You are on page 1of 49

TENDER DOCUMENT

(Tender ID: 2018_9085_AAI_-1)

Name of work: Filing of GST Returns for Airports Authority of India, Karnataka Region,
Bangalore, for a period of 12 months from April, 2018 to March, 2019”

CRITICAL DATE SHEET


1 Published Date 15-03-2018 at 18.00 Hrs.
2 Bid Document Downloaded/Sale start date 15-03-2018 at 18.00 Hrs.
3 Clarification Start Date 15-03-2018 at 18.00 Hrs.
4 Bid Document Download/Sale End Date 26.03.2018 upto 14.00 Hrs.
5 Bid Submission Start Date 15-03-2018 at 18.00 Hrs.
6 Bid Submission End Date 26.03.2018 upto 15.00 hrs.
7 Last date and time of submission of original Demand Draft 27.03.2018 upto 16.00 hrs.
against EMD and Tender Fee, signed hard copy of AAI
Unconditional Acceptance Letter and other offline supporting
documents as per NIT to Bid Manager
8 Bid Opening date: Cover- I (EMD/Tender FEE/Unconditional 27.03.2018 at 16.30 hrs.
Acceptance letter/Power of Attorney/GST Undertaking) and
other documents as mentioned in NIT.
9 Bid Opening date : Cover II (Price Bid) Will be intimated to the
bidders through on line

Tender Fee : Rs. 1120.00 (Rs.1000 + GST 12%)-Non


Refundable
Estimate Cost : Rs. 2,40,000/- (Excluding GST)
EMD Amount : Rs. 4,800/-

Certified that this Draft NIT Contains 42 Pages numbered serially from 01 to Pages.

Sd/ -
General Manager (CIC),
AAI, Bangalore Airport, Bangalore
AIRPORTS AUTHORITY OF INDIA
BANGALORE AIRPORT : BANGALORE - 560017

INDEX
___________________________________________________________________________________
SL. No. Description Page No.
________________________________________________________________________________
1. E-Tender Notice 03 - 07
2. Mandatory Check List Annexure ‘A’ (PQ Proforma) 08 - 9
3. Declaration 10
4. Instructions for Online Bid Submission 11 - 13
5. Notice Inviting Tender 14 - 18
6. General Conditions of Contract 19 - 25
7. General Rules & Directions 26 - 29
8. FORMATS
a. Affidavit for no dues (Annexure – B) 30
b. Affidavit for minimum wages act (Annexure-C)(Deleted) 31
c. Undertaking for L-1 before award of work
(Annexure – D) 32
d. E-Payment Details (Annexure-E) 33
e. Unconditional Acceptance Letter (Annexure F) 34-35
f. MSME Declaration (Annexure MSME- G) 36
g. GST Undertaking (Annexure – H) 37
h. Tender & Contract for Work (Annexure-I) 38
i. Tender (Annexure – J) 39

j. Acceptance (Annexure-K) 40
k. Offer/Details to be submitted (Annexure-L) 41 - 42
l. Schedule of Quantity (Annexure – M) 43
m.Copy of Agreement (Annexure – N) 44 - 46

TOTAL 46 Pages

Certified that this tender document contains total 46 (Forty Six only) pages including index and
cover pages.

Sd/ -
General Manager (CIC),
AAI, Bangalore Airport, Bangalore
NOTICE INVITING e-TENDER (Two Envelopes Open Tender)
(Tender ID: 2018_AAI_)
AAI/BG/F&A/DP/17-18/ Date: 15-03-2018

1. E-tenders are invited through the CPP e-tendering portal by General Manager (CIC),
Airports Authority of India, Bangalore Airport, Bangalore, Karnataka - 560017, (Bid
Manager) on behalf of Chairman, A.A.I. from the eligible contractors for the work of
Filing of GST Returns for Airports Authority of India, Karnataka Region, Bangalore,
for a period of 12 months from April, 2018 to March, 2019 at an estimated cost of
Rs.2,40,000.00 (Excluding GST) with period of completion 12 (Twelve) Months
extendable by further Six months on same terms and conditions on satisfactory
performance during the Twelve months.

2. The tendering process is online at NIC e-portal URL address


https://etenders.gov.in/eprocure/app Aspiring bidders may go through the tender
document by “Login CPP Portal”.

3. Prospective Tenderers are advised to get themselves acquainted for e-tendering


participation requirements available at “INSTRUCTION FOR ONLINE BID
SUBMISSION”, register themselves at NIC e-tender Portal, obtain ‘User ID’ &
‘Password’ and go through the ‘Self Help Files’ available in the Home Page after log
into the Portal “http://etenders.gov.in.” They should also obtain Class II or Class III
Digital Signature Certificate (DSC) in parallel which is essentially required for
submission of their application. The process normally takes 03 day time. The tenderer
may also take Guidance from AAI Help Desk Support (Contact Details mentioned in
Tender Document). Bidders are advised to visit CPP Portal Website regularly to keep
themselves updated as any change/modification in the tender will be intimated
through this website only.

4. Tender Documents may be downloaded from CPP Portal:


http://etenders.gov.in/eprocure/app and Airports Authority of India web site
www.aai.aero (For Reference only) as per the Schedule [Critical Dates] given below:
CRITICAL DATES
CRITICAL DATE SHEET
1 Published Date 15-03-2018 at 18.00 Hrs.
2 Bid Document Downloaded/Sale start date 15-03-2018 at 18.00 Hrs.
3 Clarification Start Date 15-03-2018 at 18.00 Hrs.
4 Bid Document Download/Sale End Date 26.03.2018 upto 14.00 Hrs.
5 Bid Submission Start Date 15-03-2018 at 18.00 Hrs.
6 Bid Submission End Date 26.03.2018 upto 15.00 hrs.
7 Last date and time of submission of original Demand Draft 27.03.2018 upto 16.00 hrs.
against EMD and Tender Fee, signed hard copy of AAI
Unconditional Acceptance Letter and other offline
supporting documents as per NIT to Bid Manager
8 Bid Opening date: Cover I (EMD/Tender 27.03.2018 at 16.30 hrs.
FEE/Unconditional Acceptance letter/Power of
Attorney/GST Undertaking) and other documents as
mentioned in NIT
9 Bid Opening date : Cover II (Price Bid) Will be intimated to the bidders
through on line
BID SUBMISSION: The Following Two E-Covers shall be submitted through online
CPP Portal by the Bidders as per Critical Dates given above and in physical form as
mentioned at Para No. 5.

E-Cover – I shall contain the following Documents:

a. Scanned Copy [in PDF Format] of Tender Fee (Non-Refundable) of Value Rs.
1120/- (Rs. 1000+GST @ 12%) in the Form of Demand Draft drawn in favour of
“Airports Authority of India” payable at Bangalore.
b. Scanned Copy [in PDF Format] of Earnest Money Deposit [EMD] of Value Rs.
4,800.00 (Rupees Four Thousand Eight Hundred only) in the Form of Demand
Draft drawn in favour of “Airports Authority of India” payable at Bangalore.
c. Scanned Copy [in PDF Format] of Unconditional Acceptance of AAI’s Tender
Conditions as per “Annexure-F”.
d. Scanned Copy [in PDF Format] of Authorization Letter/Power of Attorney if
applicable.
e. Scanned Copy [in PDF Format] of Permanent Account Number (PAN).
f. Scanned Copy [in PDF Format] Registration of GST
g. Scanned Copy [in PDF Format] of Work Experience Certificates.
h. Scanned copy (in PDF Format) of Certificate from ICIA/ICWAI for practice.
i. Scanned copy (in PDF format) for the following :-
The Lead Partner/Proprietor/Individual/Indirect Tax Consultant, who have
satisfactorily completed the three similar jobs each of 40%; two each of 50% one
work of 80% of similar nature during the last seven years as on 31-03-2017 and
Financial Turnover of 30% during the last three years as on 31-03-2017.
j. Scanned Copy [in PDF Format] of PQ Proforma (Annexure – A)
k. Digitally Signed AAI Tender Document.
The tenderer shall upload the digitally signed file of scanned documents, PQ
Performa and firm’s bio-data in support of their meeting each criterion mentioned
above in the CPP Portal. Hard copy of application shall not be entertained. Bid
documents may be scanned with 100 dpi with black and white option which helps in
reducing size of the scanned document.

E-Cover – II shall contain The Price Bid. The Tenderer shall upload the digitally
signed Schedule of Price Bid in the Form of BOQ.xls. Bidders may please note, the
Schedule of Quantities is available in the E-Portal. The same (BOQ) shall be
downloaded and be filled in the editable (unprotected) cells only and they should
necessarily submit their Financial Bids in the format provided after entering the
financial quotes, Name of Bidder etc. No other cells (protected-un-coloured) should
be changed. Once the details have been completed, the bidder should save it and
submit it online, without changing the filename. If the BOQ File is found to be
modified/altered in protected un-coloured cells by the bidder, the respective bid will
be rejected and EMD will be forfeited.
5. SUBMISSION OF ORIGINAL TENDER FEE/EMD/DOCUMENT:
Original Tender Fee DD and EMD DD along with Original Hard Copy of Signed
Un-conditional Acceptance of AAI’s Tender Conditions shall be submitted to the
Office of General Manager (CIC), AAI, HAL Airport, Vimanapura, Bangalore – 560
017 on or before Critical Date given above. Tender of the Tenderer who has not
submitted the above DDs and Document within the prescribed Time Limit will be
summarily rejected. Any postal delay will not be entertained. The details of the Tender
Fee, Earnest Money Deposit (EMD) and Unconditional Acceptance Letter Document,
and other relevant documents required as per Page No. 4 - a) to n) submitted
physically to the Bid Manager and the scanned copies uploaded in the CPP Portal
should be the same. Otherwise the Tender will be summarily rejected.

6. BID OPENING PROCESS:


E-Cover-I: Containing Documents uploaded by the Contractors [who has submitted the
Hard Copies as per Para 5 above], shall be opened on the Date as specified in the
Critical Date Table. If any clarification is needed from the bidder about the deficiency in
uploaded documents, the Agency will be asked to provide it through Short Fall
Documents folder in e-tendering Portal. The bidder shall upload the requisite
clarification/documents within time specified by AAI, failing which tender will be
liable for rejection. The intimation regarding acceptance / rejection of their bids will be
intimated to the contractors through CPP Portal only.
E-Cover-II: The Financial Bids of the Contractors found to be meeting the qualifying
requirements shall be opened on the Date as specified in the Critical Date Table.
However, depending on Cover-I evaluation, any changes in the date of Price Bid
Opening shall be intimated through e-tendering portal.

7. REFUND OF EMD
Refund of EMD of unsuccessful bidders who fail to qualify the eligibility stage shall be
initiated within minimum 7 days of their rejection. For all bidders who qualify and
their financial bids are opened the refund of EMD of all unsuccessful bidders shall be
processed within minimum 7 days of opening of the financial bid.

8. DOCUMENT REQUIRED FOR AVAILING BENEFITS UNDER MSME ACT


FOR NSIC/MSME FIRMs:
The following Procedure is adopted for the bidders registered with NSIC/MSMEs:-
Micro, Small and Medium Enterprises (MSMEs) – registered with District Industries
Centers or Khadi and Village Industries commission or Khadi and Village Industries
Board or Coir Board or National Small Industries Corporation or Directorate of
Handicraft and Handloom or any other body specified by the Ministry of Micro, Small
and Medium Enterprises as per MSMED Act 2006, and further amendments for goods
produced and service rendered – shall be issued Tender Documents free of cost, shall
be exempted from paying Earnest Money Deposit (EMD) and price preference shall be
applicable subject to fulfilling the following criteria.

The price preference to MSEs shall be applicable as per prevailing government


norms/public procurement policy.
The MSMEs who intent to claim benefits under MSME Act, shall fulfill the following
criteria. Otherwise they run the risk of their bid being passed over as “INELIGIBLE” for
the benefits applicable to MSMEs and their bid will not be considered for evaluation.
Criteria

a. MSMEs which are specified by the Ministry of Micro, Small and Medium
Enterprises under MSMED Act 2006 and Public Procurement Policy, 2012 as
Manufacturing/Service Enterprises should have registered with NSIC under its
Single Point Registration Scheme (SPRS).
b. NSIC Certificate with Monetary Limit indicated should be valid on the
scheduled date/ extended date of submission of tender. Certificates without
monetary limit will not be considered.
c. The items of Product/Services mentioned under NSIC certificate should be the
same or similar to the tendered items (Schedule of Items of Tender).
d. The monetary limit stipulated in the NSIC certificate of MSEs should be equal or
more than the value of work(s)/Supply is/are “In hand(Progress)” awarded
under MSME benefits during the financial year plus estimated cost of this tender
for availing EMD exemption . MSMEs shall submit the Pro-forma attached in
Annexure “MSME-A” duly attested by Notary Public which shall be uploaded in
the E-Cover – I.
e. If monetary limit is less than the value of work(s)/Supply is/are “In hand
(Progress)” awarded under MSME benefits during the financial year plus
estimated cost of this tender, they should obtain “Competency Certificate” from
NSIC for participating in this tender as well as to avail MSME benefits. The
Competency Certificate should be uploaded in the E-Cover – I.
During the bid evaluation, EMD exemption shall be granted to the NSIC/ MSMEs registered
firm. In case the NSIC/ MSMEs Registration Certificate is found invalid during evaluation, the
bid of such bidder shall be rejected and tender fee shall not be refunded. Those firms who fail
to submit/upload valid NSIC Certificate in the E-Cover – I will be rejected out-rightly.

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 issue of tender document to working agencies whose
performance at ongoing project(s) is below par and usually poor and has been issued
letter of restrain / temporary / permanent debar by any department of AAI. AAI
reserve the right to verify the credential submitted by the agency 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 firm then AAI shall take the following action:
a. Forfeit the entire amount of EMD submitted by the firm.
b. The agency shall be liable for debarment from tendering in AAI, apart from
any other appropriate contractual/legal action.

11. Consortium / JV companies shall not be permitted. No single firm shall be permitted to
submit two separate applications.
12. Purchase preference to Central Public Sector Undertaking shall be applicable as per the
directive of Govt. of India prevalent on the date of acceptance.

13. Public Procurement Policy for Micro, Small and Medium Enterprises registered under
MSME Act, shall be followed as per the directives of Government of India prevailing at
the date of acceptance.

14. If the entity participating in any of the tenders is a private or public limited company,
partnership firm or proprietary firm and any of the Directors/ Partners/ Proprietor of
such company is also a director of any other company or partner of a concern or a sole
proprietor having established business with AAI and has outstanding dues payable to
the Authority, then the said entity shall not be allowed to participate in AAI tenders.

Manager (F&A)
For General Manager (CIC),
Airports Authority of India,
HAL Airport, Bangalore.
MANDATORY CHECK LIST (ANNEXURE-A) (PQ PROFORMA) (To be uploaded by applicants in E-
Cover-I)

1.0 Name, Address, Organization ID, Tel. /Fax No. & e-mail
address of Bidder (Mandatory)

2.0 PAN

3.0 Registration Details (Not applicable for


Specialized Agency)

3.1 Name of Department

3.2 Class of Registration & Upper Tender Limit.

3.3 Validity of Registration

4.0 GST Registration

5.0 Certificate from ICAI/ICWAI for Practice

6.0 Experience Certificate Details

6.1 Work No. 1

6.1.1 Name of Work during last seven years ending on


31.01.2018 in India.

6.1.2 Completion cost

6.1.3 Date of Start

6.1.4 Date of Completion (Stipulated)

6.1.5 Date of Completion (Actual)

6.1.6 TDS Certificate mentioning the Amount.

6.2 Work No. 2

6.2.1 Name of Work during last seven years ending on


31.01.2018 in India.

6.2.2 Completion cost

6.2.3 Date of Start

6.2.4 Date of Completion (Stipulated)

6.2.5 Date of Completion (Actual)

6.2.6 TDS Certificate mentioning the Amount.


6.3 Work No. 3

6.3.1 Name of Work during last seven years ending on


31.01.2018 in India.

6.3.2 Completion cost

6.3.3 Date of Start

6.3.4 Date of Completion (Stipulated)

6.3.5 Date of Completion (Actual)

6.3.6 TDS Certificate mentioning the Amount.

7.0 Annual Financial Turnover

7.1 Year 2014-15

7.2 Year 2015-16

7.3 Year 2016-17

7.4 Average

8.0 EMD Details: (Amount: Rs. 4,800.00)

8.1 DD No. & Date.

8.2 Bank IFSC code


8.3 Account No. of the remitter

9.0 Remarks

Signature of the Authorized Signatory of the contractor / Firm


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.

Signature of the Authorized


Signatory of the contractor / Firm

Note: If any of the supporting documents is submitted in any language other than English, a self-attested
English Version shall be submitted with the respective document, however as mentioned all the
documents duly self-attested shall be submitted.
INSTRUCTIONS FOR ONLINE BID SUBMISSION

The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using
valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in
registering on the CPP Portal, prepare their bids in accordance with the requirements and
submitting their bids online on the CPP Portal.

More information useful for submitting online bids on the CPP Portal may be obtained at:
http://etenders.gov.in/eprocure/app.

REGISTRATION

1. Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: http://etenders.gov.in/eprocure/app) by clicking on the link
“Online Bidder Enrollment” on the CPP Portal which is free of charge.
2. As part of the enrolment process, the bidders will be required to choose a unique username
and assign a password for their accounts.
3. Bidders are advised to register their valid email address and Mobile Numbers as part of the
registration process. These would be used for any communication from the CPP Portal.
4. Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying
Authority recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with their profile.
5. Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.
6. Bidder then logs in to the site through the secured log-in by entering their user ID /
Password and the Password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS

1. There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, Organization
Name, Location, Date, Value, etc. There is also an option of advanced search for tenders,
wherein the bidders may combine a number of search parameters such as Organization
Name, Form of Contract, Location, Date, Other keywords etc., to search for a tender
published on the CPP Portal.
2. Once the bidders have selected the tenders they are interested in, they may download the
required documents / tender schedules. These tenders can be moved to the respective ‘My
Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-
mail in case there is any corrigendum issued to the tender document.
3. The bidder should make a note of the unique Tender ID assigned to each tender, in case they
want to obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS

1. Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2. Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
3. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG
formats. Bid documents may be scanned with 100 dpi with black and white option which
helps in reducing size of the scanned document.
4. To avoid the time and effort required in uploading the same set of standard documents
which are required to be submitted as a part of every bid, a provision of uploading such
standard documents (e.g. PAN Card Copy, Annual Reports, Auditor Certificates etc.) has
been provided to the bidders. Bidders can use “My Space” or ‘’Other Important Documents’’
area available to them to upload such documents. These documents may be directly
submitted from the “My Space” area while submitting a bid, and need not be uploaded
again and again. This will lead to a reduction in the time required for bid submission
process.

SUBMISSION OF BIDS

1. Bidder should log into the site well in advance for bid submission so that they can upload
the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any
delay due to other issues.
2. The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
3. Bidder has to select the payment option as “offline” to pay the tender fee / EMD as
applicable and enter details of the instrument.
4. Bidder should prepare the EMD as per the instructions specified in the tender document.
The original should be posted/couriered/given in person to the concerned official, latest by
the last date of bid submission or as specified in the tender documents. The details of the
DD/any other accepted instrument, physically sent, should tally with the details available in
the scanned copy and the data entered during bid submission time. Otherwise the uploaded
bid will be rejected.
5. Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. If the price bid has been given as a
standard BOQ format with the tender document, then the same is to be downloaded and to
be filled by all the bidders. Bidders are required to download the BOQ file, open it and
complete the white coloured (unprotected) cells with their respective financial quotes and
other details (such as name of the bidder). No other cells should be changed. Once the
details have been completed, the bidder should save it and submit it online, without
changing the filename. If the BOQ file is found to be modified by the bidder, the bid will be
rejected.
6. The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.
7. All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128 bit encryption technology. Data storage
encryption of sensitive fields is done. Any bid document that is uploaded to the server is
subjected to symmetric encryption using a system generated symmetric key. Further this key
is subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the
uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
8. The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
9. Upon the successful and timely submission of bids (i.e, after Clicking “Freeze Bid
Submission” in the portal), the portal will give a successful bid submission message & a bid
summary will be displayed with the bid No. and the date & time of submission of the bid
with all other relevant details.
10. The bid summary has to be printed and kept as an acknowledgement of the submission of
the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

ASSISTANCE TO BIDDERS

1. Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.
2. Any queries relating to the process of online bid submission or queries relating to CPP Portal
in general may be directed to the 24x7 CPP Portal Helpdesk.

CPPP under GeP NIC, Help Desk Services

1. For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk Number :
0120-4200462, 0120-4001002.

Note- Bidders are requested to kindly mention the URL of the Portal and Tender Id in the
subject while emailing any issue along with the Contact details. For any issues/ clarifications
relating to the tender(s) published kindly contact the respective Tender Inviting Authority.
Tel: 0120-4200462, 0120-4001002.
Mobile: 91826246593
E-Mail: support-eproc@nic.in

2. For any Policy related matter / Clarifications Please contact Dept of Expenditure, Ministry of
Finance. E-Mail: cppp-doe@nic.in
3. For any Issues/Clarifications relating to the publishing and submission of AAI tender(s)
a. In order to facilitate the Vendors / Bidders as well as internal users from AAI, Help desk
services have been launched between 0800-2000 hours for the CPPP under GePNIC
https://eprocure.gov.in. The help desk services shall be available on all working days
(Except Sunday and Gazetted Holiday) between 0800-2000 hours and shall assist users
on issues related to the use of Central Public Procurement Portal (CPPP).
b. Before submitting queries, bidders are requested to follow the instructions given in
“Guidelines to Bidders” and get their computer system configured according to the
recommended settings as specified in the portal at “System Settings for CPPP”.
Notice Inviting e-Tender
AIRPORTS AUTHORITY OF INDIA
BANGALORE AIRPORT

E-Tenders are invited by the General Manager (CIC), Airports Authority of India, Bangalore
Airport, Bangalore – 560 017 for and on behalf of the Chairman, Airports Authority of India from
Contractors who are Qualifying the Eligibility Criteria as mentioned in the Notice Inviting e-
Tender, for the work “Filing of GST Returns for Airports Authority of India, Karnataka
Region, Bangalore, for a period of 12 months from April, 2018 to March, 2019 extendable
by further Six months on same terms and conditions on satisfactory performance during
the Twelve months.

A. The Estimated Cost of the Work is Rs. 2,40,000.00 (Rupees Two Lakhs Forty Thousand only)
including GST.
B. The Time Allowed for carrying out the work is 12 Months (Extendable by further six
months on same terms and conditions on satisfactory performance during the twelve
months) to be reckoned as per the Work Award Letter and in accordance with phasing, if
any, as indicated by AAI in the Tender Document/Award Letter.
C. Earnest Money Deposit – Rs 4,800.00 (Rupees Four Thousand Eight Hundred only).
D. The e-Tenders shall be in the prescribed Form as mentioned in CPP Portal.
E. Tender Documents consisting of Schedule(s) of Quantities of the various Classes of Work to
be done, the Conditions of Contract and other necessary documents will be available on CPP
e-Tendering Portal. Tender document can be downloaded from the CPP e-Tendering Portal.
However, to participate in the tender [to submit the tender document], the tenderer must
pay tender fee of Rs.1120.00 (Rs. 1000/- + 12% GST) (Non Refundable).
F. Tenders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their Tenders. A Tenderer shall be deemed to have full
knowledge of the site whether he inspects it or not and no extra charges consequent on any
misunderstanding or otherwise shall be allowed.
G. Submission of e-Tender by a Tenderer implies that he has read this notice and all other
contract documents and has made himself aware of the scope and specifications of the works
to be done.
H. The Original of all the documents submitted by the tenderer, can be asked for verification by
the tendering authority as and when required.
I. A Tenderer shall submit the Tender which satisfies each and every condition laid down in
the entire Tender Document failing which the Tender will be liable to be rejected. Also if the
credentials submitted by the firm found to be incorrect or have some discrepancy/makes
alteration in the tender document downloaded from e portal which disqualifies the firm,
then the AAI shall take the following action:
J. The acceptance of tender will rest with Competent Authority of AAI who does not bind himself
to accept the lowest tender and reserves to himself the authority to reject any or all of the
tenders received without assigning any reason. All tenders in whom any of the prescribed
conditions are not fulfilled or found incomplete in any respect are liable to be rejected. Once
the contractor has uploaded/submitted the digitally signed/original Unconditional Acceptance
Letter accepting the AAI Terms and Conditions, the Contractor is not permitted to upload
any conditional file or put any remarks(s)/condition(s) in/along with the price bid. In case
this condition is found violated, the tender shall be summarily rejected.
K. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and
the tenders submitted by the contractors who resort to canvassing will be liable to rejection.
L. The competent authority on behalf of AAI reserves to himself the right of accepting the whole
or any part of the tender and the tenderer shall be bound to perform the same at the rate
quoted.
M. The Tenderer shall not be permitted to Tender for works in Airports Authority of India F&A
Department responsible for award and execution of contracts, in which his near relative is
posted as Manager- Finance & Accounts or Sr. Officer or a Finance & Accounts Officer in any
capacity. He shall also intimate the names of persons who are working with him in any
capacity or are subsequently employed by him and who are near relatives to any officer in
Airports Authority of India. Any breach of this condition by the contractor would render him
liable to be debarred from Tendering for next 2 years.
N. No officer employed in Finance & Accounts or Administrative duties in any Departments of
the Airports Authority of India is allowed to work as a contractor for a period of one year after
his retirement from Airports Authority of India service, without the previous permission of
the Airports Authority of India in writing. This contract is liable to be cancelled if either the
contractor or any of his employees is found at any time to be such a person who had not
obtained the permission of the Airports Authority of India as aforesaid before submission of
the tender or engagement in the contractor’s service as case may be.
O. The tender for the works remain open for acceptance for a period of 90 (Ninety) Days from the
date
of opening of Tenders (Price Bid). If any tenderer withdraws his tender before the said period or
issue
of letter of acceptance, whichever is earlier, or makes any modifications in the terms and
conditions of
the tender which are not acceptable to the department, then the AAI shall, without prejudice to
any
other right or remedy, be at liberty to forfeit of the said earnest money absolutely as aforesaid.
Further
the tenderer shall not be allowed to participate in the re-tendering process of the work.
notwithstan-
ding above Clause AAI may solicit the tenderers consent to an extension of the period of tender
validity.
The requests and the responses thereto shall be made in writing or by cable, telex or facsimile. If
the ten-
derer agrees to the extension request, the validity of the EMD shall also be suitably extended. A
tenderer granting the request will not be required to / permitted to modify their bid.

P. AAI reserves the right to accept or reject any or all applications without assigning any
reasons. AAI also reserves the right to call of tender process at any stage without assigning
any reason.

Q. AAI reserves the right to disallow, issue of tender documents to working agencies
whose performance at ongoing project(s) is below par and usually poor and has been
issued
letter or restrain/temporary/permanent debar by any department of AAI. AAI reserves
the
right to verify the credentials submitted by the agency at any stage (before or after the
award
of 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 firm then AAI
shall
take the following action :
a) Forfeit the entire amount of EMD submitted by the firm
b) The agency shall be liable for debarment from tendering in AAI, apart from any other
appropriate contractual/legal action.
R. If the entity participating in any of the tenders is a private or public limited
company, partnership firm or proprietary firm and any of the
Director/Partners/Proprietor of such company is also a director of any other
company or partner of a concern or a sole Proprietor having established business
with AAI and has outstanding dues payable to the Authority, then the said entity
shall not be allowed to participate in AAI tenders.
S. This work does not fall under the purview of Public Procurement Policy on goods
and services from micro and small Enterprises (MSEs) by all Central
Ministries/Departments/PSUs of the Government of India, vide Gazette of India
No. 503 dated 26.03.2012.
T. Purchase preference to Central Public Sector Undertaking shall be applicable as per
the directive of Govt. of India prevalent on the date of acceptance.
U. The bidders / service providers shall quote the rate including GST. The GST
percentage shall be included and mentioned in price bid. The lowest tender shall be
decided on the basis of gross cost to AAI which is including GST.
V. The Earnest Money Deposit submitted by the successful tenderer will be treated as
Security Deposit which will be refundable after successful completion of the
contract.
W. Payment for the job done for calendar month shall be made on submission of bill
mentioning the GST No. and SAC Codes as per the GST Act & Rules by the tenderer
which is subject to statutory deductions in force.
X. Canvassing in connection with the tenders is strictly prohibited and the tenders
submitted by tenderers who resort to canvassing will be liable for rejection.
Y. The Notice Inviting Tender shall form part of the contract agreement. The
successful tenderer or tender on acceptance of his tender by accepting Authority
shall, within 10 days from the date of start of the job, sign the agreement consisting
of NIT, General Condiotions of the Contract as issued at the time of invitation of
tender and acceptance thereof together with any correspondence thereto.
Z. The Contractor shall be responsible for settling any claim / compensation against all
damage and accidents caused due to negligency on the part of his employees and
keep AAI indemnified from any compensation / liability.
AA. Compliance of the provisions of statutory requirements: The Contractor
shall comply with all applicable laws, ordinance, rules & regulations of Central/
Local / State Governement related to this contract and the contractor shall be
responsible to maintain all requisite documents for reference to Statutory authorities
and AAI as and when asked for. Any expenditure in compliance with the Statutory
requirements related to the contract shall be borne by the contractor unless explicitly
stated.
BB. An amount of Rs. 250/- shall be levied for each lapse / incident of
deficiency in service per job.
CC. Apart from the above clauses, in case , if it is observed by the Authority that
the work performed by the Contractor is not as per the required / specified
standards as contained in the Contract terms and conditions, the Contractor will be
served with the Written Notice to the effect, calling upon to improve his
performance within a specified time. The Conctractor shall also be given an
opportunity to present his viewpoint about the bad performance pointed out by AAI
and thereafter if the Authority is not satisfied, the Authority shall levy a maximum
penalty of 10% of the monthly bill amount. The written order passed by the In-
charge in this regard shall be final & binding on the contractor.
DD. The Authority shall have the right to terminate the contract after serving a
notice of 30 days in advance. The contractor can also terminate the contract by
servicing a similar 30 days notice in writing. Such notice shall be served by post or
by hand at the respective address. Notwithstanding the above, the Contractor shall
continue to provide the services as per mutual agreement till alternative
arrangement are made by AAI.
EE. Scope of work mentioned in the contract can be increased, if required, upto a
limit not exceeding 25% of the quantity. Contractor shall execute the same at the
same rates accepted.
FF. The Contractor / Agency should quote the Rate excluding the GST.
GG. The Contractor / Agency should also quote the rate excluding the EPF & ESI.
EPF & ESI @ 13.15% and 4.75% respectively shall be reimbursed to the contractor /
agency on actual basis on submission of documentary evidence as per prevalent
Govt. Guidelines.
HH. The competent authority on behalf of the AAI does not bind itself to accept the
lowest or any other tender and reserves to itself the authority to reject any or all the tenders
received without the assignment of any reason. All tenders in which any of the prescribed
condition is not fulfilled or any condition including that offer conditional rebate is put forth
by the tenderer shall be summarily rejected.
II. Airports Authority of India will return the Earnest Money Deposit where applicable to every
unsuccessful Tenderer except as provided in the Tender documents.
JJ. Notification of Award of Contract will be made in writing 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 the sole judge in this regard. A responsive bidder is one who submits priced Tender
and accepts all terms and conditions of the specifications and contract documents of AAI. A
major modification is one which affects in any way the quality, quantity and period of
completion of the work or which limits in any way the responsibilities or liabilities of the
Bidder or any right of AAI as required in the specifications and contract documents. Any
modification in the terms and conditions of the tender which are not acceptable to AAI shall
also be treated as a major modification. A Tenderer shall submit a responsive bid, failing
which his Tender will be liable to be rejected.
KK. The agreement shall be drawn on non-judicial stamp paper of Rs.100/- (Rupees One
Hundred only) as per Annexure (J). The successful tenderer /Contractor on acceptance of
his tender by the accepting Authority, shall within 10 days from the stipulated date of start
of the work, sign the contract in form of agreement consisting of:-
(a) The Notice Inviting Tender, All the Documents including General Conditions of
Contract, as issued at the time of invitation of tender and acceptance thereof together
with the offer and any correspondence leading thereto.
(b) Standard AAI GCC.

LL. DISPUTE RESOLUTION MECHANISM: [In Addition to AAI GCC]


a. If a dispute of any kind, whatsoever, arises between AAI and contractor in connection
with or arising out of the contract or the execution of the works, whether during the
execution of the works or after their completion and whether before or after the
repudiation or termination of the contract, including any disagreement by either party
with any action, opinion, instruction, determination, certificate of valuation of the
Engineer ; the matter in dispute shall, in the first place, be referred to the Dispute
Resolution committee(DRC) appointed by Chairman, Airports Authority of India.
b.DRC thus constituted may act as ‘conciliator’ and will be guided by principles of
‘conciliation’ as included in part III of Arbitration & conciliation Act 1996. DRC should
take into consideration, rights and obligations of parties, usage to trade concerned and
circumstances surrounding the dispute(s), including any previous business practices
between parties. Efforts of DRC should be to come to an amicable settlement of
outstanding disputes. If parties agree, a written settlement will be drawn up and signed
by the parties. DRC will authenticate the settlement and furnish a copy to each party.
c. DRC will give its report within 45 days of its constitution.

MM. It shall be the sole liability of the contractor (including the Contracting firm /
company) to obtain and to abide by all necessary licenses / permissions from the authorities
concerned as provided under the various labour legislations including the labour license
obtained as per the provisions of the contract labour (Regulations & Abolition) Act, 1970.
The contractor shall ensure regular and effective supervision and control of the personnel
deployed by him and gives suitable direction for undertaking the contractual obligations.

Signature of tender Issuing Authority


For & on behalf of Chairman, AAI
AIRPORTS AUTHORITY OF INDIA

GENERAL CONDITIONS OF
CONTRACT

AIRPORTS AUTHORITY OF INDIA


GENERAL CONDITIONS OF CONTRACT
DEFINITIONS

1. The contract means the documents forming the tender and acceptance thereof
and the formal agreement executed between the competent authority on behalf
of the Chairman, Airports Authority of India and the Contractor, together with
the documents referred to therein including these conditions, the specifications
and instructions issued from time to time by the In-Charge and all these
documents taken together, shall be deemed to form one contract and
shall be complementary to one another.

2. In the contract, the following expressions shall, unless the context otherwise
requires, Have the meanings, hereby respectively assigned to them :-

(i) The Contractor shall mean the individual, firm or company whether
incorporated or not, Joint Venture / Consortium undertaking the works and
shall include the legal personal representative of such individual or the
persons composing such firm or company, or the successors of such firm or
company and the permitted assignees of such individual, firm or company.

(ii) The Authority or Airports Authority of India means the Chairman, Airports
Authority of India.

(v) The Manager in-Charge means the Finance & Accounts Officer who shall
supervise and sign the contract on behalf of the Chairman, Airports Authority
of India.

(vi) AAI shall mean the Airports Authority of India.

(vii) Accepting Authority shall mean the General Manager (CIC).

(viii) Excepted Risk are risks due to riots (other than those on account of
contractor’s employees), war (whether declared or not) invasion, act of foreign
enemies, hostilities, civil war, rebellion revolution, insurrection, military or
usurped power, any assets of Airports Authority of India, damages from
aircraft, acts of God, such as earthquake, lightening and unprecedented
floods, and other causes over which the contractor has no control and
accepted as such by the Accepting Authority or causes solely due to use
or occupation by Airports Authority of India of the part of the works in
respect of which a certificate of completion has been issued or a cause solely
due to Airports Authority of India’s faulty design of works.

(ix) Minimum wages shall be the wages as decided by the Chief Labour
Commissioner, Govt. of India, Ministry of Labour plus 15% to cover all
overheads and profits.

(x) Department means Airports Authority of India, which invites tender on behalf
of Chairman, Airports Authority of India.
(xiii) Tendered value means the value of the entire work as stipulated in the
letter of award.

3. Where the context so requires, words imparting the singular only also
include the plural and vice versa. Any reference to masculine gender shall
whenever required include feminine gender and vice versa.
4. Headings and Marginal notes to these General Conditions of Contract
shall not be deemed to form part thereof or be taken into consideration
in the interpretation or construction thereof or of the contract.

5. The contractor shall be furnished, free of cost one certified copy of the contract
documents except standard specifications, Schedule of Rates and such other
printed and published documents, together with all drawings as may be
forming part of the tender papers. None of these documents shall be used for
any purpose other than that of this contract.

6. The Contractor shall be deemed to have satisfied himself before tendering as to


the correctness and sufficiency of his tender for the works and of the rates and
prices quoted in the Schedule of Quantities, which rates and prices shall,
except as otherwise provided, cover all his obligations under the Contract and
all matters and things necessary for the proper completion and maintenance of
the works.
The several documents forming the Contract are to be taken as mutually
explanatory of one another, detailed drawings being followed in preference to
small scale drawing and figured dimensions in preference to scale and special
conditions in preference to General Conditions.

7. Sound Accounting practice as directed by the Manager-in-charge, whose


decision in this regard shall be final and binding on the contractor.

8 If there are varying or conflicting provisions made in any one document


forming part of the contract, the Accepting Authority shall be the deciding
authority with regard to the intention of the document and his decision shall
be final and binding on the contractor.

8.1 Any error in description, quantity or rate in Schedule of Quantities or


any omission there from shall not vitiate the Contract or release the Contractor
from the execution of the whole or any part of the works comprised
therein according to drawings and specifications or from any of his
obligations under the contract.

9. The successful tenderer / contractor, on acceptance of his tender by the


Accepting Authority, shall, within 15 days from the stipulated date of start of
the work, sign the contract consisting of :

(i) The notice inviting tender, all the documents including drawings, if any,
forming the tender as issued at the time of invitation of tender and acceptance
thereof together with any correspondence leading thereto.
10. AAI Safety Code.

(i ) Model Rules for the protection of health, sanitary arrangements for workers
employed by AAI or its contractors

(ii) AAI Contractor’s Labour Regulations

(iii) List of Acts and omissions for which fines can be imposed.

(iv) No payment for the work done will be made unless contract in form of
agreement is signed by the contractor.

11. If after submission of the tender, the wages of labour increases as a direct result of
the
coming into force of any fresh law or statutory rule or order wages prevailing at the
time of last stipulated date for receipt of the tenders including extensions, if any, for
the work, during contract period the amount of the contract shall accordingly be
varied and provided further that any such increase shall be limited to the wages
prevail-
ing at the time of stipulated date of completion or as prevailing for the period
under consideration, whichever is less.
If after submission of the tender, the wages of labour as prevailing at the time of last
stipulated date of receipt of tender including extensions, if any, is decreased as a direct result of
the coming into force of any fresh law or statutory rule or order, the labour engaged on the
execution of the work after the date of coming into force of such law, statutory rule or order be
entitled to deduct from the dues of the contractor, such amount as shall be equivalent to the
difference between wages as prevailed at the time of the last stipulated date for receipt of
tenders including extensions if any for the work and the wages of labour on the coming into
force of such law, statutory rule or order. This will be applicable for the contract period
including the justified period extended under the provisions of Contract agreement.
The contractor shall, within a reasonable time of his becoming aware of any alteration in
the wages of labour, give notice thereof to the Officer in-charge stating. For this purpose, the
labour component of the work executed during period under consideration shall; be the
percentage of the value of work done during that period and the increase / decrease in labour
shall be considered on the minimum daily wages in rupees of any highly skilled Labour, fixed
under any law, statutory rule or order.

12. All works to be executed under the contract shall be executed under the direction
and subject to the approval in all respects of the Manager in-Charge who shall be
entitled to direct at what point or points and in what manner they are to be
commenced, and from time to time carried on.
13. Except where otherwise provided in the contract, all questions and disputes relating
to the meaning of the specifications and instruction here-in before mentioned and as to the
quality of workmanship on the work or as to any other question , claim, right, matter or
thing whatsoever, in any way arising out of or relating to the contract, specifications,
estimates, instructions, orders or these conditions or otherwise concerning the work or the
execution or failure to execute the same whether arising during the progress of the work or
after the cancellation, termination, completion or abandonment thereof shall be dealt with
as mentioned hereinafter:

(i) Through Dispute Resolution Committee: Any dispute as stated above shall be
referred in the first place within 15 days to the General Manager (CIC) in writing for
written instruction or decision. Thereupon, the General Manager (CIC) shall give his
written instructions or decision within a period of one month from the receipt of the
contractor’s letter.

If the General Manager (CIC) fails to give his instructions or decision in writing within
the aforesaid period or if the contractor is dissatisfied with the instructions or decision
of the General Manager (CIC), the contractor may, within 15 days of the receipt of
General Manager (CIC)’s decision, appeal to the Regional Executive Director, Southern
Region, AAI, Chennai – 600027, who shall afford an opportunity to the contractor to be
heard, if the latter so desires, and to offer evidence in support of his appeal. The
General Manager (CIC) shall give his decision within 30 days of receipt of contractor’s
appeal.

If the contractor is dissatisfied with the decision of the General Manager (CIC), the
contractor may within 30 days from the receipt of the General Manager (CIC)’s
decision, appeal before the Dispute Redressal Committee (DRC) along with a list of
disputes with amounts claimed in respect of each such dispute and giving reference to
the rejection of his disputes by the General Manager (CIC). The Dispute Redressal
Committee (DRC) shall give their decision within a period of 90 days from the receipt
of Contractor’s appeal. The constitution of Dispute Redressal Committee (DRC) shall be
by Chairman, AAI.

If the Dispute Redressal Committee (DRC) fails to give their decision within the
aforesaid period or any party is dissatisfied with the decision of Dispute Redressal
Committee (DRC), then either party may within a period of 30 days from the receipt of
the decision of Dispute Redressal Committee (DRC), give notice to the Chairman, AAI
for appointment of arbitrator on prescribed proforma provided by Officer – in - Charge,
failing which, the said decision shall be final binding and conclusive and not referable
to adjudication by the arbitrator.
It is also a term of contract that fees and other expense if payable to DRC shall be paid
equally by both the parties i.e. AAI and Contractor.

Unless the contract has already been repudiated or terminated, the contactor shall, in
every case, continue to proceed with the work with all due diligence.

It is also a term of contract that If the contractor does not make any demand for Dispute
Resolution Committee in respect of any claim in writing within 90 (Ninety) days of
receiving the intimation from the AAI that the bill is ready for payment, the claim of
contractors(s) will be deemed to have been waived and absolutely barred and the AAI
shall be discharged and released of all liabilities under the contract in respect of these
claims.

(ii) Adjudication through Arbitration:- Except where the decision has become final,
binding and conclusive in terms of Sub Para (i) above, disputes or differences shall be
referred for adjudication through arbitration by a sole arbitrator appointed by the
Chairman, AAI. If the arbitrator so appointed is unable or unwilling to act or resigns
his appointment or vacates his office due to any reason whatsoever, another sole
arbitrator shall be appointed in the manner aforesaid. Such person shall be entitled to
proceed with the reference from the stage at which it was left by his predecessor.

It is a term of this contract that the party invoking arbitration shall give a list of
disputes with amounts claimed in respect of each such dispute along with the notice for
appointment of arbitrator and giving reference to the rejection of their claims by the
Dispute Resolution Committee.

It is also a term of this contract that no person, other than a person appointed by above
mentioned appointing authority, should act as arbitrator and if for any reason that is
not possible, the matter shall not be referred to arbitration at all.

It is also a term of contract that If the contractor does not make any demand for
appointment of Arbitrator in respect of any claim in writing within 120 (One hundred
Twenty) days of receiving the decision / award from Dispute Resolution Committee,
the claim of contractor(s) will be deemed to have been waved and absolutely barred
and the AAI shall be discharged and released of all liabilities under the contract in
respect of these claims.

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 thereunder 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 the arbitrator in his sole discretion. The fees, if any, of
the arbitrator shall, If required to be paid before the 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 of the 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.

x _____________x____________x
GENERAL RULES & DIRECTIONS

1.General All work proposed for execution by contract were notified in a form
Rules & of invitation to tender pasted in public places and signed by the
Directions officer inviting tender or by publication in Newspapers.
This form will state the work to be carried out, as well as the date
for submitting and opening tenders and the time allowed for
carrying out the work, also the amount of earnest money to be
deposited with the application, and the amount of the security
deposit to be deposited by the successful tenderer and the
percentage, if any, to be deducted from bills. Copies of the
specifications, designs and drawings and any other documents
required in connection with the work signed for the purpose of
identification by the officer inviting tender shall also be open for
inspection by the contractor at the office of officer inviting tender
during office hours.

2. In the event of the tender being submitted by a 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 produced with the tender, and it must
disclose that the firm is duly registered under the Indian
Partnership Act, 1952.

3. Receipts for payment made on account of work, when executed by


a firm, must also be signed by all the partners, except where
contractors are described in their tender as a firm, in which case the
receipts must be signed in the name of the firm by one of the
partners, or by some other person having due authority to give
effectual receipts for the firm.

4. No single tender shall include more than one work, but contractors
who wish to tender for two or more works shall submit separate
tender for each. Tender shall have the name and number of
the works to which they refer, written on the envelopes.

4(a) The rate(s) must be quoted in decimal coinage. Amounts must be


quoted in full rupees by Ignoring fifty paise and considering more
than fifty paise as rupee one.

5. The officer inviting tender or his duly authorized representative


will open tenders in the presence of any intending contractors who
may be present at the time, and will enter the amounts of the
several tenders in a comparative statement in a suitable form. In the
event of a tender being accepted, a receipt for the earnest money
shall thereupon be given to the contractor who shall thereupon for
the purpose of identification sign copies of the specifications and
other documents mentioned in Rule – I. In the event of a tender
being rejected, the earnest money shall thereupon be returned to
the contractor remitting the same, without any interest.

6. The officer inviting tenders shall have the right of rejecting all or
any of the tenders and will not be bound to accept the lowest or any
other tender.

7. The receipt of an accountant or clerk for any money paid by


the contractor towards tender fee will not be considered as any
acknowledgement or payment to the officer inviting tender and
the contractor shall be responsible for seeing that he procures
a receipt signed by the officer inviting tender or a duly authorized
Cashier.

8. The memorandum of work tendered for and the schedule of


materials to be supplied by the department and their issue-rates,
shall be filled and completed in the office of the officer inviting
tender before the tender form is issued. If a form is issued to an
intending tenderer without having been so filled in and incomplete,
he shall request the officer to have this done before he completes
and delivers his tender.

9. The tenderers shall sign a declaration under the officials Secret Act
1923, for maintaining secrecy of the tender documents or other
records connected with the work given to them. The
unsuccessful tenderers shall return all the documents given to
them. Use of correcting fluid; anywhere in tender document is not
permitted. Such tender is liable for rejection. Correction if any shall
be initiated.

10. In the case of Item Rate Tenders, only rates quoted shall be
considered. Any tender containing percentage below / above the
rates quoted is liable to be rejected. Rates quoted by the contractor
in item rate tender in figures and words shall be accurately
Item Rate filled in so that there is no discrepancy in the rates
written in figures and words. However,
(i) If a discrepancy is found between rates in figures and in
words, then the rates which correspond with the amount
worked out by the contractor shall unless otherwise proved
be taken as correct.
(ii) If the amount of an item is not worked out by the
contractor or it does not correspond with the rates written
either in figures or in words, then the rates quoted by the
contractor in words shall be taken as correct.
(iii) Where the rates quoted by the contractor in figures and in
words tally, but the amount is not worked out correctly, the
rates quoted by the contractor will unless otherwise proved
be taken as correct and not the amount.
(iv) In event no rate has been quoted for any item(s) leaving
space both in figure(s), word(s), and amount blank, it will
be presumed that the contractor has included the cost of this
/ these item(s) in other items and rate for such item(s) will
be considered as zero and work will be required to be
executed accordingly.

11. In the case of any tender where unit rate of any item / items appear
unrealistic, such tender will be considered as unbalanced and in
case the tenderer is unable to provide satisfactory explanation, such
a tender is liable to be disqualified and rejected.

12. All rates shall be quoted on the tender form. The amount for each
item should be worked out and requisite totals given. Special care
should be taken to write the rates in figures as well as in words
and the amount in figures only, in such a way that
interpolation is not possible. The total amount should be written
both in figures and in words. In case of figures, the word ‘Rs’
should be written before the figure of rupees and word ‘P’ after the
decimal figures, e.g. ‘Rs. 2.15 P’ and in case of words, the word
‘Rupees’ should precede and the word ‘Paise’ should be written at
the end. Unless the rate is in whole rupees and followed by the
word ‘only’ it should invariably be upto two decimal places. While
quoting the rate in schedule of quantities, the word ‘only’ should be
written closely following the amount and it should not be written
in the next line.

13 The contractor, whose tender is accepted, will also be required to


furnish by way of Security Deposit for the fulfillment of his
contract, an amount equal to 10% of the contract amount of the
work.
13(i) The security deposit @ 10% of the tendered value shall be
deducted. The Security deposit will be collected by deductions
from the running bills of the contractor at the rates mentioned
above and the earnest money deposited at the time of tenders, will
be treated as a part of the Security Deposit.

13(ii) Security deposit will be accepted only in form of Demand Draft


from Nationalized Bank or any Scheduled Bank but not co-
operative or Grahmin Bank in accordance with the prescribed form,
provided confirmatory advice is enclosed.
14. On acceptance of the tender, the name of the accredited
representative(s) of the contractor who would be responsible
for taking instructions from the Manager in- Charge shall be
communicated in writing to the Manager in-Charge.

15. The contractor shall give a list of AAI employees related to him.
16. The tender for the work shall not be witnessed by a
contractor or contractors who himself / themselves has / have
tendered or who may and has / have tendered for the same work.
Failure to observe this condition would render, tenders of the
contractors tendering, as well as witnessing the tender, liable to
summary rejection.

X________________x__________________X
(ANNEXURE-B)

AFFIDAVIT

(To be executed in Rs. 100/- Non Judicial Stamp Paper)

DECLARATION

I / we ___________________the director(s) / partner(s) / proprietor(s) of


M/s._______________________ hereby declare that, neither this firm have any
outstanding dues payable to AAI nor any director(s)/ partner(s)/ proprietor(s) of the
said firm have establish business with AAI in any other company name which has
outstanding dues payable to the Airports Authority of India.

Date:

(Signature of the Contractor)


With rubber-stamp.
(ANNEXURE-C)

AFFIDAVIT OF MINIMUM WAGES

I………………………………… (Name), aged ……………………… years, S/o


……………………… (Name), Proprietor / Managing Partner / Managing
Director of ………………………………………. (Name of the Agency) do hereby
solemnly affirm and state as follows.
I am competent to swear this affidavit on behalf of
………………………………………. (Name of Agency). I state that, in the event of
work is awarded to our agency; the wages to be paid to the workers engaged
shall not be less than the minimum wages determined by appropriate Govt.
Authority from time to time.

Dated this, the ………………………. Day of ………………………. Month, years


………

DEPONENT.

Note : This affidavit shall be executed on non-judicial stamp paper of Rs.100/-


duly counter signed by Notary. The cost of the stamp paper has to be borne by
the successful tenderer.
(ANNEXURE-D)

To be submitted by L – 1 Bidder before award of work on his letter


head.

UNDERTAKING

I/we, (Name of the company / firm) hereby undertake that in case


the Registration Certificate no. _____________________________ dated
_____________
issued by ( Name of Department) & experience certificate no.
______________________________________ dated ______________ issued
by Name of Department) submitted by me/us, is found to be
Forged/false at any stage, I/we may be debarred from AAI for taking
participation in all future AAI works & any other suitable action may be
taken against our company/firm as deemed fit by
AAI.

Signature of Director/Proprietor of the company/firm


(ANNEXURE-E)

E-PAYMENT DETAILS

(To be filled by the Contractor and upload the scanned copy of this page in e-
Cover-I)

NAME OF THE SUPPLIER / VENDOR :

PAN NO :

NAME OF THE BANK :

NAME OF THE BRANCH :

COMPLETE ADDRESS OF BANK :

A/C OF BENEFICARY :

TYPE OF ACCOUNT : SAVING / CURRENT /


O.D. ACCOUNT

CORE BANKING ACCOUNT NO: IN FULL :

IFSC CODE OF THE BANK :

GST REGISTRATION NO :

(Signature of the Contractor/Firm)


With Rubber Stamp
(ANNEXURE–F)
(To be put in E-cover - I )

UNDERTAKING UNCONDITIONAL ACCEPTANCE OF AAI’S TENDER


CONDITIONS

To
The General Manager (CIC),
Airports Authority of India,
Bangalore Airport,
HAL, Bangalore – 560017.

Sir,
Name of work:-“Filing of GST Returns for Airports Authority of India, Karnataka
Region, Bangalore, for a period of 12 months from April, 2018 to March, 2019”
extendable by further Six months on same terms and conditions on satisfactory
performance during the Twelve months.

The tender document for the above work has been purchased by me/us from
Airports Authority of India e-portal. I/We hereby certify that I/We have inspected
the site and read the entire terms and conditions of the tender documents made
available to me/us at the AAI e-portal, which shall form part of the contract
agreement and I/We shall abide by the conditions/clauses contained therein. I/We
hereby unconditionally accept(s) the tender conditions of AAI’s tender documents
in its entirety for the above work.
The contents of Notice Inviting Tender of the Tender Document have been noted
wherein it is clarified that after unconditionally accepting the tender conditions in
its entirety, it is not permissible to put any remarks/conditions (except
unconditional rebate on quoted rates if any) in the tender document and the same
has been followed in the present case. In case this provisions of the tender is found
violated after opening of tender. I/we agree that the tender shall be rejected and
AAI shall without prejudice to any other right or remedy be at liberty to forfeit 10%
of said earnest money absolutely.

The required earnest money of Rs _______(Rupees


___________________________) only for above mentioned tender work has
already been submitted by Bank DD in favour of Airports Authority of India,
Bangalore vide DD No. _________________dated__________issued
by_______________
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.
I/We agree that “If at any stage, any information / documents submitted by us are
found to be false, we shall be liable for debarment from tendering in AAI, apart
from any other appropriate / Legal action”.

Thanking you,
Yours faithfully,

(Signature of the Contractor/firm) With Rubber Stamp


Encl: As above
(ANNEXURE-G)

(To be submitted in Non-Judicial Stamp Paper value of Rs.100/- and to be uploaded


in E-Cover-I)

DECLARATION

I, ___________________ on behalf of M/s. ______________________ in the capacity of


_________________ (Position) hereby declare that
1. Our MSE Unit(s)is/are availing benefits extended by MSME , Government of
India to Micro and Small Enterprises (MSEs) for the work of
__________________________ invited vide Tender ID ______________
2. Our MSE Unit(s) has/have not been awarded any work /supply under MSME
benefit during the current financial year.
OR
Our MSE Unit(s) has/have been awarded work /supply for a total value of
Rs._______________(Rupees_____________________________________________
_____only) under MSME benefits as on date and same work(s)/Supply is/are
“In hand(Progress)/Incomplete” during the current financial year.
Further We confirm that the value of )/Supply is/are in hand ( awarded under
MSME benefits)during the financial year plus estimated cost of this tender
has not crossed the “Monetary Limit” mentioned in NSIC certificate.
3. Our firm is participating in this tender under “MSE unit” or “OPEN BIDDER”.

SIGNATURE WITH COMPANY SEAL


ATTESTED BY NOTARY PUBLIC

NOTE: Strike out the conditions in (2) & (3) whichever is not applicable. Decision
on any discrepancy in this “DECLARATION” shall be at the discretion of AAI and
shall be final and binding.
(ANNEXURE-H)

UNDERTAKING

To,

The General Manager (CIC),


Airports Authority of India,
Bangalore Airport,
Bangalore – 560017.

Sir,

Name of Work : Filing of GST Returns for Airports Authority of India, Karnataka
Region, Bangalore, for a period of 12 months from April, 2018 to March, 2019
extendable by further Six months on same terms and conditions on satisfactory
performance during the Twelve months.

I/We hereby give the following undertaking.

1. I/We have registered under GST and compliant of GST provision.

2. In case of non-compliance of GST provisions and blockage of any input credit, I/We
should be responsible to indemnify AAI.

3. That all input credit has been passed on to AAI by me/us.

Yours Faithfully

Date:
(Signature of the tenderer)
With rubber stamp
(ANNEXURE-I)

AIRPORTS AUTHORITY OF INDIA

Tender & Contract for Work

Airport : Bangalore Airport

Tender for the work of “ Filing of GST Returns for Airports Authority of India,
Karnataka Region, Bangalore, for a period of 12 months from April, 2018 to March,
2019 extendable by further Six months on same terms and conditions on
satisfactory performance during the Twelve months.

(A) (i) To be submitted e-bid (Envelop I, & II) upto 15:00 hours on 26-03-2018
through AAI, CPP Portal.

(ii) To be opened as mentioned in NIT in the Office of General Manager(CIC),


Airports Authority of India, Bangalore Airport (HAL), Bangalore – 560017

Issued to :
………..…………………………………………………………………………………………
……………………………………………………………………………………………………
………………………………........................................................................................................
...........................................................................................………………………………………
………………………………………………………………………………..

For General Manager (CIC)


Designation : Manager (F&A)
(ANNEXURE-J)

TENDER

I/We have read and examined the notice inviting tender, Specifications applicable General Rules
and Directions, Conditions of contract, clauses of contract, Special conditions, Schedule of Rates &
other documents and Rules referred to in the conditions of contract and all other contents in the
tender documents for the work.

I/We hereby tender for the execution of the work specified for the Airports Authority of India
within the time specified in schedule of quantities and in accordance in all respects with the Rules
and Directions and in Clause 11 of the Conditions of contract 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 days from the date of opening of Financial bid (strike
out as the case may be) and not to make any modifications in its terms and conditions.

A sum of Rs 4,800/- (Rupees Four Thousand Eight Hundred only) is hereby forwarded in form of
Demand Draft as earnest money. I/We agree that the said A.A.I 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 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, upto maximum of the percentage mentioned in Terms
and Conditions of the tender form. Further, I/We agree that in case of forfeiture of earnest money
in the re-tendering process of the work.

I/We hereby declare that I/We shall treat the tender documents and other records connected with
the work as secret/confidential documents and shall not communicate information/derived there
from to any person other than a person to whom I/We /am/are authorized to communicate the
same or use the information in any manner prejudicial to the safety of the state.

Date : Signature of Contractor

Witness

Address Postal Address

Occupation
(ANNEXURE – K)

ACCEPTANCE

The above tender as modified by you as provided in the letters mentioned hereunder) is accepted
by me for and on behalf of the Airports Authority of India for sum of Rs.

The letters referred to below shall from part of this contract Agreement.

(i)

(ii)

(iii)

For & on behalf of Airports Authority of India

Signature

Designation

Dated
(Annexure – L)

OFFER /DETAILS TO BE SUBMITTED


(For conducting GST Related matters of AAI)

To

The General Manager (CIC),


Airports Authority of India,
Bangalore Airport (HAL),
Bangalore – 560017.

Sr.
No. Particulars

1. Name of the Practicing Chartered Accountant / Firm of Chartered Accountant /


Indirect Tax Consultants :

Whether Partnership /Proprietorship/Individual :


Name of the Lead Partner / Proprietor / Individual /In-charge :
Name (s) of the Contact person(s) and the Contact details :

2. Date of Commencement of Practice :

Date of registration :

Certificate of Practice (COP) Number / Registration Number :

(Please attach copy )


3. Details of Office (s) :
Address:-

Telephone Nos:-

Fax No.:-

Email:-

Website:-

4. Post Qualification Experience in fulltime practice of Lead Partner /Proprietor.

No of years:
5. PAN No (please attach copy) :
42

Goods & Service Tax Registration No. (please attach copy):

6. Number of Active Partners in the Firm :

7. Profile of the firm. :

8. List of major clients of past and present as mentioned at Point No. 4e.

9. Any other relevant information.

Declaration:

1. All the information provided by me / us herein above is correct.


2. I/We have no objection if enquiries are made about the work listed by me / us in the
accompanying sheets / annexure.
3. I/We hereby undertake that, I will not sub contact the work.

Signature: ______________________

Name of the Authorized Signatory: ________________________

Stamp of the Proprietor/Firm: ______________________

Date: ______________

Place: _____________
43

(ANNEXURE – M)

Schedule B (format of Price-Bid to be submitted in sealed cover)

HSN / SAC
S.No. Name of Work Rate per Total for 12
Month Months

1 Filing of Goods &


Service Tax Returns
for all the Airports of
Karnataka Region, of
Airports Authority of
India.

GST @ %

2 Obtaining Registration
under GST Rules,
2017, for newly created
Divisions / Circle
Offices if any, to which
GST 2017 is applicable
(excluding statutory
fees) – Quote per
Registration

3. GST @ %

Signature: ______________________

Name of the Authorized Signatory: ________________________

Stamp of the Proprietor/Firm: ______________________


44

(ANNEXURE-N)

AGREEMENT
AGREEMENT NO : AAI/BG/F&A/Agmt-01/2018-19

This Agreement made on this between Airports Authority of India, a


statutory corporation incorporated under the Airports Authority of India Act, 1994,
having its head office at Rajiv Gandhi Bhavan, Safdarjung Airport, New Delhi – 110 003.
Through its General Manager (CIC), AAI, Bangalore Airport, Bangalore – 560 017,
(hereinafter referred to as “Owner” or “AAI” which expression shall include its
administrator, successors, executors and permitted assigns) of the one part and M/s.
(hereinafter referred to as the “Contractor” which
expression shall include its administrators, successors, executors and permitted
assigns) of the other part.

WHEREAS AAI is desirous of getting the work “Filing of GST Returns for Airports Authority
of India, Karnataka Region, Bangalore, for a period of 12 months from April, 2018 to March, 2019
extendable by further Six months on same terms and conditions on satisfactory performance
during the Twelve months. (hereinafter called the ”work”) done and had invited tenders for
this work as per tender documents sold for this purpose.

And whereas, M/s. had participated in the above referred

bidding vide their proposal dated , and AAI accepted their aforesaid proposal

and awarded the work to on terms and conditions contained in

its acceptance letter No. AAI/BG/F&A/GSTR/2018-19/ dated and the

documents referred to therein which have been accepted by M/s.

resulting into a “Contract”.

NOW, THEREFORE THIS DEED WITNESSETH AS UNDER :


ARTICLE 1.0 AWARD OF CONTRACT :
AAI has awarded the contract to M/s. for “Filing of GST
Returns for Airports Authority of India, Karnataka Region, Bangalore for a period of 12
months from April, to March, 2019 on the terms and conditions contained in acceptance
letter No. AAI/BG/F&A/AGMT.01/2018-19/
dated and the documents referred to therein. The award has taken effect
from . The terms and expression used in this agreement shall have the same
meanings as are assigned to them in the “Contract document” referred to in the
succeeding article.
45

- 2-

ARTICLE 2.0 CONTRACT DOCUMENTS :


The contract shall be performed strictly as per the terms and conditions stipulated
herein and in the following documents attached herewith (hereinafter referred to as
“Contract documents”)

1 Tender Document (cover page)


2 Index
3 Notice Inviting Tenderer
4 General Conditions of Contract
5 Special Conditions
6 Acceptance of AAI’s Tender Conditions
7 SOQ
8 Work Order & Schedule

The above aforesaid contract documents shall form an integral part of this agreement in
so far as the same or any part thereof confirm to the tender document and what has
been specifically agreed to by the owner in its letter of acceptance. Any matter
inconsistent therewith, contrary or repugnant thereto or any deviations taken by the
Contractor in its “proposal” not agreed to by the owner in its letter of acceptance or any
other letter which forms a part of contract documents mentioned above shall be deemed
to have been withdrawn by the Contractor for the sake of brevity, this agreement along
with its aforesaid contract document shall be referred to as the “Agreement”.

ARTICLE 3.0 CONDITIONS AND COVENANTS:

3.1 The scope of contract, consideration, terms of payment, period of completion,


defects liability period adjustment, taxes wherever applicable, insurance, liquidated
damages and all other terms and conditions are contained in the aforesaid contract
documents. The contract shall be duly performed by the contractor strictly and
faithfully in accordance with the terms of the agreement.

3.2 This agreement constitutes full and complete understanding between the parties
and terms of the presents. It shall supersede all prior correspondence to the extent
of inconsistency or repugnancy to the terms and conditions contained in the
agreement. Any modification of the agreement shall be effected only by a written
instrument signed by the authorized representatives of both the parties.

ARTICLE 4.1 SETTLEMENT OF DISPUTES :

It is specifically agreed by and between the parties that all the differences or disputes
arising out of the agreement or touching the subject matter of the agreement shall be
decided by process of settlement and Arbitration as specified in the general condition
46

-3-

of the contract and the provisions of the Indian Arbitration Act, 1996, shall apply and
Delhi Courts alone shall have exclusive jurisdiction over the same.

ARTICLE 4.2 NOTICE OF DEFAULT:

Notice of default given by either party to the other party under the Agreement shall be
in writing and shall be deemed to have been duly and properly served up on the
parties thereto if delivered against acknowledgement due addressed to the signatories
at the addresses mentioned herein above.

This contract agreement is allotted the Number:

AGREEMENT NO: AAI/BG/ F&A/Agmt-01/2018-19

IN WITNESSES WHEREOF, the parties through their duly authorized representatives


have executed these presents (execution whereof) has been approved by the
competent authorities of both the parties) on the day, month and year first above
mentioned at Bangalore.

Owner's Signature:
Printed Name: ( )

Designation: General Manager (CIC)

Contractor’s Signature:

Printed Name: M/s.


Designation: PROPRIETOR / Partner / Authorised Signatory

Company’s stamp:

WITNESSES:

1.

2.
47
48
49

You might also like