Tender for
ANNUAL MAINTENANCE CONTRACT ASSOCIATED WITH THE
COLLECTION, TRANSPORTATION, DUMPING & DISPOSAL OF
INDUSTRIAL WASTE EXCLUDING METALLIC SCRAP
Tender No. CIV/001/2018/DGM (CE) dt. 04/04/2018
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
SL. NO. DESCRIPTION PAGE NO.
1
TENDER NOTICE 2
2 SPECIAL CONDITIONS 4
3 ANNEXURE - I 16
4 ANNEXURE - II 17
5 ANNEXURE - III 18
6 ANNEXURE - IV 22
7 TENDER SCHEDULE 23
2
No. CIV/001/2018/DGM (CE) 04.04.2018
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 : Annual Maintenance contract associated with
the collection, transportation, dumping &
disposal of Industrial Waste excluding metallic
scrap
Estimate Amount : ` 29,64,785/-
Earnest money to be deposited : ` 59,000/-
Cost of tender form : ` 1120/- (Inclusive of 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 : 12.04.2018 upto 15.00 hrs.
Last date and time of receipt of tender : 13.04.2018 upto 15.00 hrs.
Date and time of opening of tender : 13.04.2018 at 15.30 hrs.
(Cover A containing EMD and certificate
signed by the contractor and technical bid
will be opened on the same day and price
bid will be opened on a later date after
giving notice to the qualified bidders)
Time of completion of work : 12 Months
Short description of work : Collecting, loading in to trucks all waste
materials, transporting and disposing at designated areas within CSL yard along with
deployment of JCB & Tipper for carrying out earthwork, handling of industrial waste etc.
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
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
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 without any conditions and strictly in accordance with the
tender schedule. Rates quoted should be the Basic Rate and GST shall be shown separately as
per CSL format.
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 https://eprocure.gov.in/cppp/ . Tenderers can download
the forms and use the same for submission of the tenders.
Sd/-
Deputy General Manager (Civil)
4
CIVIL ENGINEERING DEPARTMENT
No. CIV/001/2018/DGM (CE)
SPECIAL CONDITIONS
Name of work: - Annual Maintenance contract associated with the collection,
transportation, dumping & disposal of Industrial Waste excluding metallic scrap
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: 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 certificates as per Annexure I signed by the contractor.
4.2 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.
4.3 The cover A & cover B shall then 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. Tenders having unsealed covers will be summarily rejected.
4.4 Cover C shall be opened at the office near north gate 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
5
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.
4.5 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. For all the firms who are registered with District Industries Centre and come under the
category of micro and Small Enterprises holding a valid EM Part II certificate or
Udhyog Adhaar Certificate for works similar to “Construction of other civil
engineering projects”, the following benefits are extended.
i) Tender forms are issued free of cost.
ii) Payment of Earnest Money Deposit (EMD) is exempted.
For all the firms who are registered with NSIC and come under Micro and Small
enterprises holding a valid NSIC certificate for works similar to “Construction of other
civil engineering projects”, the below benefit is also extended in addition to the above.
i) Waiver of Security Deposit up to the monetary limit for which the unit is
registered.
A copy of the EM Part II certificate or Udhyog Adhaar Certificate and NSIC certificate
for works similar to “Construction of other civil engineering projects” is to be
submitted along with the tender for getting all the above said benefits
6. Order dated 23rd March 2012, from ministry of MSME, pertaining to Public
Procurement Policy is applicable for this Tender.
7. The tenderer should keep open the validity of the tender normally for 90 days from the
date fixed for its opening. Should any tenderer withdraw his tender before this period, 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.
8. 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.
6
9. Late tenders, tenders with conditions and conditional rebates / discounts will be
summarily rejected.
10. During the evaluation of tender DGM (CE) may at his discretion ask the bidders for
clarifications in writing. Response for clarification shall be given in writing and no
change in prices or substance of the bid shall be sought, offered or permitted. No post-
bid clarification on the initiative of the bidder will be entertained.
11. The acceptance of a tender will rest with CGM (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.
12. The EMD amount will be accepted only in the following forms:
12.1 Demand Draft of a scheduled bank drawn in favour of Cochin Shipyard Ltd.
12.2 Fixed Deposit Receipt of a scheduled bank and shall be pledged in favour of
Cochin Shipyard Ltd.
12.3 Bankers cheque of a scheduled bank in favour of Cochin Shipyard Ltd.
13. 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.
14. 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.
15. Unless and until formal agreement is prepared and executed, this tender together with
your written acceptance thereof shall constitute a binding contract between the bidder
and CSL.
16. 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.
7
17. Rates shall be quoted both in figures and words. The tenderer is required to furnish
copies of their PAN and GST registration failing which the tender will be rejected.
Bidders, who have already applied for GST registration, can also participate in tender
subject to the submission of documental proof in support of the same. The Work Order will
be issued only after furnishing the GST registration No. with copies of registration
certificates.
18. The tenderer should note that the tender is strictly on item rate basis and their attention is
drawn to the fact that the rates for each and every item should be correct, workable and self-
supporting. If called up on by the CSL, detailed analysis of any or all the rates shall be
submitted. But CSL shall not be bound to recognize/accept the contractor’s analysis. The
tenderer should quote for all the items listed in the tender schedule
19. 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.
20. It is the primary duty of the contractor to obtain Work permit from Safety Department
before commencement of work.
21. The price bids will be evaluated based on the lowest offer on the total amount obtained
from eligible and qualified as valid bids for opening the price bids. However the
Engineer-in- charge reserves all the rights to reject any or all tenders without assigning
any reason.
22. All rates shall be quoted in the price bid. In the event that no rates has been quoted for
any item(s),then the rate for such item(s) will be considered as zero and item(s)
evaluated accordingly. If the bidder becomes L1 during such evaluation, then non
quoted item(s) have to be executed with `zero' rates.
23. The rates quoted by the contractor shall be for finished items of works including
supplying appropriate labour, equipment / tools, conveyance etc. all complete, unless
specified in the tender schedule.
24. Lowest offer (L1) will be decided based on the overall lowest amount calculated with
the basic price along with taxable amount as per the notified percentage.
25. CSL reserves the right to conduct negotiations with L1 contractor to have possible
reduction from the original offer or if the condition so warrants. The bidder shall attend
8
the negotiation meeting in time upon intimation to them by CSL. The work will be
awarded to the L1 bidder.
26. Successful tenderer shall deposit an amount equal to 5% of accepted value of work as
performance guarantee in the form of cheque, DD, pay order, government security,
FDR, irrevocable bank guarantee of any scheduled bank in the prescribed format
available with CSL. The time allowed for furnishing of performance guarantee should
be 21 days from the date of issue of work order. Delay in furnishing will be liable for a
late fee at the rate of 0.1% of the guarantee amount per day for a further period of 14
days. Failure to furnish beyond the above period will make the contract liable for
cancellation without any payment for the work done.
27. Refund of performance guarantee will be soon after the completion of entire scope of
work and record in the completion certificate and settled along with the final bill.
28. EMD of the successful bidder will be released after successful submission of
performance guarantee equal to 5% of accepted value of work as mentioned in clause
No: 24 above.
29. The time of duration of work of 12 months shall be reckoned from the day of the date of
issue of work order.
30. The completion of contract period is 12 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,
and the contractor is bound to carry out the work without any extra claim.
31. 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 28 of above, if
agreed by both CSL and the contractor.
32. 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.
33. 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.
34. The waste referred generally comprise of Industrial waste such as welding dust, shot
blasting dust, sweeping dusts from offices and shops, saw dust, waste clothes, waste
gloves, waste packing materials, debris such as concrete pieces, rubble pieces, burnt
bricks, burnt oil sludge, oil waste mixed with sand, wood/grass wastes, slushy materials,
9
used copper slag, waste materials from waste bins provided in and around CSL yard and
other wastes such as tea dust, garden waste, road sweeping waste, grass cutting waste,
dry leaves from trees etc and any other waste but which are shown at site by the
Engineer-in-charge. The rate shall include cost for loading, unloading and transporting
to the waste dumping location, weighbridge within CSL as directed by the Engineer-in-
Charge.
35. The truck/lorry should be weighed in the CSL weigh bridge before commencement of
loading the waste (Tare weight) and also after loading and transporting the same to the
dumping area. Weighment will be done by CSL free of cost as per the availability of the
weigh bridge.
36. Contractor should collect industrial waste only based on instructions issued by the
Engineer-in-charge. Contractor should also submit on a day to day basis, the details of
areas from where industrial wastes were collected in the format approved by engineer-
in-charge.
37. Contractor is required to submit weighbridge Weighment slips on a daily basis to the
Engineer-in-charge. Processing of bills shall be initiated only on receipt of Weighment
slips.
38. This tender is exclusively for industrial waste and the contractor is not permitted to
handle any kind of metallic waste. Any violation of the above if noticed, action will be
taken by CSL for termination of contract in addition to other administrative action.
39. The waste material shall be collected only from the specified locations after arranging
sufficient number of trucks, labour, tools etc and should be dumped at the designated
dumping locations as directed by the engineer-in-charge. No dumping will be allowed
either on the sides of the road or along the road blocking the pathway. Any such
instances noticed, the material is required to be shifted again at the cost of the contractor
and any failure in the same, the work will be carried out at the risk and cost of the
contractor.
40. CSL is disposing the industrial waste through a third agency and due to the restrictions
in plying of trucks through public road during morning hours, the work has to be
commenced from 06.00hrs and carried out till 18.00hrs on all days for ensuring
maximum trips for a single truck per day. JCB for loading of industrial waste in to
trucks shall be available at site for loading from 05.30 hrs onwards.
10
41. During emergency situations, JCB has to be deployed at night for loading of industrial
waste/ used copper slag and in such cases the working time will be from 08.00 p.m to
08.00 a.m. Contractor will not be eligible for any extra payment on this account.
42. The deployment of JCB/ Tipper is only on need basis during the currency of contract.
43. The JCB/Tipper/Lorry used for the work inside CSL should have valid registration,
insurance coverage and other statutory certificates as per rule.
44. The quantity put for tender is only indicative. There can be deviation and the contractor
is required to execute as per the ordered quantity only.
45. CSL cannot guarantee work on a daily basis or minimum number of trucks per day.
Contractor is required to arrange labour and trucks based on the quantity of waste
generated and the directions given by the Engineer-in-Charge in this regard.
46. The industrial waste generated will be classified into three categories
a) Iron dust, rust, scales, waste earth, dismantled rubble, concrete, masonry works,
road cuttings, used copper slag etc– heavy weight waste
b) wood, cotton/ wool/ plastic materials, packing cases, grass/ leaves/ hardboards
etc. and all other waste materials other than heavy weight waste – light weight
waste
c) mix of used copper slag with clay/ water hyacinth/ plastic/ wood etc, earth with
dry leaves/ plastic/ paper/ cardboard, debris mixed with light weight waste or
any other mix of light & heavy weight waste – mixed weight waste.
The rate shall be quoted separately as above. All measurements for payment will be
based on actual weight measured in CSL Weigh Bridge.
47. CSL cannot guarantee work on a daily basis. The ordering of work will be subjected to
the quantity of Industrial Waste available at the designated dumping areas in CSL yard.
48. No material shall be allowed to be taken outside the industrial area of CSL without the
written order of the Engineer-in-Charge. Any such instances noticed will be against the
terms of this contract and will be at the risk and cost and cost of the contractor.
49. The contractor is required to submit monthly labour report along with wage
disbursement details in the prescribed Performa on or before fifth day of the succeeding
months.
50. Quantities shown in the tender is only approximate and the actual quantity will be based
on the waste generated by the Shipbuilding/Shiprepair activities. Payment will be for the
actual quantity of work executed.
51. CSL reserves the right to split and award the work to more than one agency.
11
52. 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. If the contractor is not deploying
sufficient labour and carts for clearing the waste, CSL will be at full liberty to make own
arrangements for shifting the same at the risk and cost of the contractor.
53. The contractor shall bring all necessary men, materials and machinery required for the
work.
54. The contract workmen shall be provided with uniforms endorsed with contractor’s
name. They must wear required PPEs while at work within CSL.
55. Payments to the workmen by the contractors exceeding the limit fixed by ESI/ PF,
recovery of such contribution will be exempted based on contractors request provided
the following conditions are satisfied.
a) Wage (Basic+ DA) exceeds the monetary limit fixed by the authorities of ESI/ PF
from time to time.
b) Payment of wages shall be made through Bank account and furnished the details
with necessary proof.
c) If exemption is claimed, a valid workmen compensation policy shall be taken for all
the workmen engaged in case of any accident
Exemption can also be claimed if ESI/PF component is paid directly to the authorities
by the contractor and proof of payment is furnished to CSL.
56. All labour, skilled or unskilled shall be provided by the contractor. Settling any dispute
with the labour/ subcontractor will be contractor’s responsibility. Workers/Staff with
more than 60 years of age will not be permitted to work inside CSL.
57. The following services/materials will be given free of cost depending upon availabity.
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) Forklift subject to availability
b) Crane facility subject to availability.
58. The contractor is expected to acquaint himself with the site conditions, labour situation,
wage and benefits applicable to labourer’s, 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.
59. 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.
12
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.
60. 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.
61. Engineer-in-charge will be at full liberty to impose penalties for the violation of any of
the agreement clauses.
62. 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.
(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.
63. 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.
13
64. 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.
65. The contractor shall provide the required PPEs to the workmen such as Safety shoes,
Safety Helmet, Gloves etc and should ensure that the workmen are wearing the same at
worksite. Accidents if any occur due to the non use of PPEs is at contractors risk
66. 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.
67. 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.
68. Occupational Health, Safety & Environmental requirements
63.1. The contractor is deemed to comply Safety Rules (Refer HSE hand book &
HSE Manual) & Permit To Work Procedures with respect to 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) consisting of Quality, Health &
Safety and Environmental Management systems of the company.
63.2. A dedicated Safety supervisor to be appointed by the firm for deployment
of 25 or more workers and one safety officer to be appointed by the firm
for the deployment of 50 or more workers.
63.3. 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.
14
63.4. 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.
69. 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.
70. Delay in work commencement beyond 24 hours after ordering the work will be treated
as non performance from the contractor.
71. In the event of non-performance by the contractor, the performance guarantee will be
forfeited in addition to any other amount/payment due to the contractor for the work
done along with other suitable administrative action by CSL.
72. 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.
73. 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.
74. 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.
75. 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.
76. 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/NEFT/RTGS
mechanism instead of payment through cheques, wherever feasible.
15
77. EMD of unsuccessful bidders will be released by finance department only after the issue
and acceptance of work order by L1 bidder.
78. 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.
79. AGM (CE) mentioned in the General Conditions of Contract shall be read as Deputy
General Manager (Civil).
80. 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.
81. Bidders shall quote their basic rate in the tender for the respective items. The total GST
amount should be calculated as per the percentage mentioned in the tender schedule. In
case any bidders make arithmetical errors OR quote with a different percentage, the
same will be corrected as per the notified percentage in the tender.
82. The tax liability as per GST Act rests with the contractor, ambiguity if any regarding the
percentage notified for that particular work OR Services Accounting Code (SAC) etc
shall be taken up with CSL prior to offering of rates.
83. Invoice as per GST Act should be furnished prior to every running account/final bills.
84. The Provisional GST ID of Cochin Shipyard Ltd. is 32AAACC6905B1ZD and Address
of the registered Place of Business of CSL is Administrative Building, Perumanoor,
Cochin-682015.
85. All notices to be given to CSL under the terms of contract shall be addressed to Deputy
General Manager (Civil), Civil Engineering Department, Cochin Shipyard Ltd., P.O.Bag
No.1653, Perumanoor P.O., Cochin – 682 015 and served by sending by post or
delivering the same to DGM (Civil).
86. 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.
87. Any clarifications regarding the tender can be obtained from the office of Deputy
General Manager (Civil) or Ph: 0484 – 2501216/09995804383.
Sd/-
Deputy General Manager (Civil)
Signature, Name &
Address of Contractor:
Date:
16
Annexure:I
No: CIV/001/2018/DGM (CE)
Name work: Annual Maintenance contract associated with the collection,
transportation, dumping & disposal of Industrial Waste excluding
metallic scrap
UNDERTAKING BY CONTRACTOR
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
17
Annexure II
No: CIV/001/2018/DGM (CE)
Name work: Annual Maintenance contract associated with the collection,
transportation, dumping & disposal of Industrial Waste excluding
metallic scrap
UNDERTAKING BY CONTRACTOR
I am fully aware of the following:
1. The tenderers are expected to have read the GCC, special conditions of contract
thoroughly, visited the site and seen industrial waste available for disposal and
understand the scope of works especially the types of industrial wastes involved in
all respects before quoting the tender.
2. Collection and dumping of Industrial waste should be carried out in accordance
with clause No: 39 of special conditions of contract.
3. Contractor is not authorized to collect metallic scraps of any kind from within the
premises of Cochin Shipyard.
4. Contractor is not authorized to transfer any industrial waste outside the industrial
area of CSL
5. Authorized supervisor of the contractor shall be available at site during execution
throughout the entire duration of the contract for receiving necessary instructions
from the Engineer-in-Charge.
Place: Signature of Contractor
Date:
18
Annexure III I. SAFETY COMPLIANCE
ADDITIONAL PRE-CAUTION DURING WORK - CIVIL DEPARTMENT
a) Welding
1. Welding equipment should be rectifier, inspected & certified by competent
authority.
2. Welding cable should be continuous with proper insulation, no joints are
permitted.
3. The equipment should be earthed to the nearest point.
4. The welding holder should be ISI mark.
5. Welding gloves should be compulsorily used.
6. Proper welding shield and safety helmets may be used.
7. The Welding plant should be connected to authorised electrical points with
ELCB & MCB.
8. Qualified /certified /experienced welders should only carry out welding jobs.
9. After work the equipment, supply points to be switched off and cable to be
secured.
10. No welding should be carried out at unsafe/moist area and PTW be obtained at
all applicable area.
b) Gas cutting
1. The hoses used should be as per Industrial colour coding (Acetylene- Maroon,
Oxygen- blue).
2. The hoses should be tested and should have validity.
3. No joints are permitted and in any unavoidable situation they should be more
than 3 meter away secured and no additional joints permitted.
4. The cuttogen used should be standard with flash back arrestor fitted.
5. The hose should be connected to the manifold first and then to the cutting torch.
6. The entrapped air in acetylene should be blown, with care to avoid accumulation
at work place.
7. PTW to obtained on all applicable areas.
8. No cutting is permitted near to painting and flammable materials.
9. On completion of work the manifold should be closed and cutting torch
disconnected and hoses disconnected from manifold.
10. The hoses disconnected from manifold should be pulled out from place of work
and kept in the safe area after rolling.
11. The hose should be painted at every 5 meter with contractor/company name.
12. In case of usage of cylinders, the cylinders should be kept in upright condition.
13. Only experienced/certified workers should be engaged with cutting work.
14. The nozzle selected should be on the basis of the job.
15. Correct pressure to be used for cutting.
c) Electrical connection
1. All equipment used should be inspected by CSL and certified.
2. The power supply should be through ELCB & MCB.
19
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 equipments.
6. When not in use, the cables and equipments may be secured properly.
d) Working at height
1. Staging should be erected and inspected where ever applicable.
2. Full body harness to be worn by the individual working at height and should be
attached to a strong point
3. No loose items like hammer, spanners etc should be kept on staging planks
4. In case of high risk work special procedure may be drawn up and approved for
working.
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 (Annexure 1)
PF nomination form (Annexure II)
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 (Annexure III)
Savings A/c Passbook with IFS code
Aadhar
Election ID
EPF form – 11 (Declaration form) (Annexure IV)
b) PROCEDURE
(i) Issue of Entry pass to contract workman/ Supervisor/ Representative
a) The contractor shall submit an application in the prescribed format (Annexure V)
along with all documents mentioned at Para 3 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.
b) The newly hired workman/Supervisor/ Representative shall undergo HSE Induction
Training conducted by S&F Department on every Tuesday (Hindi) and Wednesday
(Malayalam).
20
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 4 (i) 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 (Annexure VI) 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.
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 3.
(v) Issue of Entry pass to personnel engaged directly by INDIAL NAVY / CLIENTS
21
Entry Pass will be issued to Personnel engaged directly by Indian Navy/ Clients
based on the recommendation by the Officer in Charge of the Vessel and Project
Manager subject to submission of Personal Bio data, ID Proof and an Undertaking
(Annexure VII) with regard to the character/ antecedent of the person. In such cases,
the safety and the Security of the person shall be the responsibility of the officer in
charge of Vessel.
c) OTHER CONDITIONS
Entry will be permitted strictly to Workman/ Supervisor/ Representative aged below
60 yrs only. No entry will be permitted to any person above 60 urs 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 born 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 :
22
Annexure IV
Electronic Payment Mandate Form (Mandate for receiving payments through RTGS/_EFT Cochin Shipyard Ltd)
1) Name of Individaual / firm /
Company *
2) Address *
Mobile / Phone No *
3) Vendor Code (if available)
4) Permanent Account
Number(PAN) –
--
5) Part iculars of Bank Account
a. Name of the Bank *
b. Name of the Branch *
c. Branch Code
d. City Name
e. Branch Telephone No.
f. Bank IFSC Code *
g. 9-Digit MICR Code -- --
h. Type of the Account (S.B,Current or Cash Credit ) with code (010/011/013)
*
i. Account Number (as appearing on the cheque book) *
6) Email ID *
(Please enclose a cancelled un-signed cheque leaf to enable us to verify the details mentioned above)
I / We hereby declare that the particulars giv en abov e are correct and complete.
(………………………………………………)
Authorised Signatory * Details are compulsory for making the NEFT payment. #NEFT forms without cancelled cheque will not be accepted.
Sl.
No.Description of Items Unit
Rate
(in figures & words)
Amount
(in figures & words)
1
10 T T
2
450 T T
COCHIN SHIPYARD LTD.
Name of Work: Annual Maintenance contract associated with the collection, transportation, dumping & disposal of Industrial Waste excluding
metallic scrap
CIVIL ENGINEERING DEPARTMENT
Collecting and disposing all waste materials
(heavy weight waste) such as iron dust, rust,
scales, waste earth, dismantled rubble, concrete,
masonry works, road cuttings, used copper slag
etc. The loaded waste shall be weighed in the
weighbridge of CSL and disposed within the
waste dumping location within CSL as directed
by the Engineer-in-Charge. The rate shall include
cost for loading, unloading, transportation etc
complete.
No: CIV/001/2018/DGM (CE)
Quantity
TENDER SCHEDULE
Collecting and disposing all waste materials (light
weight waste) such as wood, cotton/ wool/ plastic
materials, packing cases, grass/ leaves/
hardboards etc. and all other waste materials other
than heavy weight waste generated from
production/ repair/ construction/ maintenance
activities in shipyard .The loaded waste shall be
weighed in the weighbridge of CSL and disposed
within the waste dumping location within CSL as
directed by the Engineer-in-Charge. The rate shall
include cost for loading, unloading, transportation
etc complete.
23
3
20 T T
4
a
50 T T
b
5 T T
loading of dust collected in pallets at Hull shop,
Paint coating shops etc.The rate shall include cost
for loading, unloading and transporting to the
waste dumping location , weighbridge within
CSL. (Crane facility will be available free of cost
for loading, unloading of dust collected in pallets
from Hull shop & paint/marine coating shops. The
pallets shall be returned to the shops immediately
after disposal of dust)
Collecting and disposing all waste materials
(mixed weight waste) such as mix of used
copperslag with clay/ water hyacinth/ plastic/
wood etc, earth with dryleaves/ plastic/ paper/
cardboard, debris mixed with light weight waste
or any other mix of light & heavy weight waste
generated from production/ repair/ construction/
maintenance activities in shipyard. The rate shall
include cost for loading, unloading and
transporting to the waste dumping location,
weighbridge within CSL as directed by the
Engineer-in-Charge.
Collecting dust particles generating from plasma
cutting machine, section blasting machine & sheet
blasting machines in Hull shop, dust generating
from paint/ marine coating shops as follows.
loading manually from dust collecting point of
shot blasting machine in Hull shop. The rate shall
include cost for loading, unloading and
transporting to the waste dumping location, weigh
bridge within CSL as directed by the Engineer-in-
Charge
24
5
a) Man Mazdoor 800 Hr. Hr.
6
a By engaging dozer (JCB)
1500 Hr. Hr.
b By engaging Tipper (capacity <2T)
240 Hr. Hr.
SUB TOTAL
CGST @ 9%
SGST @ 9%
GRAND TOTAL
Sd/-
Deputy General Manager (Civil)
Signature
Name & Address of Bidder
Date:
Deployment of the following along with operator,
fuel, oil and other incidental expenses etc
complete for levelling, earthwork, handling of
wastes etc as directed by the Engineer-in-Charge.
Engaging man mazdoor for various miscellaneous
works and any other work pointed out by the
Engineer-in-charge. The rate quoted shall be
inclusive of hire charges of labour, tools & plants
etc complete.
25