Sei sulla pagina 1di 6

COCHIN PORT TRUST

AN ISO-9001-2015 & ISPS COMPLIANT PORT

Office of the
Chief Mechanical Engineer
Willingdon Island ,
Cochin – 682009, KERALA
Tele: 0484-2666639/0484-2582300
Email : cme@cochinport.gov.in

REQUEST FOR QUOTATION

RFQ NO: SO/ESA/2019-M Date.26-06-2019.

Electronic quotations are invited for Safety Audit subject to terms and conditions enumerated
below.
a) OBJECTIVE OF STUDY
1. To carry out systematic, critical appraisal of all potential hazards involving personnel,
port, services and operation method.
2. To review the existing safety system and suggest possible improvements to the same as
per current regulatory requirements..
3. To identify potential hazards which are not covered by the safety systems procedures
prevalent at the port and suggest possible mitigation measures.
4. To improve compliance with relevant statutory provisions and standards & codes of
practice.
5. To ensure continual improvement in safety performance.
6. Any other activity connected with above.

b) SCOPE OF WORK

The scope of work under this quotation includes study of all Wharves, Terminals, berths and
their installations w.r.to the cargo handling activities and warehouses /sheds of CoPT, analysis,
and preparation of Safety Audit Report containing observations and recommendations and
submitting soft copies (in word format) & 5 number of hard copies of each as per objective of
study.
b.1) Safety Audit
The safety audit shall be carried out in accordance with IS 14489:1998, Code of Practice
on Occupational Safety and Health Audit.
IS 15656: Hazard identification and risk analysis-Code of practice
Applicable Occupational Health and Safety (OHS) related statutes including Dock Safety Rules ,
Regulations 1990, Oil Industry Safety Directorate (OISD )Standards, Manufacture, Storage and
Import of Hazardous Chemicals (MSIHC ) rules 1989 amended in (1994). Central Motor Vehicle
Rules, Gas Cylinder Rules, Petroleum Act & Rules, Central Electrical Authority (CEA)
Regulation, Environmental Protection Agency (EPA) Rules, Static and Mobile Pressure vessels
(SMPV) Rules. Etc. and other applicable/relevant guidelines.

The report shall contain the following points in addition to plant description and management’s
occupation, safety & health system.
1 Organization and Administration of Safety, Health and Environment.
2 Supervisory and Workmen Participation, Motivation and Training
3 Accident Investigation, Analysis, Reporting and Follow up Action
4 Off -the-job Safety.
5 Port Operating Procedure.
6 Study of process safety.
7 Port Startup, Shut Down, Normal and Emergency Procedure.
8 Safety work Permit System.
9 Conditioning Monitoring and maintenance procedure of critical equipment.
10 Instrumentation -Safety Interlock, Control and trip system etc.
11 Material Handling Machinery, Conveyor belts, Hoist, Lifts etc.
12 Storage of material /Spares/Warehouse/drains/vents/flares/furnaces and
other such systems.
13 Periodicity of safety devices checking.
14 Firefighting, Fire Alarm and fire protection system and fire control.
15 Electrical safety trip system, Interlocking, communication, earthing and
16 Bonding, tagging, lightning arrester and illumination.
17 Modification Procedures.
18 Identification of occupational and major hazards and hazard control.
19 Railing road loading/unloading spots.

c) AREAS WHERE SAFETY AUDIT TO BE CONDUCTED.

1. Ernakulam Wharf wharfes and sheds and berths Q5 to Q9


2. Mattanchery Wharf - wharfes and sheds and berthsQ1, Q4 , NCB, BTP .
3. COT berth and plants and layouts
4. NTB berth plants and layouts
5. STB berth plants and layouts
6. Container Freight station.

d) COMPLETION SCHEDULE / PERIOD OF WORK

The safety audit , in full respect, shall be completed with in a period of 60 days from the date
of Work order. This schedule shall be strictly complied and shall include the time required
for field visit, data collection, analysis, submission of draft report, final report etc.and
presentation on final findings to the management.
The sequence of activities shall be as follows:
a) Field visit and data collection at CoPT Sites.
b) Submission of draft audit report and review by CoPT.
c) Submission of Final Audit Report after incorporating the comments of CoPT.

e) AUDITOR’S ELIGIBILITY CONDITIONS:

1. The bidder shall be an agency/institution having experience to carry out safety audit and
have successfully carried out at least 1 safety audit at Sea Ports/PSU’s/Industrial
Establishments/Govt. Establishments in last 5 years.

f) SPECIAL CONDITIONS:

1. A detailed study plan shall be prepared by the auditor in consultation with CoPT to
take care of normal operation of all activities. This shall be submitted to CoPT before
starting the audit work.
2. Safety Audit shall be carried out by DGFASLI approved Safety Auditors having
relevant experience in conducting safety audits at Sea Ports/PSU’s /Industrial
Establishments. The auditors shall not be changed till the completion of audit.
3. Bidder shall furnish the biodata (including details of qualifications, experience etc.)
of all safety auditors. All relevant certificates/documents/information in support of
their credentials as mentioned above may be submitted along with offer.
4. Any measuring and testing instruments/meters/tools, if required for the audit, shall be
under the scope of Bidder and deemed to be included in the quote.
5. The Bidder shall perform its services in full accordance with the terms and conditions
of the quotation and any applicable local laws and regulations and shall exercise all
reasonable professional skills, care and diligence in discharge of said work. The
bidder shall in all professional matters act as a faithful advisor to CoPT and will
provide all the expert commercial/technical advice and skills which are normally
required for the class of services for which it is engaged. The bidder shall carry out
all its responsibilities in accordance with the best professional standards.
6. Any sub-contract to be made by the Bidder relating to the services shall be made only
to such extent and with such duly qualified specialists and entities as shall be
approved in writing in advance by CoPT. Notwithstanding such approval, the firm
shall remain fully responsible for the performance of services under the Contract. In
any circumstances, sub-contracting of the entire work shall not be allowed.
7. The Bidder shall arrange and bear the expenditure on boarding, lodging and
transportation of Bidder’s personnel, machines, tools, tackles etc. in connection with
the work.
8. Proper safety has to be ensured by the Bidder during execution of the audit. In case
of any accident, CoPT shall not be responsible for the same.
9. In order to perform the services, Bidder shall obtain at its sole account, the necessary
assignments, permits and authorizations from the titleholder of the corresponding
patents, models, trademarks, names or other protected rights and shall keep CoPT
harmless and indemnified from and against claims, proceedings, damages, costs and
expenses (including but not limited to legal costs) for and/or on account of
infringements of said patents, models, trademarks, names or other protected rights.
10. All documents, reports, information, data etc. collected and prepared by the Bidder in
connection with the scope of work shall be the property of CoPT. The Bidder shall
not be entitled either directly or indirectly to make use of the documents/report given
to CoPT for carrying out any services with any third party.
11. The Bidder shall indemnify that Company or its employees against any claim/damage
arising due to any failure/accident to any person/property of CoPT or third party.
12. In respect of all Labour, directly or indirectly employed in the works for the
performance of the Bidder’s part of this agreement, the Bidder shall, at his own
expenses, arrange for all the safety provisions as per the safety codes of CoPT, Indian
Standard Institution and all other applicable regulations/rules/orders and such other
act as applicable.
13. The Bidder shall abide by all fire and safety regulations of the Company. In the event
of any of the labour or other personnel directly or indirectly employed in the works
for the performance of the bidder’s part of this agreement, not abiding by any of the
relevant safety provisions or violating any of the safety rules and regulations of the
Company, CoPT may debar such personnel from entering or being present at the site.

g) General Conditions:
1. Quotation is due for opening on 11-07-2019.
2. The bidders should have a valid digital signature certificate (Class-II or Class-III) issued
by any of the valid Certifying Authorities to participate in the e-tender.
3. The bids should be uploaded in electronic form only through e-tender portal
www.tenderwizard.com/COPT.
4. The bidders need to obtain one time User ID & password for log-in to e-tendering portal
www.tenderwizard.com/COPT from the service provider KEONICS, by paying
registration amount of Rs.1180/-through online Payment using Credit/Debit Card/
Net banking. The details of e- Tender facilitator is available through
Telephone Nos. 080 49352000/9605557738.
5. Price should be quoted in the price schedule, attached as a separate excel sheet in the
e-tender portal.
6. Quotation will be opened at 11:00 hrs on 11-07-2019 in the e-tender portal
www.tenderwizard.com/COPT. Tenderers can witness the quotation opening by
logging in to the e-tender portal at the date and time fixed for quotation opening.

7. Brochure containing Auditor’s Brand Name and details of the Audit Procedure quoted
should be uploaded in the e-tender portal.
8. Validity of offer: 90 days from the date of opening of Quotation.
9. Rates quoted should be strictly as per unit specified.
10. Tenderer should have GST registration.
11. Invoice shall be addressed to the Chief Mechanical Engineer, Cochin Port Trust, Cochin
– 682009.
12. Payment: 100% payment shall be made only after satisfactory submission of the Final
Report to the entire satisfaction of the Chief Mechanical Engineer at Cochin Port Trust.
13. TDS under GST Law - As per GST Notification No. 50/2018 dated 13.09.2018; TDS @
2% will be deducted from any amount payable to the Contractor, where the total value of
contract is more than Rs. 2.5 lakhs wherever applicable.
14. Income Tax: Deduction of Income tax shall be made from any amount payable to the
contractor as per the relevant provisions of the Income tax act.
15. A signed and sealed copy of Request for Quotation should be submitted online alongwith
your quotation. It will be treated as a token of acceptance of our condition.
16. Cochin port Trust reserves the right to reject the quotation without assigning any reason.

Sd/-
Chief Mechanical Engineer
PRICE SCHEDULE

COCHIN PORT TRUST

www.tenderwizard.com/CPT
RFQ No :

Name of Work : Conducting safety audit as per the objective of study & Scope of work and all other terms and
conditions mentioned in the RFQ No.SO/ESA/2019-M dtd 26-06-2019.

Price Bid

Name and Address of the Tenderer

Rate
Description of Total Amount
Sl.No (Excluding GST ) Applicable rate of GST
Service In Rupees
In Rupees (%)
Conducting
safety audit as
per the objective
of study & Scope
of work and all
1 other terms and
conditions
mentioned in the
RFQ No.
SO/ESA/2019-M
dtd 26-06-2019.

In words

Note : 1. The bidder shall write his rates in Indian Rupees-both figures and words.

2. The above price is firm without escalation.

SIGNATURE OF THE BIDDER

Potrebbero piacerti anche