44
Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu Page | 1 रारीय पवन ऊासंथान (नवीन और नवीकरणीय ऊजा मंजलय के अधीन वजय अनुसंधजन एवं वकजस संथज, भजरत सरकजर) NATIONAL INSTITUTE OF WIND ENERGY (An Autonomous R&D Institution under the Ministry of New and Renewable Energy, Government of India) (पूवा पवन ऊजा ौयोगिकी Formerly “Centre for Wind Energy Technology”) वेलचेरी तजबरम मुख मजिा ,पललकरणई ,चेनै - 600 100,तममल नजडु , भजरत Velachery – Tambaram Main Road, Pallikaranai, Chennai - 600 100, Tamil Nadu, INDIA Tel No. 044-22463982/83/84, 29001162 / 67 / 95 , Fax No. +91-44-2246 3980, E-mail : [email protected], website: www.niwe.res.in NIT NO: NIWE/PUR/17/87/17 DATE: 07.02.2018 E-Tender is invited for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu 1.0 Description & Brief Scope of the work E-Tender for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu. 2.0 Content of Tender Documents NIWE invites tender from the Suppliers for the aforesaid as per general guidelines mentioned at Annexure. General Purchase Conditions (GPC) Special Purchase Conditions (SPC) Bid Price Schedule (BPS) Technical Specifications 3.0 Important Details Tender Mode E-Procurement Tender Issue date 07/02/2018 Tender Closing Date and Time 21/02/2018 03:30 PM Tender Opening Date and Time 23/02/2018 03:30 PM 4.0 Cost of tender document Nil 5.0 Earnest Money Deposit EMD (Refundable to unsuccessful bidders without any interest) in the form of Demand Draft must accompany the offers. Suppliers registered with National Small Industries Corporation (NSIC) such as Micro/Small/Medium/Startup Enterprises registered for supply / service related to this tender are eligible for exemption from payment of EMD / Security deposit for the contract up to the monetary limit for which the unit is with NSIC. (Attested copy of registration certificate should be furnished in support of the claim of exemption).

Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

  • Upload
    haque

  • View
    214

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 1

राष्ट्रीय पवन ऊर्ाा संस्थान

(नवीन और नवीकरणीय ऊर्जा मंत्रजलय के अधीन स्वजयत्त अनसुंधजन एव ंववकजस संस्थज, भजरत सरकजर)

NATIONAL INSTITUTE OF WIND ENERGY (An Autonomous R&D Institution under the Ministry of New and Renewable Energy, Government of India)

(पूवा में “पवन ऊर्जा प्रौद्योगिकी कें द्र” Formerly “Centre for Wind Energy Technology”)

वेलचरेी तजम्बरम प्रमुख मजिा ,पल्ललकरणई ,चने्नै- 600 100,तममल नजडु, भजरत

Velachery – Tambaram Main Road, Pallikaranai, Chennai - 600 100, Tamil Nadu, INDIA Tel No. 044-22463982/83/84, 29001162 / 67 / 95 , Fax No. +91-44-2246 3980,

E-mail : [email protected], website: www.niwe.res.in

NIT NO: NIWE/PUR/17/87/17 DATE: 07.02.2018

E-Tender is invited for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

1.0 Description & Brief Scope of the work

E-Tender for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu.

2.0 Content of Tender Documents

NIWE invites tender from the Suppliers for the aforesaid as per general guidelines mentioned at Annexure.

General Purchase Conditions (GPC)

Special Purchase Conditions (SPC)

Bid Price Schedule (BPS)

Technical Specifications

3.0 Important Details

Tender Mode E-Procurement

Tender Issue date 07/02/2018

Tender Closing Date and Time 21/02/2018 03:30 PM

Tender Opening Date and Time 23/02/2018 03:30 PM

4.0 Cost of tender document

Nil

5.0 Earnest Money Deposit

EMD (Refundable to unsuccessful bidders without any interest) in the form of Demand Draft must accompany the offers. Suppliers registered with National Small Industries Corporation (NSIC) such as Micro/Small/Medium/Startup Enterprises registered for supply / service related to this tender are eligible for exemption from payment of EMD / Security deposit for the contract up to the monetary limit for which the unit is with NSIC. (Attested copy of registration certificate should be furnished in support of the claim of exemption).

Page 2: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 2

5.1 EMD Payment For Suppliers a) Earnest Money deposit

EMD for scope 2(A) is Rs. 1,90,000/- EMD for scope 2(B) is Rs. 3,20,000/- EMD for scope 2(A) + 2(B) is Rs. 5,10,000/-

(Excluding Bank Charges) shall, at Bidders option, be in the form of a Demand draft or Banker’s cheque drawn in favor of NIWE payable at Chennai, or a Bank Guarantee from any of the banks or by NEFT/RTGS specified in the bidding documents. b) The format of Bank Guarantee towards Bid Security shall be in accordance with the form of bid security included in the bidding documents. The bid Security shall remain valid for a period of forty-five (45) days beyond the original Bid validity period or beyond any extension in the period of Bid validity subsequently requested.

6.0 a) Scanned copy of the EMD details to be uploaded in the NIC portal. b) EMD to be submitted in the form of DD/CHEQUE/NEFT/RTGS well within the tender

closing date and time. If EMD is done by DD/Cheque it should be submitted in the tender box in a separate sealed cover duly super scribing “E-Tender for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu”. For NEFT/RTGS the fund transfer details has to be shared with the bidding documents and a copy of the same may be uploaded in the NIC portal.

7.0 Important Information To Bidder

7.1

Issuance of bidding documents to any bidder shall not be construed that such bidder is considered to be qualified.

7.2 Responses submitted by Bidders who do not meet the qualifying requirements in the general conditions at Annexure A or incomplete bids will be rejected.

7.3 NIWE reserves the right to verify any claims made by Bidders and to carry out a capability assessment. The decision of NIWE shall be final in this regard.

7.4 NIWE also reserves the right to accept any proposal or to reject all proposals at any time prior to any short-listing, award or contract without incurring any liability or without any obligation to inform the affected party of the grounds for such decision.

7.6 The proposals shall be opened on the Date & Time mentioned in the documents.

Page 3: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 3

8.0 ADDRESS FOR COMMUNICATION

D.Lakshmanan Deputy Director General (Finance & Administration), National Institute of Wind Energy, Velachery – Tambaram Main Road, Pallikaranai, Chennai 600100. Phone: EPABX: 91-44-2246 3982 / 83 / 84 /2900 1162 / 67 / 95. Fax: 91-44-2246-3980, Email: [email protected], [email protected]

Any amendment to the Tender will be published only in the NIWE Website

: http://niwe.res.in.

It is the tenderers’ responsibility to visit the NIWE website frequently to know about the

latest updates / amendments / corrigendum / addendum / clarifications if any.

Deputy Director General (F&A)

Page 4: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 4

BID PREPARATION AND TENDER SUBMISSION PROCEDURE

A. Bidders should do the registration in the tender site http://eprocure.gov.in/eprocure/app using the option available (online bidder enrolment). The portal enrolment is free of cost. Bidders are advised to go through the instructions/information provided at Help for Contractors, Information about DSC, FAQ, and Bidders Manual Kit on Portal’s homepage. The Digital Signature registration has to be done with the e-token, after logging into the site.

B. For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk Number 0120-4200462, 0120-4001002 Mobile : +91 8826246593 and E-Mail : [email protected] Note- Bidders are requested to kindly mention the URL of the Portal and Tender Id in the subject while emailing any issue along with the Contact details.

C. For any policy related matter / clarifications kindly contact [email protected] managed by Dept of Expenditure, Min. of Finance.

D. For any issues / clarifications relating to the tender(s) published kindly contact the respective Tender Inviting Authority (NIWE).

E. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders.

F. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender schedule and they should be in .pdf /.xls /.jpeg /.rar formats only.

G. After the bid submission, (the bid token number) given by the e-tendering system should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender.

H. The details of the Earnest Money Deposit document should be submitted physically to the Dept. And the scanned copy should be furnished at the time of bid submission online. They should be same otherwise the tender will be summarily rejected.

I. Bidders should ensure that prices should not be indicated anywhere in the unpriced part. The prices should be indicated only in the price bid and nowhere else.

J. The prospective Bidders should register themselves in the CPPP Portal and submit the Bids electronically through the CPPP portal. The paper based physical Tender submission is not permitted.

Page 5: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 5

No. Index

1.0 GENERAL PURCHASE CONDITIONS (GPC)

1) Introduction

2) General Information

3) Definitions

4) Bidding Documents

5) Clarification of Bid Documents

6) Amendment of Bidding Document

7) Preparation Of Bid Proposals

8) Cost of Bidding

9) Language of Bid

10) Validity Of Offer

11) Conditions For Forfeiture Of EMD

12) Release Of EMD

13) Ineligibility For Future Tenders

14) Documents For Qualifying Requirements

15) Technical Proposal

16) Price Proposal

17) Deviation / Exclusions Schedule

18) Cost Compensation for Deviations

19) Bid Evaluation

20) Evaluation Of Bids

21) Discrepancies In Bid

22) Clarification Of Bids

23) Contacting The Owner

24) Owners Right To Accept Any Bid, And To Reject Any Or All Bids

25) Award Criteria

26) Contract

27) Signing of Contract

28) Delivery / Payment Schedule

29) Contract Price

30) Scope Of Supply

31) Contract Performance Guarantee / Security

32) Authorized Representative

33) Insurance

34) Freight

35) Indemnification

36) Modification Of Contract

37) Liquidated Damages

38) Force Majeure

39) No Breach Of Contract

Page 6: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 6

40) Obligations Of The Bidder

41) Risk Procurement

42) Settlement Of Disputes

43) Notices

44) Termination

45) Taxes & Duties

46) Tax Deduction At Source (TDS)

47) Payments To The Bidders

48) Jurisdiction

49) Limitation Of Liability

50) Accident or injury to workmen

Disclaimer

2.0 SPECIAL PURCHASE CONDITIONS (SPC)

1. Introduction

2. Brief Description of Scope of Works

3. Site Inspections & Tender Information

4. Schedule of Services

5. Term of Reference

6. Codes and Standards

7. Reports

8. Submission of Technical / Financial Proposal

9. Evaluation

10. Completion of Services

3.0 Technical & Commercial Bid Submission Form – Bid Form 1

4.0 Pro-forma of Bank Guarantee for Bid Security – Annexure 1

5.0 Pro-forma of Bank Guarantee for Contract Performance – Annexure 2

6.0 Electronic Fund Transfer Form – Annexure 3

7.0 Eligibility Criteria – Annexure 4

8.0 Price Bid / BOQ – Annexure 5

9.0 Documents to be Uploaded – Annexure 6

10.0 Proposed Methodology and Work Plan - APPENDIX-I

11.0 Technical Compliance sheet - APPENDIX-II

Page 7: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 7

GENERAL PURCHASE CONDITIONS (GPC)

1. INTRODUCTION National Institute of Wind Energy (NIWE), an autonomous R&D institution of MNRE, Govt. of India

intends for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu.

2. GENERAL INFORMATION

The Indian Suppliers / Foreign Suppliers / Their Authorized Agents if any / The Authorized Indian Agents are invited to submit a “Technical Proposal” and “Price proposal” Methodology for submission of proposal has been detailed hereunder in this document.

3. DEFINITIONS Unless the context otherwise requires, the following terms whenever used in this Contract have the following meanings:

1. OWNERS / BUYER / EMPLOYER shall mean NIWE. 2. “Applicable Law” - This Contract including all matters connected with this Contract shall be

governed and construed in accordance with the Indian Law both substantive and procedural and shall be subject to the exclusive jurisdiction of Indian courts at Chennai (India).

3. “Contract” means the Contract signed by the parties, to which these General Purchase Conditions (GPC) are attached together with all the documents listed in such signed Contract.

4. “Contract Price” means the price to be paid for the performance of the Services, in accordance with the payment terms, subject to such additions and adjustments thereto or deductions there from, as may be made pursuant to the Contract.

5. “Government” means the Government of India. 6. “Local Currency” means the currency of the Government of India. 7. “Party” means the Owner or the Bidder, as the case may be, and “Parties” means both of them. 8. “Personnel” means persons hired by the Bidder as employees and assigned to the performance

of the Services or any part thereof. 9. “Services” means the work to be performed by the Bidder pursuant to this Contract, as

described in the detailed Terms of Reference; and Law Governing the Contract 10. This Contract, its meaning and interpretation, and the relation between the Parties shall be

governed by the Applicable Law. 11. Language: English shall be the binding and controlling language for all matters relating to the

meaning or interpretation of this Contract. 12. Bill of Quantity (BOQ): means price bid / Financial Bid / Price bid with proposal.

4. BIDDING DOCUMENTS

I. General Purchase Conditions (GPC) Bid Form 1 Technical and commercial bid submission form Annexure 1 Proforma of Bank Guarantee for Bid Security Annexure 2 Proforma of Bank Guarantee for Contract performance Annexure 3 Electronic Fund Transfer form (E.F.T Form) Annexure 4 Eligibility Criteria

II. Special Purchase Conditions (SPC) Annexure 5 Price Bid/BOQ Annexure 6 Documents to be uploaded Appendix I Proposed Methodology and Work Plan Appendix II Technical Compliance sheet

5. CLARIFICATION OF BIDDING DOCUMENT

Page 8: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 8

A prospective Bidder requiring any clarification of the Bidding Document shall seek clarifications through online. Should the Owner deem it necessary to amend the Bidding Document as a result of a clarification, it shall do so by amendment in the tender.

6. AMENDMENT OF BIDDING DOCUMENT 1. At any time prior to the deadline for submission of the Bids, the Owner may amend the

Bidding Document by issuing addenda. 2. Any addendum issued shall be part of the Bidding Document and shall be published in the

NIC portal and NIWE website. 3. To give prospective Bidders reasonable time in which to take an addendum into account

in preparing their Bids, the Owner may, at its discretion, extend the deadline for the submission of the Bids.

7. PREPARATION OF BID PROPOSALS 1. Proposals shall be complete in all respect and shall be submitted with requisite

information and Annexure. It shall be free from any ambiguity, cutting or overwriting. Any such correction must be initialled by the persons who sign the proposals.

2. For preparation of Proposals, Bidders are expected to examine the bidding documents in detail. Material deficiencies in providing the information requested may result in rejection of the proposal.

3. All pages of the bid, except for un-amended printed literature, shall be initialled by the person or persons signing the bid.

4. Indian agent on behalf of the Principal /OEM and Principal OEM cannot bid simultaneously for the same item/product.

5. The same agent should not submit a bid on behalf of another Principal.OEM in the same tender for the same item/product.

8. COST OF BIDDING The Bidder shall bear all costs associated with the preparation and submission of its Bid, negotiation, discussion etc. and the Owner shall not be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

9. LANGUAGE OF BID The Bid, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the Owner, shall be written in English. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, such translation shall govern.

10. VALIDITY OF OFFER The proposals shall remain valid for a period of

1. 90 days for Scope 2(A) 2. 180 days for Scope 2(B) From the date of opening of BID. In exceptional circumstances, the Owner may solicit

the Bidder’s consent for extension of the bid validity period. When the validity period is

extended by the Bidder, the same shall be done without any modification to the bid proposal

by the Bidder.

Page 9: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 9

11. CONDITIONS FOR FORFEITURE OF EMD

The Earnest Money Deposit/Bid Security shall be forfeited or any of the following circumstances by the Employer/Owner without any notice or proof of damage to the Owner, etc.

1. If the Bidder withdraws or varies its Bid during the period of Bid validity specified by the Bidder in the Bid Proposal.

2. If the Bidder does not accept the correction of its Bid Price pursuant to clause 21.0 of GPC.

3. If the Bidder does not withdraw any deviation listed in prescribed Deviation Schedule of BPS at the cost of withdrawal indicated by him.

4. If the Bidder refuses to withdraw, without any cost to the Owner, any deviation not listed in prescribed Deviation Schedules of BPS but found elsewhere in the Bid.

5. In the case of a successful bidder, if the bidder fails within the specified time limit to furnish the acceptance of Letter of Award/Purchase Order.

6. In the case of successful Bidder, if the Bidder fails, within the time limit, to furnish the required Contract Performance Guarantee/Security Deposit.

12. RELEASE OF EMD 1. The Bid Security of all the unsuccessful Bidders shall be returned as promptly as possible,

but not later than 1 month after expiration of bid validity. EMD shall not carry any interest.

2. The Bid Security of the successful Bidder shall be retained once the successful Bidder has accepted the Letter of Award/ Purchase Order and furnished the required Contract Performance Guarantee/Security Deposit after adjusting EMD.

13. INELIGIBILITY FOR FUTURE TENDERS Notwithstanding the provisions regarding forfeiture of Bid Security specified above, if a bidder after having been issued the Letter of Award/Purchase, either does not accept the order/Letter of award or does not sign the Contract Agreement or does not submit an acceptable Performance Security and which results in tender being annulled then such bidder shall be treated ineligible for participation in future tenders.

14. DOCUMENTS FOR QUALIFYING REQUIREMENTS The bidder shall furnish documentary evidence in support of meeting the following Qualifying Requirements

Bidder should have successfully completed at least 3 offshore geotechnical investigation

projects in marine environment for design of marine /offshore structures or similar

works during last 7 years. Bidder should attach the relevant documents like work order,

work completion certificates for completed Projects/works before the Tender issue

date. The work order value of the completed similar projects should be either of the

following

SCOPE 2(A)

a. Three similar completed works costing not less than 30 lakhs.

Or

b. Two similar completed works costing not less than 37.5 lakhs.

Or

c. One similar completed work costing not less than 60 lakhs

Page 10: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 10

SCOPE 2(B)

a. Three similar completed works costing not less than 50 lakhs.

Or

b. Two similar completed works costing not less than 63 lakhs.

Or

d. One similar completed work costing not less than 100 lakhs

If the bidder is quoting for both scopes 2(a) and 2(b), pre-qualification criteria of 2(b)

will be considered.

Vessel / barge should have IRS/equivalent certifications amicable for MOD clearances.

(NIWE will facilitate for application of MOD Clearance but the bidder has to submit the

relevant documents/letters for obtaining the same. The quote value should be inclusive of

cost for clearances.)

Suppliers registered with National Small Industries Corporation (NSIC) including Micro/Small/Medium/Startup Enterprises & Companies will be exempted from the above qualifying requirements, subject to meeting of quality and technical specifications.

Bidder should provide the proposed detailed work plan, methodology and time schedule to complete the scope of work in the stipulated time.

Bidder should provide proof for in-situ equipments and laboratory instruments needed to undertake the scope of work of this tender.

15. TECHNICAL PROPOSAL

1. To establish the conformity of the Goods and Related Services to the Bidding Document, the Bidder shall furnish as part of its Bid complete list of goods as given in the Price Bid without prices, the documentary evidence wherever applicable that the Goods and Related Services conform to the requirements specified.

2. Apart from the technical requirements as stipulated in the bid documents, data sheets etc. the documentary evidence may be in the form of literature, drawings or data, and shall consist of a detailed item-by-item description of the essential technical and performance characteristics of the Goods and Related Services, demonstrating substantial responsiveness of the Goods and Related Services to those requirements. If applicable, a statement of deviations and exceptions to the provisions of Technical specifications will be submitted by the bidder separately.

16. PRICE PROPOSAL

1. For preparation of the ‘Price Proposal/ BOQ”, Bidders are expected to take into account the requirements and conditions of the bidding documents. The Price Proposal shall be made in ‘Bid Proposal’, annexure 5 of Bidding Documents.

2. The rate quoted by the bidder shall be inclusive of all provisions for incidental expenses necessary for proper execution and completion of the work in accordance with the terms & condition of the bidding document.

3. All prices to be quoted by the Bidders will be in Indian Rupees and/or any convertible foreign currency on firm price basis and to remain valid during the currency of the Contract.

Page 11: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 11

4. Bidders shall necessarily submit the prices in the enclosed format for Bid Price Schedule only.

5. The total prices arrived at in the ‘Price Bid’, are to be entered in the ‘BOQ’. These prices shall stand corrected as elaborated elsewhere in this document.

17. DEVIATIONS / EXCLUSIONS SCHEDULE

1. Bidders should generally agree to all the terms and conditions of the bid documents. However, deviation / exception / assumption, if any should be stated separately in the “Deviations / Exclusions Schedule’’ and shall be submitted along-with “Bid Proposal’, failing which it would be presumed that all terms and conditions are acceptable to them. In case the bidder has taken any deviation, the bidder must indicate the cost of withdrawal of the same in “Deviations / Exclusions Schedule’’.

2. If there are no deviations, the “Deviations/Exclusions Schedule’’ shall be returned duly signed and stamped after stating “Nil Deviations”.

18. COST COMPENSATION FOR DEVIATIONS

Deviations specifically declared by the bidders in the Deviation Schedule of Bid Proposal Sheets only will be taken into account for the purpose of evaluation. The bidders are required to declare the prices for the withdrawal of the deviations declared by them in the Deviation schedule. Such prices declared by the bidder for the withdrawal of the deviation in the Deviation Schedules shall be added to the bid price to compensate for these deviations. In case prices for withdrawal of deviations are not furnished by the bidder, the Owner shall convert such deviations into Rupee value and add to the bid price to compensate for these deviations. In determining the Rupee value of the deviations, the owner will use parameters consistent with those specified in the specifications and documents and/or other information as necessary and available to the Owner. In case the bidder refuses to withdraw the deviations at the cost of withdrawal indicated by the bidder in the Deviation Schedule, the bid security of the bidder may be forfeited. Bidders may note that deviations, variations and additional conditions etc. found elsewhere in the bid other than those stated in the Deviation Schedules, save those pertaining to any rebates, shall not be given effect to in evaluation and it will be assumed that the bidder complies to all the conditions of Bidding Documents. In case bidder refuses to withdraw, without any cost to the Owner, those deviations which the bidder did not state in the Deviation Schedules, the bid security of the bidder may be forfeited.

19. BID EVALUATION

The Owner will determine whether the Proposals are substantially responsive to the Bidding Document and their proposal is complete. Material deficiencies in the proposal may render the proposal non-responsive and may lead to the rejection of the proposal.

20. EVALUATION OF BIDS

1. The Owner shall evaluate each Bid that has been determined, up to this stage of

the evaluation, to be substantially responsive.

2. To evaluate a Bid, NIWE shall only use all the criteria and methodologies defined

in this document.

3. To evaluate a Bid, NIWE shall consider the following:

I. The bid price as quoted as per BOQ / Bid Price Schedule II. Price adjustment due to discounts offered; and

III. Price adjustment due to application of the evaluation criteria.

Page 12: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 12

4. The evaluation criteria specified in Special Purchase Conditions (SPC) shall over-ride all other similar related clauses appearing elsewhere in the bid documents.

5. Bid for scope 2(A) and 2(B) will be evaluated independently

The owner reserves the right either to Accept or Reject to 2(A) and 2(B) individually / combined according to the exigencies of the requirements of NIWE

21. DISCREPANCIES IN BID

In case of discrepancies in bids, the following will be adopted to correct the discrepancies for the purpose of evaluation.

1. In case of discrepancy between the original & copies of bid, the original bid will be considered as correct.

2. In case of discrepancy between unit price in figures and words, the unit price words will be considered as correct.

3. In case of discrepancy between unit price and total price, the unit price will be considered as correct.

4. In case of discrepancy between unit price and total price, which is obtained by multiplying the unit price and quantity, or between sub-totals and the total price, the unit or subtotal price shall prevail, and the total price shall be corrected accordingly.

22. CLARIFICATION OF BIDS

During evaluation, the Owner may, at their discretion, ask any Bidder for a clarification of its Bid. The Owner’s request for clarification and the response shall be in writing. No change in the prices or substance of the Bid shall be sought, offered or permitted.

23. CONTACTING THE OWNER

1. Subject to GPC clause 22, no Bidder shall contact the Owner on any matter relating to its bid, from the time of the opening of Bids to the time the contract is awarded.

2. Any effort by a Bidder to influence the Owner in the Owner’s bid evaluation, bid comparison or contract award decisions may result in rejection of the Bidder’s bid.

24. OWNER’S RIGHT TO ACCEPT ANY BID, AND TO REJECT ANY OR ALL BIDS

The Owner reserves the right to accept or reject any Bid, and to annul the bidding process and reject all Bids at any time prior to Contract award, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder (s) of the grounds for the owner’s action.

25. AWARD CRITERIA

The owner will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated bid, further provided that the Bidder is determined to be qualified to perform the contract satisfactorily.

26. CONTRACT

1. The Owner shall send to the successful Bidder the Purchase Order/Letter of Award (LOA).

2. The contract shall come into effect from the date of issue of Letter of Award/Purchase Order.

3. Successful bidder on whom Contract/LOA/Purchase Order is placed shall hereafter be called Supplier.

Page 13: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 13

27. SIGNING OF CONTRACT

For order value more than 10 lakhs initially a letter of Indent /PO will be sent from NIWE. Within one week, the contractor should his acceptance to the LOI/PO. Upon the receipt of acceptance a contract will be signed between NIWE and the successful bidder.

28. DELIVERY / PAYMENT SCHEDULE

The total duration for site investigations, laboratory tests and preparation report reports is 1. 45 days for Scope 2(A) 2. 90 days for Scope 2(B) from the date of contract excluding the time taken by the Authority in conveying its comments on the Draft Report. The payment schedule is given below:

Sl.No Specific Deliverables Payment

Term

01. Completion of soil investigations at field

and certification by NIWE based on submission of preliminary report and

records

50%

02. Completion of all laboratory tests and submission of laboratory results

and draft reports to NIWE

30%

03. Submission of final soil investigation results reports including the

observations form NIWE

20%

29. CONTRACT PRICE

The Contract Price shall be as specified in the Purchase Order / LOA.

30. SCOPE OF SUPPLY

As per Special Purchase Conditions Clause 2.

31. SECURITY DEPOSIT

1.Within thirty (30) days of the receipt of Purchase Order/Letter of Award from the Owner, the

Supplier shall furnish Security Deposit in any form acceptable to the Owner for 5% value of the

order including taxes and duties (less EMD when paid by DD/Banker’s Cheque)

2. Failure of the supplier to submit the above-mentioned Security Deposit shall constitute

sufficient grounds for the annulment of the award and forfeiture of the EMD.

3. Security Deposit may be submitted in any of the following forms:

I) A crossed Demand Draft/ Bankers cheque drawn in favour of NIWE Payable at Chennai

II) An irrevocable Bank Guarantee as per the NIWE standard format from any

nationalized bank / Scheduled Bank as acceptable to NIWE.

4. The validity of the Security Deposit in the form of Bank Guarantee shall be for an additional period of 3 months beyond the date of delivery of goods/services as per clause 28 or actual date of delivery whichever is later.

5. The Security Deposit may be adjusted against Performance Bank Guarantee to be provided by

the bidder as per Clause 28 of GPC

Page 14: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 14

OR Will be refunded to the bidder on submission of 10% Performance Bank Guarantee.

32. AUTHORISED REPRESENTATIVE

Any action required or permitted to be taken, and any document required or permitted to be executed, under the Contract by the Owner or the Bidder may be taken or executed by the officials authorized for the purpose.

33. INSURANCE

The Bidder will be responsible for taking out any appropriate insurance coverage at their own cost as may be required for successful completion of the job against all risks including theft/fire. The insurance coverage will be arranged by suppliers.

34. FREIGHT

The Bidder will be responsible for safe delivery of material at their own cost. Therefore, the prices quoted must be inclusive of freight and insurance.

35. INDEMNIFICATION

The Supplier shall, at its own expense, defend and indemnify the owner against all third part claims of infringement of Intellectual Property Rights, including patent, trade mark, copy right, trade secret or industrial design rules arising from use of the products or any part thereof. The Supplier shall expeditiously extinguish any such claims and shall have full rights to defend itself there from. The Owner shall not pay any compensation to a third party resulting from such infringement and the Supplier shall be fully responsible for the same, including all expenses at the court and legal fees. The Owner will give notice to the Supplier of any such claim without delay, shall provide reasonable assistance to the Contractor in disposing of the claim, and shall at no time admit any liability for or express any intent to settle the claim. Final payment to the Supplier by the Owner will not be made while any such suit or claim remains unsettled.

36. MODIFICATION OF CONTRACT

Modification of the terms and conditions of the Contract, including any modification of the Scope of the Services or of the Contract price may only be made by written agreement between the Parties.

37. LIQUIDATED DAMAGES

The timely delivery of the material and related services is the essence of the contract. In the event of supplier’s failure to deliver the material of acceptable quality within the stipulated delivery period, the liquidated damages are payable by the Bidder @ 0.5% (one half of one percent) per week of delay or part thereof, of the unexecuted order value. However, the total liability of the Bidder under this clause shall not exceed 5% of the Contract value as awarded.

38. FORCE MAJEURE

1. “Force Majeure” shall mean any event beyond the reasonable control of the Owner or the Supplier, as the case may be, and which is unavoidable notwithstanding the reasonable care of the party affected.

2. If either party is prevented, hindered or delayed from or in performing any of its obligations under the Contract by an event of Force Majeure, then it shall notify the other

Page 15: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 15

in writing of the occurrence of such event and the circumstances there of within fourteen (14) days after the occurrence of such event.

3. The party who has given such notice shall be excused from the performance or punctual performance of its obligations under the Contract for so long as the relevant event of Force Majeure continues and to the extent that such party’s performance is prevented, hindered or delayed. The Time for Completion shall be extended by a reasonable time.

4. The party or parties affected by the event of Force Majeure shall use reasonable efforts to mitigate the effect there of upon its or their performance of the Contract and to fulfil its or their obligations under the Contract, but without prejudice to either parties’ right to terminate the contract.

5. No delay or non-performance by either party hereto caused by the occurrence of any event of Force Majeure shall

i. Constitutes a default or breach of the Contract. ii. Give rise to any claim for damages or additional cost or expense occasioned there by if

and to the extent that such delay or non-performance is caused by the occurrence of an event of Force Majeure.

6. If the performance of the Contract is substantially prevented, hindered or delayed for a single period of more than sixty (60) days or an aggregate period of more than one hundred and twenty (120) days on account of one or more events of Force Majeure during the currency of the Contract, the parties will attempt to develop a mutually satisfactory solution, failing which the dispute shall be resolved in accordance with Clause 42 of GPC.

7. Notwithstanding clause above, Force Majeure shall not apply to any obligation of the Owner to make payments to the Supplier herein.

39. NO BREACH OF CONTRACT

The failure of a party to fulfil any of its obligations under the Contract shall not be considered to be a breach or default under the Contract in so far as such inability arises from an event of Force Majeure, provided that the Party affected by such an event has taken all reasonable precautions, due care and reasonable alternative measures in order to carry out the terms and conditions of this Contract and has informed the other Party as soon as possible about the occurrence of such an event.

40. OBLIGATIONS OF THE BIDDER

The Bidder shall perform the Services and carry out their obligations with all due diligence, efficiency, and economy, in accordance with generally accepted professional techniques and practices, and shall observe sound management practices, and employ appropriate advance technology and safe methods. The Bidder shall always act, in respect of any matter relating to this Contract or to the Services, as faithful advisers to the Owner and shall at all times support and safeguard the Owner’s legitimate interests in any dealings with Sub-bidder or third parties.

41. RISK PROCUREMENT

In the event of Suppliers failure to render service of acceptable quality in scheduled delivery period, NIWE reserves the right to procure services from any other source at the Suppliers risk and cost and the difference in cost shall be borne by the Supplier. Further, NIWE shall retain the right of forfeiture of Contract performance Guarantee (CPG) and or any other action as deemed fit.

42. SETTLEMENT OF DISPUTES

Page 16: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 16

If any dispute(s)or difference(s) of any kind whatsoever arise between the Parties hereto in connection with or arising out of this Contract, the Parties hereto shall negotiate with a view to its amicable resolution and settlement. In the event no amicable resolution or settlement is reached within a period of thirty (30) days from the date on which the dispute(s) or difference(s) arose, such dispute(s) or differences shall be referred to and settled by sole arbitration of the Secretary, Ministry of New and Renewable Energy, New Delhi or his nominee whose decision shall be final and binding for both the parties, under the provisions of The Arbitration and Conciliation Act, 1996. The existence of any dispute(s) or difference(s) or the initiation or continuance of the arbitration proceedings shall not permit the Parties to postpone or delay the performance by the parties of their respective obligations pursuant to this Contract. The venue of the arbitration shall be Chennai, India.

43. NOTICES

Any notice, request, or consent sought pursuant to the tender shall be in writing and shall be deemed to have been made when delivered in person to an authorized representative of the Party to whom the communication is addressed, or when sent by speed post, fax, or facsimile to such Party i.e. Owner or Bidder.

44. TERMINATION

The Owner may terminate the Contract, by not less than thirty (30) days’ written notice of termination to the Supplier to be given after the occurrence of any of the events specified in paragraphs(1) to (4) of this Clause and thirty (30) days’ in the case of the event referred to in (5) below:

1. If the Supplier does not remedy a failure within thirty (30) days. 2. If the Supplier becomes insolvent or bankrupt; 3. If as a result of Force Majeure, the Supplier is unable to perform a material portion

of the Services for a period of not less than thirty (30) days; or 4. If the Supplier, in the judgement of the Owner has engaged in corrupt or fraudulent

practices in competing or in executing the Contract. For the purpose of this clause: “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the selection process or in contract execution. “Fraudulent Practice” means a misrepresentation of facts in order to influence a selection process or the execution of a contract to the detriment of the Owner.

5. If the Owner, at its sole discretion, decides to terminate this Contract.

45. TAXES & DUTIES 1. The prices shall be inclusive of all taxes & duties leviable including Goods and Service taxes

and the Owner shall not be liable for the same. 2. For the purpose of the contract, it is agreed that the contract price specified in Bid Price

Schedule is based on the taxes duties and charges prevailing at seven (7) days prior to the last date of bid submission date. Bidders are requested to provide the breakup of taxes in the Bid Price Schedule prevailing at seven (7) days prior to the last date of bid submission date.

3. If any rates of tax are increased or decreased, a new tax is introduced, an existing tax is abolished, or any change in interpretation or application of any tax occurs in the course of the performance of contract, which was or will be accessed on the bidder in connection with performance of the contract, an equitable adjustment of the contract price shall be

Page 17: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 17

made to fully take into account any such change by addition to the contract price or deduction there from as the case may be.

46. TAX DEDUCTION AT SOURCE(TDS)

TDS will be deducted as applicable. Valid Permanent Account Number (PAN) is mandatory.

47. PAYMENTS TO THE BIDDER

Payment will be made to the account of the bidder and according to the payment terms stated hereunder based on the certification of Group Head. The payments shall be made after the conditions listed for such payment have been met, and the Bidder has submitted an invoice to the Owner specifying the amount due. Payment shall be released within 30 days of receipt of invoice complete in all respect as per Payment terms mentioned in SPC.

48. JURISDICTION

Notwithstanding any other court or courts having jurisdiction to decide the question(s) forming the subject matter of the reference if the same had been the subject matter of a suit, any and all actions and proceeding arising out of or relative to the contract (including any arbitration in terms thereof) shall lie only in the Court of Competent Civil jurisdiction in this behalf at Chennai and only the said Court(s) shall have jurisdiction to entertain and try any such action(s) and/or proceeding(s) to the exclusion of all other Courts.

49. LIMITATION OF LIABILITY

Except in cases of criminal negligence or wilful misconduct, a. the Contractor shall not be liable to the Employer, whether in contract, tort, or

otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the Contractor to pay liquidated damages to the Employer and

b. the aggregate liability of the Contractor to the Employer, whether under the Contract, in tort or otherwise, shall not exceed the total Contract Price, provided that this limitation shall not apply to any obligation of the Contractor to indemnify the Employer with respect to patent infringement. In the event of summons from Government organizations like GST authorities, NIWE shall recover such sums as directed by the authorities and remit the same to them under intimation to the suppliers.

50. ACCIDENT OR INJURY TO WORKMEN:

NIWE shall not be liable for any damage or compensation payable at law in respect or in consequence of any accident or injury to any workmen or other men in the employment of the contractor or sub-contractor. The contractor shall indemnify and keep indemnify NIWE against all such damages and compensation, and against all claims, proceedings costs, charges and expenses whatsoever in respect thereof of in relation thereto. The insurance shall be within the contract price. It is the responsibility of contractor to ensure prompt settlement of such claims as admissible in law without waiting for settlement of insurance claims.

Page 18: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 18

Disclaimer

The information contained in this tender document or subsequently provided to Applicants, whether verbally or in documentary or any other form by or on behalf of the NIWE or any of its employees or advisers, is provided to Applicants on the terms and conditions set out in this TENDER and such other terms and conditions subject to which such information is provided.

This TENDER is neither an agreement nor an offer by the NIWE to the prospective Applicants or any other person. The purpose of this TENDER is to provide interested parties with information that may be useful to them in the formulation of their Proposals pursuant to this TENDER. This TENDER includes statements, which reflect various assumptions and assessments arrived at by the NIWE in relation to the Consultancy. Such assumptions, assessments and statements do not purport to contain all the information that each Applicant may require. This TENDER may not be appropriate for all persons, and it is not possible for the NIWE, its employees or advisers to consider the objectives, technical expertise and particular needs of each party who reads or uses this TENDER. The assumptions, assessments, statements and information contained in this TENDER, may not be complete, accurate, adequate or correct. Each Applicant should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments and information contained in this TENDER and obtains independent advice from appropriate sources.

Information provided in this TENDER to the Applicants is on a wide range of matters, some of which depends upon interpretation of law. The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. The NIWE accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein.

The NIWE, its employees and advisers make no representation or warranty and shall have no liability to any person including any Applicant under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this TENDER or otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the TENDER and any assessment, assumption, statement or information contained therein or deemed to form part of this TENDER or arising in any way in this Selection Process.

The NIWE also accepts no liability of any nature whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon the statements contained in this TENDER.

The NIWE may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumption contained in this TENDER.

The issue of this TENDER does not imply that the NIWE Authority is bound to select an Applicant or to appoint the Selected Applicant, as the case may be, for the Consultancy and the NIWE reserves the right to reject all or any of the Proposals without assigning any reasons whatsoever.

The Applicant shall bear all its costs associated with or relating to the preparation and submission of its Proposal including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by the NIWE or any other costs incurred in connection with or relating to its Proposal. All such costs and expenses will remain with the Applicant and the NIWE shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by an Applicant in preparation or submission of the Proposal, regardless of the conduct or outcome of the selection process.

Page 19: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 19

SPECIAL PURCHASE CONDITION (SPC)

1. Introduction

National Institute of Wind Energy (NIWE intend to take up LiDAR based offshore wind measurement for offshore wind power project near Tuticorin. The coordinates are Latitude 8°25’ 00” N and Longitude 78° 12’ 00” E. For the purpose a geo-technical survey / study is proposed to be conducted in and around the said location before the installation of the support structure for mounting LiDAR.

2. Brief Description of Scope of Works

A) The bidder should carry out soil investigation work for sub soil characteristics for the work of offshore geotechnical investigation in and around proposed LiDAR location (Latitude 8°25’ 00” N and Longitude 78° 12’ 00” E) near Tuticorin in water depth of about 17m- 20m a at locations marked in the relevant drawing up-to a depth of 30m in soil/10m in rock whichever is encountered first. All the sampling and testing will be done by using Jack Up barge / Equivalent platforms as per Indian Standards. The objective of this investigation is to ascertain the nature and properties of soil available at proposed site at recommended depths for the design of foundation of the proposed offshore structure. All work shall be carried out as per the relevant Indian Standard IS: 1892, unless specified in this document.

Figure 1: Map showing LiDAR Location

LiDAR location 37 kms south of Tuticorin port with water depth about 17 meters falling in Zone-A Latitude : 8° 25' 00" N Longitude : 78° 12' 00" E

Page 20: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 20

B) The bidder may also needs to carry out out soil investigation work for sub soil characteristics for the work of offshore geotechnical investigation (3 to 6 boreholes) with in 15kms radius from the proposed LiDAR location (Latitude 8°25’ 00” N and Longitude 78° 12’ 00” E) near Tuticorin in the area -240 Sq.km indicated as ‘A’ (Refer in Figure-2). The Geo-Technical investigation has to be carried out in a water depth of about 10-35m at locations marked in the relevant drawing up-to a depth of 30m in soil/10m in rock whichever encountered first. Exact locations and number of bore holes will be finalized based on the Geo-Physical Investigation of the proposed area and informed to the bidder which will be carried out by NIWE separately. All the sampling and testing will be done by a suitable methodology as per Indian Standards. The objective of this investigation is to ascertain the nature and properties of soil available at proposed site at recommended depths for the design of foundation of the proposed offshore structure. All work shall be carried out as per the relevant Indian Standard IS: 1892, unless specified in this document.

Figure 2: Map showing proposed area for Geo-Technical Investigation

‘A’ marked by

yellow outline –

240 sq.km

Page 21: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 21

3. Site Inspections & Tender Information

Prior to the tender closing, it is strongly suggested that the Bidder visit and inspect the site and surrounding areas where the Service is to be performed.

a) The Bidder shall be deemed to have satisfied themselves as to the form and nature of

the site, the quantities and nature of the service and materials necessary for the

completion of the service, and in general to have obtained all necessary information as

to the risks, contingencies and other circumstances which may influence or affect his

Tender.

b) Bidders will be granted permission by the NIWE, post-application, to ‘enter upon the

site’ of the service for the purpose of inspection, but only upon the expressed condition

that such person will release and indemnify the NIWE from and against all liability in

respect of personnel injury, loss of or damage to property and any other loss, or effects

of adverse weather condition of operation.

c) Bidders shall make their own assessment of existing facilities, conditions and difficulties

which will attend the execution of the service called for by the proposed contract;

including local conditions, constraints due to maintenance of traffic, labour conditions,

uncertainty of weather, difficulties with access, and all other reasonable contingencies.

Bidders shall satisfy themselves by personal examination of the site of the proposed

Service and by such other means as they choose as to actual conditions and

requirements, and as to the quantities required.

d) No subsequent claim will be allowed or considered for any work that may be required

for the proper execution and completion of the Services, due to failure by the Bidder to

examine the site and make proper allowances for the conditions to be encountered.

4. Schedule of Services The bidder shall render following services:

Stage-1: a) A primary meeting with concerned NIWE authorities followed by site visit. b) Understanding NIWE’s requirements. c) Examine the site conditions to become fully acquainted for the proposed work/project. d) Prepare a methodology and testing details based on data as per norms. e) Presentation of the scheme conceptual report. f) Submission shall be in two hard copies as well as in soft copy.

Stage-2: a) After approval modify the report incorporating required changes /modifications and

prepare working report with methodology etc. for the NIWE’s approval. b) Submission shall be in two hard copies as well as in soft copy.

Stage-3:

a) Based on working methodology, soil investigation work shall be conducted. The soil investigation shall be carried out as per relevant IS code. The work shall be constantly supervised at site by a qualified engineer of the bidder. All the arrangements for enabling the presence of the engineer at site shall be arranged by the bidder.

Page 22: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 22

b) After completion of soil investigation, testing shall be carried out in laboratory and detailed preliminary report shall be prepared and submitted to NIWE for approval

c) Submission shall be in three hard copies as well as in soft copy. d) All drawings shall be made on computer using AutoCAD. e) All soil analysis shall be carried out with sound engineering practice and as per all

relevant IS Codes. Note:

1. NIWE shall provide available input data/ information such as location etc., 2. Contracting firms shall have to verify the data and any doubt/ambiguity observed shall be

clarified mutually.

3. Contracting firms shall have to carry out soil investigation in conformity with the provisions of all

relevant prevailing Indian Standards, Indian Road Congress etc., Specific marine condition shall

be considered while soil investigation of the marine structure.

4. Contracting firms shall have to clarify/explain soil investigation concept adapted to NIWE

engineers and at the time of execution bidder should have explained to site Engineer.

5. Contracting firms shall be accountable for soil investigation of said structure of particular project

site as per NIWE / Govt. rules or as amended from time to time.

6. For preparation of structural design, soil investigation shall be carried out in the manner and

magnitude/quantum as per the relevant provisions of the Bureau of Indian Standards (BIS)

codes for respective types of structures.

7. If NIWE desire to cross check / scrutinize the soil investigation by any other expert / technical

institute then contracting firms shall attend meeting with such expert appointed and will comply

with the remarks.

8. The soil investigation report shall be property of NIWE.

5. Term of Reference A) General:

The Term of Reference covered under soil investigation includes setting out, field

investigation, laboratory testing and submission of soil investigation reports incorporating the

observations made during the field investigation and the results of laboratory tests, analysis of

all results, with calculations and other related information along with necessary charts, curves

and drawings. The investigation shall consist of sinking boreholes by approved method of

boring, cone penetration tests, collection of disturbed and undisturbed soil samples, collection

of water samples and conducting necessary laboratory tests at a recognized and approved soil

laboratory.

B) Tender Drawing:

The Geotechnical Investigation Layout Drawing indicating the tentative location of the bore holes and field tests/areas to be investigated for locating the project shall be issued by NIWE at the time of issuing LOI for specific project/before commencement of work at site. The location, extent and depth of bore holes & field tests/area indicated in the drawing shall be subject to change that may be necessary during actual execution of the work. No claim whatsoever shall be entertained for differences between the location, extent and depth/area etc. of soil tests indicated on the construction drawings and those actually done as per instruction of NIWE Engineer / person authorised by NIWE at site. The work shall be carried out as per the instructions of the NIWE’s engineer-in-charge / person authorised by NIWE.

Page 23: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 23

The bidder is supposed to be acquainted with working conditions and the nature, type

and scope of work. The rates quoted shall remain firm during the entire period of execution till

completion of the work and any additional claim for lack of knowledge shall not be entertained.

C) Setting out of the works:

The bidder shall be responsible for the setting out of the position of each borehole in

consultation with representative of NIWE

D) Location and depth of boreholes:

All the investigations shall be carried out at off the coastline of Tuticorin. The coordinates at

Tuticorin are:

2(A): LiDAR location at Latitude: 8° 25' 00" N, Longitude: 78° 12' 00" E in water depth

ranging from 17-20m

2(B): 3 to 6 Boreholes in 15 km radius from LiDAR Location at a water depth ranging

from 10-35m

Depth of 30m in soil/10m in rock whichever encountered first

E) Environmental Conditions

The water depth at proposed locations of Tuticorin 2(A) is around 17m-20m and for

2(B) ranges from 10-35m. A maximum wave height of 3.0 m with a tidal range of 1.0 m and

current speed of 2 m/s are anticipated at these locations. However, the above details are

indicative and the bidder should assess and understand the actual site condition to get

familiarized with the wave climate before the execution of the work. All the sampling and

testing will be done by using Jack up barge / equivalent platform for scope 2(A) and suitable

methodology as per Indian Standards for Scope 2(B)to obtain proper undisturbed soil layers.

F) Sampling & Testing

Depending on water depth and met ocean conditions, geotechnical surveys may be

conducted by using Jack up barge / equivalent platform for scope 2(A) and suitable

methodology as per Indian Standards for Scope 2(B).

I. Core Samples

a) Core samples shall be extracted by the application of a continuous pressure at one end

of the core with the barrel held horizontally without vibration. Friable cores shall be

extracted from the barrel directly into a suitable sized half round plastic channel section.

Care shall be taken to maintain the direction of extrusion of sample same as that while

coring to avoid stress reversal.

b) Immediately after withdrawal from the core barrel, the cores shall be placed in a tray

and transferred into boxes specially prepared for the purpose. The boxes shall be made

from seasoned timber or any other durable material and shall be indexed on top of the

lid as per IS: 4078. The cores shall be numbered serially and arranged in the boxes in a

sequential order. The description of the core samples shall be recorded as per IS: 4464.

Where no core is recovered, it shall be recorded as specified in the continuous record of

core recovery and RQD in the core log as per IS:11315, Part-II.

Page 24: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 24

c) The basic information for the description of rocks shall cover degree of weathering,

discontinuity spacing, strength, color, grain size, structural condition, the mineralogy of

the grains and cementing material rock name, special features like major joint planes,

features/laminations, faults etc.

II. Testing

Following field/laboratory tests are required to be carried out on

disturbed/undisturbed soil samples to know the different characteristics of the soil.

Table 1: Field/laboratory tests to be carried out

S.No Test Designation Applicable Standard

1. Natural Moisture Content (NMC) IS: 2720(Part-1) 1983

2. Grain Size Analysis IS: 2720 (Part – 4) 1985

3. Atterberg limits & soil classification IS: 9259 (Part – 5)

4. Specific gravity IS: 2720 (Part – 3)

5. Bulk density and dry density IS: 2720

6. Unconfined compressive strength IS: 2720 (Part – 10) 1986

7. Cone Penetration Test(CPT) IS 4968- 3(1976), ASTM D5778-12

,ASTM D7400

8. Triaxial test IS: 2720 (Part – 11) 1971

9. Field Vane Shear Test IS : 4434

10. Consolidation Test IS: 2720 (Part – 15) 1986

11. Free Swell Test IS: 2720 (Part – 40) 1977

12. Chemical analysis of soil and water

samples for pH, sulphate, chloride

and other organic content.

Relevant IS code

13. Percolation Test, Porosity, C-Ф

parameters for each and every

strata, Spring constant

Relevant IS code

14. Method for the determination of

unconfined compressive strength of

rock material

IS : 9143-1979

15. Point Load Strength of rocks, Tests

for determination of poisson’s ratio

and Elastic Modulus, Direct Shear

Strength of rocks, water content,

porosity and density of rocks.

Relevant IS code

16. Direct Shear test in soil IS2720 Part 13 1986

Page 25: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 25

III. Cone Penetration test

CPT is carried out to determine the frictional resistance and tip resistance offered

by soil on cone. CPT can be carried out by drilling a hole in the seafloor .The test should be

performed continuous for a depth of 30m below sea bed at a distance of about 5m from

the sample bore hole. The CPT can be terminated if rock is encountered. Downhole CPT

should be done for Scope 2(B). CPT Variation with depth and its correlation with other

field and lab tests parameters like friction angle, young’s modulus, relative density,

undrained shear strength and porosity, whichever is applicable, should be clearly

indicated in a report format. The methodology for carrying out test should be as per

relevant standards like IS 4968- 3(1976), ASTM D5778-12 and ASTM D7400-14, etc. The

methodology followed for the CPT testing should be clearly specified in the report.

IV. Field Vane Shear Test

Field vane shear test shall be performed inside the borehole to determine the

shear strength of cohesive soils, especially of soft and sensitive clays which are highly

susceptible to sampling disturbance. This test shall be conducted by advancing a four

winged vane of suitable size (75mm or 100mm diameter as per the soil condition into

the soil up to desired depth and measuring the torque required to rotate the vane. The

specification for equipment & accessories required, the test procedure and field

observations etc shall be as per IS: 4434. This test may also be conducted by direct

penetration from the ground surface. If the cuttings at the test depth in the bore hole

show any presence of gravel, sand, shells, decomposed wood etc which are likely to

influence the test results substantially, the test at that particular depth may be omitted

with the permission of the NIWE’s engineer-in-charge / person authorised by NIWE.

However the test shall be conducted at a depth where these obstructions cease to

occur. On completion of the test the results shall be reported in an approved proforma

as specified in IS: 4434, Appendix-A.

V. Triaxial test

Triaxial shear test shall be conducted on undisturbed soil samples saturated by

the application of backpressure. Triaxial tests shall be performed on the specimens at

natural moisture content. Each test shall be carried out on a set of three test specimens

from one sample at cell pressures equal to 100, 200 an and 300kN/sqm or as required

depending on the soil conditions.

VI. Consolidation test

Consolidation test shall have loading stages of 10, 25, 50, 75, 100, 200, 400 and

800 kN/sqm. Rebound curve shall be recorded for all the samples by unloading the

specimen at the in-situ stress of the specimen. Additional rebound curves shall also be

recorded whenever desired by the NIWE’s engineer-in-charge / person authorised by

NIWE.

VII. Chemical analysis

Chemical analysis of sub-soil shall include determination of pH value, carbonate,

sulphate (both SO3 and SO4), chloride and nitrate contents, organic matter, salinity and

Page 26: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 26

any other chemicals harmful to the foundation material. The contents in soil shall be

indicated as percentage. Sub-soil water sample shall include the determination of the

properties such as color, odor, turbidity, pH value and chemical contents such as

carbonate, sulphate (both SO3 and SO4), chloride, nitrate, organic matter and any other

chemicals harmful to the foundation material. The contents such as sulphate etc. shall

be indicated as ppm by weight.

6. a. Codes and Standards

All standards, specification and codes of practice referred to herein shall be the latest editions

including all applicable official amendments and revisions. In case of conflict between this

specification and those (IS codes and standards etc.) referred to herein the former shall prevail. All

work shall be carried out as per the specification and the following standards and codes.

* Wherever Indian Standards are mentioned, in lieu of the same relevant International Standards like ASTM etc. may also be used.

IS: 1080 Code of practice for design and construction of simple spread foundations

IS: 1498 Classification and identification of soils for general engineering purposes

IS: 1888 Method of load test on soils

IS: 1892 Code of practice for subsurface Investigation for Foundation

IS: 1904 Code of practice for design and construction of foundations in soils: General Requirements

IS: 2132 Code of practice for thin walled tube sampling of soils

IS: 2470 Code of practice for design and construction of septic tanks Part-I

IS: 2720 Method of test for soils (Relevant parts)

IS: 2809 Glossary of terms and symbols relating to soil Engineering

IS: 2810 Glossary of terms relating to soil dynamics

IS: 2911 Code of practice for design and construction of pile foundations (Relevant parts)

IS: 2950 Code of practice for design and construction of raft Part- I foundation

IS: 3025 Methods of sampling and testing (Physical and chemical) for water used in Industry

IS: 3043 Code of practice for earthing

IS: 4078 Code of practice for indexing and storage of drill cores

IS: 4434 Code of practice for in-situ vane shear test for soils

IS: 4453 Code of practice for exploration by pits, trenches, drifts and shafts

IS: 4464 Code of practice for presentation of drilling information and core description in foundation investigation

IS: 4968 Method for subsurface sounding for soils- Dynamic Part -II method using cone and bentonite slurry

IS: 4968 Method for subsurface sounding for soils-Static cone Part-III penetration test

Page 27: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 27

IS: 5249 Method of test for determination of in-situ dynamic properties of soil

IS: 5313 Guide for core drilling observations

IS: 5529 Code of practice for in-situ permeability test – Test in Part-I overburden

IS: 5529 Code of practice for in-situ permeability test - Test in bed Part-II rock

IS: 6065 Recommendation for the preparation of geological and geotechnical maps for river valley project

IS: 6403 Code of practice for determination of allowable bearing pressure on shallow foundation

IS: 6926 Code of practice for diamond core drilling for site investigation of river valley projects

IS: 6935 Method of determination of water level in a bore hole

IS: 6955 Code of practice of subsurface exploration for earth and rock fill dams

IS: 7422 Symbols and abbreviations for use in geological maps, sections and subsurface exploratory logs (Relevant parts)

IS: 8009 Code of practice for calculation of settlement of Part-I foundation subjected to symmetrical vertical loads -Shallow foundations

IS: 8009 Code of practice for calculation of settlement of Part-II foundation subjected to symmetrical vertical loads –Deep foundations

IS: 8763 Guide for undisturbed sampling of sands

IS: 8764 Method for determination of point load strength index of Rocks

IS: 9143 Method for the determination of unconfined compressive strength of rock materials

IS: 9179 Method for preparation of rock specimen for laboratory Testing

IS: 9198 Compaction rammer for soil testing

IS: 9214 Determination of modulus of sub-grade reaction in field

IS: 9259 Specifications for liquid limit apparatus

IS: 9640 Specifications for split spoon sampler

IS: 9669 Specifications for CBR mould and its accessories

IS: 10050 Method for determination of slake durability index of Rocks

IS: 10060 Code of practice for subsurface investigation for power house sites

IS: 10074 Specification for compaction mould assembly for light and heavy compaction

IS: 10108 Code of practice for sampling by thin wall sampler with stationary piston

IS: 10589 Equipment for determination of subsurface sounding of Soils

IS: 10837 Specifications of moulds for determination of relative density and its accessories

IS: 11229 Specifications for shear box testing of soils

IS: 11315 Description of discontinuities in rock mass – Core Part-II recovery and rock quality

IS: 12070 Code of practice for design and construction of shallow foundations on rocks

IS: 13372 Seismic testing of rock mass – Code of practice (Part I & II)

Page 28: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 28

IS 4968- 3(1976), ASTM D5778-12 and ASTM D7400

IS 7746 1991 Code of practice for in-situ shear test on rock

IS 9221 1979 Method for determination of modulus of elasticity and Poisson’s ratio of rock materials

in uniaxial compression

IS 10082 1981 Method of test for determination of tensile strength by indirect tests on rock

specimens

IS 11358 1987 Glossary of terms and symbols relating to rock materials

IS 12634 1989 Method of determination for shear strength of rock joints

IS 13030 1991 Method of test for laboratory determination of water content, porosity, density and

related properties of rock material.

IS2720 Part 13 1986 Direct Shear Tests in Soil.

7. Reports

a. Preliminary Report and Records

On completion of each borehole, three copies of a field bore log shall be submitted to the NIWE.

These field bore logs shall show:

i. Scaled level referred to the CD. ii. The locations of the boreholes on a plan.

iii. The preliminary description of each stratum.

iv. The thickness of each stratum.

v. The position, type and identification of each samples and in-situ test.

vi. Any in-situ test results available.

vii. Rock Quality Designation(RQD),physical and mechanical properties of rock and other

relevant test results.

b. Draft and Detailed Report

On completion of all field and laboratory testing, the bidder shall submit five copies of

draft report to NIWE. The report shall include detailed bore logs, subsoil section, field test

results laboratory observations and test results both in tabular as well as graphical form,

practical and theoretical considerations for the interpretation of test results, the supporting

calculations for the conclusions drawn etc. If required, draft report shall be modified as

suggested by NIWE. The draft report shall also include the following;

i. A plan showing the position of all boreholes.

ii. A description of the procedures of investigation and testing employed and list of

equipment's used.

iii. Detailed bore logs, subsoil sections, laboratory and field test results both in

tabular as well as in graphical form, showing variations of each of the soil Properties

with depths in each borehole.

Page 29: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 29

iv. A true cross section of all individual bore holes with reduced levels and coordinates

showing the classification and thickness of individual stratum, position of ground water

table, various in-situ tests conducted and samples collected at different depths and the

rock stratum, if met with.

v. Field and laboratory test results along with graphs and tables used for computation.

vi. Plot of CPT value (both field and corrected) with depth.

vii. The stress-strain diagrams as well as Mohr circle envelopes for unconfined

compression tests, Triaxial tests and shear strength of rock sample.

viii. ‘e’ vs log ‘p’, compression vs. log ‘t’ or compression vs. ‘square root t’ plots depending

upon the shape of the plot to determine the coefficient of consolidation ‘Cv’ and time

for 50% and 90% primary consolidation.

ix. Coefficient of volume decrease and coefficients of permeability shall be determined

and reported. Pre-consolidation pressure shall be determined for each test and shall be

taken into consideration in recommending the anticipated settlement along with the

time to achieve the same.

x. Recommendation regarding the allowable safe bearing capacity of soil, settlement

analysis, ground improvement along with the depth of foundations.

xi. Any other information of special significance encountered during the investigation and

likely to have a bearing on the design and construction of foundations/Pavement.

xii. Photographs of field and laboratory activities and all the core boxes shall be included in

each copy of the report.

If required, draft report shall be modified as suggested by NIWE. Thereafter, the bidder shall

incorporate in his report the agreed modifications and after getting the amended draft report

approved, six (6) copies of the detailed final report shall be submitted along with the graphs, tables

etc. Electronic (soft) copies of the final report in MS word and MS Excel format shall also be

submitted in CD. The graphs and drawings shall also be submitted in AutoCAD format.

a. Submission of Technical Proposal / Financial Proposal

Applicants shall submit the technical / commercial proposal with Bid form - 1.

i. While submitting the Technical Proposal, the Applicant shall, in particular, ensure that:

a. Detailed work plan for preparation of Project schedule and Project methodology is included

(APPENDIX-I);

b. Details of Technical expertise (brochures, published articles, client reference, executed

work orders) of the firm(s).

c. Abstract of eligible/completed project of the firm in prescribed format in Annexure – 4

along with the relevant supporting documents to establish the pre-qualification criteria.

d. Technical compliance shall be furnished along with the offer, confirming compliance to all

the terms and conditions of the tender document (APPENDIX-II)

The Technical Proposal shall not include any financial information relating to the Financial Proposal.

Failure to comply with the requirements spelt out in this section shall make the bid liable to be rejected.

Page 30: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 30

The proposed team shall be composed of experts and specialists (the “Professional Personnel”) in their

respective areas of expertise and managerial/support staff (the “Support Personnel”) such that the

bidder should be able to complete the Consultancy within the specified time schedule. The Key

Personnel shall be included in the proposed team of Professional Personnel. Other competent and

experienced Professional Personnel in the relevant areas of expertise must be added as required for

successful completion of this Consultancy. The CV of each such Professional Personnel, if any, should

also be submitted.

ii. The Financial Proposal shall contain Forms in Annexure - 5 in the prescribed format.

b. Evaluation

NIWE shall technically evaluate the bidders based on their completed geotechnical

investigation projects in marine environment. Further the Technically qualified bidders/applicants

will be considered for financial Evaluation.

Bid for scope 2(A) and 2(B) will be evaluated independently

The owner reserves the right either to Accept or Reject to 2(A) and 2(B) individually / combined

according to the exigencies of the requirements of NIWE

c. Completion of Services

All the study outputs including primary data shall be compiled, classified and submitted by the

Bidder to NIWE in soft form apart from the reports indicated in the Deliverables. The study outputs

shall remain the property of the NIWE and shall not be used for any purpose other than that

intended under this tender without the permission of the Bidder. The Consultancy shall stand

completed on acceptance by NIWE of all the Deliverables of the Bidder. The Consultancy shall in any

case be deemed to be completed upon expiry of 3 (three) months from the Effective Date, unless

extended by mutual consent of the NIWE and the Bidder.

Page 31: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 31

Bid Form- 1

TECHNICAL AND COMMERCIAL BID SUBMISSION FORM

Ref No. …………………………………… Date …………..

To The Deputy Director General (Finance & Administration), National Institute of Wind Energy, Velachery – Tambaram Main Road, Pallikaranai, Chennai 600100

Dear Sirs,

We hereby submit our bid for “……………………………………………………………” for NIWE, Chennai as outlined in

your bidding document. We have understood the instructions and the terms and conditions mentioned

in the bidding documents furnished by you and have thoroughly examined the detailed scope of work

laid down by you and are fully aware of nature and scope of work required.

We hereby confirm our acceptance and compliance to the provisions and terms and conditions contained in the bidding documents.

We declare that the work will be executed strictly in accordance with the requirement.

Our proposal shall remain valid for acceptance for a period of 90 days from the date of opening of the 'Technical & Commercial Proposal’ by NIWE.

We confirm that the prices quoted by us in the ‘Price Bid’ are firm and shall not be subject to any variation for the entire period of the contract.

We confirm that the prices quoted by us in the ‘Price Bid’ include all taxes, duties and levies payable by us.

We hereby furnish our ‘Technical and Commercial Bid’ comprising the following as per prescribed formats

i. Technical and Commercial Bid Submission form (Bid Form 1) ii. Documents in support of meeting Qualifying Requirements stipulated in the NIT iii. Certificate towards Technical literature iv. Acceptance of Fraud Prevention Policy v. Any additional literature in support of Bid documents (please specify)

We confirm that the details of deviations and exclusions (clause wise) taken by us with reference to bidding documents provisions, along with justification for the work not covered in our offer in deviations / exclusions schedule and the cost towards withdrawals of these deviations / exclusions are given in Schedule-III of Volume II (Statement of Deviation / Exclusion).

Date................

Place...............

Yours truly, Signature..................................... Name...........................................

Designation ….............................

Page 32: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 32

Annexure- 1

PROFORMA OF BANK GUARANTEE FOR BID SECURITY Bank Guarantee No……………. Date:

The Deputy Director General (Finance & Administration), National Institute of Wind Energy, Velachery – Tambaram Main Road, Pallikaranai, Chennai 600100 Dear Sirs, In accordance with your NIT No. …………………….. dated ………….M/s………………..(***)………………. having its registered/Head Office at ………………………………………………………….(hereinafter called the ‘Bidder’) wish to participate in the said Bid for ……………………………(name of tender)…………………………………………………………. As an irrevocable Bank Guarantee against Bid Security for an amount of …………(*) …………… valid for …………….……… days from ……..(**) ………, is required to besubmitted by the Bidder as a condition precedent for participation in the said bid, which amount is liable to be forfeited on the happening of any contingencies mentioned in the Bidding Documents.

We, the ……………….[Name and address of the Bank]………………………….. having our head office at ………………(#)……………. guarantee and undertake to pay immediately on demand by NIWE (hereinafter called ‘the Owner’) the amount ……..(*)……………………… (in figures and words) without any reservation, protest, demand and recourse. Any such demand made by the said ‘Owner’ shall be conclusive and binding on us irrespective of any dispute or difference raised by the Bidder.

This guarantee shall be irrevocable and shall remain valid up to ……….(@)………………. . If any further extension of this guarantee is required, the same shall be extended to such required period (not exceeding one year) on receiving instructions from M/s ………[Bidders name]……………………… on whose behalf guarantee is issued.

In witness whereof the Bank, through its authorized officer has set its hand and stamp on this …………………… Day of …………….20………… at …………. Witness Signature................................................. Designation............................................. Bank’s Common Seal.............................. Power of Attorney No.………………………… Official Address …………………………………..

Page 33: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 33

Annexure- 2 PROFORMA FOR BANK GUARANTEE FOR CONTRACT PERFORMANCE

Bank Guarantee No……………………..……. Date: The deputy Director General (Finance & Administration), National Institute of Wind Energy, Velachery – Tambaram Main Road, Pallikaranai, Chennai 600100 Dear Sirs, In consideration of the NIWE, (hereinafter referred to as the ‘Purchaser’ which expression shall unless repugnant to the context or meaning thereof include its successors, administrators and assigns) having awarded to M/s …… …………… with its Registered/Head Office at …………………………(hereinafter referred to as the ‘Seller’ which expression shall unless repugnant to the context or meaning thereof, includes its successors, administrators, executors & assigns) a Contract by issue of Purchaser’s Purchase Order No………………………………………... dated ………... and the same having been unequivocally accepted by the seller resulting in a ‘Contract’ valued at …………… for ……………..(scope of work/contract) and the seller having agreed to provide a contract performance guarantee of the faithful performance of the entire contract equivalent to five percent (5%) of the said value of the contract to the purchaser. We, ……………………………………………………………………………….(Name & Address of Bank ) having our Head Office at ……………………(hereinafter referred to as the ‘Bank’ which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors & assigns), do hereby guarantee and undertake to pay the Purchaser, on demand any and all monies payable by the Seller to the extent of ………………… as aforesaid at any time up to….. (*) ………….without any demur, reservation contest, recourse, or protest and/or without any reference to the Seller. Any such demand made by the Purchaser on the Bank shall be conclusive and binding notwithstanding any difference between the Purchaser and Seller or any dispute pending before any court Tribunal, Arbitrator or any other Authority. The bank undertakes not to revoke this guarantee during its currency without previous consent of the purchaser and further agrees that this guarantee herein contained shall continue to be enforceable till the purchaser discharges this guarantee. The Purchaser shall have the fullest liberty without affecting in any way the liability of the Bank under this guarantee, from time to time to extend the time for performance of Contract by the Seller. The Purchaser shall have the fullest liberty, without affecting this guarantee to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the Seller, and to exercise the same at any time in any manner, and either to enforce or to forbear to enforce any covenants, contained or implied in the contract between the Purchaser and the Seller or any other course of remedy or security available to the Purchaser. The Bank shall not be released of its obligations under these presents by any exercise by the Purchaser of its liberty with reference to the matters aforesaid or any of them or by reason of any other act or forbearance or other acts of omission or commission on the part of the purchaser or any other indulgence shown by the Purchaser or by any other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the Bank. The Bank also agrees that the purchaser at its option shall be entitled to enforce this guarantee against the bank as a principal debtor, in the first instance without proceeding against the seller and notwithstanding any security or other guarantee that the purchaser may have in relation to the seller’s liabilities. Notwithstanding anything contained hereinabove our liability under this guarantee is restricted to ………………….and it shall remain in force up to and including ………(*)……………… and shall be extended from time to time for such period (not exceeding one year), as may be desired by M/s………………………………. on whose behalf this guarantee has been given. Dated this …………………………….day of ………………………20………..at …………………… WITNESS SIGNATURE ………………………………..………………… NAME ………………………………………………………….. OFFICIAL ADDRESS ………………………………………. BANK’S COMMON SEAL ……………………………….

Page 34: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 34

Annexure 3 E.F.T.Form

Bidders Name and Address:

The Deputy Director General (Finance & Administration), National Institute of Wind Energy, Velachery – Tambaram Main Road, Pallikaranai, Chennai 600100 Dear Sirs, We, hereby authorize the Owner to make all our payments through Electronic Fund Transfer System. The details for facilitating the payments are given below: (TO BE FILLED IN CAPITAL LETTERS)

NAME OF THE BENEFICIARY

ADDRESS

PIN CODE

TELEPHONE NO. (WITH STD CODE)

BANK PARTICULARS

A)BANK NAME

B) BANK TELEPHONE NO. (WITH STD CODE)

C) BRANCH ADDRESS

D) BANK FAX NO (WITH STD CODE)

E) BRANCH CODE

F) 9 DIGIT MICR CODE OF THE BANK BRANCH (ENCLOSE

G) BANK ACCOUNT NUMBER

H) 11 DIGIT IFSC CODE OF THE BANK BRANCH

I) BANK ACCOUNT TYPE (TICK ONE)

SAVING CURRENT LOAN CREDIT OTHERS

IF OTHERS, SPECIFY

5. PERMANENT ACCOUNT NUMBER (PAN)

6. E-MAIL Address for Intimation regarding release of payments

I/We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit is not affected at all for reasons of incomplete or incorrect information, I/We would not hold the Owner responsible SIGNATURE.

DATE (AUTHORISED SIGNATORY)

Name: OFFICIAL STAMP

Page 35: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 35

Annexure - 4

Abstract of Eligible/Completed Projects of the Firm (With reference to Clause 14 of GPC)

Sl.No Name of Project

Name of Client

(Address, phone &

email)

Capital cost of project

(in Rs.lakhs.)

Date of Commencement of

the Project

Date of Completion of

the Project

Duration

1

2

3

Note: The Firm should attach separate sheets to provide brief particulars of other relevant experience.

Only Projects/work completed before the Tender issue date should be mentioned. Sufficient

documentary evidence of the work (Work Order and Completion Certificate) satisfying the condition

shall be attached.

Page 36: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 36

Annexure- 5 (i) PRICE BID/BOQ1

Price Bid format for Scope 2(A) of Special Purchase Conditions

S.No. Item name One Bore hole location at proposed LIDAR

location as in Figure-1

Qty. Unit Rate (Rs.)

Total Amount

(Rs.)

1. Mobilization and Demobilization of equipment/ personnel to site

LS

2. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 0-2m depth

1

3. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 2-4 m depth

1

4. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 4-6 m depth

1

5. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 6-8 m depth

1

6. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 8-10 m depth

1

7. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 10-12 m depth

1

8. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 12-14 m depth

1

9. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 14-16 m depth

1

10. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 16-18 m depth

1

11. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 18-20 m depth

1

12. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 20-22 m depth

1

13. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 22-24 m depth

1

14. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 24-26 m depth

1

Page 37: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 37

S.No. Item name One Bore hole location at proposed LIDAR

location as in Figure-1

Qty. Unit Rate (Rs.)

Total Amount

(Rs.)

15. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 26-28 m depth

1

16. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 28-30 m depth

1

17. Carry out bore holes through for all types of rock strata 0-2 m depth

1

18. Carry out bore holes through for all types of rock strata 2-4m depth

1

19. Carry out bore holes through for all types of rock strata 4-6m depth

1

20. Carry out bore holes through for all types of rock strata 6-8m depth

1

21. Carry out bore holes through for all types of rock strata 8-10m depth

1

22. Carry out CPT through for all types of overburden soil strata 0-2m depth

1

23. Carry out CPT through for all types of overburden soil strata 2-4m depth

1

24. Carry out CPT through for all types of overburden soil strata 4-6m depth

1

25. Carry out CPT through for all types of overburden soil strata 6-8m depth

1

26. Carry out CPT through for all types of overburden soil strata 8-10m depth

1

27. Carry out CPT through for all types of overburden soil strata 10-12m depth

1

28. Carry out CPT through for all types of overburden soil strata 12-14m depth

1

29. Carry out CPT through for all types of overburden soil strata 14-16m depth

1

30. Carry out CPT through for all types of overburden soil strata 16-18m depth

1

31. Carry out CPT through for all types of overburden soil strata 18-20m depth

1

32. Carry out CPT through for all types of overburden soil strata 20-22m depth

1

33. Carry out CPT through for all types of overburden soil strata 22-24m depth

1

34. Carry out CPT through for all types of overburden soil strata 24-26m depth

1

35. Carry out CPT through for all types of overburden soil strata 26-28m depth

1

Page 38: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 38

S.No. Item name One Bore hole location at proposed LIDAR

location as in Figure-1

Qty. Unit Rate (Rs.)

Total Amount

(Rs.)

36. Carry out CPT through for all types of overburden soil strata 28-30m depth

1

37. Conduct all the Field and laboratory tests (All tests as per IS) as specified in tender on overburden soil samples collected at an interval of every 1.5 m

20

38. Conduct all the Field and laboratory tests (All test as per IS) as specified in tender on rock samples collected at an interval of every 1.5 m

7

39. Preparation and submission of detailed report with necessary graphs and drawings with recommendations (Both Hard and Soft copy)

LS

Total

GST

Grand Total(Total + GST)

Note:

* All the values are indicative and may vary based on the site conditions.

Note:

1. The financial evaluation shall be based on the above Financial Proposal.

2. Tax amount will not be reckoned for the purpose of financial evaluation.

3. The least cost proposal will be ranked as L-1 and the next

higher and so on will be ranked as L-2, L-3 etc. The least cost

proposal (L-1) will be considered for award of contract.

Page 39: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 39

Annexure- 5 (ii) PRICE BID/BOQ2

Price Bid format for Scope 2(B) of Special Purchase Conditions

S.No. Item name Three boreholes within 15 km radius from

proposed LiDAR location as in Figure-2

Qty. Unit Rate (Rs.)

Total Amount

(Rs.)

1. Mobilization and Demobilization of equipment/ personnel to site

LS

2. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 0-2m depth

3

3. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 2-4 m depth

3

4. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 4-6 m depth

3

5. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 6-8 m depth

3

6. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 8-10 m depth

3

7. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 10-12 m depth

3

8. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 12-14 m depth

3

9. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 14-16 m depth

3

10. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 16-18 m depth

3

11. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 18-20 m depth

3

12. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 20-22 m depth

3

13. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 22-24 m depth

3

14. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 24-26 m depth

3

Page 40: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 40

S.No. Item name Three boreholes within 15 km radius from

proposed LiDAR location as in Figure-2

Qty. Unit Rate (Rs.)

Total Amount

(Rs.)

15. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 26-28 m depth

3

16. Carry out bore holes through for all types of overburden soil strata using 150 mm dia. 28-30 m depth

3

17. Carry out bore holes through for all types of rock strata 0-2 m depth

3

18. Carry out bore holes through for all types of rock strata 2-4m depth

3

19. Carry out bore holes through for all types of rock strata 4-6m depth

3

20. Carry out bore holes through for all types of rock strata 6-8m depth

3

21. Carry out bore holes through for all types of rock strata 8-10m depth

3

22. Carry out CPT through for all types of overburden soil strata 0-2m depth

3

23. Carry out CPT through for all types of overburden soil strata 2-4m depth

3

24. Carry out CPT through for all types of overburden soil strata 4-6m depth

3

25. Carry out CPT through for all types of overburden soil strata 6-8m depth

3

26. Carry out CPT through for all types of overburden soil strata 8-10m depth

3

27. Carry out CPT through for all types of overburden soil strata 10-12m depth

3

28. Carry out CPT through for all types of overburden soil strata 12-14m depth

3

29. Carry out CPT through for all types of overburden soil strata 14-16m depth

3

30. Carry out CPT through for all types of overburden soil strata 16-18m depth

3

31. Carry out CPT through for all types of overburden soil strata 18-20m depth

3

32. Carry out CPT through for all types of overburden soil strata 20-22m depth

3

33. Carry out CPT through for all types of overburden soil strata 22-24m depth

3

34. Carry out CPT through for all types of overburden soil strata 24-26m depth

3

35. Carry out CPT through for all types of overburden soil strata 26-28m depth

3

Page 41: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 41

S.No. Item name Three boreholes within 15 km radius from

proposed LiDAR location as in Figure-2

Qty. Unit Rate (Rs.)

Total Amount

(Rs.)

36. Carry out CPT through for all types of overburden soil strata 28-30m depth

3

37. Conduct all the Field and laboratory tests (All tests as per IS) as specified in tender on overburden soil samples collected at an interval of every 1.5 m

60

38. Conduct all the Field and laboratory tests (All test as per IS) as specified in tender on rock samples collected at an interval of every 1.5 m

21

39. Preparation and submission of detailed report with necessary graphs and drawings with recommendations (Both Hard and Soft copy)

LS

Total

GST

Grand Total(Total + GST)

Note:

* All the values are indicative and may vary based on the site conditions.

Note:

4. The financial evaluation shall be based on the above Financial Proposal, including all

taxes as per applicable law. The Total shall, therefore, be the amount for purposes of

evaluation.

5. Goods & Service Tax shall not be reckoned for purposes of financial evaluation.

6. The least cost proposal will be ranked as L-1 and the next higher and so on will be

ranked as L-2, L-3 etc. The least cost proposal (L-1) will be considered for award of

contract.

Boreholes will be finalized based on separate Geo-Physical study. The bore hole numbers minimum 3

and extendable to 6 for Scope 2(B). The number of boreholes may go up to six depending up on the soil

condition. Hence bidders are requested to quote their Competitive/Discounted rates per boreholes.

Page 42: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 42

Annexure - 6

DOCUMENTS TO BE UPLOADED

Sl.No Particulars

1.

EMD Scan copy / NSIC /MSME certificate

2.

Registration copy of the organization

3.

Auditor Certificate confirming the Turnover

4.

Eligibility Criteria Form duly filled in

5.

Technical Compliance Sheet

6.

GST Registration certificate

Page 43: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 43

APPENDIX-I

Proposed Methodology and Work Plan

The proposed methodology and work plan shall be described as follows:

1. Understanding of Project

The Applicant shall clearly state their understanding of the project and also highlight its

important aspects. The Applicant may supplement various requirements of the project and also make

precise suggestions if it considers this would bring more clarity and assist in achieving the Objectives laid

down in the TENDER.

2. Methodology and Work Plan

The Applicant will submit its methodology for carrying out this assignment, outlining its approach

toward achieving the Objectives laid down in the TENDER. The Applicant will submit a brief write up on

its proposed team and organization of personnel explaining how different areas of expertise needed for

this assignment have been fully covered by its proposal. In case the Applicant is a consortium, it should

specify how the expertise of each firm is proposed to be utilized for this assignment. The Applicant

should specify the sequence and locations of important activities, and provide a quality assurance plan

for carrying out the services.

Page 44: Tender Document for Offshore Geotechnical Investigation in ...niwe.res.in/assets/Docu/Geotechnical_investigation_re-tender_dt_07... · Tender Document for Offshore Geotechnical Investigation

Tender Document for Offshore Geotechnical Investigation in and around proposed LiDAR location in Gulf of Mannar, Tamilnadu

Page | 44

APPENDIX-II

Technical Compliance sheet

Sl. No.

Item Yes/No Remarks

1. Willing to provide the sufficient manpower and equipment to carry out the this project

2. Willing to carry out bore holes for all types of overburden soil strata using 150 mm dia (maximum of 20m below bed level)

3. Willing to conduct all the Field and Laboratory tests as specified in this tender on overburden soil samples collected at an interval of 1.5m. (All test as per IS)

4. Willing to carry out the work as described in the attached specifications

5. Willing to provide the Final data as described in the attached specifications

6. Agreeable for providing the necessary insurance for men / equipment / material and vessels as per the existing norms in India.

7. Willing to hand over the final processed data, complete in all aspects, within 90 days from the date of placement of the order

Signature of supplier, seal and date: Contact Person Details:

Signature of contact Person: