Professional Documents
Culture Documents
KANDLA AIRPORT
TENDER DOCUMENT
for
-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
Page 2 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA
SECTION – I
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
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
Page 6 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA
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:
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.
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.
7.2. 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.
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.
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.
Page 10 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA
SECTION - III
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
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.
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.
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
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.
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.
Page 15 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA
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.
Page 17 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA
SECTION-IV
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.
Page 19 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA
SECTION – V
Technical Specifications
(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
All individual firms applying for tender are requested to complete the information in this form..
1. Name of firm:
4. Telephone: | Mobile:
5. Fax : | E-mail:
6. Place of incorporation/
Registration No.
Page 22 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA
ANNEXURE-2
To
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,
Page 24 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA
ANNEXURE-3
2017-18
2018-19
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.
Page 25 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA
ANNEXURE-4
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.
Page 26 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA
ANNEXURE-5
To
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
Page 28 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA
ANNEXURE – 6
SCHEDULE OF QUANTITY
Name of Work: Supply, Installation and Testing of 24V/20A SMF-VRLA Battery Charger (FCBC) QTY-02 at
Kandla Airport.
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
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)
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.
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)
Page 32 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA
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
–
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
Part-I
Total period for which extension is now applied for on account of hindrances mentioned above:
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.
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.
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.
Signature Signature
Page 37 of 38
AAI/KANDLA/CNS/VHF/Battery Chargers/2018-19 AIRPORTS AUTHORITY OF INDIA
Annexure-11(MSME)
DECLARATION (For MSE Units only)
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.
Page 38 of 38