12.07.2015 Views

COCHIN SHIPYARD LIMITED - Tenders India

COCHIN SHIPYARD LIMITED - Tenders India

COCHIN SHIPYARD LIMITED - Tenders India

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

<strong>COCHIN</strong> <strong>SHIPYARD</strong> <strong>LIMITED</strong>(A Government of <strong>India</strong> Enterprise)P.O. BAG NO.1653 <strong>COCHIN</strong>-682 015 INDIATel. No. +91(484) 2361181/2351181/2366340Fax No. +91(484) 2370897/373902E– Mail: cochinshipyard@vsnl.comdgmcivil@cochinshipyard.comWeb: www.cochinshipyard.comNo. CIV/057/2013/SM(CE)II 08.04.2013TENDER NOTICESealed competitive tenders in the prescribed forms are invited on behalf of Cochin Shipyard Limitedfrom experienced contractors for the under mentioned work so as to reach the undersigned on orbefore the date and time mentioned below:Name of workEarnest Money to be depositedCost of tender form(Those who download the tender form fromwebsite also will be required to remit the costalong with tender)Last date and time of issue of tender formsLast date and time of receipt of tenderDate and time of opening of tender box(Price bid of those tenderers who havesubmitted EMD and certificate signed by thecontractor will be opened on a later date)Time of completion of workShort description of work: Collecting, taking away and disposal of discardedmixed waste dumped at Quay-I waste dumpingyard as instructed by the engineer-in-charge.: Rs.50,000/-: Rs.100/- + KGST (5%): 23.04.2013 upto 15.00 Hrs: 24.04.2013 upto 14.00 Hrs: 24.04.2013 at 14.30 Hrs: Six Months: Collecting, loading, taking away and disposal ofall discarded industrial mixed waste on “as iswhere is” basis, dumped at the north east corner ofquay - I waste dumping yard or any other locationswithin the yard as instructed by the engineer-inchargeincluding cost of all labour, cost of fuel &hire charges of tools & tackles, loadingequipments, JCB, trucks, lorries & other sundriesetc. complete.Tenderers have to submit proof of remittance of EMD in a separate sealed cover, which has to be keptoutside the cover containing the tender. The tenders of only those contractors who have submittedproof of remittance of EMD as above will be opened. Adjustment of EMD amount against anyamount payable to contractor by CSL will be accepted only on prior written approval of Chief GeneralManager (Tech).


All the tender documents (NIT, General Conditions of Contract, Special Conditions & TenderSchedule) are available on Cochin Shipyard’s website www.cochinshipyard.com. and also Govt.Website http://tenders.gov.in/department.asp. Tenderers can download the forms and use the same forsubmission of the tenders.Sd/-Senior Manager (Civil)


1CIVIL ENGINEERING DEPARTMENTNo. CIV/057/2013/SM(CE)IIName of work: Collecting, taking away and disposal of discarded mixed waste dumped atQuay-I waste dumping yard as instructed by the engineer-in-chargeSPECIAL CONDITIONS1. The conditions enumerated below are in addition to the General conditions ofcontract given in “Conditions of contract and instructions to Tenderers of CSL”and will have precedence over them.2. “General Conditions of Contract (GCC) and Instructions to Tenderers ” isavailable in the CSL website. The tenderer shall submit his tender documentincluding GCC. Although, it is permissible to submit the tender without the copyof GCC, while entering into agreement by the successful tenderer, the GCC shallbe duly signed by both the parties and form part of the agreement. As such, it isdeemed that the tenderer has made reference to the GCC in the website orotherwise, and has full knowledge of its contents, although it is not signed andattached with the tender.3. All corrigenda, addenda, amendments and clarifications to Tender Specificationswill be hosted in the website www.cochinshipyard.com and not in the newspaper.Bidders shall keep themselves updated with all such developments till the lastdate and time of submission of tender.4. The tender for the work will be based on Single Bid system. The tender has to besubmitted in two covers.4.1 Cover A:Cover A shall contain the following Certificates signed by the contractor(Annexure-I).1. “ I / WE COMPLY WITH ALL CONDITIONS OF TENDER BY CSL ANDCONFIRM THAT RATES QUOTED IN THE PRICE BID AREINCLUSIVE OF ALL TAXES AND DUTIES INCLUDING SERVICE TAXIF APPLICABLE. I / WE ALSO CONFIRM THAT COVER B (PRICEBID) DO NOT CONTAIN ANY CONDITIONS ”2. “ I / WE HAVE NOT MADE ANY PAYMENT OR ILLEGALGRATIFICATION TO ANY PERSON/AUTHORITY CONNECTEDWITH THE BID PROCESS SO AS TO INFLUENCE THE BID PROCESSAND HAVE NOT COMMITTED ANY OFFENCE UNDER THE PC ACTIN CONNECTION WITH THE BID.”


2Cover B:Financial /price bid - shall contain the rates and amount for each item of work.There shall not be any clause, added by the tenderers in the pricebid.4.2 The cover A & cover B shall then put together in another cover marked CoverC, which shall be sealed and superscribed with name of work, the address &Contact number of contractor.4.3 Cover C shall be opened at 14:30 hrs on 24-04-2013 at Civil EngineeringDepartment office. At first cover A containing EMD and certificates from thecontractor shall be opened.4.4 Price bid (cover B) of those tenders who have submitted EMD and undertakingthat Cover B do not contain any conditions shall only be opened on a laterdate after giving notice either by post / email/ telephonic information to thetenders.5. Late tenders and tenders with conditions will be summarily rejected.6. The acceptance of a tender will rest with SM (Civil) who does not bind himself toaccept the lowest tender and reserves to himself the authority to reject any or allof the tenders received without assigning any reason. CSL has the liberty tocancel the work without assigning any reason.7. The tenderer should keep open the validity of the tender normally for 60 daysfrom the date fixed for its opening. Should any tenderer withdraw his tenderbefore this period, or make any modifications in the terms and conditions of thetender, which are not acceptable to CSL, the earnest money deposited by thetenderers shall be forfeited.8. Rates shall be quoted both in figures and words. Rates quoted should beinclusive of all taxes and duties, including service tax if any, in accordance withthe tender schedule.9. The rate shall be inclusive of labour required for collecting, taking away anddisposing of discarded mixed industrial waste dumped at north east corner ofQuay-I waste dumping yard at any lead, loading, cost and hire charges of tools,tackles, lifting equipments and devices like JCB’s, transportation trucks/ lorriesand other vehicles, cost of fuels, other sundries etc.10. The tenderes are expected to inspect the site conditions and understand thenature of work before quoting for the work.11. An Earnest Money Deposit (EMD) of Rs.50,000/- should be furnished in the formof Demand Draft from a scheduled Bank drawn in favour of Cochin Shipyard Ltd.and should be submitted in a separate sealed cover . The tenders of only thosetenderers who have submitted proof of remittance of EMD & certificates atAnnexure-I as above will be opened.


312. EMD of the successful tenderer will be converted as security deposit after issue ofwork order, and the same will be retained until completion of the contract. Aftersuccessful completion of the contract the SD will be released to the contractor. Incase the contractor fails to take the scheduled quantity SD of the tenderer will beforfeited.13. CSL is having liberty to award the work to more than one contractors at a time atthe accepted rates of highest tenderer (H1). For awarding the work preference willbe given to the tenderers in the order of H2, H3, H4 etc. In this connection thetenderers other than the highest tenderer (H1) have freedom to retain the EMD upto the contract period. Those tenderers who have withdrawn the EMD will not begiven preference for the award of work.14. The tenderer should read the conditions thoroughly and understand the work in allrespects. Clarification if any may be obtained from the Senior Manager (CE)before the tender is submitted. No claim on any account will be admitted.15. The contractor has to follow safety, security and labour rules and regulations ( inforce during the period of contract) of CSL. Any violation of the same will attractpenal action.16. The volume of waste collected will be ascertained by measuring the volume ofloading compartment of the Lorry/ Truck.17. Sales tax at 5% ( it may vary as per prevailing rates) will be applicable for thepurchase in addition to the quoted rate.18. 50% of the quoted amount + 5%ST have to be remitted within 14 days ofacceptance of sale order and before commencement of work. Balance 50% + 5%ST to be remitted after 3 months of start of work or the quantum of wasteremoved will be assessed and the amount in credit shall be made equal to 50% ofthe total contract amount.19. The period of contract is Six Months from the date of issue of sale order orhanding over the site.20. The quantity given in the tender schedule is approximate and it may very based onactual requirement at site.21. Occupational Health, Safety & Environmental requirementsa) The contractor (or a sub-contractor performing work on behalf of thecontractor) is deemed to comply with the Occupational health, safety andenvironmental policy of the company and also to all operationalcontrols/standard operating procedures and shall undertake the work in total


4compliance with the requirements of the established Integrated ManagementSystem (IMS) of the company.b) The Contractor shall undertake the work in total compliance with allapplicable legal/statutory requirements related to occupational health, safetyand environment effective in the state of Kerala.c) It is the sole responsibility of the contractor to assure that any subcontractor/swho shall perform works in company lands/facilities/worksiteson behalf of the contractor, is also following all requirements related to theIntegrated Management System of the company and thehealth/safety/environmental Rules effective in the state.d) The contractor shall provide/implement and operate/practice alloccupational health, safety and environmental managementmeasures/facilities, for their period of contract, in their activities/at theirwork sites, which shall be required according to the IMS of the company orthat required by the health/safety/environmental Rules established andeffective in the state, at their own cost.e) If any contractor failed to comply with or violated any clauses/requirementsof occupational health, safety and environmental Rules effective in the state,in their activities or at work sites and the same shall be exposed to thegovernment or any competent authorities upon inspections, the contractorshall be solely responsible for all liabilities caused by his/her action andshall be responsible for paying the penalty and taking stipulated correctiveactions insisted by the authorities within the specified time, at their owncost. Any liability to the company in this regard needs to be compensated bythe contractor.f) Upon completion of the work, contractor shall clear the area and shall notleave any Occupational health/safety/environmental liabilities to thecompany, from their activities at the worksites.22. The contractor should arrange sufficient number of trucks, lorry, JCB’s, labours,tools tackles, lifting equipments etc. for collecting and taking away Industrialwaste as per CSL requirement.23. The waste shall be collected from the designated areas assigned by theengineer-in-charge. The road leading to the collecting spot should be kept freefrom any blockage due to wastes. Contractor is not allowed to dump or unloadthe waste anywhere in CSL premises.24. Contractor has to provide plastic / tarpaulin sheet covering over the lorrycompartment while transporting the waste so as to avoid slippage of waste. Incase if waste from lorry is spread on CSL roads, the contractor has to clean theroads to the satisfaction of engineer-in-charge.


525. Loading of waste shall be done from the designated locations only. Thewastes from the designated locations shall be cleaned on “as is where is”basis. The volume and number of trips will be ascertained by civil engg.department representative. Certification of the above person with date and timeshall be obtained for each lorry/ truck trip.26. The industrial wastes collected and disposed by the successful tenderer everymonth will be ascertained and if the performance of the contractor is notsatisfactorily the contract shall be cancelled at the discretion of engineer-in-chargeat any time within the contract period and in such case the EMD submitted by thetenderer will be forfeited.27. It is the responsibility of the contractor to dispose off all collected waste safelywithout causing any infringement to public health and satisfying all rules andnorms of Government, Pollution Control Board, local authorities, and all statutoryregulatory bodies etc. If any lapse happen from the part of the contractor CSL willnot be responsible.28. All labour, skilled or unskilled shall be provided by the contractor. Settling anydispute with the labour/ subcontractor will be contractor’s responsibility.29. CSL shall not be liable for, or in respect of, any damages or compensationpayable as per law in respect or in consequence of any accident or injury to anyworkmen or other person in the employment of the contractor or any subcontractor.The contractor shall indemnify and keep CSL indemnified against allsuch damages and compensation and against all claims, demands, proceedings,costs, charges and expenses whatsoever in respect thereof or in relation thereto.30. The contractor shall insure against such liability and shall continue such insuranceduring the whole of the time that any persons are employed by him on the works.Provided that, in respect of any persons employed by any sub-contractor, thecontractor’s obligations to insure as aforesaid under this sub-clause shall besatisfied if the sub-contractor shall have insured against the liability in respect ofsuch persons in such manner that CSL is indemnified under the policy, but thecontractor shall require such sub-contractor to produce before CSL, such policy ofinsurance and the receipt for the payment of current premium.31. The contractor shall report to the Engineer-in-Charge details of any accidents assoon as possible after its occurrence. In the case of any fatal or serious accident,the contractor shall in addition, notify the local police authorities immediately byavailable means.32. The tenderers shall have to sign in each page of the tender documents as atoken of his acceptance of the conditions stated therein.


633. <strong>Tenders</strong> duly filled shall be deposited in the Tender Box kept in the office of theSM (Civil), Cochin Shipyard Ltd. before the date and time as specified in theTender Notice.Signature,Name and address of the TendererDate:Sd/-Senior Manager (CE)


<strong>COCHIN</strong> <strong>SHIPYARD</strong> <strong>LIMITED</strong>KOCHI - 15CIVIL ENGINEERING DEPARTMENTNo.CIV/057/2013/SM(CE)IIName of work: Collecting, taking away and disposal of discarded mixed waste dumped at Quay-I waste dumping yard as instructed by the engineer-inchargeTENDER SCHEDULE(In both figures and words)Sl.No. Description of items Quantity Unit Rate per m 3 Total Amount for work1Collecting, loading, taking away and disposal of all discardedindustrial mixed waste on "as is where is" basis from north eastcorner of quay-I waste dumping yard or any other locations withinthe yard as instructed by the engineer-in-charge including cost ofall labour, cost of fuel & hire charges of tools & tackles, loadingequipments, trucks, lorries & other sundries etc. complete. Thework is to be carried out and completed as per the direction ofEngineer-in-charge. (The amount quoted along with ST has to beremitted to CSL by the tenderer)10,000 m 3 m 3 Sd/-Signature, Name and Address of ContractorDate:Senior Manager (CE)

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!