NATIONAL GEOPHYSICAL RESEARCH INSTITUTE (Council of...

49
NATIONAL GEOPHYSICAL RESEARCH INSTITUTE (Council of Scientific & Industrial Research) Post Bag No.724, Uppal Road, Hyderabad – 500 606 TENDER No. NGRI/BDG/CGPB/09/ Dt. 20.11.09 “SHOTHOLE DRILLING, SEISMIC JOB SERVICES,PROCURING & HANDLING OF EXPLOSIVES AND TOPOGRAPHICAL SURVEY FOR HRS SURVEY OF 125 LKM AT NAGUR, JODHPUR AND BARMER LIGNITE FIELDS OF RAJASTHAN (94 LKM) & GODAVARI VALLEY COAL FIELDS OF ANDHRA PRADESH (31 LKM)” TENDER FEE : Rs.5000=00. BID CLOSING DATE & TIME : 11-12-2009 till 1:00PM TECHNICAL BID OPENING : 11-12-2009(Technical Bid) DATE & TIME 3:00PM 2009

Transcript of NATIONAL GEOPHYSICAL RESEARCH INSTITUTE (Council of...

NATIONAL GEOPHYSICAL RESEARCH INSTITUTE(Council of Scientific & Industrial Research)

Post Bag No.724, Uppal Road, Hyderabad – 500 606

TENDER No. NGRI/BDG/CGPB/09/ Dt. 20.11.09

“SHOTHOLE DRILLING, SEISMIC JOB SERVICES,PROCURING & HANDLING OF EXPLOSIVES AND TOPOGRAPHICAL SURVEY FOR HRS

SURVEY OF 125 LKM AT NAGUR, JODHPUR AND BARMER LIGNITE FIELDS OF RAJASTHAN (94 LKM) & GODAVARI VALLEY COAL FIELDS

OF ANDHRA PRADESH (31 LKM)”

TENDER FEE : Rs.5000=00.

BID CLOSING DATE & TIME : 11-12-2009 till 1:00PM

TECHNICAL BID OPENING : 11-12-2009(Technical Bid) DATE & TIME 3:00PM

2009

TENDER NO. NGRI/BDG/CGPB/09/ Dt. 20.11.09 SHOTHOLE DRILLING, SEISMIC JOB SERVICES,PROCURING & HANDLING OF EXPLOSIVES AND TOPOGRAPHICAL SURVEY FOR HRS SURVEY OF 125 LKM AT NAGUR, JODHPUR AND BARMER LIGNITE FIELDS OF RAJASTHAN (94 LKM) & GODAVARI VALLEY COAL FIELDS OF ANDHRA PRADESH (31 LKM)

CONTENTS PAGE NOS.

1. NOTICE INVITING TENDER : 3

2. FORWARDING LETTER : 4

3. ACKNOWLEDGEMENT : 5

4. BID AGREEMENT : 6

5. INSTRUCTIONS TO BIDDERS : 7

6. GENERAL CONDITIONS : 12

7. TERMS OF REFERENCE/ : 14SCOPE OF WORK

8. SCHEDULE OF RATES : 21

9. BID EVALUATION CRITERIA : 24

10. GENERAL CONDITIONS OF : 27 CONTRACT

11. AGREEMENT FORM : 35

12. BID BOND : 37

13. INDEMNITY BOND : 39

14. PERFORMANCE GUARANTEE : 40

15. INSTRUCTIONS FOR : 42FURNISHING BANK GUARANTEE

NOTE:

AREA MAPS : Separate Sheets enclosed.

2

NATIONAL GEOPHYSICAL RESEARCH INSTITUTE(Council of Scientific & Industrial Research)

Post Bag No. 724, Uppal Road, Hyderabad – 500 606 Tender No. NGRI/BDG/CGPB/2009 Dated: 20.11.09

NOTICE INVITING TENDER

Sealed Tenders in the prescribed form (Two bids) are invited for the following Drilling, Seismic job services, Procuring & handling of Explosives and Topographical survey works from competent firms with proven capability and relevant experience as detailed in the Tender schedule. The following specialized work is to be undertaken as per the details given below entitled “SHOTHOLE DRILLING, SEISMIC JOB SERVICES,PROCURING & HANDLING OF EXPLOSIVES AND TOPOGRAPHICAL SURVEY FOR HRS SURVEY OF 125 LKM AT NAGUR, JODHPUR AND BARMER LIGNITE FIELDS OF RAJASTHAN (94 LKM) & GODAVARI VALLEY COAL FIELDS OF ANDHRA PRADESH (31 LKM) “.

Name of the Works Approx. value in Lakhs (Rs.)

Cost of tender documents

(Rs.)

EMD Rs. in Lakhs

Time for completion

of workThe total work component: (Rajasthan Area 94 LKM and Andhra Pradesh Area 31 LKM) includes:A.Shot holes drilling services. (4” dia)B(1). Seismic job services and B(2). Explosive Job Services (Procuring, Storing, Transport, Handling of Explosives & Seismic detonators as per the Government of India guidelines).C. Topographical survey

400 5000 100**

** Extra if the documents are

required to be sent by speed post

20 Six months

Sale of Tender documents : 20/11/2009 to 11/12/2009 between 10a.m to 1 p.m Last date for submission : 11/12/2009 till 1p.m Date & Time of Opening of Tenders : 11/12/2009 (Technical bid only) at 3 p.m. The Tender documents can be obtained as per details given below: Office for applying blank Tender () : The Director, N.G.R.I., document papers and receipt of () Post Bag No. 724, Uppal Road, Hyderabad-500 606. Sealed Tenders () (Attention : Scientist - Incharge, Business Development Group) Tender document can be obtained on all working days with in the above mentioned period from the

Business Development Group, Room No. 123, Main Building, NGRI, Post Bag No. 724,Uppal Road, Hyderabad-500 606. The rates must be quoted for works as mentioned in a, b, c, separately in the offer format given in Tender. The intending tenderer may apply for issue of blank tender documents enclosing the following documents/certificates.(i) A crossed D.D. for Rs.5000/-(Rupees five thousand only)/(Rs.5100/- if sent by speed post) drawn

on any Nationalized Bank in favour of THE DIRECTOR, N.G.R.I., payable at Hyderabad, towards the cost of the tender documents for the above work (a, b, & c).

(ii) Relevant experience, service and registration documents.(iii) Income Tax PAN Code No., ESI & PF Code No., Documents relevant to the constitution of firms,

notarized copy of the objects clause under the Memorandum of Association etc.(iv) Preference will be given to a bidder who bids for all a, b & c (for Rajasthan & AP). However the

bidder should show the cost for a, b & c separately.(v) Price bids may be submitted separately for Rajasthan & Andhra Pradesh, where as technical bids

can be the same.Applications without the above documents/certificates may not be considered for issue of tender documents. Issue of tender documents will be at the sole discretion of the Director, N.G.R.I. The blank tender documents will be sent by speed post / by hand to the authorised representative of the bidder to the eligible parties. NGRI will not be responsible for any postal delay in receipt of application for tender documents and submission of tender documents what so ever.The Director, N.G.R.I., Hyderabad reserves the right to accept or reject any tender without assigning any reasons whatsoever and his decision shall be final and binding.

3

The tender advertisement can also be visited at www.ngri.org.in CONTROLLER OF ADMINISTRATION

BID FORWARDING LETTER

NATIONAL GEOPHYSICAL RESEARCH INSTITUTE(Council of Scientific & Industrial Research)

Post Bag No. 724, Uppal Road, Hyderabad – 500 606

Telephone: 040-23434700 / 23434711 Post Bag No.724Tele Fax : 040-23434668 /23434651 Hyderabad – 500 606.

Tender No.: NGRI/BDG/CGPB/2009 Dated: 20.11.09

M/s.

Sir,Sub : Bid documents for Shothole Drilling, Seismic Job Services Including Procuring And Handling Of Explosives & Seismic Detonators And Topographical Survey For HRS Survey Of 125 LKM At Nagur, Jodhpur And Barmer Lignite Fields Of Rajasthan State & Godavari Valley Coal Fields Of Andhra Pradesh

.

Ref: Your letter No. Dt.

********

With reference to your above quoted letter, a complete set of Bid package marked as Set No. made in the name of ___________________________ has been handed over to your Representative against payment of Rs.5000/-(Rupees five thousand only) Cash/DD No.______________________________.

Please acknowledge receipt of the above Tender Document as per acknowledgement format enclosed.

For DIRECTOR N.G.R.I.

4

ACKNOWLEDGEMENT

No. Date:

The DirectorNational Geophysical Research InstituteUppal RoadHYDERABAD – 500 007.

Dear Sirs,

We hereby acknowledge receipt of a complete set of Tender Document for Shothole Drilling, Seismic Job Services Including Procuring And Handling Of Explosives & Seismic Detonators And Topographical Survey For HRS Survey Of 125 LKM At Nagur, Jodhpur And Barmer Lignite Fields Of Rajasthan & Godavari Valley Coal Fields Of Andhra Pradesh

We have further noted that the closing date of Tender is 11.12.2009 (Till 1.00 P.M.) for the above quoted tender.

We guarantee that the contents of the above said bid package will be kept confidential within our organization and further the text of the said package shall remain the property of NGRI and that the said documents are to be used only for the purpose intended by NGRI.

Our address for further correspondence on this tender will be as under.

Name and address of the Contractor :

Telephone No. :Mobile No. :

Fax No. : E mail :

Personal attention of (if required) :

Yours faithfully,

Signature of the Tenderer with Stamp

5

BID AGREEMENT

The DirectorNational Geophysical Research InstituteUppal RoadHYDERABAD – 500 007.

Sub: Purchase of Tender Document.

Ref: Tender No. NGRI/BDG/CGPB/2009 Dated: 20.11.09

Type: Two-Bid SystemDue for Closing: 11.12.2009 1 pm.

NGRI and the Tenderer agree that the Notice inviting tender is an offer made on the condition that the Tender would be kept open in its original form without variation or modification for a period of 180 days and making of the Tender shall be regarded as an unconditional and absolute acceptance of this condition of the Notice inviting tender. They further agree that the ‘Contract’ consisting of the condition of Notice inviting tender as the ‘Offer’ and the submission of Tender as the acceptance shall be separate and distinct from the contract which will come into existence when tender is finally accepted by NGRI. The consideration for this separate initial contract as distinct from the main contract is that the NGRI is not agreeable to sell the Bid Document to the Tenderer and to consider the Tender to be made except on the condition that the Tender shall be kept open for 180 days after the last date fixed for the receipt of Tenders and the Tenderer desires to make the Tender on this condition and after entering into this separate initial contract with NGRI. NGRI promises to consider the Tender on this condition and the Tenderer agrees to keep the tender open for the said period. These reciprocal promises form the consideration for this separate initial contract between the parties.

If tenderer fails to honour the above terms and conditions, NGRI shall have unqualified absolute and unfettered right to encash the Bank Guarantee for Bid Bond submitted in this behalf.

(BIDDER) (DIRECTOR, N.G.R.I.) Signature

(One copy of this Agreement duly signed must be returned along with the Offer).

6

SECTION - I

INSTRUCTIONS TO BIDDERS1. GENERAL

1.1 The Bidder shall comply fully with the instructions contained in this Bid document. The bidder is expected to examine all instructions, sections, terms and conditions, specifications etc. in the bid documents. Failure to furnish all information, data as required by the bid documents or submission of a bid not substantially responsive to the bid documents in every respect will be at bidder’s risk and may result in the rejection of their bid.

1.2 Bidders shall bear all costs associated with the preparation and submission of bids etc. NGRI will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

1.3 Offers are to be submitted in triplicate, in sealed covers. The first inner cover will contain TECHNO-COMMERICAL bids having all details but with price column blanked out. This cover will clearly be superscribed “TECHNO COMMERCIAL” bid along with tender number.

The second sealed inner cover will contain only the “PRICEBID” duly filled in and signed and will be clearly superscribed copy along with tender number. The Price bids can be submitted separately for Rajasthan and Andhra Pradesh and placed in Price bid cover. These two covers shall be put into an outer cover and sealed. The outer covers should duly bear the number and date of closing/opening of the tender prominently underlined, and should be addressed to the Director, NGRI.

Bidders desiring to deliver the bid in person may handover the same to the Bid receiving officer at NGRI, HYDERABAD. Bidders may also submit their offers by registered post / speed post so as to reach NGRI on or before the due date and time.

2. EXPERIENCE OF THE BIDDER AND HIS PERSONNEL:

The bidder as a company (or) Registered Partnership firm (or) Proprietary concern should have experience in drilling at least (a) 75,000 m. in one field season of not less than six months duration for NGRI (or) any other Public Sector Undertaking (or) any other Joint venture companies doing seismic work. Experience shall be for successfully drilling shot holes by labour intensive method/ drilling rigs in seismic surveys and to be supported with documentary evidence towards the same OR (b) Experience of drilling at least one lakh metres for any purpose like Water well drilling, Mining exploration etc., in the last three years as on the date of opening of tender and to be supported with documentary evidence towards the same. And also in seismic job services, handling of Explosives, Topographical services etc.

7

The following documents should be enclosed along with the Bid.

(a) The original copy of Bid document issued to the bidder duly signed on each page as a token of having accepted the terms and conditions of the Bid Documents. Proof of experience should be submitted along with techno-commercial (Unpriced) bid.

(b) Descriptive literature of the Bidder’s constitution, experience and past performance on similar jobs and capabilities of the Personnel.

(c) Technical and other details except Price as per Bid Document format which should duly filled in and signed.

(d) Bidder’s exception, if any, to NGRI’s terms and conditions of the contract.

(e) Income-Tax PAN No. copy.

(f) Bidders are required to submit Bid Bond /EMD as per Clause 7.

(g) Any other information/details as required under Bid Document.

Bidders are required to indicate the type and quantity of the Equipment proposed to be deployed. Bidders will clearly state the type and quantity of Equipment including Vehicles to be deployed for the services rendered by them against this contract. Manpower proposed to be deployed will also be stated activity wise i.e., regular Seismic survey, Shot hole drilling, Seismic job services including Handling of explosives and Topographical survey etc.Telex/Telegraphic /Fax/Photocopy E-Mail offer is not acceptable.

Bidders shall clearly indicate their legal constitution and person signing the Bid shall state his capacity as also the source of his authority to bind the Bidder. The power of Attorney or Authorization or any other document constituting adequate proof of the powers of the signatory to bind the bidder shall be annexed to the Bid. NGRI will reject outright any Bid unsupported by adequate proof of the signatory’s authority.

The Bidder shall sign his proposal with the exact name of the firm to whom the contract is to be awarded. Executive of the Bidder’s organisation stating his rank/designation, enclosing a copy of his Power of Attorney to sign the Bid, shall duly sign the Bid.

Relationship with NGRI.:

The Bidder shall declare in writing that neither he nor any of his associates is in any way related to any Officer of the rank of Under Secretary or above in CSIR/Laboratories. NGRI may decide not to deal with such firms who fail to comply with the above advice.

Bid documents are not transferable and shall be submitted by the Bidders who obtained them from NGRI.

Canvassing in connection with the tender is strictly prohibited and the tender submitted by the contractor who resorts to canvassing will be liable for rejection.

8

Site Visit, Local condition etc:The Bidder is advised to visit and examine the site of works and its surroundings at his own cost to get all information that may be necessary for preparing the bid and entering in to contract. The visit to the site shall be at the Bidder’s own risk and expense.

Failure to visit the site or failure to study the bidding documents will in no way relieve the successful bidder from furnishing any material or performing all works in accordance with the bidding documents, as a lump sum contract.

It will be imperative for each Bidder to fully inform himself of all local conditions and factors which may have any effect on the execution of the contract as described in the bidding document in their own interest.

It is the responsibility of the Bidder that such factors have properly been investigated and considered while submitting the bid proposals and that no claim whatsoever including those for financial adjustments to the contract awarded under the bidding documents will be entertained by NGRI and that neither any change in the time schedule of the contract nor any financial adjustments arising thereof shall be permitted by NGRI.

Director, NGRI may arrange, in case of necessity, a pre-bid conference either at NGRI or in the fieldwork site to clarify the doubts if any in respect of the contract work. The Bidders will be informed about the time and venue in due course.

3. INSTRUCTIONS FOR FILLING BIDS

Bid document shall be filled complete in all respects and shall be submitted together with requisite information. It shall be complete and free from any ambiguity, changes or interlineations.

The Bidders’ Bid and any annotation or accompanying documentation shall be in English language.

Bidders’shall set their prices/rates in figures preferably type written and without any qualification. Each figure stated shall be repeated in words and in the event of discrepancy between the amount stated in figures and words, the rates quoted in words shall be deemed to be the correct amount. Illegible price bids will be rejected out right. Bids containing qualifying expressions subject to minimum acceptance etc. will be disqualified.

No clarifications shall be sought after opening of Techno-commercial bids. Conditional bids indicating exceptions/deviations to tender conditions will be summarily rejected.

Bidders should quote a FIRM PRICE and they shall be bound to keep this price firm and without any escalation for any reason whatsoever, until the completion of the contract period.

The price quoted must be NET PER UNIT shown in the schedule of rate and must be clearly shown in figures and words only in Indian currency.

9

No correspondence after opening of Bid will be entertained from the unsuccessful Bidders. However, if NGRI sends any communication with respect to the bid the same is to be compiled with.

Bid from Bidders not complying with the above instructions can be summarily rejected.

4. DATE OF BID SUBMISSION

4.1 Bid must be submitted in NGRI, to the Bids receing Officer, on or before 11-12-2009 by 1.00 P.M. The same will be opened at 3.00 P.M. on 11-12-2009 in the presence of Bidders who are desirous to be present.

4.2 NGRI shall not be responsible for any cost or expense incurred by any Bidder in connection with his bidding against this tender and loss of bids in post/courier, regardless of the conduct or outcome of the bidding process.

5. VALIDITY OF TENDER

5.1 The tender must be kept valid for acceptance for 180 days from the date of closure of tender.

5.2 The Mobilisation time allowed is maximum one week from the date of issue of letter of Intent and Notice to field work by NGRI. Bidder must give an undertaking-confirming acceptance of this clause.

5.3 The successful Bidders shall be required to execute a contract on a Non Judicial Stamp Paper of appropriate value soon after receiving Letter of Intent i.e., within 7 days of issue or within such extended time as may be permitted by NGRI in this behalf. For this purpose, the Bidder shall depute his authorized representative along with power of attorney in his favour. Main conditions of the proposed contract have been specified hereinafter under the title “General Conditions of Contract” in the bid document.

6. AREAS OF OPERATION AND SCOPE OF WORK

6.1 Area of work in the form of a Map and the detailed scope of work are as given separately elsewhere in the bid document. Bidder can submit separate offers for Rajasthan and Andhra Pradesh.

7. EARNEST MONEY

7.1 Bidders are required to submit Bid Bond /EMD valid for 180 days from the date of opening of tender for an amount of Rs.20 Lakhs. Bidders may quote for shot hole drilling, seismic job services as detailed in the scope of work, Procuring and handling of explosives & detonators, Topographical survey separately. But preference will be given to an experienced firm who can execute all jobs together.

EMD can be in the form of a Demand Draft drawn in favour of NGRI, payable at Hyderabad. In case, the bidder chooses to submit Bank guarantee, it should be strictly as per proforma from a Nationalised / Scheduled Bank.

10

7.2 The successful bidder is required to extend the validity of the Bid Bond for a further period till the formal contract is signed and Security deposit / Performance bank guarantee submitted.

7.3 Bids not accompanied by Earnest Money Deposit (EMD) / Bid Bond as mentioned above will be summarily rejected.

7.4 The EMD/Bid Bond of unsuccessful Bidders will be returned once the successful bidder furnishes the Performance bank guarantee or in case the tender is cancelled. The EMD/Bid Bond shall be forfeited in the following events:

a) If the Tender is withdrawn or modified or varied in a manner not acceptable to NGRI – during the Bid Validity period or any extension thereof.

b) If a successful Bidder fails to furnish Security Deposit/Performance Bank Guarantee within 10 days from the date of LOI.

8. RIGHT TO REJECT

NGRI reserves the right to reject any or all quotations without assigning any reason whatsoever. NGRI also reserves the right to cancel this tender at any stage without assigning any reason whatsoever.

9. AUTHORISATION

Bidders are at liberty to be present or to authorise their representative at the time of opening of Tender on the date specified. A letter of authorisation must be forwarded to Director, NGRI along with the tender document and a copy of this letter must be produced in the office by the person attending the opening of Tender. Unless he presents this letter, he may not be allowed to attend the opening of Tender.

10. SECURITY DEPOSIT/PERFORMANCE BANK GUARANTEE:

10.1 The successful bidder will have to furnish to NGRI Security Deposit for a sum equivalent to 10% of contract value by way of Bank Demand Draft in favour of Director, NGRI, payable at Hyderabad OR Performance Bank Guarantee in the form of an irrevocable and unconditional letter of Guarantee from a Nationalized / Scheduled Bank for a sum equivalent of 10% of the contract value strictly as per proforma. This Bank Guarantee shall be valid up to 90 days beyond the date of completion of the contract work.

11

SECTION – II

11. GENERAL CONDITIONS11.1 In case of an unscheduled holiday on the prescribed closing/opening day of the

tender, the next working day will be treated as schedule prescribed day of closing/opening of the tender.

11.2 This tender being under two bid systems, only the Techno-commercial bids will be opened on the opening date indicated. Price bids of the short listed bidders will be opened later on under intimation to the Bidders.

11.3 The Contractor shall conform to all laws including labour laws of the State/Central Government. The contractor shall indemnify NGRI for any breach of laws committed by him. The contractor shall take adequate measures to ensure continuous and unhindered output of work. He has to obtain all necessary permissions from local authorities to carryout the data acquisition work smoothly. No extra cost will be paid by NGRI for obtaining permissions.

11.4 The contractor shall provide and be responsible for payment of wages at prevailing rates, and provide necessary proof to NGRI for the payment made to their workmen, payment of salaries, bonus, social charges, insurance, food, accommodation and medical treatment, etc. to his employees as per the applicable laws as are in force from time to time. A proper record of the payment made to the workers by the contractor should be maintained.

11.5 The contractor shall pay the wages directly to the workmen without any intermediary.

11.6 Any expenditure incurred by NGRI on behalf of the contractor who is under an obligation to bear the expenditure as per the relevant law shall be recovered by NGRI from the contractor either by deduction from an amount payable to the contractor under the contract or as a debt payable by the contractor.

11.7 The contractor will be required to maintain medical aid facilities, primarily for the provision of first aid, supply of preventive medication for types of illness such as malaria, dysentery, etc. and any requirement for Hospitalization or further medical treatment of his employees.

11.8 The contractor at his own cost shall be responsible for workmen’s compensation, insurance, public liability insurance to cover injury or death resulting from the use of explosives, automobile liability insurance, etc. and any other liability / protections provided for under the applicable laws, in this respect that are in force from time to time. The contractor must provide NGRI with proof of such coverage and in particular regarding insurance under Workmen’s Compensation Act 1923, ESI act 1956 and public liability insurance. Contractor should be registered under EPF and Miscellaneous Provision Act 1952. Contractor should abide by EPF Act 1952, Workmen Compensation Act 1923, ESI Act 1956, Contract Labour Act 1970 and Interstate Migrant Workmen Act.

12

11.9 The contractor will be solely responsible for the welfare of his employees. He will have no claim against NGRI for any injury or death of his employees. He will have no claim against NGRI for any injury or death of his employees whatever be the cause. Public liability claims against his employees / general public / property will be his sole responsibility. He shall provide satisfactory proof to NGRI that EPF and ESI contribution has been remitted to the concerned authorities for his employees for each billing of the month. Contractor shall indemnify NGRI from any claim in future.

11.10 The contractor shall be responsible for payment of wages, salaries, bonus, provident fund, social charges, insurance, accommodations, etc. In respect of workers and supervisors as per the laws, regulations and acts in this respect of local government and the Govt. of India in force from time to time.

11.11 The NGRI shall be at liberty and is hereby empowered to deduct the amount of any damage, compensation cost, charges and expenses arising or occurring from or in respect of any such claims or damages from any sum or sums due or to become due to the contractor.

11.12 The Contractor will acquire requisite statutory licenses before start of the work.11.13 The contractor shall ensure full compliance of various laws and statutory regulations,

to the extent of applicable, as stated below, but not limited to, in force from time to time and obtain necessary permits / etc. licenses from appropriate authorities for conducting operations under contract.

a) Mines Act- as applicable to safety and employment conditions.b) Oil Mines regulations, 1983.c) Workmen’s Compensation Act.d) Payment of Wages Act.e) Payments of Bonus Act, 1965.f) Contract Labour (Regulation & abolition) Act, 1970.g) Family pension Scheme.h) Interest Migrant workmen Act,1979 (regulation of employment and conditions of

services)i) The EXPLOSIVE ACT, 1884 along with the EXPLOSIVE RULES, 1983.j) Service Tax Act.k) Safety and security regulations as per the Govt. India norms.l) Safety regulations should followed strictly in Drilling and handling of explosives,

topographic survey and seismic job services.m) Bidder should provide for all the participating crew members, necessary safety kits like

shoes, helmets and winter cloths etc. n) All vehicles, camps and field crews should carry first aid kits.12. NOTICE

12.1 Any notice given by one party to other pursuant to the contract shall be sent in writing.12.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

13. SUBCONTRACTING

Contractor shall not subcontract or assign, in whole or in part, its obligations to perform under this contract, except with NGRI prior to written consent, which will not be unreasonably withheld.

13

SECTION - III

TERMS OF REFERENCE /SCOPE OF WORKIt is proposed to conduct 125LKM, 2-D HRSS surveys in the Godavari valley of Andhra Pradesh State and Nagaur and Barmer Lignite fields of Rajasthan State. The proposed areas are listed here.

1. Khagau block, Barmer lignite Basin-51LKM, (Map in page 46).2. Nagaur Lignite Basin,Rajasthan-18LKM, (Map page 47).3. Chokhla South Block, Rajasthan-25LKM, (Map page 48).4. Venkatapuram in Mulugu Coal Belt A.P.-18LKM, (Map in page 44).5. Dorli-Bellampalli Coal Belt, A.P.-13LKM, (Map in page 45).

1. DRILLING OF SHOT HOLES

It is proposed to get shot holes drilled in the areas of Godavari valley coal fields of Andhra Pradesh and Nagur, Jodhpur and Barmer Lignite fields of Rajasthan state, to obtain CDP 2-D seismic data. The total length of lines to be covered is about 125 LKM and shot holes are to be drilled at every 10m interval and around 15 to 20m depth. In total about 12,500 shot holes are to be drilled during the course of work. For carrying out the work, a clear 4 inch dia vertical hole is required for blasting operations. About 100 – 120 shot holes need to be drilled per day. If it is required the driller has to drill deeper hole for uphole survey (depth 60-100 metres). Payment will be made as per metreage. The depth will be measured at the time of loading explosives. However the bidder may quote per hole/per metre basis in case of upholes.

The drilled shot hole should be clear, so that explosives can be loaded without any difficulty. In case of necessity bentonite mud / casing should be used while drilling to avoid collapsing of shot holes. A representative of NGRI field party will check the depth of each shot hole at the time of the loading explosives. If the required depth is not available the shot hole may be rejected. Even blasted holes, which are rejected for whatever is the reason, shall not entail any claim for payment.

At the time of blasting / recording operations the contractor’s men should remain still and should not create any noise. The drilling crew should be always 1Km away from the shot hole towards the forward directions during the shooting operations. Once the shooting is started no one is allowed to move along the profile. The drilling should also be stopped during shooting /data acquisition operations.

The shot holes may be cased if need arises and bidder shall meet the cost of the casing whenever required. The holes will have to be completely filled with bentonite mud (Slurry) to avoid collapsing. Bentonite / casing shall be provided by the contractor at his own cost.

Single holes are used for each shot and in any case variation in the drilled depth should not exceed ± 0.5 m for the given depth. The depth of shot hole will be the depth in metres to which the bottom of the charge is lowered for firing. For calculating depth to the shot hole, the fractions of metre will be rounded off to the nearest metre (i.e. 0.1 - 0.4 metre are to be ignored and 0.5 metre & above will be considered as one metre). Payment will be

14

made on actual metreage drilled and not by number of holes. However the number of holes with such dimensions should not exceed 10 % of the total number of holes.

In the matters regarding acceptance of metreage drilled the decision of the Party Chief or his representative shall be final and binding on the contractor.

Bidder should inspect the proposed survey area and understand the local geology of the area (before submitting the bid) for deploying the proper drilling rigs and for cost estimate.

Bidder has to make his own arrangements like suitable drilling equipment, labour, drilling crew, bentonite, water, water tankers, electric power, any other repairs, camping etc.

Any compensation arising out of crop losses, land acquisition, any other losses during the drilling and blasting operations and other services should be borne by Bidder only.

2. SEISMIC JOB SERVICES

(Laying of Geophone cables, planting of Geophones, connecting Geophones to cables, storage of Geophones and Seismic cables, providing communication sets (at least useful cell phones), power supply, water, skilled / semi skilled workers, Licensed shot firer and crew, Accommodation, Transportation of field persons, Transport to NGRI officials etc. and also attending to other liaison works whenever needed during the course of work).

2.1 It is proposed to shoot about 100 - 120 shot holes every day. Thus spread preparation requires laying of seismic cables along the lines, planting of geophones and connecting to the cable at predetermined points (every 10/5 meter spacing with geophones evenly distributed along the line in this interval). This includes transportation, positioning, connecting of cables etc. for required number of channels on every working day. Laying cables and planting and connecting geophones for experimental work / Uphole /LVL survey and regular data acquisition work should always be completed by a time specified by Party Chief of Engineering Geophysics Group, NGRI, who will be sole authority in this regard. Besides this, services must also be provided for any repair work whether in field or at campsite for repair of geophone cables and geophones and other misc. jobs as decided by Party Chief of Engineering geophysics Group, NGRI. NGRI will provide sufficient number of seismic cables of 10/5 m. take out Interval of 100m. length Cable and also 10 string Geophones to connect each cable for the above mentioned work.

2.2 Cable laying planting and connecting Geophones should be kept ready by the time the field crew of NGRI reaches the field spot. As part of this work the personnel will have to use walkie-talkies (either wire line or Radio communication) for communication with central recording unit and it is bidder’s responsibility to procure and provide them to NGRI personnel and other staff.

2.3.Any claim towards compensation or disputes during the course of work will have to be settled by the bidder. NGRI will not be responsible in any way for any claim or compensation in respect of the field work operations including laying and winding of cables / planting, connecting of geophones / checking polarities and removing geophones / transportation and use of explosives or any other field activity resulting in injury / damage accident / death of the

15

persons, whether internal or external public / property. The contractor should have necessary public liability insurance policy for the contract duration.

2.4.The bidder is responsible for any loss or damage caused to the field equipment like Geophones, Geophone cables etc. The cost for the repair /loss has to be borne by the bidder.

2.5.After completing the fieldwork the material like Geophones, Geophone cables etc., should be handed over to NGRI officials in good condition.

2.6 CAMPING and other REQUIREMENT:

The contractor should provide security at camp and field sites for NGRI personnel and equipment. He should also provide suitable hired / furnished field / working accommodation / hospitality and Internet facility with 24 hours power and water supply at a convenient location with in the operational area. The NGRI personnel at the camp site will not be more than 10 at a time. The inspection team of NGRI officials who may visit the fieldwork now and then should also be provided with the above facilities. The Contractor is also responsible for establishment of fly camps and it’s proper maintenance etc., as and when it’s required. Bidder should provide sufficient space for office/storage of Seismic cables, Geophones etc., transportation of cables, and Geophones and Labourers etc., and also working accommodation should be provided for NGRI officials. Bidder shall make necessary arrangements for supply of power, water, transport and communications for all purposes for field operations and camping site. Bidder should provide two skilled / semi skilled workers at camping place to do the assigned job by the party chief.

The Contractor should provide Three Vehicles with experienced drivers (Tata Sumo / Qualis type which can run in rugged and clayey terrains and useful in all climatic conditions) for NGRI field staff for the total duration of the fieldwork. The vehicle should be available 24 hours and they will be under control of the party chief of NGRI.

The firm should have in its service at least one geophysicist who has 10-15 years experience in Oil/Coal Exploration in 2-D / 3-D Seismic Data Acquisition and one experienced person in Electronics to repair the seismic cables and geophones etc. They should be available in field for the purpose of maintenance. The firm should employ semi-skilled / skilled workers in sufficient numbers to execute the above said job / works in a professional manner to complete with in the stipulated time.

3.0 PROCUREMENT AND HANDLING of EXPLOSIVES and SEISMIC DETONATORS: Specifications

16

SL.No

Description of the item (s) Qty Nos

01 Specifications for Emulsion explosivesPacking: Rigid: Couplable Plastic tubeDiameter (mm): 76/63Cartridge Denomination: 2.5 kgs/2 Kg.Net weight / per stickSensitivity: Cap sensitivity with 8 No. detonatorDensity (gm/cc): 1.20VOD m/sec: 5000 – 5500Water resistance: ExcellentShelf Life: More than six months

35 Tonnes(Approximately)

02 Technical specifications for seismic detonatorsShell Type: AluminumShell Length: 45 – 55 mmFuse Head Protection: Anti static sleeveType: Seismic DetonatorFuse Head Resistance: 0.4 – 0.6 ohmsStrength: No.8Firing current: 1.2 Amps for 4 M/sec.Lead wire: Copper wireLead wire length: 3 meters.Water resistance: Min 30m water column for 24 hrsResponse time: Less than 1ms

15,000, Nos

03 Job servicesObtaining all Govt. licenses for Storage and usage of Class II Explosives and detonators, wherever it is required. Field Storage, Handling, Transporting daily from explosive storage magazine to field site and back, lowering of explosive to bottom of the shot hole and blasting, and maintenance of all records to submit to explosive department as per the Government norms. (Total work 125LKM) (Duration may change depending on the progress of the work)

Six months

3.1 The cost of the Explosives should be quoted per Tonne

3.2 The cost of the Detonators should be quoted for 1000 Nos.

3.3 Explosives and detonators are to be stored in magazines near to proposed field sites in AP and Rajasthan states for field use.

3.4 The cost of the Topographical survey, Shot hole drilling and Seismic job services and explosive job services can be quoted separately for Andhra Pradesh & Rajasthan States. 3.5 Job services should be quoted per line kilometer. Loading and blasting of shot holes by employing sufficient number of experienced persons and licensed shooters. The seismic operations may last for about six months, which may be extended / curtailed further in unforeseen circumstances. The firm has to arrange for all permissions/ licenses towards handling, blasting, establishing magazines for storage of

17

explosives and detonators, transportation from storage magazine to field site and back etc. for the entire duration of project.

3.6 Transportation cost for supply of explosive should be quoted separately.

3.7 The firm should supply the material along with test certificate within ten days after receipt of purchase Order.

3.8 Liquidated damages charges will be imposed if the supplied items are not as per the specifications.

3.9 Loading and shooting personnel should report to the party chief, NGRI, and material should be stored at appropriate location near to the field site and obtain acceptance order from NGRI.

3.10 Bidder should provide the necessary shooting cables to connect the explosives, from the instrument (Blaster to shot-hole and top of the shot-hole to explosives at the bottom of shot-hole) and all the required materials like insulation tapes, tamping rods, cutters, etc, for loading the explosives in the borehole. At least a 5 meter lead wire should be given from the shot hole mouth to connect shooting cable.

3.11 Daily consumption of explosives and detonators should be informed to the NGRI party Chief at the end of the days work. Proper maintenance of Log records related to explosive receipts, storage transportation, consumption and returns to the Department of Explosives will be firm’s responsibility.

3.12 A minimum of three sets (each set having 10 Aluminum tamping rods with brass hooks each rod length is 2.5m minimum) tamping rods and an additional two sets should also be kept ready (always for replacement with crew) for lowering the explosives for use.

3.13 Adequate experienced personnel should be deployed for loading and shooting of the shot holes.

3.14 After loading of the explosives in drilled shot holes proper stemming to be done before blasting, proper safety precautions also to be taken while blasting operations.

3.15 An experienced licensed shot firer for connection and blasting operations etc. should be deployed during entire field operations. 3.16 Uphole survey the explosives should be arranged as required in a sequential order and lowered in to the holes instructed by the NGRI field personnel.3.17 The shot holes should be completely filled after the fire of the shot with sand/earth material. No extra payment will be made for this purpose.

3.18 Shooting/ blasting operations should close every day before sun set.

18

3. TOPOGRAPHICAL SURVEY

4.1 Topographical surveying to deduce (i) Rectangular coordinates by Short Range EDM Traversing, (2) Heights above MSL by Single Tertiary Leveling for all the pre-marked ground points and (3) Post marking of all geophone locations and shot point locations in 1:10,000, 1:5,000 Toposheets along the 125 LKM HRS Survey lines as per the map enclosed and (4) planting wooden peg with picket number and marking with chalk powder on the ground at every 5/10m interval along the proposed lines to plant geophones/or to drill shot hole. The topographical survey team should do the job at least one day in advance for drilling location and also for seismic survey. During the seismic survey, a representative from topographical survey team should be available to identify all the premarked locations. DGPS/GPS should be employed for fixing of reference points. Permanent marks (cement pillar 4 feet height) should be fixed on the ground along the lines for every 2 Kms. with details inscribed on it. All the points should be tied up with these permanently marked reference points.

4.2 Bidder should provide complete elevation and position data along the proposed traverses of 125 LKMs with the coordinates and other data in digital form and also a hard copy using total station and DGPS. All the data should be in the form of a map in the desired scale and all the data should be geo referenced.

Length of profile: 125 LKM (approx)Station interval: 10/5 Meters Total number of points: 12,500/25000 POINTS

4.3 Instruments to be used: a. Distomat or E.D.M. Total station instrument for distance/angle/azimuth

measurement. b. DGPS should be used to fix the reference points.

4.4 The co-ordinates to be used for the survey are, a) Survey datum: Indian Everest 1830, b) Projection type: Lambert Conical, c) Projection zone: RJ Everest 1830 and Spheroid: Everest 1830. The maps are to be submitted in modified Everest spheroid & Lambert projection.

4.5 Topo sheets and GT/Leveling data:The necessary Toposheets will be supplied by NGRI The bidder should keep these Toposheets in a safe custody and in case of missing/loss should be informed to the party chief immediately. The bidder is responsible to replace them.

4.6 Accuracy: The survey error should not exceed 0.1% in 125 LKM (Horizontal) not exceeding 10cms for surface elevation (Vertical) and bearing + 2 seconds. The bidder has to arrange his own transport and semi skilled / skilled workers for field operations.

4.7 Duration:

19

Six months from the date of issue of LOI, are as decided by the Party Chief / Project Leader, Engineering Geophysics Group, NGRI.

4.8 Materials to be supplied to NGRI after completion of Topographical work:a. All original field data records in ISO 9001:1994 format in bounded volumeb. All computation books in bounded volume/registerc. Final rectangular coordinates and height above MSL in meters in volume and

floppy diskette.d. Error listing obtained between different control points and its distribution in

coordinates and heights above the MSL be provided along with final data.e. Bidder should provide 1: 50,000 scale map and willing to prepare maps of 3

different scales. Scale maps showing all controlled points for traversing and height control may be provided along with the final data. The Contractor shall arrange to carry out topographic survey necessary to determine their precise location and elevation of each shot and receiver location and tie the same to the nearest available permanent marks. They shall also carry out any other survey work and other related work

f. Maps (post-pointed) in 1:10,000 & 1:5,000 scale with profile and shot point locations.

g. Weekly progress report should be submitted to the Party-Chief, Engineering Geophysics, NGRI camp during the fieldwork at the camp site.

h. The total work encompass 1) marking a point at every 5/10 m. interval clearly either by putting a peg with clear marking of picket number along the given lines 2) providing direction / guidance, to seismic crew, about approach roads 3) giving elevation and location details for each point and 4) erecting pillars providing suitable benchmarks or reference points. Line clearance including payment of compensation like crop damage, bush clearance etc. is to be born by bidder. All the relevant area maps will be provided by NGRI. Total of 125 L Km. length of line is to be surveyed for the entire job. In addition to this survey work if any topographical survey work required for conducting experimental geophysical work / uphole seismic survey also should be carried out by the bidder. Any resurvey and re-pegging /marking, if required, will be carried out by the bidder at his own cost & responsibility.

i. The survey party should be available for the entire duration of the seismic reflection survey and till the completion of the seismic work. One survey team should show the survey points on the traverse every day to the NGRI field party and accompany them. In case any semi-permanent markings/pillars (as per enclosed diagram) fixed on the ground are not visible, they should be fixed again.

j. Returnable materials:All maps/data books should be returned to NGRI after completion of the work. Contractor is responsible for the security of maps/data books while storage and handling. Only the responsible authorised officer should use the data/maps for bonafide purposes. No part of Toposheets /data book should be taken photo-copies without specific permission of Director, NGRI.

20

PRICE BID - SCHEDULE OF RATES FOR RAJASTHAN

SCHEDULE OF RATES FOR SEISMIC JOB SERVICES

Item Unit Qty Rate per LKM

(in Rs.)

Total Price(in.Rs)

A Operating cost for laying of 125 LKM seismic channels and providing all other services mentioned in item no.2 of section III

1 LKM 94 ± 6LKM .

B Stand by Charges without crew during Extreme weather conditions break

1 day

C Stand by charges with crew per day 1 dayD Force Majeure rate 1 day

SCHEDULE OF RATES FOR DRILLING OF SHOT HOLES

Item- Unit Qty Rate per metre(in Rs)

Total Price

(in Rs)A Drilling cost of 100-120 shot holes per day

about 15-20 mts depth mentioned in item no.1 under section III which includes experimental LVL survey etc.

1 m 9,400 shot holes,

B Drilling cost for drilling of 60/100 m holes for upholes survey purpose

1 m

C Stand By charges without crew per day 1 dayD Stand By charges with crew per day 1 dayE Force Majeure rate 1 day

SCHEDULE OF RATES FOR TOPOGRAPHICAL SURVEY

Item- Unit Qty Rate per point

(in Rs)

Total Price

(inRs)

A Cost of the topographical survey for 94LKM±6LKM with station interval of 5/10 meters, which includes planting wooden pegs with picket number and marking with chalk powder on the ground at every 5/10m interval along the seismic profile as mentioned in item no.4 of section III. The cost is inclusive of Cost of the permanent pillars (cement pillars 4 feet height) should be fixed on the ground along the seismic profile not less than 2 km interval, engraving line number, picket number and proper identification marks etc on he pillar.

Per km 94LKM±6LKM

B Stand by charges with crew per day 1 day

21

C Force Majeure rate 1 day

22

PRICE BID - SCHEDULE OF RATES FOR ANDHRA PRADESH

SCHEDULE OF RATES FOR SEISMIC JOB SERVICES

Item Unit Qty Rate per LKM

(in Rs.)

Total Price(in.Rs)

A Operating cost for laying of 31LKM±6LKM seismic channels and providing all other services mentioned in item no.2 of section III

1 LKM 31LKM±6LKM .

B Stand by Charges without crew during Extreme weather conditions break

1 day

C Stand by charges with crew per day 1 dayD Force Majeure rate 1 day

SCHEDULE OF RATES FOR DRILLING OF SHOT HOLES

Item- Unit Qty Rate per metre(in Rs)

Total Price

(in Rs)A Drilling cost of 100-120 shot holes per day

about 15-20 mts depth mentioned in item no.1 under section III which includes experimental LVL survey etc.

1 m 3,100 shot holes,

B Drilling cost for drilling of 60/100 m holes for upholes survey purpose

1 m

C Stand By charges without crew per day 1 dayD Stand By charges with crew per day 1 dayE Force Majeure rate 1 day

SCHEDULE OF RATES FOR TOPOGRAPHICAL SURVEY

Item- Unit Qty Rate per point

(in Rs)

Total Price

(inRs)

A Cost of the topographical survey for 31 line Kms with station interval of 5/10 meters, which includes planting wooden pegs with picket number and marking with chalk powder on the ground at every 5/10m interval along the seismic profile as mentioned in item no.4 of section III. The cost is inclusive of Cost of the permanent pillars (cement pillars 4 feet height) should be fixed on the ground along the seismic profile not less than 2 km interval, engraving line number, picket number and proper identification marks etc on he pillar.

Per km 31LKM±6LKM

B Stand by charges with crew per day 1 dayC Force Majeure rate 1 day

23

SCHEDULE OF RATES FOR EXPLOSIVES FOR RAJASTHAN AND ANDHRA PRADESH

Item- Unit Qty Rate per ton

(in Rs)

Total Price

(in Rs)A Cost of the emulsion explosives as per the

specifications given in 2B. packed in couplable plastic tubes( assorted 1/1.5kg/2.5kg) per hole

Per tonne 35 tonnes

B Cost of the seismic detonators Per 1000 25,000C Loading 100- 120 shot holes every day about

15- 20m depth, which includes experimental / LVL/ up hole survey. The rate includes procurement, handling, transportation, storage and usage of explosives etc. mentioned in item no.3 of section III

One LKM

I Stand by charges with crew per day 1 dayJ Force Majeure rate 1 day

24

BID EVALUATION CRITERIA

PARTICULARS COMPLIED AND ACCEPTED / NOT APPLICABLE

A. TECHNICAL:

The following conditions should be complied with in toto, failing which the bid will be rejected.

1. The bidder as a company (or) registered partnership firm (or) proprietary concern should have experience in drilling at least (a) 1,00,000 m. in one filed season of not less than five months duration with NGRI (or) any other public sector undertaking (or) any other joint venture companies doing seismic work in successfully drilling shot holes by labour intensive method in seismic surveys and to be supported with documentary evidence towards the same or (b) Experience of drilling atleast One (1) lakh meters for any purpose like tube well, water well drilling, mining exploration etc. in the last three years as on date of opening of tender and to be supported with documentary evidence towards the same.

2. Those bidders as company (or) registered partnership firm (or) proprietary concern who do not posses in line experience as per clause.1 above may also quote against this tender provided they have collaboration agreement, tie-up/MOU with firms who have experience as per clause.1 above. Such bidders should submit along with bid, copy of such collaboration agreement, tie-up/MOU as the case may be with their collaborator. The collaboration agreement/the tie-up/MOU as the case may be, must be duly registered. Further, the bidder should submit documentary evidence in respect of collaborator’s experience in original or attested copies.

3. Bidders must provide EPF code number with documentary evidence along with Techno-Commercial bid and undertake to abide by EPF Act 1952, Workmen’s Compensation Act 1923, ESI Act 1956 and Contract Labour (R&A) Act 1970.

4. Bidder to mobilize crew and equipment within 7 days from the date of LOI.5. The bidder has to submit the undertaking that sufficient crew and equipment

would be deployed to shoot 100-120 nos. of shot holes per day ON AN AVERAGE during the contract period.

6. The bidder should provide all necessary inputs of following 1. 100-120 shots holes 2. Job services to take 100-120 records. 3. Explosives to shoot 100-120 shot holes. 4. Topographic surveys The firm should in writing (along with this tender) the names and particulars of the following personnel who will execute the fieldwork 1. Licensed shooter for explosive handling. 2. Topographical surveyor.

25

3. Geophysicist with 10-15 years experience in 2D, 3D seismic data acquisition

B. COMMERCIAL

The following commercial conditions should be complied with in toto, failing which the bid will be rejected.

1. Acceptance of the following standard clauses.a) Submission of bid bond/EMD along with Techno-Commercial

(unpriced) bid as per tender.b) Bids should be valid for 180 days from the date of tender opening.c) Acceptance of Security Deposit/Performance Bank Guarantee clause.d) Acceptance of Failure & Termination Clause.e) Acceptance of Jurisdiction Clause.f) Acceptance of Total Liability of Income Tax and Corporate Tax, other

tax imposed if any, by Central/State Govt. arising out of execution of the contract within the quoted rates.

g) Acceptance of Liquidated Damages clause.h) Acceptance of Arbitration clause.i) Acceptance of Damage/Compensation clause.j) Acceptance of Force Majeure clause.k) Acceptance of Safety and Security Majeure clause.

2. Bidder should quote firm and unconditional rates strictly as per the price format, which should be valid for entire contract period. No escalation will be accepted. Offer with qualifying conditions such as “Subject to change without notice”, “Subject to prior commitment” etc. will be rejected.

3. NGRI reserves the right to deploy more than one contractor during the duration of contract. NGRI also reserves the right to award or not to award work for the full quantum or part thereof. Bidder should confirm acceptance of this clause.

4. Bids should be submitted to Two Bid System in two separate envelopes for both the items I and II superscribed as follows:

a) Envelope-1 Techno-commercial (unpriced) Bid. b) Envelope-2 Priced-Commercial Bid.

5. Offers sent without having the prescribed tender documents of NGRI, dulysigned by the bidder on each page as a taken of having read and accepted terms and conditions of the tender will be rejected.

6. Offers sent without complying with the terms and conditions of the tender document for submitting the offer will be rejected.

26

7. The forwarding letter in original for sale/issue of the tender document and duly signed by the tender issuing officer will be sent by the bidder along with the offer. In case the tender document has been received free of cost, bidder must also submit forwarding letter along with valid registration certificate containing the following: -

i) Registration Authorityii) Items for which registerediii) Monetary limit upto which registerediv) Validity of registration

Above documents must be submitted along with the Techno-Commercial (unpriced) bid. Offers sent without complying the above condition will be ignored.

8. The time for completion of the work is six months (in one stretch or in two field sessions as required by NGRI) and the validity of the contract is one year subject to extension by mutual consent.

9. Bidders should enclose Income Tax PAN certificate.

10. BEC matrix duly filled in must be sent along with the Techno-Commercial (unpriced) Bid along with original tender issued by NGRI and dually signed on all pages by the bidder conformity his acceptance to all the terms and conditions failing which offer will not be considered.

11. The bidders shall submit their offer strictly conforming to specifications, terms & conditions of tender. Bidders shall note that under no circumstance NGRI shall seek clarifications after technical bid opening. The bids will be evaluated as per tender conditions, without seeking clarifications. Original bid document shall be signed by bidder on all pages confirming acceptance of all the clauses.

Any other point that arises at time of evaluation will be decided by NGRI.

The BEC over-rides all other similar clauses appearing elsewhere in the tender document.

27

GENERAL CONDITIONS OF CONTRACT

1. ADDRESS

1.1 For the purpose of this Contract, the addresses of the contracting parties will be as follows and all correspondences and notices in relation to the present contract sent to the parties to the addresses mentioned below shall be deemed to be sufficient for serving of Notices on the parties concerned.

a) National Geophysical Research InstitutePost Bag No.724, Uppal Road,Hyderabad-500 007

b) Name and address of the Contractor

1.2 The duration & validity of the contract will be for one year subject to extension by mutual consent.

1.3 NGRI reserves the right to change the period, to instruct the contractor in respect of starting and closing of contract operation. NGRI will not be responsible for any compensation whatsoever on this account.

1.4 Mobilisation Period:

Mobilisation means the deployment of requisite crew & equipment, establishment of camp by the contractor.

Mobilisation period allowed is maximum 7 days from the date of issue of Letter of Intent by NGRI. Certificate of Mobilisation jointly signed by NGRI authorized representative and contractor shall be the proof of Mobilisation.

2. WORK PERFORMANCE STANDARDS:

2.1 As detailed in the terms of reference/scope of work.

2.2 NGRI Party Chief is empowered to declare the areas logistically difficult for drilling, end of the seismic line, last day of the fields work, a limited patch work in a seismic line and experimental work at any time of the operations during the field season in connection with the improvement of data, by reasons of exceptionally inclement weather, by reasons of any proceedings taken or threatened by or of dispute with adjoining owner or public properties, for any other reason which is beyond the control of the contractor, and unforeseen circumstances.

3. DRILLING METREAGE

3.1 In all matters regarding acceptance of metreage drilled, the decision of the NGRI Party Chief or his representative shall be final and binding on the Contractor.

28

3.2 The contractor is liable to pay any compensation, damages or payment of whatsoever nature if NGRI is not in a position to accept the entire number of holes on any day due to any reason whatsoever (Also refer clause 4.4).

4. RATES, TERMS AND MODE OF PAYMENT

4.1 RATES

NGRI will pay to the Contractor for each meter of the accepted metreage of the accepted shot holes on per metre basis. The rate is inclusive of mobilization operational costs, demob, taxes, duties, levies, etc., and compensation for damage of crops or any other public property, if any to the third parties due to any damage done during the course of seismic job services.

4.2 MODE OF PAYMENT

(a) Contractor shall prepare invoices for each day in five copies. The contractor at the end of each Month prepare the invoice for the work done during the Month and enclose the copies of all production invoices duly certified by NGRI Party Chief. Similarly for Seismic Job Services, Explosives handling and Topographical survey.

(b) NGRI Party Chief, will certify the accepted metreage and number of shot holes accepted and amount payable on each invoice form and send two copies of invoice duly certified for release of payment to the Contractor by Director, NGRI.

(c) Contractor will raise the bills in the name of Director, NGRI, Hyderabad-500007.

(d) Payment of Monthly invoices except the last invoice will be made within 30 days of receipt of invoices. Payment for accepted metreage and undisputed bills will be made by Director, NGRI, Hyderabad in the form of Account Payee cheque drawn on SBH, Habshiguda Branch. Any delay in payment on any account will not make NGRI liable to pay interest, under any circumstances. Disputed bills will be returned to the contractor.

(e) The contractor shall certify on the body of every bill that he has cleared all dues to the labour employed by him and for all other services hired by the contractor during the course of drilling for the period covered by the bill.

(f) The contractor shall certify on the body of every bill that his employees are paid minimum wages not less than those prescribed by law.

(g) The contractor shall furnish an indemnity bond to the effect that he shall be responsible for any further claims with regard to the pending payments to be made by him and thus indemnify NGRI against all future claims in this regard pending between the contractor and any other party along with the final bill. The final bill will be paid after the formalities specified in this clause are fulfilled.

(h) The contractor at his own cost be responsible for workmen’s compensation, insurance, public liability insurance to cover injury or death resulting from the use

29

of explosives, automobile liability insurance, etc. and any other liability/protections provided for under the applicable laws, in this respect that are in force from time to time. The contractor must provide NGRI with proof of such coverage and in particular regarding insurance under Workmen’s Compensation Act, 1923 and ESI Act, 1956. He should be registered under Employees PF and Miscellaneous Provision Act, 1952.

(i) The payment of last bill shall be made after finalization of all pending bills.

4.3 STANDBY CHARGES

In case of any failure on the part of NGRI in using the shot holes drilled at the instructions of the party chief due to sudden breakdown of seismic instrument or due to any other unforeseen reasons not covered under clause 8. NGRI Party Chief shall inform the contractor to suspend drilling of further shot holes. Holes already drilled by the time of such intimation by NGRI Party Chief can only be paid for.

Such number of shot holes shall not exceed the number of shot holes to be drilled according to the programme. Only, if the work remains suspended for more than a day the contractor will be paid standby charges if agreed by NGRI. For days of labour unrest for any reason of shot hole drilling contractor or /and seismic job services contractor, no standby charges will be paid.

4.4 COMPENSATION FOR PUBLIC PROPERTY

Compensation for damages, if any, such as damages to crops during drilling or as a result of conduct of seismic job services and/or movement of his employees and equipment along the line/profile will be contractor’s responsibility (Also refer clause 3.2).

Pits dug and shot holes drilled by the contractor should be filled up after blasting operation with earth material. Otherwise expense incurred by NGRI in doing so will be adjusted from Contractor’s bill or can also be adjusted from the amounts payable by NGRI to the Contractor.

5 FIRM RATES & CURRENCY OF PAYMENT

5.1 The rates payable under this contract herein above shall be firm throughout the period of the contract and no escalation shall be allowed under any circumstances.

5.2 All payments to the contractor under this contract shall be made only in Indian Rupees.

30

6 TAXES

The contractor shall be responsible to pay all taxes and duties such as corporate tax, service tax, income tax, turnover tax, sales tax, excise duty, etc., leviable on them and their employees including sub-contractors, if any, under the Indian income tax laws or any other laws enacted by the Central or State Govt. on account of payments received by them under this contract. Contractor shall maintain all relevant records pertaining to the taxes and submit the same before tax or other authorities and to NGRI as and when required.

7 LIQUIDATED DAMAGES FOR DELAY IN MOBILISATION & IN

SUFFICIENT PROGRESS OF WORK

7.1 After issuance of Letter of Intent by NGRI, the contractor should initiate Mobilisation. In case the contractor fails to mobilize and start his work with in the prescribed time for mobilization, from the date of issue of Letter of Intent, liquidated damages at the rate of 5% of contract price per week or part thereof for such delay will be levied. This L/D however will not exceed 10% of the total contract value. This will apply even though the contractor is allowed to mobilize after 15 days due to reasons acceptable to the NGRI.

7.2 Liquidated damages are applied in similar way for insufficient progress of work and also non completion of work.

7.3 The parties agree that LD is a genuine pre estimate of loss/damage which is suffered on account of delay/breach on the part of the contractor and the said amount is payable by the contractor without any demur.

7.4 NGRI has discretion to award the work to the next lowest Tenderer if the contractor fails to mobilize/in two weeks from the date of LOI or in case of insufficient progress of work.

8. FORCE MAJEURE

Neither party shall be held responsible for non-fulfillment of their respective obligations under this agreement due to the exigency of one or more of the force majeure events such as but not limited to Acts of God, war, flood, earthquakes, strike, lockouts, epidemics, riots, civil commotion etc. provided on the occurrence and cessation of any such events, the party affected thereby shall give a notice in writing to the other party within one week of such occurrence or cessation. If the force-majeure conditions continue beyond two weeks, the parties shall then mutually decide about the future course of action.

In the event of either party being rendered unable by Force Majeure to perform any obligation required to be performed by them under the contract, the relative obligation of the party affected by such Force Majeure shall upon notification to the other party be suspended for the period during which such cause lasts.

Unrest / strike by shot hole drilling contractor’s personnel and/of Seismic job services personnel shall not be construed as force majeure.

31

9. OTHER CONDITIONS

9.1 The Contractor shall obtain licence under the Contract Labour (Regulation and Abolition) Act, 1970 from the Competent Authority. Only upon production of such licence, the first payment of the contractor shall be released. The Contractor shall renew his licence during the contract period if required. At the end of the contract work, the contractor shall furnish to NGRI an indemnity Bond on non-judicial stamp paper to the effect that all wages/dues of the workmen engaged by him or by his sub-contractors have been fully paid for the entire contract period. Without this Certificate, performance Bank Guarantee will not be released.

9.2 The contractor shall arrange to give all notices required under various laws to all authorities and to pay to such authority or to any public office all fee/penalty that may be payable in respect of the work and lodge the receipt with NGRI on demand. He should be registered under Employees PF and Miscellaneous Provision Act, 1952.

9.3 The contractor must ensure that his work shall not cause any nuisance to the public in general and to neighbouring occupants in particular.

9.4 The contractor shall not transfer/assign/sublet the contract or any part thereof in any manner without the prior written consent of the NGRI and no such transfer/assignment as and when accepted shall relieve the contractor of his responsibility under the contract.

9.5 The contractor shall be responsible for all injuries to the persons, animals or things and for damages to the structural and/or decorative part of property which may arise from the contractor’s operations, or any of his sub-contractor, their employees, due to negligence or otherwise. The contractor shall indemnify NGRI and hold it harmless in respect of all and any expense arising from any such injury or damage to persons or property as aforesaid.

9.6 Contractor shall provide proof to NGRI that EPF and ESI contributions have been remitted to the concerned authorities for his employees for each billing of the month. Contractor shall indemnify NGRI from any such claim in future (Public liability claim).

9.7 The contractor shall conform to all laws including labour laws of the State/Central Government. The contractor shall indemnify NGRI for any breach of laws committed by him. The contractor shall take adequate measures to ensure continuous and unhindered output of work.

9.8 The contractor shall provide and be responsible for payment of wages at prevailing rates and provide necessary proof to NGRI for the payment made to their workmen, of salaries, bonus, social charges, insurance, food, accommodation and medical treatment, etc. to his employees as per the applicable laws as are in force from time to time.

32

9.9 The contractor shall pay the wages directly to the workmen without any intermediary.

9.10 If any amenity required to be provided under the relevant laws for the benefit of the contractor’s employees is not provided by the contractor within the time prescribed thereof such amenity shall be provided by NGRI and all expenses incurred by NGRI in providing the aforesaid amenities shall be recovered by NGRI from the contractor either by deduction from any amount payable to the Contractor or as a debt payable by the contractor.

9.11 The contractor shall be responsible for enforcing strict discipline amongst his employees and also ensure strict compliance with safety regulations and procedures as required by the Govt. and provide all kits & liveries to their employees. The contractor shall indemnify NGRI against any injury / loss of life of any of his personnel at any time during the tenure of the contract. NGRI shall not be liable for any claim for any accident resulting in loss of life or injury to any workman or supervisor, resident representative etc. of the contractor for whatever reason.

10. TERMINATION

10.1 In the event of the Contractor at any time during the term of this contract becomes insolvent or makes a voluntary assignment of its assets for the benefit of creditors or is adjudged bankrupt, then, NGRI shall by a notice in writing have the right to forthwith terminate this contract.

10.2 In all cases of termination the obligation of NGRI to pay charges shall be limited to the period up to the date of termination. Notwithstanding the termination of this contract the parties shall continue to be bound by the provisions of this contract that reasonably requires some action or forbearance after such termination.

10.3 If NGRI considers that the performance of the contractor is unsatisfactory or not up to the expected standard, NGRI shall notify the contractor in writing and specify in detail the causes of dissatisfaction. NGRI shall have the option to forthwith terminate the contract, if contractor fails to comply with the requisitions contained in the said written notice issued by NGRI within ten days of the receipt thereof.

10.4 In case the contractor’s right and/or obligations under this contract are transferred or assigned without prior written consent of NGRI. NGRI may at its absolute discretion terminate this contract, without prejudice to the other rights it has under the contract.

10.5 If the contractor fails to provide shot holes of desired quantity and specifications for any five working days in a month, the contract may be terminated by NGRI unilaterally giving only ten days notice without having any liability on the part of NGRI to pay compensation, damages for the termination of the contract. In addition, NGRI without prejudice to the rights of the owner of the site for damages caused, if any, during shot hole drilling, will be at liberty to recover the cost of damages, if any, from the contractor.

33

11. LIABILITY AND INDEMNITY

11.1 The Contractor agrees to indemnify, defend and hold NGRI harmless from and against any and all claims, suits or causes of action for injury to or worth of contractor’s personnel and for loss or damage to property of contractor or his personnel arising from or related to performance of this contract, and without regard to the negligence or fault of any party.

11.2 Except as otherwise specified in Article 11.1 above, NGRI agrees to indemnify defend and hold contractor harmless from and against any and all claims, suits or causes of action for injury to or death of loss of damages to the property or persons belonging to its employees arising from or related to performance of this contract and without regard to negligence or fault of any party.

12. NGRI’S RIGHT TO QUESTION STATEMENT AND AUDIT

12.1 Payment of any invoice shall not prejudice the right of NGRI to question the allowability under this contract of any amounts claimed therein, provided NGRI within two years after the date of any such invoice, delivers to contractor a written notice identifying any item(s) which it questions and specifying any item(s) which it questions and specifying the reasons therefore. Should NGRI so notify contractor, such adjustment shall be made as the parties shall agree.

12.2 Contractor shall maintain a complete and correct set of records with details pertaining to his invoices, Payments and claim details thereof. NGRI shall have the right to inspect and Audit at Contractor’s office where such records relating to the above are kept within a period of two years from the date of the invoice.

13. PERFORMANCE BANK GUARANTEE

a) Contractor has furnished a performance guarantee bearing no …………dated….….. for Rs……… issued by …… for successful execution of the contract. In the event contractor fails to honour any of the contractual obligations and/or any payment due from the contractor to NGRI, NGRI will have the unconditional option to invoke the said performance guarantee and claim the amount from the bank. The bank shall be obliged to make payment to NGRI on demand, without demur.

b) On receipt of certificate from the NGRI representative that the contractor has satisfactorily performed the contract, the Performance Bank Guarantee will be released.

34

14. CONSEQUENTIAL DAMAGES

Neither NGRI nor the contractor shall have any claim against the other for any consequential damages. The term consequential damages herein shall include without limitation to the meaning, loss of profit, hydrocarbon production, business opportunity of use of assets.

15. JURIDICTION AND APPLICABLE LAW

This contract shall be governed by the laws of India and shall be subjected to the jurisdiction of courts in Hyderabad.

16. SEVERABILITY

Should any provision of this contract be found to be invalid, illegal or otherwise not enforceable by any court of law, such finding shall not affect the remaining provision and they shall remain binding on parties hereto.

17. FAIRNESS AND GOOD FAITH

17.1 Good Faith

The Parties undertake to act in good faith in respect to each other's rights under this Contract and to adopt all reasonable measures to ensure the realization of the objectives of this Contract.

18. ARBITRATIONExcept as hereinbefore provided, all disputes arising out of or in connection with this contract shall be amicably settled or else the same be referred to the sole arbitration of a person nominated by Director General, CSIR as such Arbitrator. The arbitration proceedings shall be held under the Indian Arbitration and Conciliation Act, 1996 and the statutory modification or re-enactment thereof, if any, and the rules made there under for the time being in force shall apply to such arbitration and this deed shall be deemed to be submission to arbitration within the meaning of the said Act. The cost of the arbitration shall be shared between the Parties. The award of the Arbitrator shall be final and binding on the parties. The venue of the arbitration shall be Hyderabad, India.

19. ASSIGNMENT

The rights and obligations of the Contractor shall not be assigned without the prior written consent of NGRI.

20. INTERPRETATION

The titles and headings given in this Contract are inserted for convenient reference only and shall not be construed as limiting or extending the meaning of any provisions of this contract.

35

AGREEMENT FORM

S.1 The Agreement

This agreement made and entered into on _____________ day of ____________, 2006.

Between

CSIR (Council of Scientific & Industrial Research) a Society registered under the Societies Registration Act (XXI of 1860), having its registered office at ‘Anusandhan Bhavan’ 2, Rafi Marg, New Delhi – 110 001 (hereinafter called CSIR which expression shall where the context so admits include its successors and permitted assigns) represented by its laboratory National Geophysical Research Institute, Uppal road, Hyderabad of the one part.

AND

_____________________________ (Name of the Party) a _____________________ (Company) registered in India under the ________________ (Act No. & Year) and having its registered office at ________________ (Address) (hereinafter called the PARTY which expression shall where the context so admits include its successors and permitted assigns) of the other part.

S.2 Preamble

Whereas CSIR through its National Geophysical Research Institute, Hyderabad, hereinafter referred to as NGRI invited competitive bids vide its tender enquiry No NGRI/BDG/CGPB/09 dated 20.11.09 for Shothole drilling, Seismic job services Explosives procurement and Handling and Topographical survey for High Resolution Seismic Surveys in Rajasthan and Andhra Pradesh and the bidding documents thereof.

And whereas the contractor submitted its offer vide ____________ dated __________ claiming it has sufficient technical and management know-how and has offered to deploy its equipment, personnel and services as detailed in this agreement for shothole drilling and seismic job services/work for CSIR/NGRI.

And whereas CSIR/NGRI has issued a firm Letter of Intent No.__________ on _________.

36

NOW THEREFORE, the parties hereby agree as follows :-

S.3. The following documents attached here to, shall be deemed to form an integral part of this contract.

(i) The General Conditions of Contract(ii) Terms of Reference / Scope of Work

S.4. The mutual rights and obligations of CSIR/NGRI and the Contractor shall be as set forth in the contract, in particular :

(i) The Contractor shall carry out the Services in accordance with the provisions of the Contract; and

(ii) The NGRI shall make payments to the Contractor in accordance with the provisions of the Contract.

IN WITNESS THEREOF, EACH PARTY HAS EXECUTED THIS CONTRACT AS OF THE DAY AND YEAR FIRST ABOVE WRITTEN.

SIGNED, SEALED AND DELIVERED

On behalf of the Contractor On behalf of the CSIR/NGRI

( ) ( )

WITNESSESS :

(1) __________________________ (1) ________________________

(2) __________________________ (2) ________________________

37

PROFORMA FOR BANK GUARANTEE

BID-BOND

Ref. No. Bank Guarantee No._______Dated:

DirectorNational Geophysical Research InstituteUppal RoadHyderabad-500007

Dear Sirs,

1. Whereas NGRI has floated a tender no _____________ and M/s ______________ having registered office at ___________ have submitted a bid Reference No.__________ we and bidder having agreed to furnish as a condition precedent for participation in the said tender an unconditional and irrevocable Bank Guarantee oaf Indian Rs._____________ (in figures) Indian Rs. __________ (in words only) for the due performance of bidders obligations as contained in the terms of the Notice Inviting Tender (NIT) and other terms and conditions contained in the tender documents supplied by NGRI which amount is liable to be forfeited on the happening of any contingencies mentioned in said documents.

8 We ______________________________ (name of the bank) registered under the laws of ________________ having head/registered office at _________________ guarantee and undertake to pay immediately on first demand by NGRI, the amount of Indian Rs. ______ (in figures) Indian Rupees _________________________ (In words) in aggregate at any time without any demur and recourse and without NGRI having to substantiate the demand. Any such demand made by NGRI shall be conclusive and binding on the bank irrespective of any dispute of difference raised by the bidder.

3. The Bank confirm that this guarantee has been issued with observance of appropriate laws of the country of issue.

4. The Bank also agree that this guarantee shall be irrevocable and governed and constructed in accordance with Indian Laws and subject to exclusive jurisdiction of Indian Courts of the place from where tenders have been invited.

5. This Guarantee shall be irrevocable and shall remain in force up to ____________ which includes sixty days after the period of bid validity and any demand in respect thereof should reach the Bank not later than the aforesaid date.

38

6. Notwithstanding anything contained herein above, our liability under this Guarantee is limited to Indian Rs. __________ (in figure) Indian Rupees ____________ (In words) and out guarantee shall remain in force until __________ (indicate the date of expiry of bank guarantee).

7. Any claim under this guarantee must be reserved by us before the expiry of this Bank Guarantee. If no such claim has been received by us by the said date, the rights of NGRI under this guarantee will cease. However, if such a claim has been received by us by the said date, all the rights of NGRI under this guarantee shall be valid and shall not cease until we have satisfied that claim.

8. In witness whereof, the bank through its authorized officer has set its hand and stamp on this day of at .

(Signature)

WITNESS NO.1 (Signature)

Full name and official Address (In legible letters) Full name, designation and

Official address (In legible Letters) with bank stamp.

Attorney as per power of Attorney No.

Date:

WITNESS NO.2(Signature)

Full name and officialAddress (in legible letters)

39

INDEMNITY BOND

We M/s having Registered Office at hereby indemnify NGRI, Hyderabad, India and acting with regard to Contract No. _____________________ dated _________ for ________________ we fully indemnify NGRI against any future claims with regard to the pending payments to be made by us and thus indemnify NGRI from all future claims if any payments in this regard pending between us and other party.

We indemnify NGRI against any penalties / claims arising from any default on our part in complying with the provisions and obligations under Contract Labour (Regulation and Abolition) Act, 1970 and rules hereunder.

We further indemnify NGRI to the effect that all wages / dues of the workman engaged by us or our sub-contractor have been fully ;paid for the entire contract period by us. We indemnify NGRI against any default on our part in complying with the status / laws of the local authorities, State and Central Government. We further indemnify NGRI and hold it harmless in respect of all or any expenses arising from any and all injury to the persons, animal or things and for all damages to the structural and or decorative part of property which may arise from the operations or our neglect, whether such injury or damage Arisen from carelessness, accident or any other cause whatever in any way connected with the carrying out of the aforesaid contract. We also indemnify NGRI in respect of injury or damage under Acts compensation or damages consequent upon such claim. We further indemnify NGRI against all claims which may be made against NGRI by any member of the public or their party in respect of anything which may arise in respect of the wok or in consequence thereof and caused by our negligence or negligence of our representative / employees.

We further indemnify the NGRI in respect of any costs, charges or expenses arising out of any claim or proceedings at law and also in respect of any award of compensation or damages arising there from. NGRI shall be at liberty and is hereby empowered, to deduct the amount of damages, compensations, costs charges and expenses as above said from sums may be due to us. We further indemnify NGRI in respect of any claims/issues arising out of the execution of the contract and no claims are pending with NGRI against the contract referred as above.

This indemnity Bond executed this day the ________________

40

PERFORMANCE GUARANTEE

ToThe Director, National Geophysical Research Institute,(Council of Scientific & Industrial Research)Uppal Road, Hyderabad 500 007.

In consideration of Council of Scientific & Industrial Research (hereinafter called ‘the Council’) represented by its laboratory National Geophysical Research Institute, Uppal Road, Hyderabad having awarded to M/S.___________________________________________________, a company registered under the Companies Act 1956 (hereinafter) called the Contractor, a contract for (hereinafter) called the said contract under the terms and conditions of an Agreement dated _________ made between the Council and the Contractor hereinafter called the said Agreement and Council agreed to accept a Deed of Guarantee as herein provided for Rs.______________ (Rupees _________________________________________ only) from a Scheduled Bank towards due performance of the contract by the Contractor as per the terms and conditions of the Contract on the condition that the Bank on demand from the Council and without demur pay to the Council the aforesaid amount.

2. We, _________________ Bank Ltd., (hereinafter) referred to as the ‘Bank’ do hereby undertake to pay to the Council an amount not exceeding Rs.__________ against any loss or damage caused to or suffered or would be caused to or suffered by the Council by reasons of any breach or breaches of any of the terms of conditions of the said Agreement by the said Contractor.

3. We, _________________ Bank Ltd., do hereby undertake to pay the amounts due and payable under this Guarantee without any demur, merely on a demand form the Council by stating the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Council for reasons of any breach by the said Contractor(s) of any of the terms and conditions contained in the said Agreement or by reason of the Contractor(s) failure to perform the said agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs._______________________________

4. This guarantee shall come into force immediately and continue in force and remain valid up to completion of all works under the said contract, which according to the terms of the said contract, should be four months from the probable date of commencement. If, however, the period of the completion of the works under the said contract is for any reason extended and upon such extension if the Contractor fails, before the terms of this guarantee expires, to

41

furnish a fresh or renewed guarantee for the extended period, the bank shall pay to the Council the said sum of Rs.______________ or such lesser sum as Council may demand.

5. This Guarantee shall not be affected by any change in the constitution of the Bank or of the Contractor.

6. Notwithstanding anything hereinbefore contained, the liability of the Bank under this guarantee is restricted to Rs._________________ (Rupees _____________________ __________ __________ only) and the guarantee shall remain in force till _________________________ unless claim or demand under this guarantee is presented to the Bank on or before ______________, from that date all the right of Council under this guarantee shall be forfeited and the Bank shall be released and discharged from all obligations hereunder.

For ___________________BANK LTD.,BRANCH MANAGER

42

INSTRUCTIONS FOR FURNISHING BANK GUARANTEE

1. The Bank Guarantee needs to be furnished on non-judicial stamp paper of Rs.100/- as per the existing stamp act of the State of Andhra Pradesh. The non-judicial stamp paper should be in the name of the issuing Bank.

2. The expiry date should be arrived at by adding 60 days beyond required validity period for the offer unless otherwise specified in the tender documents.

3. The Bank Guarantee by Indian bidders will be given from Nationalised /Schedule Banks only and the BG should be sent directly to NGRI by issuing Bank.

4. Normally offers received along with Fax Bid Bond shall not be considered. However, NGRI reserves the right to consider provided it is followed by confirmatory original Bid Bond properly executed in the prescribed proforma and legally operative on or before the date fixed for opening of bids and received by tender inviting authority within 15 days of opening date of bids.

5. In such case, if the bidder fails to submit original Bid Bond with the same content as in Fax Bid Bond and in accordance with tender document irrespective of the status / ranking in the tender, the bid will be rejected and NGRI may consider to debar the bidder from participating against its future tenders.

6. Bank guarantee should contain the Attorney no. of the signatory along with witness signatures.

7. Corrections if any in the bank guarantee should be properly attested by the authorized signatory.

43

45

46

.

Khagau Block, Barmer Lignite Basin, Rajasthan

47

Chokhla South Block, Barmer district, Rajasthan

48

Nagaur Lignite Basin, Rajasthan

49