Deployment of artificial reefs in seventeen fishing villages in six districts along the Tamil Nadu coast. Description of works

Size: px
Start display at page:

Download "Deployment of artificial reefs in seventeen fishing villages in six districts along the Tamil Nadu coast. Description of works"

Transcription

1 क द र य सम द र म त स ययक अन स ध न स यथ न क मद र स अन स ध न क द र MADRAS RESEARCH CENTRE OF CENTRAL MARINE FISHERIES RESEARCH INSTITUTE (भ रत य क ष अन स ध न परर द) (Indian Council of Agricultural Research) ७५, स थ म ह ई र ड, र ज अन न मल प रम, च न न ६०० ०२८ 75, Santhome High Road, Raja Annamalaipuram, Chennai Ph: (O), (SIC), (Scientists), (KFL) / FAX: Notice Inviting Tenders The Scientists-in-Charge, Madras R.C. of CMFRI, 75, Santhome High Road., Raja Annmalipuram, Chennai invites single bid system for the following:- Tenders No. 2/14 F. No.30-5/2014 Sci (AR) Description of works Deployment of artificial reefs in seventeen fishing villages in six districts along the Tamil Nadu coast. Estimated Cost Rs.30,00,000/- Tender Fee Rs.500/- Earnest Money Deposit Rs.60,,000/- Period of completion 120 days Last date and time of submission of tenders Date and time of tender opening , hrs The Tender notice can be downloaded from website:- Note: All corrigenda, Addenda, amendments, time extensions, clarifications etc., to the tender will be hosted on Central Marine Fisheries Research Institute website only. Bidders should regularly visit to keep themselves updated. Scientists-in-charge, Madras R.C. of CMFRI

2 क द र य सम द र म त स ययक अन स ध न स यथ न क मद र स अन स ध न क द र MADRAS RESEARCH CENTRE OF CENTRAL MARINE FISHERIES RESEARCH INSTITUTE (भ रत य क ष अन स ध न परर द) (Indian Council of Agricultural Research) ७५, स थ म ह ई र ड, र ज अन न मल प रम, च न न ६०० ०२८ 75, Santhome High Road, Raja Annamalaipuram, Chennai Ph: (O), (SIC), (Scientists), (KFL) / FAX: F. No. 30-6/2014 Sci (AR) Dated: To Dear Sirs, Sub: Invitation for tenders for deployment of artificial reefs in seventeen fishing villages in six districts along the Tamil Nadu coast reg. The Scientists-in-Charge, Madras R.C. of CMFRI invites Tenders for deployment of the artificial reefs in seventeen fishing villages in six districts along the Tamil Nadu coast as detailed in the table given below:-- Brief Description of the works As per schedule of work attached as Annexure-I Estimated value of the work Rs.30,00, Period of completion Within 120 days from the date of award the work The successful bidder will be expected to complete the works by the intended completion date specified above. 2. Qualification of the bidder: The bidder shall provide qualification information which shall include:- (a) Total monetary value of construction works performed for each year of the last three years (b) Intending CPWD/ State PWD/ MES etc registered bidders is eligible to submit the bid provided he has definite proof from the appropriate authority, which shall be to the satisfaction of the competent authority, of having satisfactorily completed similar works of magnitude specified below:- (Similar work shall means building works/civil maintenance and repair works).

3 Bidders are required to submit TDS Certificate in form 16A in case the similar woks are executed for a private body which shall form basis for establishing the completion cost of similar work executed. 3. Bid Price. (a) The contract shall be for the whole works as described in the bill for quantities, drawing and technical specifications. Corrections, if any, shall be made by crossing out, initialing, dating and rewriting. (b) All duties, taxes and other levies payable by the contractor under the contract shall be included in the total price. (c) The rate quoted by the bidder shall be fixed for the duration of the contract and shall not be subject to adjustment on any account. (d) The rates should be quoted in Indian Rupees only. 4. Submission of Tenders:- a) The bidder is advised to visit the sites of works at his own expense and obtain all information that may be necessary for preparing the tender. b) Each bidder shall submit only one tender. c) The tender cost of Rs.500/- and an earnest money of Rs.2% of the total contract value must be deposited in the form of DD in favour of ICAR UNIT CMFRI payable at Kochi and the tender will not be considered if tender fee and earnest money is not deposited. d) The tenders submitted by the bidder in the format given in Annexure The bidder shall seal the quotation in an envelope addressed to the Scientists-in-Charge, MRC of CMFRI, 75, Santhome High Road, Raja Annamalipuram, Chennai The envelope will also bear the following identification:- *) Tenders for deployment of the artificial reefs in seventeen fishing villages in six districts along the Tamil Nadu coast. *) Do not open before , 1430 hrs e) Tenders must be received in the office of the Scientists-in-Charge, Madras Research Centre of CMFRI, 75, Santhome High Road, Raja Annamalaipuram, Chennai not later than the time and date given in the letter of invitation, If the specified date is declared a holiday, quotation shall be received up to the appointed time on the next working day. f) Any tenders received by the Scientists-in-Charge, MRC of CMFRI, Chennai after the deadline for submission of tenders will be rejected and returned unopened to the bidder. 5. Validity of Tenders:- Tenders shall remain valid for a period not less than 60 days after the deadline date specified for submission.

4 6. The last date for receipt of tenders is on and will be opened on the same day at 1430 hrs at Madras Research Centre of CMFRI, 75, Santhome High Road., Raja Annamalipuram, Chennai Opening of tenders:- Tenders will be opened in the presence of bidders or their representatives who choose to attend on the date of time and at the place specified in the tender document. 8. Information relating to evaluation of quotations and recommendations for the award of contract shall not be disclosed to bidders or any other persons not officially concerned with the process until the award to the successful bidder in announced. 9. Evaluation of Tenders:- The Competent Authority of CMFRI will evaluate and compare the tenders determined to be substantially responsive i.e. which (a) Meet the qualification criteria specified in clause 2 above; (b) Are properly signed; and (c) Conform to the terms and conditions, specifications and drawings without material deviations. 10. Award of contract:- (a) The CMFRI will award the contract to the bidder whose tender has been determined to be substantially responsive and who has offered the lowest evaluated tenders price and who meets the specified qualification criteria. (b) Notwithstanding the above, the Competent Authority of CMFRI reserves the right to accept or reject any tenders and to cancel the bidding process or reject all tenders at any time prior to the award of contract. (c) The bidder whose bid is accepted will be notified of the award of contract by the CMFRI prior to expiration of the tenders validity period. 11. Performance Security:- Within 15 days of receiving letter of acceptance, the successful bidder shall deliver to the Director, CMFRI, Kochi the performance security (either a bank guarantee or a bank draft in favour of the ICAR Unit, CMFRI, Kochi for an amount equivalent of 5% of the contract price. The performance security shall be valid for a period of nine months from the date of the execution of the agreement. 12. Payments:- The successful bidder submits the bill after completion of the work at the each village and the bill amount released after inspection and certification of the Competent Authority of CMFRI. Scientists-in-charge, MRC of CMFRI, Chennai

5 To The Scientists-in-Charge, Madras R.C. of CMFRI, Chennai 18. Sl. No Sir, I/We wish to submit our Tenders for deployment of the artificial reefs in seventeen fishing villages in six districts along the Tamil Nadu coast as per the Scope of works enclosed (Annexure I) on the following rates. (Rupees Particulars of work Place of work site Quantity Deployment of Grouper Module (GM) : (As per the scope of work mentioned in the Annexure I Deployment of Reef Fish Module (RFM): (As per the scope of work mentioned in the Annexure I Deployment of Well Ring Module (WRM): (As per the scope of work mentioned in the Annexure I Site mentioned in the scheduled work Site mentioned in the scheduled work Site mentioned in the scheduled work Only) Rate per unit Total Total amount We have carefully read the schedule of work, terms and conditions of the Tender and are agreed to abide by these in letter and spirit. Signature & Date : Name & Address of the Firm : Telephone Number : Mobile Number :

6 ANNEXURE - I Scope of Works Reef Structures 1. Grouper Module (GM): Size (0.76 m x 0.75 m x 2.5 inch thickness x 3 slabs of cement concrete- M Reef Fish Module (RFM): Size 1.20 m x 1.20 m x 2.5 inch thickness x 3 slabs of cement concrete mix M Well Ring Module (WRM): Size 0.76 m diameter rings 3 numbers- inter connected meter height x 2.5 inch thickness of concrete mix M20 (See the figures attached) No of reefs units to be deployed Sl No Reef type No of units per village Total No. of units 1. Grouper Module (GM) (65 x 17) 2. Reef Fish Module (RFM) (65 x 17) 3. Well Ring Module (WRM) (70 x 17 ) Locations for reef deployment Artificial reefs of prescribed type and numbers are to be deployed in the sea off the designated villages in the locations whose coordinates and depth are given below: District S.No Name of Fishing Village Latitude Longitude Depth (Metre) Thiruvallur 1 Arangankuppam N E Nettukuppam N E Kathivakkam Chinnakuppam N E

7 Kanchipuram 4 Kanathur N E Chemmencherry N E Mahabalipuram N E Kadalur Chinnakuppam N E Cuddalore 8 Pudukuppam N E Pillumedu N E Nagapattinam 10 Chinnangudi N E Perumalpettai N E Nagoor N E Seruthur N E Vellapallam N E Pudukottai 15 Kattumavadi N E Muthukuda N E Tuticorin 17 Amalinagar N E The deployment of artificial reefs involves the following works: 1. The specified number of units of reef structures are to be transported by road from the site of fabrication to the site of loading in the port or harbor and from there by barge/boat to site of deployment 2. The reef structure are to be deployed at the specified location using appropriate lifting mechanisms Prerequisite 1. Lorries for transportation of reef structures from fabrication site to loading site. 2. Mobile crane (10 t capacity) 3. Sturdy MB approved Main Vessel of at least m OAL & tonne capacity The bidder must provide necessary proofs in the form of ownership documents, registration certificates, insurance policies or necessary contract/lease documents

8 Terms and Conditions 1. Deployment is to be done only using a sturdy barge/vessel which can hold minimum of 200 reef modules at a time. 2. Involvement of the villagers in the deployment process is a must. Institution building has already been carried out and at the time of deployment, CMFRI personnel and identified fishermen will accompany on board. 3. Deployment should be carried out at the precise location indicated by CMFRI. 4. Deployment must be completed within one month after completion of reef fabrication (which will be intimated by the fabricators) or as and when sets for each village are completed. The deploying agency must be ready to deploy reefs at two or more sites simultaneously or in quick succession. 5. Fabrication is being done in the villages where deployment has to be made or in any suitable site covering a cluster of villages. The bidder should ensure that the villagers concerned are informed prior to the deployment and seek their support in the deployment. 6. The deployment of the artificial reefs as per the numbers and places listed should be completed within four months from the date of award of work. 7. Within 15 days after the issue of notification of award by the Institute, the contractor shall furnish performance security to the institute for an amount of 5% of the total contract value, valid up to 60 days after the date of completion of all contractual obligations by the supplier, including warranty obligation. 8. The Earnest money deposited along with tender shall be returned after receiving the aforesaid performance guarantee. 9. In case, the contract fails to comply with any statutory/taxation liability under appropriate law, and as result thereof the Institute is put to any loss/obligation, monitory or otherwise, the Institute will be entitled to get itself reimbursed out to the outstanding bills or the performance Security Deposit of the contractor, to the extent of the loss or obligation in monetary terms. 10. Successful Tenderer will have to enter a detailed contract agreement with ICAR / CMFRI on nonjudicial stamp paper of Rs.100/- (Rupees one hundred only) 11. The contractor shall also liable for depositing any taxes, levies, cess etc. on account of service rendered by it to the Central Marine Fisheries Research Institute to the statutory authorities concerned from time to time. 12. The Institute shall not be responsible for any injury caused to any worker during the course of their work. Their treatment / compensation shall not be undertaken by the Institute. 13. Any misconduct/misbehaviour on the part of the labours will not be tolerated and such persons will have to be replaced immediately. 14. The fabrication of the artificial reef as well as deployment will be carried out under the supervision and guidance of the Institute representative. 15. Payment will be made after satisfactory completion of work. No advance payment will be made. Before calling any payment, the contractor shall ensure that all the contractual obligations for claiming have been duly fulfilled. 16. The Institute has right to inspect, where necessary, issue necessary instruction to the contractor between the start of deployment and completion of the work. 17. If tenderer does not accept the offer, after issue of letter of award by Institute within 15 days, the offer made shall be deemed to be withdrawn without any notice and the EMD amount forfeited.

9 18. The contractor can submit the bill after completion of the work at each village and the bill amount released after inspection and certification of the Competent Authority of CMFRI. 19. Decision of the Director, CMFRI shall be final for any aspect of the contract and binding to all parties. Disputes arising, if any, on the contract will be settled at his/her level by mutual consultation and in case of failure of settlement, the dispute shall be referred to the sole arbitrator to be appointed by the Director, CMFRI. The decision of the sole Arbitrator so appointed shall be final and binding on the parties. Arbitration proceedings shall be governed by the Arbitration & Constitution Act, The contract will be discontinued at the discretion of the Director, CMFRI if the work is not up to the satisfaction. 21. The decision of Director, Central Marine Fisheries Research Institute shall be final and binding on the contractor/agency in respect of any clause covered under the contract and any matter incidental to the contract. 22. The contractor shall execute the whole work in the most substantial and workman like manner, strictly in accordance with the specifications, approved sites, particular specification and other terms and conditions stipulated in the work. 23. The work will be executed by the contractor under the guidance and supervision of the Scientistin-Charge of Madras R. C. of CMFRI or this nominee(s)/ Committee. 24. Before tendering, the contractor shall inspect the site of work and shall fully acquaint himself about the conditions prevailing at site, approaches, availability of materials, stores and camp, transport facilities, the extent of leads and lifts involved in execution of work, cranes trucks barges etc. 25. The contractor shall at his own expense and risk arrange land for accommodation of labour, setting up of office, storage of materials, errection of temporary workshops, construction of approach roads to the site of work, including land required for carrying out of all jobs connected with the completion of the work. If it becomes necessary during construction to remove or shift the stored materials, shed, workshop, access roads, etc, to facilitate execution of the work included in the agreement or any other work by any other agency, the contractor shall remove or shift these facilities as directed by the Competent Authority and no claim whatsoever shall be entertained on this account. 26. It shall be deemed that the contractor has satisfied himself as to the nature and location of the work, transport facilities, availability for lack of such knowledge and the consequences thereof. 27. The contractor shall have to make approaches to the site, if so required and keep them in good condition for transportation of labour and materials as well as inspection of works by the Competent Authority. Nothing extra shall be paid on this account. 28. The contractor shall carry out true and proper setting out of the work in co-ordination with the Scientists-in-charge or his authorized representatives and shall be responsible for the correctness of the position, levels, dimensions and alignments of all parts of the structure. If at any time during the progress of the work any error appears or arises in the position, level, dimensions or alignment of any part of the modules, the contractor on being asked to do so by the Scientist-in-charge, shall rectify such error to the entire satisfaction of Scientist-in Charge. The checking by the Scientists-in-Charge or his authorized representative shall not relieve the contractor of his responsibility for the correctness of any setting out of any line or level. The Contractor shall carefully protect and preserve all bench marks, pegs and pillars proved for setting out of works. 29. All setting out activities concerning establishment of bench marks, theodolite stations, centre line pillars, etc, including all materials, tools, plants, equipments, GPS, theodolite and all other instruments, labour, etc. required for performing all the functions necessary and ancillary

10 thereto at the commencement of the work, during the progress of the work and till the completion of the work shall be carried out by the contractor and nothing extra shall be paid on this account. 30. The contractor shall make his own arrangement of water required for execution of work. 31. The work shall be carried out in such a manner so as not to interfere or adversely affect or disturb other works being executed by other agencies, if any. 32. Any damage done by the contractor to any existing works or work being executed by other agencies shall be made good by him at his own cost. 33. The work shall be carried out in the manner complying in all respect with the requirement of relevant rules and regulations of the local bodies under the jurisdiction of which the work is to be executed and nothing extra shall be paid on this account. 34. For completing the work in time, the contractor may have to work in two or more shifts and no claims whatsoever shall be entertained on this account, notwithstanding the fact that the contractor will have to pay to the labourers and other staff engaged directly or indirectly on the work according to the provisions of the labour regulations and the agreement entered upon and /or extra amount for any other reasons. 35. The contractor will have to make his own arrangement for obtaining electricity connection form the state electricity board and make necessary payment directly to the department concerned and / or install generators at the site of work, if required and nothing extra whatsoever will be payable on this account. 36. The contractor shall maintain in good conditions all work executed till the completion of entire work entrusted to the contractor under this contract. 37. No payment shall be made to the contractor for damage caused by rain, whatsoever during the execution of works and any damage to the work on this account shall have to be made good by the contractor at his own cost. 38. The rates for all items of work, unless clearly specified otherwise, shall include the cost of all labour materials, de-watering required, if any, and other inputs involved in the execution of the items. 39. No claim whatsoever for idle labour, additional establishments, costs of hire and labour charges for tools and plants etc, would be entertained under any circumstances. 40. The contractor shall take all precautions to avoid all accidents by exhibiting necessary caution boards and by providing red flags, red lights and barriers. The contractor shall be responsible for any accident at the site of work and consequences thereof. 41. On account of security considerations, there should be some restrictions on the working hours, movement of vehicles for transportation of materials and location of labour camp. The contractor shall be bound to follow all such restrictions and adjust the programme for execution of work accordingly. Nothing extra shall be paid on this account. 42. The contractor shall arrange to keep the premises neat and clean. The rubbish/malba and unserviceable materials shall be removed on day to day basis. Scientist-in-charge Madras R.C. of CMFRI