GOVERNMENT OF MINISTRY OF SHIPPING ANDAMAN LAKSHADWEEP HARBOUR WORKS

TENDER No. ALHW/ENV/ 1 (18)/SS -04/2016 dated 03.08.2016

TENDER FOR “ Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar , MUS in Car Nicobar Island and additional wharf at Hut Bay in

Through e -Tendering Mode

Volume – I

(Technical Bid)

Due Date of online submission : 1500 Hrs. on 22.08.2016 Due Date & Time of bid opening : 1530 Hrs. on 22.08.2016

TENDER FOR “Conducting subsoil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar Island and additional wharf at Hut Bay in Little Andaman”

1

ANDAMAN LAKSHADWEEP HARBOUR WORKS NOTICE INVITING e-TENDER

PRESS NOTICE

The Executive Engineer, office of the Chief Engineer & Administrator, Andaman Lakshadweep Harbour Works, Port Blair invites on behalf of the President of India online item rate tenders from the qualified Contractor/Agencies in two bid system for the following work:-

NIT No. ALHW/ENV/1 (18)/SS-04/2016 dated 03.08.2016

Name of Work: Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman Islands

Estimated Cost: Rs. 39,90,750,00.00 Earnest Money: Rs. 79900.00

Period of Completion: 150 Days ,

Last date & time of submission of Bid: 22.08.2016 up to 1500 Hrs.

The tender forms and other details can be obtained from the website

www.tenderwizard.com/ALHW or www.and.nic.in/tenderalhw

Executive Engineer (ALHW) O/o the CE & A, ALHW, Port Blair.

2

TENDER No. ALHW/ENV/1(18) /2016/SS-04

THROUGH E-TENDERING MODE

CONTENTS

OBR Online Bid Reference

NIT Notice Inviting Online Tender

Online bid Instructions for online bid submission

SECTION-1 Instructions to Bidders

SECTION-2 Form of Bid, Contractor’s bid, Pre qualification of Bidders

SECTION -3 Part – I General conditions of contract(As applicable CPWD Form-8) & Schedule -F Part – II – Special conditions of contract

SECTION -4 Specification of materials and works

SECTION -5 Schedule of Drawings

SECTION -6 Forms of securities and other formats SECTION -7 Bill of quantities

SECTION -8 Technical specification of works

3

ONLINE BID REFERENCE

TENDER No. ALHW/ENV/1(18)/ 2016/SS-04/ TENDER FOR “Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman.

THROUGH E-TENDERING MODE

ESTIMATED COST : Rs.39,90,750.00

EARNEST MONEY DEPOSIT : Rs.79,900.00

COMPLETION PERIOD : 150 DAYS

PERIOD OF DOWNLOADING BIDDING DOCUMENT : FROM 08.08.2016 TO 18.08.2016

START DATE & TIME FOR ONLINE SUBMISSION : 18.08.2016 TIME 0900HOURS

LAST DATE & TIME FOR ONLINE SUBMISSION OF BID : 22.08.2016 TIME 1500 HOURS

TIME & DATE OF OPENING OF TECHNICAL BID : 22.08.2016 TIME 1530 HOURS

PLACE OF OPENING : O/o CHIEF ENGINEER & ADMINISTRATOR OF TECHNICAL BID ANDAMAN LAKSHADWEEP HARBOUR WORKS PORT BLAIR-744101

EXECUTIVE ENGINEER (ALHW) O/o the CE &A, ALHW, PORT BLAIR

4

NOTICE INVITING ONLINE TENDERS

Tender No. ALHW/ENV/1(18)/2016/SS-04

TENDER FOR “ Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman

1.1 Online Item Rate tender through e-Tendering mode are invited by Andaman Lakshadweep Harbour Works from reputed Contractors for executing the work of “ Conducting sub soil investigation in connection with extension of breakwaters at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman” under two cover system. The estimated cost put to tender is Rs. 39,90,750.00.

1.2 The tender document is made available through e-Tendering mode and open for downloading from 08.08.2016 to 18.08.2016 at Andaman Lakshadweep Harbour Works official website www.alhw.and.nic.in and also under www.tenderwizard.com/ALHW

1.3 Each set of tender document consists of two volumes (Volume - I & II). Volume-I (Technical Bid) comprises of all Technical & commercial offer documents including drawings and Volume-II (Price Bid) comprises of all the Price bid documents.

1.4 The complete tender document shall be submitted online as tender offer on or before the due date and time of submission. The bidder shall have to pay Rs.500/- (Rupees five hunderd only) towards the cost of tender document. The intending bidder shall pay the cost of tender document Online in favour of The Accounts Officer, o/o the Chief Engineer & Administrator, Andaman Lakshadweep Harbour Works, Port Blair in Account No : 99003170000053, IFSC : SYNB 0009900 of Syndicate Bank Main Branch, Port Blair. The scanned copy of the receipt of Online Payment made towards the cost of tender document and the Scanned copy of EMD for an amount Of Rs.79900.00( Rupees Seventy nine Thousand nine hundred only) as per clause 1.16 of ITB of Technical Bid of the tender document, towards Bid Security (EMD) shall be uploaded with the tender document - Technical bid while submitting the tender electronically in the e-tendering Portal. The indenting bidder can pay the EMD in the form of FDR/TDR/BANK GARUNTEE or online payment in favour of The Accounts Officer, o/o the Chief Engineer & Administrator, Andaman Lakshadweep Harbour Works, Port Blair in Account No : 99003170000053, IFSC : SYNB 0009900 of Syndicate Bank Main Branch, Port Blair. The Tender shall not be accepted without the PROOF OF HAVING PAID THE COST OF TENDER DOCUMENT AND EMD.

The original financial instruments towards i) The receipt of Online Payment towards the cost of tender document shall be placed in a sealed envelope superscripted as “Cost of Tender document” duly mentioning the Tender no. & Name of work and Due date of opening of Bid; and

5

ii) The original financial instrument towards EMD shall be placed separately in a sealed envelope superscripted as “EMD” duly mentioning the Tender no. & Name of work and Due date of opening of Bid and iii) The originals documents such as Integrity pact and Power of attorney shall be placed separately in sealed envelope super scribed as “Original document” duly mentioning the Tender no. & Name of work and Due date of opening of Bid and all the three envelopes shall be placed in the single cover addressed to The Executive Engineer (ALHW), O/o the Chief Engineer & Administrator, Andaman Lakshadweep Harbour Works , Port Blair-744101 .The original instruments should reach the office of Chief Engineer & Administrator, Andaman Lakshadweep Harbour Works up to 1500 Hrs. on 22.08.2016 . Non submission of the original financial instruments towards cost of Tender Document and EMD within the above period leads to disqualification of bids.

1.5 The Bid security (EMD) as per Clause 1.16 of section-I shall be paid as described in the Tender Document. The tender offer shall have to be submitted by the Tenderer only through e- tendering mode as explained in the tender document.

1.5.1 The proof of EMD shall be uploaded as a scanned copy of the instrument through e-tendering mode under the Tender Document – Technical Bid while submitting tender electronically in the e-Tendering portal. The original EMD must reach Andaman Lakshadweep Harbour works in corresponding address before opening of Technical Bid as per the date and time given in this tender. Mere uploading of EMD document in the portal and non-submission of the original EMD at the address given below before the Technical Bid opening date & time will lead to technical bid opening disqualification of the bid by the bidder

The Executive Engineer (ALHW) O/o the Chief Engineer & Administrator, Andaman Lakshadweep Harbour works, Port Blair – 744101.

The original EMD instrument should be sealed in an envelope can also be dropped/Submitted along with Technical Bid in the Tender Box kept at the above address.

1.6 The offer (both Techno-Commercial & Price) must be valid for a minimum of 120 days from the last date of online submission of offer; otherwise the offer shall be rejected as non- responsive.

1.7 Bidding is open to all eligible bidders meeting the eligibility criteria as defined in Clause 1.4 of Section-I (Instructions to Bidders) and bidders are advised to note the minimum qualification criteria specified below to qualify for the award of the contract.

i. Successful experience as main contractor in the execution of at least three projects of a nature and complexity comparable to the proposed contract within the last 7 years. The individual value of any of these projects should be not less than Rs 12.00 Lakhs (Rupees twelve lakhs only).

6

(OR)

ii. Successful experience as main contractor in the execution of at least two projects of a nature and complexity comparable to the proposed contract within the last 7years ending last day of the months previous to the one in which application are invited. The individual value of any of these projects should be not less than Rs 19.95 Lakhs (Rupees nineteen lakhs ninety five thousand only). (OR)

iii. Successful experience as main contractor in the execution of at least one project of a nature and complexity comparable to the proposed contract within the last 7 years. The individual value of any of these projects should be not less than Rs 31.93 Lakhs (Rupees thirty one lakhs ninety three thousand only)

iv. The value of similar works completed by the bidder will be brought to current costing level by enhancing the actual value of work with the multiplication factor as detailed below for assessing the eligibility of the bidder under experience.

v. The base year shall be taken as 2015-16.

Year Multiplication factor

2015-16 1.00

2014-15 1.06

2013-14 1.15

2012-13 1.25

2011-12 1.34

2010-11 1.44

2009-10 1.65

Note: Bidder should indicate actual figures of costs and amount for the works executed by them in the schedule without accounting for the above mentioned factors.

In case the financial figure and the value of completed works are in foreign currency, the above enhancement factors will not be applied. Instead, the foreign currency will be converted into equivalent Indian Rupees (INR) at the State Bank of India BC selling rate as on the date of submission.

7

vi) Documentary proof such as copy of work order or agreement and completion certificate for the technical experience and audited balance sheet, Profit & Loss account statements for annual turnover certified by Chartered Accountant for meeting the eligibility criteria shall be submitted under tender document- technical bid link through e-Tendering mode. The recommended tenderer’s original documents shall be produced to the ALHW Officer’s verification and attestation. If the bidder has executed the work for private firms or as a sub-contract the TDS certificate for the particular year along with the above mentioned documents shall be submitted. The price bids of those firms who do not meet the eligibility criteria will not be opened. All the documents as per Cover-I shall be uploaded through e-Tendering portal after scanning in pdf format in the Tender Document – Technical Bid.

1.8 The Employer/ALHW do not bind themselves to accept the lowest or any tender and reserve the right to accept any tender in part or to reject any tender without assigning any reason thereof.The prospective Tenderer shall submit queries, if any, through e-tendering portal addressed to The Executive Engineer (ALHW) Office of the CE &A, Andaman Lakshadweep Harbour works, Port Blair in connection with this tender well in advance, so that the queries can be clarified. The bidders queries will be clarified through e-Tendering portal.

1.9 The due date of online submission of offers will be 22.08.2016 at 1500 Hrs , unless otherwise notified. In the event of changes in the schedules, will notify the same only through nit_ alhw @ rediffmail.com

If the offers are not received according to the instructions detailed here above, they shall be liable for rejection.

EXECUTIVE ENGINEER (ALHW) O/o the CE &A, ALHW, PORT BLAIR

8

ANDAMAN LAKSHADWEEP HARBOUR WORKS

TENDER FOR “ Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman”

INSTRUCTIONS FOR ONLINE BID SUBMISSION

I Bidders to follow the following procedure to submit the bids online through the e-Tendering portal www.tenderwizard.com/ALHW

1. Bidders interested to participate in the tender should register themselves in the website www.tenderwizard.com/ALHW User ID & password by paying Rs.2290 by online payment through credit card/Debit card/Net banking in website.

2. The Bidders must have Class III/II digital Signature certificate to participate in the Tender.(to obtain DSC please contact KEONICS Help desk: 08040482013,).The Digital signature of MTNL / SIFY/ TCS/ nCode /e Mudhra or any Certifying Authority is to be registered after logging into the site. Only one DSC/e-token class of –III/II should be used for a bidder and should not be misused by others. If a bidder uses more than one DSC token, the bid would be summarily rejected.

3. Bidder can use ‘Document Library’ area to update standard documents in advance as required for various tenders and use them during bid submission. This will facilitate the bid submission process by reducing time.

4. Bidder may read the tenders published in the ALHW e-tendering website www.tenderwizard.com/ALHW and download the required documents/ tender schedules for the tenders they are interested.

5. Bidder should read the tender schedules carefully and submit the documents as asked, otherwise, the bid will be rejected.

6. If there are any clarifications, this may be clarified through online or during the pre-bid meeting. Bidder should take into account of the Corrigendum /Addendums if any published before submitting the bids through online.

7. Bidder must prepare the bid documents to be submitted in advance as indicated in the tender and it should be in required format. If there is more than one document, they can be clubbed together.

8. Bidder should submit the EMD as specified in the tender. The original should be posted/couriered/given in person to the specified location as per Tender Document, latest by the date and time of bid submission.

9

9. Bidder can selects the interested tender by clicking “Tender free view”/ search option.

10. By clicking “UNAPPLIED” the bidders can view and view the new tenders.

11. The Bidder should read the terms & conditions and accept the same to proceed further to submit the bid.

12. The Bidder has to select the payment option as offline to pay the EMD and cost towards tender document should be paid online.

13. The bidders should make payment to KEONICS towards the cost of the tender processing fee through online payment by credit card/debit card/Net banking in the website.

14. The Tenders should be submitted only through e-Tendering portal and Tender Acknowledgement Token as proof of successful submission may be obtained.

15. The details of the Negotiable instrument / any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the bid submitted will not be acceptable.

16. The Bidder has to enter the password of the DSC/e-token and the required bid documents have to be uploaded one by one as indicated.

17. The rates offered details have to be entered separately in a spread sheet file (xls format) in the space allotted and should be updated as BOQ.xls file for each tender after the financial bid. The BOQ file, if found modified by the bidder, his bid will be rejected.

17.1 The item rate is to be indicated against each item of work(s).

17.2 The rate will be applicable to the item against which the rate is quoted.

17.3 The figures entered in the column notified as Rates will have automatic conversion to words in next column and thereafter the amount is calculated with multiplication of rate and quantity. This would be carried forward until end of BOQ and the total amount is calculated automatically and tenderer need not insert anything other than rate in figures and name of the firm.

17.4 The tendering system will give a successful bid up gradation message and then a bid summary will be shown with the bid no., the date and time of submission of the bid and all other relevant details. The bidder has to submit the relevant documents required as indicated in the cover content. In case of any irrelevant files, the bid will be rejected.

18 The bid summary has to be printed and kept as an acknowledgement/ as a token of the submission of the bid.

10

19 The bid summary will act as a proof of bid submission for a tender floated and will also act as an entry point to participate in the bid opening date.

20 For any clarifications with the Tender Inviting Authority (TIA), the bid number can be used as a reference.

21 Bidder should log into the site well in advance for bid submission so as to submit the bid in time (i.e.) on or before the bid submission time. If there is any delay, due to other issues, bidder only is responsible.

22 Each document to be uploaded online for the tenders should be less than 2 MB. If any document is more than 2 MB, it can be reduced by scanning at low resolution and the same can be uploaded. However, if the file size is less than 1 MB the transaction uploading time will be very fast.

23 The time settings fixed in the server side & displayed at the top of the tender site, will be valid for all actions of requesting, bid submission, bid opening, etc., in the e-Tender system. The bidder should follow this time during bid submission.

24 All the data being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered will not viewable by unauthorized persons during bid submission & cannot be viewed by any one until the prescribed date & time of bid opening.

25 The confidentiality of the bid is maintained since the secured Socket Layer 128 bit encryption technology is used. Data storage encryption of sensitive fields is done.

26 Any document that is uploaded to the server is subjected to symmetric encryption using a generated symmetric key. Further this key is subjected to asymmetric encryption using buyers public keys. Overall, the submitted tender documents become readable only after the tender opening by the authorized individual.

27 For any queries related to portal, the bidders are asked to contact by Mail www.tenderwizard.com/ALHW or by phone -09994295433,Port Blair-09476072211 , Banglore -08049352000 well in advance.

28 Tenderer is required to submit their tender through online in the form of Two Cover System on or before schedule bid due date of closing and time as notified in NIT. The tender received after the due date and time will not be entertained.

29 Tender Document can be submitted online only in the designated e-Tender portal www.tenderwizard.com/ALHW on or before the due date and time. The time of opening of technical bid will be as notified in the NIT.

11

30 Tenderer should submit the tender as per specification of work, drawings and in accordance with the instructions to bidders, General Conditions of Contract and Special Conditions of Contract. II. (1) COVER – I DETAILS: TECHNICAL BID

i. The following documents shall be uploaded online only. a) Scanned Copy of the instruments towards Tender document Cost and EMD. b) Scanned notarised/self attested copy of work order/agreement and completion certificate for similar nature of works. c) Scanned copy of balance sheet, P&L account Statement certified by Chartered Accountant during last 3 years. d) Scanned copy of documents as per Form I to VII of Section 2 and Annexure 1 to 3 of Section 7. e) Scanned copy of Form of Bid and Contractors Bid as per Section 2. ii. Documents to be submitted in original before due date of Bid opening The original Bank Guarantee towards cost of EMD, Receipt of online payment towards cost of Tender document and other documents such as Integrity Pact, Power of attorney etc. must reach Andaman Lakshadweep Harbour Works in corresponding address before opening of Technical Bid as per the date and time given in this tender.

II (2) COVER – II DETAILS : PRICE BID (BOQ) – Price Schedule i. Price should be quoted in a spread sheet file (.xls format) available in e-Tender Portal only. Any indication of ‘Quoted price’ in the online technical bid documents shall will lead to rejection of the bid outright. ii. For evaluation purpose the uploaded offer documents will be treated as authentic and final. No hard copy shall be submitted for reference purpose. The price bid submitted through e-Tender mode only will be taken up for the purpose for evaluation.

III. EVALUATION PROCESS:

1) A proposal shall be considered responsive if – a. It is received by the proposed Due Date and Time. b. It is Digitally Signed. c. It contains the information and documents as required in the Tender Document. d. Contains EMD and cost of the tender document (wherever applicable). e. It contains information in formats specified in the Tender Document. f. It mentions the validity period as set out in the document. 12

g. It provides the information in reasonable detail. The ALHW reserves the right to determine whether the information has been provided with reasonable detail. h. There are no significant inconsistencies between the proposal and the supporting documents. i. The Technical qualification conforms to as specified in the qualification criteria of General Rules and directions for the guidance of the Tenderer. j. A Tender that is substantially responsive in one that conforms to the preceding requirements without material deviation or reservation. A material deviation or reservation is one (1) which affects in any substantial way, the scope, quality, or performance of the Tenderer or (2) which limits in any substantial way, inconsistent with the Tender document, or (3) whose rectification would affect unfairly the competitive position of other Qualified Applicant presenting substantially responsive bids. k. The ALHW reserves the right to reject any tender which in its opinion is non-responsive and no request for alteration, modification, substitution or withdrawal shall be entertained by the ALHW in respect of such Tenders. l. The ALHW would have the right to review the Technical Qualification and seek clarifications wherever necessary.

2) Since the tender involves selection based on pre-qualification criteria and technical specification, The Executive Engineer, ALHW, Port Blair will examine and seek clarification, if any, and list out the firms, which are found technically suitable and Cover-II Price Bid of such tenders only will be opened and EMD will be returned to the disqualified tenderers. i. The date and time will be intimated to tenderers whose offers are found suitable and Cover – II of such tenderers will be opened on the specified date and time. ii. The cost of stamping Agreement must be borne by the successful Tenderer. iii. The Fax/E-Mail offers will be treated as defective, invalid and rejected. Only detailed complete offers received through online prior to closing time and date of the tenders will be taken as valid.

EXECUTIVE ENGINEER (ALHW) ALHW, Port Blair

13

SECTION 1

INSTRUCTIONS TO BIDDERS

14

SECTION 1: INSTRUCTIONS TO BIDDERS

TENDER No. ALHW/ENV/1(18)/ SS-04/2016 TENDER FOR TENDER FOR “ Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman”

A. General

1.1 Scope of Bid 1.1.1 Andaman Lakshadweep Harbour Works hereinafter termed “the Employer” invites online bids for the “Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman” The bidders may submit bids for the works detailed in the NIT through e-Tendering mode.

1.1.2 The present scope of the proposal comprises of the construction of Civil Works, like ramp, buildings and road. The scope of work is not limited to the list below but shall include everything, which will be detailed in the tender document.

The scope of work will broadly include the following: A) Conducting sub soil investigation at the proposed sites of extension of the breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman

The work comprises the following components: a) Mobilization of equipments required for the drilling and boring the sea bed for collection of soil samples for testing the same in the reputed / approved lab from the agencies yard to MUS in Car Nicobar and Campbell Bay in Great Nicobar and Hut Bay in Little Andaman b) Drilling, boring the sea bed of the proposed locations at the intervals as directed by the Engineer in Charge of the work collection of soil samples. c) Testing the soil samples from an approved lab and submit 10 sets of report consisting of bore log with important longitudinal and cross sectional soil profile and bore hole location plan. Test of soil, sand , rock , chemical test of soil and water as per IS: 1892 and IS 4651 (part-I 1947) d) Demobilization of the equipments to their yard.

15

1.1.2 The successful bidder will be expected to complete the works by intended completion date specified in the Contract data. 1.2. Source of Funds:

1.2.1 The fund for the project will provided by Ministry of Shipping.

1.3. Eligible Bidders

1.3.1 The invitation for Bids is open to all eligible bidders meeting the qualification criteria as defined in Clause.1.4

1.3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a statement that the Bidder is not associated, nor has been associated in the past, directly or indirectly, with the Consultant or any other entity that has prepared the design, specifications, and other documents for the ALHW for the contract. A firm that has been engaged by the Employer to provide consulting services for the preparation or supervision of the works and any of its affiliates shall not be eligible to bid.

1.3.3 Government-owned enterprises may only participate if they are legally and financially autonomous, operate under commercial law and are not a dependent agency of the Employer subject to fulfillment of minimum qualifying criteria.

1.3.4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Employer in accordance with Clause. 1.35

1.4 Eligibility Criteria for pre-qualification 1.4.1 General a) Pre-qualification will be based on the Bidder meeting the minimum criteria regarding the Bidder's general and particular experience, personnel and equipment capabilities, and financial position, as demonstrated by the Bidder's responses in the forms attached to the tender document and other requested documentation. b) Bids are open to Indian firms and firms from other countries registered in India. c) The Bidder shall not be under a declaration of ineligibility issued by Govt. of India/ Any State Govt. in India/ Public Sector Undertakings etc. d) The Bidder shall have a Permanent Account Number (PAN). e) The Bidder shall not be black listed by the Employer.

1.4.2 Technical Experience

a) The Bidder must specifically demonstrate construction experience of project/s of a nature and complexity comparable to the proposed contract and named as similar works, For the purpose of qualification, similar works as defined above shall meet the following minimum criteria:

16

(i) Successful experience as main contractor in the execution of at least three projects of a nature and complexity comparable to the proposed contract within the last 7 years. The individual value of any of these projects should be not less than Rs 12.00 Lakhs (Rupees twelve lakhs only).

(ii) Successful experience as main contractor in the execution of at least two projects of a nature and complexity comparable to the proposed contract within the last 7years. The individual value of any of these projects should be not less than Rs 19.95 Lakhs (Rupees nineteen lakhs ninety five thousand only ).

(iii) Successful experience as main contractor in the execution of at least one project of a nature and complexity comparable to the proposed contract within the last 7 years. The individual value of any of these projects should be not less than Rs.31.93 Lakhs (Rupees thirty one Lakhs ninety three thousand only). ( Similar nature of work means “ Conducting sub soil investigation & Submission of report”)

In the event that the qualifying experience for similar works is being submitted by an Bidder who for that similar work was the member of a joint venture, then only the value of work carried out by the Bidder will be considered and the same will have to be demonstrated with joint venture agreement.

The Bidder shall submit Original or notary /self certified copy of completion certificates of each work issued by the owner/ the responsible officers of the owner under whom he has executed such contracts shall be attached as evidence to satisfy the above mentioned criteria. The certificate shall preferably contain the following among other things.

(a) Name of the project

(b) Scope of works

(c) Details of items of works executed.

(d) The completion cost of the work (e) Date of commencement

(f) Date of completion. (g) Performance of the contractor

In the case of experience from private sector, in addition to Original or notary /Self certified copy of completion certificates, relevant TDS certificates shall also be furnished. For foreign Bidders, certification/ stamping by embassy on experience documents is mandatory.

17

The reference projects have to be filled in the form according Form III Section-2 and information related to ongoing projects according Annexure-6 Section-2. c) Personnel capabilities The Bidders team shall consist of key personnel having adequate and specialized experiences, capable of discharging their responsibilities in the relevant field of maritime & other related works, required for the construction and successful commissioning of the structures.

1.4.3 FINANCIAL CAPABILITY 1.4.3.1 General The currency shall be Indian Rupees (INR). Following subdivision of the INR applies: 100,000 INR (Rs. 100,000) = 1 lakh (Rs. 1 lakh) 100 lakhs (Rs. 100 lakhs) = 1 crore (Rs. 1 cr.) 10,000,000 INR (Rs. 10,000,000) = 1 crore (Rs. 1 cr.) The international decimal system for the comma placement shall apply. 1.4.3.2 Financial Capability (iv) The Bidder's minimum average annual turnover as main contractor (defined as billing for works in progress and completed) over the last 3 years shall be Rs 12.00 Lakhs (Rupees twelve lakhs only). The copies of audited balance sheets of last 3 years should be furnished.

a) Profit after tax shall be positive for the last three consecutive financial years of the Bidder.

b) The Bidder shall submit the solvency certificate, not older than 3 (three) months prior to last date of submission of this bid.

c) The audited balance sheets for the last 3 years shall be submitted and must demonstrate the soundness of the Bidder’s financial position, showing long-term profitability. Where necessary, the Employer will make enquiries with the Bidder’s bankers and/ or other sources as applicable

1.4.3 Proposed Time Schedule The proposed methodology and program of construction, backed with equipment planning and deployment, duly supported with broad calculations and quality control procedures proposed to be adopted, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion as per milestones.

1.4.4 EQUIPMENT CAPABILITIES The Bidder should own, or demonstrate his assured access (through hire, lease, purchase agreement invoices, availability of manufacturing capacity, or other means) to the key items of equipment as listed in Form IV of section 2 as per Employer's assessment.

18

1.4.4.1.Even though the bidders meet the minimum qualifying criteria, they are subject to be disqualified if they have:

- made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/ (or) - record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc is reported by Competent Authority 1.5. One Bid per Bidder

1.5.1 Each bidder shall submit only one bid for one package. A bidder who submits or participates in more than one Bid (other than as a subcontractor or in cases of alternatives that have been permitted or requested) will cause all the proposals with the Bidder’s participation to be disqualified.

1.6. Cost of Bidding

1.6.1 The bidder shall bear all costs associated with the preparation and submission of his Bid through online, and the Employer will in no case be responsible and liable for those costs.

1.7. Site Visit

1.7.1 The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and examine the Site of Works and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract for the Works. The costs of visiting the site shall be borne by the tenderer. Permission required to visit the site will be given during the tender period on application to:

The Executive Engineer (ALHW), O/o the Chief Engineer & Administrator, Andaman Lakshadweep Harbour works Port Blair – 744 101. Telephone : 03192-232753 Fax : 03192 – 233245 1.7.2 The tenderer and any of his personnel or agents will be granted permission by the Employer’s Engineer to enter upon his premises and lands for the purpose of such inspection, but only upon the express condition that the tenderer, his personnel and agents, will release and indemnify the Employer’s Engineer from and against all liability in respect of such inspection and will also be responsible for death or personal injury, loss or damage to property and any other loss, damage, costs and expenses incurred as a result of the inspection.

1.7.3 It is the responsibility of Tenderers to visit the site as set out in 1.7.1 above and obtain all information necessary for the purpose of preparing Tenders. Tenderers must inspect and fully satisfy themselves as to:

• The requirements and extent of the Works. • The means of access to the Site.

19

• The topographical and bathymetric features of the Site which may affect the tender.

B. BIDDING DOCUMENTS

1.8. Content of Bidding Documents

1.8.1 The set of bidding documents comprises the documents listed in the table below and addenda issued in accordance with Clause 1.10:

Volume I – (Technical Bid)

Sl.No Contents

1 Notice Inviting Tender

2 Instructions for online bid submission

3 Section 1 Instructions to Bidders

4 Section 2 Forms of Bid, Contractor’s Bid, Pre Qualification of Bidders

5 Part – I General Conditions of contract (CPWD-8) Section 3 Part – II Special conditions of contract

6 Section 4 Contract Data

7 Section 5 Specifications of materials and works

8 Section 6 Schedule of Drawings

9 Section 7 Form of Securities and other Formats

Volume – II (Price Bid)

Sl.No Contents

1 Preamble (Annexure-13)

2 Bill of Quantities(Annexure-14)

3. Form of Tender(Annexure15)

1.8.2 Any indication of “Quoted price” in the technical bid, shall lead to rejection of the bid outright. For evaluation purpose the uploaded offer documents will be treated as authentic and final. The hard copy shall be used only for reference purpose. Any documents submitted in hard copy but not uploaded on the e-Tender portal shall be treated as irreverent.

20

1.8.3 The bidder is expected to examine carefully all instructions, conditions of contract, contract data, forms, terms, technical specifications, bill of quantities, drawings, and annexure in the bid document. Failure to comply with the requirements of the bid document shall be at the bidder’s own risk. Pursuant to Clause 1.26 hereof, bids which are not substantially responsive to the requirements of the bid documents shall be rejected.

1.9 Clarification of the Bidding Documents 1.9.1 A Prospective bidder requiring any clarification regarding the tender documents may notify through e-Tender portal [email protected] only. The Employer will respond to any request for clarification before pre bid meeting. Copies of the Employer’s response will be furnished in the e-Tendering portal, including a description of the enquiry but without identifying its source.

1.9.2.2.The bidder is requested to submit any questions through e-Tendering portal or email ID www.tenderwizard.com/ALHW and [email protected] Amendment of Bidding Documents

1.10.1.Before the deadline for submission of bids, The Executive Engineer (ALHW), ALHW, Port Blair may modify the bidding documents by using addenda.

1.10.2.Any addendum thus issued shall be part of the bidding documents and shall be hosted in ALHW web site and e-Tendering portal. The amendment so issued will form part of the tender document and shall be binding upon the tenderers.

The responsibility of downloading such addendum/amendment from ALHW website and e- Tendering portal fully lies with the bidder

1.10.3.To give prospective bidders reasonable time, in which, to take an addendum into account in preparing their bids, The Chief Engineer& Administrator, ALHW, Port Blair shall extend as necessary the deadline for submission of bids, in accordance with Sub-Clause1.20.2 below.

C. PREPARATION OF BIDS

1.11. Language of the Bid

1.11.1 All documents relating to the bid shall be in the English language.

1.12. Documents comprising the Bid

1.12.1 The bid submitted by the bidder shall comprise the following:

A) Technical Bid (Volume I)

The following documents shall be submitted /uploaded online only.

a. a. Scanned Copy of the instruments towards Tender document Cost and EMD.

21

b. Scanned notarized copy of work order/agreement and completion certificate for similar works.

c. Scanned copy of balance sheet, P&L account Statement certified by Chartered Accountant during last 3 years.

d. Scanned copy of documents as per Form I to VII of Section 2 and Annexure 1 and 3 of Section 7.

e. Scanned copy of Form of Bid and Contractors Bid as per Section 2.

f. Technical Bid Document-Cover-I(Section 1 to 7) with all amendments and Clarifications. if Any

g. Scanned copy of Curriculum Vitae (Cv) For Proposed Professional Staff (as per proforma given under Annexure 3 under section 2)

h. Approval/ quality certification/ registration with any Govt./ agency.

Documents to be submitted in original before due date of Bid opening The original financial instruments towards cost of Tender document and EMD and other documents such as original Power of Attorney and Integrity Pact etc. must reach ALHW in corresponding address on or before opening of Technical Bid as per the date and time given in this tender.

Qualification information form and Document (pursuant to clause 1.4 hereof) and any other materials required to be furnished and submitted by the bidder in accordance with these instructions. The documents listed under Sections 2, 4 and 7 of Sub clause 1.8.1 shall be filled in without exception.

B) Price Bid (Volume II)

(i) Priced Bill of Quantities duly filled.

1.13. Bid Prices

1.13.1. The contract shall be for the whole works as described in Sub-Clause 1.1.1, based on the priced Bill of Quantities submitted through e-Tendering portal by the Bidder.

1.13.2. The Bidder shall fill in rates and prices for all items of the works described in the Bill of Quantities through e- Tendering portal .xls format. Items for which no rate or price is entered by the bidder will not be paid for by the Employer when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities.

22

1.13.3. All duties, taxes and other levies payable by the contractor under the contract, or for any other cause shall be included in the rates, prices and total Bid Price submitted by the Bidder.

1.13.4. The contractor has to comply with Employees provident fund and miscellaneous provision act 1952 (19 of 1952) of latest.

1.13.5. The contractor shall possess and obtain necessary license from the Labour Commissioner, Central/State Govt. for carrying out works where more than 20 persons are proposed to be engaged by the contractor.

1.13.6. The contractor shall submit the proof of having remitted EPF contribution of their labourers for release of their RA/Final Bills. However, the claim of the contractor towards reimbursement of EPF contribution for employer’s side shall be admitted separately subject to submission of mandatory documents as per the EPF rules.

1.13.7. The rates and prices quoted by the bidder are subject to adjustment during the performance of the Contract in accordance with the provisions of Clause 3.48 of section -3, General Conditions of Contract.

1.14. Currencies of Bid and payment

1.14.1.The Unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees.

1.15. Bid Validity:

1.15.1. Bids shall remain valid for a period not less than 120 days after the deadline date for bid submission specified in Clause 1.20. A bid valid for a shorter period shall be rejected by the Employer as non-responsive.

1.15.2. In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that the bidders may extend the period of validity for a specified additional period. The request and the bidders’ responses shall be made in writing or by cable. A bidder agreeing to the request will not be permitted to modify his bid and also shall submit an extension for EMD, if it is in the form of Bank Guarantee.

1.16. Bid Security (Earnest Money Deposit – EMD)

A. The bidder shall have to pay the Earnest Money Deposit of Rs. 79900.00/-(Rupees Seventy Nine thousand nine hundred only)

B. The EMD shall be payable in the form of Bank Guarantee for the entire amount from any Nationalised / Scheduled Bank) from any branch enforceable and encashable in Syndicate Bank, Port Blair in favour of “ Accounts Officer, ALHW, Port Blair “. Bank Guarantees submitted as Earnest Money shall be valid for 28 days beyond the validity of the bid. Bank Guarantee shall be verified independently by the ALHW with the bank before finalization of 23

technical offer. In the event of lack of confirmation of issue of the Bank Guarantee by the Bank, the bid shall stands disqualified.

C. EMD of unsuccessful bidders other than L1, and L2 will be refunded immediately after ranking of price bids. Earnest Money of L2 will be refunded immediately after entering into agreement with L1 and acceptance of performance Guarantee from L1.

D. EMD shall be refunded suo-motto without any application from the bidders.

E. The Bid Security of the successful bidder will be discharged after he has signed the Agreement and furnished the required Performance Security.

F. The Bid Security may be forfeited, if

a) The Bidder withdraws the Bid after Bid opening during the period of Bid Validity; OR

b) The successful Bidder fails within the specified time limit to

i) sign the Agreement or

ii) furnish the required performance security

1.17. Alternative Proposals by Bidders

1.17.1 Not applicable

1.18. Format and signing of Bid

1.18.1. The Bid shall be in online mode

1.18.2. The Bid shall contain no alterations or additions, except those comply with instructions issued by the Employer.

D. SUBMISSION OF BIDS

1.19. Sealing and Marking of Bids

1.19.1. The bidder shall put original bid security document as per Clause No.1.16, hereof in one envelope and properly seal and mark as “Bid Security” and the bidder shall put the receipt of the online payment towards cost of tender documents as per clause 1.4 of Notice Inviting Tender, hereof in one envelope and properly sealed and mark as “Cost of tender Documents”. In addition the bidder shall put original documents such as Integrity pact and Power of attorney in one envelope and properly sealed and mark as “Original Documents”

24

All these three envelopes then be put inside one outer envelope and sealed, duly marking the outer envelope as “Bid security, Cost of tender documents and original documents”.

1.19.2. The envelopes shall

a) be addressed to “ the Executive Engineer(ALHW) office of the Chief Engineer & Administrator, Andaman Lakshadweep Harbour works, Port Blair-744101”

b) bear the following identification:

Bid for “Conducting sub soil investigation in connection with extension of breakwaters at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman ” Bid Reference No: Tender No. ALHW/ENV/1(18)/2016/SS-04/

DO NOT OPEN BEFORE (1530HRS & DATE: 22.08.2016)

Name and Address of the Bidder

The Tender complete in all respect should be reached to (Tender No. ALHW/ENV / 1(18)/2016/SS-04) the office of The Chief Engineer & Administrator, Andaman Lakshadweep Harbour Works Port Blair-744101 upto 1500 hrs on 22.08.2016 and open at 1530 hrs . on 22.08.2016 the same date in the presence of the tenderers who may wish to be present.

1.19.3 In addition to the identification required in Sub-Clause 1.19.2, the inner envelopes shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared late, pursuant to Clause 1.21, or the bid is declared non responsive. If the outer envelopes are not sealed and marked as above, The Chief Engineer & Administrator, ALHW, Port Blair will assume no responsibility for the misplacement or premature opening of the Technical bid and Financial bid.

1.19.4 . Tender document including quoted bid price have to be submitted

Online only before deadline for online submission of bid.

For evaluation purpose the uploaded offer documents will be treated as authentic and final. Any documents submitted in the form of hard copy except towards cost of Tender Documents, EMD (Bank Guarantee), Integrity Pact, Power of attorney shall be treated as irrelevant instrument, Bank Guarantee, Integrity Pact, Power of attorney shall be treated as irrelevant.

1.20 Deadline for online Submission of Bids 1.20.1. The completed bid shall be submitted in the electronic form by 1500 Hrs. on 22.08.2016 only through e- Tendering portal.

25

1.20.2. The Employer may extend the deadline for submission of bids by issuing an amendment in accordance with Clause 1.10, in which case all rights and obligations of the Employer and the bidders previously subject to the original deadline will thereafter be subject to the deadline as extended.

1.20.3. Price should be quoted in a spread sheet file (.xls format) available in e- Tendering Portal only. Any indication of ‘Quoted price’ in the online technical bid documents shall lead to rejection of the bid outright. For evaluation purpose the uploaded offer documents will be treated as authentic and final. No hard copy shall be submitted for reference purpose. The bid submitted through e- Tendering mode only will be taken up for the purpose for evaluation.

The uploaded ALHW Tender Document will be treated as authentic tender and if any discrepancy is noticed at any stage between the ALHW’s tender document and the one submitted/uploaded by the tenderer, the conditions mentioned in the uploaded ALHW’s document shall prevail. Besides, the tenderer shall be liable for legal action for the lapses whatsoever.

1.21 Late Bids

1.21.1 The tenderer should ensure that their tender is received online at ALHW before the deadline prescribed in Clause 1.20 .The time that is displayed from the server clock at the top of the tender Portal, will be valid for all actions of requesting bid submission, bid opening etc., in the e- Tendering portal. The bidders should adhere to this time during bid submission.

1.22. Modification by Withdrawal and Resubmission of Bids

1.22.1 Bidders may modify the offers by withdrawing their already freezed bids in online only through e- Tendering portal (after submission of bid) and resubmit/upload the revised offer before the deadline prescribed in Clause1. 20.

1.22.2 No bid shall be withdrawn and resubmitted through e- Tendering portal by the bidder after the deadline for submission of bids.

1.22.3 Withdrawal of a Bid between the deadline for submission of bids and the expiration of the original period of bid validity specified in Clause 1.15.1 above or as extended pursuant to Clause 1.15.2 may result in the forfeiture of the Bid Security pursuant to Clause 1.16.

1.22.4 Bidders may only modify the prices and other required details of their bids by Resubmitting Bid only in accordance with this clause through e- Tendering portal. E Bid Opening and Evaluation

1.23. Bid Opening

1.23.1 On the due date and time as specified in Clause 1.20, the Employer will first open Technical bids of all bids received online (except those received late) including resubmitted pursuant to 26

clause 1.22 in presence of the Bidders or their representatives who choose to attend. In the event of specified date for bid opening declared as holiday by the Employer, the bid will be opened at the appointed time and location on the next working day.

1.23.2. If all Bidders have submitted unconditional Bids together with requisite Bid security, then all Bidders will be so informed then and there. If any Bid contains any deviation from the Bids documents and / or if the same does not contains Bid security in the manner prescribed in the Bid documents, then that Bid will be rejected and the Bidder informed accordingly.

1.23.3. The date and time of opening of price bid (cover-II) shall be intimated to the qualified tenderers based on the evaluation of the technical bid. The price bid (cover-II) of such eligible tenderers shall be opened on the specified date and time in the presence of the qualified tenderers or their authorized representatives.

1.24. Process to be Confidential

Information relating to the examination, clarification, evaluation and comparison of bids and recommendations for the award of a Contract shall not be disclosed to bidders or any other persons not officially concerned with such process until the award to the successful bidder has been announced.

1.25. Clarification of Bids

1.25.1. To assist in the examination and comparison Bids, the Employer may, at his discretion, ask any bidder for clarification of his Bid, including breakdown of unit rates. The request for clarification and the response shall be in writing or by cable, but no change in the price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic / typing errors discovered by The Chief Engineer & Administrator, ALHW, Port Blair in the evaluation of the Bids in accordance with Clause 1.27.

1.25.2. Subject to Sub-clause 1.25.1, no Bidder shall contact the Employer on any matter relating to his bid from the time of the online bid opening to the time the contract is awarded. If the Bidder wishes to bring additional information to the notice of The Chief Engineer & Administrator, ALHW, Port Blair he should do so in online mode /writing only.

1.25.3. Any effort by the Bidder to influence The Chief Engineer & Administrators, ALHW, Port Blair in bid evaluation, bid comparison, or contract award decisions, it may result in the rejection of his bid.

1.26. Examination of Technical Bids and Determination of Responsiveness of Technical Bid

1.26.1. Prior to detailed evaluation of Technical Bids, the Employer will determine whether each of the bid

(a) Meets the eligibility criteria defined in clause 1.4 27

(b) has been properly signed by an authorized signatory (accredited representative) holding Power of Attorney in his favour. The Power of Attorney shall interalia include a provision to bind the bidder to settlement of disputes clause;

(c) is accompanied by the required Bid Security and cost of tender document;

(d) is responsive to requirements of the bidding documents. The recommended tenderer’s original documents shall be produced to the ALHW Officer’s verification and attestation.

1.26.2. A substantially responsive Technical and financial Bid is one which conforms to all the terms, conditions and specification of the Bidding documents, without materials deviation or reservation. A materials deviation or reservation is one (a) which affects in any substantial way the scope, quality or performance of the Works; (b) which limits in any substantial way; the Employers’ rights or the Bidder’s obligations under the contract; or (c) whose rectification would affect unfairly the competitive position of other Bidders presenting responsive Bids.

1.26.3 If a Technical Bid is not substantially responsive, it will be rejected by the Employer. The financial bid of those bidders whose Technical bid has been determined to be non- responsive shall not be opened in online mode.

1.27 Correction of Errors (in Price Bid)

1.27.1 Not applicable for online tenders.

1.28. Evaluation and Comparison of Bids

1.28.1 The Employer will evaluate and compare only the Bids determined to be responsive in accordance with Clause 1.26.

1.28.2 The estimated effect of the price adjustment conditions under Clause. 1.48 (Section 3), during the period of implementation of the Contract, will not be taken into account in Bid evaluation.

1.28.3 If the Bid of the successful Bidder is seriously unbalanced in relation to the Employer’s Engineer estimate of the cost of work to be performed under the contract, the Employer may require the Bidder to produce detailed price analysis for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those price with the implementation/construction methods and schedule proposed.

F. Award of Contract

1.29. Award Criteria

129.1 The Employer will award the Contract to the Bidder whose Bid has been determined to be responsive to Bidding documents and who has offered the lowest evaluated Bid Price, provided that such Bidder has been determined to be (a) eligible in accordance with the provisions of

28

Clause 1.3, and (b) qualified in accordance with the provisions of Clause 1.4. The second bidder (i.e.L2) shall be kept in reserve and may be invited to match the bid submitted by the (L1) bidder in case such bidder withdraws or is not selected for any reason.

1.30. Employer’s Right to accept any Bid and Reject any or All Bids Notwithstanding Clause 1.31, the Employer reserves the right to accept or reject any bid and to cancel the bidding process and reject all bids, at any time prior to award of Contract, without thereby incurring any liability to the affected bidder of the grounds for the Employer’s action.

1.31. Notification of Award and Signing of Agreement

1.31.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to expiration of the Bid validity period by cable, telex or facsimile confirmed by registered letter. This letter (herein after and in Conditions of Contract called the “Letter of Acceptance”) will state the sum that the Employer will pay the Contractor in consideration of the Execution, completion and maintenance of the Work by the Contractor as prescribed by the Contract (herein after and in the Contract called the “Contract Price”)

1.31.2.The notification of award will constitute the formation of the contract, subject only to the furnishing of a performance security in accordance with the provisions of Clause1.32.

1.31.3. The Agreement will incorporate all correspondence between the Employer and the successful Bidder. It will be signed by the Employer and sent to the successful bidder within 14 days following the notification of award along with the Letter of Acceptance. Within 21 days of receipt, the successful bidder will furnish the performance security and sign the agreement with the Employer.

1.31.4 Upon the furnishing by the successful Bidder of the Performance Security, the Employer will promptly notify the other Bidders that their Bids have been unsuccessful and release their Bid security.

1.32. Performance Security/Security Deposit

Performance Security/Security Deposit shall consist of two parts;

a) Performance Guarantee to be submitted at award of work and b) retention money to be recovered from Running Bills. 1.32.1 Performance Security should be 10% of Contract price of which 5% of contract price should be submitted as Bank Guarantee or FDR/ TDR enforceable and encashable at Port Blair within 21 days of receipt of letter of acceptance and balance 5% recovered as retention. Money from Running Bills. Recovery of 5% of Retention Money is to commence from the first bill onwards @ 10% of bill value from each bill. Retention Money may be refunded within 14 days from the date of payment of final bill. Balance S.D to be refunded immediately not later than 14 days of completion of defect liability period.

29

Add as sub-clause 1.32.1.1

The Contractor at his option may also furnish a Bank Guarantee from an Indian Nationalized Bank having its Branch Office at Port Blair in the form approved by the Employer in lieu of the retention money when such retention money amounts to the 1/4th of the sum for the limit of retention money on production of the said bank guarantee. The money so retained shall be considered to refund to the contractor and other three installments shall also similarly considered for refund on production of appropriate Bank guarantee. On acceptance of the said Bank Guarantee, the money so retained shall be considered for refund to the contractor. All payments to the contractor under the contract shall unless otherwise stated elsewhere be made to the contractor in Indian currency through e- payments through designated Bank.

1.32.2 Failure of the successful bidder to comply with the requirements of Clause 1.32.1 shall constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security.

1.33 Advance Payment

1.33.1. The Employer’s Engineer will provide an Advance Payment on the Contract Price as stipulated in the conditions of Contract, subject to maximum amount, as stated in the Contract Data.

1.34. Disputes If the Contractor believes that a decision taken by the Employer’s Engineer or Nodal officer was either outside the authority given to the Employer’s Engineer or Nodal officer by the Contract or that the decision was wrongly taken, the decision shall be referred to the Dispute Redressal Committee (DRC) within 28 days of the notification of the Employer’s Engineer or Nodal officer’s decision.

1.35 . Corrupt or Fraudulent Practices:

The bidder and their respective officers, employees, agents and advisers shall observe the highest standard of ethics during the Selection Process. Notwithstanding anything to the contrary contained in this document, the ALHW shall reject the tender without being liable in any manner, whatsoever, to the bidder, if it determines that the bidder has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice (collectively the “Prohibited Practices”) in the Selection Process. In such an event, The Chief Engineer & Administrator, ALHW, Port Blair shall, without prejudice to its any other rights or remedies, forfeit and appropriate the Bid Security or Performance Security, as the case may be, as mutually agreed genuine pre-estimated compensation and damages payable to the ALHW for, interalia, time, cost and effort of the Authority, in regard to the Tender, including consideration and evaluation of such Bidder’s Proposal. Such Bidder shall not be eligible to participate in any tender or RFP issued by the ALHW during a period of 2 (two) years from the date such Bidder is found by the Authority to have directly or through an agent, engaged or indulged “Prohibited Practice”

30

For the purposes of this Clause, the following terms shall have the meaning hereinafter respectively assigned to them:

(a) “Corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the action of any person connected with the Selection Process (for avoidance of doubt, offering of employment to or employing or engaging in any manner whatsoever, directly or indirectly, any official of the Authority who is or has been associated in any manner, directly or indirectly with the Selection Process or the LOA or has dealt with matters concerning the Agreement or arising there from, before or after the execution thereof, at any time prior to the expiry of one year from the date such official resigns or retires from or otherwise ceases to be in the service of the Authority, shall be deemed to constitute influencing the actions of a person connected with the Selection Process; or

(ii) engaging in any manner whatsoever, whether during the Selection Process or after the issue of the LOA or after the execution of the Agreement, as the case may be, any person in respect of any matter relating to the Project or the LOA or the Agreement, who at any time has been or is a legal, financial or technical consultant/ adviser of the Authority in relation to any matter concerning the Project;

(b) “Fraudulent practice” means a misrepresentation or omission of facts or disclosure of incomplete facts, in order to influence the Selection Process;

(c) “Coercive practice” means impairing or harming or threatening to impair or harm, directly or indirectly, any persons or Property to influence any person’s participation or action in the Selection Process;

(d) “Undesirable practice” means establishing contact with any person connected with or employed or engaged by the Authority with the objective of canvassing, lobbying or in any manner influencing or attempting to influence the Selection Process; or (iii) Having a Conflict of Interest; and

(e) “Restrictive practice” means forming a cartel or arriving at any understanding or arrangement among Applicants with the objective of restricting or manipulating a full and fair competition in the Selection Process.

1.36. INTEGRITY PACT

The integrity pact available in the tender document is an integral part of this tender document and all bidders have to execute the same and upload online and submit the original during bid submission. In case a bidder does not execute the integrity pact, his bid shall be liable for rejection.

31

1.37. EVALUATION OF APPLICATION

a) Process of Evaluation The Employer shall use the methods, criteria, and requirements defined in Clause -1.4 to evaluate the pre-qualification application of the Bidders, and no other methods, criteria, or requirements shall be used.

b) Changes in qualification of Bidders Any change in the qualification status of an Bidder after being pre-qualified shall be subject to the written approval of the Employer. Such change shall be submitted to the Employer not later than 14 days after the date being notified to be pre-qualified. Such approval shall be denied if as a consequence of any change,

a) the pre-qualified Bidder, after the change, no longer substantially meets the qualification criteria set forth in Clause-1.4 or

b) A Subcontractor is added/changed to a pre-qualified Bidder and is not fulfilling subcontractors qualifying criteria; or

c) The Bidder becomes aware of his own or Subcontractor(s) insolvency. 1.37. ADDITIONAL INFORMATION

1.37.1 The Proposed work site for “Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar and MUS in Car Nicobar and Hut Bay in Little Andaman Island under Nicobar Group of Islands. To reach the island first to reach Port Blair which is 1190 KM, 1255 KM and 1200 KM from (distance via sea) Chennai, Kolkata and Visakhapatnam respectively. And then from Port Blair, helicopter service and inter island ship services is available to reach Campbell Bay, in , Hut Bay and at Car Nicobar.

32

SECTION 2

FORMS OF BID, CONTRACTOR’S BID, PRE QUALIFICATION OF BIDDERS

33

ANDAMAN LAKSHADWEEP HARBOUR WORKS

TENDER FOR “Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman”

SECTION - 1

TABLE OF FORMS

1. FORM OF BID 2. CONTRACTOR'S BID 3. PREQUALIFICATION OF BIDDERS

34

To be uploaded online) FORM OF BID (To be executed on bidder’s letter head and submitted along with their technical bid under Cover I) [The Tenderer shall fill in this Form in accordance with the instructions indicated. No alterations to its format shall be permitted and no substitutions shall be accepted.)

Date ______

Tender For “ Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman”

Tender No: ALHW/ENV/1(18)/2016/SS-04

To The Executive Engineer (ALHW) O/o the CHIEF ENGINEER & ADMINISTRATOR, ANDAMAN LAKSHADWEEP HARBOUR WORKS, PORT BLAIR-744101 We the undersigned, declare that: We have examined and have no reservations to the Tendering Documents, including Addenda No.…………………[Number and issuing date of Addenda, if any.]

We offer to execute the work in conformity with the Tendering Documents and in accordance with the Delivery Schedules specified in the Schedule of Requirements in accordance with the tender documents bearing No:ALHW/ENV/1(18)/2016/SS- 04 (c) The total price of our Tender is: ( “as filled in the price bid”) (Note: Price shall not be filled in here) (d) Our tender shall be valid for the period of 120 days from the date fixed for the tender submission deadline and it shall remain binding upon us and may be accepted at any time before the expiration of that period or any extended period in accordance with any extension of bid validity as per ITB, Sub-Clause 1.15.2. (e) If our tender is accepted, we commit to submit a Performance Guarantee in accordance with ITB, Clause 1.32, for the due performance for the contract as specified in Specimen Form for the purpose. (f) We, including any Sub-Contractors or Contractors for any part of the contract. (g) We have no conflict of interest in accordance with (ITB Sub-Clause 1.5) 35

(h) Our firm, its affiliates or subsidiaries-including any subcontractors or contractors for any part of the contract-has not been declared ineligible by the ALHW, under laws of India or official regulations, in accordance with ITB, Clause 1.3. (i) We understand that this Tender, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract Agreement is prepared and executed in accordance with ITB, Clause 1.31 and as per specimen form the purpose. (j) We understand that you are not bound to accept the lowest evaluated tender or any other tender that you may receive. (k) We also make specific note clauses of (ITB, NIT) under which the contract is governed. (l) In case of out station firms, having a branch in India for liaison purposes, herein we mention the Name of the Contact person and Tel. no. Fax No. and e-mail-Id and also the complete postal Address of the firm. ……………………………………………………………………………………….. ………………………………………………………………………………………… (m) We understand that the communication made with the Firm at (l), by the ALHW shall be deemed to have been done with us. Signed: (Signature of person whose name and capacity are shown) In the capacity of : ( Legal capacity of person signing the form of tender) Name : (Complete name of person signing the Form of Tender) Duly authorized to sign the Tender for “Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman” and on behalf of……………………………………………………

Dated on…………

36

(To be uploaded online) CONTRACTOR’S BID TENDER FOR “Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman””

To The Executive Engineer (ALHW) O/o THE CHIEF ENGINEER & ADMINISTRATOR, ANDAMAN LAKSHADWEEP HARBOUR WORKS, PORT BLAIR-744101 GENTLEMEN,

We offer to execute the Works described above in accordance with the Conditions of Contract accompanying this Bid for the Contract Price “as filled in the price bid”.

The advance payment is required/not required as per rule.

We accept to resolve disputes in the first instance as provided for in Clauses 3.25 and 3. 26 of Section -3.

This bid and your written acceptance of it shall constitute a binding contract between us. We understand that you are not bound to accept the lowest or any Bid you receive.

We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act ,1988”

We hereby confirm that this Bid complies with the Bid Validity and Bid Security required by the Bidding documents.

We attach herewith our copy of Permanent Account Number (PAN).

Yours faithfully,

Authorized signatory:………………………..

Name & Title of signatory:…………………………

Name of Bidder:……………………………………….

Address:………………………………………………….

Notes: To be filled in by the Bidder, together with his particulars and date of submission at the bottom of the form of bid.

37

ANDAMAN LAKSHADWEEP HARBOUR WORK

TENDER FOR “ Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman””

Pre-QUALIFICATION OF BIDDERS

The information to be filled in by the Bidder in the following Forms will be used for purposes of Pre- Qualification as provided for in the Instructions to Tenderers.

38

(To be uploaded online)

ANDAMAN LAKSHADWEEP HARBOUR WORKS

TENDER FOR “ Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman””

LETTER OF SUBMISSION- COVERING LETTER (ON THE LETTER HEAD OF THE BIDDER) Date: To The Executive Engineer (ALHW) Office of the Chief Engineer & Administrator, Andaman Lakshadweep Harbour works, Port Blair. Sir,

Sub : The work of TENDER FOR “ Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman” ”

Being duly authorized to represent and act on behalf of ……………………. (Hereinafter referred to as “the Bidder”) and having reviewed and fully understood all of the requirements of the bid document and information provided, the undersigned hereby apply for the project referred above.

We are submitting our Bid enclosing the following, with the details as per the requirements of the Bid Document, for your evaluation.

Tender Document (section 1to7), i. Organization Details (Form I - Annexure-1) ii. Power of Attorney – (Form I - Annexure 2) iii. Turnover of the firm-Financial capability ( Form II) iv. List of similar works (Form III) v. Plant and equipment proposed for the work (Form - IV) vi. Details of proposed approach and methodology (Form - V) vii. Bid Security/EMD In the form of Bank Guarantee bearing No ------dated -----, for Rs…. Issued by …..bank (Form – VI) viii. Bank information for e - payment – (Form – VII) ix. Declaration (Annexure 1 – Section 7) x. Integrity Pact (Annexure 2 – Section 7) Signature (Authorised Signatory)

39

(To be uploaded online) ANDAMAN LAKSHADWEEP HARBOUR WORKS

TENDER FOR

“Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman”

Form - I

1. Only for Individual Bidders

1.1 Constitution or legal status of Bidder(attach Annexure 1) • Place of registration: (attach document) • Principal place of business • Power of attorney of signatory of Bid (attach Annexure 2)

Signature

(Authorised Signatory)

40

(To be uploaded online)

Annexure - 1

ANDAMAN LAKSHADWEEP HARBOUR WORKS

TENDER FOR “ Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman””

ORGANIZATION DETAILS

CONTACT No.: NAME OF APPLICANT: 1. Name of the Owner: 2. Address:

Telephone No. :

Fax No. 3. Description of Applicant (for e.g. General, Civil Engineering Contract or Joint Venture/Consortium etc.) 4. Registration and Classification of Contractors 5. Name and address of bankers 6. Number of years of experience as a general contractor :- In own Country: Internationally: 7. Number of years of experience as a sub contractor 8. Name and Address of partners or associated companies to be involved in the project and whether Parent/ Subsidiary/other

9. Name and address of any associates knowledgeable in the procedures of customs, immigration and local experience in various aspect of the project etc.

10. Name and address of the companies/ Sub-contractors who will be involved in the execution of works, namely:

41

11. Attach organization chart showing the structure of the company including names of Directors/ Key Personnel at Head Office who would be responsible for the project and a separate chart showing proposed Site Construction Organization.

Signature

(Authorised Signatory)

42

(To be uploaded online) Annexure - 2

ON NON JUDICIAL STAMP PAPER of Rs.100/-

ANDAMAN LAKSHADWEEP HARBOUR WORKS

TENDER FOR “Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman””

FORMAT OF POWER OF ATTORNEY (in original)

In favour of signatory(s) to the Tender, duly authenticated by Notary Public.

POWER OF ATTORNEY IN FAVOUR OF ------(Name, Designation, Company name)

TO ALL TO WHOM THESE PRESENTS shall come, I, (Name & address of the authorized person to sub-delegate/delegate powers, delegated on him by the ALHW) do hereby sub- delegate/delegate, in terms of the powers delegated to me by the ALHW, ------(name of the Co.) to Shri ------(name, designation & address of the Attorney) the following:

NOW KNOW WE AND THOSE PRESENTS that I, (Name & address of the authorized person to sub-delegate/delegate powers, delegated on him by the ALHW), do hereby authorize and empower Shri ------(name, designation & address of the Attorney) to do severally amongst others, for the purpose of carrying on our business, the following:

To represent lawfully the (name of the Co.) for obtaining bid/tender documents, prepare, sign, execute and submit tenders for execution of “Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman” a) or any other works incidental to such construction work. b) To discuss the technical and financial matters, negotiate and accept prices and take decisions regarding terms and conditions and sign agreements and contracts and also to bind the (name of the Co.) to the arbitration clause included in the contract. c) For all or any of the purposes here of to sign and deliver or otherwise execute such deed or deeds, transfer or transfers, endorsement or endorsements and to perform such other acts, matters, things as the Attorney shall consider requisite or advisable as full and effectively as the Company could do, if present and acting there.

43

I (Name & address of the authorized person to sub-delegate/delegate powers, delegated on him by the ALHW) in terms of the powers delegated to me by the ALHW (name of the Co.), do hereby agree that all acts, deeds and things done by the said Attorney by virtue of this power of attorney, shall be construed as acts, deeds and things done by the Company.

I, (Name & address of the authorized person to sub-delegate/delegate powers, delegated on him by the ALHW), further undertake to ratify and confirm whatever our said attorney shall do or cause to be done for the Company, the said Company, in the premises, by virtue of the powers hereby given.

WHEREAS, this sub-delegation is signed and delivered to Shri ------(name & designation of the Attorney), on this ______day of ______, 20____ (Two thousand ______).

WHEREAS, even though this sub-delegation is signed on this ______day of ______20______(Two thousand ______), will have effect from the date he signs and receives this delegation.

IN WITNESS WHEREOF, I, (Name & address of the authorized person to sub- delegate/delegate powers, delegated on him by the ALHW) has, this ______day of ______20_____ (Two thousand ______) set my hands and subscribed my signature unto this instrument.

SIGNED AND DELIVERED ON

______BY

(Name of authorized person to delegate powers)

WITNESS:

SIGNED AND RECEIVED ON

______BY

(Name & designation of Attorney) 44

(To be uploaded online) ANDAMAN LAKSHADWEEP HARBOUR WORKS

TENDER FOR Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in

Little Andaman”

FORM – II TURNOVER OF THE FIRM (FINANCIAL CAPABILITY) (A) Net worth & Average Annual Turnover of the Bidder

Net Worth Turnover 2014-15 2012-13 2013-14 2014-15 Average

Instructions:

Net Worth = (Subscribed and Paid-up Equity + Reserves) - (Revaluation reserves + Miscellaneous expenditure not written off + depreciation not provided for).

The Bidder shall provide audited Annual Reports for the last three years (Balance sheet, Profit and Loss statements, auditors reports (incase of companies / corporation) etc. to be issued by CA for the company) as required under this Bid Document.

Net worth & Annual turnover of the bidder shall be submitted duly verified by Charted Accountant or Competent Authority.

(B) (Here specify proposed sources of credit line to meet the Cash flow demand for the work)

Source of Credit line Amount

There should be a letter from the Bank mentioning that line of credit offered is specifically for this work/contract.

NOTE: If the Tenderer intends to meet the “Cash Flow Demand” for the project through their internal resources without availing the loan of credit, a specific mention to be made to this effect and proof for such resources shall be enclosed.

Certified by C.A Signature (Authorised Signatory)

45

(To be uploaded online) ANDAMAN LAKSHADWEEP HARBOUR WORKS

TENDER FOR

“Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman””

FORM – III

Similar Works

LIST OF SIMILAR WORKS (as per the qualification criteria carried out in the last 7 years (As on 31st March 2016).

Tenderer shall furnish Details of “eligibility works experience” as per Clause 1.4.2 of section-I of Minimum Qualification Criteria (MQC) of Instruction to Bidders and certificates in the following format (Client Certificates/work completion certificates or any other documentary evidences with respect to the eligibility work)

ELIGIBLE ASSIGNMENT DETAILS FOR MEC Sr. Project Name & Contract Contract

No Name Address of value Completio satisfactorily n . And Employer and date (month/ completed Location year) including time

1 2 3

Assignment Number:

Instructions: i) Bidders are expected to provide information in respect of Eligible Assignments in this Section. The assignments cited must comply with the criteria specified Clause 1.4.2 of section-I Minimum qualification of the Instructions to Bidders”.

46

ii) A separate sheet should be filled for each of the eligible assignments. iii) The details are to be supplemented by documentary proof from the respective client for having carried out such assignment duly certified by clients. iv) The works indicated in this Form-III will be only being considered for evaluation. Mere submission of work completion certificate will not be considered as Eligible Assignments v) Attachments: Copies of supporting documents viz., Successful completion certificates from

clients or any other documentation to substantiate the similarity of work as per definition of

“Similar Work”. Employers reserve the right to verify the information.

Signature

(Authorised Signatory)

47

(To be uploaded online) ANDAMAN LAKSHADWEEP HARBOUR WORKS

TENDER FOR “ Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman”

FORM – IV

PLANT AND EQUIPMENT PROPOSED FOR THE WORK

Please indicate the main plant and equipment considered to be necessary for undertaking the work and whether this plant is ready in ownership or will be purchased or hired.

A. Boring and drilling work:

Description of equipment Requirem Owned / Nos / Age / Remarks

ent No. / leased / Cond Capac Capacity to be ity ition procured

1.Boring machine

2. Casing pipes

3.Sample collecting pipes

4.Others specify

NOTE :

(i) The equipment indicated in the above statement will form part of contract agreement and as such the bidders are requested to indicate the availability of the equipment at site and at what stage of the construction period in a separate column (ii) For all the equipments the literatures, any other relevant details shall be enclosed if available. (iii) The tenderers shall furnish full particulars of the individual equipments / crafts in Proforma by adding additional sheets if found necessary.

48

(iv) With regards to equipment, absolute ownership, deponent ownership, Hiring/ Leasing of equipments to be considered. However, in case of Hiring / Leasing of equipments, an “Irrevocable letter of Authority” from the owner to be produced by the bidder to the effect that the equipment Hired/Leased shall not be withdrawn till completion of the work. (v) The floating crafts required for mounting the boring equipments shall be supplied to the agency free of hire charges at respective islands.

Signature

(Authorised Signatory)

49

(To be uploaded online) ANDAMAN LAKSHADWEEP HARBOUR WORKS

TENDER FOR “Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman”

FORM – VI

[If the Bid Security is submitted in the form of Bank Guarantee as per Sl.No. 1.16 of ITB. This proforma is applicable] BID SECURITY (BANK GUARANTEE)

(Bank Guarantee shall be enforceable and encashable at Port Blair)

WHEREAS,______[Name of Bidder] (hereinafter called “the Bidder”) has submitted his bid dated______[date] for the construction of ______[name of Contract] (hereinafter called “the Bid”). KNOW ALL PEOPLE by these presents that We ______[name of bank] of ______(name of country) having our registered office at ______(hereinafter called “the Bank”) are bound unto TheExecutive Engineer (ALHW), office of the Chief Engineer & Administrator, ALHW, Port Blair ( hereinafter called “the Employer”) in the sum of ______1 for which payment well and truly to be made to the said Employer the Bank binds itself, his successors and assigns by these presents. SEALED with the Common Seal of the said Bank this ______day of______20 ______THE CONDITIONS of these obligations are: (1) If after Bid opening the Bidder withdraws his Bid during the period of bid validity specified in the Form of Bid; or (2) If the Bidder having been notified of the acceptance of his Bid by the Employer during the period of bid validity: 50

(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to Bidders, if required; or (b) fails or refuses to furnish the Performance Security, in accordance with the Instructions to Bidders, or (c) does not accept the correction of the Bid Price pursuant to Clause 1. 27; We undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount claimed by him is due to him owing to the occurrence of one or any of the three conditions, specifying the occurred condition or conditions. This Guarantee will remain in force up to and including the date(See foot note) ------days after the deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later than the above date. Notwithstanding anything mentioned above,

Our liability against this guarantee is restricted to Rs ……………………… (Rupees ……………………………………. only) and unless a claim in writing is lodged with us within 3 months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharges.

IN WITNESS WHEREOF this guarantee has been duly executed on this ……… day of …… 20 ……

DATE______SIGNATURE OF THE BANK______WITNESS______SEAL______[Signature, name and address] ______The Bidder should insert the amount of the guarantee in words and figures denominated in Indian Rupees. This figure should be the same as shown in Clause 1.16 of the Instructions to Bidders. 1 28 days after the end of the validity period of the Bid. Date should be inserted by the Employer before the Bidding documents are issued.

51

(To be uploaded online) ANDAMAN LAKSHADWEEP HARBOUR WORKS

TENDER FOR “ Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman”

FORM – VII

FORMAT FOR FURNISHING BANK INFORMATION FOR e-PAYMENT

1 Name and full address of

the beneficiary

2 Credit Account No.

(Should be full 14 digit)

3 Account Type

(SB or CA or OD)

4 Name of the Bank

5 Branch

(Full address with telephone No.)

6 MICR code

(Should be 9 digit)

7 Telephone/Mobile/Fax No. of Telephone:

the beneficiary Mobile :

Fax :

8 Photostat copy of a Cheque

Signature of the party with seal

Verified the details furnished by the party and it is ascertained that the Information furnished are in full shape as required. Xerox copy of a Cheque is also enclosed. Signature of the HOD with seal

52

SECTION 3

PART – I - GENERAL CONDITIONS OF CONTRACT

(CPWD Form-8)As applicable & SCHEDULE--F

PART – II - SPECIAL CONDITIONS OF CONTRACT

53

PROFORMA OF SCHEDULES

SCHEDULE ‘A’

Schedule of Quantities (as per PWD-3) As per sheets attached BOQ

SCHEDULE ‘B’

Schedule of materials to be issued to the contractor:

Rates in figures & words at

S. No. Description of item which the material will Place of issue Quantity be charged to the contractor

------NIL ------

SCHEDULE ‘C’

Schedule of Tools and Plants to be hired to the contractor:

S. No. Description Hire charges per day Place of issue 1 2 3 4 1 Dump barge Free of hire charge Camp Bell Bay / Hut Bay and Car Nicobar

SCHEDULE ‘D’

Extra schedule for specific requirements/document for Nil the work, if any:

54

SCHEDULE ‘E’

Reference to General Conditions of contract: - GCC for CPWD work 2010 as amended upto 01.10.2013 vide No.DGW/CON/273

Name of Work: Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar , MUS in Car Nicobar Island and additional wharf at Hut Bay in Little Andaman,

Estimated cost of the work: Rs.39,90,750.00 Earnest money Rs.79,900 .00 Performance Guarantee 5% of the tendered value of the work Security Deposit 2.5 % of the tendered value of the work

SCHEDULE ‘F’

General rules and direction:-

Officer inviting tender Executive Engineer (ALHW), O/o the CE & A, ALHW, Port Blair . Maximum percentage of quantity of items of See at appropriate clause under definitions work to be executed beyond which rates are to be determined in accordance with Clause

Definitions:

2(v) Engineer-in-Charge Executive Engineer (ALHW),

o/o the CE & A, ALHW, Port Blair

2(vii) Accepting Authority Executive Engineer (ALHW), O/o the CE & A, ALHW, Port Blair

2(x) Percentage on cost of materials and labour to cover all overheads and profits 15%

2(xi) Standard Schedule of Rates: Current Market rates

2(xii) Department: Andaman Lakshadweep Harbour Works

55

9(ii) Standard CPWD contract Form: GCC 2010, CPWD form 8 as modified & amended upto 01.01.2013 vide No.DGW/CON/273 and corrected up to date (Whether correction vide latest circulars are incorporated or not in this document).

Clause 1 i) Time allowed for submission of Performance Guarantee from the 15 Days date of issue of letter of acceptance ii) Maximum allowable extension with the late fee @0.1% as per 7 Days day of performance guarantee amount beyond the period as provided in i) above

Clause 2 Authority for fixing Deputy Chief Engineer (Plg) Compensation under Clause 2 ALHW, Port Blair Clause 2 A Whether Clause 2A shall be applicable No

Clause 5 Number of days from the date 22 Days of issue of letter of acceptance for reckoning date of start

-

56

PROFORMA OF SCHEDULES

Mile stone(s) as per table given below:-

Sl. No. Description of Milestone Time allowed Amount to be with-held (Physical) in days (from in case of non date of start) achievement of mile stone 1 Mobilization of equipments 30 days Rs. 10000.00

2 Collection of soil s amples at Hut Bay and Car 60 days Rs. 25000.00 Nicobar 3 Collection of soil samples at Campbell Bay 120 days Rs. 25000.00

4 Testing sample soil and submission 150 days Rs. 25000.00 of report

Authority to decide Extension of time Executive Engineer (ALHW),

ALHW, Port Blair Or successor thereof

Rescheduling of mile stone Deputy Chief Engineer (Plg), ALHW, Port Blair Or successor thereof.

Time allowed for execution 05 Months of Work

Clause 6, 6A Clause applicable Clause 6

Clause 7 Gross work to be done together with net payment/Adjustment of advances for material collected, if any, since the last such payment Rs. 10.00 Lakhs for being eligible to interim payment

Clause 10A List of testing equipment to be provided by the

contractor at site lab. Rotary power drilling equipments with accessories Clause 10 Whether clause 10-B (ii) and 10-B (iii) shall be B (ii), (iii) applicable. No

57

Clause 10C Component of labour expressed as percentage of value of work 25%

Clause 10 CA Materials covered under this clause. Nearest material (other than cement, reinforcement bars andstructural steel) for which All India whole sale price index is to be followed. Nil Nil Nil

Clause 10 CC Clause 10CC to be applicable in contracts with NA stipulated period of completion exceeding the period shown in next column

Clause 11 Specification to be BIS / IS specification for soil test followed for execution of work:

Clause 12

12.2 & 12.3 Deviation limit beyond which clause NA 12.2& 12.3 shall apply for building work

12.5 (i) Deviation limit beyond which clause 12.2 & 12.3 shall apply for foundation 1 0 0 % work (ii) Deviation limit for items in earth work subhead of DSR or related item NA

Clause 16 Competent Authority for Deputy Chief Engineer (Plg), ALHW, Deciding reduced rates: Port Blair

Clause 18 List of mandatory machinery, Rotary power drilling equipments tools & plants to be deployed by the suitable for drilling 150mm dia bore contractor at site. holes in sea bed through sand, silt and rock including barge mounting accessories and other equipments

58

Clause 36(i) Requirement of Technical Representative(s) and Recovery Rate

Sl. Minimum Designation Rate at which recovery No. (Principal shall be made from the

Qualification Technical/Techni contractor in the event of not cal representative) fulfilling provision of Clause

of 36(i) Per person Technical Number Discipline Figures Words Representative (Rs. Per person) (Rs. Per person) Minimum experience

1

2

Assistant Engineers retired from Government services that are holding Diploma will be treated at par with Graduate Engineers. Even if contractor (or partner in case of firm/company) is himself an Engineer/Overseer(s), it is necessary on part of contractor to employ Engineer(s) and/or/Overseer for the supervision of the work(s) as per stipulation.

Clause42

i) a) Schedule/ statement for determining theoretical quantity of cement & bitumen on the basis of Delhi NA Schedule of Rates 2012 printed by CPWD ii) Variations permissible on theoretical quantities a) Cement for works with estimated cost put to NA tender not more than ` 5 lakhs. For works with estimated cost put to Tender is NA more than Rs. 5 lakhs b) Bitumen all works NA c) Steel reinforcement and structural steel Sections

NA for diameter, section and category. d) All other materials NA

59

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Rates in figures and words at which recovery shall be made from the contractor

Excess beyond Less use beyond the Sl No Description of items permissible permissible variation variation 1. Cement (PPC) NA NA 2. Steel reinforcement (TMT Bars) NA

60

SECTION 4

SPECIFICATION OF MATERIALS AND WORKS

66

ANDAMAN LAKSHADWEEP HARBOUR WORKS

TENDER FOR “Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman”

SECTION 3 Part – I General description of work and other conditions

I. General Location of Work

The proposed sites is situated at Campbell Bay in Great Nicobar Island , MUS at Car Nicobar and Hut Bay in Little Andaman Island where the Port and bazaar all facilities are available.

Brief Description For the development of existing harbor facilities in the above islands

Existing Arrangement

 There is a breakwater at MUS in Car Nicobar and Campbell Bay and jetties / wharf is available at these islands for berthing of inter island ships / main land – island ships.

 The above facilities are being utilized continuously from its commission.

 To improve the existing facilities to cater the increased demand of the ship and cargo traffic in these islands. Scope of work

The present scope of the proposal comprises to conducting sub soil investigation for ascertaining the soil profile nature and characteristics of sub soil below the sea bed of the proposed sites.

The details regarding the location, alignment, sectional details etc. are all shown in the drawing enclosed under the Schedule of Drawings. The main items of works covered in this tender are as follows:

4.1. The drawing showing the location plan of the above works is enclosed in the tender schedule. The necessary working/stacking area shall be provided nearer to the site wherever possible as per the discretion of the Employer’s Engineer or Nodal Officer.

i) No rental charges will be levied for the working area spared to the contractor during the tenure of the contract including extended period, if any granted. The Employer’s Engineer or Nodal officer may at his discretion allot additional working area if required by the contractor anywhere inside the premises subject to availability and free of rental charges based on the requirements of work. However the contractor 62

shall at their cost arrange for the transportation of men and materials to the site of work. The area occupied by the contractor beyond the time limit specified shall be charged as per the prevailing scale of rates.

ii) The proposed project is in existing harbor area. Hence the successful tenderer shall work in coordination with the others for smooth operation/functioning of Existing facilities

4.2. The work has to be carried out in the alignment of existing structure as proposed in drawings. The site will be handed over “as is where is condition” for execution. Depending upon the date of handing over the site to the contractor or delay due to port activities, the Employer’s Engineer at his discretion may grant extension of time, as he considers reasonable for the proper completion of work. The tenderer has to take into account all the delays due to this kind of port activities. The grant of such extension of time however will not bestow on the contractor any right to claim compensation/extra payment for idling of plant, labour and overhead loss etc., even at a future date for any reasons whatsoever. No claim towards idle time charges will be entertained by the ALHW for any reasons whatsoever.

The tenderer shall inspect, examine the site, the nature of structure and substructure. The stacking and movement of traffic along with the quantities, nature of work and materials necessary for the completion of the works, means of access to the site, shall be ascertained by himself. All necessary information as to risks, contingencies and other circumstances which may influence or affect his tender and satisfy himself before submitting his tender. No extra charges consequent on any wrong understanding of the work or otherwise shall be allowed. The tenderer shall take into account all these aspects before quoting their rates and shall not hold the Employer responsible for any details that might have been omitted to be mentioned in the tender schedule which may affect the pricing of the tender and any claim by the tenderer on this account will not be entertained by the Employer. In case, any additional investigations are required to be done at site by the tenderer, he may do so at his own cost with the prior approval of the Employer’s Engineer.

4.3. Drains, pipes, cables, overhead wires and similar services encountered in the course of the work shall be guarded from injury by the contractor at his own cost, so that they may continue in full and uninterrupted use to the satisfaction of the Nodal officer thereof and the contractor shall not store materials or otherwise occupy any part of the site in a manner likely to hinder the operation of such services.

4.4. Should any damage be done by the contractor to any mains, pipes, cables or lines (whether above or below structure) whether or not shown in the drawing, the contractor must make good or bear the cost of making good the same without delay, to the satisfaction of the Nodal officer.

4.5. The Employer shall not be held liable for any damages or compensation payable under the law in respect or in consequence of any accident or injury to any workmen or other persons in the employment of the contractor or any sub-contractor and the contractor shall indemnify and keep indemnified the Employer against all such damages and compensation and against all claims, demands, proceedings, costs, charges, expenses whatsoever in respect thereof or in relation thereto.

63

4.5.1 The contractor shall (except if and so far as the specification provided otherwise) indemnify and keep indemnified the Employer against all losses and claims for injuries or damage to any person or any property whatsoever (other than surface or other damage to land being or crop being on the site suffered by tenants or occupiers) which may arise out or in consequence of the construction and maintenance of the works and against all claims, demands, proceedings, damages, costs, charges and expenses whatsoever in respect of or in relation thereto. Provided always that nothing herein contained shall be deemed to render the contractor liable for or in respect of or to indemnify the ALHW against any compensation or damages for or with respect to: i. The permanent use or occupation of the land by the works or any part thereof or (save as hereinafter provided) surface or other damages as aforesaid. ii. The right of the Government to construct the works or any part thereof on, over / under / through any land. iii. Interference whether temporary or permanent with any right of light, airway or water or other easement or quasi easement which is the unavoidable result of the construction of the works in accordance with the contract. iv. Injuries or damage to persons / property resulting from any act or neglect done or committed during the currency of the contract by the Board, its agents, servants or other contractors (not being employed by the contractor) or for in respect of any claims, demands, proceedings, damages, costs, charges and expenses in respect thereof or in relation thereto provided further that for the purposes of this clause, the expression “the site” shall be deemed to be limited to the area defined in the specification or shown in the drawings in which land crops will be distributed or damaged as an inevitable consequence of the carrying out of the works.

The contractor shall within 24 hours of the occurrence of any accident at or about the site or in connection with the execution of the work, report such accident to the Employer’s Engineer. The contractor shall also report such accidents within the prescribed time to the competent authorities to whom such report is required to be made by law.

4.6.Responsibility of Contractor: 4.6.1 The contractor shall not be entitled to any payment for works carried out by them for their constructional convenience.

4.6.2. The drawings incorporated in this tender are only tentative which are subject to modifications according to detailed designs and site conditions and it shall be binding on the contractor to execute the work at his quoted rates, according to the detailed drawings which will be supplied from time to time. The contractor shall be deemed to have gone through the drawings supplied to him thoroughly and carefully. He should bring to the notice of Employer’s Engineer or Nodal Officer, discrepancy, if any therein, before actually carrying out the work.

4.6.3. The Rate quoted for the unit rate of Individual items shall be inclusive of all activities and to provide the item as per the schedule.

4.6.4. The execution of certain works may be carried out during the monsoon also. The contractor must maintain sufficient labour force as may be required for the work and plan and execute the construction according to the prescribed time schedule. No

64

special rate will be considered for such work in monsoon. For night hours the contractor shall make lighting at his cost.

4.6.5. It shall be the contractor’s responsibility to set out the necessary alignment etc., for day to day / all day work. The contractor shall provide, fix and be responsible for the maintenance of all distinguishable stakes, marker buoys, templates, level marks and other similar things and shall take necessary steps to prevent their removal or disturbance and shall be responsible for the consequences of such removal or disturbance if the same takes place, and for their efficient and timely re-installation.

4.6.6. The contractor shall be entirely responsible for the horizontal and vertical alignment, the levels and correctness of every part of the work and shall rectify all errors or imperfections therein. Such rectification shall be carried out by the contractor at his own cost when instructions are issued to that effect by the Employer,s Engineer, Port Blair or his authorized representative.

4.6.7. If at any time before the work are taken over, the Employer,s Engineer, ALHW, or his representative decide that any work done or materials used by the contractor or any sub-contractor are defective, or not in accordance with the contract, or that the works or any portion thereof are defective, or do not fulfill the requirement of contract (all such matters being herein after called Defects in the clause) and as soon as reasonably practicable, give to the contractor’s notice in writing of the said decision specifying particulars of the defects alleged to exist or to have occurred, then the contractor shall at his own expense and with all speed make good the defect so specified.

4.6.8. If any defects have been observed within twelve months after completion of the work, and are not rectified within a reasonable time, the Employer’s Engineer, ALHW, Port Blair or his representative may propose to do the work at the contractor’s risk and costs and deduct from the Security Deposit such sums as may be decided by the Nodal Officer.

4.6.9. In case of any defective works, the contractor shall rectify the same at his cost. Any dislodgment / settlement shall be made good and set right during construction at the contractor’s cost.

4.6.10. The contractor shall not collect any coral product from the sea shore and ensure that the coral growth is not disturbed. 4.7. SERVICE AVAILABLE AT COST: 4.7.1 Supply of water for the works:

The contractor shall make his own arrangements for water supply to his labourer as well as for the work. 4.7.2 Electricity Supply for Works: The contractor shall arrange his own electric connection at his cost for :-

i) Domestic use for his workmen and employees. ii) Area illumination at work sites. 4.7.3 Tools & Plants to be hired to contractor

65

4.7.3.1 The contractor has to arrange loading and unloading including stevedoring of his materials and tools and plant at project site. The department may hire out, subject to availability, the equipments such as pontoons at the charges fixed by them. No claims / compensation on account on the Department's failure to supply any equipment for this purpose will be entertained.

4.7.3.2.The ALHW based on the receipt of request in written from the contractor the following list of Tools & plants will be spared on hire basis as per the prevailing department rate Subject to availiblity.

Sl.No Descriptions of Tools & plants Hire charges per Place of issue hours

1 Dump barge Free of hire charges Camp bell Bay/ Hut Bay

and MUS in Car Nicobar

IF AVAILABLE

4.7.3.3 The log book of all the plants & the machineries spared to the contractor shall be maintained by the department and the contractor shall sign the log book.

4.8. Supply of Drinking Water:

The contractor has to make his own arrangements and no drinking water will be supplied by the ALHW either free or at cost. 4.9. Water and Fuel for plants and Machinery:

The contractor shall make his own arrangements for the supply of water, fuel, etc., at his own cost for the plants and machinery etc.

4.10. ECS Payment : The tenderers are advised that all payments related to this subject work would be made through ECS (Electronic Clearing Service). The tenderer would be required to provide particulars of their bank account along with their bid. The payment will be made through ECS only. The tenderers to submit the following in their letterhead for ECS procedure. Name of the bank branch with address, MICR No. Account No. type of account to be duly endorsed by the Bank Branch Manager. Particulars of the bank A/C 1. Bank Name 2. Branch name & address 3. Phone no. 4. Type of account 5. Account Number 6. Nine digit MICR code number

66

4.11.1 Income Tax and other taxes/ Cess at the rate fixed by the Government from time to time of the gross value of each bill will be deducted from each bill by the Nodal Officer, ALHW, Port Blair and remitted to the Income Tax Authorities. Necessary TDS certificate will be issued by the department for all such deductions.

4.11.2. Payment will be made by cheque at the Syndicate Bank, Port Blair or will be credited to the bank account No. of the contractor as the case may be. Bank charges for getting Demand Draft, NEFT/RTGS charges etc as applicable from Syndicate Bank have to be borne by the contractor.

4.12. GENERAL CONDITIONS RELATING TO WORKS

4.12.1 ASSISTANCE FOR THE NODAL OFFICER The contractor shall provide the Nodal Officer at all times during the contract period sufficient and qualified personnel to assist The Nodal Officer in his duties to carry out or check any work and / or measurement of works. The contractor is also to provide the Nodal Officer with necessary survey instruments, computers, any gadgets, ladders, gangways etc., as directed for inspection or measurement of the works by the Nodal Officer

4.13. SAFETY OF ADJACENT STRUCTURES TO WORKS In pursuance of the conditions of contract the contractor or his representative shall provide and erect to the approval of the Nodal officer such supports as may be required to protect efficiently all structures or works in the vicinity of working area or otherwise take such permanent measures to protect the structures or works. Any damage to the structures shall be made good by the contractor without delay as directed by the Nodal officer at his cost.

4.14. EXPATRIATE PERSONNEL Special Conditions:

4.14.1 The contractors shall engage only local labourers available in the village/town in which the work is being executed under this contract. In case of non availability of unskilled labourer necessary non availability certificate should be obtained from the employment exchange and after obtaining permission from the Engineer-in-charge in writing he shall employ non local un-skilled labourers. Failure to comply with this condition will result in debarring of the contractor for future works.

4.14.2. The contractor shall make his own arrangement to obtain immigration or any other approval required for his expatriate personnel. a fresh domicile certificate of individual issued from the concerned district authority with photograph affixed on it be produce on arrival at worksite for verification of his character and antecedents from the concerned police station.

4.14.3. The contractor shall submit the names of the workers employed by him to the EIC. No. workers, employees of Government department shall be employed by the contractor without production of discharge certificate from the department concerned.

4.14.4. In case any labour is to be brought from mainland, Contractor must ensure that foreign national particularly Bangladeshis entering in this Island on Tourist visa are not 67

engaged in the work. Contractors must submit names of these workmen engaged in the work to the EIC stating their citizenship, character and antecedents.

4.14.5. The contractor shall make his own arrangement for transportation of HSD, Petrol, etc required for this project.

4.14.6. The contractor should ensure that none of his workers collect forest produce, Corals or any other natural flora and fauna without permission of the Forest Department, as all such activities anywhere in the islands are banned by the Forest Department.

4.15. SHIPMENT AND LANDING CHARGES CUSTOMS DUTY ETC., The contractor shall bear all expenses in connection with the shipment and landing of any plant, materials or other things imported or brought for the purpose of the contract. The rates quoted by the contractor shall also include the cost of customs duties ,all statutory charges such as Port dues (of any authorities including PMB & DSS) , Wharf age charges, berth hire charges, royalty charges for the Forest Department, Octroi duties, Excise duty, Sales Tax, Import duties, Tolls, Quarry fees, etc on any plant, materials or things imported into by him for the contract whether for permanent or temporary works. No claims will be entertained on this accounts.

4.16. UNAUTHORIZED PERSONS

No unauthorized persons will be allowed at the site. The contractor shall take steps to prevent trespass and prevent unauthorized persons from entering and / or being on the site. All the personnel will be required to wear their security passes as per requirements of local / Dock authorities. Access shall be limited to the area they are working in and allowed by local / Dock authorities. Such passes shall be arranged sufficiently in advance both for men as well as vehicles and shall be renewed as and when required. Non-availability of passes or personnel to carry out the job within the stipulated time period shall not be considered as a plea for extension of time or extra cost.

4.17. FIRE FIGHTING ARRANGEMENTS AND FIRST AID FACILITIES.

4.17.1 The contractor may be subjected to periodic fire prevention inspections by local fire prevention authorities . Deficiency or unsafe condition shall be corrected at the cost of the contractor and the approval of the Nodal Officer and the local Fire Department. These fire prevention inspections will include but are not limited to the following: i) Proper handling, storage and disposal of combustible materials, liquids and waste. ii) Work operations, which can create fire hazards. iii) Access to fire fighting equipment. iv) Type, size, number and location fire extinguishers or other fire fighting equipment. v) Inspection and maintenance of records for extinguishers. vi) Type, number and location of containers for the removal of surplus materials and rubbish. vii) General housekeeping.

68

4.17.2 FIRST AID FACILITIES The contractor shall provide and maintain upon the work sufficient proper and efficient life saving appliances and first aid equipment to the approval of the Nodal Officer and in accordance with the requirements of International Labour Organisation (I.L.O.) Convention No.62. The appliances and equipment shall be available for use at all times. For work carried out within the site area or in the vicinity of any wharf or quay, the contractor shall abide by all the provisions of the site Workers (Safety, Health and Welfare) Scheme, 1961. The contractor’s particular attention is drawn to Clause-43 of the above said Regulation in respect of erection and maintenance of staging. Contractor shall indemnify the ALHW from the cases booked by the Labour Enforcement Officer (L.E.O.) for his (contractor’s) negligence. The contractor shall at his own expense, provide adequate First aid services on the site including trained first aid staff during all working hours. The contractor shall also make necessary arrangements with a local hospital and with doctors so that his sick or injured persons may receive the best available medical treatment with a minimum billing at any hour of the day or night. For this purpose, he shall provide a suitably equipped ambulance. [ 4.18. SITE REGISTER

For the purpose of quick communication between the Nodal officer and the contractor, site register shall be maintained at site in the manner as described below: Any communication, relating to the works may be conveyed through records in the Site Registers, such as communication from one party to the other shall be deemed to have been adequately served in terms of Clause –3. 6 of the General Conditions of Contract. Each Site register shall have machine numbered pages in triplicate and shall be carefully maintained and preserved by the contractor and shall be kept in the office of the Nodal officer. Any instruction or order which the Nodal officer may like to issue to the contractor may be recorded by him in the Site Register and two copies thereof taken by him for his record.

4.19. CONSTRUCTION RECORDS The contractor shall keep and supply to Nodal officer full and accurate records of the dimensions and positions of all new work and any other information necessary for the Nodal officer to be able to prepare completion drawings, recording details of the work as constructed.

4.20. TEMPORARY FENCING The contractor shall at his cost provide and maintain temporary fencing both fixed and movable type and gates to adequately enclose all boundaries of the site office / site workshop, site stores etc., including security and in accordance with the requirements of the Nodal officer and regulations of local authorities. These shall be altered, relocated and adopted from time to time as necessary and removed on completion, all expenses in this connection shall be borne by the contractor.

4.21. TEMPORARY ACCESS Access shall be provided to the site by the contractor if necessary from the nearby main road at no extra cost as directed by the Nodal officer or his representative. The contractor shall be responsible for proper maintenance of this access road and take all care to see that the existing services if any, are maintained in working order.

69

The contractor shall provide temporary access/ approach if necessary, otherwise shall maintain the existing roads being used by him.

4.22. LICENSE, PERMITS, ETC.,

The contractor shall make his own arrangements for obtaining all necessary licenses, permits etc., for his crafts and also for the procurement of any spares that he may require during the progress of the works. The contractor shall have adequate supply of necessary spares from the very beginning to ensure that no serious delay or holdup occurs in the execution of works.

4.23. EXISTING SERVICES

The contractor’s attention is drawn to the possibility that there might be existing underground or overhead services & service line inside and around the port areas i.e., within the site of the proposed works. It is the contractor’s responsibility to work cautiously and carefully so that these are not damaged. Any damage to the services shall be repaired and restored immediately as directed by the Nodal officer without any extra cost. The contractor is required to ascertain and allow in his cost for any rerouting of the services that may be necessary for the due execution of the contract and any claim resulting from his failure to do so will not be admitted.

4.24. MAINTAINING UTILITY AND SERVICES

The contractor shall not damage, close or obstruct any utility areas, roads, traffic or other property until permits thereof have been obtained. If facilities are closed, obstructed, damaged or rendered unsafe by contractor’s operation, the contractor shall, at his own cost, make such repairs and provide such temporary guards, lights and other signals or as necessary or required for safety and as will be acceptable to the Nodal officer and / or the Employer of the utility, highway, road or other property.

4.25. FACILITIES, ATTENDANCE ETC., ON NOMINATED SUB- CONTRACTORS

The contractor shall allow for the provision of facilities, attendance etc., for the nominated sub-contractors. These facilities, attendance etc., include: a) Storage facilities for plant and equipment and products and materials. b) The use of sanitary accommodation, medical and welfare facilities.

i) The contractor shall make his own arrangement for sanitary facilities for his employees and workmen engaged on this work. Arrangements for storage of water should be done by the contractor at his own cost. ii) The laborers engaged for the work should be provided with fuel by the contractor and cutting of trees shall not be permitted. c) Watching and lighting and protection of their work as necessary.

i) The contractor shall be responsible for the watch and ward and safety of the materials, Tools & Plant, Machineries. The contractor shall facilitate the inspection of cement godown by the Nodal officer at any time. 70

4.26. LIMITATION OF OPERATIONS The contractor shall refrain entering area of the site not allocated to him unless he obtains the prior written approval of the Nodal officer and appropriate authorities. Should the contractor wish to make use of any adjoining or property of offices or halls, he shall first obtain the written clearance / consent of the Nodal officer and then shall apply to the appropriate authority for permission to use the area. If such permission is granted, the contractor may make use of the area thus permitted to use, but on completion shall clear away and make good any damage at his own expense and pay all costs and charges in connection therewith. The contractor shall be solely responsible to obtain required permits / authorization from other agencies/ Departments for the due performance of the contract and delay if any arising thereof shall not be quoted as reason for extension of time and consequent additional cost. The Contractor has to comply with all Dock operational procedures set forth by Dock Authorities as and when required at his own cost.

4.27. WORK PROGRAMME FOR AREAS WITH RESTRICTED ACCESS

i) Work to be carried out inside the seaport shall be so programmed to ensure, that the time period required to carry out the entire activities is minimum. All advance preparations with regard to approvals, procurement of all materials, plant, personnel etc., shall be made to achieve the targets, this may call for working continuously or at unscheduled hours as directed and approved by the Nodal officer.

ii) The tenderer shall submit a detailed CPM/PERT chart showing detailed program and diagram in an approved form showing the estimated dates of commencement and completion of the various parts of the temporary and permanent works, including anticipated dates and arrangements for delivery, erection etc. of materials for the various sections of the works.

iii) The sequence in which the works are to be carried out shall be as approved by the Nodal officer. A program of work is to be submitted to the Engineer in Charge for review and approval and this has to be periodically updated and modified as per actual progress of work to enable timely completion. The program should essentially show the key days for important operations and shall contain full and complete details. The contractor shall submit progress report regularly for the period of working as per the format specified by the Engineer in charge showing up to date progress of all the important activities.

4.28. STOPPAGE OF WORKS Contractor may be instructed to stop the works from time to time due to security reason, movement of ships or any other reasons as per the instruction of Dock Authorities.

4.29. NOISES AND DUST CONTROL

The contractor shall take all necessary precautions in reducing noise and dust caused by Plant and minimum acceptable level by means of mufflers, silencers, screens and the like.

71

4.30. WORKING CONDITION

4.30.1 Access to the Site

The Proposed work site are at Great Nicobar, Little Andaman and Car . Port Blair which is the largest town and a municipal council in Andaman district in the Andaman Islands and the capital of the Andaman and Nicobar Islands, a of India. It lies on the east coast of and is the main entry point to the islands.

Based on the requirement of sea-borne traffic handled at Port Blair, to cater to the needs of mainland ships the following berthing facilities have been so far created at Port Blair. Wharves/Jetties with depths of 8 to 10 Mtrs. Alongside which can support the vessels up to 10000 DWT.

a) For Mainland Ships. i) Haddo wharf berth No. 1 = 180 Mtrs.

ii) Haddo wharf berth No. 2 = 225 Mtrs.

iii) Haddo wharf berth No. 3 = 150 Mtrs.

iv) Haddo wharf berth No. 4 = 135 Mtrs.

v) Chatham wharf = 220 Mtrs.

vi) Hope Town wharf = 140 Mtrs.

The port Blair city is having an international airport. This place is also connected to the major cities like Chennai, Kolkata, Delhi, Vizah through airways .Both Govt & private airlines are plying in Portblair in addition to passenger ships plying in Port Blair. The schedule of sailing is being published in the Daily Telegram, the largest selling News paper published from Govt. press in Port Blair and its official web site .The contractor can send his labourers by availing these ships. However the contractor has to comply with all necessary formalities as per Dock rules for movement of men & material and equipments on to the site and also to communicate with Dock Control when any movement is required.

Similarly at Campbell Bay , the wharf having length of 150m at lee side of the breakwater to cater 10000 DWT vessels having draft 8m to 10m and 150m long passenger jetty having draft alongside 5m to 8m is available to berth the ships. The agency may avail the facilities for berthing their ships, unloading of the materials at Campbell Bay. The Port Management Board, Campbell Bay may be contacted for the above purpose.

4.30.2. Provision of materials, stores, equipments and craft The contractor shall be responsible for the provision of all materials, stores, equipment and craft necessary for satisfactory execution and completion of the work.

72

4.30.3 . Wrecks and other obstructions Unless the Nodal Officer directs otherwise all wrecks and other objects encountered during the execution of work shall be lifted, removed and disposed off by the contractor

4.30.4. Interruptions of work and idle time charges The contractor shall allow in his rates for any loss of working hours due to weather, and shifting of plants and other equipment from one area to another area depending upon the traffic operations or for maintenance. Any claim for idling of the contractor’s plant and machinery or any other inputs shall not be entertained by the ALHW for reasons whatsoever including non-availability of working area and therefore the contractor may consider all such events including the normal Port operations and submit their offer accordingly. For the reasons stated or for any other reasons, no claim on idle time charges shall be entertained by the Port.

4.30.5 Clearance of site on completion i) After completion of the contract the contractor shall remove at his own cost all chains, wires and any other equipment, plant or materials introduced by him. ii) After the completion of the work, contractor should clear all the residual materials belonging to the contractor within 15 days and prior to the final bill payment. 4.30.6. Environmental Considerations The contractor shall refrain from using plant, which makes excessive noise, particularly during the hours of darkness, which shall be limited to 45db (A) at a distance of 100 m from the working area and other plants.

The information furnished hereinafter and provided elsewhere is given in good faith, but the Tenderer shall satisfy himself regarding the weather, tides, etc., and no claim will be entertained due to any error in the information supplied.

4.31. Site Condition

These Island face the fury of both south west and North east monsoon during May to September and from October to December respectively.This leaves a fair season of four months only in a year. During depressions in Monsoon, the wind velocity goes upto 40 Km/Hr and upto 120 Km/Hr .During cyclones winds upto 120 Kmph and wave height of 4 to 5 m has been observed.

i. MONTHLY RAINFALL

Average Annual = 3018 mm

Average Monthly = varies from 54 mm in April to in September

ii TIDAL INFORMATION

The tides are semi-diurnal and average interval between high and low tides is about 6 hours. The mean tidal range at Port Blair is 2.50m.In creeks and bays, heavy currents up to 2 knots are observed.

73

iii. Monthly Temperatures

Mean Daily Temperature = Max: 23.8º C - 34.2º C

= Min: 22º C – 26º C

Maximum ever recorded = 34.2º C

Minimum ever recorded = 22º C

iv. Monthly Mean Relative Humidity

Relative Humidity at Port Blair (0830Hrs)-80%

Relative Humidity at Port Blair (1730Hrs)-83%

v. Monthly Wind Speed

Average Wind Speed at Port Blair (0830Hrs)-11.49 Km/Hr

Average Wind Speed at Port Blair (1730Hrs)-9.92 Km/Hr

4.32. Time for Completion The work shall be commenced immediately after the date of award of the work. The time for completion of work is 04 Months including monsoon and 30 days towards mobilization period. A Construction Program meeting the above requirements is to be furnished by the Contractor in accordance with Clause 14 of Conditions of Particular Applications. The Contractor is required to study the requirements carefully and submit his Program in detail to ensure timely completion of the Works.

4.33. Temporary Works Before any temporary works are commenced the Contractor shall submit at least 14 days in advance to the Nodal officer for approval complete drawings of all temporary works he may require for the execution of the Works. The Contractor shall also submit his calculations relating to the design of temporary works, viz. storage sheds, offices, etc., if required by the Nodal officer and shall carry out the modifications that the Nodal officer may require of such temporary works at Contractor’s own cost. The Contractor shall be solely responsible for the stability and safety of all temporary works.

4.34. Supply of Materials by the Contractor It will be the responsibility of the Contractor to make timely procurement of all materials for both temporary and permanent works.

4.35. Existing Services If the existing oil pipeline / power line / water pipeline and the approach road to the site is running across part of the area of the work site, it shall be arranged to be relocated / rerouted, if found necessary to realign or shift by the Contractor at extra cost as per PWD schedule of rates applicable.

74

4.36. Taking over/handing over of the completed works:

All the work until handed over to the Nodal officer shall stand at the risk of the contractor who shall be responsible to make good at his own cost. All the losses and damage caused by or due to fires, weather, tides or any other reasons. Contractor shall hand over the work in good order and conditions and in conformity in every respect with the requirements of the contract. Each concrete road will be taken over for use on completion as per decision of Nodal officer.

4.37. Employment of Skilled Labour

During the execution of work the contractor shall employ only such persons who are careful, perfectly skilled and experienced in his field of work. The Engineer-in-Charge shall be at liberty to object and ask the contractor to remove from the work any person employed by the contractor for execution of work, in the opinion of Nodal officer, misconducts or he is found negligence in the proper performance of his duties as such persons shall not be again employed on the work without permission of Nodal officer.

4.38. NAVIGABLE CHANNEL TO BE KEPT FREE

Throughout the period of the contract, the contractor shall ensure that the work is carried out without causing any obstruction or interference to the normal traffic in the approach channel and basin as specified elsewhere in the contract agreement. The contractor’s craft and personnel shall at all times adhere to the established Rules of Port Authorities and comply with any directions in respect of navigation in the basin in waters that may be issued form time to time by the Nodal Officer and Deputy Conservator. The contractor shall also conform in every way to the requirements in respect of making, lighting and watching and structure, craft or equipment employed in the execution of the contract.

4.39. Registration with the Board’s DC of the contractor’s floating crafts used in the execution of the contract works:

The contractor shall seek permission from the Port Management Board for all his floating crafts plying in the execution of this contract and no floating craft which has not been so registered shall be allowed to be employed in the execution of this contract. No exemption whatsoever shall be granted in this regard.

4.40 Survey

4.40.1.Survey and Setting Out

4.40.1.1The contractor shall at his expenses carryout all the necessary surveys, measurements and setting out of the works and shall for this purpose engage qualified and competent surveyors whose names and qualifications shall be submitted to the Nodal officer for his approval.

75

4.40.1.2 The contractor shall provide for the purpose of checking the survey and setting out to the Nodal officer. All the assistance, which he may require, the Surveyor shall be selected having appropriate experience and as far as possible the same Surveyor shall be provide throughout the contract period.

4.40.1.3 Before commencing any work at any location the contractor shall give the Nodal officer not less than two days notice of this intention to set out or give levels for any part of the works in order that arrangements may be made for inspection.

4.40.2 Survey instruments 4.40.2.1. The contractor shall provide for the use of the Nodal officer and his nominee all necessary survey instruments and other equipment and all technicians, labour and attendants which the Nodal officer or his nominee may require for checking the setting out and making of the works.

4.40.2.2.The contractor shall maintain in good working order at all times during the period of contract the instruments provided by him for the proper setting of the works.

4.40.2.3. The contractor shall make available, at his own expense, any poles, pegs, staging, templates or profiles required by the Nodal Officer or his representative for inspection and / or measurements of the works.

4.41 Tidal working

4.41.1 .Allowance for Tidal working

Where the work to be undertaken is in and over tidal waters, the contractor shall allow all necessary tidal working and for all delays and damages due to weather and wave action in his programme and in his rates and prices affixed to the Bill of Quantities. The following clauses shall be applicable in relation to tidal condition.

4.41.2. Marker Buoys, Beacons etc.,

4.41.2.1.The contractor shall at his own expense, install and maintain marker buoys to define the extent of the site as directed by the Nodal officer or other competent authority.

4.41.2.2. All beacons and marked for setting out the works and for defining the limits of the permitted working areas shall be of such size as shall be clearly visible at all times and lights shall be fitted where necessary or required by the appropriate authority.

Part II – A - General GENERAL PROVISION STANDARDS .

4.42 Unless otherwise specified in the Contract, the relevant provisions of the appropriate bureau of Indian Standards shall apply for all materials and workmanship. Where relevant BIS Standards do not exist, the latest version of the relevant British Standard Specification or Standard of the American Society for Testing Materials shall apply.

76

Equivalent standards from other countries may be used provided they are demonstrated to be equal to or more onerous than the standard quoted. In such a case, the standard shall be provided with an acceptable translation.

IS / BIS : Indian Standards

BSS : British Standard Specification

Cp : British Standard Code of Practice

ASTM : Standard of the American Society for Testing

Materials: The goods or materials to be supplied by the contractor shall be of the quality or sort specified and in every respect equal and answerable to the pattern or samples submitted by him for approval of the Nodal officer or his nominee.

4.43 SITE WORKING AND SAFETY CONDITIONS

a) The contractor shall provide all huts, stores, tarpaulins and other covers for the accommodation of his staff, workmen and materials. All materials likely to deteriorate in the open shall be stored under suitable cover. Paved floor area for piping pre- fabrication shall be made available by Contractor to carry out the work at designated place.

b) The contractor shall advise the Nodal officer within 15 days of the placement of LOI his space requirement which shall include for office, covered storage, open storage, fabrication space, etc. Depending on availability & requirement, space shall be allotted to the contractor for the duration of this contract. He will not be permitted to make use of any other space without the sanction of the Owner. The use of this space shall strictly be made for the execution of this contract only. The sanitary conditions of the ground in or around such structures shall, at all times, be maintained by the contractor in a manner satisfactory to the Nodal officer.

c) The security of the contractor’s equipment and materials is his own responsibility.

d) If any material issued to the contractor by the Nodal officer will remain under the custody of contractor as a trustee. However, title on the same will remain with the Nodal officer. The contractor will be responsible for loss or damage to such materials and shall preserve them in good working condition as required for the contract and good construction practices till such time that they are incorporated in the works and erected, aligned and fully installed in position and handed over to the owner. In case the Nodal officer feels that arrangements made by the contractor are not adequate he shall so advice the contractor and the contractor shall promptly take corrective action. In case the contractor fails to take corrective consultant shall take such corrective actions and recover the cost thereof from the contractor’s Bills. Account of such material on completion of work shall be rendered and surplus material returned to the Nodal officer as per instructions of Nodal officer.

e) The contractor shall clear away periodically any rubbish, scrap materials, etc. and dump the same in the area indicated by the Nodal officer. All construction material shall be neatly stacked in an orderly manner as directed by the Nodal officer and care shall be

77

taken to allow proper access to workmen and easy movement of men, vehicles, cranes and materials.

f) The contractor shall maintain all the drawings carefully mounted on the board of appropriate size and well protected from the ravages of weather termites and other insects.

g) The contractor shall not permit the entry to the site of any person not directly connected/concerned with the work without first having obtained the written permission of Nodal officer.

h) The contractor shall submit a list of plant, equipments, tools, tackles, etc. which he will use, to perform the work. The contractor shall submit a list in duplicate of all materials, tools and tackles etc. brought inside the plant site duly signed by Nodal officer’s security staff as per the rules laid by Nodal officer. These tools, etc. shall not be removed from the site till the completion of job. A gate pass must be obtained from the Nodal officer in order to remove from site any plant, machinery, tools, materials and equipment.

i) All items such as instructions and other pertinent data regarding erection/commissioning and maintenance should be typed and classified for transmittal in a manner approved by the Nodal officer. j) All employees of the contractor shall conform to any rules of conduct, etc. established by Failure to also will be sufficient cause for removal of such person from the site.

k) The contractor will be responsible for providing all plant, tools and tackles, consumables and scaffolding required for the execution of his work as per the best engineering practices.

l) The receipt, unloading, movement and storage at site of all the contractor’s plant, tools and materials is his responsibility. m) The receipt, movement & storage of material issued by Nodal officer also shall be the responsibility of the contractor.

4.44 FIRST AID

(i) The Contractor may have qualified first aid personnel and ambulance, in case of accidents. The contractor will, however provide a first aid post for minor injuries to their staff.

4.45 SUPERVISION OF WORK

(i) The Contractor shall submit to the Nodal officer a resume of his site supervisors for approval prior to commencement of the work. Once approved, the contractor shall not remove his site supervisors without prior concurrence of the Nodal officer.

(ii) The entire work is to be completed as per the agreed time schedule. The programme of the work in details shall be submitted by the Contractor before commencement of work. The detailed programmes prepared by the contractor shall conform to the targets set forth in the time schedule and will be subject to the approval of the Nodal 78

officer. All the work shall be carried out in such a manner that the work of other agencies at site is not hampered due to any action of the Contractor.

4.46 INSPECTION

(i) The work of the Contractor shall be subject to inspection by the Nodal officer at all times.

4.47 COMPLETION OF WORK

(i) Before finally leaving site, all the Contractors store, huts, plant, tools and rubbish shall be removed and the site left clean and tidy. The space allocated by Nodal officer shall be vacated and handed over to the Nodal officer.

4.48 WORKING AND SAFETY REGULATIONS

A. The Contractor shall observe all statutory safety and legal requirements regulations issued by Central and State Governments applicable to the work as well as any local regulations applicable to the site issue by the consultant or any other authority.

B. Particular attention is drawn to the following: i. In case of accident, the Nodal officer shall be informed in writing forthwith. The Contractor shall strictly follow regulations laid down by Factory Inspector, Govt. and State authorities in this regard. Any fatal accident may lead to termination of the Contract. ii. Contractor shall fence his plant, platforms, excavations etc. iii. Compliance with all electricity regulations. iv. Compliance with statutory requirements for inspection and test of all lifting appliances and auxiliary lifting gear.

C. Staircase, doors or gangways shall not be obstructed in any way that will interfere with means of access of escape.

D. No excavations will be started without the permission of the Nodal officer, who will inform the Contractor of the position of any pipes or cables known to be buried in the area. All excavations must be effectively railed off at all times, or completely boarded over properly marked during the hours of darkness by red warning lamps, using Flame proof warning lamps in non smoking areas. Debris or material which cannot be immediately removed must be heaped in such a way as to be immediately remove and also to leave adequate passage way. Any finds such as relics or antiques coins or fossils etc. shall be promptly handed over to the Nodal officer.

E. The contractor will notify the Nodal officer of his intention to bring on the site any equipment, such as, space heating or welding apparatus or any container holding liquid or gaseous fuel or other substance which might create a hazard. The Nodal officer will have a right to prohibit the use of such equipment or to prescribe the conditions under which such equipment may be used. The Nodal officer will have the right to inspect any 79

construction plant, and to forbid its use if in his opinion it is un-suitable or unsafe. No claim arising there from shall be made by the Contractor. The contractor or any one acting on his instructions will not bring on to the site any radioactive substance or any apparatus using such substances or any X ray apparatus until written permission and direction regarding the use of such equipment has been received from the Nodal officer.

The contractor shall be responsible for the safe storage of the radiographic sources or those of his sub contractors, if any.

F. The Contractor will meet all requirements, and act on the instructions of the Nodal officer where it is necessary to operate a permit to work system.

G. Where it is necessary to provide and/or store petroleum products or petroleum mixtures and explosive, the contractor shall be responsible for carrying out such provision and/or storage in accordance with the rules and regulation laid down in Petroleum Act 1934, Explosive Act-1948, Petroleum and Carbide of Calcium Manual Published by the Chief Inspector of Explosive of India. All such storage shall have prior approvals of the Consultant/Owner. In case any approval or clearance from Explosive or any statutory authorities is required, the contractor shall be responsible for obtaining the same.

H. The Contractor shall have his own Fire Fighting Extinguishers and Equipment.

I. The Contractor shall be responsible for the provision of all safety notices safety equipments including the safety gadgets for his workmen required by both the relevant legislation and such as the Nodal officer may deem necessary.

J. Safety belts shall necessarily be used by the persons while working at over head and heights. All other necessary safety precautions must be taken care by the Contractor.

K. Contractor shall either employ a safety officer or shall designate one of his employees who will be responsible for implementing safety requirement contained in this document.

L. Contractor shall use only steel planks and clamps executing scaffolding. Wooden planks and rope shall not be allowed for this purpose.

M. Contractor shall use fire retardant (asbestos free) cloth to ensure falling of weld spatters down below during above ground welding to ensure safety of electrical cables and personnel and avoiding any fire hazards.

80

SECTION 4

SCHEDULE OF DRAWINGS

81

ANDAMAN LAKSHADWEEP HARBOUR WORKS

TENDER FOR “ Conducting sub soil investigation in connection with extension of breakwater at Campbell Bya in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman”

SECTION 4

SCHEDULE OF DRAWINGS

1. The drawings showing the proposed location of work site

2. Supplementary drawings /amended if any, which the Employer’s Engineer may issue from, time to time or approve during the currency of contract, will also form part of the contract.

***********

82

83

84

85

SECTION 6

FORM OF SECURITIES AND OTHER FORMATS

86

Annexure-1 (To be uploaded online)

SPECIMEN FORMAT FOR DECLARATION

(To be executed on bidder’s letter head)

To

The Chief Engineer & Administrator Andaman Lakshadweep Harbour Works, Port Blair,South Andaman- 744101 TENDER FOR “ Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman”

Ref: Tender No. ALHW/ENV/1(18)/2016/SS-04

The undersigned, having studies the pre-qualification submission for the above mentioned project, hereby states:

(a) The information furnished in our bid is true and accurate to the best of my knowledge.

(b) That in case of being pre-qualified, we acknowledge that the Employer may invite us to participate in due time for the submission of a tender on the basis of provisions made in the tender documents to follow.

(c) When the call for tenders is issued, if the legal, technical or financial conditions, or the contractual capacity of the firm or joint venture changes, we commit ourselves to inform you and acknowledge your sole right to review the pre-qualification made.

(d) We enclose all the required pre-qualification data format and all other documents and supplementary information required for the pre-qualification evaluation.

(e) We also state that no changes have been made by us in the downloaded tender documents and also understand that in the event of any discrepancies observed, the uploaded ALHW tender document of Tender No. ALHW/ENV/1(18)/2016/SS-04 is full and final for all legal / contractual obligations. [delete if not required].

Date:/ce: Name of the applicant: Represented by (Name & capacity:

87

Annexure-2 (To be uploaded online) PROFORMA OF INTEGRITY PACT

(The tenderer shall submit Integrity pact Agreement along with Cover I (to be executed on Rs.100/- non-judicial stamp paper with witnesses.)

GENERAL

This pre-bid pre-contract Agreement (herein after called the Integrity Pact)

BETWEEN

Andaman Lakshadweep Habour Works, represented by Executive Engineer, Andaman Lakshadweep Habour Works, Port Blair hereinafter referred to as “THE PRINCIPAL” / “EMPLOYER”

AND

……………………………………………………………………… represented by Shri ……………………………………… hereinafter referred to as “The BIDDER / CONTRACTOR”.

Preamble

The Principal intends to award, under laid down organizational procedures, contract/s for ………………… (Name of the Contract / Project / Stores equipment / item). The Principal values full compliance with all relevant laws and regulations, and the principles of economic use of resources, and of fairness and transparency in its relations with the Bidder/s and Contractor/s.

In order to achieve these goals, the Principal will appoint an External Independent Monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above.

NOW, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent and free from any influence / prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to:-

Enabling the PRINCIPAL/EMPLOYER to obtain the desired said stores / equipment at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement, and 88

Enabling BIDDERs / CONTRACTORs to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the PRINCIPAL/EMPLOYER will commit to prevent corruption, in any form, by its officials by following transparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:-

Commitments of the PRINCIPAL/EMPLOYER

The PRINCIPAL/EMPLOYER undertakes that no official of the Principal/Employer connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the BIDDER / CONTRACTOR, either for themselves or for any person, organization or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract.

The PRINCIPAL/EMPLOYER will, during the pre-contract stage, treat all BIDDERs / CONTRACTORs alike, and will provide to all BIDDERs / CONTRACTORs the same information and will not provide any such information to any particular BIDDER / CONTRACTOR which could afford an advantage to that particular BIDDER / CONTRACTOR in comparison to other BIDDER / CONTRACTOR and could obtain an advantage in relation to the tender process or the contract execution.

All the officials of the PRINCIPAL/EMPLOYER will report to the Chief Engineer & Administrator / Chief Vigilance Officer of ALHW any attempted or completed breaches of the above commitments as well as any substantial, suspicion of such a breach.

If the PRINCIPAL/EMPLOYER obtains information on the conduct of any of its employees with full and verifiable facts and the same is prima facie found to be correct which is a criminal offence under the Indian Penal Code / Prevention of Corruption Act, or if there be a substantive suspicion in this regard, the Principal will inform its Chief Vigilance Officer and in addition can initiate disciplinary actions.

Commitments of the BIDDER / CONTRACTOR

The Bidder / Contractor commit himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the post contract stage. i. The Bidder /Contractor will not enter with other Bidder / Contractors into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or

89

non-submission of bids or any other actions to restrict competitiveness or to introduce cartelization in the bidding process. ii. The Bidder/Contractor will not commit any offence under the Indian Penal Code, 1860 / Prevention of Corruption Act, 1988 further the Bidder / Contractor will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically. iii. The Bidder / Contractor will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or any other advantage, commission, fees, brokerage or inducement to any official of the Principal/Employer, connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract. iv. The Bidder / Contractor further undertakes that it has not given, offered or promised to give directly or indirect any bribe, gift, consideration, reward, favour, any material or immaterial benefit or any other advantage, commission, fees, brokerage or inducement to any official of the Principal/Employer or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the Principal for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with the Principal. v. The Bidder / Contractor of foreign origin shall disclose the name and address of the Agents /representatives in India, if any. Similarly the Bidder/Contractor of Indian Nationality shall furnish the name and address of the foreign principals, if any. vi. Bidder / Contractors shall disclose the payments to be made by them to agents or any other intermediary, in connection with this bid/contract. vii. The Bidder / Contractor further confirms and declares to the Principal/ Employer that the Bidder / Contractor is the original manufacturer/integrator/ authorized government sponsored export entity of the stores and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the Principal/Employer or any of its functionaries, whether officially or unofficially to the award of the contract to the Bidder / Contractor, nor has any

90

amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such intercession, facilitation or recommendation. viii. The Bidder / Contractor, either while presenting the bid or during pre-contract negotiations or before signing the contract, shall disclose any payments he has made, is committed to or intends to make to officials of the Principal/Employer or their family members, agents, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments. ix. The Bidder / Contractor will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract. x. The Bidder / Contractor will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities. xi. The Bidder / Contractor shall not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the Principal/Employer as part of the business relationship, regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The Bidder / Contractor also undertakes to exercise due and adequate care lest any such information is divulged. xii. The Bidder / Contractor commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts. xiii. The Bidder / Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences. xiv. If the Bidder/Contractor or any employee of the Bidder/Contractor or any person acting on behalf of the Bidder/Contractor, either directly or indirectly, is a relative of any of the officers of the Principal/Employer, or alternatively, if any relative of an officer of the Principal/Employer has financial interest / stake in the Bidder / Contractor’s firm, the same shall be disclosed by the Bidder / Contractor at the time of filing of tender. The term ‘relative’ for this purpose would be as defined in Section 6 of the Companies Act 1956.

xv. The Bidder / Contractor shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the Principal/Employer

91

Previous Transgression

The Bidder / Contractor declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, with any other company in any country in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprises in India or any Government Department in India that could justify Bidder / Contractor’s exclusion from the tender process.

If the Bidder / Contractor makes incorrect statement on this subject, the Bidder / Contractor can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason.

Sanction for Violations

Any breach of the aforesaid provisions by the Bidder / Contractor or any one employed by it or acting on its behalf (whether with or without the knowledge of the Bidder / Contractor shall entitle the Principal / Employer to take all or any one of the following actions, wherever required:-

(i) To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the BIDDER / CONTRACTOR, However, the proceedings with the other BIDDER / CONTRACTOR (s) would continue.

(ii) The Earnest Money Deposit (in pre-contract stage) and / or Security Deposit / Performance Bond (after the contract is signed) shall stand forfeited either fully or partially, as decided by the PRINCIPAL/EMPLOYER and the PRINCIPAL/EMPLOYER shall not be required to assign any reason therefore.

(iii) To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER / CONTRACTOR.

(iv) To recover all sums already paid by the PRINCIPAL/EMPLOYER, and in case of an Indian BIDDER / CONTRACTOR with interest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of India , while in case of a BIDDER / CONTRACTOR from a country other than India with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the BIDDER / CONTRACTOR from the PRINCIPAL/EMPLOYER in connection with any other contract for any other stores, such outstanding payment could also be utilized to recover the aforesaid sum and interest.

(v) To encash the advance bank guarantee and performance bond / warranty bond, if furnished by the BIDDER / CONTRACTOR, in order to recover the payments, already made by the PRINCIPAL/EMPLOYER, along with interest.

(vi) To cancel all or any other Contracts with the BIDDER / CONTRACTOR. The BIDDER / CONTRACTOR shall be liable to pay compensation for any loss or damage to the PRINCIPAL/EMPLOYER resulting from such cancellation/ rescission and the PRINCIPAL/EMPLOYER shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER / CONTRACTOR. 92

(vii) To debar the BIDDER / CONTRACTOR from participating in future bidding processes of the Principal for a minimum period of five years, which may be further extended at the discretion of the PRINCIPAL/EMPLOYER.

(viii) To recover all sums paid in violation of this Pact by BIDDER/CONTRACTOR(s) to any middleman or agent or broker with a view to securing the contract.

(ix) In cases where irrecoverable Letters of Credit have been received in respect of any contract signed by the PRINCIPAL/EMPLOYER with the BIDDER / CONTRACTOR, the same shall not be opened.

(x) Forfeiture of Performance Bond in case of a decision by the PRINCIPAL/EMPLOYER to forfeit the same without assigning any reason for imposing sanction for violation of this pact.

(xi) The Bidder / Contractor accepts and undertakes to respect and uphold the Principal’s absolute right to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground, including the lack of any hearing before the decision to resort to such exclusion is taken. This undertaking is given freely and after obtaining independent legal advice.

(xii) If the Bidder / Contractor can prove that he has restored /recouped the damage caused by him and has installed a suitable corruption prevention system, in such a case, it will be discretion of the Principal to revoke the exclusion prematurely.

(xiii) The PRINCIPAL/EMPLOYER will be entitled to take all or any of the actions mentioned at Para (i) to (x) above of this Pact also on the Commission by the BIDDER / CONTRACTOR or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER / CONTRACTOR), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of corruption Act, 1988 or any other statute enacted for prevention of corruption.

(xiv) The decision of the PRINCIPAL / EMPLOYER to the effect that a breach of the provisions of this Pact has been committed by the BIDDER / CONTRACTOR shall be final and conclusive on the BIDDER / CONTRACTOR. However, the BIDDER / CONTRACTOR can approach the Independent Monitor (s) appointed for the purposes of this Pact. Fall Clause

The BIDDER / CONTRACTOR undertakes that it has not supplied / is not supplying similar product / systems or subsystems at a price lower than that offered in the present bid in respect of any other Ministry / Department of the Govt. of India or PSU and if it is found at any stage that similar product / systems or subsystems was supplied by the BIDDER / CONTRACTOR to the Principal at a lower price, then that very price, with due allowance for elapsed tie, will be applicable to the present case and the difference in the cost would be refunded by the BIDDER /

93

CONTRACTOR to the PRINCIPAL / EMPLOYER, if the contract has already been concluded.

Facilitation of Investigation

In case of any allegation of violation of any provisions of this Pact or payment of commission, the Chief Engineer & Administrator, ALHW or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER / CONTRACTOR and the BIDDER / CONTRACTOR shall provide necessary information and documents in English and shall extend all possible help for the Purpose of such examination.

Other Provisions

Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made.

If the Contractor is a partnership or a consortium, this agreement must be signed by all partners or consortium members.

Law and Place of Jurisdiction

This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the Chief Engineer & Administrator, ALHW.

Other Legal Actions

The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

Validity

The validity of this Integrity Pact shall be from date of its signing and extend up to 5 years or the complete execution of the contract to the satisfaction of both the Chief Engineer & Administrator, ALHW and the Bidder / Contractor including warranty period whichever is later. In case Bidder / Contractor is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract.

If any claim is made/lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged/determined by the ALHW.

Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions.

Equal treatment of all Bidders / Contractors /Sub-Contractors

94

(a) The Bidder / Contractor undertake to demand from all sub-contractors a commitment in conformity with this Integrity Pact, and to submit it to the Chief Engineer & Administrator, ALHW before contract signing.

(b) The Chief Engineer & Administrator, ALHW will enter into agreements with identical conditions as this one with all Bidders / Contractors and Sub-Contractors.

(c) The Chief Engineer & Administrator, ALHW will disqualify from the tender process all Bidder / Contractors who do not sign this pact or violate its provisions.

The parties hereby sign this Integrity Pact at on ------.

The Executive Engineer (ALHW) BIDDER / CONTRACTOR

ALHW, Port Blair.

Name of the Officer Name

Designation Designation

Witness 1 Witness 1

Name & address Name & address

Witness 2 Witness 2

Name & address Name & address

Place:

Date:

95

SECTION 7

BILL OF QUANTITIES

96

BILL OF QUANTITIES Part-I (Campbell Bay)

www.tenderwizard.com/ALWH

Tender No: :ALHW/ENV/1(18)/SS/2016

Name of Wok: Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman

SCHEDULE OF QUANTITIES OF WORK TO BE DONE ON CONTRACT

Name of the Vendor:

Sl. No: Unit Quantity Rate/unit Amount Sub- heads and items of work price in Rs in Rs.

1 Mobilization and Demobilisation of all equipments for drilling bore holes and collection of soil samples etc. from the place of despatch to drilling site etc. by ship / road transport including all labour charges, minor tools, cost of freight charges, loading and unloading charges etc, complete.

For work at Campbell Bay in Great Nicobar

Island Job 1.00

2) Conducting boring/ drilling at specified area bore holes 150mm dia using rotary power drilling equipments through sand, silt and rock, collection of soil samples at every 1.5m intervals and at every change of strata. Conveying out routine test of soil, sand, rock

chemical test of soil and water on all samples as per IS: 1892 and IS-4651 (part - I 1947) including all kind of arrangement at site the project area to be conducted bore hole investigation up to the hard rock ( assuming hard rock from 35 to 40m from sea bed level) a) Boring/ drilling in soft soil

At breakwater site at Campbell Bay and boring to be conducted at 07 location in the alignment. Rmt 259.00

97

b) Boring / drilling in Hard rock / soft rock

At breakwater site at Campbell Bay and boring to be conducted at 07 location in the alignment. Rmt 21.00

3) Submission of detailed report with field and lab result each10 sets of each location including bore hole logs (Soil profile) in standard forms Job 3.00 of all the sites within one month from the date of completion of collection of soil samples.

98

BILL OF QUANTITIES Part-II (Car Nicobar)

www.tenderwizard.com/ALWH

Tender No: :ALHW/ENV/1(18)/SS/2016

Name of Wok: Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman

SCHEDULE OF QUANTITIES OF WORK TO BE DONE ON CONTRACT

Name of the Vendor:

Sl. No: Unit Quantity Rate/unit Amount Sub- heads and items of work price in Rs in Rs.

1 Mobilization and Demobilisation of all equipments for drilling bore holes and collection of soil samples etc. from the place of despatch to drilling site etc. by ship / road transport including all labour charges, minor tools, cost of freight charges, loading and unloading charges etc, complete.

For work at work at MUS in Car Nicobar

island Job 1.00

2) Conducting boring/ drilling at specified area bore holes 150mm dia using rotary power drilling equipments through sand, silt and rock, collection of soil samples at every 1.5m intervals and at every change of strata. Conveying out routine test of soil, sand, rock

chemical test of soil and water on all samples as per IS: 1892 and IS-4651 (part - I 1947) including all kind of arrangement at site the project area to be conducted bore hole investigation up to the hard rock ( assuming hard rock from 35 to 40m from sea bed level) a) Boring/ drilling in soft soil

At breakwater Site at MUS in Car Nicobar and boring to be conducted 10 location at Rmt 518.00 breakwater alignment and 04 locations at

99

proposed wharf site at shore

b) Boring / drilling in Hard rock / soft rock i) At breakwater Site at MUS in Car Nicobar and boring to be conducted 10 location at breakwater alignment and 04 locations at Rmt 42.00 proposed wharf site at shore

3) Submission of detailed report with field and lab result each10 sets of each location including bore hole logs (Soil profile) in standard forms Job 1.00 of all the sites within one month from the date of completion of collection of soil samples.

100

BILL OF QUANTITIES Part-III (Hut Bay)

www.tenderwizard.com/ALWH

Tender No: :ALHW/ENV/1(18)/SS/2016

Name of Wok: Conducting sub soil investigation in connection with extension of breakwater at Campbell Bay in Great Nicobar, MUS in Car Nicobar and additional wharf at Hut Bay in Little Andaman

SCHEDULE OF QUANTITIES OF WORK TO BE DONE ON CONTRACT

Name of the Vendor:

Sl. No: Unit Quantity Rate/unit Amount Sub- heads and items of work price in Rs in Rs.

1 Mobilization and Demobilisation of all equipments for drilling bore holes and collection of soil samples etc. from the place of despatch to drilling site etc. by ship / road transport including all labour charges, minor tools, cost of freight charges, loading and unloading charges etc, complete.

For work at work at Hut Bay in Little

Andaman island Job 1.00

2) Conducting boring/ drilling at specified area bore holes 150mm dia using rotary power drilling equipments through sand, silt and rock, collection of soil samples at every 1.5m intervals and at every change of strata. Conveying out routine test of soil, sand, rock

chemical test of soil and water on all samples as per IS: 1892 and IS-4651 (part - I 1947) including all kind of arrangement at site the project area to be conducted bore hole investigation up to the hard rock ( assuming hard rock from 35 to 40m from sea bed level) a) Boring/ drilling in soft soil

At additional wharf location at Hut Bay in Little Andaman at 08 locations Rmt 240.00

101

b) Boring / drilling in Hard rock / soft rock i) At additional wharf location at Hut Bay in Little Andaman at 08 locations Rmt 24.00

3 Submission of detailed report with field and lab result each10 sets of each location including bore hole logs (Soil profile) in standard forms of all the sites within one month from the date Job 1.00 of completion of collection of soil samples.

Grand total adding Part-I , Part-II and Part -III

Executive Engineer (ALHW)

102

SECTION 8

TECHNICAL SPECIFICATION OF WORKS

103

SECTION – 8

TECHNICAL SPECIFICATIONS OF WORKS

6.1 SCOPE OF WORK AND EXCLUSIONS

The work shall comprise entire labour including supervision mobilization of boring rigs and accessories for drilling the sea bed, collection of soil samples, testing the soil at laboratory and submission of report and all materials necessary to make a complete the work to the entire satisfaction of the department. The term complete work shall mean, not only major items of equipment covered by these specifications, but also incidental sundry components necessary for complete execution and satisfactory performance of the work, with all labour charges, whether or not these have been mentioned in detail in the tender documents. The work shall include data entry, programming, start up test and demonstration, submission of report on test of soil samples

6.1.2 The contractors’ scope of work will include all items of work as per these specifications, drawings, terms and conditions of contract etc. and briefly described in schedule of quantities. The test comprises the followings: a) Particle size analysis i) Sieve analysis ii) Hydrometer Analysis b) Index Properties: i) Liquid limit ii) Plastic limit c) Dry & wet density Water content e) Specific gravity f) Direct shear test g) Tri-axial test h) All other works associated with other items as per specifications, drawings and conditions of contract requirements except those specifically excluded in schedule of Quantities.

6.2 Unless otherwise indicated in schedule of Quantities and drawings, the contractor’s scope of work will exclude only the following items of work and services, which will be the Engineer – in– charge through other contractors, if required.

6.3 EXECUTION DRAWINGS Contractor shall prepare execution drawings and submit for the approval of the Engineer before taking up the work. i. Site survey should be carried out in detail. ii. In addition to proposed structure plan and other services

104

6.4. LIST OF RELEVANT INDIAN STANDARDS

S. No. I.S. Code No. Title 1 1892:1979 Sub surface investigation for foundation

2 2131: 1981 Method for standard penetration test for soil 3 1498-1970 Classification & Identification of soils for General Engineering purpose

6.5. The proposed sites are scarterated at various locations / islands in Nicobar group of islands. The agency has to plan the work accordingly to shipment the required equipments to various islands and attend the work in time. 6.6. A number of private cargo ships / barges are available. The agency may engage the vessels for transhipment of the materials to various islands. 6.7. In the islands, private cargo carriers are avail on hire basis the agency may engage the vehicle for their works. 6.8. The departmental dump barge shall be spared to the agency on free of hire charges at all the work site at the anchorage. 6.9. The suitable capacity of boat / launch for towing the barge to work site and back to anchorage shall be arranged at their own cost. 6.10. The agency has to make their own arrangements to commission the drilling equipments over the barge. The steel structure required for the pedestal etc. shall be arranged by the agency at their own cost. 6.11. The agency has to return the floating crafts on completion of work with normal wear and tear. Any loss / damages to the departmental equipments, the same will be rectified at the agencies cost and risk. 6.12. Before submission of the report of the soil test, the draft report shall be submitted to the department for verification and acceptance of the report. There after the final set of report as required in the schedule may be supplied to the department with in the scheduled time. 6.13. No compensation whatsoever shall be entertained due to delay in shipment of materials to work site and the work have to be executed at three separate locations. Hence, the agency shall plan the work accordingly without any short fall in the milestone fixed by the department. 6.14. In case of any dispute, the decision of the Executive Engineer (ALHW), ALHW, Port Blair shall be final and binding on the contractor.

Executive Engineer (ALHW)

105