses shall be made in
writing or by facsimile. A Bidder may refuse the request without
forfeiting the Bid Security. A Bidder agreeing to the request will
not be required or permitted to otherwise modify the Bid, but will
be required to extend the validity of Bid Security/Bid Securing
Declaration for the period of the extension, and in compliance with
ITB Clause 17 in all respects.
16.3 In the case of contracts in which the Contract Price is fixed (not
subject to price adjustment), if the period of bid validity is
extended by more than 60 days, the amounts payable in local
and foreign currency to the Bidder selected for award, shall be
increased by applying to both the local and the foreign currency
component of the payments, respectively, the factors specified
in the request for extension, for the period of delay beyond 60
days after the expiry of the initial bid validity, up to the
notification of award. Bid evaluation will be based on the Bid
prices without taking the above correction into consideration.
17. Bid Security 17.1 The Bidder shall furnish, as part of the Bid, a Bid Security or a
Bid-Securing Declaration, if required, as specified in the BDS.
17.2 The Bid-Securing Declaration shall be in the form of a signed
subscription in the Bid Submission Form.
17.3 The Bid Security shall be in the amount specified in the BDS
and denominated in Mauritian Rupees or a freely convertible
currency, and shall:
14 Section I. Instructions to Bidders
18. Alternative 18.1 Unless otherwise indicated in the BDS, alternative bids shall
Proposals by not be considered.
Bidders
18.2 When alternative times for completion are explicitly invited, a
statement to that effect will be included in the BDS, as will the
method of evaluating different times for completion.
18.3 Except as provided under ITB Sub-Clause 18.4 below, bidders
wishing to offer technical alternatives to the requirements of the
bidding documents must first submit a Bid that complies with
the requirements of the bidding documents, including the scope,
basic technical data, graphical documents and specifications. In
addition to submitting the basic Bid, the Bidder shall provide all
information necessary for a complete evaluation of the
alternative by the Employer, including calculations, technical
specifications, breakdown of prices, proposed work methods
and other relevant details. Only the technical alternatives, if
any, of the lowest evaluated Bidder conforming to the basic
technical requirements shall be considered by the Employer.
Alternatives to the specified performance levels shall not be
accepted.
18.4 When bidders are permitted in the BDS to submit alternative
technical solutions for specified parts of the Services, such parts
shall be described in the Specifications (or Terms of Reference)
and Drawings, Section V. In such case, the method for
16 Section I. Instructions to Bidders
D. Submission of Bids
20. Sealing and 20.1 The Bidder shall seal the original and all copies of the Bid in
Marking of two inner envelopes and one outer envelope, duly marking the
Bids inner envelopes as “ORIGINAL” and “COPIES”.
20.2 The inner and outer envelopes shall
(a) be addressed to the Employer at the address provided in
the BDS;
(b) bear the name and identification number of the Contract as
defined in the BDS and Special Conditions of Contract;
and
(c) provide a warning not to open before the specified time
and date for Bid opening as defined in the BDS.
20.3 In addition to the identification required in ITB Sub-Clause
20.2, the inner envelopes shall indicate the name and address of
the Bidder to enable the Bid to be returned unopened in case it is
declared late, pursuant to ITB Clause 22.
17 Section I. Instructions to Bidders
20.4 If the outer envelope is not sealed and marked as above, the
Employer will assume no responsibility for the misplacement or
premature opening of the Bid.
21. Deadline for 21.1 Bids shall be delivered to the Employer at the address specified
Submission of above no later than the time and date specified in the BDS.
Bids
21.2 The Employer may extend the deadline for submission of bids
by issuing an amendment in accordance with ITB Clause 11, in
which case all rights and obligations of the Employer and the
bidders previously subject to the original deadline will then be
subject to the new deadline.
22. Late Bids 22.1 Any Bid received by the Employer after the deadline prescribed
in ITB Clause 21 will be returned unopened to the Bidder.
23. Modification 23.1 Bidders may modify or withdraw their bids by giving notice in
and writing before the deadline prescribed in ITB Clause 21.
Withdrawal of
Bids 23.2 Each Bidder’s modification or withdrawal notice shall be
prepared, sealed, marked, and delivered in accordance with ITB
Clauses 19 and 20, with the outer and inner envelopes
additionally marked “MODIFICATION” or “WITHDRAWAL,” as
appropriate.
23.3 No Bid may be modified after the deadline for submission of
Bids.
23.4 Withdrawal of a Bid between the deadline for submission of
bids and the expiration of the period of Bid validity specified in
the BDS or as extended pursuant to ITB Sub-Clause 16.2 may
result in the forfeiture of the Bid Security or execution of the
Bid Securing Declaration pursuant to ITB Clause 17.
23.5 Bidders may only offer discounts to, or otherwise modify the
prices of their bids by submitting Bid modifications in
accordance with this clause, or included in the original Bid
submission.
27. Examination of 27.1 Prior to the detailed evaluation of bids, the Employer will
Bids and determine whether each Bid (a) meets the eligibility criteria
Determination defined in ITB Clause 4; (b) has been properly signed; (c) is
of accompanied by the required securities; and (d) is substantially
Responsiveness responsive to the requirements of the bidding documents.
27.2 A substantially responsive Bid is one which conforms to all the
terms, conditions, and specifications of the bidding documents,
without material deviation or reservation. A material deviation
or reservation is one (a) which affects in any substantial way the
scope, quality, or performance of the Services; (b) which limits
in any substantial way, inconsistent with the bidding documents,
the Employer’s rights or the Bidder’s obligations under the
Contract; or (c) whose rectification would affect unfairly the
competitive position of other bidders presenting substantially
responsive bids.
27.3 If a Bid is not substantially responsive, it will be rejected by the
Employer, and may not subsequently be made responsive by
correction or withdrawal of the nonconforming deviation or
reservation.
28. Correction of 28.1 Bids determined to be substantially responsive will be checked
Errors by the Employer for any arithmetic errors. Arithmetical errors
will be rectified by the Employer on the following basis: if
there is a discrepancy between unit prices and the total price that
is obtained by multiplying the unit price and quantity, the unit
price shall prevail, and the total price shall be corrected; if there
is an error in a total corresponding to the addition or subtraction
of subtotals, the subtotals shall prevail and the total shall be
corrected; if there is a discrepancy between the amounts in
figures and in words, the amount in words will prevail.
28.2 The amount stated in the Bid will be adjusted by the Employer
in accordance with the above procedure for the correction of
errors and, with the concurrence of the Bidder, shall be
considered as binding upon the Bidder. If the Bidder does not
accept the corrected amount, the Bid will be rejected, and the
Bid Security shall be forfeited or the Bid Securing Declaration
exercised and in accordance with ITB Sub-Clause 17.6(b).
29. Currency for 29.1 The Employer will convert the amounts in various currencies in
20 Section I. Instructions to Bidders
Bid Evaluation which the Bid Price, corrected pursuant to ITB Clause 28, is
payable (excluding Provisional Sums but including Daywork
where priced competitively) in Mauritian Rupees at the
telegraphic transfer selling rates prevailing ten days prior to the
closing date, established for similar transactions by the Bank of
Mauritius.
30. Evaluation and 30.1 The Central Procurement Board will evaluate and compare only
Comparison of the bids determined to be substantially responsive in accordance
Bids with ITB Clause 27.
30.2 In evaluating the bids, the Central Procurement Board will
determine for each Bid the evaluated Bid price by adjusting the
Bid price as follows:
(a) making any correction for errors pursuant to ITB Clause
28;
(b) excluding provisional sums and the provision, if any, for
contingencies in the Activity Schedule, Section V, but
including Day work, when requested in the Specifications
(or Terms of Reference) Section VI;
(c) making an appropriate adjustment for any other acceptable
variations, deviations, or alternative offers submitted in
accordance with ITB Clause 18; and
(d) making appropriate adjustments to reflect discounts or
other price modifications offered in accordance with ITB
Sub-Clause 23.5.
30.3 The Employer reserves the right to accept or reject any
variation, deviation, or alternative offer. Variations, deviations,
and alternative offers and other factors, which are in excess of
the requirements of the bidding documents or otherwise result in
unsolicited benefits for the Employer will not be taken into
account in Bid evaluation.
30.4 The estimated effect of any price adjustment conditions under
Sub-Clause 6.6 of the General Conditions of Contract, during
the period of implementation of the Contract, will not be taken
into account in Bid evaluation.
F. Award of Contract
32. Award 32.1 Subject to ITB Clause 33, the Employer will award the Contract
Criteria to the Bidder whose Bid has been determined to be substantially
responsive to the bidding documents and who has offered the
lowest evaluated Bid price provided that such Bidder has been
determined to be (a) eligible in accordance with the provisions
of ITB Clause 4, and (b) qualified in accordance with the
provisions of ITB Clause 5.
32.2 If, pursuant to ITB Sub-Clause 13.2 this contract is being let on
a “slice and package” basis, the lowest evaluated Bid Price will
be determined when evaluating this contract in conjunction with
other contracts to be awarded concurrently. Taking into account
any discounts offered by the bidders for the award of more than
one contract.
33. Employer’s 33.1 Notwithstanding ITB Clause 32, the Employer reserves the right
Right to to accept or reject any Bid, and to cancel the bidding process
Accept any Bid and reject all bids, at any time prior to the award of Contract,
and to Reject without thereby incurring any liability to the affected Bidder or
any or all Bids bidders.
34. Notification of 34.1 Prior to the expiration of the period of bid validity, the
Award and Employer shall, for contract amount above the prescribed
Signing of threshold, notify the selected bidder of the proposed award and
Agreement accordingly notify unsuccessful bidders. Subject to challenge
and Appeal the Employer shall notify the selected Bidder, in
writing, by a Letter of Acceptance for award of contract. It will
state the sum that the Employer will pay to the Service Provider in
consideration of the execution of the services by the Service
Provider as prescribed by the Contract (hereinafter and in the
Contract called the “Contract Price”). Within seven days from the
issue of Letter of Acceptance the Employer shall publish on the
Public Procurement Portal (publicprocurement.govmu.org) and the
Employer’s website, the results of the Bidding process.
34.2 The issue of the Letter of Acceptance will constitute the
formation of the Contract.
34.3 The Contract, in the form provided in the bidding documents,
will incorporate all agreements between the Employer and the
successful Bidder. It will be signed by the Employer and sent to
the successful Bidder along with the Letter of Acceptance.
Within 21 days of receipt of the Contract, the successful bidder
shall sign the Contract and return it to the Employer, together
22 Section I. Instructions to Bidders
36. Advance 36.1 The Employer will provide an Advance Payment on the
Payment and Contract Price as stipulated in the Conditions of Contract,
Security subject to the amount stated in the BDS.
37. Adjudicator 37.1 The Employer proposes the person named in the BDS to be
appointed as Adjudicator under the Contract, at an hourly fee
specified in the BDS, plus reimbursable expenses. If the Bidder
disagrees with this proposal, the Bidder should so state in the
Bid. If, in the Letter of Acceptance, the Employer has not
agreed on the appointment of the Adjudicator, the Adjudicator
shall be appointed by the Appointing Authority designated in
the Special Conditions of Contract at the request of either party.
38.Debriefing 38.1 The Employer shall promptly attend to all requests for
debriefing for the contract, made in writing, and within 30 days
from the date of the publication of award or date the
unsuccessful bidders are informed about the award, whichever is
the case, by following regulation 9 of the Public Procurement
Regulation 2008 as amended.
23 Section II. Bidding Data Sheet
A. General
ITB 1.1 The Employer is Cargo Handling Corporation Limited.
The name is Maintenance of Ship To Shore Cranes, Rubber Tyre Gantry
Cranes and Substations at Mauritius Container Terminal;
The identification number of the Procurement is: CPB/24/2017
Cargo Handling Corporation Limited Ref. OIB/CHC/MCS/5/2017
ITB 4.1 The invitation of Bids is through an Open International Bidding Method
ITB 5.3 The Qualification Information and Bidding forms to be submitted are as
follows: None
ITB 5.3(b) (b (a)This authorization shall consist of written confirmation and shall be attached
to the bid. It may include a delegation of power by resolution of the Board
of a company or from the CEO, himself holding power from the Board or
through a Power of Attorney.
24 Section II. Bidding Data Sheet
The name and position held by each person signing the authorization must
be typed or printed below the signature.
Note: The power of Attorney or other written authorization to sign may be for a determined
period or limited to a specific purpose.
ITB 5.3(g) “Reports on financial standing of the Bidder, such as profit and loss statements
and auditor’s reports for the past five years as filed at the Registrar of
Companies (Mauritius), where applicable or as per the laws of the country of
the overseas bidder.
ITB 5.5 The qualification criteria in Sub-Clause 5.5 are modified as follows: None
ITB 5.5(a) The minimum average annual financial amount of work for the past five years
shall be MUR 40 Million.
ITB 5.5(b) The experience required to be demonstrated by the Bidder should include as a
minimum that he has executed during the last five years the following:
1. Maintenance of Ship to Shore Cranes, having PLC Control, used for
handling of container.
2. Maintenance of RTG Cranes, having PLC Control, used for handling of
containers including of overhauling of engine and generator set.
3. Maintenance of high/medium voltage power distribution substation
equipment.
ITB 5.5(c) The essential equipment to be made available for the Contract by the
successful Bidder shall be: Adequate lifting equipment for maintenance of
cranes and other related tools and equipment.
ITB 5.5(e) The minimum amount of liquid assets and/or credit facilities net of other
contractual commitments of the successful Bidder shall be MUR 25M
.Documentary evidence may comprise but not limited to (i) Bank
Certificate,(ii)Certificate from Auditors (iii)Certificate from a professional
Registered Accountant .
25 Section II. Bidding Data Sheet
B. Bidding Data
ITB 9.2 and The number of copies of the Bid to be completed and returned shall be one
19.1 original and two copies.
ITB 10 Request for clarification should reach the purchaser not later than 21 days,
prior to the closing date for submission of bids The purchaser will reply to
such request at least 14 days prior to the closing date for submission of bids.
C. Preparation of Bids
ITB 13.1 The additional materials required to be completed and submitted are: None
ITB 14.1 The bid amount shall be in Mauritian Rupees for local suppliers in the basis of
prices not adjustable to rate of exchange .Overseas bidders may quote in
Mauritian Rupees on the basis of price not adjustable to rate of exchange or in
Euro or USD.or GBP
Bid prices quoted in USD or EURO or GBP shall be converted in Mauritian
rupees for evaluation purposes. The exchange rate shall be the telegraphic
transfer selling rate at the central bank of Mauritius (https;//www.bom.mu).
The date for the exchange rate shall be the rate prevailing 10 days prior to the
closing date
ITB 14.4 The Contract is not subject to price adjustment in accordance with Sub-Clause
6.6 of the Conditions of Contract.
ITB 16.1 The period of Bid validity shall be 120 days as from the deadline for Bid
submission specified in the BDS, i.e. the bid shall be valid up to 28th of
November 2017
ITB 17.1 Bid shall include a Bid Security using the form included in Section IV,
Bidding Forms.
ITB 17.3 The amount of Bid Security shall be MUR 2,250,000.00 or 64,000 USD or
57,000 EURO or 49,000 GBP and the bid security shall be valid up to 28th of
December 2017. The Bid Security shall be issued by a reputable commercial
bank in Mauritius.
D. Submission of Bids
ITB 20.2 The Employer’s address for the purpose of Bid submission is:
The Chief Executive
Central Procurement Board
1st Floor, Social Security House,
26 Section II. Bidding Data Sheet
ITB 21.1 The deadline for submission of bids shall be on Tuesday 1st of August 2017 up
to 13.30 Hours (local time) at latest.
ITB 36.1 The Advance Payment, where applicable, shall be of [insert percentage value.
The percentage value should be adequate to minimize the needs of the Service
Provider to borrow for the Contract and will depend on the type of Services to
be provided. Recommended when the Services to be provided include field
works or preparation of products (like data base) in addition to provision of
man-power] percent of the Contract Price, where applicable. Not Applicable
ITB 37.1 The Adjudicator proposed by the Employer is [insert name and address]. The
hourly fee for this proposed Adjudicator shall be [insert amount and
currency]. The biographical data of the proposed Adjudicator is as follows:
[provide relevant information, such as education, experience, age, nationality,
and present position; attach additional pages as necessary]. Not Applicable
27 Section III. Qualification and Evaluation Criteria
1. Qualification Criteria- The bidder has to submit all the required details of his
company, financial capability and experience as per qualification criteria. If the
bidders do not comply with ALL THE REQUIREMENTS of the qualification
criteria, the bid will not be retained for the financial evaluation.
2. Financial Evaluation - Only the responsive bids will be analysed and evaluated
28 Section III. Qualification and Evaluation Criteria
1. Qualification Criteria
1.1 Eligibility
Factor
Criteria
Bidder
Sub-Factor Documentation
Requirement Single Entity Joint Venture, Consortium or Association Required
All partners Each At least one
combined partner partner
1.1.1 Nationality Nationality in accordance Must meet N/A Must meet N/A Form ELI –1.1 and
with ITB 4.1. requirement requirement 1.2, with attachments
1.1.2 Conflict of No- conflicts of interests as Must meet N/A Must meet N/A Bid Submission Form
Interest described in ITB 4.2. requirement requirement
1.1.3 Country Not having been declared Must meet N/A Must meet N/A Bid Submission Form
Ineligibility ineligible by the PPO as requirement requirement
described in ITB 4.3.
1.1.4 Government Compliance with conditions Must meet Must meet Form ELI –1.1 and
N/A N/A
Owned Entity of ITB 4.5 requirement requirement 1.2, with attachments
1.1.5 Ineligibility Not having been excluded as Bid Submission Form
based on a United a result of the laws of
Nations resolution or Republic of Mauritius or
Must meet Must meet
Mauritian Law official regulations, or by an N/A N/A
requirement requirement
act of compliance with UN
Security Council resolution,
in accordance with 4.3
29 Section III. Qualification and Evaluation Criteria
Criteria
Bidder
Sub-Factor Documentation
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each At least one
combined partner partner
1.2.1 History ofNon-peNon
non- -performance of a Must meet N/A Must meet
performing contract did not occur within requirement requirement N/A
by itself or as by itself or Form CON - 2
contracts the last eight (8) years prior
to the deadline for partner to as partner to
application submission, past or past or
based on all information on existing JV existing JV
fully settled disputes or
litigation. A fully settled
dispute or litigation is one
that has been resolved in
accordance with the Dispute
Resolution Mechanism
under the respective
contract, and where all
appeal instances available to
the bidder have been
exhausted.
1.2.2 Pending All pending litigation shall Must meet Must meet Form CON – 2
Litigation in total not represent more requirement requirement
than _twenty percent (20%) by itself or as by itself or as
of the Bidder’s net worth partner to
N/A
partner to
N/A
and shall be treated as past or past or
resolved against the Bidder. existing JV existing JV
30 Section III. Qualification and Evaluation Criteria
Criteria
Bidder Documentation
Sub-Factor
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each At least one
combined partner partner
1.3.1 Historical Submission of audited
Financial balance sheets or if not
Performance5 required by the law of the
bidder’s country, other
financial statements
acceptable to the Employer,
for the last five [5] years to Must meet Must meet Form FIN – 3.1 with
N/A N/A
demonstrate the current requirement requirement attachments
soundness of the bidders
financial position and its
prospective long term
profitability.
5
(a) Local bidders who are not required to file Audited Accounts should submit copies of Financial Statements filed at the Registrar of Companies prior to
deadline set for the submission of bids.
.
31 Section III. Qualification and Evaluation Criteria
Criteria
Bidder Documentation
Sub-Factor
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each At least one
combined partner partner
1..3.2. Minimum average annual Must meet Must meet N/A N/A Form FIN – 3.1
Average. Annual turnover of _MUR requirement requirement
Turnover equivalent of 40 M (Forty
millions) , calculated as
total certified payments
received for works in
progress or completed,
within the last five (5)
years
1.3.3. Financial The Bidder must demonstrate
Resources access to, or availability of,
financial resources such as
liquid assets, unencumbered
real assets, lines of credit,
and other financial means,
other than any contractual
advance payments to meet: Must meet Must meet Refer to ITB Clause
N/A N/A
(i) the following cash-flow requirement requirement 5.5(e) BDS
requirement of MUR
equivalent of 25 M(Millions)
and
(ii) the overall cash flow
requirements for this contract
and its concurrent
commitments.
32 Section III. Qualification and Evaluation Criteria
1.4 Experience
Factor
Criteria
Bidder
1.4 Experience
Factor
Criteria
Bidder
2. Personnel
The Bidder must demonstrate that it will have the minimum personnel for the key positions
(as per clause 1.12.8 at page 64 that meet the following requirements in the following table
The Bidder should also state the number of each category of the following personnel he will
propose:
Total In Similar
S Work Works
Position Qualification
No. Experience Experience
(years) (years)
1 Contract Registered with the
Manager/Service Council of Registered
Engineer Professional Engineers of
Mauritius* in the field of 10 5
Mechanical Engineering
OR Electrical and
Electronics Engineering
2 Mechanical Minimum Diploma in
Supervisor Mechanical Engineering 10 5
The Bidder shall provide detailed information (CVs) and (number) of the proposed key
personnel (Contract Manager/Service Engineer, Mechanical Supervisor and
Electrical/Electronic Supervisor and their experience records in the relevant Forms included
in Section IV, Bidding Forms. The three key personnel should comply with the
qualification and experience requirement failing which the bid will be rejected.
35 Section III. Qualification and Evaluation Criteria
3. Equipment
The Bidder must demonstrate that it provide equipment listed hereafter but not limited to:
The Bidder shall provide further details of proposed items of equipment using the relevant
Form in Section IV .The above are mandatory requirement and should be complied with
failing which the bid will be rejected.
36 Section IV. Bidding Forms
Bidder's Qualification
Bidder Information Sheet ....................................................................................................... 46
Party to JV Information Sheet ............................................................................................. 47
History of non- performing Contracts ..................................................................................... 48
Current Contract Commitments / Works in Progress .............................................................. 49
Financial situation …………………….................................................................................. 50
Specific Experience ............................................................................................................. 52
Specific Experience Key Activity.......................................................................................... 53
37 Section IV. Bidding Forms
Date: _______________
Bidder’s Reference No.: _______________
Procurement Reference No:……………………
(a) We have examined and have no reservations to the Bidding Documents, including Addenda
issued in accordance with Instructions to Bidders (ITB) Clause 11;
(b) We offer to execute the [name and identification number of Contract] in accordance with the
Conditions of Contract, Scope of Service and Performance Specifications, and Activity
Schedule accompanying this Bid.
(c) The total price of our Bid, after discounts offered in item (d) below is:
Currency Amount payable in currency Inputs for which foreign currency is required
(i)
(ii)
(d) The discounts offered and the methodology for their application are: _____________;
(e) Our bid shall be valid for a period of ________ [insert validity period as specified in ITB 16.1.]
days from the date fixed for the bid submission deadline in accordance with the Bidding
Documents, and it shall remain binding upon us and may be accepted at any time before the
expiration of that period;
(f) If our bid is accepted, we commit to obtain a Performance Security in accordance with the
Bidding Document;
(g) We, including any subcontractors or suppliers for any part of the contract, do not have any
conflict of interest in accordance with ITB 6;
(h) We are not participating, as a Bidder in more than one bid in this bidding process.
(i) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part of
the contract, has not been declared ineligible under the laws of Mauritius;
(j) We are not a government owned entity / We are a government owned entity but meet the
requirements of ITB 4.5;6
6
Use one of the two options as appropriate.
38 Section IV. Bidding Forms
(k) We understand that this bid, together with your Letter of Acceptance, shall constitute a binding
contract between us, until a formal contract is prepared and executed;
(l) We have taken steps to ensure that no person acting for us or on our behalf will engage in any
type of fraud and corruption as per the principles described hereunder, during the bidding
process and contract execution:
i. We shall not, directly or through any other person or firm, offer, promise or give to any of
the Public Body’s employees involved in the bidding process or the execution of the
contract or to any third person any material or immaterial 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.
ii. We shall 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.
iii We shall not use falsified documents, erroneous data or deliberately not disclose requested
facts to obtain a benefit in a procurement proceeding.
We understand that transgression of the above is a serious offence and appropriate actions will
be taken against such bidders.
(m) We hereby submit a Bid Security in the sum of MUR 2,250,000 or USD 64,000 or Euro
57,000 or GBP 49,000 valid up to 28th of December 2017.
(n) Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to
contract execution if we are awarded the contract, are listed below:
(o) We understand that you are not bound to accept the lowest evaluated bid or any other bid that
you may receive; and
(p) If awarded the contract, the person named below shall act as Contractor’s Representative:
________________________________________________________
Name:
Signed:
39 Section IV. Bidding Forms
Duly authorized to
sign the Bid for and on
behalf of:
Date:
Seal of Company
40 Section IV. Bidding Forms
Price Schedule
The whole cost of complying with the required services and provisions under this
Contract shall be included in the Items in this Schedule.as per LOT 1, 2and 3.
Value: MUR/EURO/USD/GBP
TOTAL CONTRACT
VALUE excluding VAT to
be transmitted to Bid
Submission Form
Add VAT(C)=15%
TOTAL PROJECT
VALUE
Including VAT
*1-
(The expected commissioning is scheduled for December 2017, but due to any deviation the implementation contract
period of the Lot 3 may differ)
If awarded the contract, the person named below shall act as Contractor’s Representative:
________________________________________________________
Name:
In the capacity of:
Signed:
Duly authorized to
sign the Bid for and on
behalf of:
Date:
Seal of Company
41 Section IV. Bidding Forms
Furthermore, we understand that, according to your conditions, bids must be supported by a bid
security.
(a) has modified or withdrawn its Bid after the deadline for submission of its bid during the
period of bid validity specified by the Bidder in the Form of Bid; or
(b) has refused to accept a correction of an error appearing on the face of the Bid; or
(c) having been notified of the acceptance of its Bid by the Public Body during the period
of bid validity, (i) has failed or refused to sign the contract Form, if required, or (ii) has
failed or refused to furnish the performance security, in accordance with the
Instructions to Bidders.
This guarantee shall expire: (a) if the Bidder is the successful bidder, upon our receipt of copies of the
contract signed by the Bidder and the performance security issued to you upon the instruction of the
Bidder; or (b) if the Bidder is not the successful bidder, upon the earlier of (i) our receipt of a copy of
your notification to the Bidder of the name of the successful bidder; or (ii) thirty days after the
expiration of the Bidder’s Bid.
Consequently, any demand for payment under this guarantee must be received by us at the office on
or before ........................................Public Body to insert date.................................................
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758.
(Applicable to overseas bidders only).
Bidders should provide the names of suitably qualified personnel to meet the specified requirements
for each of the positions listed in Section III (Qualification Criteria). The data on their experience
should be supplied using the Form below for each candidate.
4 Skilled Mechanical
Technicians
5 Skilled Electrical
Technicians
6 Skilled Electronics
Technician
Company: ____________________________________________________
43 Section IV. Bidding Forms
The Bidder shall provide all the information requested below for key personnel (Contract
Manager/Service Engineer, Mechanical Supervisor and Electrical/Electronic Supervisor.
Fields with asterix (*) shall be used for evaluation.
Position*
Fax E-mail
From* To* Company, Project , Position, and Relevant Technical and Management
Experience*
44 Section IV. Bidding Forms
Type of Equipment*
The following information shall be provided only for equipment not owned by the Bidder.
Address of owner
Fax Telex
Bidder’s Qualification
To establish its qualifications to perform the contract in accordance with Section III
(Qualification and Evaluation Criteria) the Bidder shall provide the information requested in
the corresponding Information Sheets included hereunder
46 Section IV. Bidding Forms
Date: ______________________
Bidder’s Reference No.: ___________________
Invitation for Bid No.:_________
Page ________ of_ ______ pages
Form CON – 2
Contract non-performance did not occur during the stipulated period, in accordance with
Sub-Factor 1.2.1 of Section III (Evaluation and Qualification Criteria)
Contract non-performance during the stipulated period, in accordance with Sub-Factor
1.2.1 of Section III (Evaluation and Qualification Criteria).
No pending litigation in accordance with Sub-Factor 1.2.2 of Section III(Evaluation and
Qualification Criteria)
Pending litigation in accordance with Sub-Factor 1.2.2 of Section III(Evaluation and
Qualification Criteria), as indicated below
Year Outcome as Total Contract
Percent of Contract Identification Amount (current
value, MUR
Total Assets equivalent)
Contract Identification:
______ ______ Name of Employer: ___________
Address of Employer:
Matter in dispute:
Contract Identification:
______ ______ Name of Employer: ___________
Address of Employer:
Matter in dispute:
49 Section IV. Bidding Forms
Form CCC
2.
3.
4.
5.
etc.
50 Section IV. Bidding Forms
Financial Situation
Bidder shall prepare their response as per the format hereunder with
attachments, where applicable, and load these data in the response
template specially provided for this item
1. Financial data
Type of Financial information Historic information for previous _(5) years,
in
the currency reported in the
Audited Accounts/Financial
Statements.
Year 1 Year 2 Year 3 Year4 Year 5
Iinventories/B
9
51 Section IV. Bidding Forms
Signature
Capacity
Date
Attached are copies of financial statements (balance sheets, including all related notes,
and income statements) for the years required above complying with the following
conditions:
T
Must reflect the financial situation of the Bidder or partner to a JV,
Historic financial statements must be audited by a certified accountant
Turnover
Historic financial statements must be complete, including all notes to the financial
statements and
Historic financial statements must correspond to accounting periods already
completed and audited (no statements for partial periods shall be requested or
accepted)
52 Section IV. Bidding Forms
Role in Contract
Contractor Management Subcontractor
Contractor
Complexity _________________________________
Methods/Technology _________________________________
Terms of Reference…………………………………………………….… 56
The contractor shall have to provide a round the clock service to ensure availability of cranes in
all the shifts for 366 days in a year.
The maintenance contract will cater for the daily checks, preventive maintenance, corrective
maintenance and improvement maintenance for the following plant and equipment:
1 TERMS OF REFERENCE
1.1 General
Under a maintenance contract, the CHCL intends to entrust the maintenance of the Port
Equipment (Ship To Shore Cranes, Rubber Tyred Gantry Cranes) and substations along
with all related auxiliary equipment to the Private Contractor.
These Terms of Reference (TOR) will form part of the contract between the CHCL and the
Private Contractor, and should be read in conjunction with all other documentations
provided in the maintenance contract.
The Port Equipment has been classified into three lots as described below:
Along with the Port Equipment (Ship To Shore Cranes, Rubber Tyred Gantry Cranes) there are
several auxiliary/spare accessories that works in conjunction with and includes the following:
Bidders shall submit along with the bid, a Memorandum of Procedure, which will provide
information on how the intended maintenance work will be performed. Proposal for
keeping maintenance record, reports, history and failure analysis, spare parts management
using a computerized maintenance management information system, organization and
backup for emergency failures, etc. should be included
The Scope of Services to be provided by the Private Contractor under this contract shall
include the maintenance and repair of the Port Equipment (Ship To Shore Cranes, Rubber
Tyred Gantry Cranes) and Sub Stations along with all related auxiliary equipment, and
consists of:
a) Preventive Maintenance, which shall be one of the main tasks of the Private
Contractor, and shall generally be work carried out in accordance with the
information, recommendations and instructions provided by the manufacturers of
the various auxiliary equipment, accessories, components and facilities. This
shall include minor and major maintenance works. An indicative list of
maintenances scheduled for the port equipment is attached at Annex B. Note that
the list is just an indication of the extent of works.
58 Section VI. Scope of Service and Performance Specifications
necessary testing pertaining to the structural integrity of the STS canes and RTGs.
Inspection will be performed on an annual basis on each equipment and the
Maintenance Contractor will ensure that the planning of the said inspection is
scheduled in such a way to reduce operational constraint to a minimum. In
addition, the maintenance contractor shall ensure that the
observations/recommendations are implemented in an effective and timely
manner.
f) Stand By Generator
Use of the Standby Generator to enable limited operation of the STS Cranes in the
event of a power failure. This would normally only be done to lower and release
a container or lift the boom from over a vessel.
The CHCL shall be responsible to provide the following to the private contractor.
a) Appointment of a CHCL’s Representative to administer the contract.
b) Details of the anticipated operations within the container terminal will be issued
to the Private Contractor. Maintenance of the RTG and STS Cranes shall be
carried out as per schedules within the recess periods or when the RTG and STS
Cranes are not in use and in coordination with the Senior Terminal Manager.
c) Decisions regarding the execution of any exceptional maintenance work e.g.
major overhaul or improvement maintenance will be made by the CHCL based
upon adequate information provided by the Private Contractor.
d) During the course of port operations, accidental damage to port equipment may
occur. The CHCL will be responsible for liaising with other parties including
insurance companies, should such damaged be caused by third parties. The
private contractor shall promptly inform CHCL.
e) The CHCL shall at the request and cost of the private contractor; assist him in
applying for security and other permits, licences or approvals, which are required,
for the services to be provided.
The obligations of the Private Contractor under the contract are described in Section VI-
Scope of Service and Performance Speciation and as per the terms and conditions laid out
in the bidding document.
The Private Contractor shall at any time promptly remove any vehicle or any other
obstruction under his control as may be required by any authority having jurisdiction
within the Container Terminal.
No part of the Terminal shall be used for any purpose other than services required as per
the maintenance contract.
Every care shall be duly exercised in gaining access to the Terminal to avoid damage to
property or committing trespass on adjacent land.
During the execution of the Services, the Private Contractor shall keep the Container
Terminal free from all unnecessary obstruction, and shall store or dispose of any Private
Contractor’s Plant and Equipment or surplus materials. The Private Contractor shall
promptly clear away and remove at his own cost from the Container Terminal any
wreckage, rubbish and used oil no longer required.
62 Section VI. Scope of Service and Performance Specifications
The Private Contractor shall abide to all prevailing Laws and Regulations governing
access and all other matters relating to the Mauritius Container Terminal.
1.11 Security
The Private Contractor shall be responsible for obtaining any security permits and passes
for his equipment and staff which may be required to allow access into the Container
Terminal or other areas of the Port in order that he can fulfill his obligations. The CHCL
will assist in obtaining such permits and passes, which shall be returned to the authorities
when they are no longer needed or when Private Contractor is so requested.
The Private Contractor shall operate in compliance with the requirements of the
International Ship and Port Facility Security (ISPS) Code which came into effect from 1 st
July 2004.
The Private Contractor shall fully assess the quality and type of personnel that will need to
be engaged on the maintenance and other services.
Details of all specialists and other companies with regards to specialized services
and backup required by the contractor for the repairs and maintenance work shall be
provided for approval by the CHCL.
The Private Contractor shall provide competent technician(s) round the clock all the
year round. Where operations continue over an extended period, technicians may
63 Section VI. Scope of Service and Performance Specifications
need to work on a shift basis and the Private Contractor shall ensure that there are
adequate overlaps of staff so that new personnel can be properly briefed.
The Private Contractor shall ensure that there is always one qualified
supervisor in charge of the maintenance/repair operation, both equipment and
facilities on each shift.
A minimum of seven (7) skilled technicians shall be present on site during
operations on each shift. These technicians must be multi-skilled and well-
versed to handle failures (of both mechanical and electrical/electronic nature)
that are expected during the crane operation. A list of technicians that shall be
deployed on shifts must be forwarded to the CHCL to be updated on a regular
basis.
In addition, the Private Contractor shall undertake to provide a team of
technicians (mechanics & electricians) and other trades personnel to perform
maintenance and repair works for at least eight (8) hours per day. The Team
shall comprise of the following as a minimum level:
S
Title Number
No.
1 Mechanics 5
2 Electrician 2
3 Panel beater/ Painter 2
4 Welder 1
5 Cleaners 2
6 Helpers 2
65 Section VI. Scope of Service and Performance Specifications
7 Turner/fitter 1
The above manning level shall be the minimum required to ensure:
o All scheduled maintenance program is executed and Crane downtime as a
result of repairs and maintenance is kept as low as possible.
o Notwithstanding the above, the Private Contractor shall guarantee, during
the execution of the contract, that it has adequate administrative backup
to support the maintenance/repair operation and that submission of crane
performance reports, stock levels, invoices etc. is carried in a timely
manner.
o In case, additional personnel and staff are required for the proper
execution of maintenance works, the maintenance Contractor shall make
necessary to ensure completion of maintenance and repair works.
The Operators for Ship To Shore and Rubber Tyred Gantry Cranes work on a
three shift system presently starting 07:00 hrs, 15:00 hrs and 23:00 hrs daily.
The Private contractor shall ensure that his shift personnel are present for at
least one hour prior to the start of these shifts as mentioned below to ensure the
all the equipment are ready prior to the start of the shift.
o Starting the cranes prior to the commencement of operation.
o Assisting in positioning each crane along the berths for each phase of the
operations.
o Assisting in returning the cranes to the parking or stowage positions at the
end of the normal operations and securing the units.
o Refueling of cranes
The Private Contractor shall be responsible for providing all the necessary plants and
equipment to undertake the maintenance and other services required under the contract.
The private contractor shall submit a list of all plants & equipment owned by the
contractor or sub-contractor and a list of all essential plants & equipment that need to be
purchased by the contractor or sub-contractors as per the appropriate forms in Section III –
Bidding Forms.
The following list of plants and equipment should form part of the list:
S Equipment Minimum Remarks
NO Qty
1 Forklift 2
2 Manlift / Arial 1
platforms
3 Lathe machine 1 To be able to carry works on trolley
wheels, guider roller etc…
4 Test bench 1 For testing electrical motors
5 Air compressor 1 To ensure the RTG tyres are maintained
66 Section VI. Scope of Service and Performance Specifications
The Private Contractor shall provide and install a Computerised Management System to
maintain and keep all details of the maintenance, repair, service and other work undertaken
on the Port Equipment. It shall be designed to provide information on each type of
equipment and components, records of preventive and corrective maintenance,
breakdowns, spare parts and consumables used or in stock, procurement activities, health
and safety, etc.
The CHCL has an Asset Maintenance management system (eAm Oracle R12.1) for the
management of its assets. The Private Contractor, in addition to its own computerized
system, shall use the system through provided PC’s and Terminals for the logging of data
such as Meters, Breakdowns, Job cards, work orders, work requests etc.
Adequate back-up facilities will be provided so that no data is lost due to power failure or
equipment breakdown.
The Private Contractor shall prepare and submit reports to the CHCL on a daily, weekly,
fortnight, monthly etc… and consolidated yearly and half yearly reports with details of the
maintenance services undertaken, breakdowns which resulted in port operations being
stopped or disrupted, details of spare parts and consumables used or in stock, manpower
and equipment resources and other relevant information.
Separate reports on breakdown situations, recommendations for improvements, accidents,
and other important aspects of the work shall be submitted.
All overhauls of major components including engine, motors should be followed with a
full Technical Examination Report along with photos and recommendations
All the reports should be made in format agreed by the CHCL, addressing to the CHCL
and duly signed by the person making the report. All reports will have to be electronically
submitted within prescribed time limit as agree by the CHCL.
67 Section VI. Scope of Service and Performance Specifications
The CHCL has a stock of spare parts for the Port Equipment as indicated at Annex C
(which is subjected to change daily) and shall be available to the Private Contractor for use
in the performance of its services.
These spare parts will become the responsibility of the Private Contractor and be collected
by him from the CHCL, and retained in secure storerooms in the Container Terminal.
An updated inventory shall be agreed between the CHCL/Private Contractor. Proper stock
records shall be maintained on the Maintenance Management Information System. The
Private Contractor shall instigate a proper retrieval and replacement system for these and
other spare parts.
All spare parts used or purchased on behalf of the CHCL shall be advised to the CHCL in
the monthly report.
Any spare parts used from the CHCL stock shall be replaced by the Private Contractor
who will be responsible for obtaining the most competitive price and same quality from at
least three firms unless sole supplier (OEM). The Private Contractor shall submit the
original quotes or bids from the three firms in its proposals. In case one of the firm is a sub
or sister company of the Private Contractor, the later shall not be eligible for the
percentage for Private Contractor’s costs as per para 2.1. Any purchases above Rs 50,000
shall be fully documented and advised to the CHCL. Where the cost of such spare parts
exceeds Rs 100,000 prior approval shall be sought from CHCL.
The Private Contractor shall regularly carry out stock-takes and submit to the CHCL
updated lists indicating original parts levels, spares utilized and replenishment undertaken
during the period under reference. The Private Contractor shall advise the CHCL on the
amount of strategic spares required in order to ensure minimum disruptions to Port
operations.
An annual inventory of all spare parts and consumables shall be undertaken by the
Contractor in conjunction with the CHCL. Similarly an inventory will be made at the time
of termination of the contract. Where the Private Contractor has purchased spare parts,
which are not part of the CHCL stock, these may be taken over by the CHCL for an agreed
sum based upon the cost of the spares.
The Contractor shall immediately notify the CHCL representatives in case of damage to
Port equipment. The Private Contractor shall inspect, check, assess the damage and
prepare a detailed report which shall be submitted to the CHCL Representatives as soon as
possible. The issue of a preliminary report shall be done within the first two hours
followed by final report as described above. The report shall describe the damage (with
photographs), identify any materials or parts needed for a full repair, and detail the total
cost to repair.
68 Section VI. Scope of Service and Performance Specifications
The Private Contractor shall not carry out any repairs unless instructed by the CHCL
representatives. Where work needs to be done for safety reasons the minimum amount of
work shall be undertaken by the Private Contractor who shall as a minimum verbally
advise the CHCL of the need to undertake the work.
The CHCL representatives shall be responsible for liaising with third parties and insurance
companies and the Private Contractor shall, upon request, assist in providing relevant
information.
1.17 Sub-Contracting
The Private Contractor may supplement his capabilities and competencies by associating
with other companies for specialist or particular services subject to prior approval of
CHCL representatives. For all such works that require the services of a sub-contractor, the
Private Contractor shall submit to the CHCL original quotes from at least three reputable
firms specialized in the provision of the services under reference. Any non-performance
from the part of the Contractor or its sub-contractors due to industrial relation problem,
non-supply of parts, and non-availability of equipment, shall debar the Private contractor
from getting paid.
The recommendations and observations of the OEM shall be reported once every month or
after every intervention by OEM even if there are no specific recommendations for works
to be done for effective maintenance.
In order to monitor the effectiveness of the maintenance services provided by the Private
Contractor particularly in relation to corrective maintenance activities performance targets
to be achieved are shown in section VII-Article 9
The targets shall be agreed annually based upon the performance of the previous year and
the forecast maritime traffic.
The CHCL shall be entitled to inspect and examine the work that has been or is being
undertaken under the Contract. The Private Contractor shall give them full cooperation in
this respect.
If, as a result of inspection and examination, the CHCL’s Representative decides that any
maintenance workmanship or other aspect is substandard or otherwise not in accordance
with the requirements of this Contract, he shall notify the Private Contractor promptly,
stating his reasons. The Private Contractor shall as soon as possible make good any
substandard work at his own cost.
2. PROCUREMENT OF MATERIALS
Percentage to include all cost associated with materials and spare parts excluding the CIF price if
procured from outside Mauritius or the invoiced price if procured within Mauritius.
The Private Contractor shall cap its margin up to a maximum of Rs 15,000 per order both on
local and foreign procurements, subject to the followings:-
Purchases are ordered in the name of the Cargo Handling Corporation Limited;
Purchases are financed by the Cargo Handling Corporation Limited.
71 Section VI. Scope of Service and Performance Specifications
LIST OF ANNEXES
ANNEX A
SPECIFICATIONS
73 Section VI. Scope of Service and Performance Specifications
General Information
Make/Manufacturer IMCC HANJUNG HHMC
Quantity 2 3 2
Year of manufacturer 2008 1998 2017
Lifting Capacity
Single Container under
41 T 40 T 50 T
Container
Twin Tenty Under Spreader 41 T NA (Only Single) 65T
S
RTG MAKE IMCC ZPMC
NO HHMC
1 Manufacturer IMCC ZPMC HHMC
2 Year of manufacturer 2005 2009 2017
3 Lifting capacity under spreader 41T 40T 41T
Manufacturer Bromma ZPMC Bromma
4 Spreader Model YSX40E SES
Year 2005 2009 2017
Diesel Engine Caterpillar Cummins Volvo Penta
5
Generator Manufacturer 3406C QSX15-G8
Motor make WOELFER SIEMENS SIEMENS
6 Hoist Number of motors 1 1 2
DRKF 315L -
Motor type 1 LA831
6bbT
Brake make BUBENZER ZPMC BUBENZER
7 Brake YP31A-630*30-
Brake type SB28
ED2000-60
Motor make WOELFER SIEMENS SIEMENS
8 Gantry Number of motors 4 4 4
DRKO 200L- DC MOTORS/1L
Motor type
4bb/KFB40 P4 280
Motor make WOELFER ZPMC SIEMENS
9 Trolley Number of motors 2 1 sets 2
DRKO 180L-
Motor type 1LG4 207
4/KFB16
75 Section VI. Scope of Service and Performance Specifications
SUB STATION 1:
1. Transformer
Description Make Model Connecti Rating Connection Year Cool. QT
on type Y
Primary Secondary
2000
3 PH France 630475- 22 KV 3.3 KV
D yn 11 KVA 1997 ONAN 6
Transformer Transfo 01 (52.5A) (349.9A)
2500
3 PH France 22 KV 433V
D yn 11 KVA 2004 ONAN 1
Transformer Transfo (65A) (3478A)
1500
3 PH France 690236- 22 KV 433V
D yn 11 KVA 1997 ONAN 1
Transformer Transfo 01 (39A) (2000A)
SUBSTATION 2:
1. Transformers:
Description Make Model Connecti Rating Connection Year Cool. QT
on type Y
Primary Secondary
2000
3 PH Schneider 22 KV 3.3 KV
ELVIM D yn 11 KVA 2015 ONAN 5
Transformer Electric
2500
3 PH Schneider 22 KV 0.4KV
ELVIM D yn 11 KVA 2015 ONAN 2
Transformer Electric
76 Section VI. Scope of Service and Performance Specifications
ANNEX B
SCHEDULED
MAINTENANCE
77 Section VI. Scope of Service and Performance Specifications
Maintenance Program
1 WEEK
1 YEAR
DAILY
1 MON
6 MON
ASSEMBLY
1 WEEK
1 YEAR
DAILY
1 MON
6 MON
ASSEMBLY
1 WEEK
1 YEAR
DAILY
1 MON
6 MON
ASSEMBLY
1 WEEK
1 YEAR
DAILY
1 MON
6 MON
ASSEMBLY
1 WEEK
1 YEAR
DAILY
1 MON
6 MON
ASSEMBLY
1 WEEK
1 YEAR
DAILY
1 MON
6 MON
ASSEMBLY
Oil filing
Component Manufacturer Theorical Quantity Lubricant
filling type
Hoist Gear PIV S1 260L CLP ISO VG 460
Boom hoisting gear PIV S1 200L CLP ISO VG 320
Trolley traveling gear PIV S1 4 x 28L CLP ISO VG 460
Gantry traveling gear PIV S1 8 x 24 CLP ISO VG 320
Maintenance crane Kuli S1 1.5L CLP ISO VG 460
hoist gear
Maintenance crane Kuli S2 0.3Kg Gear grease
Trolley gear
Spreader cable reel Wampfler S1 58L Shell Omala 200
Gear HV – cable reel Wampfler S1 45L CLP ISO VG 220
Hydr. Unit, spreader BROMMA B6 170L CLP ISO VG46
Hydr. Unit, band brake Bubenzer B6 30L Shell TELUS 37
Electro-hydr. Brake EMG 301/6 B6 2 x 9.2L HL 10
Lifting devices EMG 80/6 B6 4.2L HLIO
Table 2 Oil fill recommended
Selection of lubrication
Maintenance Schedule
Inspection period:
Lubricants See Table: 1,2,3,4
D Every day
W Every week
M Every month (250h)
3M Every third month (1000h)
6M Every six month (2000h)
Y Every year (4000h)
H Running hours
Maintenance Interval:
Trolley
89 Section VI. Scope of Service and Performance Specifications
Note:
1) Above Maintenance Schedule is not exhaustive and is given for guidance only. Any addition,
alteration, modification, deletion of the schedule may be done by the contractor during execution of
the Contract considering the actual requirement. The contractor shall the RTG Cranes manufacturer’s
recommendations/manuals where appropriate.
2) In case of the following items, works will need to be carried out as per OEM’s Maintenance Manual
and in presence of representative of OEM / authorised organization of OEM :-
a) Diesel Engine (both for Main Power Supply & Auxiliary Power Supply)
b) Spreader
c) Motors, Power Electronics, Control System (Drives), Crane Management System (CMS),
Programmable Logic Control (PLC)
d) Gear Boxes
e) Hydraulic Systems.
103 Section VI. Scope of Service and Performance Specifications
ROUTINE MAINTENANCE
1. Maintenance requirements
1.1 Twistlock drive
1. Keep the round support surface lubricated. Grease after each operation.
2. Frequently check the position of the limit switch of lock/unlock twistlocks and
ensure it works without releasing fasteners. Inspect after every operation.
3. Check twistlock heads for damage and that tail bolts of twislocks are released
after every operation.
1.3 Every 1000 hours lubricate and check the various points as shown in the lubrication
points manual. Check the complete hydraulic system, mechanical system and
electrical devices. Repair if any fault is found.
1.4 Every 1500 hours check all parts and components especially twistlock devices for
damage and replace them if damaged.
1.5 Every 3000 hours test the twistlock head and thread by ultrasonic inspection (UT) or
magnetic particle inspection (MT). If cracks or any other defects are found replace
them immediately.
NOTE: Generally, replace the twistlocks and the spherical washers after 2 years (24 months) of
operation or after 200,000 containers have been handled.
Time
No Area System Task Description Man (min) Instructions
16 OCAB OTHR operating the cameras and the 1 0 verify the function of them
inspection display and the display.
Push CMS NEXT SCREEN
Verify the operation of button on right console to
17 OCAB OTHR operating operator's CMS display 1 0 Verify the function of the
inspection CMS.
Refer to SIEMENS's
maintenance manual <Gai-
operating Verify the Public Tronics Instruction Manual>
18 CRAN OTHR inspection address 1 0
Check the
visual trolley tensioner
19 BRCH REEV inspection sheave in position 1 2
visual Check the snag
20 BRCH SNAG inspection cylinder in right position 1 0.5
21 SPDR SPDR visual Check the drive chain 1 0.5
inspection for security and
slackness
operating Verify the From the Cab (with
22 SPDR SPDR inspection 20,40,45 ft stop 1 0 27)
Before and after driving
main hoist full speed in the
Verify that the operator's cab. Then check
23 TRLY SREL visual spreader cable is laid 1 0.5 if the spreader cable is
inspection in the grooves. overlapped.
Check the spreader
operating cable reel motor and
24 TRLY SREL inspection reduce noise and 1 0
vibration
Verify main hoist:
speeds, accelerations,
operating upper/lower slowdowns
25 OCAB STCN inspection and stops. 1 1 (Perform with 2)
operating Check for
26 OCAB STCN inspection flipper, twist lock, 1 3 From the Cab
Check for function of
operating Control On indicating
27 OCAB inspection light on right console 1 0
Check function of
operating spreader status
28 OCAB STCN inspection indicating lights 1 0
Verify Operator's Cab Use the switches on left
Seat and Console side console to move the
motions, both powered seat forward, reverse, front
29 OCAB STCN operating and manual. 1 0.5 height
inspection up/down and rear
height up/down.
30 OCAB STCN operating Verify proper function 1 0.5 Check the fasteners for
inspection of Operator's seat belt tightness.
and shoulder harness.
31 TRLY TRLY visual Check main Hoist rope 1 2 Walk the trolley girder and
inspection and trolley rope are in boom observing rope,
position sheaves, support rollers,
slap blocks and adjacent
structure.
Verify that the spreader
visual Level and Squareness home position is level and
32 inspection of Spreader square. If it is not, rehome
SPDR TLSS the TLS cylinder positions or
1 2 slip the ropes on the drums.
Verify operation of: flood
lights, walkway lights, cab
light, machinery house, and
e-room. Turn on each light
system and verify it is
visual functional. Note any light
118 Section VI. Scope of Service and Performance Specifications
Time
No Area System Task Description Man (min) Instructions
33 CRAN LTNG inspection Verify lighting 1 2 fixtures that are not
operational.
Walk the machinery house,
trolley girder and boom
verifying there are no loose
visual Loose equipment and parts or tools that could
34 CRAN OTHR inspection tools. 1 0 move or fall from the crane
during operation.
Check the operators cab,
electric room, machinery
house and gantry cab to
verify that all doors and
visual Doors and windows windows are closed and
35 MHSE OTHR inspection 1 0 secured. Electric room doors
must be locked.
Verify the presence of the
required stokes baskets, fire
extinguishers, and other
36 CRAN OTHR visual Emergency equipment 1 1 emergency equipment
inspection provided on the crane.
SHIFT INSPECTION
Time
No Area System Task Description Man (min) Instructions
Clean the cab
62 OCAB OCAB clean Windows 1 10
Check the rope tensioner
visual cylinder
63 BRCH REEV inspection Leakage 1 1
visual Check snag cylinder oil
64 BRCH SNAG inspection leakage 1 1
visual Check hydraulic system
65 BRCH SNAG inspection oil leakage 1 2
visual Check the fluid level of
66 SPDR SPDR inspection expansion drive reducer 1 2
Main hoist, trolley drive Make sure that no grease and
visual and boom hoist high debris are on the surface of
67 MHSE TRDR inspection speed motor brake discs. 1 1 the trolley brake disc
Weekly:
Time
No Area System Task Description Man (min) Instructions
visual security of motorized
79 FEST inspection trolley 1 10
Verify that the trolley is running
parallel to the trolley rails
without binding on either side
wheel flanges. Verify that
water side trolley tow cables
are equal length and are
visual Trolley alignment towing the trolley square with
80 BKRH FEST inspection 2 5 the crane.
visual
81 BKRH FEST inspection Tow cables 1 1
visual Cable secure on saddles
82 BKRH FEST inspection 1 1
Condition of carriers and
83 BKRH FEST visual drive trolleys 1 1
inspection
If the oil level is below than
visual Check gantry wheel allowable lowest level on the
84 GNTY GNTY inspection brake oil level. 1 2 gauge, fill fluid to the tank.
Ensure the function of
headblock pin engaged
operating and disengaged limit
85 LSSB HBLK inspection switches 2 10
Check the junction boxes and
visual Headblock junction box control station are
86 LSSB HBLK inspection and control station. 1 2 secured to mount.
Check to make sure all
terminals in junction box
87 LSSB HBLK tighten bolts are well tightened 1 5
Check the emergency
visual brake power unit. Check oil level, leaks, and
88 MHSE HYDR inspection 1 2 proper operation.
visual Repair the function of all
89 CRAN LITE inspection work floodlights 1 5 Switch locates in e-room
visual Check main hoist reducer
90 MHSE MHST inspection oil level 1 2
Check the brake disc. Make
91 sure that no grease and debris
Main hoist (2) and boom are on the surface of the disc.
visual hoist high speed motor Clean with solvent and repair
MHSE MHST inspection brake discs. 1 2 as required.
visual Check main hoist drum
92 MHSE MHST inspection bearing housing bolts 1 5
Check for loose motor, brake,
visual Hoist mounting bolts reducer, or idler stand bolts.
93 MHSE MHST inspection 1 2
Check all UHMW support
rollers for excessive wear.
visual Hoist and trolley support Replace or reposition as
94 MHSE MHST inspection rollers 1 2 necessary.
Verify brake operation and
visual Hoist motor brake adjustment to include lift-off,
95 MHSE MHST inspection adjustment 1 2 wear adjustment, etc.
visual Main hoist low speed
96 MHSE MHST inspection brake adjustment 1 1
Grease twistlock housing
points, slides and moving
parts in the latch
assembly and fixture
97 OHTA lube assembly 1 20
Check the main hoist rope
Main hoist wire rope dead wedge clamp tighten. Verify no
98 BMTP REEV visual end connection. 1 5 slippage has taken place.
inspection
122 Section VI. Scope of Service and Performance Specifications
Time
No Area System Task Description Man (min) Instructions
Grease the rotation
99 ROTR lube bearing 1 5
Grease the cylinder rod
100 ROTR lube ends 1 5
Grease pinion
101 ROTR lube & gear teeth 1 5
operating Check hydraulic pressure
102 SPDR SPDR inspection 2 2
visual Check hydraulic oil level
103 SPDR SPDR inspection 1 2
Check torque on the bolts
tighten bolts holding the damper.
104 SPDR SPDR 2 20
105 SPDR SPDR lube Lube the flipper gear 1 5
Lube expansion drive
106 SPDR SPDR lube bearing with NLGI #2 1 5
Lube spray, wipe or
brush full length of
107 SPDR SPDR lube expansion chain 1 5
108 SPDR SPDR lube Lube the twistlocks 1 5
109 SPDR SPDR clean Clean the lenses of all 1 5
twin 20 ft detection and
cell guide photosensors.
Dirt can impair the function of
the seat. Upholstery can be
quickly
Make sure to keep the and simply removed from the
110 OCAB STCN clean seat clean 1 5 seat frame for easy cleaning,
or replacement
visual Check trolley reducer oil
111 MHSE TRDR inspection level 1 2
Check trolley rope clamp
112 MHSE TRDR visual tight 1 5
inspection
visual Check trolley drum
113 MHSE TRDR inspection bearing housing bolts 1 5
visual Trolley motor brake
114 MHSE TRDR inspection adjustment 1 2
visual Check wheel lubricators
115 TRLY TRLY inspection 1 2
operating Check cable reel gear
116 TRLY TRLY inspection unit noise 2 5
TWO WEEKLY
Check the limit switch
operating function of festoon
117 BRCH FEST inspection system 1 10
Wheel side surface
visual contamination with wheel
118 GNTY GNTY inspection brake 1 2
Verify that both boom collision
wires are in place and that the
limit switch is approximately in
visual Check the gantry the correct position to be
119 BOOM LMTS inspection switches. 1 2 activated by a pulled wire.
The minimum thickness of
lining is
measure Check main 5mm.if the thickness is less
120 MHSE MHST inspection hoist emergency brake 1 10 than 5mm, it has to be
lining replaced.
The minimum thickness of
lining is
3mm.if the thickness is less
Check the main hoist than 3mm, it has to be
123 Section VI. Scope of Service and Performance Specifications
Time
No Area System Task Description Man (min) Instructions
121 MHSE MHST measure motor brake lining wear 1 10 replaced. See Bubenzer
inspection manual
4.8 For lining replacement.
visual Check any damage to the
122 SPDR SPDR inspection structure 1 5
Check twistlock spacing measure the twistlock spacing
measure of the spreader at each at
123 SPDR SPDR inspection position 2 5 20', 40' and 45' position.
Disassemble the twistlocks'
nuts for inspection. If any spot
Check wear on the damages and cracks are found
visual spherical washer under on the surface of this washer, it
124 SPDR SPDR inspection the twistlock nuts 2 60 has to be replaced.
visual Check guide block for
125 SPDR SPDR inspection wear & cracks 1 2
visual Check the switches for
126 SPDR SPDR inspection security and adjustment 1 2
visual Check cylinder&hose for
127 SPDR SPDR inspection oil leak 1 1
operating Proper floating twistlocks
128 SPDR SPDR inspection 2 10
operating Check landing switches
129 SPDR SPDR inspection for security & adjustment 1 5
130 SPDR SPDR visual Check flippers security
inspection and damage 1 2
visual Check flipper hydraulic
131 SPDR SPDR inspection actuators for leaks 1 1
visual Check flipper hydraulic
132 SPDR SPDR inspection hose for leaks 1 1
Check the cracks around
133 visual the access openings of
SPDR SPDR inspection twistlock housings 1 1
visual Check junction box for
134 SPDR SPDR inspection security of gable beams 1 2
visual Check all electric
135 SPDR SPDR inspection connections of gable 1 5
beams
Check weld connection
visual between gable ends and
136 SPDR SPDR inspection twistlock housing 1 2
visual Check excess wear on
137 SPDR SPDR inspection the pick point 1 5
visual Check hydraulic power
138 SPDR SPDR inspection unit for security 1 2
visual Check hydraulic filters for
139 SPDR SPDR inspection leaks 1 1
visual Check all plumbing for oil
140 SPDR SPDR inspection leak 1 1
visual Check motor for security
141 SPDR SPDR inspection 1 5
visual Check gear box for
142 SPDR SPDR inspection security 1 5
visual Check slide plate & bolts
143 SPDR SPDR inspection 1 5
visual Check twistlocks for
144 SPDR SPDR inspection general wear 1 5
operating Check landing pins for
145 SPDR SPDR inspection proper operation 1 5
visual INRS
inspection dampers(2 each end) for
146 SPDR SPDR leaks of gable beams 1 5
Check to ensure all
visual electrical connections are
147 SPDR SPDR inspection in good 1 40
condition
124 Section VI. Scope of Service and Performance Specifications
Time
No Area System Task Description Man (min) Instructions
visual cat track of drive system
148 SPDR SPDR inspection 1 5
security of all components
visual in the main electrical
149 SPDR SPDR inspection cabinet 1 5
Check clip spring on
visual relays in the main
150 SPDR SPDR inspection electrical 1 2
Cabinet
Function test all Check the fuses, relays and
operating components in the main power supply are working
151 SPDR SPDR inspection electrical 1 5 properly.
Cabinet
operating Check security of all
152 SPDR SPDR inspection cables 1 5
visual Check security of all
inspection cables of hydraulic
153 SPDR SPDR system 1 2
operating Expanding to all positions
inspection starting at 20
154 SPDR SPDR feet position 1 1
operating Retracting to all positions
inspection starting at 45 feet
155 SPDR SPDR position 1 1
operating Flippers up and down
156 SPDR SPDR inspection 1 1
operating Twistlocks lock and
157 SPDR SPDR inspection unlock 1 1
operating Raise/lower center
158 SPDR SPDR inspection twistlock housings 1 1
The minimum thickness of
lining is
5mm.if the thickness is less
Check the trolley motor than 5mm, it has to be
159 MHSE TRDR measure brake lining wear 1 5 replaced. See maintenance
inspection manual 3.2.3 for lining
replacement.
visual Check brake and brake
160 MHSE TRDR inspection parts for wear and 1 5
damage
Monthly
161 Cleanliness of Operator's Clean the debris from the
LSSB DCAB clean Cab 1 5 cabin
162 Visual Check boom hoist motor, Visually inspect and tap with
MHSE BHST inspection brakes, hammer if questionable each
pillow blocks bolts bolt and connection.
connection 1 10
163 Visual Check boom hoist
MHSE BHST inspection reducer oil level 1 2
164 Visual Check boom hoist and
MHSE BHST inspection main hoist emergency
brake oil leakage 1 1
165 Visual Verify boom hoist thrust
MHSE BHST inspection brake and emergency 2 20
brake capacity
166 Visual Check the rope roller
CTS CTS inspection wear 1 5
167 Visual Check the commutator of
inspection AC motors for See SIEMENS's maintenance
MHSE DRIV roughness 1 5 manual
168 ELRM ELEC clean Clean all the debris from 1 10
the electric room
169 Check function of all 1 Verify functions and indicating
125 Section VI. Scope of Service and Performance Specifications
Time
No Area System Task Description Man (min) Instructions
operating indicating lights and 2 lights in the Boom Operator's
WSSB ELEC inspection switches Station
170 visual Fuse and circuit breaker
ELRM ELEC inspection in control panel 1 10
171 ELRM ELEC visual Contacting condition of 1 10
inspection relay and contactor
172 visual Verify the function lights Verify functions and indicating
inspection of instrument lights in the
indications in E-room
ELRM ELEC the e-room 1 2
173 visual Inspect DC motors for 1 Motors are to be kept clean
inspection cleanliness 2 and ventilating openings clear
MHSE ELEC
174 visual Inspect the condition of When the crimped marker
inspection the DC motor brushes, approaches entry into the
replace the worn ones brush holder, brush
replacement should be
investigated.
MHSE ELEC 1 10
175 visual Check to ensure the
inspection impeller and vane of
aerovane wind
transmitter are move
TCTB ELEC freely 1 10
176 visual Confirm the grounding of
inspection lighting transformer on
TRLY ELEC the cab roof 1 5
177 visual Make sure all screw joints
inspection of gear box
ELEV ELEV are properly tightened 1 5
178 Check that all incoming
disconnect switches and 1
ELEV Operating emergency stop 10
ELEV inspection switches are working.
179 visual inspectio Check brake lining and
ELEV ELEV n brake torque 2 20
180 Check cable for wear and
Operating to ensure that no kinks
ELEV ELEV inspection occur 1 10
181 Operating Make sure the operation
inspection of the control system
(PLC) is
ELEV ELEV correct 1 10
182 Operating Check attachment of the
inspection cable in the cable support
ELEV ELEV arm 2 5
183 Lube the safety device
ELEV ELEV lube with grease 1 10
184 visual Check cable trolley
inspection buffers and the towing
BRCH FEST lines. 1 0
185 visual Check supported cable
inspection for any damage
BRCH FEST 1 0
186 visual Check cable clamp for
BRCH FEST inspection loosing 1 1
187 visual Check gantry reducer oil
GNTY GNTY inspection level 1 2
188 visual Check gantry reducer unit
GNTY GNTY inspection for leaks 1 1
189 Operating Tighten all bolts on the
LSYS HBLK inspection headblock. 1 20
190 Operating Check and adjust the
inspection slack rope limit switch.
LSYS HBLK 2 20
126 Section VI. Scope of Service and Performance Specifications
Time
No Area System Task Description Man (min) Instructions
191 visual Check emergency brake
inspection power unit oil leakage
MHSE HYDR 1 1
192 visual Check machinery house Turn on the switches. Replace
MHSE LITE inspection fluorescent lights 1 2 the fluorescent light tubes that
don't work anymore.
193 Operating Check function of hoist Clear hoist home
inspection home and upper position, hoist all the way up to
OCAB LMTS overtravel limit switches 2 10 hit the switch.
194 Operating Pick up control power, then
BOO M inspection Check the ship collision manually active one of the
wire and limit switches 10 proximity switches. The control
LMTS 2 power should lose. Reset and
verify the remaining limit
switches.
195 Operating Check function of boom Select boom slow speed,
inspection hoist normal stop and manually active the switches
overtravel while booming up from level
TCTB LMTS limit switches 2 10 position
196 Operating Clear trolley home position,
BMGD LMTS inspection Check trolley home then move the trolley to cross
switch 1 10 the switch
197 Operating Check trolley park
BMGD LMTS inspection position limit switch 1 5
198 Operating Check the function of Set the stowage pins, then
inspection gantry stowage pin limit there is no gantry motion
GNTY LMTS switches 2 10
199 Operating Check function of Switch on the fan in e-room
MHSE MHSE inspection machinery house fans 1 2
200 Clean all the debris from
MHSE MHSE clean the machinery house. 1 15
201 visual Check main hoist motor, Visually inspect and tap with
inspection brakes, hammer if questionable each
pillow blocks bolts bolt and connection.
MHSE MHST connection 1 10
202 visual Check brake and brake
inspection parts for wear and
MHSE MHST damage 1 2
203 visual Check main hoist reducer
MHSE MHST inspection oil leakage 1 1
204 visual Check the main hoist
inspection emergency brake torque
MHSE MHST set 2 10
205 operating Verify main hoist thrust
inspection brake and emergency
MHSE MHST brake 2 10
206 ATCH OHTA visual Check structure 5
inspection (including latch arms and 1
attachment lugs )for weld
cracks, fatigue
cracks and damage due
to misuse
207 visual Make sure the CCTV
inspection camera and its dome are
secured to the mount.
BRCH OTHR 1 2
208 visual Make sure the CCTV
inspection camera and its dome are
secured to the mount
TRLY OTHR 1 2
209 visual Check the rail clamps for
inspection tight near boom hinge
BMGD RAIL 2 10
127 Section VI. Scope of Service and Performance Specifications
Time
No Area System Task Description Man (min) Instructions
210 BRCH REEV visual Check trolley tensioner 1 5
inspection bolt connection.
211 BMGD REEV visual Inspect trolley tow ropes 3 if 60 See maintenance manual
inspection for wear, damage and replace Chapter3. If any broken wires
corrosion men t are found, the number of
Left Rope broken wires should be
Right Rope recorded. Refer to
manufacturer manual Chapter3
and local regulations
for wire rope
removal criteria
212 BMGD REEV visual Inspect main hoist wire 3 if 120 See maintenance manual
inspection rope for wear, damage replace Chapter3. If any broken wires
and corrosion men t are found, the number of
A-B Rope broken wires should be
B-C Rope recorded. Refer to
manufacturer manual Chapter3
and local regulations for wire
rope removal criteria .
213 Operating Main hoist home and Check that the fasteners are
inspection overtravel limit switches tight and that the assemblies
TRLY REEV are secure 2 20 are secure.
214 Grease trolley sheaves'
bearings with NLGI 1#(4
BOO M REEV lube points) 1 10
215 MHSE SCRN visual Machinery house Inspect machinery house
inspection service crane service crane wire rope for
wire rope 30 wear or damage. See
1 maintenance manual
Chapter3. If any broken wires
are found, the number of
broken wires should be
recorded. Refer to
manufacturer manual Chapter3
and local regulations
for wire rope removal criteria .
Lubrication level are also to be
checked. If lubrication is found
to be insufficient, the rope is to
be slushed.
216 BRCH SCRN visual Backreach service crane Inspect backreach service
inspection wire rope crane wire rope for wear,
damage, and corrosion. See
maintenance manual
Chapter3. If any broken wires
are found, the number of
broken wires should be
recorded. Refer to
manufacturer manual Chapter3
and local regulations
for wire rope
removal criteria .
Clean snag cylinder
217 exposed surface
BRCH SNAG clean 1 1
Activate the various functions
of the masterswitch and read
the reference from PLC while
Check the function of moving the controller. The
OCAB STCN Operating master controllers 2 5 functions of each motion, float
inspection switch, and each thumb switch
are to be verified.
218
visual Check trolley motor, Visually inspect and tap with
219 inspection brakes, hammer if questionable each
128 Section VI. Scope of Service and Performance Specifications
Time
No Area System Task Description Man (min) Instructions
MHSE TRDR pillow blocks bolts bolt and connection.
connection 1 5
visual Check trolley rope wedge
220 TRLY TRLY inspection clamps 1 2
visual Check that the rope guides are
inspection proper connected with the
sheaves and the rope not slide
out from the sheaves.
Check rope guides on the
221 TRLY TRLY sheaves 1 2
Grease the main hoist
sheaves' bearings with
222 TRLY TRLY lube NLGI 1#(24 points) 1 5
Grease the trolley
wheels'
bearings with
223 TRLY TRLY lube NLGI 1#(8 points) 1 5
visual Check cable reel gear
224 TRLY TRLY inspection unit oil level 1 2
visual Check cable reel gear
225 TRLY TRLY inspection unit for leakage 1 1
visual Check cable reel's all
inspection screws for tightness
226 TRLY TRLY 1 10
Check and ensure all the
wiring terminals in the
control panels,
consoles and Genius
modules are well
tighten bolts tightened
227 OCAB WRNG 1 20
Check to ensure all
electrical wiring
connections in junction
boxes on the cab roof of
trolley are well
tighten bolts Tightened
228 TRLY WRNG 1 10
See Maintenance Manual
chapter 1 for
a listing of the
visual safety decals. Decals found to
inspection Check all decals are be missing or illegible must be
affixed legible replaced.
229 CRAN SIGN 1 5
Verify that each motion
functions, its readout is
Operating approximately correct, and that
inspection each home switch brings the
respective motion to the home
position.
Trim, list and skew
230 OCAB TLSS functions 1 2
Verify Camera operation of
zoom, pan and tilt. Verify
CCTV automatic switching between
OCAB Operating cameras and of zoom
231 inspection CCTV Camera operation 1 2
visual Verify that the camera and
inspection camera components are
mounted securely and that no
parts are missing. Check both
the camera assembly and the
232 electronics electrical box.
129 Section VI. Scope of Service and Performance Specifications
Time
No Area System Task Description Man (min) Instructions
Time
No Area System Task Description Man (min) Instructions
243 BRCH ELEC inspection damage. 1 5
Check and adjust
proximity switches of
244 GNTY GNTY visual gantry motor brakes and 2 20
inspection wheel brakes
Clean wheel brake guide See ZPMC Wheel Brake
245 GNTY GNTY clean pins 1 20 Manual.
visual Wheel brake guide rollers See ZPMC Wheel Brake
246 GNTY GNTY inspection for wear 1 0 Manual.
Check seals and screwed
connections of hydraulic
visual system of wheel brakes
247 GNTY GNTY inspection 1 10
Check all welds on headblock.
If any cracks are found, repair
the cracks immediately
visual Check weld connection following AWS standard.
248 LSYS HBLK inspection 1 5
Lubricate the main hoist
sheave on the headblock
249 LSYS HBLK lube 1 5
Turn on the boom spot light
Check the function of switch in the boom operator’s
visual boom spot lights station to make sure the lights
250 BOOM LITE inspection 1 2 are on.
If any cracks occur or more
Check the main hoist than 1mm wear on each side
251 MHSE MHST measure motor brake disc occurs, the
inspection thickness 1 5 brake disc has to be replaced.
Check main hoist, Trolley,
Boom Hoist, Gantry and Take one bottle of fluid from
Spreader Cable Reel the tank and sent it to relative
Reducers reducer oil for lab for at least tests: 1. particle
contaminants water count 2. water content 3.
content and cleanliness. metals by spectroscopic 4.
252 MHSE MHST fluid sampling 1 5 Kinematic Viscosity
Release the brake via actuator
measure the gap between the
pads and disc on both sides.
Check the main hoist Measure the gap between the
motor brake uniform shoe pads and disc on both sides.
operating lift-off
253 MHSE MHST inspection 2 10
Time
No Area System Task Description Man (min) Instructions
person at each side platform
apply a torque wrench to each
rail clip bolt and verify it resists
Verify trolley rail clip bolt at least 150 Nm torque.
259 BMGD RAIL tighten bolts torque 2 60
measure Check main hoist
260 CRAN REEV inspection sheaves' groove 1 60
Release the trolley rope
tensioner at the backreach.
Refer to Drawing
JGHT2KIM-01-
Check function of trolley 00 (Power unit of TLS/Snag
rope tensioner limit switch dydraulic system). Piece
operating 59(pressure
261 BRCH REEV inspection 1 5 relief valve) is for ths function.
Open this valve so that the
tensioner cylinder will be
released and the sheave arm
will rotate to change the staus
of the two proximity switches.
See Manual 3.4.11.4 section.
Grease trolley tensioner
262 BRCH REEV lube sheaves' bearings 1 5
Grease trolley sheaves'
263 BRCH REEV lube bearings behind the 1 5
machinery house
REEV lube Grease the boom hoist
264 BOOM sheaves' bearings 1 5
Grease the hinge
265 BMGD REEV lube bearings 1 5
Grease the boom hoist
266 TCTB REEV lube sheaves' bearings 1 5
Grease the snag
267 BRCH SNAG lube sheaves' bearings 1 5
Grease snag cylinder
268 BRCH SNAG lube connection pins 1 5
operating Check shock valve
269 SPDR SPDR inspection setting- 2000psi 2 2
visual Check screws and
270 SPDR SPDR inspection sensors 1 5
of INRS
operating Functional test of damper
271 SPDR SPDR inspection 2 5
Check surface of chrome
visual rod of damper (INRS) for
272 SPDR SPDR inspection any damage 1 2
visual Check polyurethane
273 SPDR SPDR inspection washer (INRS) for 1 2
damage
Check surface of damper
274 SPDR SPDR visual for any trace of leaking oil
inspection 1 1
275 BOOM STRU lube Grease the fore stay pins 1 5
If gaps are different, see
BUBENZER brake manual
section 1.9 for adjustment. Lift
the trolley drive motor brake
uniform shoe off and release
the brake via actuator, then
measure the gap between the
operating Trolley motor brake pads and disc on
276 MHSE TRDR inspection release clearance 2 5 both sides.
Check bolted connections for
security and the elastic
element for wear. If the elastic
132 Section VI. Scope of Service and Performance Specifications
Time
No Area System Task Description Man (min) Instructions
element is worn out, it has to
be replaced. See maintenance
manual 4.2.2.2 for elastic
Check trolley motor element replacement.
277 MHSE TRDR visual coupling elastic ring 1 5
inspection
278 TRLY TRLY lube Grease the truck pin 1 5
Clean cable reel reducer
279 TRLY TRLY clean vent plug 1 5
Place the spreader on the
ground and inspect the drum
grooves in that area where the
Both main hoist drum for rope leaves the drum as the
visual rope corrugation crane picks a container from a
280 MHSE MHST inspection 1 15 chassis/bomb cart.
Inspect both open drum groove
as the trolley moves the full
travel length. Any distortion or
visual Trolley drum for metal removal should be
281 MHSE TRDR inspection corrugation 2 15 noted.
With the boom in the operating
position, inspect the exposed
grooves for brinelling
(impressions caused by the
rope wires). Any damage to
the groove should be noted.
282 MHSE BHST visual Boom drum 1 5
inspection for corrugation
Check the open section of
each of these 8 sheaves for
distortion or surface damage to
Trolley sheave grooves the root radius. Any damage
visual for corrugation should be noted.
283 CRAN REEV inspection and damage 1 15
Check the treads and flanges
of each of the 8 wheels for
Trolley wheels for excessive wear and effects of
visual abnormal trolley steering problems.
284 TRLY TRLY inspection or excessive wear 1 5
Check each wear block to
insure that there is sufficient
wear material remaining to
reach the next quarterly
Slap and wear blocks for inspection. Replace those
visual excessive wear. blocks that will not last this
285 BMGD REEV inspection 1 10 long.
Check each thruster brake (2
at main hoist, 1 at trolley and 1
at boom) to verify oil level is
High speed brake within range. Add oil as
286 MHSE MECH visual thruster oil level 1 5 needed.
inspection
Inspect the trolley rail for
damage and material flow,
particularly adjacent to the
boom hinge joint. Inspect the
alignment of the rail sections
visual across the boom hinge joint.
287 BMGD TRLY inspection Trolley rail for damage 2 5
Check the load cell readings to
verify they are in range. The
cab display should
Load cells for proper be inspected as well as the
288 OCAB DRIV operating operation 1 2 crane production data report.
133 Section VI. Scope of Service and Performance Specifications
Time
No Area System Task Description Man (min) Instructions
inspection
ANNUALLY
371 operating Operation and securing
ELR M ACON inspection condition of all four air 1 10
conditioner units
372 If any cracks occur or more than
MHS E BHST measure Check the boom hoist motor 1mm wear on each side occurs, the
inspection brake disc brake disc has to be replaced.
1 5
373 Lift the boom hoist motor
brake uniform shoe off
, release the brake via
actuator
,measure the gap between
the pads and disc on both
MHS E BHST operating sides. 2 5
inspection
374 Note: the maximum radial
misalignment should not exceed
0.05mm and
Boom hoist motor coupling the maximum angular misalignment
alignment(rad should not exceed 0.32 degree.
ial and angular alignment)
MHS E measure
BHST inspection 3 60
375 Take one bottle of fluid and
sent it to a relative lab for following
Check oil for water content test:
and cleanliness of boom 1.Kinematic
MHS E fluid sampling hoist reducer Viscosity
BHST 1 5 2.Partical Count 3.Water
content4.Metals by
Spectroscopi
376 Tight the screws of boom
MHS E visual hoist reducer
BHST inspection 1 5
377 Note: the wear in the drum
coupling is shown by the
misalignment
of the indicator in relation to
Check boom hoist drum the wear notch. If these limit
coupling wear and axial value is exceeded, it
MHS E visual alignment has to be
BHST inspection 1 2 replaced.
378 Tight the bolts of boom
hoist drum coupling
MHS E BHST visual 1 5
inspection
379 Check the boom hoist
reducer gears and gear
MHS E BHST operating meshing 2 5
inspection
380 Check boom hoist
MHS E visual emergency brake lining
BHST inspection 1 2
381 Grease the emergency
drive gear coupling with
MHS E BHST lube NLGI 1# 1 5
382 Check over speed limit
switch coupling wear and
MHS E visual axial alignment
BHST inspection 1 2
383 Check all rope roller
BMG D visual bracket weld connection
CATS inspection 2 0
134 Section VI. Scope of Service and Performance Specifications
Time
No Area System Task Description Man (min) Instructions
384 Lube the rope roller
BMG D CATS lube bearing with NLGI1#(48 2 60
POINTS)
385 Check the rope slap
BMG D CATS visual block wear 2 0
inspection
386 Grease the hook bearing
CRGB lube with NLGI 1# 1 10
387 Check DC motor (main
hoist, trolley and boom
hoist motors) wiring and
CRA N DRIV visual commutator 1 10
inspection
388 Megger test the AF-300
drive and replace the DC
measure Lin.k capacitor and the Disconnect all drive terminals
inspection and cooling and perform
ELR M DRIV replaceme nt fan of the AF- 1 5 the test only on the main
300 drive. circuit.
389 Perform an insulation test
on the main line reactor
in the Crane Factor + Disconnect power before
MHS E DRIV measure Cabin 1 10 inspection.
inspection
390 Replace PLC
9030 CPU memory
ELR M DRIV replaceme nt backup battery 1 4
391 Resistor grills
ELR M ELEC visual overheating and dust 1 5
inspection
392 lubrication of
4,160V disconnect switch
GNT Y ELEC lube contact 1 15
393 Such three visual inspecktion
Setting of thermo, over can be done together.
ELR M ELEC visual current, timer relays 1 10
inspection
394 Inspect abnormal
condition of printed
ELR M visual boards and elements
ELEC inspection 1 10
395 Inspect damage of wiring,
terminals, wire code,
cable tray, cable conduit
CRA N ELEC visual 1 20
inspection
396 Installation and sound
condition of intercom
CRA N ELEC operating system 2 15
inspection
397 Replace emergency light
CRA N LITE operating batteries 1 10
inspection
398 Make sure all
terminals in the junction
boxes, control panels,
Genius I/Os and control
stations are well Switch off MV switchgear and
tightened, no cables or follow the
conductors LOTO precedure before
CRA N ELEC tighten bolts are damaged 2 60 inspection.
399 Prepare for
25T and 50T load in advance.
Test the load cells with empty
135 Section VI. Scope of Service and Performance Specifications
Time
No Area System Task Description Man (min) Instructions
Check the readout of spreader, 25T and 50T load.
ELR M visual each load cell with Verify the readout.
ELEC inspection specified load 1 20
400 check the transformers
(main transformer,
lighting transformers,
control transformer)a nd
ensure air ducts are free
of any accumulation of
dust and debris and switch off the MV switchgear
any bolted and follow the lockout/tagout
MHS E ELEC visual connections of terminals 1 30 precedure.
inspection are in good condition
401 Check that all electrical
components are secure
TCTB ELEC visual to mount 1 5
inspection
402 The motor
overload protector is set
with the rated current on
the data plate for the
ELEV ELEV measure electric motor. 1 10
inspection
403 Inspect the equipment in
its entirety for corrision
and wear on loadbearing
and force - absorbing
ELEV ELEV visual components. 1 10
inspection
404 Measure the thickness of
lining. If the lining is worn
0.5mm, the
lining wear has to be
compensated.T he minimum
thickness of lining is 3mm. If
below 3 mm,
Measure the thickness of the pad has to be
GNT Y measure wheel brake lining replaced.refer to ZPMC wheel
GNTY inspection 1 20 brake manual.
405 seals and screwed
connections of the
GNT Y visual hydraulic system.
GNTY inspection 1 10
406 Take one bottle of fluid for
each reducers and sent them
to relative lab for following test:
1.Kinematic
Check oil for water Viscosity
content and cleanliness of 2.Partical Count 3.Water
GNT Y fluid sampling gantry reducers content
GNTY 1 60 4.Metals by
Spectroscopic
407 Greasing wheel
bearings(total
64 points),
GNT Y greasing equilizer
GNTY lube pins(total 112 points). 1 60
408 check headlock pins
using approved Send pins to relative shop to
LSYS HBLK measure NDT method 1 0 do 100%UT test.
inspection
409 Take one bottle of fuild from
the tank and sent it to relative
lab for at least
Check oil for water tests: 1.
content and cleanliness of particle count
136 Section VI. Scope of Service and Performance Specifications
Time
No Area System Task Description Man (min) Instructions
hydraulic fluid of muti- 2. water content 3. metals by
BRC H fluid sampling function spectroscopic
HYDR power unit 1 5 4. Kinematic
Visco
410 Take one bottle of fuild from
the tank and sent it to relative
lab for at least
check oil for water tests: 1.
content and cleanliness of particle count
hydraulic fluid of wheel 2. water content 3. metals by
GNT Y fluid sampling brake spectroscopic
HYDR 1 5 4. Kinematic
Visco
411 Take one bottle of fuild from
the tank and sent it to relative
lab for at least
check oil for water tests: 1.
content and cleanliness of particle count
hydraulic fluid of 2. water content 3. metals by
MHS E fluid sampling Bubenzer SF24 brakes spectroscopic
HYDR 1 5 4. Kinematic
Visco
412 Check function of main
hoist emergency drive
MHS E operating select limit switches
LMTS inspection 1 5
413 Check function of trolley
emergency drive select
MHS E operating limit switches
LMTS inspection 1 5
414 Check function of boom
hoist emergency drive
MHS E operating select limit switches
LMTS inspection 1 5
415 Check the drum rope Refer to wire rope manual
MHS E MHST visual groove wear 1 5 section 5.0.
inspection
416 The maximum radial
misalignment should not
exceed
Check the main hoist 0.05mm and the maximum
motor coupling angular misalignment should
alignment(rad ial and not exceed 0.32 degree.
MHS E MHST measure angular) 3 120
inspection
417 The wear in the drum coupling
is shown by the misalignment
of the indicator in relation to
Check main hoist drum the wear notch. If these limit
MHS E visual coupling wear and axial value is exceeded,it has to be
MHST inspection alignment 1 5 replaced.
418 Check all bolt
connections
of the joint connection
MHS E MHST visual for main hoist drum 1 0
inspection coupling
419 Grease the emergency
drive gear coupling with
MHS E MHST lube NLGI 1# 1 5
420 Check over speed limit
switch coupling wear and
MHS E visual axial alignment
MHST inspection 1 2
421 Entire twistlock should be
137 Section VI. Scope of Service and Performance Specifications
Time
No Area System Task Description Man (min) Instructions
measure Measure twistlocks using inspected with
OHTA inspection NDT 2 30 100%MT.
422 Check the transformers
and ensure no
accumulation of dust or
debris exist
and all bolted
connections of terminals transformer must be de-
TRLY OTHR clean are in good condition 1 15 energized
423 Check the plow
GNT Y visual structure bolt
PLOW inspection connection 1 5
424 Check the rope tensioner
sheave groove
BRC H REEV visual 1 2
inspection
425 Check tensioner cylinder no damage and oil leakage on
BRC H visual surface surface of cylinder.
REEV inspection 1 1
426 BOO M Grease the boom hoist
REEV lube wire rope with centigard 2 120
300
427 Grease the electric motor
with rust inhibitive
polyurea based grease
ROTR lube 1 5
428 Check rope guide and
securing device of Kone
MHS E SCRN visual crane 1 10
inspection
429 Strain relieving elements,
control cables and control
pendant housing for
damage of KONE crane
MHS E SCRN visual 1 5
inspection
430 Operation of brake of
MHS E SCRN operating Kone crane 2 10
inspection
431 Suspension of rope
MHS E visual anchorage of Kone crane
SCRN inspection 1 5
432 Tighten all bolts
MHS E operating connection of Kone crane
SCRN inspection 1 30
433 Check load hook for
cracks, cold deformation
MHS E visual and wear of Kone crane
SCRN inspection 1 5
434 bottom block and hook
MHS E visual fitting of Kone crane
SCRN inspection 1 5
435 Check coupling of the
creep speed hoist motor
MHS E visual of Kone crane
SCRN inspection 1 10
436 Operation of emergency
MHS E operating limit switch of Kone crane
SCRN inspection 1 10
437 MHS E operating Examine wire rope for
SCRN inspection damage and broken wires 2 30
438 Check rope securing
devices and play of rope
MHS E operating guide on drum
SCRN inspection 2 10
138 Section VI. Scope of Service and Performance Specifications
Time
No Area System Task Description Man (min) Instructions
439 MHS E Grease wire rope
SCRN lube 2 30
440 Check snag sheave roller
BRC H SNAG visual assembly 1 2
inspection
441 Check snag system
BRC H SNAG visual frame weld cracks 1 5
inspection
442 Lube electric motor with
rust inhibitive polyurea
SPD R SPDR lube based grease 1 5
443 Check twistlock using Entire twistlocks should be
approved NDT method inspected with
SPD R SPDR measure 2 30 100% MT.
inspection
444 Repack bearings in
grease at roller assembly
SPD R SPDR lube 1 20
445 Check the quantity of gas
SPD R measure in the damper
SPDR inspection 1 20
446 This is only general description
for structure inspection. Detail
inspection is referred to
structure maintenance manual.
Check any structure for
visual damage
STRU inspection 2 120
447 The wear in the drum coupling
is shown by the misalignment
Check trolley drum of the indicator in relation to
coupling wear and axial the wear notch.
MHS E TRDR visual alignment 1 2 If these limit value is
inspection exceeded, it has to be
replaced.
448 Check all fixing screws of
trolley reducer for tighten
MHS E TRDR visual 1 5
inspection
449 Take ONE bottle of fluid and
have it sent to relative
lab for following test:
1.Kinematic
Check oil for water Viscosity
content and cleanliness of 2.Partical Count 3.Water
MHS E fluid sampling trolley content
TRDR Reducer 1 5 4.Metals by
Spectroscopic
450 The maximum radial
misalignment should not
exceed
Check trolley motor 0.05mm and the maximum
coupling angular misalignment should
alignment(rad not exceed 0.32 degree.
MHS E TRDR measure ial and angular alignment) 2 30
inspection
451 Carry out complete
MHS E visual inspection of gear unit. see flender manual.
TRDR inspection 2 30
452 Check drum rope groove
MHS E TRDR visual wear 1 5
inspection
453 Check all bolt connection
of the joint connection
139 Section VI. Scope of Service and Performance Specifications
Time
No Area System Task Description Man (min) Instructions
for main hoist drum
MHS E TRDR visual coupling 1 5
inspection
454 Grease the emergency
drive gear coupling with
MHS E TRDR lube NLGI 1# 1 5
455 The maximum allowable worn-
out of flange is
10% of original
flange thickness and the
Check trolley wheels's maximum allowable worn- out
visual wear of tread surface is 3%
TRLY TRLY inspection 1 5 of original size.
456 Grease cable reel
TRLY TRLY lube bearings 1 5
457 Check gear unit of cable
TRLY TRLY visual reel reducer. 1 10
inspection
Hourly (100 & 50 Hrs):
140 Section VI. Scope of Service and Performance Specifications
Time
No Area System Freq Task Description Tool Man
(min)
visual Check connection pins
463 ROTR 100Hrs 1 5
inspection for general wear
Check connection pins'
visual
464 ROTR 100Hrs sensors for security and 1 5
inspection
adjustments
visual Check all plumbing for
465 ROTR 100Hrs 1 2
inspection oil leaks
visual Check junction box for
466 ROTR 100Hrs 1 5
inspection security
visual Check all electric
467 ROTR 100Hrs 1 60
inspection connections
Check weld connection
visual
468 ROTR 100Hrs between wagon and the 1 5
inspection
slide pad hooks
visual Check bent areas of the
469 ROTR 100Hrs wagon 1 2
inspection
visual Check the wagon for
470 ROTR 100Hrs cracks 1 2
inspection
Check weld connection
visual
471 ROTR 100Hrs between cylinder lugs 1 5
inspection
and frame section
Check wear on cylinder
visual
472 ROTR 100Hrs lugs welded to frame 1 5
inspection
section
Check wagon for
visual
473 ROTR 100Hrs horizontal and vertical 1 5
inspection
deformations
Check top section for
visual
474 ROTR 100Hrs horizontal and vertical 1 5
inspection
deformations
Check weld connections
visual between the flanges and
475 ROTR 100Hrs 1 2
inspection the webs for top section
visual Check top section for
476 ROTR 100Hrs buckled web plates 1 5
inspection
Check frame section for
visual horizontal and vertical
477 ROTR 100Hrs 1 5
inspection deformations
visual Check frame section for
478 ROTR 100Hrs buckled web plates 1 5
inspection
Check top flange of the
visual
479 ROTR 100Hrs frame section for 1 5
inspection
excessive deflections
Check pick point for
visual
480 ROTR 100Hrs excess wear on the pick 1 5
inspection
points
visual Check deformed pick up
481 ROTR 100Hrs plates 1 5
inspection
141 Section VI. Scope of Service and Performance Specifications
ANNEX C
AVAILABLE
SPAREPARTS
144 Section VI. Scope of Service and Performance Specifications
Ink.-Encoder trolley 2
Ink.-Encoder gantry 2
Abs.-Encoder main hoist 2
Abs.-Encoder trolley 2
Master controller left (joystick) 2
Master controller right (joystick) 2
Proximity limit swicth type#1 5
Proximity limit swicth type#2 5
Proximity limit swicth type#3 5
Proximity limit swicth type#4 5
Proximity limit swicth type#5 5
Proximity limit swicth type#6 5
Lever limit switch type#1 3
Lever limit switch type#2 3
Lever limit switch type#3 3
Lever limit switch type#4 3
LED light 5
SPREADER
Twist locks 16
Telescoping Motor and Gear 2
Lock / Unlockmotor an Gear 2
Proximity limit swicth type#1 4
Proximity limit swicth type#2 4
Proximity limit swicth type#3 4
Proximity limit swicth type#4 4
Spreader indicator lamp (set) 6
Gantry
Tyres 8
187 Section VI. Scope of Service and Performance Specifications
Between:
THE CARGO HANDLING CORPORATION LTD, whose registered office is at the CHCL
Building, Mer Rouge, Port Louis, and hereafter referred to as CHCL represented by its
Managing Director,
and …………………………………………………………………...................(Name of
Private Contractor to be inserted by Bidder) whose registered office is at
…………………………………………………………………… (Official address of Private
Contractor to be inserted by Bidder) and hereafter referred to as the PRIVATE
CONTRACTOR represented by its ...............................…………………………………….…
………………………………………………………………………….. (Position and Name
to be inserted by Bidder)
WHEREAS: The CHCL wishes to retain the services of the Private Contractor for the
maintenance of Port Equipment, as defined hereunder, which is the property of the CHCL
and the Private Contractor is agreeable to do so on the terms and conditions of this contract.
The Cargo Handling Corporation Ltd, a private company established under the
Companies Act, has decided to entrust the maintenance of port equipment as
described in section V1- Scope of Services and Performance Specifications
to……………………………………………………………………………(Name of
Private Contractor to be inserted by Tenderer) according to the conditions defined in
this contract.
192 Section VII. Maintenance Contract
Article 2: Definitions
2.1 In this Contract, the following words and expressions shall have the meaning defined
hereunder.
Port Equipment Means the items of equipment described in section VI
(Scope of Services and Performance Specifications) - which
are the property of the CHCL and which are situated at the
Mauritius Container Terminal, Mer Rouge, Port Louis.
Schedule of Prices Means the prices – and rates that are described in Schedule
of rates that form the basis of remuneration to the Private
Contractor under this contract.
Manufacturer Means a manufacturer of the Port Equipment or a
component part thereof.
Stock of Spare Means the spare parts owned by the CHCL for use in
Parts maintaining and repairing the Port Equipment.
Port Regulations Means the set of rules and regulations governing access to
within the port area, which rules shall be furnished by the
CHCL to the Private Contractor, as the same may be
modified or otherwise amended from time to time by CHCL
CHCL’s Means the person appointed by the CHCL to act as CHCL
Representative Representative for the purpose of this Contract.
Private Means the person named as such in this Contract of such
Contractor’s replacement thereof as may be agreed by CHCL.
Representative
This Contract Means this Maintenance Contract with all Annexes and
Schedules referred to herein.
Services Means all work to be performed by the Private Contractor.
Subcontractors Means any subcontractor employed by the Private
Contractor to perform part of the Services.
Commencement Means the starting date
Date
End Date of this Means the ending date
Contract
Plant & Equipment Means all items of machinery, apparatus for monitoring and
testing of equipment and other things provided by the
Private Contractor to enable the services to be performed not
including machinery, apparatus or other things consumed
during the performance of the Services or fitted or fixed
permanently to the Port Equipment as part of the Services.
Senior Terminal Means that officer or representative of CHCL responsible for
193 Section VII. Maintenance Contract
2.3 Subject to the other provisions of this contract, where under this agreement the time
limited for the doing of an act expires or falls on a Saturday or a Public Holiday, the
act may be done on the following day that is not a public holiday.
The CHCL shall appoint a CHCL’s Representative to act for the purpose of this
Contract or other person appointed from time to time by the CHCL and notified to the
Private Contractor in writing.
Unless unreasonable, the Private Contractor shall comply with instructions given by
the CHCL’s Representative in accordance with this Contract.
For the purposes of this Contract the Private Contractor shall appoint a Private
Contractor’s Representative and the person shall be named as such.
The Private Contractor shall not revoke the appointment of its Representative without
the prior consent in writing of CHCL. The Private Contractor’s Representative shall
give his whole time in the execution of the Services. Except as otherwise stated in
this Contract, the Private Contractor’s Representative shall receive (on behalf of the
Private Contractor) all notices, instructions, consents, approvals and other
communications under this contract.
The Port Equipment owned by the CHCL for which the Private Contractor is to
undertake the maintenance consists of those items of equipment mentioned in section
VI- Scope of Services and Performance Specifications
In addition other equipment pertaining to these cranes may be added to this Contract
by the written instruction of the CHCL subject to the agreement of the Private
Contractor and agreement of any necessary amendment to the remuneration pursuant
to additional tasks within scope of the contract stated in Schedule of rates
194 Section VII. Maintenance Contract
The Private Contractor shall undertake those services detailed in the scope of services
and performance specifications at Section VI- Scope of Services and Performance
Specifications. The services, as defined in Section VI, shall include:-
o Daily Checks
Preventative Maintenance, carried out within or at the time periods specified
by the manufacturers
o Corrective Maintenance
Preventive maintenance of the cranes shall be carried out in coordination with the
officials of the CHCL and as per the schedules within the recess period hours or when
the crane is not in use. The period of hours when the crane remains under scheduled
daily or weekly maintenance shall be counted as breakdown hours while calculating the
percentage monthly availability for the particular crane.
The planned scheduled maintenance works are to be carried out in operational gaps in
minimum reasonable time. For this the Contractor shall have to apply to the Senior
Terminal Manager as per the "Request for Shutdown Form" (to be prepared mutually,
after award of contract) and obtain written consent (clearance for shutdown) from him.
The Contractor shall have to make all efforts to make the cranes available within the
scheduled shutdown period.
In addition to the maintenance function, the Private Contractor will be responsible for
other services in accordance with the Section V1- Scope of Services and Performance
Specifications
maintenance and other services provided and prepare all reports and issue to the
CHCL.
The Private Contractor shall fulfill all obligations detailed in this Contract and as
described in Scope of Services, in a timely and professional manner to ensure that the
Port Equipment is available for at all times in accordance with the provisions of this
Contract.
The contractor shall have to render effective service round the clock for daily checks,
preventive maintenance, corrective maintenance and improvement works of fourteen
nos. RTG Cranes and Seven SHIP TO SHORE CRANES for ensured availability of the
crane in all the shifts for 366 days in a year. The scope of work is more fully described
in scope of services at section V1- Scope of Services and Performance Specifications.
The contractor shall have to maintain an office at the site at the Mauritius Container
Terminal or other suitable location, and ensure availability of spares, materials and
deployment of necessary manpower for round the clock maintenance of the cranes.
The Contractor shall be responsible for all liabilities regarding payment, termination,
leave, statutory contributions etc for their own officers, staff and workmen without any
obligation/involvement/liability on the part of CHCL.
The contractor may at their cost be allowed to sub-contract any of the work, if
considered necessary, with permission from the CHCL. The contractor shall be liable
for any act, omission and default of the subcontractor employed for the tendered work.
The contractor shall be responsible for all liabilities regarding payment, termination,
leave, statutory contributions etc, of their own workmen as also for the workmen of
their sub-contractors without any obligation/ involvement/liability on the part of the
CHCL.
For any non-performance on the part of the contractor or their subcontractors due to
industrial relation problems, non-supply of spare parts and consumables etc non-
availability of the equipment, shall debar the contractor from getting paid. The CHCL
reserves the right to get the work done through any other agency or departmentally
and the cost shall be borne by the Contractor.
The contractor shall have to arrange for all necessary tools, tackles, equipment,
specialized tools for diagnosis & troubleshooting, test benches etc., required for the
maintenance/repair work at no extra cost.
In order to assess the effectiveness of the maintenance and other services provided by
the Private Contractor a system of Performance Indicators will be introduced. These
will be used to set the Performance Targets for the year.
Breakdown Indicator
1. MTBF: Mean time between failures
MTBF= Total Operating Hours
Number of Breakdowns causing stoppages
Availability Indicator
STS CRANES
4. Operational Availability (STS) for each crane: Availability of equipment within the
booking time
OPA: 100 x (Operating hours –breakdown time)
Operating Hours
The Average availability for STS cranes will be the average of the OPA for the seven STS
cranes
RTG CRANES
Operating Hours: Hours when a quayside container crane is allocated to discharge a ship,
whether working or standby.
Breakdown Time: Hours when a quayside container crane is stopped due to a breakdown
whilst it is being in use.
Maintenance Time: Hours when a quayside container crane is unable to be used due to
maintenance/breakdown during the calculation period.
Booking Time: Hours when a quayside container crane would be required to discharge
the ship.
Downtime Hours: Hours when a quayside container crane is not available due to damage.
Or break down.
As part of the monthly report the Private Contractor will calculate the various performance
indicators and in an agreed spreadsheet format with detail of:
BENCHMARKS
The Private Contractor shall apply the following benchmarks/performance targets in the
execution of the contract.
Mobilisation for Emergency Repairs
The Private Contractor shall ensure full mobilization of the required personnel for emergency
repairs within a maximum of two (2) hours from the time of occurrence of the breakdown.
Wire Rope/Cable
Component Replacement Maximum Working Hours For Replacement
Hoist wire ropes 10 Hours
Trolley Wire Rope Landside 6 Hours
Trolley Wire Rope Waterside 6 Hours
Boom Hoist Wire Rope 15 Hours
Trailing Cable 24 hours
Festoon Cable 12 hours
Hoist Motor 18 hours
Spreader Cable 12 hours
The monthly reports to the CHCL will include details of the performance achieved.
The Private Contractor may subject to the CHCL’s prior approval sub-contract work.
The CHCL shall be responsible to provide the following to the private contractor.
(a) Appointment of a CHCL’s Representative to administer the contract.
(b) Details of the anticipated operations within the container terminal will be issued to
the Private Contractor. Maintenance of the RTG and STS Cranes shall be carried
out as per schedules within the recess periods of when the RTG and STS Cranes
are not in use and in coordination with the Senior Terminal Manager.
(c) Decisions regarding the execution of any exceptional maintenance work e.g. major
overhaul or improvement maintenance will be made by the CHCL based upon
adequate information provided by the Private Contractor.
(d) During the course of port operations accidental damage to port equipment may
occur. The CHCL will be responsible for liaising with other parties including
insurance companies, should such damaged be caused by third parties. The private
contractor shall promptly inform CHCL.
(e) The CHCL shall at the request and cost of the private contractor; assist him in
applying for security and other permits, licences or approvals, which are required,
for the services to be provided.
The CHCL has a stock of spare parts for the Port Equipment which shall be made
available to the Private Contractor to use in the performance of the Services.
The Contractor shall ensure that there are adequate spares at all times for round the
clock operation of the cranes.
All spares/materials required not available from CHCL’s stock for the contract work
shall be supplied by the contractor and shall be guaranteed against manufacturing
defects and shall be accompanied with test certificates wherever applicable/felt
necessary.
200 Section VII. Maintenance Contract
The private contractor will be entitled to a mark-up on the invoice value as specified
below.
PROCUREMENT MATERIALS, SPARE PARTS AND SERVICES
Percentage for
Description Private
Contractor’s Costs
To a value of up to Rs 50,000 per consignment 5
OUTSIDE
MAURITIUS
To a value over Rs 50,000 per consignment 8
WITHIN
All local purchases 5
MAURITIUS
The Private Contractor shall cap its margin up to a maximum of Rs 15,000 per order
both on local and foreign procurements, subject to the followings:-
(i) Purchases are ordered in the name of the Cargo Handling Corporation
Limited;
(ii) Purchases are financed by the Cargo Handling Corporation Limited.
The contractor shall, wherever applicable, provide at least 3 quotations from potential
suppliers (including the maker) of parts and the most competitive bid shall be selected
for procurement. Detailed information (description and part/reference number of the
parts, quantity to be ordered, usage, warranty, lead time etc.) with relevant supporting
documents should be furnished to the CHCL for approval.
Use of spares in the work should be certified by the CHCL officials for the purpose of
payment and the bills shall be supported with the relevant documents. The contractor
will maintain a register of work done in which the details of spare, its cost and relevant
documents should be recorded every day for the purpose of payment towards spares
Water and toilet facility, as available within the Container Terminal area shall be
extended to the contractor's men free of cost.
The CHCL will provide, as may be available, space for office, stores and working
area to the contractor. .Any additional requirement for space will be on a chargeable
basis. Space provided under this contract is not permitted to be used for any other
purpose not specified in the contract.
201 Section VII. Maintenance Contract
Electricity will be provided free of cost for carrying out the contractual works
The Private Contractor shall indemnify CHCL, the CHCL’s Representative, their
Contractors, agents and employees from and against all claims, damages, losses and
expenses arising out of or resulting from the performance of or any failure to perform
the Services.
The Private Contractor shall take all reasonable steps to protect the environment (both
in and outside the Container Terminal) and to limit damage and nuisance to people
and property resulting from pollution, noise and other results of his operations. The
Private Contractor shall ensure that air emissions, surface discharges and effluent
from the Container Terminal throughout the duration of this Contract arising out of
his activities or otherwise under his control shall comply with the norms imposed by
law.
18.1 The Private Contractor shall effect and maintain insurance in the joint names of the
CHC and the private contractor against any loss or damage of the port equipment:
(a) other than a loss or damage attributable to CHCL as per Article 18.4 and
(b) to the extent that the loss or damage arising out or results from the performance or
any failure by the private contractor to perform the services.
Such insurance shall be effective from the Commencement Date until the two weeks
after the End Date of this Contract.
18.2 The Private Contractor shall effect and maintain insurance of his Plant and
Equipment, against all loss or damage. Such insurance shall be for a limit of not less
202 Section VII. Maintenance Contract
than the full replacement value (including delivery to the Mauritius Container
Terminal) of the Plant and Equipment. Such insurance shall be in such a manner that
each item of Plant and Equipment is insured while it is being transported to the
Container Terminal. The insurance policy shall include statement whereby any
recourse against the CHCL, any employee or agent of CHCL is renounced.
18.3 The Private Contractor shall effect and maintain insurance against losses and claims
arising from the death or, injury to any person employed by the Private Contractor or
any Subcontractor including employees of CHCL. For Subcontractor’s employees
such insurance may be effected by the Subcontractor, but the Private Contractor shall
be responsible for compliance with this Clause.
The insurance policy shall include statement whereby any recourse against the CHC,
any employee or agent of CHCL is renounced.
The Private Contractor shall give notice, to the CHCL, of any CHCL risk upon it being
foreseen by, or becoming known to, the Private Contractor. If any CHCL risk results
in loss or damage, the Private Contractor shall rectify such loss or damage to the extent
required by the CHCL. If the Private Contractor incurs any cost or expense as a result
of an CHCL risk, the Private Contractor shall give further notice to the CHCL. After
receipt of such further notice the CHCL’s Representative shall determine the amount of
such cost or expense (if any), shall be added to the amount payable to the Private
Contractor, and shall notify the Private Contractor accordingly.
203 Section VII. Maintenance Contract
The Private Contractor shall obtain at his cost a performance security from a local
reputable bank equivalent to 10% of the value of the contract, and to deliver it to the
CHCL within 21 days from the letter of award. The performance security shall be
valid for 37 months and as per specimen in Section VIII. Contract Forms.
The performance security shall be valid until the Private Contractor has executed and
completed the Services. It shall be returned to the Private Contractor 30 days after
the End Date of this Contract. Prior to making a claim under the performance
security, the CHCL shall, in every case, notify the Private Contractor stating the
nature of the default for which the claim is to be made.
A copy of the Port Regulations and other requirements as may be in force from the
time to time will be provided by the CHC to the Private Contractor. The Private
Contractor must observe the laws and regulations applicable to its profession as well
as the general rules and particulars relating to Port Operation.
The Private Contractor shall conform to any general or particular instructions in force
and to those which may be given by the Senior Terminal Manager on duty. Any
instructions so received shall be acknowledged in writing by the Private Contractor
and shall be deemed to be an instruction pursuant to Article 4.
The Private Contractor shall be paid in accordance with the rates and prices as per the
price schedule following presentation of an invoice together with such supporting
documentation as the CHC may reasonably require.
The Private Contractor shall be responsible for and pay all taxes, duties, permits,
levies and imposts of any nature required by Government and other authorities.
If the Private Contractor fails to carry out any of his obligations, or if the Private
Contractor is not executing the Services in accordance with this Contract, the CHCL
may give notice to the Private Contractor requiring him to make good such failure
and remedy the same within a specified reasonable time.
then the CHCL may, after having given 30 days’ notice to the Private Contractor, terminate
the contract and within 3 days of the termination remove all plant and equipment belonging
to it and vacate the premises. The Private Contractor shall, within 3 days of such expulsion,
deliver to the CHCL’s Representative all belongings to the CHCL and shall forthwith remove
all Plant and Equipment from the Mauritius Container Terminal. Any Plant and Equipment
not removed within 3 days of such termination, shall be deemed to have been abandoned by
the Private Contractor and may be used or sold or otherwise disposed of the CHCL without
any liability to the Private Contractor. The Private Contractor shall not be released from any
of his obligations or liabilities under this Contract.
The CHCL may upon such termination undertake the Services himself and/or by any other
Private Contractor.
205 Section VII. Maintenance Contract
Article 27:
Termination
The Employer may terminate this Contract, by not less than thirty
27.1 By the CHC
(30) days’ written notice of termination to the Private Contractor, to
be given after the occurrence of any of the events specified in
paragraphs (a) through (d) of this Sub-Clause 27.1:
(a) if the Private Contractor does not remedy a failure in the
performance of its obligations under the Contract, within thirty (30)
days after being notified or within any further period as the
Employer may have subsequently approved in writing;
(b) if the Private Contractor becomes insolvent or bankrupt;
(c) if, as the result of Force Majeure, the Private Contractor is
unable to perform a material portion of the Services for a period of
not less than sixty (60) days; or
(d) if the Private Contractor, in the judgment of the Employer
has engaged in corrupt or fraudulent practices in competing for or in
executing the Contract.
For the purposes of this Sub-Clause:
(i) “corrupt practice” is the offering, giving,
receiving or soliciting, directly or indirectly, of
anything of value to influence improperly the
actions of another party;
(ii) “fraudulent practice” is any act or omission,
including a misrepresentation, that knowingly or
recklessly misleads, or attempts to mislead, a
party to obtain a financial or other benefit or to
avoid an obligation;
(iii) “collusive practice” is an arrangement between
two or more parties designed to achieve an
improper purpose, including to influence
improperly the actions of another party;
(iv) “coercive practice” is impairing or harming, or threatening
to impair or harm, directly or indirectly, any party or the property of
the party to influence improperly the actions of a party;
(v) “obstructive practice” is deliberately destroying, falsifying,
altering or concealing of evidence material to the investigation or
making false statements to investigators in order to materially
impede an investigation into allegations of a corrupt, fraudulent,
coercive or collusive practice; and/or threatening, harassing or
intimidating any party to prevent it from disclosing its knowledge
of matters relevant to the investigation or from pursuing the
investigation.
(e) Notwithstanding the above the Employer may terminate the
207 Section VII. Maintenance Contract
The percentage monthly availability for payment of monthly service charges shall be
calculated based on a weighted average basis between the averages of two lots:
The average availability Lot 2 will be the average of the availability of the
8 RTGs.
Assume that the quoted rate of monthly service charge for the Eight RTG
and the five Cranes is Rs X per month.
209 Section VII. Maintenance Contract
(iv) For availability below 95%and more than 90% for any of the lots
for three consecutive months, the payable amount shall be Rs.
0.9X.
(iii) for average percentage monthly availability of less than 90% but
more than or equal to 80 % the payable amount monthly shall be
Rs 0.85 X;
(iv) for average percentage, monthly availability of less than 80 % but
more than or equal to 70%/ the payable amount monthly shall be
Rs 0.75 X;
(v) for average percentage, monthly availability of less than 70 % but
more than or equal to 60 % the payable amount monthly shall be
Rs 0.65 X
“The days of CHCL holidays when the cranes are not booked shall not be counted
while calculating the maximum possible equipment hours for the cranes for the
particular month. The contractor will be informed beforehand about non-working
holidays. In case of booking of equipment for one/two shift on holidays the same
shall be taken into consideration while calculating the no. of maximum possible
equipment hours for the particular month.”
In case of annual survey repair of the RTG Cranes AND SHIP TO SHORE cranes not being
done as per Schedule, payment of the service charges for the particular months shall not be
made to the contractor.
31.1(a) The remuneration and other conditions of work of the employees of the
Private Contractor shall not be less favourable than those established for work of the same
character in the trade concerned-
(i) by collective agreement applying to a substantial proportion of the
employees and employers in the trade concerned;
(ii) by arbitration awards; or
(iii) by Remuneration Orders.
(b) Where remuneration and conditions of work are not regulated in a manner
referred to at (a) above, the rates of the remuneration and other conditions of work shall be
not less favourable than the general level observed in the trade in which the contractor is
engaged by employers whose general circumstances are similar.
31.3 Where the Managing Director of CHCL is satisfied that remuneration is still
due to an employee employed under this contract at the time the claim for payment is filed
under subsection 1, he may, unless the remuneration is sooner paid by the Private Contractor,
arrange for the payment of the remuneration out of the money payable under this contract.
31.4 The Private Contractor shall display a copy of this clause of the contract at the place
at which the work required by the contract is performed.
211 Section VII. Maintenance Contract
Any dispute arising out of the execution or in relation to the interpretation of the
present Contract shall be settled amicably.
If, after twenty-eight (28) days, the parties have failed to resolve their dispute or
difference by such mutual consultation, then either the Purchaser or the Supplier may
give notice to the other party of its intention to commence arbitration, as hereinafter
provided, as to the matter in dispute, and no arbitration in respect of this matter may
be commenced unless such notice is given. Any dispute or difference in respect of
which a notice of intention to commence arbitration has been given in accordance
with this Clause shall be finally settled by arbitration.
To: ______
Gentlemen:
In accordance with the provisions of the Conditions of Contract, Sub-Clause 6.4 (“Terms and
Conditions of Payment”) of the above-mentioned Contract, __________ (hereinafter called
“the Service Provider”) shall deposit with _________ a Bank Guarantee to guarantee his
proper and faithful performance under the said Clause of the Contract in an amount of
_________ _________
We further agree that no change or addition to or other modification of the terms of the
Contract or of Services to be performed there under or of any of the Contract documents
which may be made between __________________ and the Service Provider, shall in any
way release us from any liability under this Guarantee, and we hereby waive notice of any
such change, addition, or modification.
This Guarantee shall remain valid and in full effect from the date of the advance payment
under the Contract until __________________ receives full repayment of the same amount
from the Service Provider.
Yours truly,
Name of Bank:
Address:
Date:
214 Section VIII. Contract Forms
Performance Security
Signature(s).............................................................
215 Section VIII. Contract Forms
AND WHEREAS it has been stipulated by you in the said Contract that the
Contractor shall furnish you with a Bank Guarantee by a local commercial bank for the sum
specified therein as security for compliance with his obligation stated in Sub-Clause 49.2 of
the Conditions of Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to
you, on behalf of the Contractor, up to a total of _______________________ [amount of
Guarantee] 7, we undertake to pay you, upon your first written demand and without your
having to substantiate such demand any sum within the limit of
_________________________ [amount of Guarantee].1
We hereby waive the necessity of demanding the said debt from the Contractor before
presenting us with the demand.
Letter of Acceptance
[date]
This is to notify you that your Bid dated [date] for execution of the [name of the Contract and
identification number, as given in the Special Conditions of Contract] for the Contract Price
of the equivalent of [amount in numbers and words] [name of currency], as corrected and
modified in accordance with the Instructions to Bidders is hereby accepted by our Agency.
Note: Insert one of the 3 options for the second paragraph. The first option should be used if
the Bidder has not objected the name proposed for Adjudicator. The second option if the
Bidder has objected the proposed Adjudicator and proposed a mane for a substitute, who was
accepted by the Employer. And the third option if the Bidder has objected the proposed
Adjudicator and proposed a name for a substitute, who was not accepted by the Employer.
or
or
You are hereby instructed to proceed with the execution of the said contract for the provision
of Services in accordance with the Contract documents.
Authorized Signature:
Name and Title of Signatory:
Name of Agency:
Attachment: Contract
217 Section VIII. Contract Forms