COCHIN SHIPYARD LIMITED

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
Tender for
DESILTING THE DOCK GATE HOUSING PIT AND VARIOUS OTHER UNDER
WATER WORKS IN CONNECTION WITH DOCKING AND UNDOCKING OF
VESSELS IN CSL FOR TWO YEARS
Tender No. CIV/009/2015/DGM (CE) dtd. 02.04.2015
No.CIV/009/2015/DGM (CE)
Name of work: - DESILTING THE DOCK GATE HOUSING PIT AND VARIOUS
OTHER UNDER WATER WORKS IN CONNECTION WITH DOCKING AND
UNDOCKING OF VESSELS IN CSL FOR TWO YEARS
LIST OF TENDER DOCUMENTS
1. TENDER NOTICE
2. SPECIAL CONDITIONS
3. GENERAL CONDITIONS
4. TENDER SCHEDULE
5. UNDERTAKING
Tel. No. +91(484) 2501216/2501402/2501737
Fax No. +91(484) 2370897/373902
E– Mail: [email protected]
Web: www.cochinshipyard.com
COCHIN SHIPYARD LIMITED
(A Government of India Enterprise)
P.O. BAG NO.1653 COCHIN-682 015 INDIA
No. CIV/009/2015/DGM (CE)
02.04.2015
TENDER NOTICE
Sealed competitive tenders in the prescribed form are invited on behalf of Cochin Shipyard Limited
from experienced contractors for the under mentioned work, so as to reach the undersigned on or
before the date and time mentioned below:
Name of work
: Desilting the Dock Gate housing pit and various other
underwater works in connection with docking &
undocking vessels in CSL for the two years.
Estimate Amount
: ` 27,00,000/-
Earnest money to be deposited
: ` 54, 000/-
Cost of tender form
: ` 200/- + S.T (5%)
(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 and time of issue of tender forms : 09.04.2015 upto 15.00 hrs.
Last date and time of receipt of tender
: .10.04.2015 upto 15.00 hrs.
Date and time of opening of tender
: 10.04.2015 at 15.30 hrs.
Time of completion of work
: 24 Months
Short description of work
The work includes removal of silt, mud etc. from the gate
housing pit of Dock No. I, various other works associated with every Docking and Undocking vessels in CSL
for two years.
Tenderers have to submit EMD and certificate as per Clause No.4 of Special conditions in a separate
sealed cover superscribed as ‘Cover A’, which have to be kept outside the cover containing the price
bid. The price bids of only those contractors who have submitted proof of remittance of EMD, cost
of tender forms and certificate signed by the contractor shall be opened .Adjustment of EMD against
any amount payable to contractor by CSL will be accepted only on prior written approval of Deputy
General Manager (Civil). Price bids superscribed as ‘Cover B’ shall be with out any conditions and
strictly in accordance with the tender schedule. Rates quoted should be inclusive of all taxes and
duties.
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 schedule) are available on Cochin Shipyard’s website
www.cochinshipyard.com and http://tenders.gov.in/department.asp. Tenderers can download the
forms and use the same for submission of the tenders.
Sd/Sd/Deputy General Manager (Civil)
~1~
CIVIL ENGINEERING DEPARTMENT
No. CIV/009/2015/DGM (CE)
SPECIAL CONDITIONS
Name of work :-DESILTING THE DOCK GATE HOUSING PIT AND VARIOUS
OTHER UNDER WATER WORKS IN CONNECTION WITH
DOCKING AND UNDOCKING OF VESSELS IN CSL FOR TWO
YEARS .
1.
The conditions enumerated below are in addition to and will have precedence over “the
General conditions of contract given in “Conditions of contract and instructions to
Tenderers of CSL”.
2.
“General Conditions of Contract and Instructions to Tenderers” is available in the CSL
website. The tenderer shall submit his tender document including GCC. Although, it is
permissible to submit the tender without the copy of GCC, while entering into agreement by
the successful tenderer, the GCC 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 GCC in the
website or otherwise, and has full knowledge of its contents, although it is not signed and
attached with the tender.
3.
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 developments till the last date and time of submission
of tender.
4. The tender for the work will be based on two cover system (Cover ‘A’ & Cover ‘B’)
4.1 Cover A: Technical bid - shall consist of two separate covers A1 &A2. Cover A1 shall
contain EMD and shall be kept outside of cover A. Cover A2 shall consist of the Special
Conditions and the following certificates signed by the contractor.
(i) “I / WE COMPLY WITH ALL CONDITIONS OF TENDER BY CSL
AND CONFIRM THAT RATES QUOTED IN THE PRICE BID ARE
INCLUSIVE OF ALL TAXES AND DUTIES INCLUDING SERVICE
TAX IF APPLICABLE. I / WE ALSO CONFIRM THAT COVER B
(PRICE BID) DO NOT CONTAIN ANY CONDITIONS”
(ii) “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
Signature of Contractor
~2~
PROCESS AND HAVE NOT COMMITTED ANY OFFENCE UNDER
THE PC ACT IN CONNECTION WITH THE BID.”
Cover 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 price bid. Price bid
with any clause and conditions other than rates and amount will be summarily
rejected.
4.2 The cover A & cover B shall then put together in another cover marked Cover C, which
shall be sealed and superscribed with name of work, the address & Contact no. of
contractor.
4.3 Cover C shall be opened at the office near northgate information centre. At first cover
A1 containing EMD and cover A2 containing technical bid 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.
4.4
Price bid (cover B) of those tenders who have qualified technically and submitted
EMD and the undertaking that Cover B do not contain any conditions shall be opened
on the same date. Tenderer should ensure that his quoted amount as per cover B is
not mentioned anywhere in other documents, directly or indirectly. If any such
mention is made the tender will become invalid and shall become liable for
rejection.
5.
The validity of the offer will be 90 days from the date fixed for opening.
6.
Deputy General Manager (Civil) Cochin Shipyard Ltd. or his duly authorized representative
will open tenders in the presence of any indenting contractor’s or their authorized
representatives who may be present at the time.
7.
Late tenders and price bids with conditions will be summarily rejected.
8.
The acceptance of a tender will rest with GM (Tech) who does not bind himself to accept
the lowest tender and reserves to himself the authority to reject any or all of the tenders
received without assigning any reason.
9.
The EMD amount of `54,000/- will be accepted only in the following forms:
9.1.
Demand Draft of a scheduled bank drawn in favour of Cochin Shipyard Ltd.
9.2.
Fixed Deposit Receipt of a scheduled bank and shall be pledged in favour of
Cochin Shipyard Ltd.
Signature of Contractor
~3~
9.3.
Bankers cheque of a scheduled bank in favour of Cochin Shipyard Ltd.
10. Cochin Shipyard Ltd. shall without prejudice to any right or remedy is at full liberty to
forfeit the said EMD absolutely if the tenderer withdraws his tender before the validity
period or makes any modifications in the terms and conditions of the tender which are not
acceptable to CSL. After the issue of work order by CSL, failing / refusing to execute the
agreement/ start the work, 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 willful
breach of the contract, CSL shall have full right to take suitable action against the firm
together with forfeiture of Earnest Money Deposit.
11. Unless and until formal agreement is prepared and executed, this tender together with your
written acceptance there of shall constitute a binding contract between the bidder and CSL.
12. If any difference is found in different parts of the tender documents, the following will be
the order of precedence:(i) Schedule
(ii) Specification and drawings
(iii) Special conditions
(iv) Condition of contract and instructions to tenderers.
13. Rates shall be quoted both in figures and words. Rates quoted should be inclusive of all
taxes and duties, including service tax, in accordance with the tender schedule. The tenderer
is required to furnish Service Tax registration certificate, PAN etc.
14. The tenderers are expected to have inspected the site, before quoting, read the conditions
thoroughly and understand the works in all respect. Clarifications, if any may be obtained
from the Deputy General Manager (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. The submission of a tender by tenderer implies that he has read
this notice and General Conditions of Contract and has made himself aware of the scope and
specifications and other factors bearing on the tender.
15. EMD of unsuccessful bidders except L1 and L2 bidders will be released after the checking
of the comparative statement by the Finance department.EMD of L2 bidder will be released
on issue and acceptance of the Work order by the successful bidder (L1 bidder) or after
expiry of 3 months whichever is earlier.
Signature of Contractor
~4~
16. The EMD amount of the successful tenderer will be converted as security deposit for the
work and the same will be released along with the final bill after completion of the contract
period of 24 months.
17. 10 % of the bill amount (less EMD) will be deducted from running bills as SD and the same
will be released along with the final bill.
18. The successful tenderer will be required to execute an agreement at his expense on proper
value Kerala State Stamp Paper in the prescribed departmental form.
19. The contractor or his authorised technically qualified representative shall be available at
CSL throughout the period of contract for receiving instructions from department, arranging
and executing the work. The Contractor / representative shall report at the office of the
Engineer - in- charge on all working days before 8:30 hrs and receive instruction regarding
the works.
20. The normal working time of the 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 in addition to CSL declared holidays. The site
will be available for work during office hours only. However if the Contractor wishes to
carry out the work beyond normal working hours or on holidays, he should get specific
approval from the Engineer-in-Charge for ensuring safety, quality and to have effective
supervision from Department.
21. The work shall be open at all times for inspection to the Engineer-in-charge, his authorized
representative or any other third party deputed by the Engineer-in-charge.
22. Engineer-in-charge will be at full liberty to impose penalties for the violation of any of the
agreement clauses.
23. The floor of the gate housing pit is about 14 m below water level. The contractor has to
remove gravel, mud, payal, debris etc., from the floor and walls of pit and from underwater
of gate when in closed condition.
24. The contractor has to assemble the air lift pump and erect the same at site on pontoon at his
cost. Connection for the airlift pump shall be taken from the CSL compressed air lines, free of
cost. Contractor has to make his own arrangements at his cost for taking compressed air
connections. He has to bring required length of pressure hose and accessories required for the
same.
25. The contractor should engage only skilled divers and workmen.
Signature of Contractor
~5~
26. The contractor has to arrange for taking soundings before and after the work and as and
when required during the execution of work at his own cost and measurements shall be
based on soundings.150x150x6mm size soundings plates with 15m long chains weighing
about 3.35Kg shall be used for taking soundings.
27. Prior permission shall be obtained from the department before any diving operations. No
work is to be carried out during flooding. The workers must be well informed regarding the
dangers in working in the pit during flooding and shall be asked to keep away from the pit
during flooding.
28. The workmen and divers employed for the work should be covered by a comprehensive
Insurance for an amount not less than Rs.5, 00,000/- each by the contractor at his own cost
prior to commencement of work.
29. The materials pumped out from the pit are to be discharged well away from the entrance and
quay wall as directed by the Engineer-in-charge.
30. Following machinery/ materials/ equipments/ services will be made available to the
contractor free of hire/cost.
a) Two sets of air lift pumps with delivery line.
b) Pontoons.
c) Crane (for erecting and dismantling pump)
d) Forklift (for transportation of airlift pump)
e) High Pressure Washing Machine
f) Compressed air.
g) Water
31. All materials, equipments and services required for the execution of the work, other than
facilities mentioned under clause 30 above should be supplied by the contractor.
32. The contractor must be prepared to mobilize his men and machinery and to commence the
work within 24 hrs. notice from CSL to do so. If the contractor fails to arrange the work in
time CSL will arrange the work and the extra cost involved will be recovered from the
contractor.
33. All materials to be issued by the department as mentioned in the schedule of
quantities/General conditions will be issued any where inside Shipyard and the collection
and conveyance of the same to the place of work shall be arranged by the contractor at his
own risk and cost.
Signature of Contractor
~6~
34. The contractor has to take extreme care while executing the job so that the existing
structures and equipments are not damaged or disturbed.
35. The Building dock gate consists of 2 pieces each 21.60M long.
There are 5 props
supporting the gates. Each prop is connected to the horizontal gate stop & gate by means of
bolts & nuts as well as pin. The central prop is connected to gate also by means of
turnbuckles.
The gate is fixed to the horizontal & vertical gate stops by means of
turnbuckles. The contractor shall inspect the site & understand the work involved before
quoting his rates.
36. The contractor shall undertake to carry out the said work as directed to the entire satisfaction
of the Engineer-in-charge
37. The contractor shall take adequate safety precautions for carrying out the underwater works
and CSL will be in no way responsible in the event of any mishap.
38. The Dock No.II gate will be refixed in position only after the docking/undocking operations
in the dock. The refixing of the gate will have to be done as early as possible after the
operations. However, due to unavoidable reasons the refixing of the gate may get delayed
even by 2 or 3 days after undocking/docking of vessels. In such cases also the contractor
should be prepared to arrange the work without any extra claim.
39. The work shall be done in such a manner that the other agencies working near about/at the
same area and at the same time shall not be made to suffer/postpone their work on account
of the operation of diving work. The contractor shall co-ordinate with the other agencies so
as to carry out the work smoothly and uninterruptedly.
40. The gate will be lifted by 150 Ton crane during removal/refixing. The divers shall also
examine the horizontal and vertical gate stops underwater & report the conditions of these
structures. Any obstructions/foreign materials stacking on to the gate stop & fallen from
outside should be cleared off, for removal & refixing of the gate. The contractor shall
carryout the work round the clock, on Sundays & other holidays without interruption. The
contractor shall give his rates taking into consideration all the above facts.
41. Before the dock is flooded the contractor shall examine all the fastening devices like bolts,
nuts, turn buckles, pin etc. in advance so as to get familiarizes with their position and
function. Bolts & nuts and turnbuckles will be cleaned & greased by other agencies before
commencement of diving operation for removal of the gate.
42. The divers shall inspect the sill of the gate thoroughly both visually and also by feeling to
find out whether any foreign materials are sticking the sill of the gate. The agency should
Signature of Contractor
~7~
remove all sticking materials if any and give a certificate to effect that the sills of the gate
are clear off any foreign materials.
43. The contractor shall be permitted to take power supply from existing points at free of cost.
Necessary connections have to be made at the cost of the contractor with CSL approval.
44. Incase if the contractor makes arrangements for underwater operations as directed by the
Engineer-in-charge and later CSL orders for stoppage of work due to reasons attributable to
CSL, contractor will be eligible for an amount of `2000/- .
45. The completion of contract period is 24 months and CSL reserve the right to extend the
period of contract for a further period of 3 months at the same rates, terms & conditions if
necessary.
46. The contract may be extended for a further period up to one year on the same terms and
conditions after the elapse of the contract period mentioned at clause 45 of above, if agreed
by both CSL and the contractor.
47. The contractor is required to submit monthly labour report alongwith wage disbursement
details in the prescribed proforma on or before fifth day of the succeeding months.
48. Quantities shown in the tender is only approximate. Payment will be made for the actual
quantity of work executed.
49. CSL reserves the right to split and award the work to more than one agency.
50. If the contractor fails to arrange the work as per the agreed schedule, CSL will arrange the
work at the risk and cost of the contractor.
51. The contractor is expected to acquaint himself with the site conditions, labour situation,
wage and benefits applicable to labourers, 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.
52. If contractor request for temporary office/store, then space will be allotted by the Engineerin-Charge @ ` 5/m2 per month.
53. 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 will be allowed to suspend the work for the Force Majeure period such as:
(a)
Situations like war, Act of foreign enemies, rebellion, terrorism, riot, strike or
lockout. Natural catastrophes such as earth quake, hurricane or volcanic activity,
torrential rains, floods etc.
Signature of Contractor
~8~
(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 or boycott interrupting supply of materials, labour and services to the site
(excluding Strike by employees of contractor for any reason whatsoever).
(e)
Any other event or circumstances of nature analogues to any of the above or an
act of God.
54. No material will be allowed to take outside the industrial area of CSL without the written
order of the Engineer-in-Charge.
55. 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 Deputy General Manager
(Civil) and the same may be referred before quoting the rates. Any safety rules violation by
the contractor, suitable penalty not exceeding to ` 5000/- will impose by CSL, depending on
the gravity of violation. Repeat violation will lead to cancellation of contract based on the
recommendation by safety department of CSL.
56. 75% advance from the bill after deducting necessary recoveries will be released if requested
by the contractor as decided by Engineer-in-charge. Balance amount will be paid only after
scrutiny of the bill.
57. All Bank Guarantees shall be unconditional as per the approved format for the particular
case with up to date amendments made by Cochin Shipyard Ltd.
58. The tenderer shall furnish the PAN No: and Service Tax registration certificate. The income
tax / KVAT / any other statutory taxes, as per the rules / directions of the concerned
departments, prevailing in force at the time of payment of bills will be deducted while
making payment or when crediting the amount to the account.
59. The Contractors registered under the Kerala Value Added Tax Act, 2003 shall produce a
Liability Certificate, along with the bill, in relation to the works contract, from the
Assessing Authority showing the tax liability or tax remittance as the case may be and the
works contract tax deduction will be made accordingly. Otherwise works Contract Tax @
8.08% (present rate) in the case of the registered contractors and 10.1% (present rate) in the
case of unregistered contractors will be deducted from the payment released against the
contract.
60. Occupational Health, Safety & Environmental requirements
Signature of Contractor
~9~
60.1.
The contractor is deemed to comply with the Occupational health, safety and
environmental policy of the company and also to all operational controls/standard
operating procedures and shall undertake the work in total compliance with the
requirements of the established Integrated Management System (IMS) of the
company.
60.2.
If any contractor failed to comply with or violated any clauses/requirements of
occupational health, safety and environmental Rules effective in the state, in their
activities or at work sites and the same shall be exposed to the government or any
competent authorities upon inspections, the contractor shall be solely responsible
for all liabilities caused by his/her action and shall be responsible for paying the
penalty and taking stipulated corrective actions insisted by the authorities within the
specified time, at their own cost. Any liability to the company in this regard needs
to be compensated by the contractor.
60.3.
Upon completion of the work, contractor shall clear the area and shall not leave any
Occupational health/safety/environmental liabilities to the company, from their
activities at the worksites.
61.
Cochin Shipyard Limited reserves the right to terminate the Contract at short notice in case
the agency's performance is found not satisfactory with regard to progress of work, quality,
time factor, labour dispute with their workers, poor safety records and other violation of any
contract conditions. No claim whatsoever will be entertained by Cochin Shipyard Limited
on this account.
62. The contractor shall produce a medical fitness certificate issued by a registered Medical
Practitioner (Allopathy) in respect of all persons proposed to be engaged for their work in
Cochin Shipyard Ltd. No Access control card shall be issued by Cochin Shipyard Ltd. in
absence of the said medical fitness certificate. Directions from Personnel/Welfare
Department of Cochin Shipyard Ltd. in this regard shall be adhered to.
63. 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.
Necessary police clearance certificate and other photo identity cards approved by CSL
should be produced for this purpose.
64. For inspecting the work site, purchasing tender documents and for depositing
tender/witnessing tender opening, the contractor/ his authorized representative shall produce
photo identity proof for entering CSL premises.
Signature of Contractor
~ 10 ~
65. CSL shall not be liable for, or in respect of, any damages or compensation payable as per
law in respect or in consequence of any accident or injury to any workmen or other person
in the employment of the contractor or any sub-contractor. The contractor shall indemnify
and keep CSL indemnified against all such damages and compensation and against all
claims, demands, proceedings, costs, charges and expenses whatsoever in respect thereof or
in relation thereto.
66. AGM (CE) mentioned in the General Conditions of Contract shall be read as Deputy
General Manager (Civil)
67. Tenders duly filled shall be deposited in the Tender Box kept at the office near North Gate
Information centre, Cochin Shipyard Ltd. before the date and time as specified in the Tender
Notice .
68. Duly filled tenders shall be received by this office on or before the specified time and date at
the address given below:
Deputy General Manager (Civil), Civil Engineering Department, Cochin Shipyard Ltd.,
P.O.Bag No.1653, Perumanoor P.O., Cochin – 682 015.
69. Any clarifications regarding the tender can be obtained from the office of Deputy
General Manager (Civil) or Ph: 0484 – 2501216.
Sd/Deputy General Manager (Civil)
Signature, Name &
Address of Contractor:
Date:
Signature of Contractor
Page 1
COCHIN SHIPYARD LIMITED
No. CIV/009/2015/DGM(CE)
Name of work :- Desilting the Dock Gate Housing Pit and various other underwater works in connection with Docking & Undocking vessels in CSL for two
years
TENDER SCHEDULE
Sl.No.
Description of work
Qty
Unit
PART - A FOR THE YEAR 2015-16
1
Removal of silt, mud, payal etc. from the gate housing pit of Dock
No.I/ gate mouth of Dock No.II by pumping to back waters, using
Air lift pump including cost/hire charges for diving equipments
and other accessories, diving charges, connection lines for
compressed air, assisting departmental staff for taking sounding
including hire charges for machuva, transportation and installation
of air lift pumps and pontoon to site and removing the same
without any damages after the work and stacking safely etc.
complete ( 2 sets of air lift pumps with delivery lines, 3 pairs of
pontoons, crane facilities and compressed air will be supplied by
CSL free of hire/cost) all as directed by the Engineer-in-charge.
30000 m3
2
Underwater operation for removing bolts & pins of props for
lifting the No.II dock gate and props & putting back the above
pins and bolts in the respective positions for refixing the props &
gates in the original position including clearing the sill off any
foreign materials obstructing the proper seating of gate etc.
complete all as directed by the Engineer-in-charge.
m3
Each
25 Operation operation
Amount
Rate
(Amount in Words and Figures)
Page 2
3
Clearing the Dock No.II gate sill by removing heavy siltation
using departmental airlift pump/manually before the
commencement of docking/undocking of vessels in Dock No.II.
The rate includes cost of all labour, equipments and other
accessories required for the work (Departmental airlift equipment,
hoses & compressed air will be issued free of cost). Conveance of
air lift equipment, hoses to Dock No.II mouth and transporting
back to original position is to be arranged by the contractor.
700 m3
3
m
4a.
Providing diving assistance with one diver at a time.
50 Half shift Half Shift
b.
Providing diving assistance with one diver at a time.
25 Shift
5.a.
Additional diver to be engaged for diving Assistance.
70 Half shift Half Shift
b.
Additional diver to be engaged for diving Assistance
30 shift
One shift
One shift
PART -A TOTAL
PART -B FOR THE YEAR 2016-17
6
Removal of silt, mud, payal etc. from the gate housing pit of Dock
No.I/ gate mouth of Dock No.II by pumping to back waters, using
Air lift pump including cost/hire charges for diving equipments
and other accessories, diving charges, connection lines for
compressed air, assisting departmental staff for taking sounding
including hire charges for machuva, transportation and installation
of air lift pumps and pontoon to site and removing the same
without any damages after the work and stacking safely etc.
complete ( 2 sets of air lift pumps with delivery lines, 3 pairs of
pontoons, crane facilities and compressed air will be supplied by
CSL free of hire/cost) all as directed by the Engineer-in-charge.
30000 m3
m3
Page 3
7
8
Underwater operation for removing bolts & pins of props for
lifting the No.II dock gate and props & putting back the above
pins and bolts in the respective positions for refixing the props &
gates in the original position including clearing the sill off any
foreign materials obstructing the proper seating of gate etc.
complete all as directed by the Engineer-in-charge.
Each
25 Operation operation
Clearing the Dock No.II gate sill by removing heavy siltation
using departmental airlift pump/manually before the
commencement of docking/undocking of vessels in Dock No.II.
The rate includes cost of all labour, equipments and other
accessories required for the work (Departmental airlift equipment,
hoses & compressed air will be issued free of cost). Conveance of
air lift equipment, hoses to Dock No.II mouth and transporting
back to original position is to be arranged by the contractor.
700 m3
m3
9.a.
Providing diving assistance with one diver at a time.
50 Half shift Half Shift
b.
Providing diving assistance with one diver at a time.
25 Shift
10.a. Additional diver to be engaged for diving Assistance.
b. Additional diver to be engaged for diving Assistance
One shift
70 Half shift Half Shift
30 shift
One shift
PART -B TOTAL
GRAND TOTAL (PART -A + PART -B)
Sd/DEPUTY GENERAL MANAGER (CE)
Signature:
Name & Address of Tenderer:
Date:
No.CIV/009/2015/DGM (CE)
UNDERTAKING BY CONTRACTOR
Name of work: - DESILTING THE DOCK GATE HOUSING PIT AND VARIOUS OTHER
UNDER WATER WORKS IN CONNECTION WITH DOCKING AND
UNDOCKING OF VESSELS IN CSL FOR TWO YEARS
1. “I / WE COMPLY WITH ALL CONDITIONS OF TENDER BY CSL AND
CONFIRM THAT RATES QUOTED IN THE PRICE BID ARE INCLUSIVE
OF ALL TAXES AND DUTIES INCLUDING SERVICE TAX IF
APPLICABLE. 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 :