12.07.2015 Views

1 NOTICE INVITING TENDER SHIP REPAIR ... - Cochin Shipyard

1 NOTICE INVITING TENDER SHIP REPAIR ... - Cochin Shipyard

1 NOTICE INVITING TENDER SHIP REPAIR ... - Cochin Shipyard

SHOW MORE
SHOW LESS
  • No tags were found...

Create successful ePaper yourself

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

1Tel. No. 91 (484) 2361181 Extn.1476Fax No. 91 (484) 2383902E-Mail: sivakumar.a@cochinshipyard.comCOCHIN <strong>SHIP</strong>YARD LIMITED(A Government of India Enterprise)P.O. BAG NO.1653 - COCHIN 682 015 – INDIAwww.cochinshipyard.comSRP/SC/002/2012 04 July 2012<strong>NOTICE</strong> <strong>INVITING</strong> <strong>TENDER</strong><strong>SHIP</strong> <strong>REPAIR</strong> MATERIALS & PROJECT PLANNING DEPARTMENTSealed competitive tenders in the prescribed form are invited on behalf of <strong>Cochin</strong><strong>Shipyard</strong> Limited from Contractors having experience in organizing and executing blastingand painting works on ships in reputed shipyard & possessing required essential facilitiesincluding adequate blasters and painters:-Name of work: Rate contract for Surface Preparation &Painting of Ships in Ship repairdivision, CSL.Tender Number: SRP/SC/T/002/2012Earnest Money Deposit : Rs. 30,000/-Cost of tender document: Rs. 1050/-(Cost of tender documentRs. 1000/-+ST Rs. 50/-)Last date and time of issue of tender document : 16/07/2012; 1600 hrs.Last date and time of submission of Tenders : 20/07/2012; 1400 hrs.Date & time of opening of tenders received : 20/07/2012; 1500 hrs.Period of Contract: Two (2) years from the date of Work Order2. The tender document consists of terms & conditions (Annex. I), list of minimumequipments to be possessed by the contractor (Annex. II) and the rate format Annex. III (7pages) & Annex. IV (6 pages) can be downloaded from our website www.cochinshipyard.comor Govt. website http://tenders.gov.in/department.asp. Further particulars, if any, can beobtained from the office of the undersigned during office hours.3. The tenders should be submitted along with a demand draft for Rs.1050/- drawn infavour of <strong>Cochin</strong> <strong>Shipyard</strong> Limited, Kochi-15 payable at <strong>Cochin</strong> towards cost of tenderdocument and another demand draft for Rs.30,000/- drawn in favor of <strong>Cochin</strong> <strong>Shipyard</strong>


2Limited, Kochi-15 payable at <strong>Cochin</strong> towards EMD and a CD containing the price bid. Thisbeing a work contract, firms with SSI registration are also required to remit the Earnest MoneyDeposit. The EMD received from the unsuccessful tenderers will be refunded after the finalisationof the Contract.4. Both the demand drafts should be kept in a single cover superscribed ‘Cover-A’. Pricebid containing Annex 1, 2, 3 & 4 strictly in accordance with the tender schedule along with theCD containing the price bid should be kept in separate cover superscribed ‘Cover-B’. BothCover-A & Cover-B should be put in one single cover superscribed “TenderNumber:SRP/SC/T/002/2012 – Rate contract for Surface Preparation & Painting ofShips in Ship repair division, CSL”.5. The tenders shall be received in the following address:-THE ASSISTANT GENERAL MANAGER (SRM&PP)COCHIN <strong>SHIP</strong>YARD LIMITEDP.O. BAG NO.1653COCHIN 682 015KERALA-INDIAContact Ph: +91 484 2361181 Extn: 1504, 1231, Mob: 098957 051306. The tenders will be received at the office of undersigned till 14:00 Hrs, 20 July 12. Thetenders shall be opened at 15:00 Hrs on 20 July 12 at the office of undersigned in thepresence of tenderers who wish to be present at that time.7. Tenders received after the due date and time shall not be considered. The delay due topostal/courier services, etc shall not be considered.For <strong>Cochin</strong> <strong>Shipyard</strong> Limited,Sd/-ASST. GENERAL MANAGER (SRM & PP)


COCHIN <strong>SHIP</strong>YARD LTDANNEXURE-IRATE CONTRACT FOR SURFACE PREPARATION & PAINTING OF <strong>SHIP</strong>S IN<strong>SHIP</strong> <strong>REPAIR</strong> DIVISION, CSL.TERMS & CONDITIONS:1. The tenderers should have a minimum of 2 (two) years experience in organizingand executing similar works efficiently in a reputed shipyard, for marine application.CSL shall have the discretion to relax on the minimum qualification for potentialtenderer considering the nature of work executed by them. The tenderer should providedocuments in support of their track records. The tenders without enclosing trackrecords will be disqualified.2. The tenderer should possess essential facilities as specified in Annexure- II.3. CSL being an IMS certified company, the tenderers have to ensure all proceduralrequirement for compliance.4. Period of contract will be for 2 (two) years from the date of work order, butextendable up to a further period of 6 (six) months, at the discretion of <strong>Cochin</strong> <strong>Shipyard</strong>Ltd. and without any changes in contract terms and conditions.5. The work has to be arranged round the clock including sundays and closedholidays on short notice to meet CSL schedule of work and as directed by the CSLEngineers-in-charge of the work without any extra cost and claims.6. The work is to be executed in CSL Docks, alongside quays or anywhere in Dock/Quay premises using the available facilities. The tenderers should have a clearknowledge of such facilities.7. The contractor will have to ensure smooth progress and timely completion of theitems of work ordered by CSL on each occasion, as per instructions/ guidance of theconcerned Engineers of CSL.8. It is clarified that contractors cannot go for arbitration for any disputes arising outof the agreement related to this sub-contract work. All questions, disputes, difference ordifferences arising under, out of, or in connection with the contract shall be subject toIndian laws in force and at the exclusive jurisdiction of the courts at Kochi.1


9. CSL reserves the right to award the work to more than one contractor at a time infull or part, either under Category-I or under Category-II on need basis. CSL also shallhave the right not to operate either of the Category I or Category II, full or part atdiscretion without assigning any reasons.10. The rates quoted for the work is valid and firm for the entire period of contract.11. Proper covering shall be provided for items such as port holes, windows, windowglasses, machinery, cables, equipments, etc. by the contractor to avoid damage due toblasting material, dust, paint, water, etc. during blasting, washing and paintingoperations. In case of any damage to the above items, the contractor shall replace theitems at his cost. Failure to replace the items shall attract penal recovery from the bills.12. The contractor shall report completion of washing/ blasting/ painting worksimmediately on completion of each work to the charging Engineer/ supervisor-in-charge.13. Removal of the copper slag/ steel grit used for blasting and also the other wastematerial such as scales/debris generated as a result of his work accumulatedonboard/dock floor/ dock sides/ walkways/ drains etc., and cleaning the area, shall beas part of the surface preparation and painting and no extra payment will be made forthe same. If any lapse on the removal of the above items is noticed, penal recovery willbe effected from the bills. Contractors shall remove bulk of the blasted copper slag/steel grit within 12 hours of deck blasting; failing which suitable penalty will be imposedon the contractor.14. Travelling stage, self elevating platform dock gate, dock gallery, stairwaysincluding staging etc to be properly cleaned/ washed after each shift of blasting.15. Copper slag/ steel grit to be removed from deck/ tanks by grit/ debris recovery unitafter each shift. Recovery unit to be arranged by contractor at his cost16. The contractor shall be responsible for mixing the paints in correct proportion asrecommended by the paint manufacturers. In case of any lost quantity of paint due toimproper mixing, careless handling, spill over of paint, etc. the actual landed cost ofpaint plus 15% CSL overhead charges shall be recovered from the contractors’ bills.17. The tenderer shall quote rates for the execution of each item of operationspecified in the rate format. CSL reserves the right to decide to do any or all of the items2


of operation on each occasion, depending upon the actual requirement.18. The contractor will be fully responsible for the safety of all the persons engagedby him and shall strictly observe all the necessary safety precautions and regulationsapplicable to the particular type of work. The contractor will have to arrange forinsurance coverage for the personnel employed by him for carrying out the work: Thecontractor has to comply all safety regulations detailed in CSL safety manual.19. Required PPEs including blasting helmet, apron etc for the workmen are to bearranged by the contractor and are to be worn by all workmen and supervisors. Suitablepenalty will be imposed on the contractor, without notice, in case of violation of CSLsafety rules.20. All electrical tools shall be with fiber body and are to be tested and certified by ourU & M department periodically as per CSL norms. All blasting gears to be tested as perCSL safety norms.21. CSL will not be responsible for any injury or illness to the contractor's workmen/other personnel during execution of the work. In this regard, contractor will have to fullyindemnify CSL against any claim made by his workmen/ other personnel.22. The upper age limit of all workers and supervisors employed by the contractorand those contractors who do or supervise the job themselves shall be 60 years.23. Any loss/ damage sustained by CSL on account of any negligent act of theworkmen provided by the contractor will be fully recoverable from the contractor.24. The contractor will have to abide by various labour laws & regulations likeContract Labour (Regulation & Abolition) Act 1970 (Act No. 37), Contract Labour(Regulation & Abolition) Central Rule -1971, Kerala Contract Labour (Regulation andAbolition) Rules -1974 and subsequent Amendment, Factories and Boilers Act, Factoryrules and PF Act etc. The contractor should posses the License from the LicensingOfficer, the Asst. Labour Commissioner (Central), Ernakulam under the said Act beforeexecuting the work.25. Execution of any extra item of operation, beyond the items covered in thecontract, is to be undertaken by him only on the basis of clear and specific (written)order issued by CSL, including the applicable rates to be paid.3


26. During the pendency of this proposed contract, CSL shall review the performanceof the contractor in respect of capacity, response, safety and quality parameters. Thecontract is liable to be cancelled if the performance is not improved to a satisfactorylevel even after 2 to 3 months of awarding the contract. CSL shall reserve the right toterminate the contract forthwith by issuing three (3) days notice to the contractor, shouldhe fail in the actual performance to adhere to the agreed terms and conditions of thecontract.27. It should clearly be understood that during the pendency of this proposedcontract, the contractor will not be eligible for any increase in rates.28. Copper slag/ Steel grit blasting shall start only after getting clearance in writingfrom ship staff for proper covering of openings and equipments.29. Contractor shall take special care to protect high cost items like ICCP anodes/transducers etc. while blasting & painting of under water hull. The surface of anodesshould be covered with grease/ soft soap before commencement of painting and thesame should be removed, after painting, by the contractor. Contractor should arrange toplug all the outlet pipes with wooden plugs to prevent the flow of water on hull surfaceduring painting.30. Fittings of spouts are to be completed within 24 hours after docking the vessel.31. Used copper slag/ steel grit shall be collected and dumped in the area specifiedfor it. Suitable penalty will be imposed in case copper slag/ steel grit is dumped intobackwaters or any other areas.32. Tenderer should submit a list of equipments and tools possessed by him andproof for his past experience in this field in a reputed shipyard. Minimum essentialrequired equipments are listed in Annexure II and the Tenderers are to specify whetherthey own the same or not.33. CSL reserves the right to accept or reject any or all of the quotations received,without assigning any reason.34. The Scope of work shall contain two categories:-Category – I : - Undertaking job with CSL supplied facilities / materials /consumables as listed below.4


Category – II : - Undertaking job on turnkey basis including supply ofequipments, materials, consumables, etc.a). Category - Ii. Following facilities/ materials will be provided by CSL, free of cost :-a) Supply of necessary electric power, general lighting, compressed air asavailable, fresh water and copper slag/ steel grit. Hull exterior flat bottomof bigger vessels shall be provided with sufficient number of flood lightsby the blasting and painting contractor with CSL supplied light fittings inorder to have clear visibility of the prepared/ painted area.b) The required paints & thinners will be issued from CSL/ Ship store.Transportation should be arranged by the contractor. Balance paint &thinner if any, shall be returned to CSL/Ship store immediately oncompletion of the work.c) Other existing facilities such as cranes, forklifts, travelling stages/conventional stages, high pressure washing machine with accessorieswill be made available by CSL, free of cost, as the case may be wherevernecessary. Equipments issued from CSL sub-stores, will have to becollected and returned (after use) by the contractor after proper cleaning.d) General lighting will be provided by CSL. Contractor shall makenecessary arrangements for local lighting required for the work.e) For works inside the holds/tanks, exhaust fans will be supplied by CSLfree of cost subject to availability. The contractor has to make necessaryarrangements to position the exhaust fans at required locations.ii. Canvas hoses for washing, tarpaulins for covering blasted area and coveringcopper slag/ steel grit etc., shall be arranged by the contractor at his cost.iii. The contractor has to collect copper slag/ steel grit from CSL stores and returnthe balance quantity to the stores. The contractor at his own cost shall arrangedrying and sieving of above items, if required.iv. The quantity of blasting material i.e., (Copper slag/ steel grit) supplied by CSL,required for the surface preparation will be as per theoretical estimate fixed by5


). Category – IIi. Following facilities/ materials will be provided by CSL, free of cost:-a) Electric power, Water, Paint, thinner for painting and Mobile platform/Scaffolding. Covered area for storage of copper slag/ steel grit, requiredfor two months use.ii. Facilities/ materials/ equipments/ tools & tackles/ consumables other thanmentioned in (i). (a). above shall be arranged by the contractor at his cost..35. Regarding the lump sum rates for items such as painting of anchor chain etc., theamount to be paid will be subject to the percentage of work done jointly assessed by theEngineer-in-charge and the contractor.36. Failure on the part of contractor in not complying with any of the contractualobligation including delays/ non completion of work as per the schedule of repair shalllead to penal action and alternative arrangements will be made by CSL, to get the workcompleted through other agencies. All additional expenditure incurred by CSL on thisaccount will be to the account of the contractor and shall be adjusted from any amountdue to the contractor including security deposit.37. The tenderer shall duly sign the tender documents and clearly indicate his/ theirlocal contact address including telephone numbers in his/ their tender.38. Contractor shall provide single point contact either contractor or supervisor havingminimum qualification of diploma.39. 10% of the bill amount will be retained as interest free Security Deposit (includingEMD) to maximum of Rs. 7.5 Lakhs (Rupees Seven Lakhs Fifty Thousand only), andwill be released after one month from the date of expiry of the contract. Contractors arealso permitted to furnish Bank guarantee for the same amount from any nationalizedBank in lieu of security deposit, which shall be valid till one month after the expiry of thecontract.**********7


ANNEXURE – IICOCHIN <strong>SHIP</strong>YARD LTDLIST OF MINIMUM EQUIPMENTS TO BE POSSESSED BY THE CONTRACTOR FORCATEGORY 11. BLASTING HOPPERS WITH VALID : 12 Nos.PRESSURE TEST CERTIFICATE (10 Kg/cm 2 )2. BLASTING HOSES 1 ¼“ DIA : 600 Mtr.3. BLASTING WHIP 1” DIA : 60 Mtr.4. WATER TRAPS : 12 Nos.5. POWER DISCS : 5 Nos.6. POWER BRUSHES : 5 Nos.7. AIRLESS SPRAY PAINTING MACHINE : 5 Nos.WITH ACCESSORIES8. PAINT STIRRERS : 5 Nos.9. GRIT/DEBRIES RECOVERY UNIT : 3 Nos.10. BLASTING & PAINTING-PERSONAL : AS REQUIRED FOR PERSONNELPROTECTIVESAFETY.11. PNEUMATIC HOSES FOR HOPPER : 600 Mtr.12. 230V DISTRIBUTION BOARDS WITH ELCB : 10 Nos.13. FLOOD LIGHTS/HAND LAMPS : 10 Nos Each.14. AIR HOSE FOR PAINTING MACHINES : 300 Mtr.15. HAND TOOLS SHALL INCLUDE A MINIMUM OFa. BALL HAMMERS : 6 Nos.b. CHIPPING HAMMERS : 12 Nos.c. SCRAPERS – SHORT HANDLE : 20 Nos.d. SCRAPERS – LONG HANDLE : 20 Nos.e. WIRE BRUSH : 25 Nos.f. GOGGLES : 25 Nos.16. IN ADDITION TO THE ABOVE, FOR CATEGORY – II, CONTRACTOR IS REQUIRED TO LISTOUT EQUIPMENTS SUCH AS AIR-COMPRESSOR, HIGH PRESSURE WASHING MACHINEAND OTHER ACCESSORIES IN HIS POSSESSION/ WHICH HE CAN MOBILIZE.

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

Saved successfully!

Ooh no, something went wrong!