BID Doc 5 Buycon636.aai - Ar
BID Doc 5 Buycon636.aai - Ar
BID Doc 5 Buycon636.aai - Ar
1. Item Rate E-tenders are invited through the e-tendering GEM Portal by Sr. Manager (Engg-E), Tezu Airport-
Arunachal Pradesh (Bid Manager), on behalf of Chairman, AAI from the eligible contractors for the work of “Supply
of GLF Spares for Day to Day Maintenance at Tezu Airport During 2023-24.” an estimated cost
of ₹ ₹ 14,23,556.00.00.00 including GST with completion period of 02 months.
The tendering process is online at GEM-portal URL address https://gem.gov.in. Prospective Tenderers may
download and go through the tender document. Aspiring bidders may download and go through the tender
document by login the GeM portal. The tenders will not be accepted in any other form.
Any amendment or corrigendum to the tender document will be posted on GeM Portal only. As the tendering process
is online on GeM portal, it is bidders’ responsibility to check for any amendment / corrigendum on GeM Portal before
submitting the bid online on GeM portal. Also, the bidders are advised to get themselves acquainted with the e-
tendering process on GeM portal which requires registration at GeM portal, obtain ‘User ID’ & ‘Password’ and go
through the ‘Bid for Services – Service Provider side’ available in the home page after login to the GeM portal
http://gem.gov.in.
Bidders shall submit their bids as per scheduled date and time through GeM- procurement portal at http://gem.gov.in
only.
GeM portal -procurement system shall not allow bidders to submit their tender, after the scheduled date and time.
Bidders shall submit tender before the schedule deadline specified in GeM bid document or the extended deadline
notified by issue of corrigendum, as the case may be.
Tender processing fee of ₹ 1120 (i/c GST), non-refundable will be required to be paid online via Net Banking/
Mobile Banking via bank deposit at any of the bank branches, in favour of Airports Authority of India SBI A/c
No. 30854418615 (IFSC Code- SBIN0003776) and the proof of the same has to be submitted/uploaded as
mentioned in NIT Cl 3A (i). No Demand Drafts / Bank Guarantee/ FDR would be accepted in this regard.
Earnest Money Deposit of ₹ 28,471.00 will be required to be paid online via Net Banking/ Mobile Banking via
bank deposit at any of the bank branches, in favour of Airports Authority of India SBI A/c No. 30854418615
(IFSC Code- SBIN0003776) and the proof of the same has to be submitted/uploaded as mentioned in NIT Cl. 3A
(ii). No Demand Drafts / Bank Guarantee/ FDR would be accepted in this regard. EMD deposit made by the
bidders, would be refunded directly in their respective bank accounts, of all except the successful bidder to whom
the contract is awarded. Scanned Copy of cancelled cheque or scanned signed copy of Bank Details needs
to be submitted as mentioned in NIT Cl. 3A(iii) for refund.
2. Following are critical data/schedule for processing bid online at GEM-portal by the bidders: -
The tenderer shall submit their Bid/tender on GEM portal, fill-up the required information and upload the
digitally signed file of scanned documents and firm's bio-data in support of meeting each criterion
mentioned below. Hard copy of Bid/tender shall not be entertained.
Following 2 envelopes shall be submitted through online at gem portal by the Tenderer as per the following
schedule:
Envelope-I (Tender processing fee, EMD, Technical Bid and Pre-qualification): Bid Containing
following:
A. Technical Bid containing the following: -
I. Screenshot/PDF copy/ Scanned Copy of Tender Processing fee of value Rs1120 i/c GST.
II. Screenshot/PDF copy/ Scanned Copy of Earnest Money Deposit of value Rs 28,471.00.
III. Scanned Copy of cancelled cheque or scanned signed copy of Bank Details for refund of EMD to
unsuccessful bidders. (Annexure- 9)
IV. Scanned copy of Permanent Account Number (PAN) and GST Registration Number.
V. Scanned copy of Tender Acceptance Letter on Bidder’s Letter Head as given in Proforma PR-01
VI. Scanned copy of ‘Undertaking’ of Agency/ Firms on Company letter head for GST as given in
Proforma PR-02.
VII. Scanned copy of ‘Undertaking’ regarding Blacklisting/ Debarment on Bidder’s Letter Head as given in
PR-03.
VIII. Scanned copy of undertaking for experience certificate on letter head as per Proforma PR-04
IX. Scanned copy of Form- C – Net Worth. PR-05.
X. Scanned copy of Form- A - details of similar works completed during last seven years with completion
certificate issued by client. PR-06.
XI. Scanned copy of Form- B - Financial Information. PR-07
XII. Bidders other than propriety firm shall submit, scanned copy of Authorization Letter/Power of
Attorney along with copy of Certificate of Incorporation of the Company under Companies Act
showing CIN/LLPIN/Name of Directors of the Company & Copy of Board Resolution regarding
i) Should have satisfactorily completed (# Phase/Part completion of the scope of work in a contract
shall not be considered, however pre-determined phasing of the work will be accepted) three
works, each of ₹ 05.69 Lakhs or two works, each of ₹ 07.18 Lakhs or one work of ₹ 11.39
Lakhs in single contract of similar nature of work “Operation and maintenance of HVAC System” along
with work order & schedule during last ‘7 (seven) years ending on bid submission end date (extended date,
if any) of submission of bid in India.
ii) The similar nature of work for eligibility requirement as above must be completed of minimum one year.
Assessment of eligibility shall be based on the completed cost for one year calculation on pro-rata basis for
completed works of more than one year time period.
The details of similar works completed during last seven years in the given format- Form-A with
supporting documents issued by client.
Note: -
1. The Experience Certificates of works completed pre-GST era, completion amount will be divided by
1.12 (to exclude pre-GST taxes) to make it at par with experience certificates of post GST era but
excluding GST.
2. Experience gained by executing work on back-to-back contract/ Sub-contract basis is acceptable
in the following conditions:
a) Work should be actually executed by the second agency (sub-contractor) with due
concurrence of the owner as tripartite agreement/ written approval. It should be backed by
valid agreement and experience certificate.
b) (b) Payments received by second agency should be reflected in TDS certificates.
3. Experience gained in composite works for the specialized nature of works (List of Specialized Items
/ Jobs/ Works are mentioned at Para 35.3 of AAI Works Manual) were executed by main contractor
either by in-house expertize & experience or by engaging the specialized agencies with the approval
of main client as per contract conditions. In such cases, main contractor as well as specialized
agency both get the experience certificate for the same work from their respective client(s) i.e. main
contractor for composite work along with specialized works from owner and specialized agency for
specialized work(s) from the main contractor. In this situation, the experience certificate of either
specialized agency or main agency having in-house expertise & experience, who has actually
executed the specialized work(s), shall be considered for Technical /Pre-qualifying criteria in similar
specialized nature of work(s).
The value of executed works shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum, calculated from the date of completion to the
previous day of last date of submission of Bid.
Client certificate for experience should show the nature of work done, the value of work, date of
start, date of completion as per agreement, actual date of completion and satisfactory completion of
work. Tenderers showing work experience certificate from non-government/non-PSU
organizations should submit copy of tax deduction at sources (TDS) certificate(s) along-with
a certificate issued by registered Chartered Accountant, clearly specifying the name of work,
LATE BIDS: Online Tendering on GeM portal shall not permit uploading of Bids after the schedule Time of
submission.
CORRECTIONS / MODIFICATIONS AND WITHDRAWAL OF BIDS:
The Bidder may correct, modify his signed bid after submission prior to the deadline, through provisions of
GeM -tendering portal. No bid shall be modified subsequent to the deadline for submission of Bids.
4. Refund of EMD
EMD amount of the rejected bidders will be refunded to their source account after submission of Technical
/ Financial evaluation report on Gem portal by bid Manager.
5. Bid Submission: -
The tenderer shall submit their bid only at GEM Portal as per GEM procedures on https://gem.gov.in.
Tenderer/Contractor are advised to follow the instructions provided in the tender document for online
submission of bids. Tenderers are required to upload the signed file of scanned documents as per Para 3.
Uploading of application in location other than specified above shall not be considered. Hard copy of
application shall not be entertained.
6. Not more than one bid shall be submitted by one tenderer or tenderers having business relationship.
Under no circumstance will father and his son(s) or other close relations who have business relationship
with one another (i.e. when one or more partner(s)/director(s) are common) be allowed to tender for the
same contract as separate competitors. A breach of this condition will render the tenders of both parties
liable to rejection.
7. Tenderer who has downloaded the tender from GeM Portal, shall not tamper/modify the tender form
including downloaded price bid template in any manner. In case if the same is found to be
tampered/modified in any manner, tender will be completely rejected and EMD would be forfeited and
tenderer is liable to be banned from doing business with AAI.
a. Envelope-I containing documents as per Para 3 (A) and (B) (uploaded by the tenderers) shall be opened
online through GeM Portal as per schedule of the Bid as mentioned in CRITICAL DATA SHEETor as per
intimation of Bid Opening Date and time to the bidders.
b. All the uploaded statements, documents, certificates, etc. uploaded on the GeM Portal by the bidders shall
be verified for PQQ/ Technical Evaluation.
c. PQQ/ Technical Bids of the bidders shall be scrutinized by AAI, Tezu Airport to ensure that the same are
in conformity with the requirements of the tender documents and to short list the bidders qualified for
opening of Financial Bid. It shall therefore be in the Bidder’s interest to give complete and comprehensive
details while submitting the Bids.
d. AAI may seek clarifications on PQQ/Technical details or any other information deemed necessary on GeM
Portal. The queries raised should be replied positively within the time specified, failing which the technical
evaluation will be done on the basis of the information available.
e. The clarification, if any, required from the bidders, will be obtained through query provision available in
GeM-procurement portal
f. No correspondence shall be entertained from the bidders after opening of PQQ/Technical bid, except for
the clarifications sought by AAI.
g. The intimation regarding acceptance/rejection of their bid will be intimated to the tenderers through
Gem Portal.
Envelope-II (Financial Bid):
a. Envelope-II containing financial bid of the tenderers found to be meeting the PQQ/technical criteria and
qualifying requirements shall be opened at Gem portal on date & time as mentioned in CRTICAL DATA
SHEET (In case the date and time for opening of Envelope-II (Financial bid) is required to be
changed, the same shall be intimated through Gem Portal).
b. Date of acceptance and opening of tender can be extended at sole discretion of AAI Tezu Airport, on
GeM Portal.
iii) Technical Bids of eligible bidders shall be scrutinized by AAI to ensure that the same are in
conformity with the operational requirement and technical specifications.
vii) Bidders may submit their response to AAI queries through provision of GeM Portal only.
viii) No, post-bid clarification / confirmation of compliance at the initiative of the bidder shall be
entertained.
ix) Bidders meeting technical bid criteria as specified shall only be informed through GeM portal and
considered for opening and evaluation of financial bid.
x) The tender(s) found technically acceptable shall be compared on the basis of price quoted by the
bidders for the entire scope of work. The amount indicated in the Financial Bid will only be taken for
price comparison.
xi) The result of technical bid and financial bid evaluations shall be displayed on GeM Portal and shall
be visible to suitably qualified bidders
9. AAI reserves the right to accept or reject any or all applications without assigning any reasons. AAI also
reserves the right to call off tender process at any stage without assigning any reason.
10. AAI reserves the right to disallow the working agencies whose performance at ongoing project (s) is below
par and usually poor and has been issued letter of restrain/Temporary or Permanent debarment/black listing
by any department of AAI or Central /State Govt. Depts./PSUs/World Bank/ ADB etc. AAI reserves the
right to verify the credential submitted by the tenderer at any stage (before or after the award the
work). If at any stage, any information /documents submitted by the applicant is found to be
incorrect/false or have some discrepancy which disqualifies the tenderer then AAI shall take the
following action:
b) The tenderer shall be liable for debarment from tendering in AAI, including termination of the
contract apart from any other appropriate contractual/legal action.
14. Tenderers have to submit Unique Document Identification Number (UDIN) generated documents like
Balance Sheet / Turnover certificate, Working Capital Certificate (works done during last 07 financial years
& works in hand), Net worth Certificate, and Tax Deduction at Source (TDS) Certificates for Non- Govt.
works etc. as per NIT conditions duly certified by CA and having UDIN. The documents submitted by
bidders without UDIN shall not be entertained.
15. In the event of inconsistency, conflict or ambiguity between the terms and condition of GeM and
terms and conditions of uploaded E-Tender (AAI tender document), the terms and conditions of
the uploaded E-Tender SHALL PREVAIL.
Name of work: - Supply of GLF Spares for Day to Day Maintenance at Tezu Airport During 2023-24
Ref Qualifying Criteria / Supporting Documents must have the Reference to the
No parameter/ following salient information which documents
supportive document AAI would like to note Submitted in support
of Column 3
1 2 3 4
Following documents are uploaded by me/us on GEM portal
1 Name and address of the Firm. Application for issue of tender document YES / NO
on firm’s letter head
2 Scanned copy of Power of Duly signed and notarized Power of YES / NO
Attorney/ Authorization Letter (If Attorney
Applicable)
3 Details of tender processing fee Scanned copy of payment details YES / NO
towards Tender Fee for an amount of
Rs.1,120.00 uploaded on GEM Portal
4 Details of EMD Electronic payment details towards EMD YES / NO
for an amount of Rs. 28,471.00
uploaded on GEM Portal
5 Dully filled signed & stamped Dully filled signed & stamped YES / NO
Unconditional acceptance of Unconditional acceptance of AAI tender
AAI tender conditions as per conditions as per proforma PR-01 to be
proforma PR-01 uploaded on Gem Portal
6 Certificate from clients of Details of the three/two/one work as Copy of the
Having satisfactorily works Applicable Completion Certificates
which includes enclosed
a) Three separate works each of (i)……………………………., YES / NO
Rs. 05.69 Lakhs of similar
nature during last 07 years (ii)……………………………
ending on last date of
submission (iii)…………………………....
OR
b) Two separate works each of (i)……………………… YES / NO
Rs. 07.18 Lakhs of similar
nature during last 07 years (ii)………………………
ending on last date of
submission
OR
c) One work of Rs. 11.39 Lakh in (i)……………....................... YES / NO
single contract of similar nature
during last 07 years ending on
last date of submission
Note: Copies uploaded on GEM portal of all above documents shall be self-attested with stamp of the Agency.
DECLARATION
I (________________________) hereby declare that the documents submitted / enclosed are true and correct. In case
any document at any stage found fake / incorrect, my EMD may be forfeited & action as deemed fit by AAI can be taken
against me.
Place: Signature
Date: Authorized Signatory of the contractor/Agency
Name of Work: - Supply of GLF Spares for Day to Day Maintenance at Tezu Airport During 2023-24
Sir,
1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from
GEM Portal web site(s) namely https://gem.gov.in as per your advertisement, given in the above
mentioned website(s).
2. I / We hereby certify that I / we have respected the site and read the entire terms and conditions of the
tender documents, corrigendum(s) and reply to query if any made available to me/ us which shall form
part of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses contained
therein.
3. I / We hereby unconditionally accept the tender conditions of AAI’s tender documents in its totality /
entirety for above mentioned work.
4. I/We declare that I/We have not paid and will not pay any bribe to any officer of AAI for awarding this
contract at any stage during its execution or at the time of payment of bills, and further if any officer of
AAI asks for bribe/gratification, I will immediately report it to the Appropriate Authority in AAI’.
5. I/ We hereby submitted that I/ We paid/ submitted the required earnest money as per NIT conditions.
6. I / We certify that all information/ documents furnished by our Firm is true & correct and in the event at any
stage, the information/ documents is found to be incorrect/ untrue or found violated, then we shall be
liable for debarment from tendering in AAI without giving any notice or reason therefore or summarily
reject the bid or terminate the contract, without prejudice to any other rights or remedy including the
forfeiture of the full said earnest money deposit absolutely.
Yours faithfully,
Place:
Date :
(Signature of the tenderer)
With rubber stamp
Date_____________
Place: _____________
Authorized Signatory of firm with seal
Undertaking
Signature of Director /
Proprietor of the Company
/ Firm With rubber-stamp.
“It is to certify that as per the audited balance sheet and profit & loss account during the financial
year…………………………… the Net Worth of M/s
…………………………………………… ……… …… ….....................................................
(Name & Registered Address of individual/firm/Company), as on ………………………….
(The relevant date) is Rs. after considering all liabilities. It is further certified that the Net Worth
of the company has not eroded by more than 30% in the last three years ending on
………………………(the relevant date).”
PR-06
FORM “A”
DETAILS OF SIMILAR WORKS COMPLETED DURING THE LAST SEVEN YEARS ENDING ON …
Name of work/ project Name and Awarded Cost Date of Stipulated date of Actual date of Whether the
Sl. and Location Address of of commence completion completion work was
No. client work -ment as done on back
(in Rs. per contract to back
Lakhs) basis Yes/No
1 2 3 4 5 6 7 8
Note: The contractor should give list of only of eligible category works of requisite amount with
supporting documents issued from client.
FORM-B
FINANCIAL INFORMATION
1. Financial Analysis - Details to be furnished profit and loss account for the last five years duly certified by
the Chartered Accountant as submitted by the applicant to the Income - Tax Department
Fig in lakhs Rs.
Sl. Particulars Financial Year (Last five years)
No.
1. Gross Annual
Turnover
2. Turn-Over vide
Contract Receipts
3. Profit/loss after
Taxes (consolidated)
4. Profit/loss after
Taxes (standalone)
DECLARATION
Date: Signature
Place: Authorized Signatory of the
contractor/Firm (Signature with stamp)
Date: …………..
To
Sr. Manager (Egg-Elect)
Airports Authority of India, NER
Tezu Airport-792001
Sir,
The following particulars are given below for effecting E-Payment in respect of our Claim/Bill.
ii) Address :
v) Branch Code :
We also enclosed herewith a Cheque duly cancelled of our above Bank A/c.
Thanking you,
Yours faithfully,
( )
Authorized Signatory
1. The Tenders shall be in the prescribed Form, are invited in open tender 2 Envelope open Tender: -
2. Not more than one Tender shall be submitted by agencies. Not more than one concernin which an individual
is interested as Proprietor and/or partner shall tender for the execution of the same work. If they do so, all
such Tenders shall be liable to be rejected.
3. The Accepting Authority as mentioned in Schedule ‘F’, of GCC, shall be the Accepting Officer hereinafter,
referred to as such for the purpose of this contract.
4. In the event of the tender being submitted by a partnership firm, it must be signed separately by each partner
thereof or in the event of the absence of any partner, it must be signed on his behalf by a person holding a
power-of-attorney authorizing him to do so. Such power of attorney to be uploaded in Envelope-I with
the tender, and itmust disclose that the firm is duly registered under the Indian Partnership Act, 1952.
5. Tender document consisting of plans, specifications, Schedule(s) of Quantities of the various classes of
work to be done, the condition of contracts and other necessary documents will be available on GeM portal
can be downloaded from the GeM e-tenderingportal.
6. All rates shall be quoted in Indian rupees in Envelope - II / Financial Bid in the ‘’Standard BOQ Format’’
which is duly uploaded on the GeM portal and no other formatis acceptable.
7. As this tender is an Item Rate Tender, rates for all items quoted shall only beconsidered. Any Tender
containing percentage below/above the total estimated cost is liable to be rejected. Tenderers which
propose any alteration in the works specified inthe said form of invitation to tender, or in the time allowed
for carrying out the work, orwhich contain any other conditions of any sort including conditional rebates
will be summarily rejected.
8. The site for the work is available.
9. Tenders shall be received through GeM portal up to the date and time and same shall be opened on the date
and time as mentioned in Bid document. Any change or extension of date shall be intimated through GeM
portal.
10. The bidder who fails to submit the online transaction of Earnest money deposit (EMD)by the date & time
mentioned in Bid document, then their tenders will be liable to berejected.
11. The refund of EMD to tenderers who fail to qualify in the eligibility / technical criteria,shall be initiated
online. For all tenderers who qualify and their financial bids are opened, their EMD of all such tenderers,
except L-1, shall be refunded to their source account.
12. Guideline for exemption of EMD for NSIC / DIC / KVIC / KVIB / Directorate of
Handloom Registered Firm.
a) During bid evaluation EMD exemption shall be granted to the NSIC/ DIC/ KVIC/KVIB/ MSME/
MSE’s/ Directorate of Handloom registered firms.
b) In case NSIC/ DIC/ KVIC/ KVIB/ MSME/ MSE’s/ Directorate of Handloom registration certificate
is found invalid during evaluation, the bid of such bidder shall be rejected and action shall be
taken as per rules & regulation of AAI.
13. Notification of Award of contract will be made to the successful bidder by the Accepting Authority or his
representative. The contract will normally be awarded to the qualified and responsive Bidder offering
lowest evaluated bid in conformity with the requirements of the specifications and contract documents and
the Accepting Authority shall be thesole judge in this regard. The Accepting Authority does not bind
himself to accept thelowest or, any tender or to give any reason for his decision.
14. A responsive bidder is one who submits priced Tender and accepts all terms, conditions and
specifications of the contract documents failing which his Tender will beliable to be rejected.
15. A major modification is one which affects in any way the quality, quantity and periodof completion of the
24. On acceptance of the Tender, the name of the accredited representative(s) of the agencies who would
be responsible for taking instructions from the Engineer-in-Charge shall be communicated to the Engineer-
in-Charge.
25. The Tender for composite work includes in addition to Building works all other works such as sanitary,
water supply installations and Electrical work etc. The tenderer apart from being registered contractor
(B & R) of appropriate class, must associates himself with agencies of appropriate class which are eligible
to Tender for sanitary, water supply and Electrical work in composite tender.
28. Agency is required to go through the entire tender documents before submission.
29. Not more than one tender shall be submitted by one tenderer or tenderers having business relationship.
Under no circumstance will father and his son(s) or other close relations who have business relationship
with one another (i.e. when one or more partner(s)/director(s) are common) be allowed to tender for the
same contract as separate competitors. A breach of this condition will render the tenders of both parties
liable to rejection.
30. Tenderer who has downloaded the tender from GeM Portal (GeM) website https://gem.gov.in/ shall not
tamper/modify the tender form including downloaded price bid template in any manner. In case if the same is
found to be tampered/modified in any manner, tender will be completely rejected and EMD would be
forfeited and tenderer isliable to be banned from doing business with AAI
31. Refund of EMD The refund of EMD to tenderers who fail to qualify in the eligibility / technical criteria,
shall be initiated online. For all tenderers who qualify and their financial bids are opened, their EMD of all
such tenderers, except L-1, shall be refunded to their source account.
Tenderer who has downloaded the tender from Government e Marketplace Portal (GeM) website
https://gem.gov.in, shall not tamper/modify the tender form including downloaded price bid template in any
manner. In case if the same is found to be tampered/modified in any manner, tender will be completely
rejected and EMD wouldbe forfeited and tenderer is liable to be banned from doing business with AAI.
32. Once the tenderer has uploaded and unconditional acceptance to AAI’s tender conditions as an
attachment in its entirety, he is not permitted to upload any additionalfile or put any remark(s)/condition(s)
in / along with the Tender Document. In case the condition is found violated, the tender shall be summarily
rejected and 10% amount of EMD amount shall be forfeited.
33. The Notice Inviting Tender and these General guidelines for the bidder shall form part of the contract
documents. The successful Tenderer/contractor, on acceptance of his Tender by the Accepting
Authority, shall within 15-days from the date of award of worksign the contract consisting of Notice inviting
Tenders, General conditions of contract, special/additional condition, General and particular
specifications, drawings, Tender conditions as issued at the time of invitation of Tender and acceptance
thereof with any correspondence leading there to.
34. Queries / Clarifications, If the Bidder has any Query related to the tender document of the work they
should use “View Representations” in GeM portal to seek clarifications. No other means of
communication in this regard shall be entertained.
35. Rejection of Tender
i) Airports Authority of India reserves the right to reject any or part of tender without assigning any reason.
The documentation submitted by tenderers shall not bereturned. AAI also reserves the right at its sole
discretion not to award any order under this tender call. This decision does not commit AAI to pay any
costs or loss incurred directly or indirectly what so ever.
ii) If the tenderer deliberately gives wrong information in his tender, AAI reserves the right to reject such
tender at any stage or to cancel the contract.
iii) Canvassing whether directly or indirectly, in connection with bidder is strictly prohibited and the
bids submitted by the contractors who resort to canvassing willbe liable for rejection.
39. DIFFERENCE BETWEEN L-1 BIDDER AND L-2 BIDDERS (L1 remains L1):-
At the time of preparation of final bill, the full bill value shall be prepared for both agencies who had
quoted L1 & L2 rates for all tendered items (excluding Extra Items based on market rate). The final bill
shall be paid as per lowest of the two final bills. Theamount of final bill to be paid will be restricted to the
lowest amount among them afterdeducting Rs. 1/- so that the firm remains L-1.
Issued to:
TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F, Specificationsapplicable,
Drawings & Designs, General Rules and Directions, Conditions of Contract, Clauses ofcontract, Special
conditions, Schedule of Rates & other documents and Rules referred to in the conditions of contract and all
other contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the Chairman Airports Authority of India within the
time specified in Schedule 'F', viz., schedule of quantities and in accordance in all respects with the Rules and
Directions and in Clause 8 of the General terms & conditions and with such material as are provided for, by and
in respects in accordance with, such conditions so far as applicable.
We agree to keep the tender open for Ninety (90) days from the date of opening of financial bid and not to make
any modifications in its terms and conditions. A sum of Rs. 28,471.00 (Rupees Twenty-Eight Thousand Four
Hundred Seventy One Only) is hereby online through payment gateway on GeM Portal as earnest money.
Further, if I/We fail to commence work as specified, I/We agree that Chairman, AAI or his successors in Office
shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money
absolutely, otherwise said earnest money shall be retained by him towards security deposit to execute all the
works referred to in the tender documents upon the terms and conditions contained or referred to therein and to
carry out such deviations as may be ordered, up to maximum of the percentage mentioned in Schedule ‘F’ and
those in excess of that limit at the rates to be
Date:
Witness:
Postal Address
Address:
Occupation:
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by
competent authority on behalf of the Chairman, Airports Authority of India for
sum of
Rs. (Rupees
The letters referred to below shall from part of this contract Agreement:-(i)
(ii)
(iii)
Signature
Designation
Dated........................
• Accepting Authority shall mean the officer empowered to accept this bid.
SM (Engg-Elect), AAI, Tezu Airport, Tezu, Arunachal Pradesh-7 9 2 0 0 1 will be the Accepting
Authority for this bid.
• Consignee means the person to whom the stores are to be dispatched by air or steamer, road, rail as specified in
the agreement/ acceptance of bid. SM (Engg-Elect), AAI, Tezu Airport, Tezu, Arunachal Pradesh-
7 9 2 0 0 1 will be the consignee for this contract.
• Contract means the documents forming the bid and acceptance thereof and the formal agreement executed
between competent authority on behalf of the Chairman, Airports Authority of India and the Contractor, together
with documents referred to therein including these conditions, the specifications, designs, drawings and
instructions issued from time totime by the Engineer-in-Charge and all these documents taken together, shall be
deemed to form one contract and shall be complementary to one another.
• Delivery shall means stores to be supplied in finished and complete condition ready for use. The delivery shall
deem to have been taken place, on delivery of the stores in accordancewith the term of the contract to the
consignee at the destination. Tezu Airport Tezu shallbe the destination for this contract. Agency has to supply
the materials within minimum timeas decided by EIC or his authorized representative.
• Completion of supply: Date of delivery in the stores at Tezu Airport Tezu by the agency in Full Quantity.
• Particulars include:
Specification
Trade pattern, that is to say, a pattern, stores confirming to which are obtainable in the open market and which
denotes a standard of Bureau of Indian standards or other standardizingauthority or general standards of the
Industry.
Proprietary mark or brand means the mark or brand of a product, which is registered by an industrial firm. Any
other details governing the construction, manufacture or supply of stores may be prescribed in the contract.
• Purchaser shall mean the Airports Authority of India which term also includes their successors in law.
• Contractor shall mean the individual, firm or company whether incorporated or not, undertaking the works and
shall include the legal, personal representative of such individualor the persons composing such firm or company,
or the successors of such firm or company and the permitted assignees of such individual or firm or company.
The words Tenderer, supplier, bidder and firm shall also mean the Contractor.
• The Engineer-In-Charge: - means the Engineer officer who shall supervise and be in- charge of the work and
who shall sign the contract on behalf of the Chairman, Airports Authority of India as mentioned in Schedule ‘F’
hereunder. SM (Engg-Elect), AAI, Tezu.Airport, Tezu shall be the Engineer - In – charge for this contract.
• Test shall mean such test or tests as are prescribed by the specifications to be performed bythe supplier, or his
nominee, after manufacture before dispatch, at supplier’s factory. The same to be submitted for particular Spares.
• Stores shall mean the goods specified in the schedule, which the contractor has agreed to supply under the
contract.
• Writing shall include any manuscript, typewritten or printed statement under/over signature or seal of either of the
parties as the case may be.
• Authority of Person who signs the tender and subsequent correspondence on behalf of the contractor. A person
signing the tender or any other document in respect of the contact onbehalf of the contractor without disclosing his
A.A.I. C-NIL / I-NIL / O-NIL 29
authority to do so shall be deemed to warrant that he has authority to bind the contractor. If it is discovered at any time
that the person so signing had no authority to do so, the purchaser may, without prejudice to any other right or remedy
of the purchaser, cancel the contract and forfeit the EMD as available with AAI.
• Address of the parties for Notices and Communications for all purposes of the contract,including arbitration
there under, the addresses of the parties mentioned above should be the addresses to which all communications shall
be sent, unless the parties have notified a change by a registered post acknowledgement due. The parties shall
be solely responsible for the consequence of an omission to notify a change of address in the manner aforesaid.
2.0 Tender Form
• Tender Documents will be available on GeM Portal & will be downloaded through GeM E- tender portal must be
submitted within the due date as specified.
GUIDANCE FOR SUBMISSION OF E-Bid
The bidder shall quote the rates in English language and international numerals. The rate shall be in
whole numbers. These rates shall be entered in figures as well as in words. In the event of the order
being awarded, the language of all services, manuals, instructions, technical documentation etc.provided for under
this contract will be English. The rates quoted shall be in Indian
Rupees.
EMD of the value of Rs. 25,132/-(Rupees Twenty Five Thousand One Hundred Thirty TwoOnly) will be required to
be paid ONLINE on GeM Portal.
EMD in the form of Cash or any other form shall not be accepted. The tender of the bidder who failto submit the EMD
before the stipulated time shall be rejected outright.
The refund of EMD to tenderers who fail to qualify in the eligibility / technical criteria, shall be initiated online. For all tenderers
who qualify and their financial bids are opened, their EMD of all such tenderers,except L-1, shall be refunded to their source
account.
6.1 Defect Liability Period: - The Defect Liability Period shall be 06 (Six) Months from the Certified date
of completion of work. The Security Deposit shall be released only after satisfactory completion of Defect
Liability Period
9.1 The time for completion of the works shall, in the event of any deviations resulting in additional cost over the
tendered value sum being ordered, be extended, if requested by the contractor, as follows:
(i) In the proportion which the additional cost of the altered, additional or substituted work, bears to the original
tendered value plus
(ii) 25% of the time calculated in (i) above or such further additional time as may be considered reasonable by
the engineer-in-charge.
In the case of contract items, substituted items, contract cum substituted items, which exceed the limits laid down
in schedule F, the contractor may within fifteen days of receipt of order or occurrence of the excess, claim
revision of the rates, supported by proper analysis for the work in excess of the above mentioned limits, provided
that if the rates so claimed are in excess of the ratesspecified in the schedule of quantities, the Engineer-in-
Charge shall within Six weeks of receipt of the claims supported by analysis, after giving consideration to the
analysis of the rates submitted by the contractor, determine the rates on the basis of the market rates and the
contractor shall be paid in accordance with the rates so determined.
9.5 The provisions of the preceding paragraph shall also apply to the decrease in the rates of items for the work in excess of
the limits laid down in Schedule F, and the Engineer-in-Charge shall after giving notice to the contractor within
one month of occurrence of the excess and after taking intoconsideration any reply received from him within
fifteen days of the receipt of the notice, revise therates for the work in question within one month of the expiry of the
said period of fifteen days having regard to the market rates.
10.0 Contents of Tender: The tender will be in Two Bid Envelopes as mentioned in NIT.
From, To,
Name & Address SM (Engg. -Elect), Airports
Authority of India, Tezu,
Airport, Tezu
Purchase Order No: - Arunachal Pradesh - 792001.
For every dispatch, packages must be marked with serial progressive numbering. All packages that require special
handling and transport would have their center of gravity and points at which they may be slung or gripped clearly indicated
and marked “Attention Special Load handle with care” inEnglish language. A copy of packing list shall be put along with the
materials inside each case/ crate/ carton.
17.0 Standards
All designs, materials, manufacturing techniques and workmanship shall be in accordance with highest accepted
standards for this type of spares/items. The tenderer shall also state, whereapplicable, the national or other
International Standard (s) to which the whole or any specificpart, of the equipment or system complies.
In addition to any other information/ description, the tenderers may wish to provide, the features/performance figures specified/
indicated with supporting documents/ calculations.
All figures indicated by the tenderers must be fully qualified and subject to coordinate performance.
22.0 Correspondence: - All correspondence with AAI would be directly made by the tenderer or hisauthorized representative only.
Correspondence through agents will not be relevant to the contract.
The arbitration shall be conducted in accordance with the provisions of the Arbitration and Conciliation Act, 1996 (26 of
1996) or any statutory modification or re-enactment thereof and the rules made there under and for the time being in force
shall apply to the arbitration proceeding under this clause.
It is also a term of this contract that the arbitrator shall adjudicate on only such disputes as are referred to him by the
appointing authority and give separate award against each dispute and claim referred to him and in all cases where the
total amount of the claims by any party exceeds Rs.1, 00,000/-, the arbitrator shall give reasons for the award.
It is also a term of the contract that if any fees are payable to the arbitrator, these shall be paid equally by both the parties.
It is also a term of the contract that the arbitrator shall be deemed to have entered on the reference on the date he issues
notice to both the parties calling them to submit their statement of claims and counter statement of claims. The venue of
the arbitration shall be such place as may be fixed by thearbitrator in his sole discretion. The fees, if any, of the arbitrator
shall, if required to be paid beforethe award is made and published, be paid half and half by each of the parties. The cost
of the reference and of the award (including the fees, if any, of the arbitrator) shall be in the discretion ofthe arbitrator who
may direct to any by whom and in what manner, such costs or any part thereof shall be paid and fix or settle the amount of
costs to be so paid.
a) The benefit as above MSEs shall be available only for goods/ services produced and providedby MSEs for
which they are registered.
b) MSEs seeking exemption and benefits shall enclose an attested/ self-certified copy of valid registration certificate
giving details of such validity, stores/ services etc. in envelop-1 failing which they run the risk of their bid being passed
over as ineligible for the benefits applicable to MSEs.
Price Preference.
Further in tender participating MSEs quoting price within the price band of L1+15 percent. Shall also be allowed
to supply a portion of requirement by bringing down their prices to L1 price in a situation where L1 price is from
someone other than a micro and small enterprise and such micro and small enterprises shall be allowed to
supply at least 20 percent of total tendered value in case of more than one such MSEs the supply will be shared
proportionately (to tendered quantity) further out of 20%, 4% (20% of 20%) shall be from MSEs owned by
SC/ST entrepreneurs. This quota is to be transferred to other MSEs in case of non-availability of MSEs
owned by SC/ST enterprises.“In case of tender item is non-splitable or non-dividable etc. MSE quoting price within
price band L1+15% maybe awarded for full/complete supply of total tendered value to MSE, considering spirit of
policy for enhancing the Govt. procurement from MSE.”
SCHEDULE ‘B’
No Materials will be issued to contractors
SCHEDULE ‘C’
No tools and plants to be hired to the contractor
SCHEDULE ‘D’
Extra schedule for specific requirements/documents for the work, if any as per written under
SCHEDULE ‘E’
Schedule of Component of, other Materials, Labour etc. for price escalation: N/A
CLAUSE 10 CC
Component of civil (except cement, steel reinforcement bars, steel structural and bitumen)/ Electrical construction
Material-expressed as percent of total values of work.
N/AComponent of labour-expressed as percent of total value of work.
Component of P.O.L Expressed as percent of total value work.
SCHEDULE ‘F’
Reference to General Conditions of contract (GCC can be downloaded from AAI, website)
Name of work:- Supply of GLF Spares for Day to Day Maintenance at Tezu Airport During 2023-24
(i) Estimated cost of work : Rs. 14,23,556/- with GST
(ii) Earnest money Deposit : Rs. 28,471/-
(iii) Performance Guarantee : N/A
(iv) Security Deposit : 10% of Contract amount for works costing up to Rs. 5.00 Cr
(v) Defect Liability Period : Six (06) Months from the Certified Date of Completion
CLAUSE 1
(i) Time allowed for submission of performance Guarantee from the date of Issue of letter ofacceptance:
N/A
(ii) Maximum Allowable Extension beyond the period (provided in “i”) above : N/A
CLAUSE 2
Authority for fixing compensation under clause 2: As per AAI, DOP
CLAUSE 2A
Whether clause 2A shall applicable: N/A
CLAUSE 5
Number of day from the date of issue of letter Acceptance for
reckoning date of start: as mentioned in award / contract letter issued by GeM.
Mile Stone(S) as per table given below:
Table of Mile stone(S)
Not Applicable
Time allowed for execution of work: 02(Two) Months.Clause 6, 6A
Clause applicable-(6 or 6A): Clause-6
Clause 10A
List of testing equipment to be provided by the contractor at site: N/A
Clause 10B (ii)
Whether clause 10 B (ii) shall be applicable: N/A
Clause 10CA
Materials covered under this Clause / Nearest Materials for which all India Wholesale Price Index is to be followed / BasePrice of all Material
covered under Clause 10CA
…………………………………………………………N/A………………………………………………………………..
CLAUSE 10CC
Clause 10CC to be applicable in contracts with stipulated period of Completion exceeding the periodshow in text
column: N/A
Clause 11
of work
Any other test equipments required at the time of execution of work at site other than theabove list shall also
be provided by Contractor
Clause 36 (i)
S.No. Minimum Discipline Designation Rate at which
Qualification of (Principal recovery shall be
Technical Technical/Tec made from the
Representative hnical contractor in the
Number
Representative event of not fulfillingprovision
) of
Experience
Minimum
Clause 36(I)
1 N/A
Assistant Engineers retired from Government services that are holding Diploma will be treatedat par with Graduate
Engineers.
Clause 42
(i) Schedules/Statement for determining theoretical quantity of cement & bitumen on thebase of Delhi
Schedule of Rates 2022 printed by C.P.W.D. : N/A
(ii) Variations permissible on theoretical quantities : N/A
(a) Cement for works with estimated cost put to Tender not more than Rs. 5.00 Lacs : N/A
(b) For works with estimated cost put to Tender more than Rs. 5.00 Lacs : N/A
(c) Bitumen for all works : N/A
(d) Steel reinforcement and structural steel Section for each diameter, section and category : N/A
(e) All other materials : N/A
FORM OF BANK GUARANTEE IN LIEU OF SECURITY DEPOSIT & AMOUNT WITHHIELD AGAINST COMPENSATION FOR
DELAY IN INDIVIDUAL CONTRACT
(on Non-Judicial Stamp Paper of Rs.100/-)
[Refer Clause 2B ]
To
The Airports Authority of India
…………………………………….
……………………………………..
1. In consideration of the Airport Authority of India having its head office at New Delhi [hereinafter called the “AAI” which expression shall unless
repugnant to the subject or context include its administrator, successors and assigns) having agreed under the terms and condition of Contract
Agreement No. ………………………dated……………made between……….and AAI in connection with the work of
…………………….(hereinafter called the said contract) to accept Deed of Guarantee as herein provided for
Rs…………………….(Rupees……………..only) from a Nationalized Bank in lieu of the Security deposit to be made by the contractor or lieu of
the amount withheld towards compensation for delay pending final extension of time to be made from the contractors contained in the said
Contractor.We, the………………bank (hereinafter referred to as “the said Bank” and having our registered office at ……………………do hereby
under take and agree to identify and keep indemnified AAI from time to time to the extent of
Rs……………………(Rupees……………………….only) against any loss or damage, cost,, charges and expenses caused to or suffered by or
that may be caused to or suffered by AAI by reason of nay breach or breaches by the said Contractor of any of the terms and condition contained
in the said contract and to unconditionally pay the amount claimed by AAI on demand and without demur to the extent aforesaid.
2. We ……………………………… Bank, further agree that AAI shall be the sole judge of and as to whether the said Contractor has committed
any breach or breaches of any of the terms and conditions of the said contract and the extent of loss, damage, costs, charges and expenses
caused to or suffered by or that may be caused to or suffered by AAI on account thereof and the decision of AAI that the said Contractor has
committed such breach and breaches and as to the amount or amounts of loss, damage, costs, charges and expenses caused to or suffered of
that may be caused to or suffered by AAI from time to time shall be final and binding on us.
3. We, the said Bank, further agree that the Guarantee herein contained shall remain in full force and effect during the period that would be taken
for the performance of the said contracts and till all the dues of AAI under the said contract or by virtue of any of the terms and conditions
governing the said contract including compensation for delay if any as decided by AAI, have been fully paid and its claims satisfied or discharged
and till the Accepting Authority of the contract certifies that the terms and condition and accordingly Contract have been fully and properly carried
out by the said contractor and accordingly discharges this guarantee subject, however that AAI shall have no claim under this Guarantee after
90(Ninety) days from the date of expiry of the defects Liabilities periods or Final /Extension of Time grated by AAI as provided available in
agreements clause no……………..as provided in the said Contract, i.e……….(date) or from the date of cancellation of the said contract, as the
case may be, unless a notice of the claim under this Guarantee has been served on the Bank before the expiry of the period in which case the
same shall be enforceable against the Bank notwithstanding the fact, that the same is enforced after the expiry of the said period.
4. AAI shall have the fullest liberty without affecting in any way the liability of the bank under this Guarantee or Indemnity from time to time to
vary any of the terms and conditions of the said contract or to extend time of performance by the said Contractor or to postpone for any time and
form time to time any of the powers exercisable by it against the said Contractor and either to enforce or forbear from enforcing any of terms and
conditions governing the said contract or securities available to AAI and the said Bank shall not be released from its liability under these present
by any exercise by AAI of any liberty with reference to the matters aforesaid or by reason of time being given to the said contractor or any other
forbearance, act or omission on the part by AAI or any indulgence by AAI to the said Contractor or any other matter or thing whatsoever which
under the law relating to sureties would but for this provision have the effect of so releasing the Bank from its such liability.
5. It shall not be necessary for AAI to proceed against the contractor before proceeding against the Bank and the Guarantee herein contained
shall be enforceable against the Bank, notwithstanding any security which AAI may have obtained or obtain from the Contractor at the time when
proceedings are taken against the Bank hereunder be outstanding or unrealized.
6. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except with the previous consent of AAI in writing and
agree that any charge in the Constitution of the said Contract or the said Bank shall not discharge our liability hereunder.
1.
2.
For and on behalf of (The Bank)
Signature _________________________
Name & Designation ________________
Authorizations No. ___________________
Name & Place _____________________
Bank’s Seal ________________________
Request letter: Transmission of Bank Guarantee Cover Message (to be submitted by applicant to BG
issuing bank)
Sub: inclusion of unique identifier code of AAI while transmitting BG cover messages wherebeneficiary bank is
ICICI Bank (IFSC – ICIC0000007)
Thanking You,
Sub: - My/ Our Bank Guarantee bearing No........dated…….for amount……. Issued infavour of
Airports Authority of India A/c…………..
Sir,
The subject Bank Guarantee is obtained from your bank for the purpose of Security Deposit/ Earnest
Money/ Performance/ Quality Protection Guarantee on account of contract awarded/ to be awarded by M/s Airports
Authority of India to me/ us.
I hereby authorized the Airports Authority of India in whose favour the deposit is madeto close the subject
Bank Guarantee before maturity/ on maturity toward adjustment of dueswithout any reference/ consent/ notice from
me/ our side and the bank is fully discharged bymaking the payment to Airports Authority of India.
Place:
Date:
1 ELEVATED RUNWAY/ MANUFACTURERS WHO MEET ICAO REQUIREMENT FOR ISO CATEGORY
TAXIWAY/APPROACH CANDELA AS SPECIFIED IN ANNEXURE-14 -1
LIGHT FITTINGS
2 LED BASED TAXIWAY MANUFACTURERS WHO MEET ICAO REQUIREMENT FOR ISO CATEGORY
FITTINGS (INSET/ CANDELA AS SPECIFIED IN ANNEXURE-14 -1
ELEVATED)
3 INSET TYPE LIGHT MANUFACTURERS WHO MEET ICAO REQUIREMENT FOR ISO CATEGORY
FITTINGS CANDELA AS SPECIFIED IN ANNEXURE-14 -1
4 PAPI AMA/MANUFACTURES WHO MEET ICAO REQUIREMENT CATEGORY
-1
5 LENSES/FILTERS THORN/IDAM-OY/CEGELEC/ADB/ERNI/YOUYANG OR AS CATEGORY
RECOMMED BY OEM -1
6 LAMPS (T-14,T-10, JS LAMPS/KOILITE/PHILIPS CATEGORY
SPERICAL) -3
7 LAMPS (HALOGEN) OSRAM/PHILIPS/YOUYANG OR AS RECOMMED BY OEM CATEGORY
-3
8 ISOLATING CAT-A BILDAL/AMA/ELECTROMACH/THORN/IDMAN- CATEGORY
TRANSFORMERS OY/CEGELEC/ADB/YOUYANG -1
CAT-B CTC & ALL MAKES IN CAT-A
9 CONSTANT CURRENT CAT-A&B HONEYWELL/HIND/RECTIFIER/AMA/NASU/THO CATEGORY
REGULATORS RN/IDMAN-OY/CEGELEC/ADB/YOUYANG -1
10 5KV GRADE AIRFIELD CAT-A&B KEI/ALOKE/RALLISION/BHANSAL/GLOSTER/DY CATEGORY
LIGHTING CABLE NAMIC & MANAUFCTURER HAVING 11KV -1
GRADE BIS/FAA CERTIFIED CABLES
11 PLUGS & RECEPTACLE CAT-A&B AMA/BIDAL/ALOKE/BCH/NEPTUNE- CATEGORY
BALS/VASANTH/ YOUYANG -2