You are on page 1of 24

TENDER DOCUMENT

TENDERNO.DED/CIV/AMC-PUMP-TR-II/2019 DATED: 11th Feb., 2019

Name of Work : AMC for Operation/Filling/Routine


Maintenance of Pumps & Motor/Tube Wells
Underground / Overhead tanks, Water
Booster/ Sewerage Pumps at Avionics
Complex, JEOC & A-320 Hangers in
Terminal-II, at IGIA, New Delhi.

Submission of Tender : EXECUTIVE DIRECTOR (P&F)


AIR INDIA LTD,
TERMINAL – 1
I.G.I.AIRPORT, NEW DELHI – 110037.
Phone Nos: 25675121 Extn.4736
25675178

ISSUED TO:

-------------------------------------
-------------------------------------
-------------------------------------
AIR INDIA LTD.
NOTICE INVITING TENDER

TENDERNO.DED/CIV/AMC-PUMP-TR-II/2019 DATED: 11th Feb., 2019

Subject: AMC for Operation/Filling/Routine Maintenance of Pumps &


Motor/Tube Wells Underground / Overhead tanks, Water Booster/
sewerage Pumps at Avionics Complex, JEOC & A-320 Hangers in
Terminal-II, at IGIA, New Delhi.

Estimated Cost – Value of work approx. Rs. 1.64 Lakh per month.

Period of Contract:-24 (Twenty Four) Months

AIL invites sealed tenders under two bid systems i.e. Technical Bid – Cover-1
&Financial Bid – Cover-2 for the subject job. Interested parties having their registered office/
Branch office in NCR Delhi fulfilling eligibility criteria may apply on prescribed Tender Form.

Tender documents giving details of work scope & other terms and conditions may be
obtained on payment of Rs.500/-in cash (non-refundable) against a request on the letter head of
the company from “Engg. Cash Section”, AIL Terminal -1, IGI Airport, New Delhi - 110037
between 1000 hrs.& 1600 hrs. (Except between 1300 hrs.& 1400 hrs.)on any working day
(Except Sat./Sun/Holidays) from 20.02.2019 to 06.03.2019. The same can be viewed on our
AIL web site www.airindia.in for perusal only and not for downloading. If any party
downloads and quotes on this documents, their tender will stand rejected. Enquiries may be
made on Tel No. 25675121 Extn. 4736, 25675178.

CoverNo.1 (Technical Bid) Contents:


1. Notice Inviting Tender
2. Acceptance Letter
3. Qualification Criteria- Annexure-“A”(containing 02 pages )
4. Pro-forma for Technical Bid –Annexure-‘B” (containing 03 pages)
5. Contract Administration Proforma-Annexure ‘C” (containing 02 pages)
6. General terms & conditions–Annexure-“D”(containing 08 pages)
7. Demand Draft for Earnest Money Deposit of Rs.39,360/- (Rupees Thirty Nine
Thousand Three Hundred Sixty Only).

Cover No.2 (Financial Bid) Contents:


1. Scope of Works – Annexure-E (containing 03 pages)
2 Proforma for Financial Bid – Annexure –“F” ( 01 page)
4 Under Taking for GST- Annexure “G” (containing 01 page)

Technical Bid – Cover-1 : Containing Unconditional Acceptance Letter, Annexure-


A,B,C,D& Demand Draft for Earnest Money Deposit of Rs.39,360/- (Rupees Thirty
Nine Thousand Three Hundred Sixty Only) is to be submitted in a separate sealed
envelope, superscribed with remarks “Technical Bid – Cover-1Tender No.
DED/CIV/AMC-PUMP-TR-II/2019 dtd. 11.02.2019 for “AMC for
Operation/Filling/Routine Maintenance of Pumps & Motor/Tube Wells
Underground / Overhead tanks, Water Booster/sewerage Pumps at Avionics
Complex, JEOC & A-320 Hangers in Terminal-II, at IGIA, New Delhi.”
Financial Bid – Cover-2 :Containing Annexure-‘E’,& E-I, Annexure -‘F’, &
Annexure -‘G’ is to be submitted in a separate sealed envelope superscribed with
remarks “Financial Bid –Cover-2” Tender No. DED/CIV/AMC-PUMP-TR-II/2019
dtd. 11.02.2019 for “AMC for Operation/Filling/Routine Maintenance of Pumps
& Motor/Tube Wells Underground / Overhead tanks, Water Booster/
sewerage Pumps at Avionics Complex, JEOC & A-320 Hangers in Terminal-II, at
IGIA, New Delhi.”

All the papers submitted to be signed and stamped.

Both the above envelopes are put in a master envelope in sealed condition, clearly
indicating Tender No. DED/CIV/AMC-PUMP-TR-II/2019 dtd. 11.02.2019 for
“AMC for Operation/Filling/Routine Maintenance of Pumps & Motor/Tube Wells
Underground / Overhead tanks, Water Booster/sewerage Pumps at Avionics
Complex, JEOC & A-320 Hangers in Terminal-II, at IGIA, New Delhi.”

Last date & time for purchase of tender : 06.03.2019 upto 16.00 hrs.

Last date & time for submission of tender : 07.03.2019 at 15.00 hrs.

Date & time of opening of Technical Bid : 07.03.2019 at 15.30 hrs

Technical Bid will be opened first. Financial bid of only those tenderer who qualify in the
Technical Bid will be opened. Intimation will be sent to those tenderer who qualify in the
technical bid. No correspondence in this regard will be entertained.

Tenderers who wish to be present at the time of opening of bid may do so.

AIL reserves the right to reject any tender in part or full without assigning any reason.

Tender should be addressed & submitted in the Tender box kept at the following address:

EXECUTIVE DIRECTOR (P&F)


AIR INDIA LTD,
TERMINAL – 1
I.G.I. AIRPORT, NEW DELHI – 110037.

*********************
ACCEPTANCE LETTER

To,

The E.D.- P&F Deptt.,


Air India Ltd., Northern Region,
IGI Airport, Trml-I,
New Delhi -110037.

Dear Sir,

We hereby unconditionally accept the tender terms and conditions in its


entirety for Tender no: DED/CIV/AMC-PUMP-TR-II/2019 dtd. 11.02.2019.

We also confirm that required Earnest Money for this work is enclosed
herewith

Date: ____________

SIGNATURE OF THE TENDERER WITH RUBBER STAMP

ACCEPTANCE LETTER

To,

The E.D. - P&F Deptt.,


Air India Ltd., Northern Region,
IGI Airport, Trml-1,
New Delhi -110037

Dear Sir,

We hereby unconditionally accept the tender terms and conditions in its


entirety for Tender no DED/CIV/AMC-PUMP-TR-II/2019 dtd. 11.02.2019.

We also confirm that required Earnest Money for this work is enclosed
herewith

Date : ____________

SIGNATURE OF THE TENDERER WITH RUBBER STAMP


ANNEXURE – ‘A’

Qualification Criteria

TENDERNO.DED/CIV/AMC-PUMP-TR-II/2019 DATED: 11th Feb., 2019

Subject: AMC for Operation/Filling/Routine Maintenance of Pumps &


Motor/Tube Wells Underground / Overhead tanks, Water Booster/
sewerage Pumps at Avionics Complex, JEOC & A-320 Hangers in
Terminal-II, at IGIA, New Delhi.
……..

(a) Eligibility: The tenders for this contract will be considered only from Contractors who
fulfill the following eligibility criteria.

i) Registration, if any with Govt. Organization / Public Sector


Undertakings.

ii) Should have satisfactorily completed the works as mentioned below


during the last five years ending last day of submission of tender along
with supporting documents & performance certificate (detail of Govt./
Semi Govt. Organization / public sector undertakings where similar
nature of work carried out).

a) Three similar completed works costing not less than the amount equal to
40% of the estimated cost.

b) Two similar completed works costing not less than the amount equal to
60% of the estimated cost.

c) One similar completed work costing not less than the amount equal to
80% of the estimated cost.

Similar works would mean Annual Maintenance & Operation of Pumps, Motor &
Tube Wells etc.
iii) Should have had average annual financial turnover during the last three
years ending 31st March, 2018 at least 30%of the estimated cost.

iv) Should have latest Solvency Certificate from nationalized


bank/Schedule bank amount equal to 40% of the estimated cost required
to be submitted before award of work. Undertaking for the same to be
given along with Technical bid. (This is only for tender costing more
than Rs. 25.00Lacs).

v) The bidder should have Income Tax Permanent Account Number


(PAN).

vi) The bidder should be registered with ESI to cover his employees under
the ESI Act. (Copy to be enclosed)
vii) The bidder should have separate PF-Code No. allotted by the concerned
RPFC under EPF Scheme 1952 (copy to be enclosed).

viii) The bidder should have of registration of GST etc.(copy to be enclosed).

ix) The bidder should have registration certificate of Work Contract tax
/VAT/TIN No.

(b) Tender Fees: The Tenderer will furnish along with Technical Bid -Cover-1 Non-
refundable Tender Fee of required amount as per NIT by way of Cash/DD /Pay
Order drawn in favor of Air India Ltd. payable at New Delhi.

(b) Earnest Money Deposit: The Tenderer will furnish along with Technical Bid- Cover-
1 Earnest Money of required amount as per NIT by way of DD / Pay Order drawn in
favour of Air India Ltd. payable at Delhi. No other mode of payment is acceptable.

(c) Acceptance Letter : The tenderer will convey along with Technical Bid- Cover-1 in
writing in the “Acceptance Letter” which shall be issued in duplicate along with tender,
their acceptance to AIL’s tender terms & conditions in its entirety.

d) Contract Administration Proforma: Tendered will submit along with Technical Bid-
Cover No-1. The Contract Administration Performa dully signed & stamped by
contractor.

EXECUTIVE DIRECTOR (P&F)


ANNEXURE ‘B’

PROFORMA FOR TECHNICAL BID (COVER NO. 1)

TENDERNO.DED/CIV/AMC-PUMP-TR-II/2019 DATED: 11th Feb., 2019

Name of work: AMC for Operation/Filling/Routine Maintenance of Pumps &


Motor/Tube Wells Underground / Overhead tanks, Water Booster/
sewerage Pumps at Avionics Complex, JEOC & A-320 Hangers in
Terminal-II, at IGIA, New Delhi.

Tenderer is required to submit following details along with supporting documents

Sl
Description
No.
1 Name of the Company
2 1. Full address of the Registered office

2. Telephone/Mobile/Fax No.

3. Contact person

4. E-mail-ID

3 Is your Co. Registered (Encl. proof)

4 Are you a Co./Registered Firm/


Proprietorship/Partnership/Corporation/
Sister Concern/ Any other (specify)-(Encl. proof)

5 List of similar nature of works carried out during the last


five years along with supporting documents and performance
certificates for the works as detailed below only shall be
considered.
a) Three similar completed works costing not less than the
amount equal to 40% of the estimated cost. b) Two similar
completed works costing not less than the amount equal to
60% of the estimated cost.
c) One similar completed work costing not less than the
amount equal to 80% of the estimated cost.
6 Total span of experience (proof encl)

7 Undertaking for Labour license on Company’ letter head.

8 EMD in the prescribed mode for the required amount as per


NIT

9 PAN/GIR Registration copy enclosed

10 Copy of PF & ESI Registration enclosed

11 Annual Turnover for the last 03 financial years to be


enclosed. (Copy of certificate from Chartered
Accountant to be attached)

12 Copy of IT Return for last 03 financial years to be enclosed.

13 Copy of GST Registration Certificate

14 Original Bank Solvency Certificate for the amount Applicable for tender costing
equivalent to 40% of estimated cost. (Or undertaking.) more than Rs.25.00 Lacs
List or works carried out, value of such completed works and certificates for works executed /
15 under execution for the last three years.

16 Have you/your Co. being served with show cause notice for Yes/No
non-compliance with any of the statutory provisions of (If Yes:
labour laws/criminal offences in the past. state the
outcome
and its
present
status)
17 Has any Director/Partner/Proprietor been convicted. Yes/No

18 Whether any director/employee of your payroll belongs to Yes/No


AIL (if yes give details)

19 Any other information which tenderer may like to furnish


(Separate sheet may be enclosed if required)

Tender Fee: The Tenderer will furnish along with Technical Bid – Cover-1 Non-refundable
Tender Fee of required amount as per NIT by way of Cash/DD / Pay Order drawn in favour
of Air India Ltd. payable at New Delhi.

Earnest Money Deposit : The Tenderer shall furnish along with the Technical Bid – Cover-1
earnest money of required amount as per NIT by way of Demand Draft / Pay Order drawn
in favour of Air India Ltd. payable at New Delhi. No other mode of payment is acceptable.

Acceptance Letter : The tenderer will convey along with Technical Bid – Cover -1 in writing
in the “Acceptance Letter” which shall be issued in duplicate along with tender, their
acceptance to AIL’s tender terms & conditions in its entirety.

Contract Administration Proforma : The tenderer will submit along with Technical Bid-
Cover-1. The Contract Administration Proforma duly signed and stamped.

SIGNATAURE OF CONTRACTOR
Annexure – “C”

CONTRACT ADMINISTRATION PROFORMA

TENDERNO.DED/CIV/AMC-PUMP-TR-II/2019 DATED: 11th Feb., 2019

Name of work: AMC for Operation/Filling/Routine Maintenance of Pumps &


Motor/Tube Wells Underground / Overhead tanks, Water Booster/
sewerage Pumps at Avionics Complex, JEOC & A-320 Hangers in
Terminal-II, at IGIA, New Delhi.

Estimated Cost of the Work: Rs. 1.73 Lac per month.

2. The Tender / STQ documents consist of the following:


i) NIT
ii) Acceptance Letter
ii) Qualification Criteria
iii) Proforma for Technical Bid
iv) Contract Administration Proforma
v) General Terms & Conditions
vi) Scope of Work
vii) Proforma for Financial Bid
vii) List of approved material
viii) Undertaking for GST

3. The Tenderer is required to pay Earnest Money of Rs. 39,360/- (Rupees Thirty Nine
Thousand Three Hundred Sixty Only).

4. The completed Tender Documents should be deposited in the tender box kept in the
office of Asstt. General Manager, Properties & Facilities Deptt.. AIL, Terminal-1, IGI
Airport, New Delhi-37 before 3:00 PM on 07.03.2019.

5. Technical Bid of Tenders will be opened on the same day i.e. 07.03.2019 at 15.30 hrs.
or suitable time as per available of member of the tender committee in the Office of the
Asstt. General Manager, Properties & Facilities Deptt., AIL, Terminal-1, IGI Airport,
New Delhi-37 in the presence of any intending tenderers who may wish to be present.

6. Financial Bid of only those tenderer who qualify in the technical bid will be opened.
Information will be sent to those tenderer who qualify in technical bid. No
correspondence in this regard will be entertained.

7. EARNEST MONEY / SECURITY DEPOSIT:

a) Earnest Money Deposit : Rs. 39,360/-

b) Additional Security Deposit to be made


within 15 days of date of issue of work : 3% ( Three Percent )
order
c) Retention percentage from Running / Final : 5% (Five Percent)
Bill.

d) Total Security Deposit : 10% of Contract Value

8. Period of Contract : 24(Twenty Four) Months

9. DEFECTS LIABILITY PERIOD : 6 Months

10. Submission of Bills : Monthly

11. Percentage permitted in Rate Analysis


for Extra / Deviated items to cover
overheads and Profits. : 20% (TWENTY PERCENT)

12. You shall also execute suitable policy of Insurance in terms of ‘Conditions of
Contract” and shall deposit the same with us till the expiry of the contract.

13. You are requested to comply with provisions of contract Labour (Regulation &
Abolition) Act, 1970 and Contract Labour (Regulations & abolition) Central Rules
1971 and Minimum Wages Act & Rules thereof of Central & State Governments.

SIGNATURE OF CONTRACTOR EXECUTIVE DIRECTOR (P&F)


WITH STAMP
ANNEXURE -‘D’
GENERAL TERMS & CONDITIONS

TENDERNO.DED/CIV/AMC-PUMP-TR-II/2019 DATED: 11th Feb., 2019

Name of Work: AMC for Operation/Filling/Routine Maintenance of Pumps &


Motor/Tube Wells Underground / Overhead tanks, Water
Booster/sewerage Pumps at Avionics Complex, JEOC & A-320
Hangers in Terminal-II, at IGIA, New Delhi.

AIL as used in the tender document means Air India Ltd.

1. The “Tenderer” and/or “Party” as used in the Tender document shall mean the one who has
signed the tender form and submitted the quotation in response to AIL tender notice.

2. It is further clarified that individual signing the tender or other documents in connection
with the tender must certify whether he signs as:
 A “Sole Proprietor” of the firm or constituted attorney of such sole proprietor.
 A partner of the firm if it is a partnership must have authority to refer to arbitration,
disputes concerning the business of the partnership either by virtue of the partnership
agreement or a power of attorney. In the alternative, all the Partners should sign the
tender.
 Constituted attorney of the firm, if it is a Company.
 Authorized signatory of the firm.

3. The technical bids will be opened first. Price bid of only those Tenderer who qualify in the
technical bid will be opened. Intimation will be sent to those Tenderer who qualify in the
technical bid. No correspondence in this regard will be entertained. Offers should be valid
for AIL acceptance for a period of minimum 90 days from the closing date of the tender.

4. Tenderers are advised to study the tender documents carefully. Submission of tender shall
be deemed to have been done after careful study and examination of the tender document
with full understanding of its implications.

5. Tenders should be filled in prescribed forms duly signed and stamped and prices be clearly
written/typed both in words and figures without any overwriting. Overwriting, if any,
should be counter signed by the Tenderer.

6. Pre-Qualification Criteria

(a) Eligibility: The tenders for this contract will be considered only from Contractors who
fulfill the following eligibility criteria.

i) Registration, if any with Govt. Organization / Public Sector Undertakings.

ii) Should have satisfactorily completed the works as mentioned below during
the last five year ending last day of submission of tender along with
supporting documents & performance certificate (detail of public sector
undertakings/Govt. or Semi Govt. Organization where similar nature of
work carried out).
iii) Three similar completed works costing not less than the amount equal to
40% of the estimated cost.

iv) Two similar completed works costing not less than the amount equal to
60% of the estimated cost.

v) One similar completed work costing not less than the amount equal to
80% of the estimated cost.

Similar works would mean Annual Maintenance & Operation of Pumps, Motor &
Tube wells etc.

vi) Should have had average annual financial turnover during the last three
years ending 31st March 2018 at least 30%of the estimated cost required to
be submitted before award of work.

vii) Should have latest Solvency Certificate from nationalized bank/Schedule


bank amount equal to 40% of the estimated cost required to be submitted
before award of work. Undertaking for the same to be given along with
Technical bid. (This is only for tender costing more than Rs. 25.00 Lacs).

viii) The bidder should have Income Tax Permanent Account Number (PAN).

ix) The bidder should be registered with ESI to cover his employees under
the ESI Act. (Copy to be enclosed)

x) The bidder should have separate PF-Code No. allotted by the concerned
RPFC under EPF Scheme 1952 (copy to be enclosed).

xi) The bidder should have of registration of GST etc.(copy to be enclosed).

xii) The bidder should have registration certificate of Work Contract tax /
VAT/TIN No.

(b) Tender Fees: The Tenderer will furnish along with Technical Bid - PART-I Non-
refundable Tender Fee of Rs. 500/- by way of DD / Pay Order drawn in favour of Air
India Ltd. payable at New Delhi.

(c) Earnest Money Deposit : The Tenderer will furnish along with Technical Bid -
Part –I Earnest Money of Rs. 39,360/- by way of DD / Pay Order drawn in favour of
Air India Ltd. payable at Delhi. No other mode of payment is acceptable.

 Earnest money deposit will not carry any interest.


 “Tenders” – PART – “I” without Earnest Money Deposit (EMD) shall be rejected.
 In case of violation of terms of the tender, EMD shall be forfeited.
 The EMD of unsuccessful Tenderers will be refunded in due course.
 In case, the successful Tenderer refuses to accept the contract or fails to abide by
any terms of the contract, the EMD will be forfeited.
 If any Tenderer is backing out at any stage during the process of evaluations, or
does not accept the contract in full or in part, the EMD of that tenderer will be
forfeited.
 Incase successful tenders; the EMD will be retained as Security Deposit during the
contract period.

7. Conditional bids will not be accepted.

8. Bids received by AIL after the given time and last date of receipt of bids will not be
considered.

9. In case both the tender forms Part – I & Part –II are not sealed separately and are
received in a single sealed cover, the same will not be considered.

10. Tenderer shall give the official mailing address, E-mail ID & fax numbers to which all
correspondences shall be sent by AIL Also if address is changed, the same shall be
intimated to AIL

11. AIL reserves the right to accept/or reject any/or all bids, and all the tender process and
reject all bids at any time prior to the award of Contract without incurring any liability to
the Tenderer(s) or without any obligation to inform the Tenderer(s) of the grounds for its
action.

12. Any notice by one party to the other pursuant to the contract, shall be sent in writing to the
address specified for that purpose in the Contract.

13. AIL shall promptly notify the Tenderer of any claims arising under the Contract.

14. No sub-contracting shall be allowed.

15. The Tenderer shall solely be responsible for the acts and deeds of his personnel deployed
by it for the job. AIL will, in no way, be responsible for violation of any
rules/regulations/instructions of the concerned agencies and/or for any loss or damage
caused by its personnel and any such loss or damage shall have to be compensated/borne
by the Tenderer.

16. Tenderer will deploy his own personnel for supervision of work.

17. AIL will not be responsible for any injury/casualty sustained/suffered by Tenderer’s
personnel during the performance of the duties. Any damage or compensation due to any
dispute between them and its personnel shall be borne exclusively by the Tenderer. Any
expenditure incurred by AIL to handle situation arising on account of above or on account
of the conduct of the personnel deployed by the Tenderer shall be made good from the
Security Deposit/other amount due to the Tenderer and the Tendered undertakes to
indemnify AIL in this regard.

18. The rates offered by the Tenderer shall be inclusive of manpower cost, material cost
provision for uniform, transportation costs, meal & canteen, identity cards, security
clearance and all statutory payments (e.g. PF, Gratuity, ESI, Bonus & all taxes but
excluding GST etc. as applicable).
19. Award of Contract, Commencement, Validity & Acceptance :

The award of contract shall be subject to fulfillment (in addition to eligibility criteria)
of following conditions by the tenderers:

a) The Tenderer has to convey acceptance of Contract within 3 working days of


receipt of Work Order issued by AIL.

b) The Tenderer has to execute an agreement of terms & conditions of the contract on a
Rs.100/- non judicial stamp paper with AIL with an undertaking that complete project
shall be operational within 07 days of release of Work Order. On execution of the
contract, pursuant to award of the Tender, the Tenderer shall henceforth be referred to
as “Contractor”.

c) Rates agreed to in the contact shall remain firm for the entire contract period and
no request whatsoever for price increase on any ground shall be entertained
during the contract period.

d) If a bidder quotes NIL charges/ consideration over and above the known
minimum charges that are payable/ applicable as per Government or Regulatory
body, etc. then the bid will be treated as unresponsive and will not be considered.

20. Contractor’s Responsibilities :

a) The Contractor will cover all the jobs specified in the Scope of Work given in
Annexure ‘E’.

b) The contractor is required to Log books & Maintenance register at their own cost to
register the complaints & rectify the complaint immediately as per the direction of
Engineer in Charge.

21) INSPECTION AND APPROVALS :

a) The Company's Officers concerned with the Contract shall have powers at any
time to inspect and examine any part of the works and the Contractor shall give
such facilities as may be required or such inspections and examinations.

b) The personnel so deployed must be in possession of photo identify cards provided


by the Contractor under his signatures, company’s name and seal to be shown if and
when amended by AIL officials.

c) The Contractor will solely be responsible for complying with various labour laws as
applicable from time to time in respect of persons so engaged by him and he shall
be solely responsible for any breach or violation of any or all of the provisions of
the labour laws as applicable from time to time.

d) The Contractor will comply with all the statutory regulations such as PF, ESI Act,
Bombay labour Welfare Act 1953, Minimum Wages Act, Workmen’s
Compensation Act, Bonus Act etc. as are in force or that may become applicable in
future and from time to time. He should also maintain the detailed records &
registers to that effect, which should be produced before the designated officer as
and when required.

e) The Contractor will be solely responsible for any damage to property at the
premises due to negligence or otherwise by his personnel.

f) The tenderer should have valid labour license (if required) however if he does not
have, the tenderer must give an undertaking along with the technical bid that within
15 days of placement of Work Order.

g) The Contractor shall be responsible for any theft, dishonesty and /or disobedience
on the art of his personnel provided by him for the purpose.

h) The Contractor shall not sub contract or assign or sub-let any part of the service
once agreed or any share of interest in any manner or degree, directly or indirectly
to any third party whatsoever.

i) The quoted rates shall be exclusive of GST. The bill for the work should have GST
registration number printed or stamped on it and should show the amount of GST
separately (at the prevailing applicable rate).

j) "Market Rate" shall be the rate as decided by the Engineer-in-Charge on the basis
of the cost of materials and labour at site when the work is to be executed plus the
percentage mentioned in CONTRACT ADMINISTRATION PROFORMA to cover
all overheads and profits.

22. Personnel of the Contractor provided for the purpose or otherwise shall not be deemed to
be employee of AIL & there is no employer employee relationship with AIL & Contractor.

23. No partner / employee of the Contractor should be an employee of AIL

24. Special Conditions :

i) The work shall be carried out as per specifications in tender schedule / prevalent
C.P.W.D specifications along with the latest correction slips, in case of doubts the
decision of the AIL shall be final and binding on the contractor.

ii) The contractor shall carry out the work in stages where required to cause minimum
disturbance to the allottees /users. He shall be responsible for any damage to the
equipment & structure injury to the personnel in the section/workshops, during the
progress of the work & he will be liable to pay such compensations as may be decided
by the Asstt. GM (P&F), in respect of such damages/injuries.

iii) Penalty : In case the contractor does not complete the work/works within the given
stipulated time of completion for a particular work by E-in-C, excluding emergency
works which are to be attended on the same day, then Asstt. Gen. Manager (P&F)
shall have the authority at his discretion to get the particular work / works carried out
through other agencies at the risk & cost of the contractor for which no separate note
sheet shall be issued and the extra cost incurred by AIL in executing such work/works
through other agency/agencies along with a penalty up to a maximum of 10% of the
cost of the work which will be recovered from the bills / security deposit of the
contractor.

iv) Security deposit i.e. 10% will be deducted as given in contract administration Performa.
However 5% of the security deposit will be refundable after completion of defect
liability period.

v) The rate for items not covered in the tender schedule will be derived as under : -
a) From similar items in the tender.
b) Taking same item from any other tender which is current in AIL.
c) From first principle i.e. calculating the cost of material labour and allowing 20% for
overheads and profit.

vi) Minimum running payment permissible is Monthly work done.

vii) The contractor to use materials approved by Engineer – in – charge.

viii) It will be the responsibility of the contractor to liaise with the local bodies, like DIAL,
CISF Police, CISF, BSES, Delhi Jal Board, M.C.D., N.D.M.C. Sewerage Department,
etc. to get the emergency services attended immediately by the concerned agency at no
extra cost.

ix) The contractor will make adequate arrangements for manpower Commutation system
like Mobile Phone & Stationery etc at his own cost for smooth Maintenance of Fire
Fighting & Alarm System. The contractors have to maintain log books/register for
monitoring the system.

x) The successful tenderer shall open an office in the vicinity of the Terminal-II, IGIA
premises after the work order is issued to them. The contractor should make an
authorized representative available at site at all times for the instruction etc. The
Contractor will be provided reasonable covered area for Site Office / Maintenance /
Workshop free of cost. That the Contractor shall be liable to vacate such Premises /
Stores / Work Shops on demand by the Engineer-in-charge. That such use or
occupations shall not confer any right of tenancy of the land/Premises to the
Contractor.

xi) The entire work lies in restricted Airport Areas. The Contractor will have to make his
own arrangement for obtaining the necessary Entry Passes for Labour, tools and
materials from BACS/CISF Police and Air India at their own cost.

xii) The persons working at site will be provided with free water & electricity.

xiii) Uniform rates should be quoted for all items irrespective of height unless specified
otherwise.

xiv) Earnest Money deposited by the successful tenderer will be retained by AIL as security
& the same will be refunded after successful completion of the contract including
extension if any.
25. Tenderers are advised to inspect and examine the site and their surroundings and satisfy
themselves before submitting their tenders as to the nature of the ground and sub-soil (so
far as is practicable the form and nature of the site, the means of access to the site and the
accommodation the may require and in general shall themselves obtain necessary
information as to risk, contingencies and other circumstances which may influence or
effect their tender. A tenderer shall be deemed to have full knowledge of site, whether he
inspects it or not and no extra charges consequent on any misunderstanding or otherwise
shall be allowed.

26. Workman’s Compensation Policy


In case of Maintenance contract since all the premises are already covered under a separate
Insurance Coverage taken out by Air-India, it will be adequate if the Contractors take out
workmen’s Compensation Policy, covering all their workmen. In this case Contractors All
Risk Policy is not necessary. The Workmen’s Compensation Policy shall cover the period
of contract since Defects Liability period is not applicable for such maintenance contracts.

27. Wherever replacements of any item are operated, the rate shall include removing, except
for the items of removing which have been specifically provided in the schedule.

28. Rates :
Rates for all items must cover the cost of all appropriate materials, all taxes (except GST),
labour, machinery, scaffolding, tools and plants and all appliances including safety devices
whatsoever necessary for the complete execution of the work.

29. Old replaced items will be deposited in AI Store as per direction of Engineer - in- charge.

30. Price Variation :


No price variation (escalation) is payable /recoverable on whatsoever account.

31. Commencement of Contract :


The successful Tenderer, after completing the required formalities, should commence the
service within 07 days from the date of the Work Order

32. Payment of Bills :


Contractor is required to submit monthly bills (in duplicate) office of Asstt. GM (P&F)
within One month. Payment will be made after certification of the bill subject to all
relevant papers is in order.

33. Indemnification :

a) The Contractor shall indemnify AIL against any claims, damages, loss or penalty
including costs thereof in case of liability arising out of any accident / incident
involving manpower deployed by him.

b) The Contractor shall also indemnify AIL against any claims, damages, loss or penalty
including cost thereof arising out of any breach or violation of any Govt. levies, terms
& conditions of contract & of the provisions of all the laws, including labour laws as
applicable from time to time, governing the employee deployed for the purpose.
34. Termination Clause :

a) In case the performance of the contractor is found to be unsatisfactory, the


contract will be terminated by AIL by giving one-month notice to the contractor.
The contractor will however complete all the works, which he is entrusted with till
the notice of termination, is served on him.

b) If the party wants to terminate the contract / agreement, they can terminate the
same by giving at least three months notice in writing.

35. Extension / Validity of Agreement :

The successful Tenderer shall execute agreement with AIL. The agreement shall be for
the scope of work as per tender. The contract shall be for a period of Two (2) Years

36. Safety Compliances:

The contractor shall comply with all safety regulation as per good industry practices
and as per the prevailing laws and regulations at the Airport Work place/Govt. offices
& residential premises.

37. Settlement of Disputes :

i) Any dispute or difference whatsoever arising between the parties out of or relating to
the construction, interpretation, application, meaning scope operation or effect of this
contract or the validity or the breach thereof, shall be referred for settlement to
“SCOPE FORUM OF CONCILIATION AND ARBITRATION” GOVT. OF INDIA
and the award made in pursuance thereof shall be binding on the parties to the
arbitration.

ii) Any dispute whatsoever shall be subject to the Jurisdiction of New Delhi Courts only.

SIGNATURE OF CONTRACTOR
ANNEXURE ‘E’

AIR INDIA LTD: NORTHERN REGION

TENDERNO.DED/CIV/AMC-PUMP-TR-II/2019 DATED: 11th Feb., 2019

Subject: AMC for Operation / Filling / Routine Maintenance of Tube wells /


Underground / Overhead tanks, Water Booster / Sewerage Pumps at
Avionics Complex, JEOC & A-320 Hangars in Terminal-II, at IGIA,
New Delhi.
SCOPE OF WORK
(To be submitted along with Financial Bid)

The scope of work consists of operation/Routine maintenance of tube wells, pumps etc.
This also includes uninterrupted water supply to flee overhead tanks, and ensure filling of
water tankers carrying water to AI Housing Colony in all areas of AI at Terminal-II. The water
supply is required to be manned 24 hours on all days. Brief scope of work is as under:-

1. You will be responsible to operate tube wells, booster pumps & motors for filling water
in underground & overhead water tanks as well as operation of sewerage pumps. You
will also be responsible for routine maintenance & checking of tube wells, water
pumps, motors and allied equipments.

a) Air India Complex: GM (Engg.) Building, Avionics Building, Wheel Assembly


Building, Landing Gear Building, Fire Pump Room Building, ATEC Shop Buildings,
Jet Shop, Test Cell, Canteen Building, Electric Substation Building, Security Office
Building, A-320 Hangars Complex and Annexes at Terminal-II.

2. You will provide adequate number of qualified and trained operators to operate and
maintain the water supply systems to ensure uninterrupted water supply for 24 hours at
these locations during the contract period in the Area Mentioned in Annexure–E-1.
Minimum One Operator & One helper in each shift must be available all the times to
operate & maintain water supply at Terminal-II, IGI Airport.

3. You will maintain necessary records / logbooks / schedules for keeping the check on
the performance & condition of the plants in the office of ASSTT. G.M. (P&F).

4. The operators deployed by you to carry out the subject work under this tender shall not
be utilized to carry out other tender works except for the subject work of operation and
maintenance of water plants, accessories and allied works.

5. You will attend minor maintenance & repair works such as changing of gland packing
of tube wells, pumps & motors, pump couplings, rubber, fuses, oiling & greasing along
with minor leakages in pipes & valves etc. whenever required. You will not be paid any
amount or charges to carry out such works. However, you will be entitled to claim the
cost of material used in repair with profit along with monthly bills.
6. You will carry out checks for contact in electrical wiring, electrical panel, pump
connecting parts, plugs etc. periodically.

7. As we do not possess any layout plan or drawings of the pipelines, the contractor is
required to find out sources & layout of water supply system at IGI Aiport of their own.

8. In the event of any loss or damage to our property during the process of maintenance or
operation of water supply by your personnel, the contractor will be liable to make good
such losses.

9. No extra payment will be made on account of increase in minimum wages or otherwise.

10. In case of submersible pump gets un-serviceable, you will lift and lower the pump any
number of times during the entire contract period after carrying out necessary repairs to
the pump & motor. You will not be paid any amount or charges for lifting and lowering
the pump & motor. However, you will be entitled to claim the cost of material used in
repair with profit along with monthly bills.

11. The following materials should be arranged by the contractor and no extra payment will
be made on this account.

i) Welding electrodes, fuse wires and insulation tapes etc.


ii) Sutli and safeda for plumbing works, oil and grease for motors and pumps etc.

12. All the serviceable materials will be properly stacked & all the unserviceable materials
will be disposed off by the contractor as directed by Engineer-in-charge. Decision of
the Engineer-in-charge will be final and binding on the contractor regarding the
serviceability of the dismantled materials. The contractor shall provide all the necessary
staging and scaffolding, ladders, etc. at his cost for the execution of all the works.

13. In addition, the following jobs shall be carried out by the contractor for which payment
will be made to the party as per laid down procedure.

a) Repair of Pumps, Motors, Water Supply Lines, Water Tanks, Valves etc.
b) Cleaning of Under Ground Water Tanks & Overhead Water Tanks.

14. The passes of labours are to be made by the contractor from BCAS for carrying day-to-
day maintenance work at his own cost.

15. List of Submersible Tube wells, Overhead & Underground Water Tanks in Air India
Complex at Terminal-II, IGI Airport, is attached in Annexure E-1.

16. No payment will be made extra or recovered for increase or decrease of 2 Nos. tube
wells / pumps & motors.

CONTRACTOR EXECUTIVE DIRECTOR (P&F)


Annexure - “ E-1”

LIST OF SUBMERSIBLE TUBE WELLS, OVERHEAD & UNDERGOUND WATER


TANKS AT TERMINAL – II.

Air India Complex

Sl. No. Submersible Tube wells Quantity Capacity

1. Steel Gate 1 10.0 HP


2. Garbage Point 1 10.0 HP
3. Electric Substation 1 10.0 HP
4. Admn. Building 1 10.0 HP

Sl. No. Underground Water Tanks Quantity Capacity Booster Pump

1. Water Pump Room 2 40000 2 (10.0 HP)


2. Fire Pump Room 5 120000 3 (15.0 HP)

Sl. No. Overhead Water Tanks Quantity Capacity

1. GM (Engg.) Building 4 1000


2. Avionics Building 2 10000
3. Avionics Building 1 2000
4. Avionics Building 2 500
5. Cooling Tower 2 15000
6. Wheel Assembly Building 2 10000
7. Wheel Assembly Building 3 1000
8. Fire Pump Room 1 1000
9. Water Pump Room 1 500
10. Store Building 1 3000
11. Store Building 3 2000
12. Canteen Building 2 2000
13. Old Canteen Building 1 1000
14. ATEC Shop Building 2 1000
15. Security Building 2 1000
16. Overhead RCC Tank 1 50000
17. Annexe-1 (Hangar) 2 2000
18. Annexe-1 (Hangar) 1 1000
19. Annexe-2 (Hangar) 1 2000
20. Annexe-2 (Hangar) 4 1000
21. Annexe-3 (Hangar) 8 1000
22. Annexe-4 (Hangar) 2 2000
23. Annexe-4 (Hangar) 3 1000
24. Fire Pump Room (Hangar) 1 500

CONTRACTOR EXECUTIVE DIRECTOR (P&F)


AIR INDIA LTD: NORTHERN REGION
Annexure – “F”

TENDERNO.DED/CIV/AMC-PUMP-TR-II/2019 DATED: 11th Feb., 2019

Financial Bid
(To be submitted in envelope –II)
I/We have read and examined the following documents relating to AMC for
Operation / Filling / Routine Maintenance of Tube wells /Underground / Overhead
tanks, Water Booster / Sewerage Pumps at Avionics Complex, JEOC & A-320
Hangars in Terminal-II, IGIA, New Delhi.
a. Notice Inviting Tender.
b. Tender Schedule.
c. Specifications / scope of contract.
d. General conditions of contract including contractor’s labour regulations, model rules for
labour welfare & safety code appended to these conditions together with the amendments.
e. Terms & conditions.
I/We hereby tender for execution of the works referred to in the aforesaid documents
upon the terms and conditions contained or referred to therein and in accordance in all respects
with the specifications, designs, drawings & other relevant details: -
Our AMC charges @ Rupees__________per month (Figures in words
Rupees________________________________________________) Per Month excluding
GST but including all Taxes.
In consideration of I/We being invited to tender, I/We agree to keep the tender open for
acceptance for 90 days from the due date of the submission thereof and not to make any
modifications in its terms and conditions, which are not acceptable to the AIL.
A sum of Rs.39,360/- (Rupees Thirty Nine Thousand Three Hundred Sixty only)
forwarded as bank Draft/Pay Order in the name of the AIL, Northern Region as Earnest Money
is enclosed herewith. If I/We fail to keep the tender open as aforesaid modifications in the
terms & conditions of the tender which are not acceptable to the AIL. I/We agree that the AIL
shall without prejudice to any other right to remedy by at liberty to forfeit the earnest money.
Should this tender be accepted I/We hereby agree to abide by and fulfill all the terms &
conditions and provision of the aforesaid documents.
If after the tender is accepted, I/We fail to commence the operation of the work as
provided in the conditions, I/We agree that the AIL shall without prejudice to any of their right
or remedy, be at liberty to forfeit the said Earnest Money absolutely.
I/We agree that should the AIL decide to forfeit the earnest money as aforesaid, unless
a sum equal to earnest money as mentioned above is paid by us forthwith, the AIL may at its
option recover it out of the deposit and in the event of deficiency out of any other moneys due
to me /us.
Witness: Duly authorized to sign the tender on
behalf of the:
DATED
ADDRESS DATED
POSTAL ADDRESS:
TELEPHONE NO:
ADDRESS:
Annexure “G”

PROPERTIES & FACILITIES DEPARTMENT

UNDERTAKING FOR GST


(FOR WORKS COSTING RS.10 LAKHS & ABOVE ONLY)

Name of work: AMC for Operation / Filling / Routine Maintenance of Tube wells /
Underground / Overhead tanks, Water Booster / Sewerage Pumps
at Avionics Complex, JEOC & A-320 Hangars in Terminal-II, at
IGIA, New Delhi.

TENDERNO.DED/CIV/AMC-PUMP-TR-II/2019 DATED: 11th Feb., 2019

We, M/s ………………………………………………., having our official address


at……………………………………………………………, hereby confirm that our GST
Registration No. with Central Board of Excise and Customs is ……………………………….
We also confirm that our rates are exclusive of GST and we shall claim the applicable GST
separately in our Running/Final bills. We also undertake the responsibility of payment of GST
claimed from AIR-INDIA to the appropriate authority of GST and keep AIR-INDIA
indemnified on this count.

OR

We, M/s………………………………having our official address at ………………..hereby


confirm that we will submit our GST Registration No. with Central Board of Excise and
Custom to AIR-INDIA before the submission of our 1st R.A. Bill. In case we fail to submit
that same, AIR-INDIA may withhold our payment. We also confirm that our rates are
exclusive of GST and we shall claim the applicable GST separately in our Running/Final Bills.
We also undertake the responsibility of payment of GST claimed from AIR-INDIA to the
appropriate authority of GST and keep AIR-INDIA indemnified on this count.

Place:

Date:
……………………………….………………………
SIGNATURE & SEAL OF THE CONTRACTOR

You might also like