You are on page 1of 38

AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

Tender Fees: Rs.1180/-

AIRPORTS AUTHORITY OF INDIA


DEPARTMENT OF CNS

KANDLA AIRPORT

TENDER DOCUMENT

for

“Supply, Installation and Testing of 24V/20A SMF-VRLA Battery


Charger (FCBC) QTY-02 at Kandla Airport.”
CNS Division at Kandla Airport -370240

Tender reference No: AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19

{E-Bid No: 2018_AAI_17805}

Approved By: Prepared By:

-sd- -sd-
(Sunil Kr. Katare) (Nitin Jain)
SM (CNS)] JE (CNS)

Page 1 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

TABLE OF CONTENTS

S No Section Particulars Page No.


1. Section – I Notice Inviting Tender 3-4
2. Section – II Instructions to Bidders 5-10
3. Section – III General Terms and Conditions 11-17
4. Section – IV Special Terms and Conditions 18-19
5. Section – V Scope of Work and Technical Specifications 20-21
6. Annexure – 1 Details of Vendor / Firm 22
7. Annexure – 2 Unconditional Acceptance Letter 23-24
8. Annexure – 3 Annualized Average Financial Turn Over 25
9. Annexure – 4 Experience Details of works of similar nature 26
10. Annexure – 5 Performa of Performance Bank Guarantee 27-28
11. Annexure – 6 and Schedule of Quantity (Bill of Material), Compliance 29-31
6A. Statement for Technical Specifications
12. Annexure – 7 Technical Bid 32-33
13. Annexure – 8 Financial Bid 34
14. Annexure – 9 Application for Extension of time 35-36
15. Annexure – 10 Performa of Agreement 37
16. Annexure – 11 Declaration for Registered NSIC/MSME 38

Page 2 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

AIRPORTS AUTHORITY OF INDIA

SECTION – I

NOTICE INVITING TENDER


1. The Airport Director, Airports Authority of India (AAI), Kandla Airport invites E-tenders on behalf of the
Chairman, AAI, from the authorized dealers for Supply, Installation and Testing of 24V/20A SMF-VRLA
Battery Charger (FCBC) QTY-02 at Kandla Airport as per the detail specification and requirement given
in Tender document.
2. Estimated cost inclusive of all statutory taxes and charges, Service tax on labour, freight, component of
installation and other details are given below:
Name of the Work Estimated Cost EMD Tender Fee
(INR) (INR) (INR)

Supply, Installation and Testing of


24V/20A SMF-VRLA Battery Charger 1,18531/- 2371/- 1180/-
(FCBC) QTY-02 at Kandla Airport

3. Total time allowed for the completion of work is (i.e. Supply, Installation & Testing) of Battery Chargers is
30 days, which shall be reckoned from 10th day of issue of work order.
4. This tender is called through the electronic tendering process and can be downloaded from the e -tender
portal of The Gov ernment of India, Central Public Procurement Portal (CPPP), e -Procurement
portal with URL address https://etenders.gov.in. Please note that the submission of the tender is only
through the e -tender portal and will not be accepted in any other form. Further it may be noted that
tenders, which are duly submitted on e -tender portal, shall only be final and tenders just saved without
submission will not be available to the evaluation committee for further processing.
5. For any technical related queries please cal l 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: 91 8826246593 E-Mail: support-eproc@nic.in
6. For any Policy related matter / Clarifications Please contact Dept of Expenditure, Ministry of Finance. E-
Mail: cppp-doe@nic.in
7. For any Issues / Clarifications relating to the publishing and submission of AAI tender(s), please refer the
following:
a) In order to facilitate the Vendors / Bidders as well as internal users from AAI, Help desk service is
available between 0800-2000 hours for the CPPP under GePNIC http://etenders.gov.in . The help desk
service is 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 instruction given “Guidelines to Bidders”
and get their computer system configured according to the recommended settings as specified in the
portal at “System Settings for CPPP”.

Page 3 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

8. In case of In case of any issues faced, the escalation matrix is as mentioned below
SL. Support Escalation
E-Mail Address Contact Numbers Timings*
No Persons Matrix
Instant eprochelp@aai.aero 011-24632950, Ext-3512 0800-2000 Hrs. (MON -
1 Help Desk Team
Support (Six Lines) SAT)
After 4 Hours sanjeevkumar@aai.aero 0930-1800 Hrs. (MON-
2 Sanjeev Kumar 011-24632950, Ext-3505
of Issue FRI)
After 12 snita@aai.aero 0930-1800 Hrs. (MON-
3 S. Nita AGM(IT) 011-24632950, Ext-3523
Hours FRI)
Jt.General ykkausik@aai.aero 0930-1800 Hrs. (MON-
4 After 24Hours 011-24651507
Manager(IT) FRI)
General gmitchq@aai.aero 0930-1800 Hrs. (MON-
5 After 03 days 011-24657900
Manager(IT) FRI)
Bid Manager: Cnsic_vake@aai.aero
Sunil Kr. Katare, For tender 0930-1800 Hrs. (MON-
6 9987511294
SM (CNS), AAI, Queries FRI)
Kandla

9. The critical dates for this tender are as given below:

No. Activity Date Timings (IST)

Download of Tender Document from e-


a. From 12.11.2018 To 26.11.2018 Up to 1700 Hours
tender portal

b. Submission of queries by bidders From 12.11.2018 To 26.11.2018 Up to 1500 Hours

c. Response to Bidders’ queries by AAI From 12.11.2018 To 26.11.2018 Up to 1700 Hours

Online Submission of Bids (All envelopes) on


d. From 12.11.2018 To 30.11.2018 Up to 1700 Hours
e-tender portal

Submission of (Demand Draft)in original of


i) Tender fee
ii) EMD
OR
e. From 12.11.2018 To 07.12.2018 Up to 1600 Hours
Scan copy of NSIC/ MSME registration
documents and declaration as per Annexure
11 on Rs. 100 non-judicial stamp paper (if
eligible for exemption).

f. Opening of Technical Bids 10.12.2018 1130 Hours


g. Opening of Price/Financial Bids 17.12.2018 1130 Hours

Note: Price/Financial Bid shall be opened after scrutiny of the documents submitted in Technical Bid.
Quotations qualified in the Technical Bid only will be considered for the Financial Bid.
10. Worksite for the project will be Equipment Room and ATC Tower , Kandla Airport.
11. Clarification needed, if any, may be sent through e-tendering portal only.

SM(Elex)/OIC (CNS)
AAI, Kandla Airport
Tel: 02836-257892
E-mail: cnsic_vake@aai.aero

Page 4 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

SECTION – II

INSTRUCTIONS TO BIDDERS

1. ELIGIBILITY CRITERIA:
Bidders shall have the below mentioned eligibility criteria and shall accordingly upload the following
documents in PDF format in the Technical Bid folder:

Compliance
S.No. Eligibility Particulars Name of e-File(pdf) to be by the
attached Bidder
a. Offline payment of Tender Fee of Rs. 1180/- Scan copy of Tender fee(Demand YES/NO
Draft) or Scan copy of NSIC/MSME
registration documents, if eligible
for exemption.

b. Offline deposit of EMD of Rs. 2371/- Scan copy of EMD(Demand Draft) YES/NO
or Scan copy of NSIC/MSME
registration documents, if eligible
for exemption.
c. All pages of Tender Document including Tender-Doc YES/NO
Corrigendum(s), if any, signed and stamped
d. Details of vendor / firm as per Annexure-1 Firm-Details YES/NO
e. Undertaking stating that its firm/ partners/ Undertaking YES/NO
directors have not been blacklisted or any
case/complaint is pending against them in India or
abroad by any govt. organization/private firm.
f. Un-conditional Acceptance Letter of all terms & Acceptance-Letter YES/NO
conditions of tender in the format enclosed as
Annexure-2 of the tender document.
g. Proof of GST Registration No. GST No YES/NO
h. Proof of PAN card of firm/proprietor PAN-Card YES/NO
i. Annualized Average Financial Turnover during Annual-Turn- YES/NO
last 03 financial years ending on 31st March 2018 Over
shall be at least 30% of estimated cost i.e.
Rs.35,559.30 (Rupees Thirty five thousand five
hundred fifty nine and thirty paise only). As a proof,
audited abridged Balance Sheet along with Profit &
Loss Account shall be submitted.
j. Proof of Experience as per Annexure-4 (including
Completion Certificate issued by the customer) :
Successful execution of orders in last seven years
for similar work in any reputed govt./private
organization meeting any one of the following
criteria:
- one order of value more than or equivalent to CC-01
80% (Rs. 94,824.80) of the estimated cost YES/NO
- two orders each of value more than or equivalent CC-02
to 50%(Rs. 59,265.50) of the estimated cost,
- three orders each of value more than or CC-03
equivalent to 40% (Rs. 47,412.40) of the estimated
cost,
k. Experience certificate i.r.o. works mentioned above Experience- Certificate YES/NO
from end user agencies indicating value, scope &
Completion date of the order(s).

Page 5 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

L. Customer details i.r.o. work experience claimed PO-Customer-Details YES/NO


{Postal address, Office Phone, Email & URL (if
any)}
m. Schedule of Quantity & Technical Specifications Compliance- Statement YES/NO
compliance as per Annexure-6 and 6A.
n. Technical data sheet and copy of Test report/ Technical Data Sheet & Test YES/NO
Certification of the offered battery chargers shall Report/Certificate
be uploaded in the Technical bid.
o. Power of Attorney on non-judicial stamp paper of PoA YES/NO
Rs.100/-authorizing the designated executive to
sign all documents on behalf of the Company or
Firm, if the bid is not signed by the Director of the
Company or Partner / Proprietor of the Firm.
p. EMD Exemption in case of NSIC/MSME registered NSIC/MSME Certificate YES/NO
bidders:
a- NSIC/MSME Certificate
b- Declaration (Ref Format “Annexure-11
Declaration YES/NO
(MSME)) on non-judicial stamp paper of
Rs.100/-
q. OEM or authorized Dealer/distributor Certificate Scanned copy of Certificate YES/NO
of the Battery chargers offered (with proper
validity period)
r. No Bidder firm or its subsidiary firm or its parent Undertaking stating the same YES/NO
firm shall be allowed to submit alternate bids. submitted.
Such bids shall be summarily rejected.

Page 6 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

2. AMENDMENTS TO BID DOCUMENTS :


2.1. Prior to the last date of submission of bids, AAI may amend/modify the bid documents at any time
through corrigendum.
2.2. The amendments shall be communicated to all prospective bidders as corrigendum on the e-tender
portal and these amendments will be binding on them.

3. BID COMPONENTS :
The bid prepared by the bidder shall be in two parts to be submitted and each part to contain the
following components:

3.1. Technical Bid:

- As per Clause 1 mentioned above in this section.

3.2. Financial Bid:

- Financial Bid Form as per Annexure-8 (to be filled up online).


- The bidder shall quote the rates in words and international numerals.

4. BID PRICES:
The bidder shall fill the price schedule as follows:

4.1. The bidders shall use online Financial Bid Form on the e -tender portal for their price offer. The bill of
material for all items with scheduled quantities as indicated in Annexure–6 of the tender will be
reflected in the onl ine Financial Bid. It may be noted that only duly submitted bids shall be evaluated
and bids just saved but not submitted the Financial Bid shall not be part of the evaluation process.
4.2. The bidder shall quote as per price schedule given in Financial B id for all the items as per
specifications in Annexure–6.
4.3. The rates quoted as per format shall be inclusive of all Govt. Statutory taxes, GST, Octroi, Freight &
insurance, Transportation, Packing, Loading & Unloading, levies and charges etc.

5. VALIDITY OF TENDER (BID):


5.1. The offered Bid shall remain valid for a minimum of 180 days from the date of opening of the
Technical Bid. The bidder shall not be entitled, to revoke or cancel the offer or to vary any term
thereof, during validity period without the consent in writing of AAI. In case of the bidder revoking or
cancelling the offer or varying any term in regard thereof, the bidder's earnest money deposit shall be
forfeited.
5.2. If there is any delay in finalization due to unforeseen factors, al l the bidders shall be asked to extend
the validity for an appropriate period, specifying a date by which tender is expected to be finalized.
However, the tender process shall not be vitiated if any bidder declines to extend the offer as
requested for.

6. FORMATS & SIGNING OF BID:


The e -Bid shall be digitally signed by the bidder at e - tendering portal to bind the bidder to the
contract. Written power -of-attorney accompanying the bid shall submit the letter of authorization.
The e-bid submitted shall be properly in readable form and encrypted as per e-tendering portal

Page 7 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

requirements. Standard Printed terms and conditions of the company other than the NIT conditions
shall not be considered.

7. SEALING & MARKING OF BIDS:


7.1. The bidders shall digitally sign & encrypt their bid and upload the bid online at e-Tendering portal.

7.2. If all the envelopes are not digitally signed & encrypted, the AAI shall not accept such open bids for
evaluation purpose and treat as non-responsive. Such bid shall be liable to be rejected.

8. SUBMISSION OF BIDS:
8.1. AAI shall receive the bids online through e -portal only, not later than the schedule date and time
specified in the NIT.
8.2. AAI may, at its discretion extend the deadline for the submission of the bids by amending the bid
documents in accordance with Clause 2, Section-II, subject to previous deadline.
8.3. The bidder shall submit his bid offer online at e -tender portal only. Digitally signed tender document
downloaded from e-tender portal only shall be considered. No separate documents shall be valid. Only
relevant attachments, if any, other than the tender document, shall be listed out for reference.
8.4. E-tender portal shall not permit uploading of bids after the scheduled date and time of submission.

9. CORRECTIONS / MODIFICATIONS & WITHDRAWAL OF BIDS:


9.1. The bidder may correct, modify his digitally signed bid after submission and prior to the deadline,
through provisions of e-tendering portal.
9.2. Bids once submitted shall not be modified after deadline.

10. OPENING OF BIDS:


10.1. AAI shall open Bids online through e-portal as per schedule or as per intimation of Bid Opening Date
& Time to bidders. Bidders or their authorized representatives may participate in bid opening and
shall sign the tender opening register.
10.2. Only two representatives of each eligible bidder shall be allowed to participate in the bid opening.
10.3. Representative whose bid is not submitted or is rejected cannot attend the tender opening.

11. CLARIFICATION / CONFIRMATION OF COMPLIANCE OF BIDS:


11.1. The eligibility criteria shall be evaluated during preliminary stage and the vendors who have not
submitted requisite documents shall be asked through e -tendering portal to substantiate their claims
with documentary evidence before a g iven date failing which their bids shall not be considered for
further detailed evaluation.
11.2. It may be noted that enquiries / clarifications shall be responded only through e -tendering Portal. All
such queries shall be entertained which are received on or before last date/time for submission of
queries. AAI response will be uploaded through e - tendering portal only. No written/ verbal/
telephonic enquiry shall be entertained during the tender process.

12. EVALUATION & COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS:


12.1. Eligibility cum Technical Evaluation:

12.1.1. The eligibility criteria shall be evaluated after opening of technical bids. Clarifications, if any, shall be
asked from bidders through e -tender portal to substantiate their claims with documen tary evidence
before a given date, failing which their bids shall not be considered for further evaluation.

Page 8 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

Bids, meeting eligibility cum technical criteria shall only be considered for financial bid opening.
12.1.2. During this technical evaluation, the vendors may be asked to substantiate their compliance
Submitted in the tender by suitable documentation wherever the same is lacking. Technical Bids of
the vendors who fail to substantiate their claim on meeting the technical requirements even after the
above process shall be rejected.
12.1.3. AAI may seek performance/experience report of a vendor from other clients whose references are
given in the tender. An adverse report from a client shall make the vendor technically unfit leading to
his rejection.
12.1.4. A short - list of bidders qualifying technical bid shall be drawn and thereafter these short -listed bids
shall be treated at par for the purpose of financial comparison.

13. OPENING OF FINANCIAL BIDS:


13.1. Financial Bids of those vendors who qua lify in technical bid shall be opened electronically at e -portal.
Date and Time of bid opening shall be notified through e-tendering portal.
13.2. The bidder shall issue authority letters to their representatives to attend the opening of financial bids,
if desired to be present at AAI premise.
13.3. The Financial Bids will be compared based upon the Net Amount Quoted by the bidders inclusive of
taxes as per item rate format at Annexure 8.
13.4. A short list of first three lowest bidders in ascending order shall be drawn and named L1, L2 and L3.
13.5. The Bidder's names, Bid prices, modifications, bid withdrawals and such other details as the AAI, at its
discretion, may consider appropriate; will be announced at the opening.

14. RIGHT TO ACCEPT / REJECT THE TENDERS:


14.1. The right to accept the tender in full or in part/parts will rest with AAI. However, AAI does not bind
itself to accept the lowest tender and reserves to itself the authority to reject any or all the tenders
received without assigning any reason whatsoever.
14.2. Tenders not accompanied with prescribed information or are incomplete in any respect, and/or not
meeting prescribed conditions, shall be considered non -responsive and are liable to be rejected.
14.3. AAI reserves the right to acce pt or reject any bid or a part of the bid or to annul the bidding process
and reject all bids, at any time prior to award of contract without assigning any reason whatsoever
and without thereby incurring any liability to the affected bidder or bidders on t he grounds for the
AAI’s action.
14.4. AAI also reserves the right at its sole discretion not to award any order under the tender called. AAI
shall not pay any costs incurred in the preparation and submission of any tender.
14.5. If the bidder gives wrong information in his Tender, AAI reserves the right to reject such tender at any
stage or to cancel the work order, if awarded, and forfeit the Earnest Money.
14.6. Tenders that are not accompanied with Earnest Money Deposit (EMD) shall be rejected outright,
except for the tenderers those are eligible for exemption under MSME/NSIC clause.
14.7. Bidder shall inform about his relatives employed in AAI (if any) in the capacity of an officer or the
authority inviting tender. In the event of failure to inform and in a situation where it is established that
the relations employed in AAI have tried to influence the tender proceedings then AAI at its sole
discretion may reject the tender or cancel the work order and forfeit the Earnest Money.
14.8. The requirements i ndicated in this NIT are the minimum and bids of the firms not complying with
these minimum requirements or having deviations from the minimum requirements shall be rejected.
However, specifications higher than the minimum requirements shall be technically acceptable
without any additional financial implication to AAI.
14.9. Any correspondence after the opening of the technical bid, from the bidder, regarding the bid unless
specifically sought by AAI shall not be considered. Such post bid offers / clarifications may be liable for
rejection of their bids.

Page 9 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

14.10. Public procurement policy for Micro, small and medium enterprises registered under MSME shall be
followed as per the directives of Government of India prevailing at the date of acceptance.

15. AWARD OF CONTRACT:


15.1. The acceptance of the tender will be intimated to the successful bidder by AAI, either by fax/e -
mail/letter or by e- portal.
15.2. The issue of a Work Order shall constitute the intention of AAI to enter into the contract with the
bidder.
15.3. Acceptance of the Work order will be deemed as effective from the date of issue of Work Order /
Purchase Order.
15.4. Successful bidder has to enter into an agreement with AAI as per Annexure-10. The tender terms &
conditions, corrigenda (if a ny), technical queries & responses against them and the work order shall
be part of this agreement.
15.5. The signing of the Contract on non -judicial stamp paper of Rs.100/- shall be completed within 15
working days of the acceptance of the Work Order. Co st of the stamp paper shall be borne by the
bidder.
15.6. AAI shall be the sole judge in the matter of award of contract and the decision of AAI shall be final and
binding.

16. TRANSFER OF TENDER DOCUMENT:


Transfer of Tender Documents by one bidder to another is not permissible. Similarly transfer of
tenders submitted by one bidder in the name of another vendor is not permissible.
-----------------------------------------------

Page 10 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

SECTION - III

GENERAL TERMS & CONDITIONS

1. Discrepancy & Adjustment of Error


1.1. If on scrutiny, difference is found between the rates given by the Bidder in words and figures or in the
amount worked out by him in the Financial Bid, the same shall be adjusted in accordance with the
following rules
1.2. In the event of discrepancy between description in words and figures quoted by Bidder, the description
in words shall prevail.
1.3. In the event of an error occurring in the amount column of Financial Bid as a result of wrong extension
of the unit rate and quantity, the unit rate shall be regarded as firm and extension shall be amended on
the basis of the rate.
1.4. All errors in totalling in the amount column and carrying forward totals shall be corrected.
1.5. If there are varying or conflict ion provisions made in any document forming part of the contract, AAI’s
decision shall be binding with regard to the intention of the document.
1.6. All annexure except Annexure -8 of this document are part of Technical Bid. There must not be
any insertion/ deviation/suppression in the same, if found, such tenders are liable to be
rejected.

2. Earnest Money Deposit (EMD) and Tender fee:


2.1. The Tender fee and EMD amount shall be deposited, only through payment modes as mentioned in e-
tender portal and that sh all be in the form of Demand Draft (with a minimum validity of 3 months
from the date of download of tender document from e -tender portal) from a Nationalized or any
scheduled bank (but not from co-operative or gramin bank etc.) drawn in favour of Airports Authority of
India payable at Mumbai. The bidders who want to take exemption under NSIC/MSME should submit
Declaration (Ref Format Annexure-11 (MSME)) along with NSIC / MSME registration documents
otherwise they will not get exemption under the scheme.
2.2. Non-submission of Tender fee and EMD by bidders shall reject the tender outright, except for the
renderers’ those are eligible for exemption under MSME/NSIC clause.
2.3. Tender fee and EMD in the form of cash or any other form, not mentioned in e-Tender portal, shall not be
accepted.
2.4. The following documents in original must be delivered to the Bid Manager Airports Authority of India,
Kandla Airport, Gujarat-370240 and should reach before opening of the Technical Bid (Envelope – A):
i) Tender fee
ii) EMD
OR
iii) Copy of NSIC / MSME registration documents along with declaration in the Annexure-11 (MSME
of firm in suitable category in support of seeking exemption from paying tender fee and EMD), IF
ELIGIBLE.
These original documents must be identical to the up loaded scanned pdf of document in technical bid, if
found any deviation in any documents, tenders of the bidders shall be rejected outright.

2.6 The following procedure is adopted for the bidders of MSEs registered with NSIC: The MSEs who
intent to claim benefits under MSME act, shall fulfil the following, otherwise they run the risk of
their bid being passed over as “INELIGIBLE” for the benefits applicable to MSEs and their bid will
not be considered for evaluation.
2.6.1 MSEs which are specified by the Ministry of Micro, Small and Medium Enterprises under

Page 11 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

MSME Act 2006 And Public Procurement Policy, 2012 as


Manufacturing/ Service Enterprises should have registered with NSIC under its Single Point
Registration Scheme (SPRS).
2.6.2 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
2.6.3 The items of Product / Services mentioned under NSIC certificate should be the same or similar
to the tendered items (Schedule of Items of Tendered).
2.6.4 The monetary limit stipulated in the NSIC certificate of MSEs should be equal or more than the
value of work(s) / Supply(s) / are “In hand (Progress)” awarded under MSME benefits
during the financial year plus estimated cost of this tender for availing EMD exemption.
2.6.5 If monetary limit is less than the value of work(s)/Supply (s)/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 PQQ folder. MSEs shall
submit the pro forma attached in Annexure “MSME - A” duly attested by Notary Public.
2.6.6 During the bid evaluation, EMD exemption shall be granted to the NSIC/MSEs registered firm.
In case the NSIC/MSEs registration certificate is found invalid during evaluation, the bid of
such bidder shall be rejected.

3. Refund of EMD:
3.1. EMD of unsuccessful bidders received through offline mode shall be refunded through the same mode
only or Demand Draft that was submitted by the bidders shall be re turned to them and cancellation
charges of their Demand Draft shall be borne by the tenders.
3.2. The refund of EMD to bidders who fail to qualify the eligibility/technical stage shall be initiated within
7 days of their rejection.
3.3. For all bidders whose financial bids are opened, the refund of EMD except for L1 bidder shall be
processed within 7 days of opening of the financial bid.
3.4. The EMD of the successful bidder will be returned after the bidder provides the performance Bank
guarantee, as required in Para 4 of this section of the tender document.
3.5. If the successful bidder fails to enter into a contract with AAI within 15 calendar days after the receipt of
the purchase order / work order, as specified under clause 15 of section -II, EMD amo unt shall be
forfeited.
3.6. If the successful bidder fails to submit the performance bank guarantee as stipulated in Clause 4 of this
section, within 08 calendar days after the receipt of the purchase order / work order, EMD amount shall
be forfeited.
3.7. In the event of not accepting the conditions of the contract after submitting the letter of un -conditional
acceptance of terms & conditions as per letter in Annexure-2, EMD amount shall be forfeited.
3.8. No interest or any other expenses, whatsoever, will be payable by AAI on the EMD in any manner.

4. Security Deposit or Performance Bank Guarantee:


4.1. The successful bidder shall submit either Security Deposit or an irrevocable and unconditional
Performance Bank Guarantee of the value equivalent to 10% of the total contract value in favour of
“Airports Authority of India” in the form of a crossed Demand Draft payable at “Mumbai” (Security
Deposit) OR Bank Guarantee (PBG) on any scheduled bank as per Annexure-5.
4.2. The security deposit or performance bank guarantee shall be submitted within 30 calendar days of the
issue of work order, and shall be “valid till 3 months beyond the warranty period”.
4.3. In case successful bidder fails to submit the same within stipulated period, interest @ 12% per annum
on Security Deposit/Performance Bank Guarantee amount would be levied (non -refundable)

Page 12 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

for delayed period of submission and shall be deducted along with amount of performance bank
guarantee from the payment to be made to vendor.
4.4. In case successful bidder fails to submit the security deposit or performance bank guarantee, as the
case may be, within 30 days, AAI reserves the right to forfeit EMD and cancel the purchase order.
4.5. The performance guarantee shall be deemed to govern the following guar antees from the successful
bidder, in addition to other provisions of the guarantee:
4.5.1. The items supplied shall be free from all defects and upon written notice from AAI, the successful
bidder shall fully remedy, all such defects as developed under th e normal use of the said items within
the period of guarantee/warranty with no expense to AAI.
4.5.2. The performance guarantee is intended to secure the performance of the entire scope of work.
However, it is not to be construed as limiting the damages stipulated in any other clause.
4.6. The security deposit / performance guarantee will be returned to the successful bidder at the end of
the period of liability without interest on successful completion of the contract fulfilling all the terms
and conditions.
4.7. The bidder shall undertake replacement of faulty/damaged items and in case of non -compliance, the
decision of Airport Director, AAI, Kandla with regard to imposition of the fine shall be final which may
be recovered from the balance amount of bill or PBG.

5. Deviation in Quantity :
5.1. The material/items shall be supplied as per tender schedule of quantities, rating and of reputed make
and should meet the Technical specifications. They should be new, genuine and free from defects.
5.2. The copies of purchase vouchers, test certificates, warranty & guarantee certificates etc shall be
furnished to AAI for processing the bill.
5.3. AAI reserves the right to change the quantity or part thereof to be supplied by ±50% of the tendered
quantity (for site specific measurable length) but within the overall deviation limit of 30% of the
contract value. Deviation beyond 30% will be subject to prior approval of AAI management if mutually
agreeable with contractor.
5.4. AAI also reserves the right to purchase E xtra item, Substitute items as per site requirements up to the
overall limit of 30% of the contract value. However beyond 30%, it will be subject to prior approval of
AAI management if mutually agreeable with contractor.
5.5. The overall deviation, Extra item or the substitute items taken together shall not exceed 30% of the
contract value unless until it is mutually agreed by both the parties and a specific order is placed on the
vendor in this regard.
5.6. Suitable recovery, as deemed fit by AAI, shall be made from the Contractor bills in the event of
unsatisfactory performance, sub - standard Supply, Installation, Testing of 24V/20A SMF-VRLA Battery
Charger (FCBC) for equipment room and ATC Tower , incomplete work/not fulfilling the tender
requirements/Specifications, non -submission of required documents (like test certificate, warranty,
guarantee certificates etc). Decision of AAI shall be final in this regard.

6. Taxes and Duties :


6.1. All taxes and duties including packing, freight & insurance, labour ce ss, loading & unloading and
transportation shall be included in the quoted price. AAI will not issue any concessional sales tax
form/road permit. The material is required to be delivered at AAI, Kandla Airport in sound condition.
6.2. While submitting Inv oice, the Bidder shall clearly indicate the applicable taxes
separately.

7. Standards :
7.1. The material/items (as applicable) shall be supplied along with the original manufacturer’s
guarantee/warranty of minimum one year period.
7.2. All designs, materials, manufacturing techniques and workmanship shall be in accordance with

Page 13 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

highest accepted standards.


7.3. Reconditioned/ old/ renewable material/items shall not be accepted and if it found at any stage that
materials are sub-standard the security deposit shall be forfeited, besides debarring the company for a
period of three years.
7.4. The Bidder shall also state, where applicable, the National or other International Standard (s) to which
the whole or any specific part, of the material complies.
7.5. In addition to any other information/description, the Bidder may wish to provide, the
features/performance figures specified/indicated with supporting documents/calculation. All figures
indicated by the Bidder must be fully qualified and subject to coordinated performance.

8. Escalation in Prices :
The accepted prices shall be firm and fixed and subject to no escalation whatsoever till the completion
of work.

9. Rejection of Tender :
9.1. Airports Authority of India reserves the right to accept/ rejec t any or part of tender or complete Tender
without assigning the reason. The documents submitted by Bidder shall not be returned. AAI also
reserves the right at its sole discretion not to place any order under this tender call. This decision does
not commit AAI to pay any costs or damages or loss incurred in the preparation and submission of any
requisite tender or technical proposal or to procure or contract for any of the items described herein.
9.2. If the Bidder intentionally/unintentionally gives wrong information in his tender, AAI reserves the right
to reject such tender at any stage or to cancel the contract, if awarded and to forfeit the Earnest Money
and/or performance guarantee absolutely besides legal action including blacklisting of such Bidder.
9.3. Tender in which any of the particulars and prescribed information are missing or are incomplete, in any
respect and/or prescribed conditions are not fulfilled, shall be considered non -responsive and is liable
to be rejected.

10. Execution of work:


10.1. The works shall be carried out under the supervision and approval of the officer nominated by AAI, as
the case may be, according to the tender document to full AAI’s satisfaction which shall form part of
references to the contract.
10.2. All supervision/additional works requirement justifications/ measurements/ performance feedback and
warranty of works shall be supervised by the nominated supervisory officer of AAI for each works.
10.3. All information’s regarding works at respective sites shall be brou ght to the notice of SM (CNS) Airports
Authority of India, Kandla Airport, Gujarat-370240.

11. Time Period For Completion :

TIME IS THE ESSENCE OF THIS CONTRACT.


11.1 EFFECTIVE DATE of Purchase/Work order shall b e 10 calendar days from issue by e -mail/FAX by AAI.
The contract shall be considered as having come into force from 10 calendar days of the date of issue of
letter of the award of the contract by the purchaser.

Page 14 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

11.2 FOR SUBMISSION OF PERFORMANCE BANK GUARANTEE TO AAI not more than 08 Calend ar days from
the effective date.
11.3 FOR SIGNING CONTRACT ON AWARD not more than 08 Calendar days from the effective date on Rs 100/
- NON JUDICIAL STAMP PAPER.
11.4 For works Supply & Installation of Battery Charger (FCBC) not more than 30 Calendar day s from the
effective date.
11.5 The time and date of completion of the works as contained in this tender and as agreed to contractually
shall be final and binding upon the bidder firm except for Section III Para 17 of this section and delay in
communicating site readiness / requirements.
11.6 The contractor is expected to mobilize and employ sufficient resources as indicated in the agreed work
program to achieve the progress within broad framework of accepted methods of working and safety.
No additional p ayment shall be made to the contractor for any multiple shift work or other incentive
methods contemplated by him in his work schedule even though the time schedule is approved by the
Site in-charge.

12. Safety of Manpower & Material:


12.1 The contractor shal l provide proper and adequate storage facilities to protect all the materials and
equipment against damage from any cause whatsoever.
12.2 Tenderer shall strictly follow the safety guidelines and rules and regulations.
12.3 In case of an accident resultin g into any rest or disability to the workman the same should be
immediately reported to the site engineer.
12.4 Any person felt under the influence of alcohol or any intoxicating drugs on duty will be declared unfit
for duty and should not be allowed to work. His entry pass would be confiscated and he should be sent
out of the premises of the work / plant.

13. Liquidated Damages:


13.1 In case of delay in completion/carrying out each milestone of the contract liquidated damages (L.D.)
shall be levied @ 1% of the total value of the uncompleted portion of work per week (part of week to
be treated as one week) subject to a maximum of 10% of total contract value.
13.2 AAI, if satisfied, that the works can be completed by the bidder firm within a reasonable time aft er the
specified time for completion, may allow further extension of time at its discretion with or without the
levy of L.D.
13.3 In the event of extension granted with or without levy of L.D., AAI shall be entitled without prejudice to
any other right or remedy available in that behalf, to recover from the bidder firm an agreed
compensation amount calculated @ 1% of the total value of the uncompleted portion of work per
week or part thereof subject to a maximum of 10% of total contract value.

14. Payment Terms :


14.1. No mobilization advance shall be paid.
14.2. The payments shall be released 100% on successful completion of the work and submission of the
following documents in original:
a) Tax Invoice in triplicate
b) Itemized Packing list with cost of each item + 2 copies.
c) Proof of dispatch of equipment / items
d) Certificate of goods received at site in physically good condition.

Page 15 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

14.3. TDS shall be deducted as per Government of India rules.


14.4. All payments shall be released after ad justing any compensation for delay which firm might have
rendered themselves liable as per provisions of the contract and any applicable deductions.
14.5. While submitting Invoice, the contractor shall clearly indicate the applicable taxes separately.

15. Guarantee/Warranty & Defects Liability Period:


15.1. The Bidder shall guarantee that the material/items shall be free from any defect due to the defective
material and bad workmanship and that the material/items shall give satisfactory service and that the
performance and efficiencies of the same shall not be less than the guaranteed values.
15.2. The guarantee shall be valid for a period of 12 Months or Manufacturer guarantee whichever is
greater from the date of acceptance of the supply.
15.3. Any parts found defective during guarantee/warranty period shall be replaced within 05 days by the
Bidder without any charges whatsoever. The services of contractor’s personnel is requisitioned during
this period for such work and shall be made available free of any cost to AAI.
15.4. All goods or material shall be supplied strictly in accordance with the specifications. No deviation from
such specifications of these conditions shall be made without AAI approval in writing.
15.5. Any damage/defect in working of battery chargers shall be resolved by the contractor up to the
satisfaction of AAI without any additional cost.

16. Patents, Bidder's Liability & Compliance of Regulations:


16.1. Successful Bidder shall protect and fully indemnify AAI from any claims for infringemen t of patents,
copyright, trademark or the like.
16.2. Successful Bidder shall also protect and fully indemnify AAI from any claims from successful Bidder's
workmen/employees, their heirs, dependents, representatives etc. or from any other person(s) or
bodies/companies etc. for any act of commission or omission while executing the order.
16.3. Successful Bidder shall be responsible for compliance with all requirements under the laws and shall
protect and completely indemnify AAI from any claims/presents arising out of any infringement.
16.4. The Successful Bidder shall set right the loss/damage, intentional/unintentional caused to the
premises and/or property of AAI such as equipment/fittings/ fixtures/vehicles etc.
16.5. AAI shall not be responsible for any injury or lapses sustained by agency’s personnel during the
execution of work order at AAI site.

17. Force Majeure:


17.1. AAI may grant an extension of time limit set for the completion of the work in case the timely
completion of the work is delayed by fo rce majeure beyond the contractor’s control, subject to what is
stated in the following sub paragraphs and to the procedures detailed there in being followed. Force
Majeure is defined as an event of effect that cannot reasonably be anticipated such as acts of God (like
earthquakes, flood, storms etc), acts of states, the direct and indirect consequences of wars (declared or
un- declared), hostilities, national emergencies, civil commotion and strikes (only those which exceed a
duration of ten continuous days) at successful Bidder’s factory. The successful bidder’s right to an
extension of the time limit for completion of the work in above-mentioned cases is subject to the
following procedures:
17.2. That within 10 days after the occurrence of a case of Fo rce Majeure but before the expiry of the
stipulated date of completion, the bidder informs the AAI in writing about the occurrence of Force
Majeure Condition (as per Annexure -9 to the tender document) and that the Bidder considers himself
entitled to an ex tension of the time limit. The contractor shall submit the application for extension of
time as attached in Annexure-9.
17.3. That the contractor produces evidence of the date of occurrence and the duration of the force majeure
in an adequate manner by means of documents drawn up by responsible authorities.
17.4. That the contractor proves that the said conditions have actually been interfered with the carrying out
of the contract.

Page 16 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

17.5. That the contractor proves that the delay occurred is not due to his own action or lack of action.
17.6. Apart from the extension of the time limit, force majeure does not entitle the successful bidder to any
relaxation or to any compensation of damage or loss suffered.

18. Settlement of Disputes and Arbitration:


18.1. Except where otherwise provided for in the contract, all questions and disputes relating to the meeting
of the specifications, designs, drawings, and instructions herein before mentioned and as to the quality
of workmanship or materials used on the work or as to any other question, claim, right, matter or thing
what so ever in any way arising out of or relating to the contract, designs, drawings, specifications,
estimates, instructions, orders or these condition or otherwise concerning the works, 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 there of shall be referred to the sole arbitrator as may be
appointed by the Chairman, Airports Authority of India.
18.2. There will be no objection if the arbitrator so appointed is an employee of AAI and that he had to deal
with the matters to which the contract relates and that in the course of his duties as such he had
expressed views on all or any of the matters in dispute or difference.
18.3. The arbitrator to whom the matter is originally referred being transferred or vacating his office· or
being unable to act for any reason, the appointing authority for arbitrator , as aforesaid at the time of
such transfer, vacation of office or inability to act, shall appoint another person to act as arbitrator in
accordance with the terms of the contract. Such person shall be entitled to proceed with the reference
from the stage at which his predecessor left it. It is also a term of this contract that no person other
than a person appointed by the authority mentioned here - in should act as arbitrator and if for any
reason that is not possible the matter is not to be referred to arbitration at all.
18.4. It is also a term of this contract that if the Bidder does not make any demand for appointment of
arbitrator in respect of any claims in writing as aforesaid within 90 days from the date of issue of
completion certificate by the A irport Director, the claim of the Bidder shall be deemed to have been
waived and absolutely barred and AAI shall be discharged and released of all liabilities under the
contract in respect of these claims.
18.5. The arbitration shall be conducted in accor dance with the provisions of the Indian Arbitration Act,
1996, or any statutory modifications or re -enactment thereof and the rules made there under and for
the time being in force apply to the arbitration proceeding under this clause.
18.6. It is also a term of this contract that the arbitrator shall adjudicate on any 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. 75000/- the
arbitrator shall give reasons for the award.
18.7. It is also a term of contract that if any fees are payable to the arbitrator these shall be shared equally
and be paid by both the parties.
18.8. 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 to claims and
counter statement to claims.
18.9. The value of the arbitrator shall be as decided by the arbitrator. 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.
18.10 The cost of the reference and of 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.

19. Effect and Jurisdiction of Contract:


19.1. The contract shall be considered as having come in to force fr om the date of issue of AAI’s letter of
acceptance of the offer. All legal and judiciary matters shall be subject to jurisdiction of Gandhidham
courts only.
19.2. The law applicable to this contract shall be the law enforced in India.

Page 17 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

SECTION-IV

Special Terms and Conditions


1. General
1.1. Special conditions of Contract shall be read in conjunction with General Conditions of Contract,
Technical Specifications, Drawings and any other documents forming part of this contract wherever
the context so requires.
1.2. Notwithstanding the sub -division of the documents into these separate sections and volume every
part of each shall be deemed to be supplementary to and complementary of every other part and
shall be read with and into the CONTRACT so far as it may be practicable to do so.
1.3. Where any portion of the General Condition of Contract is repugnant to or at variance with any
provisions of the Special Conditions of Contract, unless a different intention appears, the provisions
of the Special Conditions of Contract shall be deemed to over -ride the provisions of the General
Conditions of Contract and shall to the extent of such repugnancy, or variations, prevail.
2. Scope of work:
The Scope of work broadly covers Supply, Installation and Tes ting o f 24V/20A SMF-VRLA Battery
Charger (FCBC) QTY -02 at Kandla Airport , etc as per the specifications guidelines given in Section-V
“Scope of Work & Technical Specifications”. Any other works which are not included in the Bill of Material
or Technical Specific ations but are necessary for the successful completion of the work has also to be
carried out by the Contractor.

3. Inspection of Site
The work shall be carried out in the Operational as well as non-operational area. The work shall be carried
out with prior approval/ intimation in the case of facilities which will be affected under said work. For the
purpose of inspection of site and relevant documents, the bidder/ prospective renderer/contractor is
advised to visit the site before quoting for the work. The contractor shall be deemed to have satisfied
himself/herself as to the nature of the site of work, local facilities of access, availability of materials and all
other matters affecting rates for execution and completion of the work. Contractor is required to make
himself fully acquainted with the nature and scope of work. No claim whatever on account of any
deficiencies at site shall be entertained like non -availability of water, security restrictions, inaccessibility,
limited working hours due to operations, local bylaws/ rules etc.

4. Security Pass

The work lies in the restricted area. The Contractor shall apply in writing, in advance, for issue of
necessary entry passes to contractor/workmen engaged by him/her. The submission of applications for
Temporary photo Identification cards (PICs) in advance, as per the prevailing practice and regulations of
BCAS will be the responsibility of contractor. Any financial expenditure involved such as fees for PICs,
Photos, if anything will be borne by the contractor.
The PICs has to be re -validated in advance to ensure that the contractor employees/worker are always in
possession of their entry passes. No contractor employee/worker will be permitted in the terminal
buildings and operational areas without valid PICs.
The contractor and his employees/worker shall abide by security regulation of AAI, BCAS or the Police
Authorities in force. Any worker of the contractor, whose presence is found undesirable in AAI premises,
shall not be allowed to work in operational area o f the Airport. The contractor shall be fully responsible
for the working of his staff.

Compliance of the provisions of statutory requirements: The contractor shall comply with all necessary
rules & regulations of central/ local state government related to the contract and the contractor shall be
responsible to maintain all requisite documents for reference to statutory authorities and AAI as & when
asked for.

Page 18 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

Any expenditure in compliance with the statutory requirements related to the contract shall be borne by
the contractor.

5. Safety Measure and Responsibilities


It shall be the responsibility of the contractor that all necessary safety measures and precautions are
invariably ensured while performance of the contract work and AAI shall not be responsibl e for any
injuries / accidents suffered by contract labour.

6. Co-ordination with Other Agencies


The contractor shall co-ordinate with all other agencies involved in the work so that the work is not
hampered due to delay in his work.

7. Care of AAI and other Agency Installation


Care shall be taken by the contractor to avoid damage to the AAI installations during execution work. He
will be responsible for repairing all damages and restoring the same to their original finish at his cost.

8. Damage to Person and Property


The Contractor shall indemnify and keep indemnified AAI against all losses and claims for injuries or
damage to any person or any property whatsoever, which may arise out of or in consequence of the
execution of the works by them and against all claims, demands and proceedings of or in relation thereof.

9. Third Party Insurance


Before commencing the execution of the works the contractor (But without limiting his obligations and
responsibilities) shall insure against any damage, loss or injury whic h may occur to any property
(including that of the AAI) or to any person, including any employee of the AAI/ Contractor by or arising
out of the execution of the works or temporary works or in carrying out of the contract.

Page 19 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

SECTION – V

Scope of Work and Technical Specifications


Scope of work includes:
1. Supply, Installation & testing of 24V/20A SMF VRLA Float Cum Boast Chargers at Kandla Airport
as per the schedule of quantity, specified in Annexure - 6. Battery Chargers shall comply with the
technical specifications, given in Annexure – 6A. Work includes supply of Battery Chargers connecting
cables/ connectors of standard capacity and quality.

Technical Specifications

TECHNICAL SPECIFICATIONS OF 24V,20A SMF-VRLA BATTERY CHARGER WITH COMPLIANCE STATUS

S.No TECHNICAL SPECIFICATON REQUIREMENT


01. Battery Type and Capacity of To Charge 24V SMF-VRLA
Batteries to be charged. Batteries
(i)2X12V, 100AH SMF-VRLA
Batteries
(ii)2X12V, 200AH SMF-VRLA
Batteries
02 A C INPUT
(a) Voltage 180V to 270V
(b) Phase Single Phase
© Frequency 50Hz +/- 5%
03 FLOAT CUM BOOST CHARGER
(a) Output Voltage 26V to 29V(12V /24V
Selectable)
(b) Output Current 20A(01A to 20A Selectable)
© Rectifier Type SMPS or Full Bridge
(d) Control Mode Constant Voltage Current
Limiting
(e) Regulation +/-1 %
(f) Ripple Voltage 1% RMS
(g) Termination of Charging Automatic/Manual
(h) Efficiency 75%
(i) Soft Start and Soft stop feature YES
without Inrush Current.
(j) Facility for charging deep YES
discharged battery through Pulse
Charging.
(k) No of Independent Charging 01
Stations
04 PROTECTIONS
(a)Surge Suppression at input
(b)Input over voltage
©Input under voltage
(d)AC Input circuit Breaker
(e) AC Input Fuse
(f)DC output circuit Breaker
for battery
(g)DC over voltage cutback
(h)Battery input fuses
(i)Battery charging current
limit
(j)Circuit breaker for load
Page 20 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

(k)Reverse Polarity
Protection
05 INDICATIONS (a)Input AC ON
(b)Charger on FLOAT
©Charger on BOOST
(d)Load on battery
(e)Battery discharging
06 ALARMS (a)AC Mains FAIL
(b)Charger FAIL
© Battery Isolated
07 METERING(DIGITAL) (a)To read charger voltage
(b)To read battery voltage
©To read charging current
(d)To read discharging
current
08 CABINET MATERIAL CRCA Sheet
09 CABINET THICKNESS 1.2 mm
10 LENGTH OF CHARGING CABLE FOR 5.0 m (Copper)
EACH STATION
11 SIZE OF CHARGING CABLE FOR 10 Sq. mm (Copper)
EACH STATION
12 MINIMUM OPERATING 0 Degree Celsius
TEMPERATURE
13 MAXIMUM OPERATING 60 Degree Celsius
TEMPERATURE
14 Availability of Type Test Report YES
from Central Govt./NABL/ILAC
Accredited Lab. To prove
conformity to the specification.
15 CABLE ENTRY (a) From rear side
16 WARRANTY Minimum 01 Year or
Manufacturer guarantee
whichever is greater

Page 21 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

ANNEXURE-1

Details of Vendor / Firm


(To be uploaded in Tech Bid folder)
(On Company’s Letter Head)

All individual firms applying for tender are requested to complete the information in this form..

1. Name of firm:

2. Head office address:

3. Registered office address:

4. Telephone: | Mobile:

Contact person name & Designation :

5. Fax : | E-mail:
6. Place of incorporation/

Year of incorporation / registration :


Status of Firm: Corporation or Public limited / Private Limited / Partnership firm/
Individual Proprietorship Firm

Registration No.

Signature with date…………


Name & Design ……………
Bidder/Authorized Signatory
Company Stamp / Seal

Page 22 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

ANNEXURE-2

UNCONDITIONAL ACCEPTANCE LETTER


(On Company’s Letter Head)

(To be uploaded in Tech Bid folder)


Ref No ……………. Date : …………….

To

The Airport Director,


Airports Authority of India,
Kandla Airport
Gujarat – 370240

Subject: Unconditional Acceptance of terms &conditions


Sir,

Reference may please be made to your tender no. AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19

1. I/We have read and examined the Tender documents for Supply, Ins tallation and Testing of 24V/20A
SMF-VRLA Battery Charger (FCBC) QTY -02 at Kandla Airport . I/We have thoroughly understood the
Tender documents containing terms & conditions and other instructions of the contract given and hereby
agree to abide by it, in its entirety without any deviations and ambiguity for the above work.

2. I/We have noted that a fter accepting the Tender terms & conditions including finalized specifications in
its entirety, it is not permissible to put any remarks/conditions (except unconditional rebate on price if
any) in the Tender enclosed and the same has been followed in the present case. In case, this provision of
the Tender is found violated after opening envelope -B (Financial bid), I/We agree that the Tender shall
stand rejected and AAI shall without prejudice to any other remedy be at liberty to forfeit absolutely the
full earnest money.

3. I/We agree to keep Tender validity for 180 days from the date of submission thereof.

4. I/We offer to work at the rate given by me/us as per financial bid enclosed duly signed and it is
confirmed that no other charges would be payable to me/us.

5. I/We understand that in the event of me/us not submitting any one or more documents/information
mentioned in Tender document or with inadequate information, my/our Tender will be liable for
rejection. Also, all the documents submitted by me/us are tru e to the best of my knowledge, in case it is
discovered at any time that the documents are forged/camouflage/ false the Tenders shall be out rightly
rejected and the firm shall be debarred/ black listed for any business with AAI for minimum period of
three years.

6. Should the Tender be accepted, I/We hereby agree to abide by and fulfil all terms, conditions &
provisions of aforesaid documents and all the rules/ regulation of AAI and any dispute will be settled first
mutually within the AAI rules.

7. I/We decla re 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.

Page 23 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

8. Required Earnest Money Deposit and Tender Cost have been paid for this work.

9. While submitting Invoice, I/We will clearly indicate the applicable taxes separately.

10. It is also certified that our firm has never been Debarred/Black listed by C.B.I. or AAI or any
PSUs/Department like Railways, Defence or any other Department of Govt. of India / State
Governments/non-govt. firms.

Yours truly,

Signature with date…………


Name & Design ……………
Bidder/Authorized Signatory
Company Stamp / Seal

Page 24 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

ANNEXURE-3

ANNUAL TURN OVER


(On Company’s Letter Head)

(To be uploaded in Tech Bid folder)

ASSESSMENT YEAR ANNUAL TURNOVER AS PER AUDITED BALANCE


SHEET (Rs.)
2016-17

2017-18

2018-19

Average Annual Turnover

NOTE: The above data is to be supported by Audited Balance Sheets along with profit & loss account of the
firm.

* If not audited till the date of submission of tender, a certificate from the Charted Accountant may be
submitted, along with un-audited accounts.

Signature with date…………

Name & Design ……………


Bidder/Authorized Signatory
Company Stamp / Seal

Page 25 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

ANNEXURE-4

DETAILS OF COMPLETED WORKS OF SIMILAR NATURE


(On Company’s Letter Head)

(To be uploaded in Tech Bid folder)


(During last seven years ending on 31st March 2018)

Brief Date of
Name of
the Date of
S. No. Name of Description Date of completion Value
contract actual
the client of the Start as per (Rs.)
completion
contract contract

1.

2.

3.

4.

NOTE: Please upload supporting documents for the above information in Tech Bid folder.

Signature with date…………


Name & Design ……………
Bidder/Authorized Signatory
Company Stamp / Seal

Page 26 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

ANNEXURE-5

Performa of Performance Bank Guarantee


(To be stamped in accordance with stamp Act)

(The non-judicial stamp paper should be in the name of issuing Bank)

Ref No. : Dated:

Bank Guarantee No. : ........

To

The Airport Director,


Airports Authority of India,
Kandla Airport,
Gujarat – 370240

Dear Sir,

In consideration of the Chairman, AAI (hereinafter called “AAI”) having offered to accept the terms and
conditions of the proposed agreement between…..…………………………… and ……………. [hereinafter
called the said Contractor (s)] for the work………………………. (Hereafter called “the said agreement”)
having agreed to production of irrevocable Bank Guarantee for Rs.………………..
(Rupees…….......................................................................only) as a security / guarantee from the contractor (s)
for compliance of his obligations in accordance with the terms and conditions in the said agreement.

1. We…………………………. ( indicate the name of the Bank) (hereinafter referred to as “the Bank”)
hereby undertake to pay to the Chairman, AAI an amount not exceeding
Rs……………………………(Rupees………………......................................................only) on demand by Department
of CNS, AAI, Kandla Airport.
2. We…………………………(indicate the name of the Bank) do hereby undertake to pay the amounts due
and payable under this Guarantee without any demure, merely on a demand from AAI stating that
the amount claimed is required to meet the recoveries due or likely to be du e from the said
contractor (s). Any such demand made on the Bank shall be conclusive as regards the amount due
and payable by the Bank under this Guarantee. However, our liability under this guarantee shall be
restricted to an amount not exceeding Rs………….. (Rupees ………........................ only).
3. We, the said bank further undertake to pay to the Chairman, AAI any money so demanded
notwithstanding any dispute or disputes raised by the contractor (s) in any suit or proceeding
pending before any court or tribunal relating thereto, our liability under this present being absolute
and unequivocal. The payment so made by us under this bond shall be a valid discharge of our
liability for payment there under and the contractor(s) shall have no claim against us for making
such payment.
4. We……………………………(indicate the name of the Bank ) further agree that the guarantee herein
contained shall remain in full force and effect during the period that would be taken for the
performance of the said agreement and that it shall co ntinue to be enforceable till all the dues of
AAI under or by virtue of the said agreement have been fully paid and its claims satisfied or

Page 27 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

discharged or till Officer-In -Charge (CNS) on behalf of AAI certified that the terms and conditions of
the sa id agreement have been fully and properly carried out by the said contractor(s) and
accordingly discharges this guarantee.
5. We ………………………(indicate the name of the Bank) further agree with AAI that AAI shall have the
fullest liberty without our consent and w ithout effecting in any manner our obligations hereunder
to vary any of terms and conditions of the said agreement or to extend time of performance by the
said contractor(s) from time to time or to postpone for any time or from time to time any of the
powers exercisable by AAI against the said contractor(s) and to forbear or enforce any of the terms
and conditions relating to the said agreement and we shall not be relived from our liability by
reason of any such variation, or extension being granted to the said contractor(s) or for any
forbearance, act of omission on the part of AAI or any indulgence by the AAI to the said
contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties
would, but for this provision, have effect so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or
the contractor(s).
7. We……………………. (indicate the name of the Bank) lastly undertake not to revoke this guarantee
except with the previous consent of AAI in writing.
8. This guarantee shall be valid up to …………..unless extended on demand by AAI. Notwithstanding
anything mentioned above, our liability against this guarantee is restricted to Rs………… (Rupees
……………………..only) and unless a claim in writing is lodged with us within six months of the date of
expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall
stand discharged.
Dated the …...….day of ……....….. 2018 for (indicate the name of the Bank).

Authorized Signatory

With date & seal

Page 28 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

ANNEXURE – 6
SCHEDULE OF QUANTITY

(To be uploaded in Technical Bid folder)

Name of Work: Supply, Installation and Testing of 24V/20A SMF-VRLA Battery Charger (FCBC) QTY-02 at
Kandla Airport.

S.No. Description Quantity

1. Supply, Ins tallation and Testing of 24V/20A SMF-VRLA Battery 02 Nos.


Charger(FCBC)

I/We have carefully read and understood the terms and conditions of the arrangements for the supply
and buyback of listed items and the prescribed specifications for which this Tender is submitted and in the
event of my/our Tender being approved we undertake to strictly comply with them

Signature with date ....................

Name & Design ..........................

Bidder/Authorized Signatory
Company Stamp / Seal

Page 29 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

ANNEXURE – 6A
Technical Specifications/ Compliance Statement
(To be uploaded in Technical Bid folder)

TECHNICAL SPECIFICATIONS OF 24V,20A SMF-VRLA BATTERY CHARGER WITH COMPLIANCE STATUS

S.No TECHNICAL SPECIFICATON REQUIREMENT COMPLIANCE STATUS


01. Battery Type and Capacity of To Charge 24V SMF-VRLA
Batteries to be charged. Batteries
(i)2X12V, 100AH SMF-VRLA
Batteries
(ii)2X12V, 200AH SMF-VRLA
Batteries
02 A C INPUT
(a) Voltage 180V to 270V
(b) Phase Single Phase
© Frequency 50Hz +/- 5%
03 FLOAT CUM BOOST CHARGER
(a) Output Voltage 26V to 29V(12V /24V
Selectable)
(b) Output Current 20A(01A to 20A Selectable)
© Rectifier Type SMPS or Full Bridge
(d) Control Mode Constant Voltage Current
Limiting
(e) Regulation +/-1 %
(f) Ripple Voltage 1% RMS
(g) Termination of Charging Automatic/Manual
(h) Efficiency 90%
(i) Soft Start and Soft stop feature YES
without Inrush Current.
(j) Facility for charging deep YES
discharged battery through Pulse
Charging.
(k) No of Independent Charging 01
Stations
04 PROTECTIONS
(a)Surge Suppression at input
(b)Input over voltage
©Input under voltage
(d)AC Input circuit Breaker
(e) AC Input Fuse
(f)DC output circuit Breaker
for battery
(g)DC over voltage cutback
(h)Battery input fuses
(i)Battery charging current
limit
(j)Circuit breaker for load
(k)Reverse Polarity
Protection
05 INDICATIONS (a)Input AC ON
(b)Charger on FLOAT

Page 30 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

©Charger on BOOST
(d)Load on battery
(e)Battery discharging
06 ALARMS (a)AC Mains FAIL
(b)Charger FAIL
©Battery isolated
07 METERING(DIGITAL) (a)To read charger voltage
(b)To read battery voltage
©To read charging current
(d)To read discharging
current
08 CABINET MATERIAL CRCA Sheet
09 CABINET THICKNESS 1.2 mm
10 LENGTH OF CHARGING CABLE FOR 5.0 m (Copper)
EACH STATION
11 SIZE OF CHARGING CABLE FOR 10 Sq. mm (Copper)
EACH STATION
12 MINIMUM OPERATING 0 Degree Celsius
TEMPERATURE
13 MAXIMUM OPERATING 60 Degree Celsius
TEMPERATURE
14 Availability of Type Test Report YES
from Central Govt./NABL/ILAC
Accredited Lab. To prove
conformity to the specification.
15 Type Test Report No.
16 CABLE ENTRY (a) From rear side
17 WARRANTY Minimum 01 Year or
Manufacturer guarantee
whichever is greater

Note: Technical data sheet and Test Report/Certificate of the offered battery chargers shall be uploaded in the
Technical bid.

I/We have carefully read and understood the terms and conditions of the arrangements for the supply and
buyback of listed items and the prescribed specifications for which this Tender is submitted and in the event of
my/our Tender being approved we undertake to strictly comply with them.

Signature with date


Name & Design ..........................
Bidder/Authorized Signatory
Company Stamp / Seal

Page 31 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

ANNEXURE-7
PART – I : TECHNICAL BID
(To be uploaded in Tech Bid folder)

Tender NIT No. AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19


Name of Work: - Supply, Installation and Testing of 24V/20A SMF-VRLA Battery Charger (FCBC) QTY-02
at Kandla Airport.
Compliance
S.No. Eligibility Particulars Name of e-File(pdf) to be by the
attached Bidder
a. Offline payment of Tender Fee of Rs. 1180/- Scan copy of Tender fee(Demand YES/NO
Draft) or Scan copy of NSIC/MSME
registration documents, if eligible
for exemption.
b. Offline deposit of EMD of Rs. 2371/- Scan copy of EMD(Demand Draft) YES/NO
or Scan copy of NSIC/MSME
registration documents, if eligible
for exemption.
c. All pages of Tender Document including Tender-Doc YES/NO
Corrigendum(s), if any, signed and stamped
d. Details of vendor / firm as per Annexure-1 Firm-Details YES/NO
e. Undertaking stating that its firm/ partners/ Undertaking YES/NO
directors have not been blacklisted or any
case/complaint is pending against them in India or
abroad by any govt. organization/private firm.
f. Un-conditional Acceptance Letter of all terms & Acceptance-Letter YES/NO
conditions of tender in the format enclosed as
Annexure-2 of the tender document.
g. Proof of GST Registration No. GST No YES/NO
h. Proof of PAN card of firm/proprietor PAN-Card YES/NO
i. Annualized Average Financial Turnover during Annual-Turn- YES/NO
last 03 financial years ending on 31st March 2018 Over
shall be at least 30% of estimated cost i.e.
Rs.35,559.30 (Rupees Thirty five thousand five
hundred fifty nine and thirty paise only). As a proof,
audited abridged Balance Sheet along with Profit &
Loss Account shall be submitted.
j. Proof of Experience as per Annexure-4 (including
Completion Certificate issued by the customer) :
Successful execution of orders in last seven years
for similar work in any reputed govt./private
organization meeting any one of the following
criteria:
- one order of value more than or equivalent to CC-01
80% (Rs. 94,824.80) of the estimated cost YES/NO
- two orders each of value more than or equivalent CC-02
to 50%(Rs. 59,265.50) of the estimated cost,
- three orders each of value more than or CC-03
equivalent to 40% (Rs. 47,412.40) of the estimated
cost,
k. Experience certificate i.r.o. works mentioned above Experience- Certificate YES/NO
from end user agencies indicating value, scope &
completion date of the order(s).

Page 32 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

L. Customer details i.r.o. work experience claimed PO-Customer-Details YES/NO


{Postal address, Office Phone, Email & URL (if
any)}
m. Schedule of Quantity & Technical Specifications Compliance- Statement YES/NO
compliance as per Annexure-6 and 6A.
n. Technical data sheet and copy of Test report/ Technical Data Sheet & Test Report/ YES/NO
Certification of the offered battery chargers shall Certificate
be uploaded in the Technical bid.
o. Power of Attorney on non-judicial stamp paper of PoA YES/NO
Rs.100/-authorizing the designated executive to
sign all documents on behalf of the Company or
Firm, if the bid is not signed by the Director of the
Company or Partner / Proprietor of the Firm.
p. EMD Exemption in case of NSIC/MSME registered NSIC/MSME Certificate YES/NO
bidders:
a- NSIC/MSME Certificate
b- Declaration (Ref Format “Annexure-11
Declaration YES/NO
(MSME)) on non-judicial stamp paper of
Rs.100/-

q. OEM or authorized Dealer/distributor Certificate Scanned copy of Certificate YES/NO


of the Battery chargers offered (with proper
validity period)
r. No Bidder firm or its subsidiary firm or its parent Undertaking stating the same YES/NO
firm shall be allowed to submit alternate bids. submitted.
Such bids shall be summarily rejected.

Signature with date…………

Name & Design ……………

Bidder/Authorized Signatory
Company Stamp / Seal

Page 33 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

ANNEXURE-8
PART II: FINANCIAL BID

(To be uploaded in Price Bid)

Tender NIT No. AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19


Name of work: Supply, Installation and Testing of 24V/20A SMF-VRLA Battery Charger (FCBC) QTY-02 at
Kandla Airport.

Note:
(i) Column-7 : The basic rate quoted shall be inclusive of all Govt. Statutory taxes, Octroi, Freight &
Insurance, Transportation, Packing, Loading & Unloading, levies and charges etc.
(ii) Column- 14: Shall be total amount with GST on total battery chargers.
(iii) The Financial Bids will be compared based upon the Net Amount Quoted by the bidders inclusive of
taxes.
(iv) AAI may exclude any item from price comparative statement at any time without notifying and same
shall be binding to bidders
Signature with date
Name & Design……………

Bidder/Authorized Signatory
Company Stamp / Seal

Page 34 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

ANNEXURE-9

APPLICATION FOR EXTENSION OF TIME

Part-I

1. Name of the Contractor :


2. Name of the work :
3. Work Amount :
4. Date of commencement of work :
5. Period allowed for completion of work :
6. Date of completion of work :
7. Date of actual completion of work :
8. Period for which extension is applied for :
9. Hindrances on account of which extension is applied for with dates on which hindrances occurred and
the period for which these are likely to last:
Date of Date of Net
Name of Period of Overlapping Remarks,
No occurrence over of extension
Hindrance of Hindrance Hindrance Hindrance Period applied for if any
1 2 3 4 5 6 7 8

Total period for which extension is now applied for on account of hindrances mentioned above:

……………………… Month ……………………….. Days

10. Extension of time required for extra work :


11. Details of extra work and the amount involved:

Proportionate period of extension of time


Total value of extra work based on estimated amount put to tender on
account of extra work
(a) (b)

12. Total extension of time required for 10 & 11 :

Submitted to Officer-In-Charge (CNS), AAI , Kandla Airport.

Signature with date…………


Name & Design ……………
Bidder/Authorized Signatory
Company Stamp / Seal

Page 35 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

Part-II
(For Official Use)
1. Date of receipt of application from _____________________________________ Contractor for the work of
__________________________________ in the office of the Officer-In-Charge (CNS), AAI, Kandla Airport.

2. Recommendations of the Officer -In-Charge (CNS), AAI, Kandla Airport as to whether the reasons given
by the contractor are correct and what extension, if any, is recommended by him. If he does not
recommend the extension, reasons for rejection should be given.

Dated: Signature of the Installation In-charge

{To be filled in by the Officer-In-Charge (CNS), AAI, Kandla Airport.)}


1. Date of receipt in the Office :

2. Project Leader’s remarks regarding hindrances mentioned by the contractor:


(i) Serial No :
(ii) Nature of hindrance :
(iii) Date of occurrence of hindrance :
(iv) Period for which hindrance is likely to last :
(v) Extension of time applied for by the contractor :
(vi) Overlapping period, if any, giving reference to items which overlap :
(vii) Net period for which extension is recommended :
(viii) Remarks as to why the hindrance occurred and justification for extension recommended:

3. Recommendations of Officer -In-Charge (CNS) : The present progress of the work should be sta ted
and whether the work is likely to be completed by the date up to which extension has been applied for.
If extension of time is not recommended, what compensation is proposed to be levied as per terms and
conditions of this tender.

Signature of Officer-In-Charge (CNS)

Signature of Accepting Authority

Page 36 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

Annexure-10
AGREEMENT
(On Rs.100/- Non Judicial Stamp Paper)

THIS AGREEMENT, entered into this ……………. (Date) day of ……………………….. (Month & Year) by and
between ………………… (Name of Contractor), having its office at …………………………………………………….
(Contractor’s office address) (hereinafter called the “Contractor”) and the Airports Authority of India having its
office at Kandla Airport, Gandhidham – 370240 (Gujarat) (hereinafter called the “AAI”), t he expressions
“Contractor” and “AAI” shall mean their successors, legal representatives or assigns, for the Supply, Installation
and Testing of 24V/20A SMF-VRLA Battery Charger(FCBC) QTY-02 at Kandla Airport.

WITNESSETH
WHEREAS, AAI invited offers for t he Supply, Installation and Testing of 24V/20A SMF-VRLA Battery Chargers
(FCBC) QTY-02 at Kandla Airport.

WHEREAS, the Contractor has offered Supply, Ins tallation and Testing of 24V/20A SMF-VRLA Battery
Chargers (FCBC) QTY-02 at Kandla Airport in accordance with their Price Bid dated …………. (Date) and AAI has
accepted its offer.

NOW, therefore, in consideration and mutual covenants contained herein, the Contractor and the AAI
(hereinafter referred to as the “parties”) agree that the following document shall be part of this agreement:
Signed this agreement on …………... Day of ……………… Month ………..….. Year.

For and on behalf of AAI For and on behalf of Contractor

Signature Signature

Name of the Executive : …………….. Name of Executive : …………...

Design : ……………………………. Design : …………...

1. Witness on behalf of AAI: 2. Witness on behalf of Contractor:

Signature: …………………………… Signature: ………………….……………


Name : ………………………………... Name : ……………………………………

Design: ………….……………………. Design : …………………………………..

Page 37 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA

Annexure-11(MSME)
DECLARATION (For MSE Units only)

(On Rs.100/- Non Judicial Stamp Paper)

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 Bid Number ____________________

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
M S M E benef its 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
work(s)/Supply is/are in hand (awarded under MS ME 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”.

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.

SIGNATURE WITH COMPANY SEAL

ATTESTED BY NOTARY PUBLIC

Page 38 of 38

You might also like