COCHIN SHIPYARD LIMITED · (i) PFSO office building. (ii) CISF barrack building. and removal of the...
Transcript of COCHIN SHIPYARD LIMITED · (i) PFSO office building. (ii) CISF barrack building. and removal of the...
0
Tender for
SALE, DEMOLISHING AND REMOVAL OF PFSO AND CISF
BARRACK BUILDING
Tender No. CIV/029/2019/DGM (CE) dt. 11.03.2020
COCHIN SHIPYARD LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
P.O. BAG NO.1653 COCHIN-682 015 INDIA
Tel. No. +91(484) 2501216/2501402/2501737
Fax No. +91(484) 2370897/373902
E– Mail: [email protected]
Web: www.cochinshipyard.com
1
CONTENTS
1. NOTICE INVITING TENDER CUM AUTION
2. SPECIAL CONDITIONS
3. DRAWINGS
4. AREA STATEMENT
5. UNDERTAKINGS BY CONTRACTOR
6. ANNEXURES I TO III
7. DETAILS OF BIDDER
8. SALE PRICE BID
2
No. CIV/029/2019/DGM(CE) Date:11/03/2020
NOTICE INVITING TENDER CUM AUCTION
Sealed competitive tenders in the prescribed forms are invited on behalf of Cochin
Shipyard Limited from experienced bidders for the under mentioned work so as to
reach the undersigned on or before the date and time mentioned below:
Name of work : Sale, demolition and removal of PFSO
and CISF barrack building.
Minimum reserved price (Upset price) : ` 9,60,767/-
Earnest money to be deposited : ` 50,000/-
Cost of tender form : `560/-(Inclusive of 12% GST)
(Those who download the tender form from
website also will be required to remit the cost
along with the tender documents in the form
of DD in favour of Cochin Shipyard Ltd.)
Last date & time of issue of tender forms : 25/03/2020 upto 15.00 hrs.
Last date and time of receipt of tender : 26/03/2020 upto 15.00 hrs.
Date and time of opening of tender : 26/03/2020 at 15.30 hrs.
Date and time of Auction : 26/03/2020 at 15.45 hrs
Time of completion of work : 45 days
Short description of work : Work involves the dismantling, demolition and removal of following buildings;
(i) PFSO office building.
(ii) CISF barrack building.
and removal of the dismantled materials/debris
from the site.
The tender for the work is TENDER CUM AUCTION.
Those intended to participate in the tender cum auction, should submit their offers with
valid Earnest Money Deposit (EMD) along with signed tender conditions on or before
the due date and time of tender.
COCHIN SHIPYARD LIMITED (A Government of India Enterprise)
P.O. BAG NO.1653 COCHIN-682 015 INDIA
Tel. No. +91(484) 2501216/2501402/2501737
Fax No. +91(484) 2370897/373902
E– Mail: [email protected]
Web: www.cochinshipyard.com
3
Those who intend to participate in the auction, without submitting their offer in the
tender price bid, can also take part in the auction after submitting the EMD and signed
tender conditions before the due date and time of receipt of tender.
The offers of those tenders without EMD will not be accepted.
Entry pass to visit the site would be issued only on providing a valid Identity card. The
price bids of the tenders received will be opened immediately after the auction.
The sale order will be awarded individually for each part of work on the basis of the
highest rate arrived in the tender or auction
The amount quoted in tender and auction should be lump sum for the complete sale
excluding GST. Price bid with any clauses like reimbursement of taxes etc or any other
conditions added by the tenderer other than rates and amounts will be summarily
rejected.
The tender documents can be obtained from the office of the undersigned during office
hours till the last date and time of issue of Tenders. All the tender documents (NIT,
General conditions of contract, special conditions, Tender drawing and Tender
schedule) are available on Cochin Shipyard’s website www.cochinshipyard.com and
Govt. Website http://tenders.gov.in. Tenderers can download the forms and use the
same for submission of the tenders.
Sd/-
Deputy General Manager (CE)
4
Signature of Contractor
CIVIL ENGINEERING DEPARTMENT
No. CIV/029/2019/DGM(CE)
SPECIAL CONDITIONS
Name of work: - SALE, DEMOLITION AND REMOVAL OF PFSO AND CISF
BARRACK BUILDING
1. Conditions of Sale and instructions to contractor prevailing in CSL will be
applicable to this sale, tender cum auction also unless otherwise mentioned.
However these Special Conditions will have precedence over the Conditions of
Sale.
2. “Conditions of Sale (CS)” is available in the CSL website. The tenderer shall
submit his tender document including CS. Although, it is permissible to submit
the tender without the copy of CS, while entering into agreement by the
successful tenderer, the CS shall be duly signed by both the parties and form
part of the agreement. As such, it is deemed that the tenderer has made reference
to the CS in the website or otherwise, and has full knowledge of its contents,
although it is not signed and attached with the tender.
3. In the Conditions of Sale, DGM (Mat) should be read as DGM (CE).
4. Throughout these bidding documents, the terms “bid” and “tender” and their
derivatives (“bidder / tenderer”, “bid /tender”, “bidding / tendering”, etc.) are
synonymous, and day means calendar day. Singular also means plural.
5. The bidder shall not be put on holiday by CSL or blacklisted by any Govt.
Department/ Public Sector Undertaking etc.
6. All corrigenda, addenda, amendments and clarifications to Tender Specifications
will be hosted in the website www.cochinshipyard.com and not in the
newspaper. Bidders shall keep themselves updated with all such information till
the last date and time of submission of tender.
7. The tenderers shall have to sign in each page of the tender documents with
official stamp as a token of his acceptance of the conditions stated therein.
5
Signature of Contractor
8. The officer auctioning/opening the tenders may also announce any new
conditions of auction/tender, before commencement of auction/opening of the
tenders, which will be binding on the Tenderers/Auctioneers.
9. Late tenders, tenders with conditions and conditional escalations/markups will
be summarily rejected.
10. The tender for this sale will be TENDER cum AUCTION.
11. Those intended to participate in the tender cum auction should submit their
offers with an Earnest Money Deposit of Rs.50,000/- along with duly signed
tender conditions on or before 3.00PM on 26/03/2020. The offers of those
tenders without EMD will not be accepted. Those who intend to participate in
the auction, without submitting their offer in the tender price bid, can also take
part in the auction after submitting the EMD and signed tender conditions before
the due date and time of tender.
12. Tenderers or their authorized representative only shall be permitted to attend the
auction/tender opening.
13. The tender for the work is based on single bid system. The tender has to be
submitted in two covers.
13.1 COVER A:
Cover A shall contain the following
a) Signed tender documents.
b) EMD for Rs.50,000/- in the form of DD/FDR drawn in favour of Cochin
Shipyard Limited
c) Cost of tender form of Rs.560/-(Rupees Five hundred and sixty only), if it is
downloaded from the website, in the form of DD drawn in favour of Cochin
Shipyard Limited.
d) The following Certificate signed by the contractor.
I/WE HAVE READ THE TENDER-CUM-AUCTION
CONDITIONS AND UNDERSTOOD THEM. I/WE HAVE VISITED
THE SITE AND INSPECTED THE BUILDINGS DETAILED IN THE
SCHEDULE AND SATISFIED MYSELF OF THE QUALITY OF
6
Signature of Contractor
MATERIAL AND UNDERSTOOD THE LOCALITY AND TERRAIN
FOR WHICH I/WE INTEND TO PARTICIPATE IN THIS TENDER-
CUM-AUCTION AND I/WE HEREBY AGREE TO ABIDE BY ALL
THE TERMS AND CONDITIONS AND IN CASE ANY LOSS
OCCURRED TO CSL DUE TO ANY FAILURE IN OBSERVING THE
CONDITIONS IN THE TENDER / AGREEMENT BY US /ME, SUCH
LOSS CAN BE RECOVERED FROM ME/US.
“I/WE HAVE NOT MADE ANY PAYMENT OR ILLEGAL
GRATIFICATION TO ANY PERSON/AUTHORITY CONNECTED
WITH THE BID PROCESS SO AS TO INFLUENCE THE BID
PROCESS AND HAVE NOT COMMITTED ANY OFFENCE UNDER
THE PC ACT IN CONNECTION WITH THE BID.”
13.2 COVER B:
Financial / price bid - Cover B shall contain the Lump sum sale amount for
the whole work excluding GST. There shall not be any clause, added by the
tenderers in the price bid.
13.3 The cover A & cover B shall then be put together in another cover marked
Cover C, which shall be sealed and super scribed with name of work, the
address & Contact No. of contractor.
13.4 Cover C shall be opened at 15:30 hrs on 26/03/2020 at the tender opening
room near to north gate information Centre located at Ravipuram gate. At
first Cover “A” containing signed tender documents and EMD shall be
opened. In case the earnest money is not deposited or is not in order, the
tender shall be returned to the tenderer unopened either on the spot, if the
tenderer is present or later by post. Only a mention to this effect shall be
made in the tender opening register.
13.5 After opening of cover A, auction will be conducted. Those bidders without
EMD and duly signed Tender document will not be allowed to take part in
the auction. Government approved Photo identity proof of the person taking
part in the auction is compulsory. Auction will commence from minimum
7
Signature of Contractor
reserve price and minimum amount of increase in bidding in the auction will
be in multiples of Rs.500/- above the minimum reserve price. At the end of
the auction, the bidder in whose name the auction would be knocked down
has to sign in the Auction Register as token of acceptance of the bid.
13.6 After successful completion of auction, Price bid (cover B) of those tenders
who have submitted EMD shall be opened.
13.7 After opening the tender, if the highest rate in the price bid is found to be
more than the highest auction price, then the price bid rate will be considered
for acceptance of the offer, and if price bid rate is less than the auction price,
then auction price will be considered for acceptance of the offer.
13.8 The successful tenderer will be decided individually for each part of work on
the basis of the highest rate arrived in the tender or auction.
13.9 In case the amount quoted in the tender (price bid) and auction is equal, then
auction shall be conducted once again to arrive at the highest amount.
13.10 If equal acceptable amounts are offered by more than one tenderer in the
tender (price bid), the matter will be decided by drawing the lots, in the
presence of such tenderers. The decision of DGM (Civil) regarding the
successful purchaser shall be final and binding.
13.11 The successful bidder should specify the PAN No. allotted to him from the
Income Tax Department.
14. The acceptance of a tender will rest with competent authority who does not bind
himself to accept the highest tender and reserves to himself the authority to
reject any or all of the tenders received without assigning any reason.
15. The successful “Tenderer/Bidder”, thereinafter referred to as “Purchaser” shall
be given an order of confirmation within a reasonable time from the date of
conducting auction and opening of tenders. The order of confirmation will be
dispatched by registered post with acknowledgement due to the address
furnished by the purchaser. If the confirmation orders are received back un-
served or undelivered it will be deemed that such orders have been served on the
Purchaser. Hence, the Purchaser shall furnish his correct postal address for
8
Signature of Contractor
dispatch of communication at the time of Tender/Auction. The confirmation
orders will also be sent by email to the email address if furnished by the
Purchaser.
16. The successful tenderers/bidders have to remit 75% of the full sale value plus
GST as applicable as cash/DD in favour of DGM (Fin), CSL, within 7 days from
the date of issue of sale order.
Permission for demolition will be given only after remitting the amount. If the
successful tenderer fails to remit the part value as above within 14 days from the
date of issue of sale order, then the tender will be cancelled, after forfeiting the
EMD and debarring the defaulted tenderer, without any further notice.
17. Balance amount to make up for 25% of the full sale value plus GST as
applicable, is to be remitted as cash/DD in favour of DGM (Fin), CSL, within 14
days from the date of handing over of the site. If the successful tenderer fails to
remit the balance part value as above within 21 days from the date of handing
over of site, then the tender will be cancelled, after forfeiting the EMD and
debarring the defaulted tenderer, without any further notice.
18. EMD amount of successful H1 tenderer will be considered as security deposit,
which will be released only after completion of entire scope of work.
19. In the event of the tenderer, after the issue of Sale Order by CSL, failing /
refusing to remit amount quoted by the tenderer and the security deposit within
the specified time period mentioned above, then the tenderer shall be deemed to
have abandoned the contract and such an act shall amount to and be construed as
the contractors calculated and the wilful breach of the contract, the cost and
consequence of which shall be to the sole account of the tenderer and upon such
an event CSL shall have full right to claim damages therefore either together
with or in addition to the forfeiture of Earnest Money Deposit submitted by the
tenderer and to ban the tenderer from all future tenders in CSL.
20. If the contractor abandons the works mentioned in the Sale Order or fails to
commence the work in time or suspend the work for long duration (15 days) or
delay the progress of the project without valid reasons acceptable to CSL or
9
Signature of Contractor
labour dispute with their workers or poor safety records etc CSL will terminate
the contract and arrange the work at the risk and cost of the contractor. In such
case EMD, amount remitted by the tenderer will be forfeited and the tenderer
will be banned from all future tenders in CSL.
21. The normal working time of CSL is from 8.15 A.M. to 5.00 P.M on all
weekdays and Saturdays with half an hour interval from 12.15 noon to 12.45
P.M. All Sundays, second Saturday and fourth Saturday are holidays. If the
Contractor wishes to carry out the work beyond the normal working hours and
on holidays, he should get specific approval from the Engineer-in-Charge for the
same. Necessary supervision will be arranged by the Department.
22. The tenderer should keep open the validity of the tender normally for 90 days
from the date fixed for its opening/auction. However, it is also obligatory for the
tenderer to keep the validity open for another 60 days for which request in
writing/fax by the DGM (Civil), before the expiry of the original validity, would
be intimated. The receipt of the intimation of the DGM (Civil) should be
acknowledged. Should any tenderer withdraw his tender before these periods, or
makes any modifications in the terms and conditions of the tender which are not
acceptable to CSL, the earnest money deposited by the tenderers shall be
forfeited.
23. Lump sum Amount shall be quoted both in Figures and Words. In case of
difference between the amounts given in figures and that given in words in any
tender, the highest amount of the two shall be taken as final.
24. It will be mandatory for the bidders to indicate their bank account numbers and
other relevant E-payment details so that payments could be made through
ECS/EFT mechanism instead of payment through cheques, wherever feasible.
The Electronic Payment Mandate Form is placed at Annexure II. This has to be
duly filled along with a cancelled cheque to be submitted with the tender.
25. The tenderer for the sale, demolition and removal of buildings is expected to
inspect the site before quoting for which necessary help will be rendered by the
officer-in-charge of CSL. Clarifications, if any may be obtained from the DGM
10
Signature of Contractor
(Civil) before the tender is submitted, and if clarifications/details are not
obtained before the tender is submitted, no claim on this account will be
admitted.
26. The contractor is expected to acquaint himself with the site conditions, labour
situation, wage and benefits applicable to laborers, working hours, out turn of
work by labour and the fluctuations which are likely to happen till the work is
completed on all the above aspects prior to quoting the rates. The submission of
a tender by tenderer implies that he has made himself aware of all the above
situations and conditions. Any extra claim on this account will not be
entertained.
27. The successful tenderer will be required to execute an agreement within 7 days
of issue of Sale Order at his expense on proper value Kerala State Stamp Paper
in the prescribed departmental format.
28. The contract shall come into effect on the date of signature of both the parties on
the contract (effective date) and shall remain valid until the completion of the
obligation of the parties under the contract. The deliveries, supplies and
performance of the service shall commence from the effective date of the
contract.
29. EMD of unsuccessful bidders will be released on issue and acceptance of the
Sale Order and remittance of the full bid amount by the successful bidder (H1
bidder) or after expiry of 3 months whichever is earlier.
30. The EMD of the successful bidder will be released only after the successful
completion of work certified by the Engineer in charge.
31. The contractor should comply with the provisions of ‘Construction and
Demolition Waste Management Rules, 2016’ including while
reusing/disposing/recycling the demolition debris.
32. The contractor should do orderly deconstruction. Deconstruction involves
carefully taking apart portions of buildings or removing their contents with the
primary goal of being reused. It can be as simple as stripping out cabinetry,
fixtures, and windows, or manually taking apart the building frame etc.
11
Signature of Contractor
33. The contractor shall submit a detailed methodology of deconstruction process
before starting the work.
34. Large structural members shall not be thrown or dropped from the building, but
carefully lowered by adopting suitable safe method.
35. The contractor shall ensure that other waste (such as solid waste) does not get
mixed with this waste and is stored and disposed separately.
36. The contractor has to dismantle the asbestos sheets/ roof tiles carefully, stack
separately at a designated location in site as directed by the Engineer-in-charge
without causing any damage to the asbestos sheets/ roof tiles. Asbestos sheets
are not included for sale in this tender. It shall be disposed by Cochin Shipyard
Limited separately.
37. While carrying out section wise demolitions, the materials after dismantling
should be neatly stacked on raised platforms or container skips inside the
compound before being transported outside of Shipyard premises. These
materials should be covered or the top surface should be kept wet to avoid
particulate matter like dust, sand, etc.
38. Barricades and warning signboards should be erected at the identified locations
in English and vernacular language throughout the length and breadth of a
building or other construction work to be demolished to prevent unauthorized
persons from entering into the during demolition operations. The waste shall be
segregated at source into different heaps for reuse & disposal as per the
directions of the Engineer - in- charge.
39. The contractor should provide the Personnel Protective Equipments (PPE) such
as helmets, safety shoes, gloves, masks, reflective jackets etc. to the workers
working at site and in the waste management area.
40. The contractor will maintain records of waste generation, storage, reuse and
disposal.
41. Necessary out pass for taking out the dismantled materials will be issued by
CSL. Issue of Out-pass will be restricted based on the stage wise progress of
work. The contractor is required to provide necessary “Undertaking” regarding
12
Signature of Contractor
the reuse/ recycle/ disposal of the demolition wastes while seeking permission
for the Out-pass. Contractor is not permitted to transport any of the dismantled
items/debris from the premises of CSL without the prior consent/out pass issued
from the Engineer-in-charge.
42. All demolition and dismantling is to be done up to the existing plinth level of
buildings only. All debris above existing plinth level are to be removed as per
the direction of the Engineer - in- charge.
43. The contractor shall at his/her own cost bring all necessary machinery and
equipments such as JCB, Tipper, excavators, concrete cutting machine, wood
cutting machine etc. required for the smooth execution of work. The
driver/operator of the machinery and equipments should have valid operating/
driving license. Vehicles operating inside the site should have valid pollution
clearance certificate. Use of low noise and dust-suppressed equipment etc.
should be preferred by the contractor.
44. The following services will be issued free of cost depending on availability.
Contractor has to make his own arrangements to avail the same at his risk and
subject to satisfying statutory rules and regulations if any.
a) Water
b) Electricity
45. The purchaser shall abide by the CSL safety, security and labour regulations in
vogue and as amended from time to time during the course of contract
46. All electrical equipments and Welding Sets used for the execution of work shall
be provided with ELCB and Safety Relay. Also flashback arrester is to be
provided in all cutting torches.
47. The contractor shall not construct any structure, even of temporary nature, for
any purpose at site, except with the written permission of the Engineer-in-
Charge of the work and any construction so put up shall be removed by the
contractor whenever the Engineer-in- Charge calls upon the contractor to do so.
48. CSL would have the liberty to take to custody/dispose off any item left out
beyond the completion period without any further notice and any expenditure
13
Signature of Contractor
incurred towards the same will be at the risk and cost of the purchaser’s. The
decision of DGM (Civil), to the effect will be final and no claim whatsoever by
the purchaser shall be entertained.
49. In the event of Force Majeure situation which are beyond the control of
contractor/CSL which affect the execution of the work or the contractor’s
obligations in whole or part, the contractor is entitled to claim proportionate
extension of contract period. Force Majeure includes
a) Situations like war, act of foreign enemies, rebellion, terrorism, riot,
strike or lockout. Natural catastrophes such as earth quake, hurricane or
volcanic activity etc.
b) Storm, to the extent that it could not reasonably have been expected to
occur at the place, at the time of year.
c) Epidemic, famine.
d) Strike, hartal or boycott interrupting supplies and services to the site.
e) Any other event or circumstances of nature analogues to any of the above
or an act of God.
50. If the contractor suffers delay in due execution of the contractual obligation due
to delays caused by force majeure as defined above, the agreed time of
completion of the job covered by this contract or the obligations of the
contractor shall be extended by a period of time equal to period of delay,
provided that on the occurrence of any such contingency, the contractor
immediately should report in writing to CSL. A hindrance register shall be
maintained by CSL in which the hindrances due to force majeure and hindrances
attributable to CSL shall be recorded and signed by both parties. The hindrance
so recorded will be regularized in accordance with the Contract provisions. The
contractor shall resume performance of its obligations under this Contract as
soon as possible after the Force Majeure Event no longer exists. During the
period of Force Majeure CSL shall not be responsible for any cost resulting from
a Force Majeure Event.
14
Signature of Contractor
51. Extension of Time will not be allowed for reasons which are attributable to the
Contractor. A History register & Hindrance register will be maintained by CSL.
Any hindrance in the work which leads to delay in completing the work has to
be recorded in the register and duly signed by the contractor and Engineer-in-
charge. Likewise the stoppage and resumption of work shall also be recorded
and duly signed by both the parties.
52. The successful bidder (contractor) shall not subcontract, transfer or assign the
work to any other Agency nor shall transfers be made by the 'Power of Attorney'
authorizing others to carry out the work or receive payment on behalf of the
Contractor. In case any specialized part of the works is subcontracted, after
getting written approval of CSL, the liabilities of those works shall also lie with
the principal Contractor.
53. The workers engaged for the subject work shall be not less than 18 and not more
than 60 years of age.
54. All labour, skilled or unskilled shall be provided by the contractor. Settling any
dispute with the labour/ subcontractor will be contractor’s responsibility. CSL
will not consider any consequential compensation or amendments on the
contract. The workers engaged for works should have sufficient knowledge and
experience in the respective fields. This shall be proved to the Engineer-in-
charge.
55. The contractor is required to comply with the provisions of the rule in force
(amended from time to time) regarding entry/exit of contractor’s workmen,
vehicles and materials.
56. The work shall be carried out without damaging any of the existing structures,
structures under construction in the locality, existing fixtures, electric fittings,
cables, roads, pipelines etc. and with least hindrance to adjoining
offices/buildings. Any damages caused in the course of execution including lack
of safety shall be got rectified at the risk and cost of the contractor.
57. All Safety measures prescribed in the CSL safety manual shall be strictly
adhered during execution of work. Copy of the same is available in the Office of
15
Signature of Contractor
DGM (Civil) and the same may be referred before quoting the rates. In the event
of any accident, it should be promptly reported by the Contractor to the Engineer
in charge.
58. A procedure of work may be submitted to the DGM (Civil) before the
commencement of the demolition.
59. It is the responsibility of the contractor to follow all safety, security and labour
rules enforced in CSL during the currency of contract and any violation of the
same during the course of work will be at the risk and cost of the contractor and
will attract penal action. Action for debarring the contractor also will be taken as
decided by the safety department of CSL in case of repeated violation. Any
accident caused due to safety violation and any damage to the company
property, suitable penalty will be imposed by CSL including termination of
contract if required.
60. The contractor shall provide green shade nets all around in the execution site to
prevent dust pollution to nearby offices/residences at no extra cost.
61. Material stacking and machinery operations shall be done only at locations
specified by the Engineer-in- Charge. All care shall be taken to keep the
premises clean.
62. The debris should be transported from the site at the cost and risk of the
purchaser on a regular basis. The site of buildings should be cleared of all the
debris and neatly levelled to the existing plinth level as directed by the Engineer-
in-charge.
63. If the work is to be carried out in night, necessary permission of the Engineer-in-
Charge shall be obtained. Contractor will make his own arrangement for lighting
the area and no extra amount will be paid on this account.
64. Canvassing in connection with tender is strictly prohibited and tenders submitted
by the contractors who resort to canvassing will be liable to rejection.
65. Utmost care shall be ensured in overall cleanliness & proper upkeep of the
working areas.
16
Signature of Contractor
66. Trucks carrying demolished/dismantled materials shall be covered while the
materials are transported through public road. Care should be taken by the
Contractor to prevent littering of the C & D waste on public roads/places thereby
causing any disturbance to traffic or public or drains.
67. The contractor shall ensure that the atmosphere in site area and on roads is free
from particulate matter like dust, sand, etc. by keeping the top surface wet for
ease in breathing.
68. Any dispute(s) or differences arising out of or in connection with the Contract
shall, to the extent possible, be settled amicably between CSL and the
contractor. Any litigation in connection with contract shall be subjected to the
exclusive jurisdiction of the Courts at Kochi, India.
69. Duly filled tenders shall be deposited in the tender box kept at the Tender
opening room near North Gate Information Centre, CSL Ravipuram gate on or
before the specified time and date or posted at the address given below. Late
tenders will not be accepted. Tender opening/Auction will be conducted in same
tender opening room.
Sd/-
Deputy General Manager (Civil)
Signature: Name and address of the Bidder: Date:
17
Signature of Contractor
18
Signature of Contractor
AREA STATEMENT
S.no Building Approximate plinth area in Sq.m
1 CISF barrack building 300 m2
2 PFSO Office building 195 m2
Total 495 m2
19
Signature of Contractor
CIV/029/2019/DGM (CE)
UNDERTAKING BY CONTRACTOR
Name work: Sale, demolishing and removal of PFSO and CISF barrack
building
1. “I / WE HAVE GONE THROUGH THE TENDER, TERMS AND
CONDITIONS, GCC AND ACCEPT THE SAME AND DECLARE
THAT THE RATES QUOTED AS BASIC RATES AND GST
SEPERATELY AND NO ADDITIONAL CLAIM WILL BE RAISED
FOR ANY OTHER STATUTORY RECOVERIES TO BE BORNE BY
ME. I / WE ALSO CONFIRM THAT COVER B (PRICE BID) DO
NOT CONTAIN ANY CONDITIONS”.
2. “I / WE HAVE NOT MADE ANY PAYMENT OR ILLEGAL
GRATIFICATION TO ANY PERSON/AUTHORITY CONNECTED
WITH THE BID PROCESS SO AS TO INFLUENCE THE BID
PROCESS AND HAVE NOT COMMITTED ANY OFFENCE
UNDER THE PC ACT IN CONNECTION WITH THE BID”.
Signature:
Name & address
of the contractor:
20
Signature of Contractor
CIV/029/2019/DGM (CE)
UNDERTAKING BY CONTRACTOR
Name work: Sale, demolishing and removal of PFSO and CISF barrack
building
I AM FULLY AWARE THAT:
1. The site being in the CSL main office building, all precautions shall be taken to see
that minimum disturbance is caused to the normal functioning of office. I will not
cause any obstruction in the premises of office especially in the entrances to the
office, nearby shops and the roads while storing/keeping the
materials/tools/equipment. All care shall be taken to keep the premises clean
without dumping any debris as far as possible.
2. All materials shall be made as per the approved brands specified in tender.
3. The testing charge of materials to be used at site is to be borne by the contractor.
4. The total time period for the entire project will be limited to 90 days.
5. Compensation for delay will be applicable and will be calculated from the value of
work done @ 1% per week subject to a maximum of 10% from the stipulated date
of completion of the work.
Place: Signature of Contractor
Date:
21
Signature of Contractor
Annexure I
PROFORMA OF POWER-OF-ATTORNEY/LETTER OF AUTHORITY
To
The Deputy General Manager (Civil),
Cochin Shipyard Limited,
Cochin 6820015,
Kerala, India.
Dear Sir,
We_____________________________________________________________________
________________________________________________________________________
________________________________ do hereby confirm that
Mr./Ms/Messrs__________________________________________ (Name and address)
is/are authorized to represent us to bid, negotiate and conclude the agreement on our
behalf with you against Tender
No____________________________________________________
We confirm that we shall be bound by all and whatsoever our said agents shall commit.
Yours
faithfully,
Signature
Name & designation
For & on behalf of: Signature, name and seal of the certifying authority.
22
Signature of Contractor
Annexure II
I. SAFETY COMPLIANCE
ADDITIONAL PRE-CAUTION DURING WORK - CIVIL DEPARTMENT
a) Electrical connection
1. All equipment used should be inspected by CSL and certified.
2. The power supply should be through ELCB & MCB.
3. No loose wires should be used for connection.
4. The equipment cord should not be tempered with and any extension of
cable should be done through proper extension board only.
5. No guard/ shield should be removed from electrical equipment.
6. When not in use, the cables and equipment may be secured properly.
II. ENTRY/EXIT PROCEDURE
a) PRE-REQUISITES
The following documents are mandatory for issue of entry passes for work
inside the yard:
ESIC Declaration/ Personal data form
PF nomination form
Age Proof Certificate (School Certificate or valid Indian Passport)
Police Clearance certificate in original or copy of passport issued within 6
months from the date of engagement of worker.
Medical Certificate issued by a qualified Doctor (MBBS) – in Shipyard
prescribed format.
Savings A/c Passbook with IFS code
Aadhar
Election ID
EPF form – 11 (Declaration form)
b) PROCEDURE
(i) Issue of Entry pass to contract workman/ Supervisor/ Representative
a) The contractor shall submit an application in the prescribed format along with
all documents mentioned at Para II for issuing entry pass. The application shall
be duly recommended by concerned HOD of work awarding Department. The
application shall be submitted to welfare section 7 days prior to attending HSE
Induction training.
23
Signature of Contractor
b) The newly hired workman/Supervisor/ Representative shall undergo HSE
Induction Training conducted by S&F Department on every Tuesday (Hindi)
and Wednesday (Malayalam).
c) Permission for entry to attend HSE Induction training can be obtained by
sending E-mail to Sannidhi gate from concerned work awarding department.
d) On receipt of list of persons who have successfully completed HSE Induction
training from S&F Department, Assess Control Card (ACC) No. will be issued
to each workmen/ Supervisor/ Representative.
(ii) Issue of Entry Pass to Workman/ Supervisor/ Representative through
contractors directly registered with ESIC/ EPF
The procedure for issue of entry passes to Workman/ Supervisor/
Representative through contractors possessing individual ESIC/EPF
Registration number will be same as mentioned in Para II (b) above. However,
the following documents may be mandatory:
PF Nomination
Savings A/c Passbook and IFS Code
Aadhar
In such cases the details of ESI/ EPF of the worker shall be \mentioned in
the personal Bio data form and necessary ESI/EPF Challan and ECR should be
submitted to welfare section by 5th
of every month, as having remitted the
contributions in respect of the workman/ Supervisor/ Representatives
(Attendance sheet to be marked “ESI/EPF DIRECT”)
(iii) Issue of Workman/ Supervisor/Representative exempted from ESI/EPF
Coverage.
If any Workman/ Supervisor/Representative is exempted from ESI/EPF
owing to “above wage limit” (₹15000/- PM for EPF and ₹21000/- PM for ESI),
a copy of Employees Compensation Package (Preferably covering medical
treatment expenses also) taken in respect of the Workman/
Supervisor/Representative engaged for work in CSL, shall be submitted to
welfare section along with joint declaration signed by the worker, contractor/
contracting firm and duly counter signed by concerned HOD.
(iv) Issue of Entry Pass to Service Engineer.
Based on the E-mail from concerned work awarding department, entry will be
permitted to service engineers for part time work or for a period upto 6 days
on production of valid ID proof subject to attending a preliminary safety
awareness programme arranged at Sannidhi gate. In case of part time work,
work awarding department shall clearly specify the periodicity of the work for
incorporating same in the entry pass.
24
Signature of Contractor
If the Service Engineers requires entry pass for more than 6 days, he/she shall
attend HSE Induction training conducted by S&F Dept. and submit relevant
document as mentioned at Para II.
c) OTHER CONDITIONS
Entry will be permitted strictly to Workman/ Supervisor/ Representative aged
below 60 years only. No entry will be permitted to any person above 60 years
under any circumstances.
Details of Workman/ Supervisor/Representative available in Aadhar (Name,
DOB, Gender etc) should exactly match with the details given in Age proof
certificate of the Workman/ Supervisor/Representative. In case of any
correction in the above particulars, the same has to be done before attending the
HSE Induction Training.
Contractor shall submit attendance of all the Workman/
Supervisor/Representative engaged by them including newly hired Workman/
Supervisor/Representative by 5th
of every month in variably failing which
necessary justification shall be obtained and any penalty/ interest/ fine charged
by statutory authority will be borne by the contractor.
No entry will be permitted without attending HSE Induction training conducted
by S&F Dept.
i) No passes will be issued for Workman/ Supervisor and contractor if the above
guidelines are not complied in all aspects.
ii) Safety violation if found the contractor will be liable fine as per the contract OR
cancellation of contract as decided by the competent authority.
iii) The above directions shall be read with the other existing rules.
Signature:
Name & Address of contractor:
25
Signature of Contractor
Annexure III
26
Signature of Contractor
Details of Bidders
1 Name of work :
2 Tender No :
3 Name of bidder :
4 Address of bidder :
5 Contact Tel number ;
6 E-mail address :
7 PAN No :
8 GST Reg. No :
9 ESI/PF Reg. No :
10 Others :
Date
27
1
Part I:- CISF barrack building
A) * Resalable material value (excluding GST)
B) Cost of demolition
Net quoted value (A-B)
Sl.
No.Description of work
COCHIN SHIPYARD LTD.
CIVIL ENGINEERING DEPARTMENT
No. CIV/029/2019/DGM(CE)
NAME OF WORK : SALE, DEMOLITION AND REMOVAL OF PFSO AND CISF BARRACK BUILDING
SALE PRICE BID
Lump sum amount offered in Rs.
(both in figures and words)
Sale, dismantling, demolition and removal of the following buildings from CSL campus:
The work involves removal of roofing tiles (clay roofing tile, G.I & A.C roofing sheets),
supporting purlins, structural steel, wooden rafters, RCC columns & beams, false ceiling and
its supports, weld mesh, masonry walls, steel doors, wooden doors, wooden windows,
ventilators and frames, framed partitions, flooring, shed and accessories and structure above
existing plinth level, including plumbing & sanitary fixtures, electrical conduits if any and
levelling the site as directed by the Engineer-in-charge. The unserviceable debris should be
removed from the site as directed by the Engineer-in-charge.
28
Part II:- PFSO office building
C) * Resalable material value (excluding GST)
D) Cost of demolition
Net quoted value (C-D)
Total quoted value (Part I + Part II)
Note:-
b) The quoted Lump sum amount should be inclusive of dismantling and disposal of all above mentioned materials outside CSL premises.
Signature
Name, Address & Phone Number of the Tenderer:
Date:
c) GST will be charged by CSL on the total resalable material value as applicable and the same is to be remitted by the bidder, over and above the
net quoted value.
DEPUTY GENERAL MANAGER (CIVIL)
Sd/-
*GST will be applicable @ 5% for 1% of resalable material value and 18% for balance resalable material value.
a) All materials above existing plinth level of the buildings (i & ii) to be removed except loose furnitures, electrical fittings, meters, main cable,
distribution boards and main switch board if any.