Anda di halaman 1dari 58

SULTANATE OF OMAN

Ministry of Transport and Communications

On behalf of

PUBLIC AUTHORITY FOR CIVIL AVIATION

Supplying, Training, Installing and Commissioning

ASSESSMENT OF COASTAL HAZARDS, VULNERABILITY AND RISK FOR THE


COAST OF OMAN

For

National Multi-Hazard Early Warning System (NMHEWS)

Directorate General of Meteorology and Air Navigation

Ministry of Transport and Communications

Sultanate of Oman

TENDER DOCUMENT

DIRECTORATE GENERAL OF METEOROLOGY & AIR NAVIGATION


OCTOBER 2012
MUSCAT
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

CONTENTS

INVITATION OF TENDER 3
INSTRUCTIONS TO TENDRERS 4
SCOPE OF WORKS 13
STANDARD CONDITIONS OF CONTRACT 14
TERMS OF AGREEMENT 15
DEFINITIONS AND INTERPRETATION 16
FORM OF TENDER 17
APPENDIX TO THE FORM OF TENDER 19
FORM OF AGREEMENT 21
APPENDIX “A” TO FORM OF AGREEMENT 23
APPENDIX “B” TO FORM OF AGREEMENT 24
FORM OF TENDER BOND 25
FORM OF PERFORMANCE BOND 26
FORM OF ADVANCE PAYMENT BOND 27
NOTE TO THE CONTRACTOR 28
LIST OF ALL PRODUCTS AND MATERIALS TO BE USED IN 29
THE PROJECT
LIST OF ALL OMANI EMPLOYEES 30
LIST OF ALL EXPATRIATE EMPLOYEES 31
MATERIAL APPROVAL SHEET ( MAS ) 32
PARTICULAR SPECIFICATIONS 33
LIST OF ABBREVIATIONS 47
PREAMBLE TO THE BILL OF QUANTITIES 48
BILL OF QUANTITIES 50
TENDERER’S ENCLOSURES 58

2
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

INVITATION OF TENDER

The Internal Tender Committee (ITC), invites suitably experienced Contractors


who are registered with the Tender Board to Supply, Install, Train and Commission
ASSESSMENT OF COASTAL HAZARDS, VULNERABILITY AND RISK FOR THE
COAST OF OMAN as part of the NMHEWS Network

The Tenders and all supporting documents should be submitted in a red wax
sealed envelope endorsed only as follows:

TENDER No. …………….

Supply, Installation, Train and Commission


ASSESSMENT OF COASTAL HAZARDS, VULNERABILITY AND RISK FOR THE
COAST OF OMAN as part of the NMHEWS Network

The envelope should be delivered on the date and time as specified in the
advertised invitation of this tender and should be addressed to:

H.E. Eng. Undersecretary of Transport & Communication (Transport)


The Chairman of the Internal Tender Committee
P.O. Box 684, Muscat
Postal Code - 113
SULTANATE OF OMAN

The envelope should bear no indication or marking which may reveal the
identity of the tenderer.

The Employer and/or Tender Board is not bound to accept the lowest bid and
reserves the right to reject any or/and all tenders without assigning any reasons and
shall not be liable to pay for any expenses or losses which may have been incurred
by the Tenderer in the preparation of his bid.

3
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

INSTRUCTIONS TO TENDERERS

1 Tenderers must visit the site and obtain for themselves, at their own expense,
all information that necessary for preparing the tender. They must carefully
examine all the tender documents and satisfy themselves as to the tasks,
obligations and responsibilities to be undertaken in the contract.

2 The Tender Documents forming part of this Tender are as follows :

a. THIS DOCUMENT - Instructions to Tenderers


- Scope of Works
- Form of Tender and Appendix
- Form of Agreement and Appendix
‘A’ and ‘B’
- Form of Tender Bond
- Form of Performance Bond
- Form of Advance Payment Bond

b. STANDARD CONDITIONS
OF CONTRACT

c. PARTICULAR
SPECIFICATION

d. BILL OF QUANTITIES

e. AND Addenda, circular letters, telexes and


faxes (if any) issued by the Tender
Board.

3 Tenderers are required to attach along with the Tender Document, when
submitting their tender, the Tender Bond and other data required to validate
tenders listed in item (8) of the instructions to Tenderers.

4 Amendments to the Tender documents may be issued to tenderers before the


date of submission of tenders for the purpose of amending or clarifying the
tender document.

Should there be any doubts, queries or obscurity as to the meaning of the


Tender Documents or as to anything to be done under the contract or
concerning these Instructions, or any other matter, the Tenderer must set-
forth in writing such doubt or obscurity and deliver the same to the office of
the Tender Board not later than (21) days before the date fixed for the
submission of tenders.

If considered appropriate, a reply will be given in the form of a Circular Letter


or Addendum to the Tender Documents, which will be distributed to all

4
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

tenderers to whom tender documents have been issued and will become part
of the Tender Documents.

Neither the Employer nor any of its employees, nor any agent or servant of
the Employer has any authority to make representation or explanation as to
the meaning of the Tender Documents, or as to any other matter of thing
concerning the contract, so as to bind the Employer or to bind or fetter the
judgment or discretion of the Engineer in the exercise of his powers and
duties under the contract, except in so far as the Tender Board may issue a
Circular Letter or Addendum amending or explaining the tender documents.
All addenda and circular letters issued shall be recorded in item 7 of the
Form of Tender.

5 The filling-in and completion of the Form of Tender and Bill of Quantities
shall be done in typescript or black ink and the unit rates shall be written
both in words and figures. The Bill of Quantities shall be fully priced in
Omani currency to show the amount of the tender. Item against which no
rate is quoted must be filled-in “Nil” in the cash column and will not be paid
for by the Employer when carried out and shall be deemed to be covered by
the other rates in the Bill of Quantities.

The rates and prices set down against the items in the bill of quantities shall
be for the full inclusive value of the finished work described and shall include
for profits and all obligations and responsibilities of every kind arising under
the contract.

6 The Tender Bond in the amount of not less than 1% of the Tender sum shall
be submitted with the bid and this shall remain valid for (90) days from the
date specified for opening of tenders and will be returned when a tender has
been accepted by the Employer (after a satisfactory Performance Bond has
been provided by the successful Tenderer in the case of the accepted
tender). The wording of the tender bond shall be as per the prescribed form
of tender bond included in this document.

7 The Tenderer shall complete the Form of Tender, the Appendix to the Form of
Tender, the Bill of Quantities, Schedules, and sign, put date and stamp in all
pages of the tender documents with company official seal. The Tender must
be signed by the duly appointed principal fully authorised to represent and
bind the Tenderer. Any incomplete or improper tender will be rejected.

8 In addition to the Tender Documents issued for tendering, it is mandatory for


the tenderers to provide and properly bind under Tenderer’s Enclosures
section the following additional documents. Any tender not accompanied by
the additional documents mentioned below will be rejected.

a. Name and address of the tenderer’s agent resident in Sultanate of Oman.

b. Tender Bond for an amount not less than 1% of the Tender Sum as
specified in Clause 6 of the instructions to Tenderers.

5
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

c. Details of tenderer’s proposed programme including a description of


proposed method of working.

d. Details of any alternative offer submitted.

e. Statement of the proposed site organisation giving the details of


supervisory and technical staff along with their qualifications and
previous experience together with the estimated skilled and unskilled
labour to be employed, showing separately Omani Nationals recruited in
Oman and others.

The Tenderer must submit with his tender a list of all Omani and
Expatriate Employees employed by the Company, giving the name of the
employee, job category, and unit rate per month (monthly salary) in the
prescribed forms included in the Tender Documents. Tenderer engaging
a high proportion of Omani employees shall be given preferential
consideration.

A statement confirming that the Tenderer shall employ a minimum


percentage of 30% to be Omani employees in this project.

N.B.: Reference to Clause 22.1 of the Conditions of the Contract,


tenderers engaging higher proportion of Omani labour and staff shall be
given preferential consideration.

f. Statement listing details and types of constructional plant proposed to be


used showing separately plant owned and plant to be acquired or hired.
Such list must be in accordance with ‘The Work Schedule’.

g. The proposals for providing accommodation for the contractor’s staff


and labour force, and for offices, workshops, etc. together with the
layouts and areas of land for the provisions of such facilities.

h. List of sub-contractors and suppliers including local firms proposed to


be employed and a description of the parts of the works on which they
are to be employed together with proof of their past experience.

Preferential consideration shall be given to the tenderer who is offering a


high proportion of local specialized sub-contractors, local materials and
Omani labour obtained from the region where the project is to be
excuted.

i. A list of all major works of similar nature which the Tenderer has
completed within the past five years and of all works, which are presently
under construction, giving the name of the Client, Consultant, location,
value, duration, and date of completion.

6
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

j. A statement of tenderer’s financial standing, including the name and


address of his bank together with the authority to approach his banker
for relevant information and comment.

k. The tenderer must provide with his tender a list of all products and
materials to be used in the Work. The details of each product and
material shall be given in the prescribed form, ‘List of all products and
materials to be used in the project’, included in the tender document.

Tenderers are to note that they should purchase all whatever needed for
materials, equipment, etc., from the Omani local products provided that
their quality satisfies the requirements of the contract specifications and
to give priority to Omani products over similar foreign products as long
as the difference in price is not greater than 10%.

Any breach of this Clause by the successful Tenderer or his sub-


contractors or suppliers will be considered as breach of the conditions of
contract, and a penalty of not more than 20% of the purchased products
will be applied.

It is not allowed for any contractor, executing Government Projects,


whether he is a main or sub-contractor, to construct a productive unit to

meet his requirements for the project, but he should purchase all his
requirements from the local production unless the Ministry of Commerce
and Industry gave him the permission to do so due to non-availability of
these products in the local production.

Any breach of this obligation will subject the contractor to the penalties
stated in the Law of Organising and Encouraging the Industry, 1978.

The Contract may be terminated with any supplier or contractor and he


may be prevented from working with the government for at least one year
in case of cheating by submitting untrue data concerning the products
and that includes putting labels of local products on foreign products.

Projects financed by foreign investors could be exempted from these


regulations.

l. A statement in writing certifying that the Tenderer has visited the site and
familiarised himself with all conditions which may affect his tender and
that he has no queries on any matter concerning the Contract.

m. A statement giving the name(s) of the person(s) authorized to sign


Agreements on behalf of the Company. Including his(their) specimen
signature(s). International companies shall provide the copy of the
Costitution of company, Power of Attorney and other relevant legal deeds
notarially authenticated by Oman embassy or an Arab embassy if no

7
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

Oman embassy in the tenderer’s country.

n. A statement of unresolved doubts regarding the meaning of anything


contained within the Tender Documents and the interpretation relied
upon by the Tenderer.

o. A copy of each Circular Letter/Addendum if any issued by the Tender


Board appropriately endorsed by the Tenderer.

p. A list of all manufacturer’s recommended spare parts and consumables


giving description, quantity, unit rates and amount columns as specified
in the Particular Specification.

q. A Forecast of anticipated interim valuations related to the proposed work


schedule, taking into account the annual cash-flow inserted by the
Employer in the Appendix to the Form of Tender.

9 The Employer and/or Tender Board is not bound to accept the lowest or any
tender and reserves the right to reject any/all tenders without assigning any
reason or financial implication “The Tender Board reserves the right to reject
any tender submitted without additional copy of the tenderer’s proposal
including the additional documents mentioned in Clause 8 of the Instructions
to Tenderer or the unit rates are not written both in words and figures.”.

10 The successful tenderer shall be required to provide detailed analysis of the


unit rates or prices entered by him in various items of the Bill of Quantities
when requested in writing by the Tender Board during the evaluation of
tenders.

11 Alterations to the Form of Tender and associated documents shall not be


permitted. Any alterations other than the filling-in of blanks, intended for that
purposed, or failure to fully comply with these instructions will result in the
rejection of the tender.

The Tenderer prior to submission must initial any alteration to rate or amount
made by the Tenderer during the preparation of the tender documentation.

12 Tenders must be submitted solely on the basis of the Tender Documents and
must be free of any qualifications. Should a Tenderer wish to submit an
alternative offer, such offer must be additional to and completely separate
from the unqualified tender.

13 The Bill of Quantities will be examined prior to the signing of the Contract in
order that the items are correctly extended at the rates quoted. Should any
arithmetical error be found, it will be corrected, and the Tender Sum will be
amended accordingly. The Tenderer will be informed of any arithmetical
adjustment made should the Tender Board wish to further consider his tender
and he will be required to certify his acceptance.

8
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

Arithmetical errors will be corrected on the following basis: If there is


discrepancy between the unit rate and the total price that is obtained by
multiplying the unit rate and quantity, the unit rate shall prevail and the total
price shall be corrected. If there is discrepancy between words and figures,
the amount in words will prevail.

14 The Tender Board will not be responsible for any expenses or loss which may
be incurred by any Tenderer in the preparation of his tender.

15 The determining of the unit price is to be made by the Tenderer at his own
cost and responsibility and in no case will he be entitled to claim for reasons
of ignorance.

16 The tenderer attention is drawn to the fact that this tender does not included a
variation to unit rates clause. The tenderer must include in his rates and
prices an allowance for any possible increases in the cost of labour, materials
and constructional plant which may occur after the submission of the tender
and during the period of the contract except for increases which may be
reimbursable under clause (52) of the standard conditions of contract.

17 The successful Tenderer will be required to provide a Performance Bond in


the form prescribed in the Standard Documents for Consultant Services (as
defined in Clause (9.1) of the Standard Conditions of Contract) as amended by
the Royal Decree 56/89, to the value of five per cent (5%) of the Contract Sum,
named in the Letter of Acceptance, valid for the whole of the construction and
maintenance period.

The Performance Bond will be retained by the Employer during the period of
the contract and will be returned at the
end of the Maintenance period. The wording of the performance bond shall be
as per the prescribed “Form of Performance Bond” included in the tender
document.
18
Tenders shall remain valid for acceptance for (90) days from the last date fixed
for submission of tenders.

19 The sets of documents containing the tender and one additional true-copy of
the tenderer’s proposal including the additional documents mentioned in
Clause 8 of the Instructions to Tenderers must be enclosed in a sealed
envelope or package clearly endorsed with project title, tender number and be
addressed and delivered as specified in the Invitation to Tender. The exterior
of the sealed envelope or package must not reveal the identity of the
Tenderer.

20 The Tenderer shall conform to the Laws of the Sultanate of Oman and his
attention is drawn to the Law governing Employment.

All arrangement which affect the engagement, transport, paying feeding &
housing of labourer and other matters connected therewith shall be subject to

9
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

the regulations and codes of the Sultanate of Oman now in force or which may
be made from time to time during the period of the contract.

The successful Tenderer must employ minimum 30% Omanis of requisite


skills for all staff categories, technical or otherwise, for the execution of the
Works. The daily records of staff and labours deployed for the project shall be
submitted to the Engineer.

The Tenderer must comply with the minimum percentages for employing
Omani in their organization in accordance with Ministerial Decision 163/2003
issued by Ministry of Manpower. Failing to adhere to such requirement shall
lead to the rejection of Tenderer’s tender. Omanization content in the project
and in the company is one of the essential items considered in the evaluation
of Tenders.

The tenderer’s attention is particularly drawn to the following Regulations,


briefly summarized below in respect of accommodation and importation of
labour, and the Tenderer is advised to examine these Regulations in detail
before submitting his tender.

a) Royal Decree 13/77, which states that no foreign contracting company


working in the Sultanate of Oman, with the exception of those granted
special license by the Ministry of Commerce & Industry, may build or
establish any housing scheme for benefit of their employees and
workmen. Housing accommodation should be rented.

b) Ministry of Health Ministerial Decision 1/75, which imposes precise


rules for labour imported from outside the Sultanate of Oman.

c) The laws governing Employment: The contractor shall make every effort
to employ Omanies of the requisite skills for the execution of the
project. In the event of insufficient/non availability of skilled labour or
any category of labour, and if the contractor wishes to employ
nationalities other than Omanies, he must ascertain from concerned
Ministry whether the necessary entry permits for these particular
categories of labour could be obtained. No foreign labour shall be
employed without the necessary approval by the concerned authority.

21 The Contractor shall be required to obtain all necessary Government permits,


including Airport Security Passes and shall bear all expenses of such permits
and passes.

22 Persons, firms or companies proposing to tender (including any of their


servants or agents) will be granted permission by the Employer to enter upon
his premises and lands for the purpose of inspection in connection with the
proposed tender, but only on condition that such persons, firms or companies
will release and indemnify the Employer and his servants and agents, from
and against all liability in respect of, any personal injury (whether fatal or
otherwise), loss of or damage to property and any other loss/damage, costs

10
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

and expenses however caused, which, but for the exercise of such
permission, would not have arisen.

23 The Tenderer may modify or withdraw his bid after tender submission,
provided that the modification or notice of withdrawal is received in writing by
the Tender Board prior to the prescribed deadline for submission of tenders.

The tenderer’s modification or notice of withdrawal shall be prepared, sealed,


marked and delivered in accordance with the provisions of clause 19 for the
submission of tenders, with the envelope additional marked “MODIFICATION’
or ‘WITHDRAWAL’ as appropriate.

No tender may be modified subsequent to the deadline for submission of


tenders.

Withdrawal of tender during the interval between the deadline for submission
of tenders and the expiration of the period of tender validity may result in the
forfeiture of the Tender Bond.
24 The Tender Board will open tenders at the time and date specified in the
invitation to Tender. Tenders will be checked and evaluated by the concerned
authorities in accordance with the procedures followed by the Tender Board.
Tenders for whom acceptable notice of withdrawal has been submitted shall
not be opened.

25 Any effort by the Tenderer to influence the Employer and/or Tender Board in
the process of examination, clarification, evaluation and comparison of
tenders, and in decisions concerning award of contract, may result in the
rejection of the tenderer’s tender.

26 To assist in the examination, evaluation and comparison of tenders, the


Tender Board may ask tenderers individually for clarification of their tender,
including breakdowns of unit rates. The request for clarification and the
response shall be in writing, but no change in the price or substance of tender
shall be sought, offered or permitted except as required to confirm the
correction of arithmetic errors discovered by the Tender Board / Employer
during the evaluation of the tenders.

27 If the tender is not substantially responsive to the requirements of the tender


documents, it will be rejected by the Tender Board, and may not subsequently
be made responsive by the Tenderer having corrected or withdrawn the non-
conforming deviation or reservation.

28 The tender must comply with the provisions of Royal Decree No. 39/82.

11
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

29 A payment certificates will be issued to all payments to Supplier and

the following percentages to the payments of relevant Contract

amounts will be used for interim purposes:-

Description Percentage
On signing of the Agreement ( Advance Payment ) 20 %
On Delivery of all required Equipment 50 %
On the Assistance to the Installation of the 25 %
Equipment
On Testing & Commissioning of Equipment and 05 %
Completion of the Project

All payments shall be subject to retention calculated as follows:-

 10% to a maximum of 5% of all payments up to the completion


of Installation stage.

 5% to a maximum of 2.5% following the Installation of the


Equipment.

 Final release of retention will be following the issue of the


certificate of completion of Making Good Defects (Maintenance
period).

12
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

SCOPE OF WORKS
The overall objective of the project is to develop a framework for the
assessment of risks for multiple coastal hazards along the coast of Oman and
implement such assessment for two hazards namely, tsunamis and storm
surges. The risk assessment will comprise two phases
1) overall risk assessment along the coast of Oman
2) detailed risk assessment of selected coastal cities

The first phase will not be a detailed analysis but will provide an overall view
of the extent of inundation for different hazard scenarios and the associated
risk. The second phase will be a detailed analysis for the selected cities and
their immediate neighbourhood.

For the second phase, the cities of Sohar, Wudam, Sawadi, Muscat, Quriyat,
Sur, Masirah, Al Duqm, and Salalah have been identified. The assessment
will cover the city boundaries and a minimum distance of 20 km on either side
along the coast.

The Expected Products and Outputs


1. Three workshops to be organized as described in Section 12 and
will be a part of capacity building.
2. Producing THIRTY Hazard, Vulnerability and Risk Maps both in
printed and digital (GIS environment) form for the country and
FIFTEEN for each of the selected cities. All the selected cities will
also be portrayed in 3D animation
3. Providing Populated database with hundreds of scenarios of
different parameters at different depths up to 70 kms at different
location along the Makran trench.
4. Database management system will be integrated with the Multi
Hazard Early warning System to provide flexible search
functionality from the populated database as a first guess
scenario automatically triggered by an event.
5. Instantaneously Super impose the generated first guess scenario
to the output products mentioned under item 3 (Hazard,
Vulnerability and Risk Analysis ) above whenever triggered by an
event.
6. Storm surge model.

13
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

STANDARD CONDITIONS OF CONTRACT

The Standard Conditions of Contract applicable to this tender shall be those


contained within the Sultanate of Oman Standard Documents for Electrical and
Mechanical Works Including Erection on Site, the first edition, April 1987 available
from the Ministry of Finance, Financial Affairs, Muscat.

Tenderers are deemed to be in possession of their own copy of this document at the
tender stage and to be fully aware of and to have understood the contents therein.

14
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

TERMS OF AGREEMENT

1. The agreement and terms executed between the Government of the


Sultanate of Oman and the Contractor shall be in accordance with he
following:

a. Standard Conditions of Contract.


b. Tender documents (this document)
c. Any amendments negotiated and mutually agreed upon.

2. In case of any conflict between this tender document and the standard
document, the requirements as called for in the tender document shall
prevail.

15
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

DEFINITIONS AND INTERPRETATION

1.1 In the Contract, as hereinafter defined, the following words and expressions
shall have the meanings hereby assigned to them except where the context
otherwise requires.

a- ‘Muscat International Airport’ means the Airport Property and the Civil
Aviation Housing which encompasses complexes of building
installations, roads, car parks, and path-ways within the boundary of
those properties.

b- ‘Employer’ means the Government of the Sultanate of Oman and the


legal successors in title to the Employer who will employ the
Contractor. The address of the Employer shall, for the purpose of the
Contract, be deemed to be the Ministry of Transport & Communications,
P.O. Box 684, Postal Code 113, Muscat.

c- ‘Contractor’ means the person or persons, firm or company whose


tender has been accepted by the Employer, and includes the
Contractor’s representatives, successors and permitted assigns:

i. Name and full address in the Sultanate of Oman (including


Company Registration Particulars).

-------------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------------
----------------------------------------------------------------------------

ii. Registered address of Head Office (if different from above).

-------------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------------
----------------------------------------------------------------------------

d-
‘DGMAN’

Directorate General of Meteorology and Air navigation which will be the


supervising authority on the Contractor’s operation and which acts on
behalf of the Employer.

16
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

SHORT DESCRIPTION OF WORKS:- Supply, Install, Train and Commission


ASSESSMENT OF COASTAL HAZARDS, VULNERABILITY AND RISK FOR THE
COAST OF OMAN as part of NMHEWS
FORM OF TENDER

(Notes : The Annex forms part of the Tender. Tenderers are required to fill up all
the blank spaces in this Form of Tender and Annex).

To : H.E. Eng. Undersecretary of Transport & Communication (Transport)


The Chairman of the Internal Tender Committee
P.O. Box 684, Muscat
Postal Code - 113
SULTANATE OF OMAN

Gentlemen,
1. Having examined the Instructions to Tenderers, Outline Drawings, Standard
Conditions of Contract, Outline Specification and Bill of Quantities for the
execution of the above named works, we, the undersigned, offer to execute,
complete and maintain the whole of the said works in conformity with the
said Instructions, Outline Drawings, Standard Conditions of Contract, Outline
Specification, and Bill of Quantities for the sum of Rials Omani
___________________________________________________________________
_________________________________________________________R.O.
(________________________________________________) and/or the sum of
_______________________________________________________ or such other
sum as may be ascertained in accordance with said Conditions.

2. We undertake if our Tender is accepted to commence the works within 14 days


of receipt of the Engineer’s order to commence, and to complete and deliver
the whole of the works comprised in the contract within 420 days calculated
from the last day of the aforesaid period in which the works are to be
commenced/or by the ______________________________day of ______2012.

3. If our tender is accepted we will obtain the undertaking of a locally registered


Bank (as required in the Sultanate of Oman Standard conditions of Contract for
Electrical and Mechanical works, 1st Edition) to be jointly and severally bound
with us in the sum of 5 per cent of the Contract Sum for the due performance
of the contract under the terms of a Performance Bond as attached and to be
approved by you.

4. We agree to abide by this Tender for a period of 90 days from the date fixed for
receiving the same and it shall remain binding upon us and may be accepted
at any time before the expiration of that period.

5. In the event of our Tender being accepted and until a formal Agreement is
prepared and executed this Tender, together with your written acceptance
thereof, shall constitute a binding obligation upon us.

17
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

6. We understand that you are not bound to accept the lowest or any Tender
you may receive.

7. We acknowledge receipt of the following Addendum and/or circular letter :

REFERENCE NUMBER DATE

----------------------------------------------------------------- ------------------------------------------
----------------------------------------------------------------- ------------------------------------------
----------------------------------------------------------------- ------------------------------------------
----------------------------------------------------------------- ------------------------------------------
----------------------------------------------------------------- ------------------------------------------
---------------------------------------- --------------

and confirm that we have taken account thereof in our Tender.

8. We confirm that we have an Agents/s for the provision of Spare Parts,


Maintenance Services and repair who are :

Name------------------------------------------------------------------------------------------------ of
Address---------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------and
whose agency Registration Number is ----------------------------------------------
date -------------------------------.

Name------------------------------------------------------------------------------------------------of
Address---------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------and
whose Agency Registration Number is ---------------------------------------------
date---------------------------------.

9. We confirm that in accordance with Article 17 of the Tender Law and Article
35 of the Regulations of Royal Decree No. 86/84 that the following
persons/shareholders of the company have an interest in the Tender :

NAME INTEREST

-------------------------------------------------------- ---------------------------------------------------
-------------------------------------------------------- ---------------------------------------------------
-------------------------------------------------------- ---------------------------------------------------
-------------------------------------------------------- ---------------------------------------------------
-------------------------------------------------------- ---------------------------------------------------

* Delete where not applicable.

18
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

APPENDIX TO THE FORM OF TENDER

CLAUSE

Number of Drawings 5.2.2 -b- Nil

Receipt of Operating and 5.7 21 days/months before Taking


Maintenance Instructions. Over of the Works.

Time of Completion 7.1 420 days and/or by the day of ----


--------------------------------------

Amount of Performance Bond 9.1 R.O.----------------------------------


being 5% of the Contract Sum.

Program to be Furnished 12.1 14 days following Engineer’s


order to commence the Works.

Advanced Detailed Progress 12.4 30 days/months following


of Plant Schedule Engineer’s order to commence
the Works.

Indirect or Consequential Damage 16.1 R.O. N/A

Insurance of the Works 17.1 100% of the Contract Sum

Minimum Amount of Third Party 17.2 -b- 10% of the Contract Sum
Insurance

Amount of Penalty per day 31.1


1% of the Contract Sum per day
up to a maximum of 10% of the
Contract Sum.

Amount of Penalty per day for 31.2 R.O. N/A per day
Prolonged Delay

Amount of Compensation per day of 31.3 R.O. N/A per day


Delay for Extended Engineering
Services.

Defects Liability Period 33.1 24 months/year(s)*

Percentage for Adjustment of PC


Sums contained within Provisional 39.4 -b- --------------------% per cent
Sums

19
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

Yearly Cash Flow : 2013 2013 2013 2014

Percentage of Contract Price 20% 50% 25% 5%


---------------------------------------------------------------------------------------------------------------

Dated this _______________________________day of ______________2012___.

Signature__________________________ in capacity of_____________________

Duly authorized to sign Tenders for and on behalf of ______________________

___________________________________________________________________

(IN BLOCK CAPITALS)

Address__________________ Witness___________________

_________________________ __________________________

_________________________ Occupation_________________

20
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

FORM OF AGREEMENT

THIS AGREEMENT made the ...............................day of ..........................2012….,


between The Ministry of Transport & Communications, Sultanate of
Oman......................................................................(hereinafter called the “Employer”) of
the one part and ...................................….............hereinafter called “the Contractor”)
of the other part.

WHEREAS the Employer is desirous that certain works should be executed viz: -
Supply, Install, Train and Commission ASSESSMENT OF COASTAL HAZARDS,
VULNERABILITY AND RISK FOR THE COAST OF OMAN as part of the NMHEWS and
has accepted a Tender by the Contractor as summarized at Appendix B “Summary
of Contract Value” for the execution, completion and maintenance of such Works
NOW THIS AGREEMENT WITNESSETH as follows:-

1. In this Agreement words and expressions shall have the same meanings
as are respectively assigned to them in the Standard Conditions of Contract
hereinafter referred to.

2. The following documents shall be deemed to form and be read and construed
as part of this Agreement viz. :

The Said Tender


The Conditions of Contract
The Specifications
The Bills of Quantities
The Instructions to Tenderers
The Letter of Acceptance

3. In Consideration of the payments to be made by the Employer to the


Contractor as hereinafter mentioned the Contractor hereby covenants with
the Employer to execute, complete and maintain the Works in conformity in
all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of the


execution of the Works the Contract Price at the times and in the manner
prescribed by the Contract and as stated in the Cash Flow contained in the
Appendix to the Form of Tender.

21
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

IN WITNESS whereof the parties hereto have hereunder set their respective hands
and seals on the day and year first above written

Signed by a duly authorized Signatory for and on behalf of the Government of the
Sultanate of Oman.............................................

Witness.....................................

Signed by a duly authorized Signatory for and on behalf of the Contractor


.....................................

Witness......................................

Ratified in accordance with the Sultani Decree No. 48/76 as amended

......................................
H.E. The Responsible Minister of Financial Affairs
Ministry of Finance.

22
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

APPENDIX “A” TO FORM OF AGREEMENT

CONSTITUTION OF COMPANY

1. INTERNATIONAL COMPANIES

The Contractor shall prior to the signature of the Form of Agreement submit
notarially authenticated copies of the original documents defining the
constitution the Company, powers of attorney and other relevant documents.
In the case of a Partnership or Firm these documents shall be duly
authenticated extracts from the Partnership deed or other documents. These
documents shall also show by what persons and what manner contracts may
be entered into and what persons are directly responsible for the due
execution of such contracts and can give valid receipts together with
specimens of their signatures.

An overseas power of attorney of a foreign signatory to the Tender shall have


been endorsed by an approved Omani authority (such as an Embassy).

A Contractor intending to undertake the Contract jointly with or in association


with another firm or firms including firms or persons acting in an advisory or
consultative capacity shall submit a statement showing how the contract
commitment will be undertaken and the exact relationship between each of
the parties.

2. OMANI COMPANIES

The Contractor shall prior to the signature of the Form of Agreement submit
copies of the official Company Registration Particulars, i.e. partnership,
limited liability, joint venture, joint stock, together with the commercial
registration number. These documents shall also show by what persons and
in what manner contracts may be entered into and what persons are directly
responsible for the due execution of such contracts and can give valid
receipts together with specimens of their signatures.

23
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

APPENDIX “B” TO FORM OF AGREEMENT

SUMMARY OF CONTRACT SUM

ITEM NO. DESCRIPTION


AMOUNT

BILL NO. 1 Preliminaries R.O. _____________

BILL NO. 2 Measured Works. R.O. _____________

TOTAL CONTRACT SUM R.O. _____________

- Value of Plant/ equipment R.O. _____________

- Value of Shipping/Insurance R.O. _____________

- Value of Erection/Installation R.O. _____________

- Value of Building and Civil Engineering Works R.O. _____________

TOTAL R.O. _____________

- Value of Overseas Portion R.O. _____________

- Value of Local Portion R.O. _____________

TOTAL R.O. _____________

24
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

FORM OF TENDER BOND

H.E. Eng. Undersecretary of Transport & Communication (Transport)


The Chairman of the Internal Tender Committee
P.O. Box 684, Muscat
Postal Code - 113
SULTANATE OF OMAN

Tender Bond No.....................

By this bond we .........................................................................................................

Whose address is.......................................................................................................

Hereby guarantee Messres..........................................................................................

of..................................................................................................................................

and hold at your disposal the sum of R.O. ………………………..…..………………….

and /or ………………………………………………………………………….….…………

being 1% of the Tender Value from ...................until..................……….….....a total

period of ninety (90) calendar days.

This bond shall be free of interest and payable in cash on your first written demand
in the event of the Tenderer either withdrawing his Tender within a period of ninety
(90) calendar days from the date for the receipt of Tenders or failing to provide a
Performance Bond within Ten (10) calendar days of acceptance of the Tender
whichever date is earliest without any reference to or contestation on behalf of the
Contractor.

This bond should be returned to us upon its expiry or upon fulfilment of our
undertaking whichever is the earlier.

Authorized Signatories

(To be issued by a locally registered bank)

25
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

FORM OF PERFORMANCE BOND

Ministry of Finance
P.O. Box 506
Postal Code - 113
Muscat
Sultanate of Oman

PERFORMANCE BOND NO.................

Whereas.................................................................................……………………......

(hereinafter called the Contractor) has been awarded a contract dated


…………………to execute, complete and remedy the defects of the Supply And
Installation and Commission ASSESSMENT OF COASTAL HAZARDS,
VULNERABILITY AND RISK FOR THE COAST OF OMAN as part of the NMHEWS For
the value of R.O............................(Rails Omani...………………………….…)
and/or ……………………………………………………………………………………………..
by this bond we........................................................................….....................................

whose address is ...................................................................................................


are held and firmly bound unto the Government of the Sultanate of Oman
represented by the Ministry of Finance, Muscat in the sum of
R.O............................and/or …………………………………………………… being 5% of
the Contract Value.

We agree to make unconditional payment under this bond on your first written
demand without any reference to or contestation on behalf of the Contractor
provided the claim is received by us on or before.....................................................

The Bond will be effective from .......................................….........and shall be valid


Until the................……………..After which date our liability shall automatically cease.

This Bond should be returned to us upon its expiry or upon fulfillment of our
undertaking whichever is the earlier.

Authorized Signatories

(To be issued by a locally registered bank)

26
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

FORM OF ADVANCE PAYMENT BOND

Ministry of Finance
PO Box 506, Muscat
Postal Code 113
Sultanate of Oman

ADVANCE PAYMENT BOND NO.___________________

Whereas_____________________________________________________

(hereinafter called “the Contractor”) has been awarded a Contract


dated____________day of __________ 2012___ to execute, complete and remedy the
defects of the Supply, Install, Train and Commission ASSESSMENT OF COASTAL
HAZARDS, VULNERABILITY AND RISK FOR THE COAST OF OMAN as part of the
NMHEWS for the value of RO.________________________________________(Rials
Omani_______________________________________________) and in consideration
of your making an advance payment of R.O. _________to the Contractor being
twenty (20%) percent of the Contract Sum, less any sum for Contingencies included
in the Contract Sum, by this bond,
we________________________________________________________________whose
address is ___________________________guarantee to pay you a sum not
exceeding R.O._________(Rials Omani____________________on your first written
demand without reference to or contestation on behalf of the Contractor.

It is understood that our liability towards you will be progressively reduced by the
amount repaid to you by the Contractor as contained in the payments against the
said advance payment.

This bond will be effective from___________day of______________2012 and shall be


valid until __________day of _______2013, or until the amount of the advance
payment is fully recovered, whichever is later.

This bond should be returned to us upon its expiry or upon fulfilment of our
undertaking whichever is the earlier.

________________________
AUTHORIZED SIGNATORIES
[TO BE ISSUED BY A LOCALLY REGISTERED BANK]

27
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

NOTE TO THE CONTRACTOR

Whilst the Performance Bond is an “On First Written Demand” Bond, the Employer
may, but is not bound to adhere to the following procedure. If the Employer
considers that the Contractor is in default of the due performance of his duties
under the Contract, then the Employer will give fourteen days written notice to the
Contractor of this occurrence during which time the Contractor shall rectify such
performance to the satisfaction of the Engineer.

If in the opinion of the Engineer such performance is not rectified the Engineer shall
inform the Employer accordingly in writing.

The aforementioned shall not, in any manner whatsoever, alter the nature of the “On
First Written Demand” Bond.

28
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

LIST OF ALL PRODUCTS AND MATERIALS TO BE USED IN THE PROJECT


The tenderer must list below all products and materials to be used in the project. If the material/product is made in Oman, give the name
of the manufacturer. If the material/product is foreign, indicate whether it will be obtained from local market or from foreign market and
give your reasons for not using Omani materials or product.
Foreign
Omani
Name of Material/Product
No. Material/Product: Reasons for not using Omani Materials/Products
Material/Product Local Foreign
Manufacturer(s)
Market Market

NB. Provide additional sheets if required.

29
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

LIST OF ALL OMANI EMPLOYEES

Tenderer shall list below all Omani employees employed in the Company.
Serial Rate/Month
No. Name of Employee Job Category (R.O.)

NB. Tenderer shall provide additional sheets if required.

30
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

LIST OF ALL EXPATRIATE EMPLOYEES

Tenderer shall list below all expatriate employees employed in the Company.

Serial Rate/Month
No. Name of Employee Job Category (R.O.)

NB. Tenderer shall provide additional sheets if required.

31
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

MATERIAL APPROVAL SHEET ( MAS )


Project : ……………………………………………………………………………….
Tender No. : ………………………………………………………………………….
Contractor : ………………………………………………………………………
MAS No. : ……………………. Manufacturer (Local Only ) : ………………
MAS Name : ……………………… Supplier ( GCC or Foreign ) ** : ……………
BOQ Ref : ……………………... Time Required at Site : …………………….
Spec. Ref : …………………….. B.S. Ref : ………………………………….
Drwg. Ref : …………………….. Sample Attached : ( ) Yes ( ) No
Certificate Attached : ( ) Yes ( ) No
Assurance of delivery on time :( ) Yes ( ) No
Remarks : …………………………………………………………………………..
Signature : ………………………… Date : ……………………………….
------------------------------------------------------------------------------------------------------
ENGINEER : ……………………………………………………………………….
Above information given by contractor Correct : ( ) Yes ( ) No
Required information : 1) …………………………
2) …………………………
3) …………………………
Material recommended : ( ) Rejected ( )
Material recommended with comments :
…………………………............................................................................................
------------------------------------------------------------------------------------------------------
(IN CASE PRODUCT RECOMMENDED IS NON-OMANI ORIGEN) give reasons.
We conform that there is no local manufacturer available for the proposed product,
and no alternate local product can meet the requirement for the duly conditions in
oman.
Signature : ………………………………. Date : ……………………….
Stamp : ………………………………..
-----------------------------------------------------------------------------------------------------
EMPLOYER : …………………………………………………………………..
Material approved ( ) Rejected ( )
Material approved with comments :
1) ……………………………………….
2) ……………………………………….
3) ………………………………………
Signature : ………………………. Date : ………………….
Stamp : ………………………………
**This will only be considered if local manufacture for the specified or alternate
product is not available.

32
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

OCTOBER 2012

33
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

Statement of requirements
ASSESSMENT OF COASTAL HAZARDS, VULNERABILITY AND RISK FOR
THE COAST OF OMAN
A) Introduction
The project ‘Assessment of Coastal Hazards, Vulnerability and Risk for the
coast of Oman’ which is part of NMHEWC under the Directorate General of
Meteorology and Air Navigation (DGMAN) in Muscat, Oman will be
implemented by a consulting company/research institution/joint venture team.
The consulting team implementing the project will be referred to as the
consultants in the text.
The consultants must include experts in the following fields and any other
relevant fields of study.
1. Seismic Hazard Assessment
2. Bathymetric Mapping
3. Topographic Mapping
4. Tsunami Hazard Assessment and Modeling
5. Vulnerability Assessment
6. Risk Assessment
7. GIS for covering all elements of Risk Assessment
8. Database Management
Expert areas 2, 3, 7 and 8 may be combined to an extent depending on the
experience of the experts.
B) Project Objectives
The overall objective of the project is to develop a framework for the
assessment of risks for multiple coastal hazards along the coast of Oman and
implement such assessment for two hazards namely, tsunamis and storm
surges. The risk assessment will comprise two phases
1. Overall risk assessment along the coast of Oman
2 Detailed risk assessment of selected coastal cities
The first phase will not be a detailed analysis but will provide an overall view
of the extent of inundation for different hazard scenarios and the associated
risk. The second phase will be a detailed analysis for the selected cities and
their immediate neighbourhood.
For the second phase, the cities of Sohar, Wudam, Sawadi, Muscat, Quriyat,
Sur, Masirah, Al Duqm, and Salalah have been identified. The assessment

34
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

will cover the city boundaries and a minimum distance of 20 km on either side
along the coast. The Consultant should arrange for detailed staff training on
conducting risk assessment for one of the cities.
In this project risk is considered primarily as a function of hazard and
vulnerability and therefore the project will have three distinct components of:
1. Hazard analysis,
2. Vulnerability analysis and
3. Risk analysis.
The superposition of hazard and vulnerability analysis will lead to risk
assessment and related products. It is expected that the risk assessment
study will enable the Oman Government to undertake appropriate risk
management measures.
The risk assessment framework will be developed in a manner that it can
accommodate multi hazards, both chronic and episodic. Two types of
hazards, namely storm surges and tsunamis will be considered in this project.
There are many approaches for risk assessment and it is recommended that
for each type of hazard, a multi scenario approach be adopted (Ref 1, 2).
C) Tsunami Hazard Analysis
Tsunami hazard analysis comprises two components, namely:
1. seismic hazard analysis and
2. tsunami hazard analysis.
C.1) Seismic hazard analysis
In view of its location on the southeast corner of the Arabian Plate, the
Sultanate of Oman has experienced earthquake ground motions
although no structural damages have been reported.
The country is located south of the Makran seduction zone. The well
known historical tsunami from this source took place on 28th November
1945 arising from the great earthquake off Pakistan’s Makran coast.
Although large earthquakes are not frequent, the potential of a major
tsunami arising from this source cannot be ruled out.
The lack of information of this hazard source remains the principal draw
back in conducting a hazard analysis. The consultants will be expected
to gather all relevant information available and work in collaboration
with the Earthquake Monitoring Centre(EMC) at the Sultan Qaboos
University, Oman as well as Earthquake Monitoring Centres of the
neighbouring countries to assess the seismic hazard potential which will
feed into the tsunami hazard analysis

35
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

It is important to note that EMC has already completed Probabilistic and


Deterministic seismic hazard assessment for the sultanate of Oman.
C.2) Tsunami hazard analysis
Tsunami Hazard Analysis can be achieved by both Probabilistic and
Deterministic Methods. A Probabilistic Tsunami Hazard Model has been
developed for Indian Ocean States by Geo Science Australia as an
activity for the Working Group on Risk Assessment of the Indian Ocean
Tsunami Warning and Mitigation System (IOTWS) (Ref 3).
It is evident that very little information is available for the Makran
source, the principal tsunami hazard source for Oman. The study
identifies threat of tsunami hazards for the Indian Ocean States.
Information from the study and other studies, in particular those
conducted by the EMC at the Sultan Qaboos University, Oman as well
as by the potential RTWP (Australia, India, Iran, Indonesia, Malaysia
and RIMES) may be used to identify scenarios for deterministic tsunami
hazard modelling.
The development of the tsunami scenario data base is an important
project activity to be undertaken by the Consultant which can also be
used by the Tsunami Warning Centre for tsunami forecasting purposes
in the event of a potential tsunamigenic earthquake.
Deterministic tsunami hazard modelling comprises three stages,
namely:
1 Deepwater,
2 Shallow water and
3 Inundation.
Accuracy of the results depends heavily on the quality of input data and
in this respect it is essential to have good quality data for shallow water
bathymetry and land topography. In the absence of quality data the
accuracy of the model results will not be satisfactory.

C.3) Models for Tsunami hazard analysis


A number of open source and commercial tsunami models are available
and have been used by Indian Ocean states. For use at the national
level it is recommended to use the ComMIT model which is based on
the Method of Splitting Tsunami (MOST). This software was developed
by the National Oceanic and Atmospheric Administration (NOAA) and is
widely used in the Indian Ocean States.The consultant however may
propose another model for hazard analysis purposes, e.g. ANUGA,

36
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

TsunAWI, MIKE2, etc which has been tested, proven and indicating the
countries at which it is being used operationally.
D) Storm surge modelling
Oman may be affected by tropical cyclones emanating from the Arabian Sea
or the Bay of Bengal. These are generated during two cyclone seasons
spanning the pre-monsoon (May-June) and post-monsoon (October and
November). There are cyclone events in the transitional periods as well. Most
cyclonic events have had no major impact on Oman.
The consultant shall provide a latest state of art storm surge model which will
be used operationally to simulate the expected event likely to affect Oman’s
coastal areas. The package will include post processing utilities, e.g.
graphical visualization which has been tested, proven and indicating the
countries at which it is being used operationally.
The consultants will integrate the modelling package to the overall hazard
assessment framework to be developed for the project.
E) Data for Tsunami and Storm Surge Modelling - Deep water, shallow
water bathymetry and land topography
Oman National Hydrographic Office has acquired shallow water bathymetric
data (digitized) in the vicinity of coastal cities and the resolution adopted is
sufficient for near shore modelling.
The National Survey Authority has acquired land topography data (digitized)
in scale 1:50,000 and 1:100,000. The resolution is satisfactory for inundation
modelling. The scale of 1:50,000 covers the area north of Muscat and the
Salalah region.
The Supreme Committee for Town Planning has developed digital elevation
models for Oman. The data can be used for both hazard and vulnerability
analysis.
The consultants will work in collaboration with the above national agencies in
order to obtain the required data for the project.
Important data, including processed data beneficial to this project may be
available with civil and maritime engineering consultants who are working on
coastal and port engineering projects along the Oman coast (e.g. Wave
Project). This includes the estimate of design wave heights and modelling for
extreme wave conditions. Attempts should be made to access this data
where possible.
F) Vulnerability Analysis

37
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

F.1) Parameters for vulnerability analysis


Vulnerability represents proneness of society and its full structure to be
affected by the hazard. Vulnerability has several components which can
be broadly classified as, Human, Physical, Socio-Economic,
Environmental, Functional and Administrative (Ref 4). Under each
category a number of parameters could be identified depending on the
desired level of sophistication of the analysis. For this study it is
recommended to include the following parameters and any others
which are considered relevant.
1. Population (e.g. age, gender, mobility, distribution with respect
to distance from coast and elevation)
2 Infrastructure (e.g. housing, public utilities and service, roads,
marine facilities etc)
Particular attention has to be focused on special coastal projects which
have a greater exposure to coastal hazards, for example, development
on reclaimed land (eg. Wave Project, Muscat).
F.2) Preparation of vulnerability profiles
The consultants will identify a data base of stakeholders for vulnerability
analysis. In collaboration with the stakeholders the consultants will
prepare a framework for vulnerability assessment and prepare a
suitable vulnerability profile comprising critical parameters for risk
assessment. The framework should be dynamic in its ability to
accommodate new data which will be acquired in the future thus
upgrading the vulnerability profile.
G) Data for Vulnerability Analysis
The Ministry of National Economy has recently (2010) conducted the national
census for Oman and the information will be available in digital format. It is
important to note that the detailed population statistics will be made available
for cluster of houses thereby providing information of the spatial distribution
and the type of housing.
Initial estimates of the census 2010 indicate that the population of Oman is
around 2,694,000 with a total of households of the order of 401,000. The
regions of Al Batinah, Muscat Governorate and Al Sharqiyah, all of which are
exposed to tsunami hazards from the Makran source have the highest
populations of the order of 762,000, 734,700 and 348,970 respectively.
The digital elevation model developed by the Supreme Committee for Town
Planning for Oman also provides a useful data base for vulnerability analysis.

38
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

They also have other information of infrastructure acquired for urban planning
purposes.
H) Risk Assessment
Risk Assessment can be achieved via superposition of hazard and
vulnerability (Ref 2). Ideally hazard and vulnerability can be analyzed by
adopting a four phase approach of very low, low, medium and high. By
superposition it is possible to develop a similar four phase classification for
risk assessment. It is emphasized that there are several methods available
for risk assessment depending on the extent of hazard and vulnerability
assessment. For hazard assessment it is strongly recommended that a multi
scenario approach be adopted. For vulnerability assessment it is mandatory
to include parameters relating to population and its distribution and
infrastructure. Such infrastructure must include housing, public utilities and
services, roads, marine facilities and other relevant critical parameters
identified.
As identified under Section 2, Project Objectives, the project has two principal
phases namely the overall risk assessment along the coast of Oman and the
detailed risk assessment of selected coastal cities. The consultants will be
required to present the details of the approach to be adopted for both phases
in their submission.

I) Risk Management
Detailed risk assessment studies for the cities will identify high risk areas and
the consultants are expected to recommend risk management measures for
the said areas/regions. These measures could be broadly classified under the
following categories,
1. Measures that mitigate the impact of the hazard
2. Measures that mitigate exposure and vulnerability to the hazard
3. Measures that promote successful evacuation from the hazard
J) Data Processing and Management
It is recognized that data processing and management of the project is an
important exercise which will govern the accuracy and reliability of the
outcome. This includes the conversion into DEM format for inundation
modelling, preparation of hazard, vulnerability and risk profiles. These profiles
should be easily updated with the availability of new data. Therefore the
consultants should consider data processing and management as a specific
project activity. In addition to specific training workshops listed in Section 12,
it is recommended that several officials of NMHEWC be seconded to the
consultants in order to receive on the job training.

39
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

K) Transfer of Technology in Modelling


The mathematical models developed with all data files will be transferred to
the DGMAN by the consultant. Training of Oman personnel in the field of
modelling is an important component of the project. In addition to specific
workshops listed in Section 12, several officials of NMHEWC will be
seconded to the consultants in order to receive on the job training.
L) Workshops
The Consultant will organise three workshops related to this component as
reflected under sections L1 to L3 below.
L.1) Consultative Workshop at project commencement
The objective of this 2 days workshop is twofold.
1. Provide an opportunity to share experiences in the region.
Presentations will be made by invited experts on regional case
studies on risk assessment relating to cities and regions.
2. Provide an opportunity for the Consultant to present his vision and
detailed approach.
This workshop will provide a platform for evaluation of different
approaches and if necessary to modify or refine the approach to be
adopted by the consultant.
L.2) Training Workshop on Risk Assessment
The objective of this 10 to 14 days workshop is to train officers from
relevant institutions in Oman on how to conduct Risk Assessment
Studies for coastal hazards. This will include data management and
GIS mapping (both bathymetric and topographical), the use of
mathematical models for hazard analysis, vulnerability studies, risk
assessment. Attention will also focus on Risk Management arising from
Risk Assessment.
The workshop will focus on the job training on conducting risk
assessment for cities in Oman. Ideally this workshop should be carried
out after the consultant has completed Risk Assessment for at least
three cities along the Oman coast.
The consultant may note that UNESCO -IOC Intergovernmental
Coordination Group (ICG) for the IOTWS has conducted several
regional and country workshops on risk assessment for Indian Ocean
States. Hence, a similar type of workshop can be adopted for the
proposed Training Workshop.
L.3) Project Output Workshop
40
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

The objective of this 2 to 3 days workshop is to present the results from


the project to all relevant institutions and to discuss Risk Management
Measures and the way forward (see Section 9).
This workshop will also identify effective methods for continuous
upgrading of the entire risk assessment process including future data
acquisition upgrading of modelling capability and training needs for
NMHEWC.
M) Expected Products and Outputs
1. Progress Reports-Inception Report, Quarterly Reports and Final
Reports.
2. Organisation of Workshops - Three workshops to be organized
as described in Section 12 and will be a part of capacity building.
3. Producing THIRTY Hazard, Vulnerability and Risk Maps both in
printed and digital (GIS environment) form for the country and
FIFTEEN for each of the selected cities. All the selected cities will
also be portrayed in 3D animation
4. Populate database with hundreds of scenarios of different
parameters at different depths up to 70 kms at different location
along the Makran trench.
5. Develop Database management system that will be integrated
with the Multi Hazard Early warning System to provide flexible
search functionality from the populated database as a first guess
scenario automatically triggered by an event.
6. Instantaneously Super impose the generated first guess scenario
to the output products mentioned under item 3 (Hazard,
Vulnerability and Risk Analysis ) above triggered by an event.
7. Storm surge model as described under section D.
N) Implementation Program
The consultant will provide a realistic time line implementation program to
achieve the expected products and outputs of this project in about ONE Year.
O) GENERAL REQUIREMENTS
1 The successful bidder once notified should arrange to visit the Meteorological
Department of DGMAN prior to the commencement of the project.
2 All documentation
must be supplied in English. The Manuals and User Guides should be presented
with complete step by step instructions including wherever applicable schematic
diagrams. In addition all diagnostic software and test tools will be supplied.

41
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

3 During Installation and commissioning of the System, the supplier will train the
Operators, System Administrators and Electronic Engineers of the DGMAN for a
period of one week. This training should not be interrupted by the process of
installation and commissioning.
4 The Supplier must guarantee that the complete system offered is free of any defect
and that it is robust, reliable, and dependable with a high mean time between
failures.
5 As this contract also pertains to maintenance of the equipment for a three period
after installation it is expected that the Supplier will be accessible by phone or email
any time there is a failure or whenever assistance is required. He will be expected to
take action immediately by initially, attempting to rectify the problem remotely.
Otherwise an Engineer from the supplier's side should visit within a reasonable time
of the failure.
6 The Supplier should make available a complete back up software as well as
essential spare parts for one year. In addition, the Supplier should always update
the system with the latest version.

P) Factory Acceptance Testing


1 The purpose of Factory Acceptance Testing is to verify that all the applicable
requirements are met. Special attention shall be paid for to the requirements
which have constituted an advantage during the tender evaluation.
2 A Factory Acceptance Test (FAT) will take place in the Contractor's premises.
The Contractor shall inform DGMAN in writing at least Eight (8) weeks in
advance of the scheduled start date of the test. At the same time the Contractor
shall submit to DGMAN the FAT plan, procedures and schedule for approval.
3 The FAT will be deemed to have been successfully completed once all the test
procedures have been successfully executed and the FAT report has been
signed by DGMAN and IOC-UNESCO representative. This report shall be
produced by the Contractor.
4 The original of this report shall be handed to the Contractor. This approval does
not exempt Contractor from the obligation to supply the equipment and
documents concerned in sound condition. As soon as the FAT has been
satisfactorily carried out, the Contractor shall forward the goods to the delivery
addresses as soon as reasonably possible thereafter.
5 If no successful FAT can be carried out because of circumstances on the part of
the Contractor that do not constitute "force majeure", the DGMAN shall have the
right to either reject the system, or have the FAT wholly, or partially, repeated
after correction of the identified defects.
6 This procedure can be repeated three times at most. The right of rejection shall
continue to exist so long as FATs are carried out.

42
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

Q) Installation at NMHEWC premises

1 The Contractor shall integrate and Network the Systems supplied with the
infrastructure at the NMHEWC into a complete, unified, and functional system
meeting the requirements specified in this document.

2 All installation activities are the responsibility of the Contractor. For the purpose
of installation, the requirements of the technical infrastructure and the
requirements of the environment of the system shall be stated by the Contractor
to DGMAN at the latest Four (4) months after the confirmation order or the
signature of the contract by both parties.

3 All infrastructure and environmental preparations necessary to be carried out


prior to installation will be at the responsibility of the Contractor.

4 The Contractor shall carry out the installation of the hardware, cabling and
software of the system in order to achieve an operational set-up. This
operational set-up means that the system is fully available and functioning
properly and that the documentation has been supplied in its entirety.

5 During the operational set-up, representatives of DGMAN and IOC-UNESCO


will be present and may assist the Supplier under his supervision and
responsibility. The operational set-up is considered to be complete when the
DGMAN has been so informed of this in writing by the Contractor.

R) Site Acceptance

1 The purpose of Site Acceptance Testing is to verify that all the applicable
system requirements are met and the delivered installation, maintenance,
operations, manufacturer’s, software users and reference manuals are complete
and accurate.

2 A Site Acceptance Test (SAT) Plan, Procedures and Schedule shall be


developed by the Contractor and submitted to DGMAN for approval at least four
weeks prior to the scheduled start of the Site Acceptance Tests. The SAT shall
be performed entirely in accordance with the approved SAT Plan, Procedures
and Schedule.

3 The SAT shall be carried out by the Contractor. During the SAT the correct
working of the system shall be demonstrated in full compliance with the
applicable specifications.

4 The SAT will be deemed to have been successfully completed once all the test
procedures have been successfully executed and the Site Acceptance Report
has been signed by the DGMAN representative. This report shall be produced
by the Contractor. Six copies of the Site Acceptance Report shall be signed at
acceptance. At least one employee operator must be able to demonstrate the
full capabilities of the system.

43
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

5 If no successful SAT can be carried out because of circumstances on the part of


the Contractor that do not constitute a “force majeure”, DGMAN shall have the
right to either reject the system, or have the SAT wholly, or partially, repeated
after correction of the identified defects. This procedure can be repeated three
times at most. The right of rejection will continue to exist for as long as SATs are
carried out.

S) List of Deliverable Items

1 The Contractor shall deliver all maps and hardware necessary for the fulfilment
of the requirements specified in this document and other applicable documents.

2 The Contractor shall deliver all software and the related licenses, unlimited in
time, necessary for the fulfilment of the requirements of this and other applicable
documents. This includes, but is not limited to Operating Systems, Database
Management Systems, Communications, Windowing, graphics and other S/W
libraries, S/W and H/W configuration control tools and other products and tools
required for operation and maintenance of the system(s) application S/W. The
S/W recovery mechanisms necessary to rebuild the system(s) shall also be
delivered.

3 The Contractor shall deliver to DGMAN any test tool, deemed necessary for the
operation/maintenance of the system((s). Also, test data acquired, produced and
used by the Contractor for development and acceptance testing of the system(s)
shall be delivered to DGMAN. This delivery shall take place in electronic form
before the performance of the tests that utilize this data.

T) Place of Delivery

The prices in the offer are to be calculated on the basis of DDP Muscat,
Incoterms 2000. The place of delivery will be DGMAN, Muscat, Sultanate of
Oman.

U) DOCUMENTATION

1 Documentation shall be written in English language. The documentation shall


comprise clear, sharp print images, desirably photo typeset. Typewritten
documentation is unacceptable. Highlighted displays of important information
using colour or background shading, bold face or larger type methods, or
outlining with bold lines. Besides, all documentation prepared shall have Table
of Contents and Alphabetical Subject Index.

2 The Contractor shall provide all necessary drawings, installation instructions and
specifications for the purpose of proper local works and interfaces preparations

44
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

on site. These documents should be provided far in advance before the system
delivery and installation.

3 The Contractor shall provide a set of Reference Manuals for the system for the
special purpose software and the operating system software. The Reference
Manuals shall describe all functions provided by the software that are used in
the acquired system. They shall address normal operation of the functions,
including default settings and user inputs expected or permitted. They shall also
address problem identification and recovery procedures, and shall include the
addresses of points-of-contact for warranty support.

4 The Contractor shall provide an Operators' and Maintenance Manuals with the
system. The Operators' Manual shall include an overview of the system as well
as information and detailed procedures sufficient to guide the operation of the
system and monitoring of its main units and interfaces. It shall also include a
Quick Reference Guide, showing commonly used commands or actions.
Maintenance Manual shall address the system diagnostics, problem
identification and recovery procedures, and shall include the telephone numbers
of points-of-contact for warranty support. The comprehensive schematics shall
be included as an Annex. All Manuals shall also be provided in electronic form
on a CD-ROM.

5 The "help" function shall be provided as an online reference.

6 Three complete sets of the manuals in English shall be provided at the time of
installation of the system(s) describing in a complete manner the installation,
maintenance and operational procedures of each of the supplied System(s).
This documentation shall include drawings, schematics, parts lists,
specifications and the possible modes of the utilization of the system.

7 In addition to the above documentation the Contractor shall also provide three of
each of the following documents:

- Manufacturers Manuals for all procured equipment

- Software User and Reference Manuals for all COTS S/W

- Preventive maintenance instructions and schedule.

- Test equipment manuals.

- Training documentation.

- Factory and site acceptance documentation

- Software listings and description as appropriate.

45
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

V) EVALUATION OF PROPOSALS

1 The evaluation of proposals will be carried out in two stages, comprising


a technical evaluation and a cost evaluation.

2 The technical evaluation will encompass technical performance,


conformance with the specification of requirements, as well as the
management and business performance of Contractors.

3 The objective of the technical evaluation is to select the technical proposal


that meet ALL mandatory requirements (those which are not explicitly stated
as OPTIONAL). The technical proposals which are not in compliance with
ALL mandatory requirements shall be considered as unsatisfactory.

4 The cost evaluation will focus on cost aspects. Only the proposals
considered satisfactory in the technical evaluation shall be considered for the
cost evaluation.

5 Each proposal will be evaluated based on the proposed system design and
technical approach, the system functional performance, site implementation
plans, field and factory support team, and possibilities of future updates.

6 Each proposal will be evaluated based on the capabilities of tenderer's


personnel, the quality and completeness of schedules and plans, the
corporate experience, resources and capabilities. The resources, quality, and
availability of field system support, qualifications of key concerned personnel,
and experience with equipment installation and maintenance in the countries
involved in this procurement will also be evaluated.

7 Each proposal will be evaluated based on the record of quality products or


services, and conformance to specifications; record of problems and
effectiveness of corrective actions; adherence to schedules and
responsiveness to DGMAN requests; commitment to DGMAN satisfaction,
good business practices and integrity.

8 The cost proposal must be entirely compatible with the technical proposal.
DGMAN reserves the right to make an award considering any combination of
factors provided that it determines that to do so would result in the best value
of what is on offer that would best fulfil its requirement.

9 It is very important that the Contractor submits along with his offer a
compliance table reflecting Compliance, Non-Compliance and Partial
compliance under each of the Items pertaining to and outlined in this tender.
The compliance table shall also have a Remarks column in which the
Contractor will reflect his comments supported by valid justifications under
each and every item.

46
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

LIST OF ABBREVIATIONS

DGMAN: Directorate General of Meteorology and Air Navigation


FAT: Factory Acceptance Tests
ICG: Intergovernmental Coordination Group
IOC: Intergovernmental Oceanographic Commission
IOTWS: Indian Ocean Tsunami Warning and Mitigation System
MTBF: Mean Time Between Failures
MTTR: Mean Time To Repair
NMHEWC: National Multi Hazard Early Warning Centre
NMHEWS: National Multi Hazard Early Warning System
NWP: Numerical Weather Prediction
RIMES: Regional Integrated Multi-Hazard Early Warning System
RTWP: Regional Tsunami Watch Provider
SAT: Site Acceptance Tests
TCP/IP: Transmission Control Protocol/Internet Protocol
UNESCO: United Nation Education Scientific & Cultural Organisation
WMO: World Meteorological Organization

47
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

PREAMBLE TO THE BILL OF QUANTITIES


1. General directions and descriptions of items of works given elsewhere in the Tender
Documents are not generally repeated in the Bill of Quantities. Reference must be
made to the Specifications and Conditions of Contract for this information.
2. The items of work given in the Bill of Quantities shall comply with the relevant sections
of the specification and with the instructions of the Engineer/ Employer.
3. In the preliminaries the Tenderer shall insert a lump sum or rate to each item, which
he considers, having a financial value. Where the Tenderer considers that an item has
no financial value he shall insert ‘ NIL ‘ . Lump sums shall not be inserted covering
more than one item.
4. The value of services and obligations involved in the preliminaries shall not be
included in rates in other parts of the Bill of Quantities but shall completely be priced
against the particular item in the preliminaries.
5. Each item in the Bill of Quantities shall be priced as indicated. No Tender will be
considered complete unless this requirement has been fulfilled.
6. Unit rates shall be written in black ink both in words and figures in the space specified
in the Bill of Quantities, in case of conflict between words and figures, words shall
prevail.
7. The unit rate inserted by the Tenderer in the Bill of Quantities for any item of work
shall be fixed for the entire duration of the Contract and shall be for the full inclusive
value of the finished work described, including all expenses of labour, material and
shipment, delivery of the equipment required for executing that item of work as well as
covering the share of that item for other general expenses to be incurred by the
contractor during the execution of the works. These general expenses shall include but
are not restricted to the following, unless entered as a separate pay item in the Bill of
Quantities.
• Preparation and submission of bids including the site inspection.
• Royalties, duties, customs, taxes, insurance and all other related costs.
• All other expenses the contractor may encounter in the proper execution of
the contract.
• Cost of bank guarantees.
• Cost and expenses of permission and municipality fees.
• Cost of work items for which there are no direct payments and which are
considered in the specification and other contract documents as subsidiary
to other items in the Bill of Quantities.
• Overheads and profit.
8. The Tenderer/ Contractor shall allow in the Bill of Quantities as lump sum for
Complying with the conditions and requirements stipulated in the Tender Documents
and which are not covered separately in the various pay items of the Bill of Quantities.

48
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

9. The Tenderer lump sum for this item is deemed to cover the whole of the contract
period. Monthly payments against this item shall be made in instalments proportional
to the time for completion as stated under item 3 in the Appendix to the form of tender

10. The tenderer shall provide a breakdown of his proposal as an Appendix to the Bill of
Quantities giving the following ( this is in addition to the item No., Description, Unit,
Quantity and Amount columns):

a) Unit cost of Equipment


b) Unit cost of Shipping and Insurance
c) Unit cost of Installation of Equipment at Site (including delivery of
equipment to the Site).

49
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

50
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

BILL OF QUANTITTIE
BILL NO.1 PRELIMINARIES

Unit Rate (Rial Omani)


Item Amount
No. Description Unit In Figures In Words R.O.
BILL No. 1 PRELIMINARIES
Bonds and Insurance
A Performance bond (Clause 9.1 included
of Standard Conditions of included
Contract)
B Insurance of the works (Clause included
17.1 of Standard Conditions of included
Contract)
C Damage to persons and included
property (Clause 17.3 of included
Standard Conditions of
Contract)
D Third party Insurance (Clause included
17.2 of Standard Conditions of included
Contract)
E Accident or injury to Workmen included
(Clause 17.4 of Standard included
Conditions of Contract)
Carried to summary included

51
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

BILL OF QUANTITTIE
BILL NO.1 PRELIMINARIES

Unit Rate (Rial Omani)


Item Amount
No. Description Unit In Figures In Words R.O.
Compliance with the tender
documents
A Allow for all costs and
expenses for complying with
all the conditions and
requirements stipulated in the
Tender Documents including
all clauses of the Standard Lump sum
Conditions of Contract, which
the tender consider have
financial implications on his
tender and which are not
covered separately in the
various pay items of the
Engineer's Estimate Tenderer’s
to specify.
Clause No ………………………...
Carried to summary

52
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

BILL OF QUANTITTIE
BILL NO.1 PRELIMINARIES

Item No. Description Amount


R.O.
SUMMARY In Words In Figures

Page No. 51

Page No. 52

Carried to Grand summary

53
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

BILL OF QUANTITTIE
BILL NO.2 MEASURED WORKS

Unit Rate (Rial Omani)


Ite Amount
m Description Unit In Figures In Words R.O.
No.
Statement of Requirements - taking into
consideration the “Scope of works” and
Items “A” Introduction
B Project Objectives Lump sum

C Tsunami Hazard Analysis (C1 – C3)


Lump sum
D Storm surge modelling Lump sum
Data for Tsunami and Storm Surge
E Lump sum
Modelling
F Vulnerability Analysis (F1 – F2) Lump sum

G Data for Vulnerability Analysis Lump sum

H Risk Assessment Lump sum

I Risk Management Lump sum

J Data Processing and Management Lump sum

Carried to summary

54
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

BILL OF QUANTITTIE
BILL NO.2 MEASURED WORKS

Unit Rate (Rial Omani)


Item Amount
No. Description In Figures In Words R.O.
Unit
Statement of Requirements - taking
into consideration the “Scope of
works” and Items “A” Introduction
L Workshops (L1, L2 and L3) Lump sum
M Expected Products and Outputs Lump sum
N Implementation Program Lump sum
O General Requirements Lump sum
P Factory Acceptance Testing Lump sum
Q Installation at NMHEWC premises Lump sum
R Site Acceptance Lump sum
S List of Deliverable Items Lump sum
T Place of Delivery Lump sum
U Documentation Lump sum
V Evaluation of Proposals Lump sum
Carried to summary

55
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

BILL OF QUANTITTIE
BILL NO.2 MEASURED WORKS

Item No. Description


Amount
R.O.
In Words In Figures
SUMMARY

Page No. 54
Page No. 55

Carried to Grand summary

56
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

BILL OF QUANTITTIE
GRAND SUMMARY

Item No. Description


Amount
R.O.
In Words In Figures
SUMMARY

BILL No. 1- PRELIMINARIES Page No. 53

BILL No. 2- MEASURED WORKS Page No. 56

TOTAL TENDER SUM CARRIED TO FORM OF TENDER

IN WORDS, THE TOTAL OF OUR TENDER IS RIALS OMANI ………………………………………………………………

NAME OF TENDERER …………………………………….

SIGNATURE ………………………………………………...
DATE ………………………

57
Ministry of Transport and Communications Supplying, Training, Installing and Commissioning Assessment of
On behalf of Public Authority for Civil Aviation Coastal Hazards, Vulnerability and Risk for the Coast of Oman
Directorate General of Meteorology & Air Navigation

TENDERER’S ENCLOSURES

The Tenderer shall properly bind in after this page the supporting documents
required by the instructions to Tenderers. All documentation shall be endorsed with the
Tenderer’s official company stamp. Where any tenderer does not comply with this
instruction, or if any supporting documents are not submitted, the tender will be rejected.

58

Anda mungkin juga menyukai