+ All Categories
Home > Documents > V. O. CHIDAMBARANAR PORT TRUST CIVIL ENGINEERING …

V. O. CHIDAMBARANAR PORT TRUST CIVIL ENGINEERING …

Date post: 18-Dec-2021
Category:
Upload: others
View: 3 times
Download: 0 times
Share this document with a friend
6
V. O. CHIDAMBARANAR PORT TRUST CIVIL ENGINEERING DEPARTMENT SAGARMALA PORT-LEO PROSPERITY Tele-Fax : 0461- 2354270 Administrative Office, E-Mail :[email protected] Tuticorin - 628 004. Web:www.vocport.gov.in Certified under ISO 9001: 2008 ; ISO 14001 : 2004 and ISPS CODE No: CIV-MTCMS-MNT-"REP-V1-16/D. 53 5 Dated: / 7.03.2020 CORRIGENDUM-I Name of work:- Repairing and Renovation of Security Fencing at North Breakwater in VOC Port Trust. Ref. NIT No : 15HMTC/2019-20/D.347 Dt.27.02.2020 SI No Description Existing Read as 1 Tender 10. Plant of works programme: - 10. Plant of works programme: - As far as practicable along with his / their tender, contractor shall supply to the Engineer for his approval his plan of work giving his proposed organization and temporary installation, information regarding construction plant, machinery and equipment and brief details of the methods, techniques and devices to be employed by him for the various items of operation and works during the work in the contract as detailed under various subheads. The contractor shall also supply any supplementary information which the Engineer may deem necessary at different stages of work throughout the currency of the contract. The plan of operations and works programme shall not deviate from those indicated in the Tender and shall Document: As far as practicable along with his / their tender, contractor shall supply to the Engineer for his approval his plan of work giving his proposed organization and temporary installation, information regarding construction plant, machinery and equipment and brief details of the methods, techniques and devices to be employed by him for the various items of operation and works during the work in the contract as detailed under various subheads. The contractor shall also supply any supplementary information which the Engineer may deem necessary at different stages of work throughout the currency of the contract. The plan of operations and works programme shall not deviate from those indicated in the Tender and shall 1.General Condition of Contract: Clause-10 Plan t o f works programme
Transcript

V. O. CHIDAMBARANAR PORT TRUST CIVIL ENGINEERING DEPARTMENT SAGARMALA

PORT-LEO PROSPERITY

Tele-Fax : 0461- 2354270

Administrative Office, E-Mail :[email protected] Tuticorin - 628 004.

Web:www.vocport.gov.in Certified under

ISO 9001: 2008 ; ISO 14001 : 2004 and ISPS CODE No: CIV-MTCMS-MNT-"REP-V1-16/D. 53 5 Dated: / 7.03.2020

CORRIGENDUM-I

Name of work:- Repairing and Renovation of Security Fencing at North Breakwater in VOC Port Trust.

Ref. NIT No : 15HMTC/2019-20/D.347 Dt.27.02.2020

SI No

Description Existing Read as

1 Tender 10. Plant of works programme: - 10. Plant of works programme: -As far as practicable along with his / their tender, contractor shall supply to the Engineer for his approval his plan of work giving his proposed organization and temporary installation, information regarding construction plant, machinery and equipment and brief details of the methods, techniques and devices to be employed by him for the various items of operation and works during the work in the contract as detailed under various subheads. The contractor shall also supply any supplementary information which the Engineer may deem necessary at different stages of work throughout the currency of the contract. The plan of operations and works programme shall not deviate from those indicated in the Tender and shall

Document: As far as practicable along with his / their tender, contractor shall supply to the Engineer for his approval his plan of work giving his proposed organization and temporary installation, information regarding construction plant, machinery and equipment and brief details of the methods, techniques and devices to be employed by him for the various items of operation and works during the work in the contract as detailed under various subheads. The contractor shall also supply any supplementary information which the Engineer may deem necessary at different stages of work throughout the currency of the contract. The plan of operations and works programme shall not deviate from those indicated in the Tender and shall

1.General Condition of Contract: Clause-10

Plant of works programme

not relieve the contractor of any or his duties or responsibilities under the contract. Along with the tender, the contractor should submit a Master Control Net Work (CPM Activities / PERT chart) showing the critical path (primary

not relieve the contractor of a-v or his duties or responsibilities under the contract. The resource allocation (men and material) should be so planned as to achieve no stoppage in any of the activity and consequent negative stack. The contractor shall submit to the Engineer during the first week of every calendar month up to date progress made during the previous month on important sections or portions of the work in relation to net work programme.

and secondary critical paths) The slippage in the critical and non critical activity should be reported to the Department once in a month and the work updated compressed suitably, keeping the period of completion as constant. The resource allocation (men and material) should be so planned as to achieve no stoppage in any of the activity and consequent negative stack. The contractor shall submit to the Engineer during the first week of every calendar month up to date progress made during the previous month on important sections or portions of the work in relation to net work programme. Tender received without such (CPM / PERT) chart, will not be considered and are liable for rejection.

2 IV. 1.Tenders shall be submitted to the approved from obtainable from the Office of the Executive Engineer / Harbour Maintenance Division, VOC Port

Deleted. Instruction Refer NIT clause 3(1) for Tendering

Trust. The Tender shall complete the Tender Bill of Quantities and Schedules and insert all the information called for therein and sign each and every page of the tender conditions of contract. Specifications and drawings bill of

quantities and a schedule. In full and date them the tender in original completed in all respects and enclosed in sealed covers subscribed "Repairing, Maintenance and Augmentation of Water supply system in North Fire Station and 22KV Control Room Building at VOC Port Trust." on left hand corner along with the full name and address of the tendered, shall be lodged by the time and date mentioned in the notice inviting tender with the Chief Engineer, VOC Port Trust, Tuticorin — 628 004. Tenders may be delivered within the prescribed time personally of forwarded by registered and insured post so as to reach the office of the Chief Engineer, Tuticorin Port Trust, not later than the prescribed date and time. All tenders shall be marked and sealed as above, and enclosed in an outer over bearing the following address . The Chief Engineer, Tuticorin Port Trust, Tuticorin — 628 004, Tamilnadu, South India.

3 Clause VII: 1. The Tender must be sent in one main sealed cover containing two separate covers and these two covers shall be super scribed as 'Cover I' and 'Cover II' respectively. All the covers shall be addressed to the Chief Engineer, Tuticorin Port Trust and sealed properly. Names and ; a) Cover - I "Cover I — TECHNICAL BID" (Two

Deleted- ( c e.,A w -V1/ Submission of Tender (Special Additional Conditions)

SI.No. 1, 2, 3, 4, 5, 6 & 8 cL 9-' 1 'f'

nY

cover system) "Repairing and Renovation of Security Fencing at North Breakwater in VOC Port Trust." b) Cover - II " Cover II - PRICE BID" (Two cover system) "Repairing and Renovation of Security Fencing at North Breakwater in VOC Port Trust." C) On main cover "Repairing and Renovation of Security Fencing at North Breakwater in VOC Port Trust." The technical bid and price bid should be uploaded in e-tender portal on or before 20.03.2020 upto 15.00 Hrs. 2. Contents of Cover - I (Technical Bid) Cover I shall contain the Tenderer's covering letter and other documents as given below, a) Earnest Money Deposit :- The

Earnest Money amount of Rs.4,40,000/- (Rupees Four Lakhs Forty Thousand only) any e-mode payable V.O.Chidambaranar Port Trust, Tuticorin Tamilnadu state, India. The tender will not be considered without EMD. EMD in any other form will not be accepted. No interest in will be paid for the amount deposited on EMD.

b)Any other additional information which the Tenderer wants to put- forth, including technical details, pamphlets etc.,

c) The programme chart for the execution of this work . d) The tenderer has to submit the

under taking as Annexure-I with the tender document, failing which the tender will not be considered for evaluation.

3. Contents of Cover 11: The Cover II shall contain the Price Bid — issued by the Port. The Tenderer shall fill up the rates in the Price Bid both in figures and words and also the total for each item and grand total, sign at the bottom of each page of the Price Bid, and submit the same in Cover — II. No conditions shall be incorporated in Cover — II. If any conditions are put forth by the tenderer in the Cover —II (Price Bid), their Tender will be rejected forthwith. (ie.), conditional offer will not be accepted. 4. Tenders will be opened at the office of the Chief Engineer, V.O.C. Port Trust at 15.30 hours on 21.03.2020 in the presence of the Tenderers or their authorized representatives who are present at the time of opening. 5. On the day of opening, only the main cover and the Cover- I will be opened and read by the officer opening the tender and Cover — II will not be opened. All the Cover — II of all the Tenderers will be put inside one box and sealed in the presence of the Tenderers or their authorized representatives who are present at the time of opening. 6. After short listing of the

Ten derers who satisfy the minimum qualifying criteria, the short listed Tenderers will be called for discussions if required at a date to be intimated later for analyzing the merits of various matters and conditions given in Cover — I. The tenderers shall attend the meeting at their own cost. 7. The opening of Cover — II will be done on a date to be fixed later. All the selected / short listed Tenderers will be requested to be available for opening on the said date, if they desire. 8. The offer of the firm, who have not furnished the required Earnest Money Deposit and who are not in the list of selected / short listed Tenderers will not be taken in to consideration at all and their Cover —II will be recorded in the office unopened. 9. The EMD furnished along with the tenders to be released to unsuccessful Tenderers , other than Ll tenderer within 15 days on deciding Ll Tenderer.

The above changes are applicable to all the corresponding clauses of the document wherever incorporated. All other terms and conditions of the tender remain unchanged.

CHIEF ENGINEER

61/b1")4


Recommended