You are on page 1of 684

Airports Authority of India

Directorate of Engineering

Works Manual
2017
(Incorporating TI & TC amendments dated 20.03.2020)
INDEX

SECTION HEADIN Page


G No.
CHAPTER I- GENERAL
Section 1 General Explanations. 1
CHAPTER II- DUTIES AND RESPONSIBILITIES OF 3
ENGINEERING OFFICERS
Section 2 Sr. Assistant (SA) / Sr. Superintendent (SS) / Jr. Executive Engg(Jr. 4
Exe) (Civil/Electrical)
Section 3 Assistant Manager (AM)/Manager(M),Engg.(Civil & Electrical) 6
Section 4 Senior Manager (SM)/(AGM) Engg. (Civil/Elect) 8
Section 5 Dy. General Manager (DGM)/Joint General Manager (Jt.GM), 10
Engg.(Civil & Electrical)
Section 6 General Manager, Engg. (Civil & Electrical) 12
Section 7 Executive Director (Engg.) 13
CHAPTER III- WORKS
Section 8 Classification of Works 14

Section 9 Pre Requisite Stages For Execution Of Works 16


Section 9.1 Fundamental Prerequisites 16
Section 9.2 Exception of works of inescapable urgency: 16
Section 9.3 Administrative Approval and Expenditure Sanction 16
Section 9.4 Power to accord Administrative Approval and Expenditure Sanction 17
Section 9.5 Permissible excess over A/A & E/S 17
Section 9.6 Permissible variations in the amounts of subheads of sanctioned A/A 18
& E/S for multi disciplinary projects only:
Section 9.7 Technical Sanction 19
Section 9.8 Technical Sanction to Components 20
Section 9.9 Permissible excess over Technical Sanction 21
Section 9.10 Revision of Technical Sanction 21
Section 9.11 Approval of Notice Inviting Tender (N.I.T.) 21
Section 9.12 Short listing of contractors for the works pending A/A&E/S and 22
Technical Sanction (T/S)
Section 9.13 Appropriations and Re-appropriations 23
Section 9.14 Power of Appropriation and Re-appropriation 23

Section 10 Preparation Of Estimates 24


Section 10.1 Preliminary Estimate of Building Works 24
Section 10.2 Methodology and steps for preparation of Preliminary Estimate 24
Section 10.3 Rules for working out Plinth Area from Plans 26
Section 10.4 Preliminary Estimate of Pavement Works 28
Section 10.5 Detailed Estimate 29
Section 10.6 Special provisions to be made in estimates 33
Section 10.7 Revised Estimate 35
Section 10.8 Repair Estimate for Works: 35
Section 10.9 Guideline for preparation of maintenance estimate for Horticulture 36
Work

Section 11 Execution of Works 37


Section 11.1 Preliminary 37
Section 11.2 Scope of Sanction. 37
Section 11.3 Inspection of Works. 37
Section 11.4 Completion Certificate. 38
Section 11.5 Authority to record completion certificate 40
Section 11.6 Co-ordination during execution of work. 41
Section 11.7 Foreclosure of contract due to Abandonment or Reduction in Scope of 42
work
Section 11.8 Maintenance Services. 44
Section 11.9 Type of Maintenance 46
Section 11.10 Procedure for allotment of funds and carrying out maintenance works. 48
Section 11.11 Fire Prevention Methods. 50
Section 11.12 M&O of Safety Devices of E&M Equipments and Services at 51
Airports.
Section 11.13 System Design, Maintenance and safety operation for power supply to 52
GLF
& NAV - aid installation
Section 11.14 Procedures to be followed in Enquiry Offices (Service Centre) for 52
maintenance of buildings of AAI.
Section 11.15 Records and Registers. 53
Section 11.16 Responsibility of offices for maintaining proper control over quality of 54
work
Section 11.17 Quality control 55
Section 11.18 Ensuring Labour License before commencement of work 55
Section 11.19 Maintenance of proper records for Works/ Projects Execution 56
Section 11.20 Handing /taking over of charge of SA/SS/Jr. Exe. Engg and AM/ME 56

Section 12 Miscellaneous 58
Section 12.1 Expenditure on Preparatory Works 58
Section 12.2 Expenditure on laying of Foundation Stone and Inauguration 58
Ceremonies
Section 12.3 Register of Building 58
Section 12.4 Safety of Structures / E&M equipment 58
Section 12.5 Disposal of Structures/Plants/Equipment 59
Section 12.6 Powers for Acceptance of Tender for Disposal of Buildings 59

Section 13 Deposit Work 60


Section 13.1 Definition of Deposit Work 60
Section 13.2 Preliminary Estimate 60
Section 13.3 Administrative Approval 60
Section 13.4 Expenditure Sanction 60
Section 13.5 Deposit of Funds 60
Section 13.6 Technical Sanction 61
Section 13.7 Accounting Arrangements 61
CHAPTER IV- MEASUREMENT AND WORKS ACCOUNT
Section 14 Measurement Book 62
Section 14.1 General 62
Section 14.2 Recording of Measurements in MB’s 62
Section 14.3 Movement of Measurement Book 65

Section 15 Computerized Measurement Books 66

Section 16 Important Items of Measurements 68


Section 16.1 General Instructions 68
Section 16.2 Record of Measurement for steel 69

Section 17 Test Checking of Measurements 70


Section 17.1 General 70
Section 17.2 Responsibility of officers recording and test check of measurement 71

Section 18 Recording Measurement for Earth Work ( Levelling) 73


Section 19 Review of Measurement Book 75
Section 19.1 General 75
Section 19.2 Loss of Measurements Books 75

Section 20 Standard Measurement Book 76


Section 20.1 General 76
Section 20.2 Writing of Standard Measurement Books 76
Section 20.3 Submission of Certificates. 77

Section 21 Bill for Payment 78


Section 21.1 Preparation of Bills 78
Section 21.2 Testing of Material 79
Section 21.3 Forms of Bills 79
Section 21.4 Authorities to pass the Bill 80

Section 22 Payment to Contractor 81


Section 22.1 General 81
Section 22.2 Final Payments 81
Section 22.3 Time Schedule for Payment of Bills 82
Section 22.4 Inspection of Works by DGM/JGM/GM 82
Section 22.5 Deduction of Income-Tax & GST 84

Section 23 Advanced Payment 85


Section 23.1 Lump Sum Advance (Mobilisation Advance) 85
Section 23.2 Secured Advance 86
Section 23.3 Advance Payment for the work done but not measured 87

Section 24 Payment for Sub-Standard Work 88


Section 24.1 Acceptance of Sub-Standard Work 88
Section 24.2 Sanction of Rates for Sub-Standard Work 88
Section 24.3 Removal of Rejected/Sub-standard Material from the Site of Works 89
Section 24.4 Substituting the name of manufacturer of the items as specified in 90
contract
agreement

Section 25 Documentation of Accounts 91


Section 25.1 Bill Register 91
Section 25.2 Material Accounts 91
Section 25.3 Cement Register 91
Section 25.4 Dismantled Materials Accounts 92
Section 25.5 Accounting of dismantled materials through contract 92
Section 25.6 Dismantled material arising out of maintenance works 92
Section 25.7 Imprest Cash Amount 93

Section 26 Escrow Account 94


Section 26.1 Introduction 94
Section 26.2 Need of Escrow Account 94
Section 26.3 Opening of Escrow Account 94
Section 26.4 Conditions to be incorporated in the NIT 95
Section 26.5 Foreclosure of Work 96

Section 27 Business (Bills/Payment) Payments through SAP 97


Section 27.1 General 97
Section 27.2 Linking of Project with Finance wing for further payments 98
Section 27.3 Other Guidance 99
CHAPTER V- CONTRACTS
Section 28 Contracts and Forms of Contract 100
Section 28.1 What is a Contract 100
Section 28.2 Form to be used for Contracts 101

Section 29 Work Order 104


Section 29.1 Procedure 104
Section 29.2 Powers 105

Section 30 Composite Contract 106


Section 30.1 Introduction 107
Section 30.2 Pre-Qualification Criteria 107
Section 30.3 Execution of work 109
Section 30.4 Tripartite agreement 109
Section 30.5 Condition of composite contract 110
Section 30.6 Payment condition 110
Section 30.7 Quality Assurance 111
Section 30.8 Completion Certificate 111

Section 31 Global Tenders 112


Section 31.1 Introduction 112
Section 31.2 Scope of Global Tender 113
Section 31.3 Publicity for call of Tenders 113
Section 31.4 Call of Tenders 113
Section 31.5 Instructions to Bidders 115
Section 31.6 Scrutiny of technical bid 116
Section 31.7 Earnest Money Deposit 116
Section 31.8 Security Deposit for period of All Inclusive Comprehensive Annual 116
Maintenance Contracts
Section 31.9 Performance Guarantee 118
Section 31.10 Release of Bank Guarantee submitted towards Security Deposit 118
Section 31.11 Dispatch Instruction 118
Section 31.12 Taxes & Duties on import of material 119
Section 31.13 Customs Duty 119
Section 31.14 Evaluation Criteria 119
Section 31.15 Opening of LC 120
Section 31.16 Release of LC payment 121
Section 31.17 Execution of work covered under SOQ-5 121
Section 31.18 Payments 121
Section 31.19 Compensation for delay 121
Section 31.20 Extension of time 122
Section 31.21 Determination of Contract 122
Section 31.22 Completion Certificate 122
Section 31.23 Works to be executed in accordance with specification drawing, 122
orders, etc.
Section 31.24 Testing and inspection of equipment/ components 122
Section 31.25 Inspecting Authority To Certify Performance 123
Section 31.26 Rectification of defect at risk and cost 123
Section 31.27 Authority for rejection 124
Section 31.28 Removal of Rejected Material/Equipment 124
Section 31.29 Pre delivery inspection at works 124
Section 31.30 Appeal against rejection 125
Section 31.31 Dispute Resolution Mechanism & Arbitration 125

Section 32 Award of Work on the basis of Build own and Operate basis 126
Section 32.1 Introduction 126
Section 32.2 Safety Regulations 126
Section 32.3 Preparation of NIT and execution of work 127

CHAPTER VI-AWARD OF WORK AND EXECUTION


Section 33 Preparation of Tender Documents 128
Section 33.1 General 128
Section 33.2 Invitation of Tenders for electrical works 131
Section 33.3 Invitation of Tenders for Component Parts 131
Section 33.4 Composite Tenders 131
Section 33.5 Prequalification criteria 131
Section 33.6 Bidding Capacity of Tenderer 134
Section 33.7 Issue of tender to Joint Venture Company/Consortium/Firm 135
Section 33.8 Other requirement for eligibility 136
Section 33.9 Evaluation criteria for arriving at lowest agency 136
Section 33.10 Duties and Taxes 136
Section 33.11 To claim Input Tax Credit 136
Section 33.12 Global tender 137

Section 34 Publicity of Tender 138


Section 34.1 General 138
Section 34.2 Pre Bid Conferences 140
Section 34.3 Limited Tenders 140
Section 34.4 Time Limit for Publicity of Tenders 140
Section 34.5 Formalities for Re-Invitation of Tenders 142
Section 34.6 Purchase Preference 142

Section 35 Sale of Tender Documents 143


Section 35.1 General 143
Section 35.2 Issue of Tender Documents for Specialized Jobs 143
Section 35.3 List of specialized Items/Jobs/Works 143
Section 35.4 Procedural Requirement 145
Section 35.5 Enlistment of contractors for works costing up to Rs.20 Lac 148
Section 35.6 Sale of Tender Documents to Registered Contractor 148
Section 35.7 Supply of Duplicate Set of Tender Documents 148
Section 35.8 Issue of Tenders for Sewerage and Water Supply to B&R Contractors 149
Section 35.9 Procedure for issuing Tender Documents for Non-Registered 149
Contractors
Section 35.10 Sale of Tender Documents for Residual Works 149
Section 35.11 Sale of Tender Documents to Weeded out Contractors in Govt. or any 149
PSU’s
Section 35.12 Action against contractor for unsatisfactory performance 150
Section 35.13 Short Listing of firms 150
Section 35.14 Time Interval between Sale of Tender Documents and Opening of 150
Tenders
Section 35.15 Scale of Charges for Tender Documents 151
Section 35.16 Accounting of Tender Forms (For physical Tender) 152
Section 35.17 Prequalification Applications (For Physical Tender) 152
Section 35.18 Amendments / Addendums after sale of tender ( For Physical Tender ) 152

Section 36 Call of tenders through e-Tendering 153


Section 36.1 Introduction of e-Tendering in AAI 153
Section 36.2 Digital Signatures 155
Section 36.3 Preparation of Bid document 155
Section 36.4 Publicity 156
Section 36.5 Bidding Process in NIC CPP portal 156
Section 36.6 Details when tender is invited in 3-BOT 156
Section 36.7 Uploading of Bid Documents by AAI 158
Section 36.8 Uploading of tenders by bidder 158
Section 36.9 Bids for Specialized Works and Purchase of Materials 159
Section 36.10 Opening of Bids 159
Section 36.11 Preparation/ checking of Comparative Statement 160
Section 36.12 Processing of Bids 161
Section 36.13 Information and instructions for contractors to be posted on website 161
for e-tendering Forming part of NIIT.
Section 36.14 Other instructions 164
Section 36.15 Composite Contracts 164
Section 36.16 Award of work 164
Section 36.17 Refund of Earnest Money 165
Section 36.18 Compliance Report for call of tenders 165

Section 37 Receipt of Tenders and Acceptance 166


Section 37.1 General 166
Section 37.2 Call of tenders 166
Section 37.3 Receipt of Tenders 166
Section 37.4 Justification Statement 167
Section 37.5 Opening of Tenders 170
Section 37.6 Security of Tenders 173
Section 37.7 Verification of Credentials and experience of L-1 agency 176
Section 37.8 Acceptance of Tenders: 177
Section 37.9 Award of Work only for areas where Project Site/ Land is available to 178
AAI without Encumbrances/ Encroachment
Section 37.10 Commissioning of project/works 179

Section 38 Earnest Money 181


Section 38.1 Necessity for Earnest Money 181
Section 38.2 Rates of Earnest Money 181
Section 38.3 Mode of depositing Earnest Money 182
Section 38.4 Exemption of Earnest Money: 182
Section 38.5 Refund of Earnest Money 182
Section 38.6 Forfeiture of Earnest money 183

Section 39 Security Deposit and Performance Guarantee 184


Section 39.1 Rate of Security Deposit 184
Section 39.2 Bank Guarantee as Security Deposit. 184
Section 39.3 FDRs as Security Deposit 186
Section 39.4 Performance Guarantee 186

Section 40 Insurance 188


Section 40.1 Transit insurance 188
Section 40.2 Insurance of Imported Stores in Transit 188
Section 40.3 Insurance during Execution of work 188
Section 40.4 Other Conditions of Insurance 190
Section 40.5 Third Party Insurance 191

Section 41 Refund of Security Deposit and Performance Guarantee 192


Section 41.1 Conditions for Refund of Security Deposits 192
Section 41.2 The limit of claims for Refund of Security Deposit 194
Section 41.3 Refund of security deposit, regarding specialized items of work 194
Section 41.4 Finance Officer’s responsibility for prompt refund of security deposit 194
Section 41.5 Refund of Performance Guarantee 195

Section 42 Essential Features Agreements / Contracts 196


Section 42.1 General 196
Section 42.2 Power to sign agreements 197
Section 42.3 Recording of date of acceptance of tender in the agreement 197
Section 42.4 Supply of copies of Contracts to contractors 198
Section 42.5 Certification and safe custody of agreements 198
Section 42.6 Weeding out of old agreement 199
Section 42.7 Supplementary Agreements 200
Section 42.8 Percentage above/below under clause 200
Section 42.9 Completion of agreements 200
Section 42.10 Escalation 201
Annexure I 202
Section 43 Site Order Book 203
Section 43.1 Maintenance of Site Order Books 203

Section 44 Extra Substituted & Deviated Items of Work 205


Section 44.1 Definition 205
Section 44.2 Deviation to be avoided 205
Section 44.3 Prior sanction of competent authority 206
Section 44.4 Powers to sanction rates for extra/substituted items etc. 206
Section 44.5 Instructions for avoiding delays in sanctioning rates for 206
Additional/Substituted items
Section 44.6 Fixation of rates for extra/substituted items 209
Section 44.7 Measurements for inadmissible items 210
Section 44.8 Rates for extra items allowing profits & overheads on stipulated 210
materials supplied to contractors

Section 45 Determination of Contract 213


Section 45.1 Action to be taken under Clause 3 of GCC 213
Section 45.2 Others reasons for Determination of Contract 213
Section 45.3 Powers of Engineer-in-Charge 214
Section 45.4 Power to take possession of / removal of / sell contractor’s tools & 214
plants
Section 45.5 Issue of Show Cause Notice 215

Section 46 Extension of Time & Compensation For Delay 216


Section 46.1 General 216
Section 46.2 Submission of Progress chart as per milestones 216
Section 46.3 Review of Progress of work 217
Section 46.4 Re-scheduling of milestones 217
Section 46.5 Requirement of Clause 5 w.r.t Extension of Time 217
Section 46.6 Grant of Extension of Time without Application 218
Section 46.7 Power to grand EOT as per DOP 218
Section 46.8 Form of Application for Extension of Time 219
Section 46.9 Guideline for processing Extension of time and final bill in respect of 219
contract
Section 46.10 Extension of time due to variations in items executed 220
Section 46.11 Recording of hindrance during execution of work 220
Section 46.12 Application for Extension of Time 220
Section 46.13 Extension of Time without levy of compensation 222
Section 46.14 Compensation under Agreement 222
Section 46.15 Levy of Compensation 223
Section 46.16 Provision under Section 74 of the Indian Contract Act 224
Section 46.17 Bonus / Incentive 224

Section 47 Dispute Resolution Mechanism , Arbitration And Litigation Cases 225


Section 47.1 Dispute Resolution Mechanism 225
Section 47.2 Arbitration 226
Section 47.3 Invocation of Arbitration Clause 228
Section 47.4 Application for appointment of Arbitrator 228
Section 47.5 Preparation of Arbitration Cases 228
Section 47.6 Processing of Contractors Applications 239
Section 47.7 Appointment of Arbitrator 230
Section 47.8 Appointment of Arbitrator without Agreement 230
Section 47.9 Action Subsequent to Appointment of Arbitrator 231
Section 47.10 Engagement of Legal Council 231
Section 47.11 Processing of Award 232
Section 47.12 Payment of Award Money 233
Section 47.13 Challenging Arbitration Award 233
Section 47.14 Issue of Limitation 234
Section 47.15 Court Cases 235
Section 47.16 Judgement in Court Cases 236
Section 47.17 Legal issues on Civil Suits - General 237
Section 47.18 Jurisdiction of Courts 238
Annexure 2 239
Annexure 3 240
Annexure 4 241

Section 48 Evaluation Of Performance of Contractor/Firms 242


Section 48.1 Writing Annual Performance report for the contractor 242
Section 48.2 Evaluation of performance of contractor during currency of contract 242
and on completion of work
Section 48.3 Action to be taken against contractor for works where tender has been 242
accepted by ED and office senior to him
Section 48.4 Debarment of contractor at Regional level 243

CHAPTER VII- PROCUREMENT OF STORES AND ITS


ACCOUNTING
Section 49 Acquisition of Stores 245
Section 49.1 Classification of Stores 245
Section 49.2 Reserved Stock/Stores 245
Section 49.3 Tools and Plant 246
Section 49.4 Special Tools and Plants 247
Section 49.5 Purchase of Diesel & Petrol 247
Section 49.6 Maintenance of Store 247

Section 50 Safe Custody of Stores 248

Section 51 Accounting and Issue of Materials to Contractors/Others 249


Section 51.1 Issue of Material to Contractor 249
Section 51.2 Inter department issue of material 250
Section 51.3 Register of materials at site accounts (MAS Account) 250
Section 51.4 T&P Register 251
Section 51.5 Instruction regarding storage of cement in Stores 251
Section 51.6 Issue of next half day’s cement requirements 251

Section 52 Losses on Stores and their Write Off 252

Section 53 Procurement of Material Through Micro and Small Enterprises 253


Section 53.1 Introduction 253
Section 53.2 Items to be procured from Micro and Small Enterprises 253
Section 53.3 Implementation of Policy of Procurement through MSE 254
Section 53.4 Purchase Preference to MSEs and ‘MSEs Owned by SC/ST Owners’ 254
Section 53.5 Reflecting achievement in Annual Report 255
Section 53.6 Development of MSEs 255

Section 54 Purchase Preferences 256


CHAPTER VIII- TRANSPARENCY AND QUALITY IN 257
EXECUTION OF CONTRACTS
Section 55 Integrity Pact and Independent External Monitor 257
Section 55.1 Introduction 257
Section 55.2 Threshold value for adopting Integrity Pact 257
Section 55.3 The format of revised Integrity Pact 257
Section 55.4 Commitment and Obligations of AAI 258
Section 55.5 Commitments and obligations of the Counter Parties 258
Section 55.6 Violations and Consequences 259
Section 55.7 Independent External Monitor 259
Section 55.8 Implementation Guidelines 260
Section 55.9 Periodic Review & Evaluation 261
Annexure 5 262

Section 56 Chief Technical Examiner’s Organization 271


Section 56.1 Functions 271
Section 56.2 Quarterly Returns 271
Section 56.3 Inspection by CTE 272
Section 56.4 Recoveries of Overpayments Pointed out by the CTE 273
Annexure 6 274
Annexure 7 275

CHAPTER IX- Establishment 277


Section 57 Engineering Establishment 277
Section 57.1 General 277
Section 57.2 Yardstick of posting Project-in-charge will be as under 277
Section 57.3 Yardsticks for determination of Engineering Establishment 279
Section 57.4 Maintenance units of Engg. Department 280

CHAPTER X- APPOINTMENT OF CONSULTANTS 281


Section 58 Consultancy for Architectural , Building Services 281
Section 58.1 General 281
Section 58.2 Methodology for Architectural Consultancy work 281
Section 58.3 EVALUATION CRITERIA FOR ARCHITECTURAL 282
CONSULTANT
Section 58.4 Scope of Work for Architectural consultancy 282
Section 58.5 LIMIT OF CONSULTANCY FEE PAYABLE 286
Section 58.6 PROFESSIONAL LIABILITY INSURANCE 287
Section 58.7 COMPENSATION FOR DELAY 287
Section 58.8 The selection process 287
Section 58.9 Some other important points 291

Section 59 Appointment of Project Management Consultant 293


Section 59.1 General 293
Section 59.2 METHODOLOGY 293
Section 59.3 SCOPE OF WORK OF PMC 295
Section 59.4 ROLE OF AAI 305
Section 59.5 LIMIT OF CONSULTANCY FEE PAYABLE 307
Section 59.6 PROFESSIONAL LIABILITY INSURANCE 307
Section 59.7 COMPENSATION FOR DELAY 307
Section 59.8 SELECTION CRITERION AND PROCESS FOR PMC WORK 308
Section 59.9 Reimbursement of Payment During Extended Period 311
Section 59.10 Recovery due to non-deployment of professionals 312
Section 59.11 Some other important points 312
CHAPTER XI- ENERGY EFFICIENCY IN 315
BUILDING CONSTRUCTION
Section 60 Green Building Norms 315
Section 60.1 Policy of AAI 315
Section 60.2 GRIHA Rating System 315
Section 60.3 Responsibility of AAI officers 316
Section 60.4 Preparation of Tender specifications 317
Annexure 8 318
Section 61 Reverse Auction 319
Section 61.1 Training for Reverse Auction 319
Section 61.2 Procedure for Reverse Auction 319

Section 62 Engineering Procurement Construction (EPC) 321


Section 62.1 Introduction 321
Section 62.2 Key clauses 321
Section 62.3 Basic Features of EPC Contract 322
Section 62.4 Responsibility of AAI 326
Section 62.5 Appointment of consultant for preparation of DPR 326
Section 62.6 Monitoring and supervision 326
Section 62.7 Variation/Change of Scope 327
Section 62.8 Works Manual Provisions for EPC Contract 328
Section 62.9 Conclusion 329

Section 63 Acceptance of abnormally low quoted bid (Capital & Revenue u 330
Expenditure Contract)

Abbreviations 332,333,
334

INDEX FOR APPENDIX xi


118 APPENDICES A-1 -A-262
INDEX FOR ANNEXURE xvi

Amendment TI -37 para 4 dated 26.02.2020


The Provisions of Procurement Manual shall not be applicable for Engineering Procurements /
works / services. The Engineering Works shall be governed by Engineering Works Manual only.

CPWD Manual and Hand Books (Amended as per TC No. 05/2019 dtd. 21.10.2019)

Central Public Works Department, Govt. of India has published following Manual and Hand
Books:
i. Rain Water harvesting & Conservation Manual – 2019
ii. Safety Health and Environment Hand Book – 2019
iii. Total Quality Management Hand Book – 2019
These Handbooks and Manual are useful for Planning / Site Engineers for day to day works.
Accordingly, these Hand Books and Manual may be referred by the concerned officers.
Index for Appendices
Appendix Heading Refer Section Pages
No
1 A/A & E/S Sanction Memo Section 9.3.3 A-1
2 Technical Sanction Memo No. Section 9.7.3 A-3
3A Tender Notice for Classified Column of Section 9.11.2 (a) & A-5
Newspaper for Works Costing up to Rs. Section 34.1.4
5.00
Short Tender Notice for Works Costing Rs Section 9.11.2 (a) & A-6
3B 5.00 Cr. to Rs 50.00 Cr. Section 34.1.4
Tender Notice for Works costing more than Section 9.11.2 (a) & A-7
3C Rs 50.00 Cr Section 34.1.4
Standard Format of Tender Notice to be Section 9.11.2 (a) & A-8
4A displayed on AAI website for Works Section 34.1.4
Estimated Cost up to Rs. 5 crore
Standard format of Tender Notice to be Section 9.11.2 (a) & A-14
4B display on AAI website for Works Section 34.1.4
Estimated Cost above Rs. 05 crore. and up
to Rs. 50 Cr.
Standard format of Tender Notice to be Section 9.11.2 (a) & A-20
4C display on AAI website for Works Section 34.1.4
Estimated Cost Above Rs. 50 crore
5 Global Pre-Qualification Tender Notice Section 9.11.2.(c) A-26
with Annexure-A
6 Proforma for Calculation of Cost Index Section10.2.1.(j) A-31
7 Formats for submitting Site and Soil Section 10.4.8 A-32
Particulars for pavement works
8 Check List for Pavement Estimates Section 10.4.8 A-37
9 Check List for L-Section of Runway Works Section 10.4.8 A-40
10 Check List for Preparation of Preliminary Section 10.4.8 A-41
Estimate for Buildings works
11 A Specifications for Carrying out Soil Section 10.5.14 A-43
Investigation for Building Works
11 B Format for Submission of Soil Investigation Section 10.5.14 A-48
Report for Building Works
12 A Specifications for Carrying out Soil Section 10.5.15 A-55
Investigation for Airfield Pavement Work
12 B Proforma for Submission of Soil Section 10.5.15 A-59
Investigation Report for Airfield Pavement
works
13 List of Remote and disturbed Areas Section 10.6.1(iii) A-67
14 Abstract of cost of Original and Revised Section 10.7 A-68
Estimate
15 Maintenance of Work Diary Section 11.3.3 A-69
16 Completion Certificate Section11.4.3 & A-73
11.4.8
17 Format for submission of Survey Report of Section 12.5.1 A-74
Buildings/Plants/Equipments
18 Breakup of Departmental Charges Section 13.2 A-75
19 Register of Measurement Books Section 14.1.3 A-76
20 Format for Computerized Measurements-for Section 15.1 A-77
Reinforcement Work
21 Format for Computerized Measurement Section 15.1 A-78
sheet entry
22 Format for Abstract of cost-MB Section 15.3 A-79
23 Abstract of cost- Bill Form-I Section 15.5 A-80
24 Abstract of cost- Bill Form-II Section 15.5 A-81
25 Proforma for Reporting loss or damage of Section 19.2 A-82
M.B. for Write Off
26 Register of Standard Measurement Books Section 20.1.5 A-84
27 Statement of Test Check of measurement Section21.1.11.(a) A-85
28 Part Rate Statement Section21.1.11.(b) A-86
29 Recovery Statement on account of Materials Section21.1.11.(c) A-87
issued by Department
30 Statement for Theoretical Consumption of Section21.1.11.(d) A-88
Cement/Bitumen
31 First and Final Bill Section21.1.11.(e) A-89
32 Running Account Bill (lump-sum contract) Section 21.3.2 A-90
33 Final Bill (lump-sum contract) Section 21.3.2 A-94
34 Running Account Bill Section 21.3.2 A-99
35 Account of Secured Advance Section 21.3.2 A-104
36 Indenture for Secured Advances Section 21.3.2 A-106
37 Hand Receipt Section 21.3.3 A-109
38 Format of Bank Guarantee to be submitted Section 23.1.4 A-111
for Securing A Lump-Sum Advance
39 Categorization of Material for Payment of Section 23.2.1 A-114
Secured Advance
40 Procedure of Maintaining Bank Guarantees Section 23.2.7 A-116
41 Format of letter to be issued to Contractor Section 24.1.1 A-118
for rectification of Defective Work and
removal of rejected material from the site
Letter to be written by Senior Manager A-119
42 (Engg.) / Assistant GM to Contractor for Section 24.2.1
Provisional Reduction in Rate for Sub-
Standard Work
Format of letter to be written by Contractors Section 24.2.1 A-120
43 for acceptance of Provisional Reduction of
rate for Sub-Standard Work.
44 Bill Register Section 25.1 A-121
45 Register of Material at Site Accounts Section 25.2.3 A-122
(MAS)
46 Cement Register Section 25.3 A-123
47 Register of Dismantled Materials Section 25.4.1 A-124
48 Cash Book Section 25.7.1 A-125
49 Template for Linking of Fund Centre and Section 27.2.1(c) & A-126
Creation of New Fund Centre 27.3.1
50 Template for Re-appropriation of funds Section 27.3.2 A-127
51 Methodology for creation of new fund Section 27.3.3 A-128
center
52 Format of Notice Inviting Quotation (NIQ) Section 28.2.5 & A-130
29.1.3
53 Format for award of work on Work Order Section 28.2.5 & A-131
Basis 29.1.8
54 Term and Conditions of Work Order Section 28.2.5 & A-132
29.1.8
55 Suggestive packages for call of composite Section 30.1.1 A-135
tenders
56 Format for Tripartite Agreement in Case of Section 30.7.4 A-136
Composite Contracts
57 Bank Guarantee towards Bid Bond Section 31.4.6 & A-138
Section 38.3.3
58 Bid Bond (Global Tender) Section 31.4.6 A-142
59 Format for Issue of Award/Acceptance Section 31.5.3 A-144
letter (Global Tender)
59A Standard format for issue of award Letter Section 30.2.5/31.5.3 A-146
60 Performa of BG for EMD (Global Tender) Section 31.7, 38.3.3 A-148
& 38.3.2 (e)
61 FORM. “C” Format for BG towards SD Section 31.8.2.1 A-150
(Global Tender)
62 FORM. “C 1” Letter of undertaking from Section 31.8.2.1 A-153
depositor to Bank towards SD
63 FORM. “D” Performance BG Section 31.9.1 A-154
64 FORM. “D 1” Letter of undertaking from Section 31.9.1 A-157
deposit to Bank regarding PG
65 List of documents must be submitted for A-158
release of 70% of FOB cost against Section 31.16.1(b)
imported equipments covered under SOQ-1.
66 List of documents required for release of Section 31.16.1(c) A-159
10% payment
67 List of documents required for release for Section 31.16.1(d) A-160
20% payment
68 List of works for execution of which A-161
Contractor must possess electrical license Section 33.2.1
69 Format for Comparison of Tenders on Recall Section 34.5.3 A-163
70 Guarantee Bond for Water Proofing and Section 34.4.3 A-164
Anti-Termite Treatment
71 Proforma of Tender Opening Register Section 37.3.5 & A-166
Section 37.5.2
72 Time Schedule For Scrutiny of Tenders Section 32.12.2 & A-167
Section 37.6.9
73 Memo Forwarding Tenders to higher Section 37.6.12 A-168
Authorities
74 Standard Format for Issue of Award Letter Section 30.2.5 A-172
75 Form of Bank Guarantee against Earnest Section 38.3.2(d) A-174
Money Deposit (Indian Bidder)
76 Form Of Bank Guarantee In Lieu Of Section 39.2.1 A-176
Security Deposit In Individual Contract
77 Format for Performance Guarantee Section 39.4.2 A-179
78 Guarantee for Removal of Defects Section 41.3.1 A-181
79 Form of Supplementary Agreement Section 42.7.1 A-183
80 Performa for site order book Section 43.1 A-185
81 Format for issue of Inspection report for Section 43.1.3 A-186
works
82 Show cause Notice Under Clause 3 Of Section 45.5 A-187
Agreement
83 Notice of Final Action Under Clause 3 Of Section 45.5 A-188
The Agreement
84 Stipulation of time of completion for work Section 46.1.1 A-189
85 Form of Application to be submitted by Section 46.5.1(a) A-191
Contractors for Seeking Extension of Time
86 Format of letter to be written to the Contract Section 46.9.1 A-194
for Submission of application for Extension
of Time
87 Hindrance Register Section 46.11.1 A-195
88 Weather Report Section 46.11.2(b) A-196
89 Format for conveying Provisional Extension Section 46.12.1 A-198
of Time
90 Calculation of cost of supervision charges of Section 46.12.4(a) A-200
AAI for the period of delay
91 Format for granting extension of time Section 46.13 A-203
92 Draft show cause notice under Clause 2 Section 46.14.2(a) A-204
93 Proforma for intimating the Contractor for Section 46.14.2(b) A-205
Levy of Compensation--Under Clause 2
94 Format of letter for appointment of Section 47.7.3 A-206
Arbitrator
95 Format for Evaluation of Performance of Section 48.1 & A-207
Contractors/Firms Section 48.2
96 List of Civil Items to be procured through Section 53.2.1 A-213
MSE
97 List of Stationary Items to be procured Section 53.2.2 A-215
through MSE
98 List of Vehicle/ Machinery items to be Section 53.2.3 A-216
procured through MSE
99 List of Items required for Management / Section 53.2.4 A-217
Admin Section to be procured through MSE
100 List of Electricals Items to be procured Section 53.2.5 A-219
through MSE
101 List of Miscellaneous Items (Common to all Section 53.2.6 A-220
Directorates) to be procured through MSE
102 Register of observation Memos Received Section 56.3.4 A-226
From The Chief Technical Examiner
103 Empanelment/Selection of Architectural Section 58.6(a) A-227
Consultant: PQ
104 Empanelment/selection of Project Section 59.8(a)-II A-229
Monitoring Consultant: PQ
105 Empanelment/selection of Project Section 59.6(c) A-231
Monitoring Consultant: Engagement of
“Outside India” Consultants
106 Empanelment/selection of Project Section 59.3.6(c) A-233
Monitoring Consultant: Technical
Evaluation: Global Presence
107 Empanelment/selection of Architectural/ Section 58.6(c) & A-234
Project Monitoring Consultant: Technical 59.6(c)
Evaluation: Architectural Consultancy
Empanelment/selection of Architectural/ Section 58.6(c) & A-237
108 Project Monitoring Consultant: Technical 59.6(c)
Evaluation: Architectural Planning
109 Empanelment/selection of Architectural/ Section 58.6(c) & A-241
Project Monitoring Consultant: Technical 59.6(c)
Evaluation: Cost Consultant
110 Empanelment/selection of Architectural/ Section 58.6(c) & A-243
Project Monitoring Consultant: Technical 59.6(c)
Evaluation: Structural Design Consultancy
111 Empanelment/selection of Section 58.6(c) & A-245
Architectural/ Project Monitoring 59.6(c)
Consultant: Technical Evaluation:
Façade consultancy.
112 Empanelment/selection of Architectural/ Section 58.6(c) & A-248
Project Monitoring Consultant: Technical 59.6(c)
Evaluation: MEP consultancy
113 Empanelment/selection of Section 58.6(c) & A-251
Architectural/ Project Monitoring 59.6(c)
Consultant: Technical Evaluation:
Airport System / Services Consultancy
114 Empanelment/selection of Architectural/ Section 58.6(c) & A-254
Project Monitoring Consultant: Technical 59.6(c)
Evaluation: Interior Design work
115 Empanelment/selection of Section 58.6(c) & A-257
Architectural/ Project Monitoring 59.6(c)
Consultant: Technical Evaluation: Real
Estate Consultancy firm
116 Empanelment/selection of Architectural/ Section 58.6(c) & A-259
Project Monitoring Consultant: Technical 59.6(c)
Evaluation: Landscape / Horticulture
Design
117 Empanelment/selection of Architectural/ Section 58.6(c) & A-261
Project Monitoring Consultant: Technical 59.6(c)
Evaluation: Approach & Methodology
118 Empanelment/selection of Architectural/ Section 58.6(c) & A-262
Project Monitoring Consultant: Technical 59.6(c)
Evaluation: Project Supervision and
Contract Management team
119 Make in India Policy, Appendix-A A-267
(BOQ Template),
Annexure-A and
Forms –I,II,III & IV
120 Performa-I - Certificate of Net Worth from Section 30.2.1(g) A-282
Chartered Accountant
121 Performa –II – Financial Data Section 26.4.4 A-283
122 Performa – III – Works in Hand Section 26.4.4 A-284
Index for Annexure

Annexure Heading Section Pages


No.
1 Proforma for weeding out old agreements 42.6.1(iii) 202
2 Application for appointment of arbitrator 47.3 239
3 Acceptance for arbitration award 47.12.1 240
4 Quarterly statement of pending arbitration cases 47.17.9 241
5 Format for Integrity Pact 55.3 & 55.9.6 262
6 CTE’s Quarterly Return Proforma 56.2.1 274
7 List of essential documents for inspection by 56.3.1 275
CTE
8 Format for Green Rating Certificate to be issued 60.6 318
by ED Engg
AAI Works Manual

CHAPTER-I

GENERAL

SECTION 1: General Explanations

1.1 This Works Manual for Engineering Directorate shall come into force in Airports
Authority of India from the date it is approved by the Authority.

1.2 All the rules, regulations, instructions and procedures specified in this Manual are
subject to subsequent orders and instructions issued by Airports Authority of
India and should be exercised by the officers within the financial powers
delegated from time to time through the instrument of Delegation of Financial
Powers. In the absence of any guidelines or procedures in this Manual on any
subject, the directions/technical instructions& Technical circulars issued by the
E.D.(Engg.)/Member (Planning) shall be followed.

1.3 This Works Manual covers all relevant technical instructions issued from
Directorate of Engineering up to Technical Instruction Nos. 122 dated 21.09.2017
and all relevant technical circulars issued from Department of Engineering up to
Technical Circular no. AAI/Member (Plg.)/Tech-Circular/2017 dated 11.08.2017.

1.4 In case of difference between Delegation of Powers and this Manual, the
Delegation of Powers shall prevail over the provision of this Manual.
Amended on dt. 26.03.18
In case of difference between Delegations of Powers & Manuals, the provisions
contained in the Delegation of Powers will prevail. However after introduction of
Manual in respective directorate, Manual shall prevail.

1.5 Central Vigilance Commission’s guidelines issued from time to time will come
into effect after the instructions are issued by AAI Corporate Headquarter in this
regard.

1.6 In case any modifications/ alterations or withdrawal of any rules are necessitated
in future, such powers are vested with Chairman, AAI.

1.7 The Project In-charge may exercise any or all the powers vested in designation
below him. Due to exigencies of work and/or other administrative consideration
any Senior Officer may exercise any or all the powers vested with officers
subordinate to him.
1.8 An architect (Senior Manager Level) posted at CHQ will be designated as nodal
architect for one or more airports / stations by Executive Director
(Planning/Arch.). It will be the responsibility of nodal architect to check on
aesthetics and building activities at his assigned airports for adherence to master
plan.
1.9 ED (Planning/Arch.) will ensure that concerned Nodal Architect must visit his
assigned airports once in every six months. Concerned Nodal Architect will
submit his report highlighting violations from Master Plan after each visit to his
Deputy General Manager /General Manager (Arch.), for information and suitable
action. Critical issues, if any, will be brought to the notice of Member (Planning) /
Chairman by Executive Director (Planning /Arch.).
1
AAI Works Manual

1.10 For repetitive type of jobs/works or any other operational work which are likely
to occur at certain point of time, a select list of contractors/agencies may be
drawn up region wise and got approved from the RED /APD- Chennai/Kolkata/
ED(Engg.)/GM (Engg). Such lists should be prepared through press
advertisement by giving wide publicity and shall be in operation for the period of
two years from the date of issue of approved list of contractors.

1.11 The constitution of various Boards and the Committees should be as envisaged
from time to time in the Delegation of Powers.

1.12 All the relevant Technical Instructions and Technical Circular issued in past has
been incorporated in works manual as well as General Conditions of Contract
2017. However, the TI’s and TC’s which are concerned to Technical
Specification / Notice Inviting Tender / Special Conditions of Contract (SCC)
needs to be incorporated by the NIT approving authority on need basis.

Concerned TI’s and TC’s issued upto dtd 20/12/2019 have been incorporated in
Work Manual

2
AAI Works Manual

CHAPTER-II

Duties and Responsibilities of Engineering Officers

Duties and responsibilities of engineering officers of different levels in A.A.I. should


be as mentioned hereinafter. However, these are not exhaustive. Engineering
Officers at different levels should be responsible to carryout duties and tasks
assigned from time to time as per the requirements and directions issued by the
Authority.

3
AAI Works Manual

SECTION 2: Senior Assistant (SA) / Senior Superintendent (SS) / Junior Executive


Engineering (Jr. Exe. Engg.) (Civil / Elect.)

2.1 To collect and furnish Site Parameters, Measurement Details and field data;

2.2 Preparation of Preliminary as well as Detailed Estimate for maintenance and


original works;

2.3 Preparation of Market Rate Analysis including collection of Market Rates;

2.4 To make structural designs of Simple Structures, prepare Drawings, Sketch etc. as
required in consultation with department of structure.

2.5 To prepare detailed estimate and related required documents for accord of
Technical Sanction and to prepare Draft NIT for approval of competent authority;

2.6 To plan and ensure that the works are executed strictly as per technically
sanctioned detailed estimate and approved design etc.

2.7 To exercise extensive day to day supervision and quality control of various
works executed by contractors, suppliers and departmental workmen as per
specifications.

2.8 To maintain all records and register of works as required as per manual,
specification and contract;

2.9 To supervise and conduct various field tests/lab tests at work site and exercise
control on quality of work as per standard specifications;

2.10 To record measurements correctly in Measurement Book and Standard


Measurement Book of various items of works executed by contractors, supplies
made by suppliers etc.;

2.11 To prepare contractor’s and supplier’s bills;

2.12 To initiate timely action for taking approval of proposed deviations, substitute or
extra items;

2.13 To interact and co-ordinate with users, concerned officer or the residents as
applicable, where work is being executed;

2.14 Preparation and maintaining Site Order Book, work dairy, Rainfall Data and
Hindrance Register, Cement Register, Bitumen Register, Test Result Registers
and all other records / documents stipulated in the contract etc.;

2.15 To exercise day to day administrative and technical control on the departmental
W.C. staff and workmen;

2.16 To maintain Stores and Stores Records under his charge;

4
AAI Works Manual

2.17 To ensure regular inspection of Structures and Installations for proper


maintenance and to maintain a Inspection Log Book;

2.18 To carry out preventive maintenance and taking timely, prompt and effective
actions, as required, to ensure that essential services and installations are properly
maintained at the Airport;

2.19 To submit a weekly / fortnightly / monthly physical and financial progress reports
as specified to Assistant Manager / Manager / Senior Manager / AGM (Engg.)
(C) / (E) wherever working independently;

2.20 To prepare Survey Report for unserviceable materials on yearly basis;

2.21 To assist Assistant Manager/Manager/Senior Manager/AGM (Engg.) (C) / (E) in


all technical / administrative works.

2.22 Any other duties assigned by senior officers from time to time.

5
AAI Works Manual

SECTION 3: Assistant Manager (AM) / Manager (M) Engg. (Civil / Electrical)

He shall carryout all the duties and responsibilities of SA/SS/Jr.Exe, if SA/SS/Jr. Executive is
not posted under him in additions to his own duties and responsibilities. Whenever SA/SS/Jr.
Executive .are posted, Assistant Manager/Manager shall verify the works carried out by
SA/SS/Jr. Executive under his jurisdiction, in addition to the following: -

3.1 To check the Result of Soil Report, Site Parameters, Field Data etc. in
consultation with Department of Structure;

3.2 Checking and certifying of Preliminary as well as Detailed Estimate for


maintenance and original works and onward submission to higher authority;

3.3 To collect and verify the Market Rates and Market Rate Analysis for items of
works;

3.4 Checking and finalization of Structural Design, Drawings, Sketch etc. in


consultation with Department of Structure;

3.5 To ensure correctness of documents for approval of technical sanction and Draft
NIT up to the delegated power of Senior Manager/ AGM, Engg.
(Civil/Electrical).

3.6 To prepare required documents for approval of Technical Sanction and Draft NIT
to be approved by Deputy General Manager and above;

3.7 To plan and ensure that work is executed strictly as per technically sanctioned
estimate, approved design and specification etc.;

3.8 To exercise control on supervision and quality control of various works executed
on regular basis;

3.9 To verify all records and registers of works as per work specifications, works
manuals etc.;

3.10 To verify and check at least 50% of Field Tests, Lab. Tests at works site and
exercise control on quality of work;

3.11 To test check the measurements recorded in Measurement Book by SA/SS/Jr. Ex


Eng. as specified in Works Manual;

3.12 To test check the measurement up-to 100% recorded in standard Measurement
Book.

3.13 To record measurement of items in Measurement Book as specified in the Works


Manual;

3.14 To verify the contractor’s and supplier’s bills and submit for pass and payment;

6
AAI Works Manual

3.15 Timely identify and put up all proposals regarding substituted, deviations items
and extra items to his superiors for necessary approval along with supporting
documents;

3.16 To interact and co-ordinate with concerned users on works in operational area and
vital installations to ensure its effective maintenance all the time;

3.17 To ensure that Site Order Book, Hindrance Register, Rainfall Data, Cement
Register, Bitumen Register etc. are maintained for all maintenance and original
works and to check these records on regular basis;

3.18 To exercise administrative control on departmental workers wherever Senior


Manager/Assistant General Manager (E/C) are not posted;

3.19 To verify and compile Stores Record including yearly stock taking;

3.20 To take timely action for preparation of Survey Report and taking approval of
Competent Authority;

3.21 To ensure regular inspection of structures, installations and taking timely and
effective actions for preventive and regular maintenance as required;

3.22 To submit weekly/fortnightly/monthly/quarterly reports, MIS etc. as specified;

3.23 Should be overall responsible for the correctness of records, measurement etc.
recorded by his subordinates;

3.24 To maintain Building Register and Land Register under his charge;

3.25 To exercise powers judiciously as delegated in Delegation of Powers and


Technical Instructions issued by Management;

3.26 To provide technical support and assist in all Technical/Administrative works to


his superiors whenever working.

3.27 To act as representative of Engineer-in-Charge for effective contract


implementation;

3.28 To put up case for extension of time with full justification and recommendation
along with contractors applications on prescribed form for obtaining approval of
competent authority.

3.29 Any other duties assigned by Senior Officer from time to time.

7
AAI Works Manual

SECTION 4: Senior Manager (SM) /Assistant General Manager (AGM) Engg. (Civil / Elect.)
4.1 Finalization and correctness of Preliminary and Detailed Estimate.
4.2 Finalization of Justification Statement before opening of Tender including
approval of Market Rate Analysis for Items;
Amended on dt. 26.03.18
Finalization of Justification Statement before opening of Tender including
approval of Market Rate Analysis for items as per para 37.4.4, 37.4.5 & 37.4.9
4.3 To accord of technical sanction and to approve draft notice inviting tender (NIT)
as per Delegation of Power. Beyond his power shall submit the case for approval
of higher authorities;
4.4 Shall have overall responsibility for correctness of bill of contractor and supplier
and maintaining necessary record thereof and propose the bills to Finance
Directorate for pass and payment;
4.5 Signing of Contract Agreement and maintaining all original Agreements;
(Amended on dt. 26.03.18)
Wherever, DGM/ Jt GM(Civil/Elect) are not posted at airports,
SM/AGM(Civil/Elect) shall function as an Engineer-in-Charge for all works upto
Rs.5.00 crores at their parent station as well as for the outstations under his
control. Hence, signing of contract agreement, for these works and its safe custody
shall be the responsibility of SM/AGM Engg(Civil/Elect).
For parent stations of DGM/Jt.GM Engg (Civil/Elect) the contract agreement shall
be signed by him along with its safe custody for all works upto Rs.300.00 crores.
For outstations of DGM/Jt.GM Engg (Civil/Elect), for all works other than
mentioned as above in Para (i), DGM/Jt.GM Engg (Civil/Elect) shall sign the
contract agreement and its safe custody.
4.6 To function as Engineer-in-Charge of all the Contracts, Work Orders and Supply
Orders of contract value up to Rs.5.00 Cr. each with prior specific approval of
Member(Plg.) to ensure implementation of Contract provision;
4.7 To constantly supervise the works for ensuring quality and timely completion of
works;
4.8 To take timely action regarding effective contract management as per relevant
clauses of contract agreement;
4.9 To carryout test check of measurements as per Works Manual and quality control
as specified in agreement, IS/BIS code, CPWD specification etc.
4.10 To project yearly budget for the works under his jurisdiction;
4.11 To prepare statement of claims, counter claims and effectively assist/defend
arbitration proceedings;
4.12 To prepare replies of CTE’s observations within the stipulated time;
4.13 To submit physical and financial progress reports as per prescribed formats and
compilation of MIS reports;
4.14 To initiate timely and prompt action for obtaining revised A/A & E/S;
4.15 To approve extra items/substituted items, deviation items statement with in his
power and timely action for obtaining approval of higher authorities as and when
required;

8
AAI Works Manual

4.16 SM/AGM shall counter sign the completion certificate recorded by his junior
officers in MB, and shall issue completion certificate in standard format for the
works with in his TS power. Beyond his TS power, completion certificate shall be
issued by next higher authority.
Amended on dt. 26.03.18
The Completion certificates shall be issued by SM/AGM (C/E) for the
works for which they are Engineer-in-charge and shall be issued in the
format as per Appendix-16, after recording of Completion Certificate by
JET/AM/ Mgr. (C/E) in the format as provided at section 11.4.1.

4.17 To discharge all the duties and responsibilities as prescribed in Works Manual
and to have overall responsibilities of quality control, overall corrections of
measurement and payment for the works executed;

4.18 To be fully responsible for maintaining necessary accounts and record thereof
related to all the works/supplies executed under his jurisdiction;

4.19 To ensure that all the records/registers to be maintained for works are duly
maintained;

4.20 To provide technical support and assistance in all Technical/Administrative


works to his superiors whenever working.

4.21 To exercise powers judiciously as delegated in Delegation of Powers, Works


Manual and Technical Instructions issued by Management;

4.22 Any other duties assigned by Senior Officer From time to time.

4.23 To put up case for extension of time with full justification and recommendation
along with contractors applications on prescribed form for obtaining approval of
competent authority.

4.24 To prepare and record contractor performance on yearly basis.

9
AAI Works Manual

SECTION 5: Dy. General Manager (DGM) /Joint General Manager (Jt.GM) [Engg.]
(Civil / Elect.)

5.1 Deputy General Manager / Jt. General Manager will be overall in-charge for
proper administration of “Work Contract”.

5.2 To accord technical sanction and approval of Draft NIT as per Delegation of
Power. Beyond his power, shall submit the case for approval of higher
authorities;

5.3 To project yearly budget for all maintenance and original works under his
jurisdiction;

5.4 Should be responsible for utilization of funds provided in the approved budget;

5.5 To prepare statement of claims, counter claims and effectively process and defend
the arbitration proceedings;

5.6 To finalize replies to CTE’s/Vigilance observations and submit the same within
the stipulated time;

5.7 To obtain revised A/A & E/S, wherever necessary;

5.8 Approval of extra items/substituted items and deviation items statement within
his own power as per Delegation of Powers and obtaining approval of higher
authorities as and when required;

5.9 Standardization of engineering procedures and supervision process of


maintenance of engineering installations and buildings ;

5.10 To function as Project-In-charge whenever specifically assigned the


responsibility;

5.11 To ensure that management policies, overall agreed programme and time
schedules are implemented;

5.12 Monitoring the engineering works (capital and revenue), holding regular follow
up meetings to review the progress and taking remedial action on hold up.

5.13 Follow-up observations of quality control and those raised by technical and
financial audit;

5.14 To exercise technical and administrative controls of the engineering personnel at


all the field units and airports within his jurisdiction;

5.15 To exercise effective budgetary control;

5.16 To perform duties and responsibilities as prescribed in Works Manual and


Delegation of Powers;

10
AAI Works Manual

5.17 To issue completion certificate for the works costing more than technical sanction
limit of Senior Manager /Assistant General Manager(C/E)
Amended on dt. 26.03.18
DGM/JGM (C/E) shall issue Completion Certificate in the format provided at
Appendix-16 for the works for which they are designated as Engineer-In-Charge
after Completion Certificate has been recorded by JET/AM/MGR (C/E) in the
format provided at section 11.4.1 and duly recommended by SM/AGM (C/E).

5.18 To provide technical support and assistance in all technical and administrative
works to his superiors whenever working.

5.19 To perform duties and responsibilities as prescribed in works manual and as per
Delegation of Powers.

5.20 Any other duties assigned from time to time by Senior Officers.

5.21 He will function as Engineer- in-charge for the value of all the works up to Rs.
300 Cr. and also perform the duties and responsibilities as listed in para 57.2.3

5.22 To complete and evaluate contractors /firms performance annually and submit.

5.23 To undertake periodical surprise technical checking, inventory update and survey
reporting of dismantled material of executed works undertaken by sub-ordinates.

5.24 To put up case for extension of time with full justification and recommendation
along with contractors applications on prescribed form for obtaining approval of
competent authority.

5.25 To test check measurement and perform quality control as per works manual.

5.26 To ensure that all the records/registers to be maintained for works are duly
maintained.

5.27 Amended on dt. 26.03.18 (New Para)


Timely action regarding effective Contract Management as per relevant clauses of
Contract Agreement.

11
AAI Works Manual

SECTION 6: General Manager (GM) Engg. (Civil/Elect.)

6.1 General Manager shall function as head of unit and shall provide all technical
support and assist in all technical/administrative work to ED (Engg.), Regional
Executive Director and Airport Director(ED Level)

6.2 Shall plan new projects right from the conceptual stage;

6.3 Monitoring the projects, periodic follow-up, meeting to review the progress and
taking steps to remove causes of hold-ups for projects;

6.4 Budget formulations, controls and to obtain approval for re appropriation of


funds;

6.5 Approvals of works under contingencies – for works costing up to technical


sanction power of General Manager and below;

6.6 To issue technical and administrative directions to all field units including
standardization of procedures;

6.7 To exercise overall technical and administrative control of all the engineering
personnel within his jurisdiction;

6.8 To decide engineering manpower requirement and its deployment;

6.9 To advise management on all the matters of transfer, promotion and recruitment
and disciplinary proceedings of engineering manpower;

6.10 To arrange training programme and course for engineering personnel;

6.11 To accord T/S and approval of draft NIT as per Delegation of Powers. Beyond his
powers shall submit the case for approval of higher authorities;

6.12 To perform duties and responsibilities as prescribed in works manual and as per
Delegation of Powers.

6.13 Any other duties assigned from time to time by Senior Officers.

6.14 To act as Engineer-in-charge in respect of individual-contract costing more than


Rs. 300.00 Cr and shall also perform the duties and responsibility as defined in
Para 57.2.2.

12
AAI Works Manual

SECTION 7: Executive Director (ED) (Engineering)

7.1 To function as Technical Adviser to the Management;

7.2 Shall function as Head of Department and shall exercise overall technical control
of all the engineering personnel of all field units, airports, Corporate headquarter;

7.3 To take actions for effective implementation of management’s policy, direction


and decision;

7.4 Monitoring the projects, periodic follow-up meeting to review the progress and
taking action to remove causes of hold-ups for projects;

7.5 Budget formulations, controls and re-appropriation of funds;

7.6 Should be responsible for full utilization of funds provided in the approved
budget;

7.7 Approvals of works under contingencies – for works costing more than T/S
Technical sanction power of General Manager;

7.8 To issue technical and administrative directions to all field units including
standardization of procedures;

7.9 To decide engineering manpower requirement and its deployment;

7.10 To advise management on all the matter of transfer, promotion and recruitment
and disciplinary proceedings of engineering manpower;

7.11 To accord T/S and approval of draft NIT as per Delegation of Powers;

7.12 To perform duties and responsibilities as prescribed in Works Manual and


Delegation of Powers [DOP], and Section 57 of this Manual

7.13 To monitor and guide effectively on CTE’s observations and in arbitration


proceedings;

7.14 Should be responsible to issue orders establishing chain of command and control
authorities for all the works for which, tenders are accepted at CHQ.

7.15 Any other duties assigned from time to time by the Competent Authority.

13
AAI Works Manual

CHAPTER-III

WORKS

SECTION 8: Classification of Works

8.1 All works of Airports Authority of India have been classified into following
Categories:-

8.1.1 Capital Works;-


a. Major
b. Minor

8.1.2 Repair and maintenance works.


a. Ordinary/Annual repairs
b. Special Repair Works
8.2 “Capital Works” shall comprise of following :-
a. All new constructions;
b. Replacement of equipments and systems;
c. Purchase for new equipments or systems;
d. Additions and alterations of existing structures, works or system;
e. Strengthening of pavement structures;
f. Augmentation of water supply system, power supply system, air-
conditioning and passenger facilitation system.
The capital works shall increase the value of assets.

8.3 “Minor works” shall be comprising of followings:


Additions to the structure/services to upgrade/modify the use;

Alterations to existing structures to modify its use.


The works considered under this category shall not be costing more than Rs. 100
Lac.

8.4 “Special Repairs” shall comprise of following :-


a. Alterations, large scale repairs or replacement in the existing structures,
pavements and systems to improve utility and to enhance life;
b. Resurfacing of pavements
c. Restoration/improvement of performance level of installations /equipment.
8.5 “Ordinary/Annual Repairs and Maintenance” shall comprise of followings :-

14
AAI Works Manual

8.5.1 Routine maintenance works which are required for up-keep of the structures,
pavements and systems functioning, and in proper condition;

8.5.2 Ordinary repairs and maintenance including surface painting of pavement surface;

8.5.3 Repainting of runway, taxiway and apron marking;

8.5.4 Repairs and maintenance of E&M equipments and installations.

8.5.5 Annual Maintenance Contract (AMC) and Comprehensive Maintenance Contract


(CMC) works for highly specialised works.

There are highly specialised systems owned by AAI which require preventive as well
as break down maintenance during their useful life. Each system has their preventive
maintenance schedule and periodicity. Sometime it may not be possible to carry out
such works departmentally due to non-availability adequate skilled staff. In the case
of AMC contracts, the spare parts required during repairs are to be supplied by the
department while in case of CMC, the responsibility for replacement of part and carry
out necessary repairs remains with the contractor.

15
AAI Works Manual

SECTION 9: Prerequisite Stages for Execution of Works

9.1 Fundamental Prerequisites :

9.1.1 Before execution of any Civil and Electrical work is taken up and liability is
incurred following basic prerequisites should be fulfilled:

a. Accord of Administrative Approval and Expenditure Sanction (A/A&E/S);


b. Accord of Technical Sanction;
c. Approval of Notice Inviting Tenders (N.I.T.);
d. Appropriation and Re-appropriation of funds.

9.1.2 Under normal circumstances no work should be commenced or liability incurred


until Administrative Approval and Expenditure Sanction has been accorded, a
properly detailed estimate with design has been technically sanctioned and
allocation of funds is available in the approved budget or provision of funds by
re-appropriation is approved by the competent authority.

9.2 Exception of works of inescapable urgency:

9.2.1 In case of “Urgency” or “Emergency” the work may be executed in the absence of
any or all the above mentioned formalities.

9.2.2 For “Urgent or Emergent Works”, A/A & E/S issuing authority shall authorise
to commence the execution of such works in anticipation of administrative
approval and expenditure sanction. No prior financial concurrence is required.
However, case for accord of A/A & E/S should be processed at the earliest.

9.2.3 The maximum value of work which can be accepted under this system shall be
Rs. 200 Lac. This power shall be exercised according to the delegation of power
at various levels.

9.2.4 On receipt of such written order of the competent authority in each case, the
Senior Manager/ Assistant General Manager (Engg.), AAI shall proceed to carry
out the necessary work, subject to the condition that, he will immediately inform
the Self Accounting Unit/Regional Accounting Unit concerned, that he is
incurring a liability. The Senior Manager /Assistant General Manager (Engg.) (C/
E) should simultaneously take actions to obtain the administrative approval and
expenditure sanction and accord of technical sanction by the competent
authorities to regularise such liability incurred. Deputy General Manager/Jt.
General Manager / General Manager concerned should be responsible to co-
ordinate all the activities of regularising the required formalities.

9.3 Administrative Approval and Expenditure Sanction:

9.3.1 Formal acceptance of the proposal of a work/project by the competent authority is


termed as “Administrative Approval”. Financial concurrence of the cost of the
project proposal by the competent authority is termed as “Expenditure Sanction”.
For expeditious execution Administrative Approval and Expenditure Sanction
(A/A & E/S) should be accorded simultaneously by the competent authority.

16
AAI Works Manual

9.3.2 Administrative Approval and Expenditure Sanction should be accorded for


original / capital works and special repair works.
9.3.3 A/A & E/S Memo should be issued in standard Performa given in Appendix-1. It
should be issued by the Manager and above.
9.3.4 No separate A/A & E/S is necessary for ARMO works for which “Action Plan”
giving work-wise details is to be prepared and approved by REDs/APDs/Airport
In-charges before the commencement of the financial year. However, for all such
repairs and maintenance works, technical sanction to the detailed estimate should
be accorded by the competent authority and financial concurrence should be
obtained prior to award of work.
9.3.5 Administrative Approval and Expenditure Sanction should be accorded on the
preliminary estimate of the work framed and countersigned by the authority
competent to accord technical sanction to the detailed estimate for the work.
9.3.6 A group of works, which forms one project, should be considered as one work.
The necessity for obtaining A/A & E/S of higher authority to a project which
consists of such a group of works shall be necessary even if the cost of each
particular subhead of work in the project is within the powers of such approval or
sanction of a lower authority. Technical sanction can, however, be accorded to
components or subheads of a project separately and independently by engineering
officers of AAI.
As per guidelines composite A/A & E/S is being issued for all associate works in
a project. However, if multiple A/A & E/S are issued due to avoidable
circumstances and site requirement, then the permissible variation limit of ±10%
of accorded multiple A/A & E/S of a particular project shall not be apportioned
between each other and accordingly savings of one A/A & E/S shall not be
allowed to utilize in another A/A & E/S issued for the same project. Each A/A &
E/S shall be treated as separate. (Amendment TI 35 dtd. 24.01.2020)

9.4 Power to accord Administrative Approval and Expenditure Sanction:


For engineering works/services power for issue of A/A & E/S by various
authorities of AAI should be as per the Delegation of Powers of AAI as amended
from time to time.

9.5 Permissible excess over A/A & E/S:-


9.5.1 If the actual expenditure on a project or scheme, other than statutory increases
and cost escalation within the project cycle time payable as per contract
provisions, does not exceed more than 10% of the amount originally sanctioned,
then there is no need for revised A/A & E/S. In case it exceeds this limit, revised
A/A & E/S should be obtained from the authority competent to approve the cost
so enhanced as per the power delegated in the Delegation of Power. The excess
expenditure over and above the budget provision amount will have to be met by
re-appropriation within the overall approved budget.

9.5.2 Engineer- In-charge shall keep a close watch on expenditure during execution
stage itself. Whenever any excess expenditure over permissible limits of
sanctioned estimate is foreseen, a report of the circumstance, along with tentative
quantities and additional cost, should be submitted to next higher authority as
perceived at that stage, for information to the Competent Authority, whose
sanction shall be required for revised A/A & E/S. The Engineer-In-Charge will

17
AAI Works Manual

adopt following procedure to intimate competent authority for likely increase in


the project cost:

a. To keep a close watch on present and likely expenditure to be incurred for


each subhead and submit a self-contained report indicating financial status
of the project i.e. sanctioned cost and likely completion cost. The report
must also indicate likely deviations, extra and substituted items etc. This
report should be submitted twice by the Project- In-Charge, to the TS
authority, on reaching physical progress of 50% and 85% stage. TS
Authority shall then review the report and initiate timely actions for
apprising the higher authorities, in case revised A/A & E/S is anticipated.

b. If at any stage, Engineer- In-charge notices that the total expenditure of the
project is likely to exceed the permissible limits of sanctioned cost, he
should submit a report along with details on tentative quantities as
perceived at that stage bringing out reasons for deviations, on the Performa
given below, to the next higher authority, for apprising the Competent
Authority / AAI Board for decision”

Abstract of Original and Revised Estimate


Name of work:
(Rate & Amount in Rs)

Subheads of In Original Estimate As per Revised Difference Reasons


PE & items Estimate
of work Qty. Unit Rate Amt. Qty. Unit Rate Amt
.

9.6 Permissible variations in the amounts of subheads of sanctioned A/A & E/S
for multi-disciplinary projects only:

9.6.1 While preparing preliminary estimate for obtaining A/A & E/S all the works
should be grouped discipline/department wise in the respective subhead. For
example, all the civil works in the building including civil services should be
under subhead “Building Works”. Thus, the subheads in the abstract of
preliminary estimate should be as under:

a. Building Works: (All the Civil Works including Civil, Internal & External
Services, Furniture, Furnishings etc.).

b. Electrical Works: (Internal and External Electrical Services, Power Supply


Works, Fire Fighting and Fire Alarm System, HVAC, P.A. System, FID,
EPABX etc.)

18
AAI Works Manual

c. Equipment Works: (Elevators, Escalators, Aero-bridges, X-ray Machines,


Baggage Conveyer, DFMD etc.)

d. Pavement Works: (All Civil Works).

e. GLF Works: (Runway, Taxiway, Apron Edge Lighting, Apron floodlights,


Approach Lights, CCR etc.).

Abstract of preliminary estimate should be prepared as per above sub-


heads.

9.6.2 Any tender which entails overall increase of more than 10 % from approved A/A
& E/S amount shall not be accepted unless revised A/A & E/S is accorded by
competent authority.

9.6.3 No separate approval should be necessary for apportioning funds from one
subhead to another provided variation are within above-mentioned limits.
However, such apportioning of funds should be subject to following conditions:-

a. The Engineer- in-charge shall ensure that overall excess on A/A & E/S
amount shall not exceed 10% of sanctioned amount at any stage of
execution.
b. If no expenditure is incurred in a particular subhead of A/A & E/S (due to
change in requirement), then amount of that subhead cannot be apportioned
to execute another subhead;
c. Saving from one subhead can be utilized for execution of works in another
subhead of work which are contingent to complete the main work required
as per site conditions with the approval of project in-charge.

9.7 Technical Sanction :

9.7.1 After accord of A/A & E/S by the competent authority detailed estimates are
required to be prepared for technical sanction.

9.7.2 Powers to accord technical sanction to detailed estimates should be as per the
Delegation of Power of AAI and as amended from time to time. The powers of
engineering officers of AAI to accord Technical Sanction in respect of revised
estimates are the same as above.

9.7.3 Authority competent to accord technical sanction shall satisfy himself before
accord of such sanction that the proposals are structurally sound and that the
estimate are accurately calculated and prepared based on adequate data. Technical
Sanction Memo should be in the standard Performa given at Appendix–2. After
accord of the technical sanction by the competent authority, a TS Memo for
allotment of no. should be issued.
9.7.4 In normal circumstances, Technical Sanction should be accorded on receipt of
A/A & E/S only. But in exceptional circumstances, it is permissible for the
competent authority to accord Technical Sanction to the works before receipt of
A/A & E/S only to facilitate call of tenders. In Regional Headquarters/ field
stations prior approval of one step higher authority of Technical Sanction and in

19
AAI Works Manual

CHQ prior approval of Member [Planning] shall have to be obtained. Award


letter of contract will only be issued after accord of A/A & E/S. However, such
circumstances should be placed on record in writing. In case of revised estimate,
it is not necessary to wait for the revised A/A & E/S to accord revised Technical
Sanction. However, other conditions as brought out above shall apply.

9.7.5 For Design based tenders and Special E&M equipment Technical Sanction will
be issued after technical bids are opened, technical parameters processed and
finalized. Authority competent to accord technical sanction shall authorize the
concerned officer to invite the tenders and opening of technical bid pending the
technical sanction.

9.7.6 For the procurement of high value equipment / highly specialized works detail
STRs (Specifications and Technical Requirements) should be prepared through
call of expression of interest from the manufacturers / authorized dealers to
identify latest specifications of such items and general terms and conditions
applicable for equipment intended to be procured. The NIT specification / terms
and conditions should be formulated on the basis of study carried out by calling
quotations/tenders for expression of interest for call of tenders.

9.7.7 For critical / special equipment [including imported ones], where the correct rate
etc. is not available, issuance of technical sanction can be accorded after opening
of price bid and acceptance of the equipment, in accordance with the stipulated
specifications.

9.8 Technical Sanction to Components:

It is permissible to accord Technical Sanction to components or small parts of a


sanctioned project subject to following conditions: -

9.8.1 For each such work or component part, there must be fully prepared detailed
estimate and in the A/A & E/S of the whole project there must be a clear and
specific amount corresponding to the work or component part in question.

9.8.2 The amount of the detailed estimate of such component work should not exceed
the amount provided in A/A & E/S. Where this limit exceeds the amount to be
sanctioned within the delegated powers of Technical Sanction of the officer, the
matter should be reported to the authority competent to accord Revised Technical
Sanction of the entire project to obtain his prior approval.

9.8.3 In exceptional cases, where the works are authorized to be taken in hand before
accord of A/A & E/S, Technical Sanction to the components or small parts of the
project should be accorded by the authority competent to accord sanction to the
detailed estimate for the project as a whole.

9.8.4 Splitting up of works in small components as per requirement or for execution of


work in phases for the purposes of according Technical sanction or invitation of
tenders shall be decided by Technical sanctioning authority competent to accord
sanctions to the detailed estimates of the project as a whole. If splitting of work is
inevitable then a complete proposal for all works covered in one sanction (A/A &

20
AAI Works Manual

E/S) for such proposals should be submitted to obtain approval from TS authority
at initial stage. The proposal must indicate full details regarding total number of
proposed packages for call of tender and scope of work under each package.

9.8.5 In case tenders are to be accepted at head quarter, the splitting of components
may be approved by Executive Director (Engg.), CHQ.

9.9 Permissible excess over Technical Sanction :

9.9.1 Excess expenditure up to 10% (ten percent) should be permissible over the
technically sanctioned amount. In such case no revised technical sanction shall be
necessary.

9.10 Revision of Technical Sanction: -

9.10.1 In case the actual expenditure exceeds the original technical sanction by more
than 10% then the revised technical sanction is required and should be accorded
by the competent authority as per DOP for revised T/S.

9.10.2 If at any stage either before or during the construction, it is found that likely
expenditure on work shall be less than 10% of the original Technically
Sanctioned amount due to abandonment of substantial portion of the project or
deviations from the original proposals and designs, then the revised Technical
Sanction should be accorded by the authority who accorded original technical
sanction. However, ED (Engg.) shall have full powers in this regard.

9.11 Approval of Notice Inviting Tender (N.I.T.) :

9.11.1 Notice Inviting Tenders is the complete document comprising of :-

a. Draft of Press Tender Notice;


b. N.I.T. with instructions, to bidders;
c. General Rules and Directions;
d. Conditions and clauses of contract;
e. AAI Safety Code;
f. Model Rules for the Workers;
g. Contractor’s Labour Regulations;
h. Performas of Records and Registers;
i. Special Conditions of Contract, if any;
j. Technical Specification of Items, if any;
k. Particular Specification for Civil Works, if any;
l. Particular Specification for Electrical Works, if any;
m. List of approved makes, if any;
n. Sketch of Cement Godown;
o. Drawings;
p. Bill of Quantities;
q. Any other documents/details considered appropriate by the NIT approving
authority.

21
AAI Works Manual

Draft N.I.T. documents should be page numbered and indexed. Total number of
pages should be mentioned and certified on the front page of Draft NIT. All the
correction, cutting or overwriting should be initialed wherever applicable.

9.11.2 Brief Tender Notice:

a. Press NIT shall only be issued for works with estimated cost more than Rs.
1.00 Cores, however, E-bidding shall be resorted to for all the tenders
irrespective of the cost. Brief Press Tender Notice should be drafted and
sent for publication as indicated at Appendix-3A to Appendix-3C as
applicable depending upon value of work. Draft detailed tender notices
have been given in Appendix-4A to Appendix-4C for display on AAI
website. Tender notice may be adopted on the basis of value of work for
which tenders are being called. For E&M, HVAC, Aerobridges and
specialized works eligibility criteria, works experiences etc., be suitably
modified and should be approved by NIT approving authority.

b. The eligibility criteria for call of tender have been indicated in above
appendix in detail. The criteria of prequalification need not be changed
under normal conditions. However, in the case of highly specialized work
the modified eligibility criteria may be got approved from authority one
higher than NIT approving authority.

c. Notice Inviting application for short listing of contractors for global tenders
should be given in standard format given at Appendix- 5 and check list
format to be submitted by applicants along with application for tender is at
Annexure-A of this appendix.

9.12 Short listing of contractors for the works pending A/A&E/S and Technical
Sanction (T/S)

9.12.1 For urgent / operationally urgent works, in anticipation of A/A&E/S, to save time,
press notice for pre-qualification of agencies may be released, based on
preliminary estimate pending issue of A/A&E/S and T/S with the approval of
Chairman.

9.12.2 Where prequalification of agencies are required, to save time, press notice may be
released based on preliminary estimate after issue of A/A&E/S but pending issue
of T/S with the approval of Member (Planning).

9.12.3 It should be ensured that tender fee has been deposited by the agency before the
issue of tender document.

9.12.4 In order to have transparency, the firms which are not short listed for issue of
tender papers, should be intimated with the reasons for rejection of their
application.

9.12.5 Authority competent to accord technical sanction shall approve the Draft NIT
after Technical Sanction to the detailed estimate is accorded. Once the technical
sanction is accorded on the details so worked out, no changes whatsoever should

22
AAI Works Manual

be allowed in NIT. In the event such changes are inevitable, the same should be
brought to the notice of technical sanctioning authority for his approval. The
items and quantities contained in technical sanction and BOQ should be identical,
Approving authority shall examine the Draft NIT document thoroughly and
satisfy himself about relevancy, adequacy and correctness of each provision,
clauses, nomenclature and specifications of items etc. before approving. After
approval, the Draft NIT should be sealed before sending it to the authority
responsible for calling tenders/offers.

In case of any clarifications, the approving authority may seek necessary


clarifications from the legal department before approving the draft NIT.

9.12.6 Once N.I.T. is approved no additions to, deletion from, corrections or


modifications etc. should be made without prior approval of the approving
authority.

9.13 Appropriations and Re-appropriations:

9.13.1 Appropriation means assignment of funds to meet specified expenditure. Re-


appropriation means the transfer of funds from one head to another such head. No
expenditure on a work should be incurred without funds having been allotted for
it by appropriation or re-appropriation. In exceptional and emergent cases
Member (Planning) can authorize expenditure on works in anticipation of the
allotment of funds or in excess of the funds allotted for the purpose, but such
authorization must be regularized subsequently by a formal allotment of funds to
the extent required as per provision of DOP.

9.13.2 Allotment of funds either through approved budget or by re-appropriation is


meant to cover all the charges of current financial year including the liabilities of
the past years to be paid during the current year. It is operative until the close of
the financial year. Any unspent balance of allotted fund at the end of financial
year lapses and is not available for utilization in the following year.

9.13.3 An appropriation or re-appropriation can be authorized at any time before, but not
after the expiry of the financial year.

9.14 Power of Appropriation and Re-appropriation:

Powers to appropriate or re-appropriate of funds should be as per the Delegation


of Powers of AAI.

23
AAI Works Manual

SECTION 10: Preparation of Estimates


10.1 Preliminary Estimate of Building Works
10.1.1 Preliminary Estimates for capital works should be prepared for obtaining A/A &
E/S of the competent authority. Preliminary estimate gives an approximate value
of the cost involved in the proposal. For all building works preliminary estimate
should be prepared on the basis of plinth area. The preliminary estimate for A/A
& E/S will include expected escalation for the period of completion of the project.
10.2 Methodology and steps for preparation of Preliminary Estimate:
10.2.1 Major Building Works with associated services being finalised at Corporate Head
Quarter
(Amended as per TC No. 9/2018 dtd. 05.12.2018)
Dealing with timely Completion and Commissioning of the Project.
i. The drawings and scope of work of major projects involving multiple
directorates be finalized based on a ground based assessment meeting of all
the stake holders’ viz. CNS, Operations, Planning, Engineering, ATM, APD
and Airlines etc. Further, the drawing & scope of work should include
existing features, proposed changes / re-alignment and associated works to
be carried out for successful implementation of Project.
ii. Project team should execute all associated work of the main project to avoid
any delay for commissioning of the Project.
iii. The Technical Specifications of a Project once approved should not be
changed during implementation without specified reasons to avoid the cost
and time overrun of the Project.
a. Requirements of user agencies and all the concerned directorates of AAI
should be finalised and scope of works should be formulated by the user
department/ED (Planning) in specified format as applicable after due
consultation, field inspection and obstruction surveys etc. The draft scope of
work should be circulated to all concerned Directorates involved in
planning and execution of different packages of the Project before approval
by competent authority and to be forwarded to Directorate of Planning who
will act as a Nodal Directorate to examine the site / location, other
operational factors and to obtain approval of competent authority i.e.
Member (Planning).
b. After obtaining approval of Member (Planning) for the scope of work, the
scope of work once approved shall stand frozen and shall not be changed
without obtaining prior clearance of the authority according A/A & E/S to
the work.
c. Copies of approved scope of work shall then be sent to concerned
Architectural Wing/Architect and Engineering Directorate. Thereafter,
Architectural Wing shall prepare preliminary drawings in accordance with
the approved standards and requirements already circulated for ATC tower
cum Technical block and Fire Station/ E&M workshop and send the copies
to user department. . The user department shall examine the drawings in
consultation with all the associated user agencies and concerned
Directorates of AAI. Comments/ observations should be sent to
Architectural Wing/Architect who shall then finalise the preliminary
architectural drawings and obtain approval of competent authority after
incorporating useful suggestions of user departments. The finalised
drawings shall then be put up for approval to the Approving Committee for
formal clearance of the scheme. User Department/ED (Planning) should be
the co-ordinator.
24
AAI Works Manual

d. While planning for Terminal Building, the scope of work is to be prepared


by ARA (Planning) in co-ordination with Architectural Directorate. Scope
of work is to be recommended by all concerned HODs in a time bound
manner, before the same is put up for the approval of competent authority.
Thereafter necessary preliminary drawings shall be prepared by
Architectural directorate. ED (Plg) /Planning Directorate shall act as nodal
officer.
e. Project-in charge will interact with end-user, Airport-in- charge/Controller
and Department of Planning at construction stage
Approving Committee shall comprise of Chairperson, Member (Planning),
Member (Operations), Member (Finance), ED (Eng.), ED (Arch), ED
(Planning), ED (CNS) Planning, ED (Operations)/ ED (ATM). Drawing
once approved by the Committee shall stand frozen and no modification
should be carried out without prior approval of Member (Planning). User
Department / ED (Planning) shall sign the drawings in token of approval of
the committee. NOC, if required, should be obtained by Planning
Directorate from the NOC cell of Operational Directorate. Copies of
approved drawings shall then be sent by user Department/Planning
Directorate to Engineering Directorate, Regional Executive Director
/Airport Director and concerned Airport in-charge.
f. If approval of Local Body is required, then the same should be processed
and obtained by Architectural wing/Architect in co-ordination with Airport
in-charge. No work should be commenced without approval of the local
body, if so required.
g. On receipt of approved Layout Plan (LOP) and preliminary architectural
drawings preliminary estimate should be prepared by Directorate of
Engineering to obtain A/A&E/S from Competent Authority.
h. The preliminary estimate should be prepared on plinth area basis adopting
current plinth area rates being followed in CPWD duly enhanced by
prevailing cost index worked out with prevailing rates of labour and
materials. In case, rates are given by consultants, these rates are to be
verified independently by concerned Senior Manager while scrutinising the
estimate. Provisions for services like sanitary, water supply, drainage,
electrical installation and site development etc. should be made on the basis
of percentage of the cost of building, as considered reasonable, based on
specifications to be adopted. For superior specifications extra cost should be
worked out based on prevailing rates and provided for separately. For the
items including E&M Services which are not covered in CPWD plinth area
rates, estimated cost based on budgetary offer/prevailing rates of labours
and materials for items of work involved, should be worked out and
provided.
i. In case of rates based on market rates quotations must invariably be
collected while making analysis of rate during preparation of estimates as
well as at the time of preparation of justification statement. Suitable
provisions for consultancy services if required must be made in PE. In
some of the projects shifting of existing services like power distribution
lines, cable, drains or demolition of existing structure may be required
before taking up construction; suitable provisions for the same may be kept
in the estimate.

25
AAI Works Manual

j. If cost index for specific station is not published by CPWD, for such
locations cost index shall be derived on the basis of Performa given at
Appendix-6. Please note that rates as far as practicable should be
considered for bulk quantities. Efforts shall be made to follow cost index
issued by CPWD from time to time for different stations or nearby station.
Once cost index has been calculated by AAI officers on the basis of
Appendix -6 and rate of materials &l labour at the specific station, then
same rates of labour/material must be adopted for calculating rates for non
DSR items in the same agreement.
k. No cost index should be added on the items, which are based on lump sum
provision or are estimated based on the prevailing market rates.
l. Preliminary estimate should be prepared on the basis of anticipatory cost
index, in respect of works where anticipated time from submission of the
Preliminary Estimate to completion of the work is more than two years.
Anticipatory cost index shall be considered @ 6.5% per annum for the
period in excess of two years.
10.2.2 Building works with associated services being finalised at Regional
levels
a. Procedures described in above Section should be followed except that GM
(Aerodrome) /Jt.GM (Aerodrome) or any other officer authorized by the
Regional Executive Director or Airport Director should be the co-ordinating
authority for finalising the scope of work. Regional Executive Director or
Airport Director shall approve the scope of work and also approve the
preliminary architectural drawings in consultation with architects, regional
engineers and user directorates. Regional Executive Director/Airport
Director may seek approval of Member (Planning), if considered necessary.
b. Before approving any new structure Regional Executive Director and
Airport Director shall ensure that the proposed structure is in conformity
with the Master Plan.
c. Large scale additions, alterations and modifications to the existing
structures are required to be examined in detail by CHQ with reference to
its conformity to the future plan, architectural and structural compatibility.
Therefore, Regional Executive Director and Airport Director shall ensure
that the project involving large scale additions, alterations and
modifications to the existing structures of the Airport Complex are not
approved without taking prior approval from the Planning Directorate of
CHQ.
10.3 Rules for working out Plinth Area from Plans :

Following rules should be followed in order to ensure the adoption of a uniform


method of working out plinth areas. These are based on the fundamental principle
that the plinth area of a building should represent the covered floor area. These
rules are general in nature and should be considered as guideline only:
General
a. The total plinth area of a building should be the sum total of the plinth areas
at every floor including the basement.
b. Internal sanitary shaft shall not be included in the plinth area in the case of
residential building at any floor level.

26
AAI Works Manual

c. In case of non-residential buildings, internal shaft for sanitary installations,


air-conditioning duct, lights etc. should be included in the plinth area at all
floor levels.
d. The area of Mumty at terrace level shall not be included in the plinth area.
If a Barsati is provided jointly with Mumty, then the area of the Barsati
excluding the Mumty at the terrace level should be included in the plinth
area.
e. Towers, turrets, domes projecting above the terrace shall not be included in
the plinth area at terrace level, but its cost should be worked out separately.
Plinth Area of Ground Floor
The plinth area of the ground floor should be calculated at the plinth level
excluding the plinth off-sets provided such plinth off-sets are not more than 5
Cm. In cases where the building consists of columns projecting beyond cladding,
the plinth area should be taken up to the external face of the cladding and shall
not include the projections of the columns.

On the other hand, if open Verandas with parapets are provided at the ground
floor projecting out of the building the full area should be taken up to the outer
line of the external Veranda lintel and only 50% of the area should be taken for
the unprotected Veranda. Open platforms (i.e. platforms without parapets) and
terrace at ground floor and porches shall not be included in the plinth area but
should be allowed for separately for costing purpose.

Plinth area at First and Higher Floors:

The plinth area of first and higher floors should be calculated at the relevant floor
levels. Architectural bands, cornices etc. shall not be included in the plinth area
even though they may occur at the floor level. Vertical sun breakers or box
louvers projecting out also shall not be included in plinth area.

In the case of projecting balconies protected to their full width by sunshades, full
width roof projection, or by upper balconies, their full area should be included in
the plinth area. In the case of unprotected balconies equivalent area to the extent
of 50% of the area of the balconies should be included in the plinth area.

Galleries, Mezzanine Floors, Lofts

a. Area of galleries i.e. upper floor of seats in an assembly hall, terminal


building, auditorium, theatre etc. should be fully included in the plinth area.
b. Area of mezzanine floor i.e. intermediate floor introduced between two
main floors should be included in the plinth area, if no separate provision is
made for the same.
c. The area of a loft i.e. an intermediate slab just beneath the floor or roof
without any direct staircase leading to it and used for storage purpose shall
not be included in the plinth area.

10.4 Preliminary Estimate of Pavement Works

10.4.1 Scope of work shall first be decided and approved as described in above Para.

10.4.2 Preliminary estimate of pavement works should be prepared based on similar


work executed in the recent past and so far as possible on the basis of detailed
27
AAI Works Manual

estimate of actual quantities of item of the work to be executed in consultation


with Department of Structure.

10.4.3 Before processing any proposal to resurface or to strengthen the existing


pavement of runways, taxiway, apron etc. and preparing estimates thereof at
Corporate Headquarters, thorough site inspection of existing pavement condition,
existing pavement structure, drainage system, requirement of development of
basic strip/ runway strip, etc. shall be carried out by a team comprising of officers
from Engineering (Civil, Structure & Electrical), planning and other related
directorates before deciding the necessity and scope of such works.

10.4.4 Determination of PCN value for airfield pavement shall be undertaken by


Department of Engineering (Structure). The approving authority for such PCN
value shall be ED (Engg.) having charge of department of Engineering
(Structure). For pavements more than 5 years old, evaluation of PCN value shall
be done by HFWD. In exceptional case where the strength / quality of airfield
pavement is in doubt and needs check, non-destructive field test could be done
earlier. For pavement less than 5 years old, assignments of PCN value shall be
based on reverse design method / FAA advisory circular.

Determination of PCN value for the work of re-surfacing and / or strengthening


of pavement shall be carried out after completion of work.

10.4.5 In general Determination of in-situ PCN values of runway, taxiway and apron for
each active airport shall be carried out at the time interval of 3 to 7 years
depending upon the condition of pavement and value obtained there of shall be
reported for operational purpose.

10.4.6 The runway friction test for the measurement of co-efficient of runway friction of
all the active airports should be carried out once in six months.

10.4.7 Provision for expenditure to undertake determination of pavement characteristics


in accordance to above sections shall be made by each region in the Budget.

10.4.8 Rates of the items should be worked out based on prevailing local market rates of
labours and materials with norms of Standard Analysis of Rates for airfield
pavement works, Ministry of Road Transport & Highways (MORTH) or recently
accepted tender rates of similar items in the locality. In case, rates are given by
consultants, these rates are to be verified independently by concerned Senior
Manager while scrutinising the estimate.

Note 1:

Site and soil particulars should be furnished by field engineers in Performa


provided at Appendix-7. For preparation of estimate for works of pavement, a
check list has been provided at Appendix-8, similarly L-section of
runway/pavement may be checked as per Appendix-9. For preparation of
preliminary estimate for building check list give at Appendix-10 should be
considered.

Note 2:

28
AAI Works Manual

While finalising the estimate all aspects involving operations, technical, site
conditions and other user requirement should be properly considered and
incorporated.
(Amended vide TI No. 07 dtd. 21.12.2018)
AAI has to follow the criteria designating / developing any township / residential
colonies as ‘Mini Smart Cities’. In whenever any Scope of Work is issued by
Arch / Planning Dte. for any township / residential colonies, essential feature are
to be incorporated, depending upon the scale of project to enable other
Directorates to frame the estimate accordingly.
i. Assured electricity supply with at least 10% of the township energy
requirement coming from solar.
ii. Adequate water supply including waste water recycling and storm water
reuse
iii. Sanitation including solid waste management
iv. Rain water harvesting
v. Smart metering
vi. Robust IT connectivity and digitalization, Cashless transaction, Digital
security arrangements
vii. Application of Smart Solutions to infrastructure and service & to improve
their delivery and make them cost effective.
viii. Pedestrian friendly pathways. Encouragement to non-motorized transport
(e.g. walking and cycling)/ Environment friendly Transport system
ix. Intelligent traffic management
x. Non-vehicle streets / zones
xi. Smart parking facility
xii. Energy efficient street lighting
xiii. Innovative use of open spaces
xiv. Visible improvement in the area (underground wiring, encroachment free
public areas and ensuring safety of citizens especially children, women
and elderly)
xv. At least 80% buildings should be energy efficient and green buildings.

10.5 Detailed Estimate:


10.5.1 Availability of site is pre-requisite for planning and designing of work. The
preparation of detailed estimate, drawings and design should be taken up after
obtaining the assurance from the Airport In-charge that land is available without
any encumbrance or litigation.
10.5.2 In case shifting of services laid by local authorities for water / electrical line /
Sewer line and dismantling of temporary structure are required before starting of
the work, the cost of shifting of services and dismantling such structure should
also be included in preliminary as well as detailed estimate. The time required for
executing such infrastructure work may also be considered while assessing total
completion time of the project.
10.5.3 After accord of A/A & E/S detailed designs and drawings should be prepared by
the Directorate/Authority indicated below:

i. Detailed architectural design and Architectural Wing/ Architect


drawings appointed
ii. Detailed structural design and Structural Design Wing/ Consultant
drawings appointed.
iii. Pavement structural design and Department of Structure CHQ of
drawings AAI or consultant appointed.

29
AAI Works Manual

iv Proof checking of structural design. a. Proof checking of structural


design shall be got done only
from Indian Institute of
Technology, National Institute of
Technology for works costing
more than Rs. 5 Cr.
b. Proof checking for the works
costing less than Rs. 5.00 Cr. can
be got done from any reputed
Govt. Engg. Colleges.

Note:
Design of new runway/taxiway/apron pavement structure, strengthening or
resurfacing of existing runway/taxiway/apron pavements should be got approved
from the concerned ED (Engg.) irrespective of the cost of the project in
consultation with department of structure.
.
10.5.4 Detailed estimate of the component/subhead of preliminary estimate having
highest value should be prepared by the engineering authority competent to accord
technical sanction up to that value as per the Delegation of Powers. For other
subhead of works of lesser value he shall decide and direct other authorities, if felt
necessary, to prepare detailed estimate of each such component and to accord
technical sanction accordingly.

10.5.5 Detailed estimate should be comprehensive duly supported by complete


details and based on drawings and calculation of design. Estimate should be
prepared under following subheads :-

30
AAI Works Manual

i. History Particulars relating to the initiation of and reasons


leading up to the proposal and its general purpose
including reference to previous correspondence,
documents, where necessary.
ii. Design A description of the original proposal and the finally
adopted particularly with regard to location, design and
also with reference to specifications, calculations and
drawings, where necessary.
iii Scope An explicit statement as to what work is and is not
covered by the estimate, also a reference to what
arrangement are being made for any portions which are
not included in the estimate.
iv Rates Particulars as to how the rates have been arrived at
giving reference to the standard schedule of rates and
also to the details accompanying the estimates, where
necessary, with any special explanation connected
therewith.
v Cost Cost of the work and a comparison with the
corresponding amount provided in A/A & E/S.
vi Method The method proposed for carrying out the work whether
by item rate, percentage rate or lump sum contract
tender etc.
vii Establishment Details of any provision made in the estimate for work
charged establishment, if necessary.
viii T&P Details of the provision that has been made for any
construction tools and plants etc.
ix Land Availability of land or otherwise.
x Time Estimated period of construction after award of work.
For preparation of detailed estimate rates for the items should be adopted as
under:
i. Items available CPWD Schedule of Rates duly enhanced by prevailing
in current cost index of the locality. The cost index be worked out
CPWD based on current rates of labour and material adopting
Schedule of standard CPWD Norms.
Rates :
ii. Items not Rate to be analysed based on current rates of materials
available in and labours with standard coefficients or observed
CPWD coefficients of use with 1% water charge and
schedule of 15%contractor’s profit.
rates:
10.5.6 The quotations received from the market should be valid on the date of
finalization of estimated/justified cost. The market rates for materials/components
should be obtained from 2/3 manufacturers/authorized dealers. The quantity
discount available from manufacturer/dealer on the basis of likely estimated
quantity must be considered. In case of cement, quotations should be obtained
from at least two manufacturers / authorized dealers before incorporating the rates
in estimated / justified cost. The preferred make and item code of
material/components must be indicated for electrical/mechanical/electronic items
while calling quotations for such items at the time of preparation of justification
statement.
31
AAI Works Manual

10.5.7 While forwarding the detailed estimate for technical sanction, following
information should invariably be furnished: -
a. Necessary details in support of the lump sum provision against cost of
works made in the estimate, if any;
b. Basis on which the rates have been provided, i.e. name of schedule of rates
adopted etc.;
c. Calculations of cost index duly supported by prevailing cost at site of
material and labour (As per Performa issued from CPWD) Appendix 6;
d. In case, rates are given by consultants, these rates are to be verified
independently by concerned Senior Manager while scrutinising the
estimate.
e. A brief note on the special construction difficulties, if any that are likely to
be encountered during the project construction stage and provision made
for them in the estimate.
10.5.8 Respective engineering official as per TS power and architect shall ensure proper
checking of preliminary and detailed estimate, drawings, analysis of rates and
justification statement submitted by consultant for sufficiency and adequacy of
estimate and rates adopted thereof, while submitting proposal for A/A & E/S and
technical sanction from the competent authority in the manner detailed below:
a. Verify and check for valid quotations from manufacturers/suppliers/vendors
for materials and items in the estimate.
b. Analysis of Rates and Justifications for item is appropriately loaded with
the applicable components pertaining to CP & OH, statutory provisions,
taxes and levies etc., to arrive at realistic rate.
c. Technical Instructions, issued by AAI after date of issue of WM from time
to time, are duly incorporated and kept in mind in preparation of estimate
and item specifications.
d. Analysis of rates submitted by consultants must be appropriately checked
with reference to Standard Analysis of Rates / CPWD Analysis of Rates /
analysis of Rates of MORTH, as applicable before submitting the estimate
for technical sanction.
e. The estimated quantities should be carefully prepared after checking detail
of measurements to avoid large scale deviation.
f. The specifications of items covered in the BOQ should be complete and in
conformity with the technical parameters and functional requirements of
work.
g. The specifications of manufactured items should be finalized carefully so
that there are more than 3 manufactures having products of similar
specifications in their regular manufacturing range.
10.5.9 Checking of preliminary estimate and detailed estimate shall be the responsibility
of Assistant Manager / Manager. However Senior Manager shall be overall
responsible for finalization of preliminary and detailed estimate as per duties
defined for each officer under chapter 2 of this Works Manual.
10.5.10 Use of glass and its specification has to be selected carefully considering human
safety. In this regard Engineer-In-Charge responsible for preparation of detailed
estimate shall refer “Guidelines on use of glass in buildings – human safety” by
referring to CCPS website www.ccpsindia.com. For selection of glass to be used
on Apron & city side façade, officer must refer BCAS requirements.
10.5.11 Followings must be considered before preparation of drawings for sewerage/
drainage pipe lines and accordingly provisions may be kept in estimates.

32
AAI Works Manual

a. Design for laying of sewerage and drainage pipes shall be carried out to take care of
aircraft load for such crossings in accordance with Chapter – VII of “Aerodrome
Design Manual Part 3 – Pavements” published by ICAO in consultation with
department of structure.
b. Option for diversion/rerouting of pipes beyond the runway extremity, to avoid
crossing/below the ground level may be explored.
c. If diversion/rerouting are not feasible or advisable and pipes have to cross
runway/taxiway, suitable box culvert/tunnel be provided. Such subsurface structures
may be designed carefully to take aircraft design load. Due allowance should be made
to cater for aircrafts likely to use the facilities in near future, as per Master Plan.
d. Wherever crossing of services across runway occurs, input from State Government
officials may be obtained but independent examination by AAI engineers with regard
to design is essential.
e. The drains must be designed on the basis of metrological data available at airport and
catchment area catered and accordingly drawings must be prepared.
f. The condition for providing elegant Direction Board, Work in Progress shall be
required in case of repair works (road works, pipe line diversion works etc. ) for
operational requirements.
10.5.12 Design engineers may consider use of fly ash in RCC structures, embankments &
fly ash bricks wherever economically viable at the design stage itself.
10.5.13 Completion time for the project must be decided after considering rainy period (in
number of days). The progress during rainy days will be considered 50% of
progress on normal working days. The period considered for rains should be
indicated specifically in the NIT.

10.5.14 Soil investigation for building works shall be carried out as per Appendix-11A
which provides specifications for carrying out soil investigation for building
works. The agency appointed for soil investigation shall submit the soil
investigation report for new building works on the format provided at Appendix-
11B
10.5.15 Soil investigation for airfield pavements works shall be carried out as per
Appendix-12A which provides specifications for carrying out soil investigation.
The agency appointed for soil investigation shall submit the soil investigation
report for new airfield pavement works in the format provided at Appendix-12B.
10.5.16 Results of soil investigation report must be examined carefully in consultation
with department of structure, while designing the structure and preparation of
detailed estimate.

10.5.17 Place of excavation of earth and place of disposal of excess earth should be
specifically mentioned in the detailed estimate and NIT for the work of filling and
cutting of earth respectively.
10.6 Special provisions to be made in estimates:
(Amended vide TI No. 12 dtd. 01.04.2019)
1. Ministry of Environment, Forest and Climate Change, Government of India has issued
guidelines vide their officer memorandum F.NO.22-65/2017-IA.III dated 1st May 2018
for allocation of fund for Corporate Environment Responsibility (CER) in various
Greenfield and Brownfield Projects to have a better sustainable development.

33
AAI Works Manual

2. The fund allocation shall be of the maximum percentage of projects as prescribed below
for different cases:-
S.No. Capital Investment / Greenfield Project - % Brownfield Project -
Additional Capital Investment of Capital Investment % of Additional
(in Rs.) Capital Investment
1 ≤100 Crores 2.0% 1.0%
2 >100 Crores to ≤ 500 Crores 1.5% 0.75%
3 >500 Crores to ≤ 1000 Crores 1.0% 0.50%
4 From 1000 Crores to ≤ 10000 0.5% 0.25%
Crores
5 >10000 Crores 0.25% 0.125%
3. As per above referred office memorandum, it is mandatory to incorporate the fund for
Corporate Environment Responsibility (CER) in addition to cost envisaged for the
implementation of EIA / EMP while designating & preparing any estimate related to
greenfield & Brownfield Projects.
4. Accordingly, the component for CER shall be included in the Cost Estimate prepared for
accord of A/A & E/S. The provision of CER component shall be the percentage of the
total cost of the Project (excluding GST & Contingency) calculated for execution of
work as illustrated below:
S.No. Description Component
1 Estimated Cost of Project (without GST but ‘X’
inclusive of component of operational area /
remote area work and labour cess)
2 Component of CER (% of ‘X’ as applicable) ‘Y’
3 Total (‘X ‘+ ‘Y’) ‘Z’
4 Add GST (as applicable) ‘A’
5 Total (‘Z’ + ‘A’) ‘B’
6 Add Contingency (% as applicable) ‘C’
7 Grand Total (Cost of the Project) (‘B’ + ‘C’) ‘D’
5. CER schemes shall be approved by concern Executive Director Engg. / RED / APD
Grade-I.
6. For ongoing projects wherein fund could not be kept for CER in original approvals, the
same can be booked from available contingency / saving of the projects.
7. Projects-in-Charge shall maintain proper records for such CER works for monitoring and
compliance to MoEF & other authorities.
10.6.1 In preliminary estimate and detailed estimates following special provisions
should be made whenever applicable: -
i If the work is to be Preliminary estimate – 5% on the amount
executed within the of the estimate.
operational area involving Detailed estimate – 5% on the amount of
restricted working time and the estimate.
restricted movement. Over the cost of component of works to
be executed in operational area under
restricted working conditions.
Ii If the work is to be Preliminary estimate – 2% on the amount
executed within the of the estimate.
operational building Detailed estimate – 2% on the amount of
involving restricted working the estimate.
time and restricted Over the cost of component of works to
movement. be executed in operational building under
restricted working conditions.
34
AAI Works Manual

iii If the work is to be executed Preliminary estimate – 5% on the amount


in the remote/disturbed areas of the estimate.
(Declared by competent Detailed estimate – 5% on the amount of
authority as perceived from the estimate.
time to time). Present list of
such places has been
provided at Appendix - 13
iv Contingency 3% on the cost of estimate
v Amended on dt. 26.03.18 1/8th (12.5%) extra Component of labour
(New Para V to be added) cost for works being executed in North-
East Region.
a. Above factors under section 10.6.1 (i) to (iii) and any other factors, which
are not covered under standard Analysis of Rates required as per NIT/site
condition (influencing the execution) should be accounted for in working
out analysis of rates of items for justification of tenders.
Amended on dt. 26.03.18
Above factors under section 10.6.1 (i) to (iii) and any other factors, which
are not covered under standard Analysis of Rates required as per NIT/ site
condition (influencing the execution) should be accounted for in working out
analysis of rates of items for justification of tenders along with provisions
as per para 37.4.6 of Works Manual.
b. The effect of GST and Labour Cess are to be added in the preliminary
estimate at the time of submission of P.E.
c. Contingency provisions are meant to meet the expenses of press
advertisements, press tender notices, minor works arising due to site
conditions and contingent to main work for its completion. This provision
shall also be utilised to meet expenses in project work like construction of
temporary site office, site laboratory, site stores room/godown, providing
furniture for field offices/work places, project stationery, type writer,
photocopiers, computers, telephones, cell phones, printing/typing charges,
engaging temporary workers/manpower for project jobs and vehicle
purchase or hire charges and P.O.L. expenses etc. Procurement of items
such as Telephone, cell phone, computer, Photocopier etc. should be
governed by the policy of AAI and approval of competent authority,
accordingly.
d. For the projects where technical sanction has been accorded by SM/AGM,
these officers shall have full powers to sanction expenditure on contingency
work subject to maximum as per DOP. For expenditure beyond this limit he
will obtain prior approval of next higher authority provided funds are
available under contingencies head.
e. For the projects where technical sanction has been accorded by
DGM/Jt.GM, these officers shall have full powers to sanction expenditure
on contingency work subject to maximum of Rs 5 Lac/ Rs 10 Lac
respectively. For expenditure beyond this limit he will obtain prior approval
of next higher authority provided funds are available under contingencies
head.
f. The expenditure on contingency shall be approved by the authority as per
delegation of powers applicable time to time.
g. For the projects where technical sanction has been accorded by GM,
officers shall have full powers to sanction expenditure on contingency work
subject to maximum of Rs 20 Lac. For expenditure beyond this limit he will
obtain prior approval of next higher authority provided funds are available
under contingencies head.
35
AAI Works Manual

h. In projects where GM is the project in-charge and ED is posted outside


Municipal limits of project site, GM may exercise powers to utilize
provisions under contingencies (being executed by him under each sub head
independently) under intimation to ED concerned subject to maximum of
Rs. 20 Lac.
10.7 Revised Estimate:
When any excess over permissible limits of sanctioned estimate is foreseen and
unavoidable delay in preparation of revised estimate is anticipated, an immediate
report of the circumstance should be made to the authority whose sanction will
ultimately be required for accord of approval in principle. Revised estimate
should be submitted in the Performa given in Appendix-14.
10.8 Repair Estimate for Works:
10.8.1 The Senior Assistant /Sr. Superintendent. /Junior Executive/ Assistant Manager/
Manager (Engg) (C/E) should physically inspect all buildings/ installation where
annual repair needs to be carried out. Senior Manager/ AGM (Engg) (C/E) should
counter check / verify the estimate.
10.8.2 The repair estimate for various works should be prepared and sanctioned
separately for each of the following categories of assets:
a. Residential buildings in groups of different types of buildings.
b. Technical buildings excluding hangars.
c. Hangars.
d. Runway, Taxi Tracks, aprons, side strips and drains in operational area.
e. Roads, external services, gardening, drains (outside operational area) etc.
f. Night landing facilities, VASI/PAPI and other electrical installations.
10.8.3 Repair estimate should be checked by Assistant Manager /Manager (Engg.) and
Senior Manager/Assistant General Manager (Engg.) to the extent of 100% and
50% respectively. It should be ensured that there is no duplication or in fructuous
expenditure in case of annual and special repairs.
10.9 Guideline for preparation of maintenance estimate for Horticulture work
The following norms shall be followed for preparation of maintenance estimates
for various horticulture works in AAI
10.9.1 Manpower
a. Maintenance of lawn –One Mali for 1.00 acre
b. Maintenance of hedge – One Mali for 12000 running ft.
c. Mowing of lawn - One Mali for 12 acres
d. Trees:
 One Mali for 250 Nos. of trees up to 4 years old
 One Mali for 300 Nos. trees between 4-8 years old
 One Mali for 1200 Nos. of trees beyond 8 years old
 One Mali for 500 Nos. shrubs plants
 One Mali for 250 Nos. displayed foliage potted plants
 Labour /Beldar – 18 Nos. per acre for seasonal work.
10.9.2 Manure, Fertilizers, Good Earth
a. Sludge manure/Cow dung manure - 12 cum per acre.
b. Good earth - 12 cum per acre.
c. For Road side plantations Sludge - 5 cum for 100 trees manure/cow dung
manure 5 cum for 1200 shrubs.
d. Fertilizers:
- Urea - 100 kg per acre
- DAP - 100 kg per acre
36
AAI Works Manual

SECTION 11: Execution of Works


(Amended vide TC No. 10/2018 dtd 05.12.2018)
Expediting CAPEX Goal in a Time Bound Manner.
Further, in order to improve and streamline the Engineering working, it is decided
that Electrical units at CHQ and RHQs shall also process the composite (Civil &
Electrical) work alternatively, from A/A & E/
S stage to award stage and handle the file till completion of work to get well
acquainted with processing of Board note, IRR, DRC, Arbitration, Escalation etc.
in true spirit to familiarize with all the aspects of Engineering working.
Accordingly, all concerned are advised to allot the Project to Civil and Electrical
unit alternatively to expedite the CAPEX goal in a time bound manner.
11.1 Preliminary
11.1.1 It should be ensured that no work is taken in hand without proper technical
sanction except for design based tenders wherein system design and preparation
of Detail Estimate is included in the scope of work. After accord of technical
sanction to the detailed estimate, action should be taken immediately for taking
over the possession of land /work site required for the construction work. Action
is also to be taken expeditiously for approval of draft Notice Inviting Tenders and
publication of Press Tender Notice including release on NIC SPP Portal AAI
Website. Where the project includes works like electrical, air-conditioning,
equipment procurement and installation of navigational aids etc., concerned
Units/ Directorates in respect of these works should be immediately informed
along with the copies of the A/A & E/S, approved preliminary estimate, and
related portions of the detailed estimates. Simultaneously, copies of the
drawings/plans should be furnished to these units for further action on these sub
heads.
11.1.2 If external services i.e. roads, drains, water supply mains, sewerages, electricity
supply (main) are to be provided by local Municipal Authorities or Electricity
Boards etc. then the concerned Engineer-in-Charge of the project shall coordinate
with these agencies expeditiously so that these services are available
simultaneously with the completion of the project.
11.2 Scope of Sanction
11.2.1 Administrative Approval and Expenditure sanction to an estimate means an
authority granted for the precise project for which the estimate was intended.
Accordingly any anticipated or actual savings from a sanctioned estimate for a
definite project shall not, without prior approval of the authority which accorded
administrative approval to the project, is utilised to carry out additional work not
contemplated in the original project.
11.2.2 After grant of technical sanction, if material, structural alterations are
contemplated, the orders of the authority, which accorded technical sanction to
the detailed estimate, should be obtained, even though no additional expenditure
may be involved due to such alterations.
11.2.3 If any additional work is considered necessary for the development of a
sanctioned project, while the work is in progress, which is not fairly contingent to
the work as sanctioned the same should be executed by obtaining a separate A/A
& E/S through a supplementary estimate.
11.3 Inspection of work:
37
AAI Works Manual

11.3.1 It is incumbent upon various officers concerned to inspect the works frequently
during execution to ensure that works are being executed strictly according to
design and specifications laid down for the purpose. Primarily an officer who
records or test checks the measurements of an item of works shall be responsible
for the quality and quantity and dimensional accuracy of the work that he has
measured/test checked.
11.3.2 Assistant Manager, Engg. (C/E) and Manager, Engg. (C/E) shall ensure quality of
entire work during the progress and Senior Manager Engg. (C) / (E) & Assistant
General Manager (C)/ (E) must make adequate surprise checks to ensure quality
of work. However regarding hidden items of work like concreting and
reinforcement etc. Asstt. Mgr./Mgr./SME/AGM must check/ensure 100% quality
of work.
11.3.3 The works Diary should be maintained as per the Appendix – 15
11.4 Completion Certificates:
11.4.1 The completion certificate of work should be recorded in the measurement book
by the concerned Senior Assistant/Sr. Superintendent/Junior Executive Engg.
(C/E) or Assistant Manager/Manager, Engg. (C/E) or
SM/AGM(C/E)/DGM/JGM(C/E) under whose direct supervision the work has
been completed. This certificate should then be countersigned by the Engineer-in-
charge of the work.
The form of completion certificate to be recorded in the measurement book
should be as under:
“Certified that the work has been physically completed on………., that no defects
are apparent and the contractor has removed from the premises on which the
work was being executed, all scaffolding, surplus materials and rubbish and
cleaned off the dirt from all wood work, doors, windows, walls floors or other
parts of the building, in, upon or about which the work was to be executed or of
which he had possession for the purpose of execution thereof. This is, however,
subject to measurements being recorded and quality being checked by the
competent authority.”
Amended on dt. 26.03.18
The Completion certificates shall be issued by SM/AGM (C/E) for the
works for which they are Engineer-in-charge and shall be issued in the
format as per Appendix-16, after recording of Completion Certificate by
JET/AM/ Mgr. (C/E) in the format as provided at section 11.4.1.
DGM/JGM (C/E) shall issue Completion Certificate in the format provided at
Appendix-16 for the works for which they are designated as Engineer-In-Charge
after Completion Certificate has been recorded by JET/AM/MGR (C/E) in the
format provided at section 11.4.1 and duly recommended by SM/AGM (C/E).
GM (C/E) shall issue Completion Certificate in the format provided at Appendix
16 for the works for which they are designated as Engineer-In-Charge after the
same has been recorded by SM/AGM (C/E) in the format as provided at section
11.4.1 and duly recommended by DGM / JGM (C/E).
11.4.2 Final Completion Certificate of work should be issued by:
a. DGM/JGM (Engg.) will issue completion certificate upto value of work of
Rs.300 cr.
b. GM shall issue completion certificate for all value of works beyond Rs.
300Cr.

38
AAI Works Manual

11.4.3 Report of completion certificate should be submitted to the next higher authority
within 30 days of issuing such certificate. The completion certificate has to be
issued by the competent authority in the format provided at Appendix-16.
11.4.4 Final payment should not be released to the contractor unless completion
certificate is issued by the competent authority.

11.4.5 One of the following formats as applicable must be used for recording completion
certificate in the measurement book: -

39
AAI Works Manual

A Building Works
I have inspected the work of contract value of which is Rs.
vide agreement No. _ to-day on . As a result of my inspection,
it is certified that the work has been physically completed on
, that no defects are apparent and the contractor has removed
from the premises on which the work was being executed, all scaffolding,
surplus materials and rubbish and cleaned off the dirt from all wood work,
doors, windows, walls floors or other parts of the building, in, upon or
about which the work was to be executed or of which he had possession for
the purpose of execution thereof. This is, however, subject to measurements
being recorded and quality being checked by the competent authority.
The work is declared completed subject to rectification of following minor
defects.
i.
ii.
B Repair Works.
I have inspected the work of contract value of which is Rs.
vide agreement No. Today on as a result of this inspection, I
find that the work has been executed generally to specifications, and has
been completed satisfactorily without any apparent defects. The
performance of the repaired system has been tested and found satisfactory.”
C Electrical and Mechanical Systems/Works.
I have inspected the work of having contract value of which is Rs.
vide agreement No. Today on . As a result of this
inspection and my previous inspections, I find that the work has been
executed generally to specifications, and has been completed satisfactorily
without any apparent defects. The performance tests on the system have
been conducted by the Engineer-In-Charge according to tendered
specifications and results are found satisfactory as stipulated in NIT. The
work is declared completed subject to rectification of following minor
defects.
……………….
D Operation and Maintenance Works.
I have inspected the work of having contract value of Rs. _ vide
agreement No. today on . As a result of this inspection and my
previous inspections, I find that the work has been executed generally to
specifications, and has been completed satisfactorily without any apparent
defects. The system has been taken over by department / next agency for
operation and maintenance and found all systems in satisfactory working
condition. There are no noticeable defects except for the following minor
defect.
11.4.6 Factual report of completion should be given by Engineer-in-Charge without any
adjectives. Comments if any, in the completion report regarding performance,
technical and financial capability and intent of contractor for timely completion
of work etc. should be recorded. The performance of the contractor should be

40
AAI Works Manual

recorded on prescribed Performa (Appendix-95) should be submitted to higher


authority for further action.
11.4.7 In case the work is carried out through a JV Company, this fact should be brought
out clearly, indicating the percentage share off all joint venture firms in the
completion certificate.
11.4.8 Engineer-In-Charge and Deputy General Manager (Eng.)/Jt. General Manager
must record completion certificate on standard format for work within their TS
powers. Refer Appendix 16.
Amended on dt. 26.03.18
The Completion certificates shall be issued by SM/AGM (C/E) for the
works for which they are Engineer-in-charge and shall be issued in the
format as per Appendix-16, after recording of Completion Certificate by
JET/AM/ Mgr. (C/E) in the format as provided at section 11.4.1.
DGM/JGM (C/E) shall issue Completion Certificate in the format provided at
Appendix-16 for the works for which they are designated as Engineer-In-Charge
after Completion Certificate has been recorded by JET/AM/MGR (C/E) in the
format provided at section 11.4.1 and duly recommended by SM/AGM (C/E).
GM (C/E) shall issue Completion Certificate in the format provided at Appendix
16 for the works for which they are designated as Engineer-In-Charge after the
same has been recorded by SM/AGM (C/E) in the format as provided at section
11.4.1 and duly recommended by DGM / JGM (C/E).
11.5 Authority to record completion certificate.
11.5.1 Completion certificates shall be recorded by officers at different level depending
on value of work as detailed below.
a. Deputy General Manager/Jt. General Manager shall issue completion
certificate in the format provided at Appendix 16 after C/C has been
recorded by SM/AGM in the format provided at Section 11.4.1 for all the
works upto Rs.300.00 crores.
b. General Manager in charge of work shall issue completion certificate in the
format provided at Appendix 16 after C/C has been recorded by SM/AGM
in the format provided at Section 11.4.1 and formal recommendation has
been received from DGM/Jt.GM for all works costing beyond Rs.300.00
crores.
Amended on dt. 26.03.18
The Completion certificates shall be issued by SM/AGM (C/E) for the
works for which they are Engineer-in-charge and shall be issued in the
format as per Appendix-16, after recording of Completion Certificate by
JET/AM/ Mgr. (C/E) in the format as provided at section 11.4.1.
DGM/JGM (C/E) shall issue Completion Certificate in the format provided at
Appendix-16 for the works for which they are designated as Engineer-In-Charge
after Completion Certificate has been recorded by JET/AM/MGR (C/E) in the
format provided at section 11.4.1 and duly recommended by SM/AGM (C/E).
GM (C/E) shall issue Completion Certificate in the format provided at Appendix
16 for the works for which they are designated as Engineer-In-Charge after the
same has been recorded by SM/AGM (C/E) in the format as provided at section
11.4.1 and duly recommended by DGM / JGM (C/E).
c. The power for recording completion certificates shall remain same for
Electrical, Mechanical and Electronic works but the certificate shall be
recorded in one of the format provided at section 11.4.5 (c) according to
nature of work.
41
AAI Works Manual

Note: The work of recording of completion certificate in measurement book/


computerised MB shall be done up to the level of Senior Manager/Assistant
General Manager. All other senior officers shall issue completion certificate
in any one of the format provided at section 11.4.5(a) to 11.4.5 (d)
This certificate must be recorded within a period of 3 months from the date of
completion of the work.
11.5.2 In order to minimize time lag between completion and operationalization of new
facilities following procedures will be adopted:
a. On completion of 90% progress, the concerned Project-In-Charge would send
intimation to concerned Regional Executive Director (RED), about likely date of
completion.
b. A board of officers would be constituted by RED to inspect the site/facility with a
view to put the facility into operation and commission the facility for beneficial use:
 HOD (ATC) at station.
 HOD (Comm.) at station.
 APD or his nominated officer.
 RED may consider nominating one officer of the level of DGM and above.
RED may consider nominating one senior officer from RHQ, if required.
i. Board of officers will examine critically all the aspects to put the facilities
into operation on completion and submit its report within 7 days. Defects
/shortcomings/ deficiencies noticed will be brought out in the report. Board
will examine the facility from the ‘Users’ angle, keeping in view the A/A &
E/S of the project.
ii. It will be the duty of the Project-In-Charge to take action to address all the
issues brought out in the report. All efforts should be made by him to remove
shortcomings/deficiencies to ensure that facility is acceptable to Users.
iii. Board of officers will examine the facility once again on completion of
project, as per intimation received from Project-In-Charge. The Board will
see if all the Project features including site clearance are completed and
certify the same. If some minor points are left, the same will be included in
the Report for compliance by the Project-In-Charge.
iv. Board of officers will submit report to RED, through APD/APC, and if
certified ‘Fit for taking over’ by the Board, RED will arrange to put the
facility into operation, at the earliest without waiting for rectification of
minor defects which can be carried out simultaneously along with
commissioning.
11.6 Co-ordination during execution of work:
11.6.1 Co-ordination during actual execution of work should be done by the concerned
Deputy General Manager/Jt. General Manager/ General Manager Engg.. As soon
as the project is started Sr. Manger, Engg. (E) should obtain copies of working
drawings and diagrams for the electrical works from the Senior
Manager/Assistant General Manager(Engg)(C), showing clearly the positions and
sizes of the cut out and chases which are to be left to accommodate the fittings
and provide passage for pipes/cables etc. Similar action should be taken by the
Senior Manager/Assistant General Manager Engg. (C) in respect of sanitary and
water supply installations. Senior Manager/Assistant General Manager Engg. (C)
must ensure that all the holes/cut out and chases are left at proper places while
42
AAI Works Manual

masonry work is in progress. Joint inspection should be arranged with the Senior
Manager/Assistant General Manager,(Engg.) (E)/Manager, Engg.(E) to ensure
that no mistakes are made in the locations and also to arrange for modifications if
any, that may be considered necessary.
11.6.2 Composite tenders comprising of civil works, water supply, sanitary installations,
internal electrification works, fire fighting and fire protection works should be
called for smooth execution. Civil and Electrical works should be inspected and
measured by the engineers of the respective disciplines i.e. civil and electrical but
overall contract management should rest with the officer designated as Engineer-
in-Charge in the contract agreement.
11.6.3 The representatives of other departments/directorates responsible for operation
and maintenance of various services like PA System, FIDS, CCTV System, Fire
Alarm & Fire Fighting System, Data Cabling etc. must be involved at all stages
of system design, execution of work and performance testing of components /
system. This will invite valuable inputs from them and facilitate handing over of
system for maintenance on completion.
11.6.4 Engineer-in-Charge shall maintain a register called “Consolidated Register of
Works”, wherein, total cost of the project including all components i.e. building,
water supply, sanitary installations, internal electrical installations, air
conditioning, fire fighting and fire detection system, furniture and furnishing etc.
should be entered. For this purpose, different engineering units concerned, on
completion of their portions of work, intimate the audited figure of the
expenditure to the Engineer-in-charge. Overall responsibility for obtaining
revised A/A & E/S for the project as a whole, wherever required, shall rest with
the Engineer-in-charge of the project.
11.6.5 Deputy General Manager/Jt. General Manager will function as Engineer- In-
charge of the contract costing upto Rs. 300 Cr. However Senior
Manager/Assistant General Manger(C/E) shall also be made Engineer –in-
Charge for the works upto Rs.5.00Cr. but with specific approval of Member(Plg).
GM(Engg) will function as Engineer-In-charge for all the contract costing
beyond Rs.300 Cr.
11.6.6 Project In-charge are responsible for timely execution and completion of not only
civil works/ awarded works but a strict watch have to be kept by them on all
items sanction under A/A & E/S. It will also be responsibility to ensure that all
items are executed in synchronised with building constructions and facilities are
commissioned with all items covered under A/A & E/S. He shall coordinate with
concern GM / DGM of CHQ (Eng.) CNS/ Equipment/ Operational Directorate to
keep them informed of progress of work at site. Any slippages / delays and its
resultant repercussions should be brought out clearly and explicitly by him in his
monthly progress report.
11.7 Foreclosure of contract due to Abandonment or Reduction in Scope of Work
11.7.1 AAI may decide to foreclose the contract due to any reasons whatsoever at any
time after acceptance of the tender. In such circumstances NIT approving
authority may decide to abandon or reduce the scope of the work which is no
more required to be executed. In such case Engineer-in-Charge shall give notice
in writing to that effect to the contractor with the prior approval of NIT approving
authority with recorded reasons after obtaining concurrence from the finance as
per DOP. It will be binding on the contractor to act as per the direction of the
Engineer-in-charge.

43
AAI Works Manual

11.7.2 It will be imperative on the part of Engineer-in Charge to seek and obtain financial
concurrence from associate finance before taking final decision for foreclosure.
11.7.3 The contractor shall have no claim for any payment as compensation or otherwise
whatsoever, on account of any profit or advantage which he might have derived
from the execution of the works in full, but which he did not derive in
consequence of the foreclosure of the whole or part of the work. The contractor
shall be paid at contract rates, full amount for work executed at site and, in
addition, a reasonable amount as certified by the Engineer-in-Charge for the items
hereunder mentioned which could not be utilized on the work to the full extent in
view of the foreclosure;
a. Any expenditure incurred on preliminary site work, e.g. temporary access
roads, temporary labour huts, staff quarters and site office; storage
accommodation and water storage tanks.
b. AAI shall have the option to take over materials brought at site by the
contractor or any part thereof or for which the contractor is legally bound
to accept delivery from suppliers (for incorporation in or incidental to the
work) provided, however AAI shall be bound to take over the materials or
such portions thereof as the contractor does not desire to retain. Cost of
such materials taken over or to be taken over by AAI as decided by
Engineer-in- Charge shall be paid. The cost shall be adjusted taking into
account purchase price, cost of transportation and deterioration or damage
which might have been caused to materials whilst in the custody of the
contractor.
c. If any materials supplied by AAI are rendered surplus, the same except
normal wastage shall be returned by the contractor to AAI at rates not
exceeding those at which these were originally issued, less allowance for
any deterioration or damage which may have been caused whilst the
materials were in the custody of the contractor. In addition, cost of
transporting such materials from site to AAI stores, if so required by AAI,
shall be paid.
d. Reasonable compensation for transfer of T & P from site to contractor’s
permanent stores or to his other works, whichever is less. If T & P are not
transported to either of the said places, no cost of transportation shall be
payable.
e. Reasonable compensation for repatriation of contractor’s site staff and
imported labour to the extent necessary.
Engineer- in-Charge may ask the contractor to furnish, books of account, wage
books, time sheets and other relevant documents and evidence as may be
necessary to enable him to certify the reasonable amount payable under this
condition.
The reasonable amount of items on above shall not exceed 2% of the cost of the
work yet to be completed on the date of closure, i.e. total tendered cost of the
work less the actual cost of work executed under the contract and less the cost of
contractor’s materials at site taken over by the AAI as above. Provided always
that against any payments due to the contractor on this account or otherwise, the
Engineer-in-Charge shall be entitled to recover all outstanding dues from the
contractor for advance paid in respect of any tool, plants and materials and any
44
AAI Works Manual

other sums which at the date of foreclosure were recoverable by the AAI from the
contractor under the terms of the contract.
11.8 Maintenance Services:
11.8.1 The scope and area of civil engineering maintenance services and repairs will
generally include:
a. Maintenance of runway, taxi way, aprons, shoulders, over run areas, etc.
b. Maintenance of terminal buildings, hangars, various communication
stations like VOR, DVOR, middle marker, outer marker, transmitting
stations, etc., residential buildings and other ancillary buildings.
c. Maintenance of internal roads, culverts, vehicle parking area, etc.
d. Maintenance of water supply system, sewerage system, drainage system,
etc.
e. Maintenance of furniture.
f. Maintenance of security fencing.
g. Minor additions/alterations which do not affect the existing structural
design.
h. The responsibility of grass cutting in operational area/other areas shall be
with Engg. Department. The works shall be taken up after consultation with
Airport In-charge. The work shall be executed considering the availability
of grass cutting instruments. In absence of functional grass cutting
equipment or if the equipment is non-functional, the Engg. Department
shall get grass cutting work executed by outsourcing.
11.8.2 The scope of the work of maintenance and repairs of electrical engineering
services shall include followings:
a. Maintenance and operation of HT/LT, Power supply to the equipments in
airport terminal buildings, airport communication stations, residential
quarters, and ancillary buildings.
b. Maintenance and operation of standby D/G sets at airports, communication
stations, etc.
c. Maintenance and operation of ground lighting facilities for airports.
d. Maintenance and operation of flood lights, apron lights.
e. Maintenance and operation of following mechanical equipments.
i. Baggage conveyors
ii. Lifts
iii. Escalators
iv. Aerobridges
v. F.I.D.S.
vi. Electrically operated road barriers
vii. Electrically operated Automatic doors
viii. Power supply to X-ray Baggage Units
ix. Power supply to PA system and C.C.T.V. system.

f. Water supply and fire fighting system viz. maintenance of pump sets and
operation of pump sets only.
g. Maintenance and operation of central air conditioning plants, cold storage
units, A/C units, water coolers, etc.
h. Internal electrification to terminal building, hand driers, water heaters, sign
boards, rotating beacon, residential quarters, ancillary buildings, fire
stations, communication stations, etc.
i. External electrification of car park lighting, road lighting, etc.
j. Minor additions /alterations in electrical installation.
k. Execution and Maintenance of auto pump for sewage and drainage disposal.
45
AAI Works Manual

l. Fire detection and Safety system such as Fire alarm system including
addressable main and repeater panels.
NOTE: Above list is not exhaustive and is for guidance only.
11.8.3 Electronic Works: - Maintenance of Electronic services includes followings.
a. Maintenance and operation of Security System such as X-ray machines,
HHMD, DFMD and Access control system, surveillance CCTV etc.
b. Maintenance and operation of communication system such as EPABX, RT
Set, Intercom sets etc.
c. Maintenance and operation of FID System, indicating CCTV, PA system
etc.
d. Maintenance and operation of computer networks, PC’s and allied power
supplies.
e. Cabling network and power supplies related to above system.
f. Other operational and facilitation system in Fire station, cargo etc.

Schedule of maintenance:

Sl. Item Frequency of


maintenance
1 Cleaning of Monitors, FID Boards & other 1 week
equipment
2 Cleaning of Fire detectors 2 months
3 Tuning/alignment of PA Equipment 15 days
4 Alignment of TV monitors 1 month
5 Checking up of software in control equipment, 1 month
EPABX
6 Parameter checking in PA equipment, 1 month.
monitors, EPABX etc.
11.8.4 The tenders for the work of running and maintenance contracts, operation of
various services and electrical equipment shall be called after drafting suitable
pre-qualification criteria for each work. The criteria should be finalised with due
care so that proper agencies are pre-qualified for the execution of work.
Following issues must be considered while drafting PQC.

i. The eligibility criteria shall be based on estimated cost of the work for one
year, even if tender are being invited for a period of two or more years.
ii. For one year contracts eligibility criteria should be defined to prequalify
agency that has completed one year of AMC but work is still not completed
due to longer period of AMC, his experience shall be counted for the value of
work for a completed one year on pro-rata basis.
iii. One of the considerations should be value of works in hand and availability of
work force to be employed on the work under consideration.
11.8.5 The tenders for work of AMC / CMC should be called for maximum period of 5
years. The duration of the period must be decided after due consideration of
warranty period and remaining useful life of individual equipment as well as
system as a whole.
11.9 Type of Maintenance
11.9.1 The various types of maintenance works should be grouped into three categories,
viz:
a. Annual maintenance;
b. Periodical maintenance;
46
AAI Works Manual

c. Day-to-day maintenance.

The maintenance works involved under each category and their frequency of
execution are indicated in succeeding paragraphs.
11.9.2 The frequencies of annual and periodical maintenance services mentioned at
Section 11.9.3 below are for general guidance. The Engineer-in-Charge
responsible for the maintenance services will physically check the site and
installations and prepare a list of requirements which shall be finalised in
consultation with Airport In-charge. Thus actual requirement may need higher
frequencies of repair services which can be adopted after proper justification and
prior permission of the next higher engineering authority.
11.9.3 The annual maintenance works shall generally consist of:
Civil Works
Sl. Item Frequency
a. White washing/colour washing/ Once in a year
distempering of buildings
b. Painting of doors, windows and i. Once in a year in Terminal Building
other wooden members and and AAI Corporate Head Quarter
structures. Building.
ii. Once in two years in other buildings
and structures.
c. Painting of steel door and i. Once in a year in Terminal Building
window frames, grills and other and corporate Head Quarters building.
components. ii. Once in two years in other building
and structures.
d. Painting of CGI sheet wall, Once in two years.
roofing, etc.
e. Grinding and polishing of i. Once in a year in Terminal Building
mosaic, terrazzo, marble, kota, and corporate Head Quarters building.
granite flooring etc. ii. Once in three years in other building
and structures.
f. Wax polishing of floors. i. Terminal Building-Once in every six
months.
ii. Corporate and Regional Head Quarters
building – Once in a year.
g. Sheen polishing of floors. Once in two years
h. Cleaning of storm water drains/ Twice in a year.
sewer lines/ Over Head tanks/
Underground sumps.

Electrical Works: For frequency of annual maintenance of electrical works


the web-site: www.aai.aero-aai-employees-serving-aai-employees-related
links-Manuals-electrical/engineering Maintenance schedules of Electrical
&Mechanical Installations may be referred.
11.9.4 The periodical maintenance work shall generally consist of:
Civil Works:
S.N Item Frequency
a. Painting of runway, taxiway, As decided by Airport-in-charge.
aprons, etc.
b. Maintaining of pavement Once in a year.
joints.

47
AAI Works Manual

c. Cleaning bushes and grasses Once in three months.


along the sides of runway,
taxiway, aprons, etc.
d. Cleaning bushes and grasses in Once in six months.
the residential colony and non-
residential area.

Electrical Works: For Electrical works the web-site: www.aai.aero-


aaiemployees-servingaaiemployees-related links-
Manualselectrical/engineeringMaintenanceschedulesofElectrical&MechanicalI
nstallations may be referred.

11.9.5 The day to day maintenance work will be carried out immediately as and when
required and such maintenance and repairs services will normally include:
Civil Works:
a. Repairs to leakage in water pipe lines.
b. Repairs to leakage in sewerage lines.
c. Repairs/replacement of water supply and sanitary fittings, glass panes,
fittings of doors and windows etc.
d. Repairs to security fencing.
e. Repairs to roof leakage.
f. Repairs to plastering and other minor damages to walls, floors, roofs etc.
g. Repairs to potholes or other minor damages developed on pavements of
runway, taxiway, apron, roads etc.
h. Attending other day to day complaints about defects received from
residents and airport officers.

Electrical Works: For electrical works the web-site: www.aai.aero-


aaiemployees-servingaaiemployees-related links-Manuals-
electrical/engineering Maintenance schedules of Electrical & Mechanical
Installations may be referred.

11.9.6 To avoid frequent tendering of each and every small job as far as possible minor
maintenance works at airport and also some works of urgent nature may be
carried out through rate contract with specific approval of airport in-charge. This
rate contract should be based on the rate contract finalised on the percentage rate
over the scheduled items of DSR currently in use.

11.9.7 Following precautions shall be taken while calling tenders for the work of
Annual Maintenance Contract for Window and Split A/C of capacities of 5TR or
below.

a. The period of CMC shall be limited to 3 years only.


b. The BOQ shall be bifurcated into different items taking into considerations
the balance useful life of the A/C and Water Cooler for the number of
months a particular A/C is to be maintained.
c. If any existing A/C is to be replaced during CMC period, then for such
A/Cs shall be only for the remaining period after taking into account
warrantee period/ pre-replacement period.

48
AAI Works Manual

11.9.8 Procedure for reporting on maintenance/ safety checks: Monthly maintenance


status report to be sent to GM (Engg-E) of the region by 7th of every month as per
technical instruction issued from time to time.

11.9.9 The frequency and nature of maintenance of important components/equipment of


electrical and mechanical systems shall be as per recommendations of OEM.

11.10 Procedure for allotment of funds and carrying out maintenance works

11.10.1 The maintenance year will be reckoned from 01 April to 31 March of the next
year. For each maintenance year, the Field Maintenance Units will prepare
necessary estimates for the airport under their jurisdiction. The estimates must
invariably indicate followings:
a. Items of works proposed to be done under annual maintenance and their
cost.
b. Items of work proposed to be done under periodical maintenance and their
cost.
c. For day to day maintenance throughout the year :

i. Requirement of skilled labourer and their trade.


ii. Requirement of unskilled labourer.
iii. Requirement of various construction materials and building materials.
iv. Anticipated cost of labourer and stores for the year.

11.10.2 During the month of August of every year each Airport In-charge shall work out
the requirement of funds for all the Annual repairs and maintenance and minor
works to be carried out in the airport complex for the next financial year in
consultation with the engineers available at the airport.

11.10.3 By 15th September of every year respective Airport In-Charge shall place his
requirements of funds to the Regional Executive Director /Airport Director

11.10.4 By 31st October the office of Regional Executive Director /Airport Director shall
finalise the details of works and shall compile the requirement of funds so
received from various airports/units in consultation with Regional Engineering
Heads and Regional Finance Directorate.

11.10.5 On approval of Revenue Budget the RED and APD will circulate details of such
approved works and funds earmarked should be intimated by Regional
Engineering Heads to Airport In-charges and field engineers latest by 15th
February.

11.10.6 From 1st April of each year on placement of such funds the respective engineers
of the regions attached to various airports shall thereafter accord the technical
sanctions to the detailed estimates of various annual repairs and maintenance
works in accordance with the powers delegated in the Delegation of Powers and
shall initiate execution of the works. No separate administrative approval is
required to be obtained for such AR & MO works till the total amount to be spent
is within the funds allotted for the respective airport.

49
AAI Works Manual

11.10.7 Before accepting quotations/tenders for A.R.M.O works, accepting authority


shall obtain financial concurrence from the concerned finance department.
Financial concurrence covers the checks on the following parameters: -

a. Scope of work in tender is covered by technical sanction/revised technical


sanction.
b. Availability of funds.
c. Correctness of the scrutiny establishing the status of Lowest Tenderer (L1)
as evaluated.
d. Availability of certificate from the Engineering Department on the justified
cost worked out.
In case of difference of opinion regarding accord of financial concurrence, the
case should be put up to the immediate next higher authority than the accepting
authority, for his decision.

11.10.8 For normal, A.R.M.O. works at the airport where Assistant Manager/Manger/
Senior Manager (F&A) is not posted, such financial concurrence shall be
obtained by the accepting authority from Regional Accounting Unit.

11.10.9 For urgent A.R.M.O. works costing up to Rs.1, 00, 000/- each at the airport where
AM/ Manager (Finance) is not posted, prior financial concurrence should be
dispensed with. Such works should be undertaken by call of quotations and
should be accepted by the multi-disciplinary committee, constituted by the
airport in-charge, consisting of the local engineer and two non-engineering
officers. However, Airport-in-charge shall ensure that parameters stipulated in
above sections are fulfilled and ex-post facto concurrence is obtained at the
earliest.

11.10.10 Maintenance works need constant presence of the contractors and their
representatives / workmen at airport site. It is, therefore, desirable that contractors
are preferably from the same airport station so that airport in-charges/field
engineers can have proper co-ordination with the contractor for ensuring
immediate attention of such maintenance works. Thus, for the works falling
within the technical sanction powers of Regional/ Field
GM/JGM/DGM/SM/AGM (Engg.) approved NIT should be sent to the Assistant
Manager/Manager (Engg.) of the respective airport for calling tenders at airport
itself. At the airports where AM/ME/SM/AGM (Engg.) is not posted, the
approved NIT should be sent to the Airport In-charge for calling tenders. Tenders
should be called at the airport and should be opened in the presence of Airport In-
charge, available engineers at the airport, finance representative, if available or
representative from any other wing. Within the 15 days of the opening of
tenders, the tender documents, in original, with comparative statement and
justification of rates, etc. should be forwarded by the respective Assistant
Manager/Manager (Engg.) at the airport or by the Airport In-charge (where
Assistant Manager/ Manager (Engineering) is not posted) to the concerned
SM/AGM (Engineering) of the region for taking further action in award of work.

11.11 Fire Prevention Methods

The following Fire Prevention Methods in Terminal Building/ Associated


ancillary building should also be implemented in addition to other measures.

50
AAI Works Manual

11.11.1 All Electrical installation rooms should be provided with portable Fire
extinguishers and the serviceability of these extinguishers should be physically
verified by Assistant Manager/Manager (Engg.). The Department of Fire should
be responsible for total up-keep and functioning of the fire equipments.

11.11.2 The operation of Fire dampers of AHU’s should be checked physically every
month by Assistant Manager/Manager (Engg.) along with representative of fire
department.
11.11.3 The operation of Inter-locking arrangements in the AHUs, fire Blower Motor/fire
Control Room should be ensured during joint inspection every month.
11.11.4 All AHU rooms should be kept locked, and the key should be available only with
the operators/Engineers or plant room keyboard.
11.11.5 The opening in the AHU rooms for intake of fresh air should be covered with a
fine wire mesh and damper.

11.11.6 All the power points to the window model A/C units shall use Metal Clad plug
and sockets only and not ordinary open type power sockets.

11.11.7 All perishable / combustible materials should be kept away from the
terminal building /Associated ancillary building;

11.12 Maintenance & Operation of Safety Devices of E&M Equipment and


Services at Airports.

In order to ensure safe and smooth operation of various E&M equipment and
services at Airport, airport maintenance engineers and airport terminal managers
shall ensure that following action are taken, implemented and incorporated in
maintenance procedures.

11.12.1 List out safety devices provided by the manufacturer in each equipment/services
such as Aerobridges, Lifts, Escalators, Conveyor Belts, fire Alarm & Fire
Fighting System, Hand Driers, Electrical Panel Boards, D.G. Sets, Transformers
etc. with indications of exact location of such devices incorporated in the
equipment.

11.12.2 Prepare written document for standard operating procedure i.e. methodology and
operational sequence of each safety devices in reference to the likely emergency
situation foreseen. Such documents are to be prepared for all equipments even if
they are being maintained by other agencies on contract basis.

11.12.3 Define the frequency of carrying out physical verification of such safety devices
detailing responsible officer for carrying out such verifications along with the
equipment operators if available.

11.12.4 Maintain a register for safety checks for logging of safety verifications/test results
by designated officer and get countersigned every month by controlling
officer/Head of section.

11.12.5 Carry out familiarization drill for all maintenance and operation staff including
Fire Staff and other agencies working in that area viz. Customs, Police etc. in
operation of emergency safety devices in equipment/services under both
conditions of operations i.e. normal and emergency.
51
AAI Works Manual

11.12.6 Display information & operating instruction for safety devices near all
equipments to be used in case of emergency.

11.12.7 Ensure that the equipment areas are brightly lit. Stand-alone battery connected
Automatic Emergency Lamps should be provided and maintained near Control
panels, Switch Room, Equipment room and Passenger movement areas near
equipments such as Lifts, Aerobridges, Escalator and Conveyor Belts, VIP
Lounges and Retiring rooms etc.

11.12.8 History register for all equipments should be opened and maintained. All major
maintenance /services/check/repairs& incidents should be recorded in history
register to provide status of the equipment.

11.12.9 The documentation prepared and verifications for safety tests should be reviewed
monthly by Airport In-charge and logged in service register.

11.13 System Design, Maintenance and safety operation for power supply to GLF
& NAV - aid installation.

11.13.1 A mandatory system must be in place so that it is essential to inform all


concerned officer/department timely about time schedule of any maintenance to
be under taken on the system. The activity should be coordinated before taking up
digging or construction work. Fault, if any, should be informed to engineer-in
charge / officer-in charge.

11.13.2 Provision of UPS should be made for GLF installations. (Please refer TI No. 30
dtd. 30.10.2019)

11.13.3 GLF power supply should be separate from other power supplies with adequate
standby arrangement to meet any eventuality.

11.13.4 The settings of relays and other tripping devices should be done in time
descending order towards downstream breaker.

11.13.5 The condition of building housing CCRs and other electrical panels should be
kept in good condition with proper approach roads and an easy access.

11.13.6 The maintenance team shall review the whole power supply system and take
corrective action as per preventive maintenance schedule.

11.14 Procedures to be followed in the Enquiry Offices (Service Centre) for


Maintenance of Buildings of AAI.

11.14.1 Enquiry Offices (Service Centre) should be set up at each airport building and
residential colonies by the respective Airport In-charge. The enquiry office
should be provided with suitable furniture, cup-boards, racks, telephone and
attached store room and toilet. An enquiry clerk should be posted by the
respective Airport In-charge.

52
AAI Works Manual

11.14.2 The enquiry office shall open at 8.30 A.M. in the morning and shall close at 4.30
P.M. in the evening or as per the schedule decided by the unit-in-charge.

11.14.3 The complaint register separately for Civil and Electrical complaints should be
maintained at each enquiry office for recording complaints. Date and time of
lodging of each complaint should be invariably recorded by the enquiry clerk.
The complaint register should be maintained by the enquiry clerk.

11.14.4 Each recorded complaint should be assigned a serial number and the complainant
should be intimated about the same for his reference.

11.14.5 All maintenance complaints should be lodged by the complainants invariably to


the enquiry clerk of the enquiry office.

11.14.6 A note book should be issued to every worker where the enquiry clerk shall enter
the complaints, their serial number, house number and nature of complaints and
the time of handing over the complaint.

11.14.7 The Inquiry office should have computer and operator with internet connection.
All complaints should be accepted through e-mail as well as physically. The
status of attending all complaints shall be maintained on computer. The Senior
Assistant /Sr. Superintendent/Jr. Executive Engg In-charge of maintenance shall
review the complaints recorded in the computer at least once a day. He shall
invariably carry out personal inspections of all the complaints attended to ensure
that the work has been carried out satisfactorily.

11.15 Records and Registers

For proper accounting of stores, works and for better management of office works
number of records and registers are required to be maintained at various
engineering offices. A list of such records and registers is given below:

Sl. Name of Register To be Maintained by

1 Register of Administrative Assistant Manager/ Manager / SM/


Approval & Expenditure AGM’s office
Sanction.
2 Register of Technical Sanction Assistant Manager / Manager /
SM/AGM’s office
3 Register of measurement books. Senior Manager’s office.
4 Measurement book movement Senior Manager/Manager/ Assistant
registers. Manager/ SA/SS/Jr. Executive’s office
5 Work expenditure register. Senior Manager/Manager/ Assistant
Manager/ SA/SS/Jr. Executive’s office
6 Pre-qualification application Assistant Manager/Manager/Senior
register Manager’s office
7 Register for sale of tender Assistant Manager/Manager/Senior
documents. Manager’s office
8 Register of Security deposit. Assistant Manager/Manager/Senior

53
AAI Works Manual

Manager’s office
9 Register for earnest money. Assistant Manager/Manager/Senior
Manager’s office
10 Tender opening Register Assistant Manager/Manager/Senior
Manager’s office
11 Register of contracts Assistant Manager/Manager/Senior
Manager’s office
12 Register of work orders Senior Superintendent/ Assistant
Manager/Manager/Senior Manager’s
office
13 Bill Register Assistant Manager/Manager/Senior
Manager’s office
14 Register of supply order Assistant Manager/Manager/Senior
Manager’s office
15 Survey report/Demolition Assistant Manager/Manager/Senior
Register. Manager’s office
16 Stock ledgers for all stores SA/SS/Jr. Exe/ Assistant
Manager/Manager’s office.
17 Meter Register SA/SS/Jr. Executive’s office
18 Register of losses Senior Manager’s office.

19 Dismantle material register SA/SS/Jr. Exe / Assistant Mgr. /


Manager
20 Complaint register SA/SS/Jr. Exe / Asstt. Mgr. / Manager
21 Register for special repair SA/SS/Jr. Exe / Asstt. Mgr. / Manager
22 Register for periodical repair SA/SS/Jr. Exe / Asstt. Mgr. / Manager
23 Register of Handing over / SA/SS/Jr. Exe / Asstt. Mgr. / Manager
taking over of building

In case of e-tender, documents generated through system may be kept as hard


copy.

11.16 Responsibility of officers for maintaining proper control over quality of work

The quality of work being executed should be inspected constantly to ensure


adherence to the specifications and designs. The responsibilities of various
authorities for control over quality should be as under:-

Sl. Items Authority responsible for


inspection
1. Materials
I Sand, stone metal and chips, bricks, SA/SS/Jr. Ex. Engg (C)
glass panes
II Timber, paints, manufactured doors AM/Manager Engg (C)
and windows, doors and windows
frames and fittings, water supply
sanitaryfittings,firefighting
equipments, marble
III Electrical fittings, DG Set AM/Manager Engg (E)

54
AAI Works Manual

IV Air-conditioning Equipments, lifts SM/AGM Engg(E)/DGM


escalators
2. Items of works
I Foundation up to plinth AM/Manager Engg(C)
II Brick /stone masonry SA/SS/Jr. Ex. Engg(C)
III Centering and shuttering for RCC AM/Manager Engg (C)
work, reinforcement and concrete
IV Flooring, plastering and painting SA/SS/Jr. Ex. Engg(C)
V Joints in pipes, slopes and slabs of AM/Manager Engg (C)
rooms, verandah and terrace etc.
VI General quality of work with particular SM/AGM/DGM(Engg)/
reference to lines and levels /adherence JGM(Engg)/Architect
to architectural details
VII Laying of concealed or surface SA/SS/Jr. Ex. Engg(E)
conduits, points boards etc. for
electrical works.
VIII Electrical wiring, switches, air AM/Manager Engg (E)
conditioning ducts
IX Installation of elevators, escalators, SM/AGM Engg (E)
Transformers& AHU
X Centering and shuttering and SM/AGM Engg (C)
reinforcement for Domes, Folded
plates, Flat roof, coffer roof, shell roof,
high rise structures

11.17 Quality Control:


i. The quality control test registers to be maintained by site engineers as detailed above
and as per specifications and provisions of contract agreement.

ii. Any engineer of the rank of Sr. Manager and above, posted at station or frequently
visiting the project/ station from CHQ/ RHQ shall inspect and check the quality of
work and ensure that the quality control registers are maintained with due diligence as
per specification and the provisions of contract agreement

11.18 Ensuring Labour License before commencement of work:

Contractor must obtain Labour License immediately after award of work and
before starting the execution, as laid down in the relevant clause of the Conditions
of Contract. All concerned must ensure that the contractor obtains a valid Labour
License under the Contract Labour (R&A) Act, 1970 and the Contract Labour
(Regulation and Abolition) Central Rules, 1971 well before the commencement
of the work and retains the validity of license till its completion. Assistant
General Manager Engg./Sr. Manager Engg., Airports Authority of India will
endorse a copy of letter of award to the Regional Labour Commissioner/Labour
Enforcement Officer and issue the required certificate in Form-V i.e. (Form of
Certificate by Principal Employer) to the contractor for obtaining the Labour
License. The Engineer-in-Charge of the concerned work will be designated as
Principal Employer on behalf of Airports Authority of India and should be

55
AAI Works Manual

responsible to complete all the formalities required under the provisions of


Contract Labour Act/Rules aforementioned.

11.19 Maintenance of proper records for Works/Projects Execution:

For proper control on quality of work, it is essential that test register of all the
materials are properly maintained. Field engineers should also ensure that tests of
materials are carried out strictly as per CPWD specification /agreement and the
register for test results are maintained strictly as given in the said clause.

It should also be ensured that material consumption registers (Only for those
material for which theoretical consumption has to be matched with actual
consumption) are maintained for each work to account for receipt of all the
materials and its use date wise with quantities used for different works to check
the actual consumption.

11.20 Handing /Taking over of charge.

The following procedure should be followed for proper handing / taking over of
charge by respective officers.

11.20.1 An exhaustive note with comprehensive details of various works being executed
and in the planning stage should be prepared as part of the handing /taking over
note. The note must cover the details on important and current cases and files.

11.20.2 The outgoing official shall hand over the measurement books and level books
with up to date measurements duly recorded and the quality of work certified, for
the officers responsible for maintaining these records and measurement of work.

11.20.3 The finalized and the half finished estimates, bills etc. (if pending with him).
Should be completed and handed over with detailed note.

11.20.4 List of documents like technical sanction, NITs, rejected tenders, Current and
closed agreements and various registers must be prepared and documents must
handed over to relieving officer for the officers responsible for maintaining these
records.

11.20.5 All necessary registers like T & P register, quality control registers, stores ledger,
dismantled materials register etc. should be handed over for the officers
responsible for maintaining these records.

11.20.6 Survey instruments, office equipments and other miscellaneous items should be
handed over if maintained by the officer.

56
AAI Works Manual

11.20.7 List of stores items held under the charge should be prepared indicating therein
detailed description of items, sources and period of receipt, book values, present
quantities and condition if maintained by the officer.

11.20.8 The outgoing officer must prepare a list of closed and current files. The closed
files must be bound and page numbered. A list of current file in movement must
also be prepared and handed over, indicating name of office where same is
available.

11.20.9 Physical verification of each document, items of stores, T & P etc. should be done
by the relieving official before signing the handing /taking over document.

11.20.10 The handing /taking over process between incoming and outgoing officers must
be completed within a time bound manner as decided by controlling officer.

11.20.11 In case it is not possible to verify the store items of large magnitude like steel etc.
within the above stipulated period, the same should be taken on account on the
basis of information available as per the stores ledger/records and a note of this
effect should be mentioned in the handing /taking over note stating that “the item
has been taken over as per records pending physical verification to be completed
within a period of three months”. The incoming official shall ensure physical
verification of such stores within a period of 3 months of his taking over the
charge and in case some discrepancy is noticed the same should be brought to the
notice of higher authority for taking further necessary action. In case the physical
verification is not carried out within 3 months and discrepancy is subsequently
noticed or brought out by the official who has taken over charge after a lapse of 3
months period, the responsibility for such discrepancy in the stores shall rest with
the relieving official only.

11.20.12 Each page of handing /taking over note and lists etc. should be signed by the
relieved and relieving officer in token of their handing and taking over of the
charges.

11.20.13 The incoming official shall send the handing /taking over notes to the Airport In
charge, AM/ME, SM/AGM and DGM/JGM Engg.

11.20.14 The respective Airport In-charge shall relieve the SA/SS/Jr. Exe./AM/ME after
ensuring that proper handing /taking over of charges, as detailed above, has taken
place.

57
AAI Works Manual

SECTION 12: MISCELLANEOUS

12.1. Expenditure on Preparatory Works

Where survey of site and / or determination of load bearing capacity of soil, CBR
and K-value of soil, sub-soil observations/ survey/ consultancy are required to be
undertaken before proceeding with the main project, the expenditure on these
works shall form part of the main project and can be undertaken after obtaining
approval of A/A & E/S authority, if A/A & E/S authority is higher than Member
Planning, then approving authority should be Member [Planning]. In case A/A &
E/S of the main project is expected to be delayed, then these works may be
undertaken charging the expenditure to the provision of the concerned project in
the annual budget.

12.2 Expenditure on laying of Foundation Stone and Inauguration Ceremonies

All expenditure towards laying of foundation stone and inauguration ceremonies


of the project should be charged to the contingencies of the project concerned.
Member [Planning] should be the authority to accord approval of the expenditure
on these accounts.

12.3 Register of Building

Every Airport In-charge shall maintain a register of building up to date. For


maintaining the register airport In-charge shall take help of engineers posted at
the airport. This register shall indicate brief details of the structures, year of
construction, initial book value, and works done in each year with amount spent
on it. At the end of every financial year airport In-charge shall record a certificate
that the register is maintained up to date. DGM/JGM, Engg (C/E) during the
inspection of the airport shall examine this register to verify that it is being posted
and maintained up to date.

12.4 Safety of Structures / E&M equipment

12.4.1 All buildings/structures are required to be inspected once in a year by the


Manager Engg /Assistant Manager Engg,/Jr. Executive/Sr. Superintendent /Sr.
Assistant. Engg(C)/(E) posted at the airport to ensure that the building/structures
are not unsafe for use. Manager Engg. (E)/Assistant Manager Engineering (E) /Jr.
Executive/ Executive/Sr. Superintendent /Sr. Assistant. Engg(C)/(E) shall inspect
the electrical, mechanical and electromechanical works, and record a certificate to
this effect.
12.4.2 In case of any deficiencies found in the structures/installations, necessary report
should be sent to higher authorities and immediate steps should be taken to get
the same inspected by Senior Manager [Engg.] for further action taken to remedy
the defects. Senior Manager [Engg.] shall also inspect important structures once
in a year. He shall bring to the notice of his Deputy General Manager /Jt. General
Manager [Engg.] the case where he has reasons to doubt the structural soundness
of any building/structure. On receipt of such report, Deputy General Manager /Jt.
General Manager, [Engg.] will take such actions as he considers necessary.

58
AAI Works Manual

12.4.3 Safety devices of E&M equipment should be checked and verified good for
operation as per OEM recommendations by the engineering head at the airport
and compliance report sent to the Airport- -in-charge / RHQ by 7th of every
month. Any deficiency noticed must be notified and immediate action should be
taken to rectify the same. On receipt of such report Senior Manager/Assistant
General Manager (E) / Deputy General Manager / Jt. General Manager [Engg-E.]
shall take actions considered necessary.

12.5 Disposal of Structures/Plants/Equipments

12.5.1 When any structure /Plant/Equipment is proposed to be dismantled or disposed


off, a survey report (Performa as per Appendix-17) should be prepared and
submitted for the approval of the competent authority as per DOP.

12.5.2 Expected normal life of various equipments in use, at the airport should be
governed by guidelines issued by Directorate of Material Management from time
to time and the action should be initiated to get approval of competent authority,
as per DOP, to write-off the equipment.

12.5.3 Fixing of Reserve Price

A. For Building/Structure: -

Reserve price should be fixed by taking into consideration the life and condition
of the building subject to the minimum as under:-

i. 6% of the value of the building portion on the basis of current cost of


replacement thereof considering value of additions and alterations carried
out during intervening period.
ii. 25% of the value of electrical and water supply installations on the basis of
their current costs of replacement.

or

Cost of salvageable material minus cost of dismantling, whichever is less?

B. For Equipment: -

The reserve price of the equipment is to be fixed as per the guidelines laid down
by Directorate of Material Management and Power to fix reserve prices should be
as per DOP.

12.6 Powers for Acceptance of Tender for Disposal of Buildings

12.6.1 The structures then should be disposed of by call of competitive tenders/bids after
giving wide publicity. The authorities competent to accept the highest bids should
be as per the powers delegated in the Delegation of Powers as amended time to
time.

12.6.2 In case of emergency, the structures should be disposed off as per DOP.

59
AAI Works Manual

SECTION 13: DEPOSIT WORK

13.1 Definition of Deposit Work

The term “Deposit work’ is applicable to works of construction, repair and


maintenance, the cost of which is met by the department who is asking for deposit
work from the other department which may be either AAI or other PSU/ Govt.
deptt. Deposit work will be of three types:-

a. Major Capital Works


b. Minor Capital Works
c. Repair and Maintenance
Normally AAI takes up deposit work for PSU/ Govt. deptt. Working at airport
and in exceptional cases AAI assigns its work to other departments as deposit
work. However when it is required to assign deposit work to other agency, it
should be done with the prior approval of competent authority as per AAI
delegation of power. An MOU to be signed with the concerned department
specifying terms and condition for the deposit work to be carried out.

13.2 Preliminary Estimate:


13.2.1 For Taking up Deposit Work:
A requisition is required from concerned department who is requesting for
execution of major/minor, R&M works. Such estimate are to be prepared by Jr.
Exec./Assistant Manager/Manager Engg concerned given the probable cost of
each item of work asked for, and got approved by the competent authority. This
estimate shall include departmental charges leviable at rates given in Appendix -
18. These estimates then will be submitted to local Head of client organization at
Airport.
13.2.2 For Assigning Deposit Work:
A requisition is required to be given to the concerned PSU/ Govt. deptt. from
whom AAI wants to get the work executed at the airport. That concerned
department will prepare preliminary estimate and add their departmental charges
over that estimate. Such estimate will be forwarded by them to AAI for approval.
13.3 Administrative Approval:
For every major/minor/R&M work, concurrence of the competent authority of
client department requisitioning/ assigning the work should be obtained for the
preliminary estimates of the work.
13.4 Expenditure Sanction:
The administrative approval and expenditure sanction for major/minor/R&M
works will be issued by the competent authority of the client department.

13.5 Deposit of Funds:

(a) Once the expenditure sanction has been issued by the competent authority of
the client organization and MOU has been signed, immediate action will be
taken by the local Head of the concerned organization to deposit the fund

60
AAI Works Manual

either by demand draft/RTGS/ to the other organization as per terms and


condition of MOU.
(b) The Engineering officers of AAI should decline to undertake the
construction/maintenance of building not belonging to AAI until funds have
been deposited by client department or unless special permission is given by
the Competent Authority in any particular case.

13.6 Technical Sanction:


On receipt of administrative approval and Expenditure sanction of the competent
authority detailed estimates will be prepared and the engineering officers of AAI
will accord technical sanction in exercise of powers delegated to them. The
technical sanction should be given before work is actually taken in hand.

13.7 Accounting Arrangements


When a deposit work is to be carried out by AAI, the concerned client department
should advance the gross estimated expenditure which is payable by it, in one
lump sum or as specified on MOU. The amount received by AAI should be
credited to respective account code.
A consolidated month-wise report of all transactions relating to all deposit works
should be maintained.

61
AAI Works Manual

CHAPTER-IV

MEASUREMENT AND WORKS ACCOUNTS

SECTION 14: Measurement Books

14.1 General

14.1.1 The Measurement Book (MB) is the basis of all accounts of quantities, whether of
works done by Contractors or materials received by department. It should be so
written that the transactions are readily traceable.

14.1.2 These books should be considered as very important engineering records for
accounting purpose and maintained very carefully and accurately as these may
have to be produced as evidence in a Court of Law, as and when required.

14.1.3 All the Measurement Books belonging to a Senior Manager/Assistant. General


Manager’s office should be numbered serially. A register should be maintained as
per Performa provided at Appendix – 19, showing the serial number of each
book on receipt, the Senior Manager/Assistant. General Manager’s office to
which it is issued, the date of issue, date of its return to the Regional / Senior
Manager/Assistant General Manager’s office.

14.1.4 A similar register should be maintained in the Assistant Manager /Manager


(Engg) office showing the names of person i.e. Senior Assistant/Senior
Superintendent/Jr. Exe to whom the Measurement Books are issued.

14.1.5 The Measurement Books no longer required for immediate measurement in the
office of Senior Manager / Assistant General Manager or with the Senior
Assistant/Senior Superintendent /Jr. Exe. (Engg) should be withdrawn promptly
even though not completely written up and may be reissued, whenever required.

14.1.6 When the concerned engineer in-charge of the work or stores is transferred, he
shall hand over the all Measurement Books issued to him till date to his successor
and these should be shown as received back from him and re-issued to the
relieving officer. The transfer should also be recorded in the Measurement Book
after the last entry in each book under dated signature of the relieving officer and
relieved officer.

14.2 Recording of Measurements in MB’s

14.2.1 Each set of measurement to be recorded in the MB should commence with entries
stating-

i) In the case of bills for works done-

a) Full name of work as given in the agreement;


b) Situation of work;
c) Name of contractor.
d) Number and date of agreement;

62
AAI Works Manual

e) Date of written order to commence work;


f) Date of actual completion of work;
g) Date of recording measurements;
h) Reference to previous measurements

ii). In case of bills for supply of materials-

a) Name of supplier;
b) Number and date of supply order/agreement
c) Purpose of supply in one of the following forms as applicable to the case-
 “Stock” ( for all supplies for stock purpose )
 “Purchase” for direct issue to the work ( full name of the work as
given in the estimate may be mentioned ),
 “Purchase” for ....( full name of work as given in the estimate) for
Issue to the contractor ............on.........,
d) Date of written order to commence the supply,
e) Date of actual supply,
f) Date of recording measurements.

14.2.2 A suitable abstract shall then be prepared which should indicate in the case of
measurement for works done, the total quantities of each distinct item of work
relating to each sanctioned sub-head.

14.2.3 Short (Abbreviated) nomenclature of the items should be adopted for preparing
abstract of cost in the measurement book and also in the bill form. The Engineer-
in-Charge may use short nomenclature provided by CPWD with a mention of the
same in the special conditions of form of contract. For items not available in the
short nomenclature book of CPWD, short nomenclature should be prepared, got
approved from Engineer-in-Charge. Whatever the case may be, it should be
mentioned in the special conditions.

14.2.4 If the measurements are taken in connection with a running contract, a reference
to the last set of measurements, if any, should be recorded. If the entire job or
contract has been completed, the date of completion should be duly noted in the
prescribed place. If the measurements taken are the first set of measurements on a
running account, or the first and final measurements, this fact should be suitably
noted against the entries in the Measurement Book and in the latter case, the
actual date of completion should be mentioned in the prescribed place.

14.2.5 All measurements should be recorded neatly and directly in the Measurement
Book at the site of work. The signature of the contractor or his authorised
representative should be obtained at the site of work and at the time the
measurements are recorded in the Measurement Book. The recording of
measurements elsewhere and copying them into a Measurement Book is
forbidden.

14.2.6 Before taking any measurement of any work the Engineer-in-Charge or a


subordinate deputed by him shall give reasonable notice to the contractor. If the
contractor fails to attend at the time of measurements after such notice or fails to

63
AAI Works Manual

countersign or to record the difference within a week from the date of


measurement, then in any such event the measurements taken by the Engineer-in-
Charge or by the subordinate deputed by him, as the case may be, should be final
and binding on the contractor and the contractor shall have no right to dispute the
same.

14.2.7 Whenever the competent authority has permitted the use of a material of better/
inferior specification and/or use of bigger/smaller size of material than that
stipulated in the agreement in any item of work, the description and the sizes in
the nomenclature of the item recorded in the measurement book should depict
correctly the work done at site, irrespective of the fact whether such permission
was accorded with or without a change in the rate of the item concerned. In such
cases recording of the nomenclature of the item in the Measurement Book as
given in the agreement will not be in order. In case of difference, the contractor
may record his measurements on a separate sheet and submit to the department.

14.2.8 The entries in Measurement Book should ordinarily be made in ink. No entry
should be erased. If a mistake is made, it should be corrected by striking out the
incorrect words or figures and inserting the correction, the correction thus made
should be initialled and dated by a responsible officer. The person recording the
measurements should record a dated certificate “Measured by me” over his full
signature in the Measurement Book.

14.2.9 The page of the Measurement Books should be machine numbered. Entries
should be recorded continuously and no blank page left or torn out. Any pages or
space left blank inadvertently should be cancelled by diagonal lines, the
cancellation being attested and dated.

14.2.10 whenever any measurements are cancelled or disallowed, these must be endorsed
by the dated initials of the officer ordering the cancellation or by a reference to
his orders, initialled by the officer who made the measurements, the reasons for
cancellation being also recorded.

14.2.11 On completion of the abstract, the Measurement book should be submitted to the
Assistant Manager/ Senior Manager/Assistant General Manager (as the case may
be) who after carrying out his test check should enter the word “Check and bill”
with his initials & dated. The concerned official should then check the calculation
of quantities in the abstract, and the bill in case of work carried out by contractor,
and should then place the Measurement Book and the bill before the Assistant
General Manager who after comparing the two, should sign the bill and the
Measurement Book at the end of the abstract. From the Measurement Book all
quantities should be clearly traceable into the documents on which payments are
made. When a bill is paid for a work or supplies every page containing the
detailed measurements must invariably be scored out by a diagonal red ink line
by the Finance Officer. When the payment is made, an endorsement must be
made in red ink by the concerned Finance Officer, on the abstract of
measurements, giving a reference to the number and date of the voucher of
payment.

64
AAI Works Manual

14.2.12 Any corrections to calculations or rates made in the Assistant Manager’s office or
Senior Manager’s office should be made in red ink and brought to notice of the
Assistant General Manager or Senior Manager, as the case may be, and of the
person recording the original measurements. In the case of final bills, payment
should be deferred until the corrections have been accepted by the person making
the measurements. All corrections made by the Clerical / Finance Officials should
be in red ink.

14.2.13 When work which is susceptible to measurement is carried out by daily labour,
similar plan should be adopted, the quantities of work done as shown on the
Muster Roll being compared with the entries in the Measurement Book before
payment is authorised.

14.2.14 Measurement Book should be sent only by Speed Post / Registered Post,
Authorised Courier Company or by Special departmental Messenger.

14.2.15 Measurements should be recorded only by Senior Manager (Engg.), Manager


(Engg.), Assistant Manager (Engg.) or Senior Assistant/Senior Superintendent /Jr.
Exe (Engg)-in-Charge of the work and to whom the Measurement Book has been
issued for this purpose or other persons specially authorised by the local Deputy
General Manager/Jt. General Manager (Engg.).

14.3 Movement of Measurement Book:

To avoid losses of Measurement Books, which are important engineering record


for accounting purpose, a record of movement of Measurement Book should be
kept in the office of MB issuing authority.

65
AAI Works Manual

SECTION: 15 COMPUTERISED MEASUREMENT BOOK

Computerized Measurements shall be recorded for the works costing more than
Rs. 5.00Lac. However in case of works costing lesser than Rs. 5.00 Lac
.Engineer-in- Charge may decide for adopting computerized measurement.

15.1 During the progress of work, the measurements are to be recorded from time to
time. The measurements for the items executed during the month shall be entered
by the Contractor or his authorized representative on the A4 size measurement
sheets as per the format prescribed by AAI for preparation of monthly bill
(Measurement sheet performas are enclosed as Annexure 20 & 21 for reference).
These measurements and levels shall be submitted to the Engineer-In-Charge for
getting them checked / test checked as per departmental procedure.

15.2 After necessary corrections if any, made by the Engineer-In-Charge, the


measurement sheets shall be returned to the contractor for incorporating the
corrections and for resubmission to the Engineer-In-Charge for signatures of
Engineer-In-Charge and contractor or their representatives in token of acceptance.

15.3 Whenever bill is due for payment the computerized measurement book
comprising of jointly recorded measurement sheets, secured advance
measurements and abstract cost as per Annexure 22 all duly bound with its pages
machine-numbered shall be resubmitted by the Contractor. Preferably, there shall
be one Measurement Book for each RA Bill. The Engineer-In-Charge or his
authorized representative(s) would thereafter check this MB and record the
necessary certificates for their checks/test-checks.

15.4 The final and fair computerized measurement book based on duly accepted
measurements by engineer-in-charge shall be submitted by the contractor in
bound condition with its pages machine numbered which should be hundred
percent correct without any cutting and overwriting in the measurements. This
computerized MB shall be allotted a number by the Engineer-In-Charge as per the
register of computerized MBs. This should be done before the corresponding bill
is submitted for payment. The contractor shall also submit two spare copies of
such computerized MB’s for the purpose of reference and record by the various
officers of the department.

15.5 Computerized abstract of cost shall be submitted in similar manner as per


Annexure 23 & 24 and bill Form as per the format of department based on these
final measurements duly bound with pages machine-numbered along with two
spare copies shall be submitted to the Engineer-In-Charge. The computerized
record will require certificate and security provisions by the Contractor, so that no
change can be made in figures, data or text etc. in the stored data.

15.6 The final, fair computerized measurement book including the Abstract of Cost
and Bill shall also be transferred in a soft copy (CD) and to the computerized data
for respective work. To facilitate handling of data, the services of a Computer
Operator including one PC and its peripherals shall be taken under the respective

66
AAI Works Manual

contract and only the PC (including peripherals) shall become the property of
Airports Authority of India after completion of work. A parallel storage data shall
also be kept to avoid any damage or breakdown of the system, besides keeping
soft copies on CDs / pen drive.
Amended on dt. 26.03.18
The final, fair computerized measurement book including the Abstract of Cost and
Bill shall also be transferred in a soft copy (CD/Pen Drive) and to the
computerized data for respective work. A parallel storage data shall also be kept
to avoid any damage or breakdown of the system, besides keeping soft copies on
CD/pen drive.

15.7 After completion of work, record of measurements as standard measurements for


future use in maintenance shall be kept as soft copy record in offices of
engineering head at the airport and at RHQ. Above procedure can also be adopted
for ongoing projects with the written consent of the contractor.

15.8 The computerized measurement for projects shall be recorded by adopting


procedure given under section for “Test Checking of Measurement”.

15.9 For the sake of uniformity in the AAI and to avoid losses of Computerised
Measurement Books, which are important engineering record for accounting
purpose, a record of movement of Computerised Measurement Book should be
kept.

67
AAI Works Manual

SECTION 16: Important items for measurement

16.1 General Instructions.

Important works, within meaning of the above, include items which owing to the
situation cannot be subsequently checked or which have very high unit rates. For
guidance, these items are classified generally as below:-

16.1.1 Items of work which owing to their situation cannot subsequently be checked:

a. All works below ground level such as “RCC, Lean Concrete, Masonry,
Steel work, etc., in foundation;
b. Fabricated steel work in columns, beams, etc. which are encased either in
masonry or concrete.

c. Wood work, Iron work etc., hidden by ceilings, wall paneling or floor
boarding.
d. Bitumen painting of roofs under roof treatment item.
e. Water proofing compounds used with cement.
f. Lines of pipes buried in floor or masonry in internal sanitary, water supply
or drainage installations.
g. Underground power distribution cables

16.1.2 Items of work which are considered to have very high unit rates:-

a. RCC Work.
b. Item in sunk ashlars stone or marble work, plain sunk or moulded in walls,
columns, arches or domes.
c. Stone or marble work in wall lining.
d. All wood work

i. In chow hats, frames or trusses whether in country, Indian or Burma


Teakwood.
ii. All joinery work in shutters trellis works, miscellaneous wood work,
etc., whether in country, Indian Teak or Burma Teak wood.
iii. All brass oxidized brass or other similar costly fittings of doors,
windows, etc., where payable separately.

e. Steel Work
i. Steel work cut, hoisted and fixed or steel work fabricated hoisted and
fixed.
ii. Steel doors, windows, shutters, grills, etc.

f. Flooring, skirting and dado work in-site mosaic, terrazzo tiles, Shahbad
stone slabs, Agra stone slabs, or marble slabs.

68
AAI Works Manual

g. False Ceiling.

h. All sanitary fittings such as wash basin, sinks urinals, stall urinals, bath tubs
and water closets.

i. Tanks and valves


i. Storage tank items in water supply.
ii. Sluice valves, fire hydrants etc., in water supply.
iii.C.I. Pipes and specials and their lead caulked joints in water supply.

j. Manhole
i. Manhole, vent shaft, road gully chambers, siphons, manhole covers
and frames.
ii. C.I. inspection bends and chambers in C.I. Pipes drainage.

16.1.3 Electrical Items

i. Underground Cable laying work.

16.2 Record of measurement for steel

16.2.1 The measurement shall be recorded on actual weight basis for bars 10mm dia. and
below and

16.2.2 The measurement shall be recorded on standard sectional weight basis for bars
above 10mm dia. In the case of later the measurements should indicate the total
number with length of bars in each bundle, total number of bundles, standard
weight, running meter weight, of each bundle, total weight of all bundles, etc.
The entry should not be a copy from the invoice issued by the firm. The issues
will also be made in the same manner in the two cases.

69
AAI Works Manual

SECTION 17: Test Check of Measurement


17.1 General
17.1.1 The Assistant Manager (Engg.) /Manager (Engg.) must satisfy himself before passing
a bill for payment or before submitting it to the Senior Manager/ Assistant General
Manager (Engg) for certifying the payment that the work or supply billed for has
actually been carried out/completed in accordance with the claim preferred. He
should personally inspect all works of any magnitude before authorizing final
payments in connection therewith.
17.1.2 a. For work cost up to 500 Lac.
i. Assistant Manager (Engg)/Manager (Engg), should test check measurements not
less than 50% recorded by his Senior Assistant/Senior Superintendent/Jr. Exe
(Engg) before any running bill is paid.
ii. SM/AGM should test check measurement so that his overall test check is not less
than 10% of measurement recorded by AM/M for final as well as running bill.
Note: 1. Procedure shall be applicable for normal as well computerized bills.
2. In case Senior Assistant/Senior Superintendent/Jr. Exe (Engg) are not posted at
site, initial measurement shall be recorded by M/AM(Engg.)
b. For works costing more than 500 Lac.
i. The agency shall submit a computerized bill along with computerized
measurement sheets. Concerned Assistant Manager / Manager shall check 100%
measurement of each bills submitted by the agency.
ii. Sr. manager / Assistant General Manager shall test check 50% measurements
recorded by Assistant Manager / Manager for all running/final bills and Dy.GM /
Jt.GM shall check overall 10% of measurements recorded by Assistant Manager /
Manager / Sr. Manager for final as well as running bill.
iii. All newly recruited JETs / available JETs may be deployed for quality control
checks, conduct all mandatory site tests, maintain all the test records and registers,
day to day supervision of work as per drawings and specifications to ensure
execution of work as per contract conditions.
iv. In case Manager / Assistant Manager is not posted at the station for that specific
work, the JET shall do the 100% checking of the computerized measurement book
in addition to his normal duties.
Amended on dt. 26.03.18
For Works upto Rs 500 Lakh (Where SM/AGM(C/E) Is Engineer-In- Charge)
Assistant Manager (Engg)/Manager (Engg), should test check measurements not
less than 50% recoded by his Senior Assistant/Senior Superintendent/Jr.
Exe(Engg) before any running bill is paid.
SM/AGM should test check measurement so that his overall test check is not less
than 10% of measurement recorded by AM/M for final as well as running bill.
Note: 1. Procedure shall be applicable for normal as well as computerized bills.
2 In case Senior Assistant/Senior Superintendent/Jr. Exe(Engg) are not posted a
site, initial measurement shall be recorded by M/AM (Engg).
For Works Costing upto and above Rs.500 lakhs (Where DGM/JGM/GM (C/E) Is
Engineer-In- Charge)
• The Agency shall submit a computerized bill along with computerized
measurement sheets. Concerned Assistant Manager/Manager shall
check 100% measurement of each bills submitted by the agency.
• Sr.Manager (Engg)/AGM (Engg), should test check measurements not less than
50% recoded by his Asstt. Manager/Manager (Engg) before any running bill is
paid.

70
AAI Works Manual

• DGM/Jt.GM (Engg) should test check measurement so that his overall test check
is not less than 10% of measurement recorded for final as well as running bill.
• All newly recruited JETs/available JETs may be deployed for quality control
checks, conduct all mandatory site tests, maintain all the test records and
registers, day to day supervision of work as per drawings and specifications to
ensure execution of work as per contract conditions.
• In case Manager/Assistant Manager is not posted at the station for that specific
work, the NE shall do the 100% checking of the computerized measurement book
in addition to his normal duties.
17.1.3 While test-checking the work, the Assistant Manager (Engg.) (C/E)/Manager, Engg.
(E/C) should test-check 100% of all items of at least one unit taken at random, besides
test-checking isolated and individual items, in other units to bring the total extent of
measurement checked to the desired limit of 50%.
17.1.4 In the case of works, outside the headquarters of the Assistant Manager
(Eng.)/Manager (Engg.) for the works costing Rs.25000/- checking of measurements
by the Assistant Manager (Eng.)/Manager (Engg.) need not be insisted. He will,
however, have to accept general responsibility for the correctness of the bill as a
whole.
17.1.5 The SM/ AGM (Engg.) shall test check 10% of the measurements recorded by his
subordinates for at least every third running bill for works at his headquarter and at
least every fifth running bill for works outside his headquarter. In respect of final
payment of works costing up to Rs. 5 Lac at places outside the headquarters and in
the case of works costing up to Rs. 2 Lac at the headquarters of the SM, the Senior
Manager (Engg.)/ AGM may in his discretion, authorize payment without any test
check by him. He will, however, have to accept general responsibility for the
correctness of the bill as a whole. Test Check of the Senior Manager
(Engg.)/Assistant GM shall also include at least 10% test check of the measurements
of RCC items so as to ensure structural safety of building.
Amended on dt. 26.03.18
The SM/AGM/DGM/Jt.GM (Engg.) shall test check 50%/ 10 % (as applicable) of the
measurements recorded by his subordinates for at least every third running bill for
works at his headquarter and at least every fifth running bill for works outside his
headquarter. In respect of final payments of works costing up to Rs. 5 Lac at places
outside the headquarters and in the case of works costing up to Rs. 2 Lac at the
headquarters of SM, the Senior Manager (Engg.)/AGM/DGM/ Jt.GM may in his
discretion, authorize payment without any test check by him. He will, however, have
to accept general responsibility for the correctness of the bill as a whole. Test Check
of the Senior Manager (Engg.)/Assistant GM/DGM/Jt.GM shall also include at least
10% test check of the measurements of RCC items so as to ensure structural safety of
building.
17.1.6 The individual items checked should be clearly shown in Measurement Book and the
result recorded by the officer concerned in the tabular form provided in the
Measurement Book. The items thus checked should be attested by the dated initials
of checking officer. The result of the test check will be indicated by the work
“Satisfactory” or “Unsatisfactory” as judged at the time on merit of each case.
17.1.7 A test check statement should be prepared for and appended with each Running
Account/Final bill by AME/ME.
17.2 Responsibility of officers recording and test check of measurement
17.2.1 The officer who records/test-checks the measurements for an item of work will be
responsible for the quality, quantity and dimensional accuracy of the work he has
measured/test checked.
71
AAI Works Manual

17.2.2 In the case of supply of steel the Senior Manager (Engg.) shall test check 10% of the
total consignments received in a month. Any consignment test-checked by Senior
Manager (Engg.) should be checked by him 100% for quality, quantity and
dimensional accuracy. Permitted variation between the quantities as per the suppliers
bills and as received and accounted for in stock account, is 0.5% in the steel bars up
to and including 12 mm dia. and 1% in the case of steel bars of higher dia.
17.2.3 If in any consignment the variation on lower side exceeds the aforesaid limits, 100%
check of the measurements by SM/AGM (Engg.) should be carried out and detailed
investigations into the reasons for the shortage recorded.
In order to regularise the loss due to this variation on lower side (shortage) during a
year, difference in quantities as billed by the suppliers and paid, and the quantity
received and accounted for whether on actual weight basis or on cross sectional
weight basis, as the case may be, should be treated as “losses on stock”. The cost of
quantity found short should be placed in “Misc. Works Advances”. For each such
consignment the cost of quantity where found in excess should be deducted there
from. At the end of the year over all shortage should be sanctioned by the competent
authority under “Losses on Stock”. However, if the net result works out in excess
(gain) the amount should be credited to “Revenue”
17.2.4 The standard sectional weights as indicated below should be applicable for the
payment to contractors for steel bars for works executed.
Size (Diameter) in mm Weight in Kg/m Size (Diameter) in mm Weight in Kg/m
6 0.222 25 3.855
8 0.395 28 4.836
10 0.617 32 6.316
12 0.888 36 7.894
16 1.579 40 9.869
18 1.999 45 12.490
20 2.467 50 15.424
22 2.985
17.2.5 The weighing equipments used for weighing the steel should be kept properly
calibrated and also checked at regular intervals.
17.2.6 The test check referred to above shall, as for as possible, be carried out before the
payment is made.
17.2.7 The individual items checked should be clearly shown in the Measurement book and
the result recorded by the Officer concerned. The items thus checked should be
attested with dated initials of the checking officer.
17.2.8 A collective record of all the checks carried out from time to time will be prepared in
each measurement book in the following tabular form:
a. Date of Check. b. Page recording measurements subject to test check.
c. Value of measurements checked. d. Result of the check exercised.
e. Dated initials and designation of the checking Officer.
The result will be indicated by the word “Satisfactory” or “Unsatisfactory” as
judged at the time on merits of each case.
17.3 The officer accepting the tender for any work may stipulate for Assistant Manager
(Engg.) or Manager (Engg.) to record measurements or exercise 100% test check of
measurement recorded for any item including those, which, owing to their situation,
cannot be subsequently checked measured or which have very high unit rates or
which in the opinion of the officer, are important.

72
AAI Works Manual

SECTION 18: Recording Measurements for Earth Work (Levelling)

18.1 In case of leveling operations and earth work, measurements are required to be
recorded in level books in addition to Measurement Books. The level books
should be numbered, accounted for and handled like Measurement Books.

18.2 Before starting earth work, original ground levels should be recorded in the level
books in the presence of contractor or his authorized representative and should be
signed by him and the Departmental Officer who records the levels. All the local
mounds and depressions should be indicated clearly in the drawing and field level
book and should be checked by Assistant Manager/Manager (Engg.) before
leveling is started.

18.3 A suitable base line should be fixed with permanent masonry pillars at distances
not exceeding 50 meters to provide a permanent reference line for facilitating
checking of work. The base lines should be entered in the level/field book with
coordinates. This base line/s should be maintained till final payment for the work
has been made.

18.4 While recording levels, it should be ensured that the circuit is closed by taking
final levels of the starting point or any other point, the R.L of which was
previously determined. This procedure should be followed so as to ensure
accuracy of levels taken, as these levels can be test-checked subsequently.

18.5 Plans showing the initial levels, location of bench marks and its reduced levels,
should be prepared and signed by both the parties before commencement of work.

18.6 The Assistant Manager/Manager (Engg.) should exercise test check to the extent
of 50% and the Senior Manager (Engg.) to extent of 10% where the value of item
of work exceeds Rs.1.00 Lac. The test check of the levels should be carried out
independently by each officer and readings should be recorded in the prescribed
level books in the red ink against the old levels which should be neatly scored out
wherever necessary. If the test-checking carried out reveals serious mistakes in
the original levels, these should be got rechecked. The test-check by an officer
should be as representative as possible for the entire work done.

18.7 On completion of work, the levels should again be recorded in the level book and
the contractor’s signatures obtained. These levels should also be test checked by
the Engineers to the same extent as indicated above within one month of the date
of completion of earth work and according to the procedure as laid down in the
case of initial levels as indicated above. The formation levels as per final
execution of the work should be compared with the proposed formation levels
and work rectified within permissible tolerance.

18.8 Every fourth running bill and the final bill should be paid on the basis of levels.

18.9 Intermediate payments can, however be made on the basis of borrow pit
measurements. The Engineers should take care that the quantities thus assessed
are not in any case more than the actual work done.

73
AAI Works Manual

18.10 In case of large scale leveling works involving both cutting and filling an accurate
site plan should be prepared before the work is commenced. The portions
requiring cutting and filling shall then be divided into squares and corresponding
squares into filling which are complementary to the squares in cutting given in
the same number. A table may be written upon the plan showing leads involved
between the various complementary squares. This would form a lead chart of the
work to be done. Before the work of leveling is commenced, the lead chart should
be checked either by an Assistant Manager/Manager (Engg.) in presence of the
contractor or his authorized representative and his signatures should be obtained
on the same. This should form an integral part of the contract and should be duly
signed by both the parties before commencement of the work. The quantity
payable for earth work shall be lower of the quantity derived from cutting or
filling. The payment for lead should be based on the lead chart prepared in the
aforesaid manner.

18.11 In case of earth is to be imported, the area from where the earth is to be imported
should be carefully predetermined before the start of the work and wherever
feasible, average lead should be worked out. After this is determined, initial
levels of area should be recorded along with the initial levels of the area to be
filled. The levels should be properly checked during the progress of work and on
completion, measurements of earth work should be recorded in both places
(borrow pits as well as area where fitting is done) to determine correctly the earth
excavated and carted. Payment for the earth work should be made on the basis of
the lesser of the quantity in filling or cutting. Distances between the two places
should be measured correctly which should also be test-checked. Where the work
involves huge quantity of earth work in embankment filling, technical sanctioning
authority may specify particular mode of measurement considering situations
prevailing at site.

18.12 In respect of import of sweet earth required for horticultural operations, the
quantity of good earth required is generally small and no single source is
available from where the agricultural soil /sweet earth is readily available. Also,
good earth is lifted by contractors from different works from the same source and
as such it is not possible to take levels of the area from where the earth is
imported. The payments in such cases will be made on the basis of levels of area
where the earth is to be filled.

18.13 Similar procedure should be followed while recording measurements for disposal
of earth.

18.14 In case of small works costing up to Rs. 1.00 Lac, borrow pits measurements and
stack measurements of earth may be recorded indicating clearly the place of
borrowing or disposal, as the case may be, so that the distances can be verified.

74
AAI Works Manual

SECTION 19: Review of Measurement Books

19.1 General

19.1.1 All the Measurement Books in use in a SM/AGM (Engg) C/E Office should be,
inspected by local engineering unit in the following respects in the month of
September every year:

a. To compare the Measurement books in use with the register of


Measurement Books maintained and to note necessary corrections in the
register.
b. To see that neither original sheet is torn out from the Measurement Book
nor any entry erased or disfigured and that the corrections made therein are
initialed.
c. To see that pencil entries are not inked over.
d. To test check the accuracy of calculations and to ensure that the
instructions regarding writing of Measurement Books, recording of
measurements and their test check are being followed properly.

19.1.2 The defects, discrepancies, etc. noticed should be communicated to the Assistant
Manager / Manager (Engg.) concerned and summarized in the following form in
Measurement Book, which has been test audited:

Pages Calculations Defect & Dated Signature Initial of


reviewed selected by the discrepancies of Manager SM/AGM
generally Manager (F&A) for noticed (F&A) (F&A)
re-check
Pages Dated
initials

19.1.3 The Measurement Book completed and returned for record during the year should
also be similarly examined prior to their final record.

19.2 Loss of Measurement Books

When a Measurement Book is lost or damaged an immediate report of the facts of


the case together with an explanation of all parties concerned responsible for the
loss should be made promptly to the Executive Director (Engg.), who is
empowered to sanction the write-off of the lost or damaged Measurement Books.
Such losses for write- off should be reported in the Performa as at Appendix-25.
It is also necessary that the measurements in the lost or damaged Measurement
Book should be re-constructed at the earliest.

75
AAI Works Manual

SECTION 20:Standard Measurement Books

20.1 General

20.1.1 Standard Measurement Books are maintained to record the measurements of


permanent nature in a building and are required to be brought up to-date from
year to year on the basis of additions, etc., made to the building during the year.
These are used for preparing the repairs and maintenance estimates and
contractors bills for such works so as to avoid taking detailed measurements on
each occasion.

20.1.2 The work of preparing these books will ordinarily be undertaken in accordance
with the programme for each AGM’s office or such other suitable unit as may be
fixed by the SM.

20.1.3 All the Standard Measurement Books should be numbered in an alphabetical


series so as to be readily distinguishable from those assigned to ordinary
Measurement Books.

20.1.4 These will be accounted for in the same manner as ordinary Measurement Books
in a register.

20.1.5 A similar register (Performa as perAppendix-26) will be maintained in the office


of Assistant Manager/Manager (Engg.) showing the books belonging to it and
reviewed as done in case of the ordinary Measurement Books.

20.2 Writing of Standard Measurement Books

20.2.1 These Standard Measurement Books should be written legibly in ink and certified
as correct by a responsible Officer. These should be maintained very carefully
and accurately as they may have to be produced as evidence in a Court of Law.

20.2.2 The Standard Measurement Books should either be written by the Assistant
Manager/Manager (Engg.) himself or a SA/SS/Jr. Exe (Engg.) under his orders.
Each set of measurements taken by the SA/SS/Jr. Exe (Engg.), should, however,
be fully checked by the Assistant Manager/Manger (Engg.) and declared in
writing in the book itself as finally approved by him for the purpose of preparing
annual repair estimates and contractors bills for the work done. The book will not
be assigned a number and will not be entered in the register of Standard
measurement Books till above process is complete.

20.2.3 The Standard Measurement Books will be brought up to-date under the
supervision of Assistant Manager/Manager (Engg.) with reference to the building
or work concerned within one month of closing of the accounts of the estimate.

20.2.4 The Senior Manager / Assistant GM (Engg) is also required to exercise a check
over the completion of Standard Measurement Books from time to time by
personally examining each book at least once a year:

76
AAI Works Manual

a. After the close of the financial year, as far as possible, the Assistant
Manager/Manager (Engg.) concerned will arrange for a personal examination of
these Standard Measurement books with a view to satisfy himself that they have
been brought up to-date with reference to the additions, alternations or special
repairs carried out in the building/works executed during the preceding year and
ensuring their submission on such dates as may be fixed for the purpose for the
inspection of the Senior Manager / AGM (Engg.).

20.2.5 A record of the results of the scrutiny referred to above should invariably be
retained and produced, if required, during the inspection of DGM/JGM/GM
(Engg.)/ Audit/Accounts Officer.

20.3 Submission of Certificates

20.3.1 A report should be submitted to the DGM/JGM (Engg.), so as to reach him not
later than the latest by 31st July of each year with copy endorsed to the concerned
AM/Manager (Finance) certifying in clear terms:

a. That all the Standard Measurement Books of the SM’s office have been
inspected by the Senior Manager (Engg.).
b. That the entries made therein have not been tampered with.
c. That all corrections due to additions or alterations to the building / work
concerned have been carried out, and
d. That the books are reliable with up to-date records.

20.3.2 When a payment is based on the Standard Measurements Book, the following
certificate should invariably be recorded on the bill, in his own handwriting, by
the Engineer preparing it:-

“Certified that the complete work billed herein has been actually executed and
that no portion thereof has been previously billed for in any shape”.

77
AAI Works Manual

SECTION 21: Bills for Payment

21.1 Preparation of Bills

21.1.1 Only full and final payment shall be made in respect of works costing up to Rs
one Lac.

21.1.2 Monthly bills shall be submitted by the contractor for works costing more than Rs
one Lac. Such bills shall be verified by the engineer in-charge before making any
payments. All such payments shall be treated as advance payment and shall be
adjusted in the final bill.

21.1.3 Monthly bill shall be submitted by the contractor on or before the date fixed by
the Engineer-in-Charge for works executed at the site in the previous month and
the Engineer-In-Charge shall verify the bill. If the contractor does not submit the
bill within the time fixed as aforesaid, the Engineer-In-Charge may depute within
seven days of the date fixed as aforesaid a subordinate to measure up the said
work in the presence of contractor whose counter signature to the measurements
will be sufficient and the Engineer-In-Charge may prepare a bill from such list.

21.1.4 Before taking any measurement of any work, Engineer-In-Charge or a


subordinate deputed by him shall give notice of 3 days to the contractor for
attending process of measurements. If after such notice, contractor fails to depute
his representative for recording measurements, the measurement shall be recorded
by departmental officer which shall be countersigned by the contractor or he may
record the differences within a week from the date of recording measurements.
The measurement taken by engineer in-charge shall be final and binding on the
contractor if he fails to do so within specified time.

21.1.5 The contractors shall submit the final bill within one month of completion of
work. The department shall make payment of final bill airport wise for
undisputed items within three months of submission.

21.1.6 The contractor shall submit a list of the disputed items within thirty days of
payment against final bill and in case he fails to do so, he will lose his right for all
such claims.

21.1.7 Before preparing the bill of contractor / supplier, the entries in the MB relating to
the description and quantities of work/supplies should be scrutinized by the
AM/Manager Engg and calculations should be got checked under his supervision.
The bill shall then be prepared from the measurement book entries in one of the
forms prescribed, as applicable, in each case.

21.1.8 Full rates, as per agreement/supply order shall only be allowed if the quantity of
work done or supplies made confirm to the specifications. During the progress of
the work, part rates in running bills should be paid for those items which are not
completed in all respects, with due regard to value of remaining part work to be
executed as per general terms and conditions of the agreement.

78
AAI Works Manual

21.1.9 In case of supplies, the payment is not permissible until the stores have been
received and surveyed. In case payment has been permitted on production of
dispatch document etc., the payment should be treated as advance against the
final settlement on receipt of the stores.

21.1.10 If the departmental materials are issued for complete item of a contract then
necessary recoveries on account of the cost of the materials supplied to the
contractor should be affected from each bill at the recovery rates fixed for the
purpose.

21.1.11 Each bill should be accompanied by following statements; duly signed by


AM/Manager Engg:-

a. Test check Statement ( Refer Appendix-27)


b. Part Rate Statement (Refer Appendix-28)
c. Recovery Statement of departmental materials (Refer Appendix-29)
d. Statement of Theoretical consumption of cement/bitumen (Refer
Appendix-30)
e. Form to accompany First and Final Bills of Contractors for minor
works/supplies where only one payment is to be made. (Appendix -31)

21.2 Testing of Material

21.2.1 The Engineer-In-charge shall be responsible to carry out all mandatory tests at
frequency, stipulated in the contract/relevant standards. The contractor shall
extend all help in conducting mandatory tests and keeping record of the same.
Details of such ‘Mandatory Tests’ shall be maintained and attached with each
running account bill.

21.2.2 If any additional tests apart from mandatory tests specified in the contract are
required to be carried out at the instance of AAI or any other advisory body, to
ensure conformity of the item to the contract specifications, such test shall be got
done by Engineer-in-charge and the cost of such tests shall be borne by AAI. In
case the material / equipment fails in the above tests, the expenditure incurred by
AAI on testing of such material or equipment along with incidental charges borne
by AAI (if any) shall be recovered from the dues of the contractor. The sample
for such test shall be supplied by the contractor free of cost.

21.3 Forms of Bills:

The standard forms of bills and vouchers should be used for payment to
contractors/suppliers .Their brief descriptions are given below:-

21.3.1 First and Final Bill: This form shall be used for making payments both to
contractors for works and to suppliers, where a single payment is made for a
contract on its completion (Appendix -31).

21.3.2 Running Account Bill: In case of Lump Sum contract, running account bills shall
be prepared on the format provided at Appendix 32and bill for final payment for
Lump Sum contract shall be prepared as per Appendix 33. The running account

79
AAI Works Manual

bill and final bill for normal contracts/supplies shall be prepared on same format
as provided at Appendix 34. This form should also be used for cases including
where advance payments are proposed to be made. All R/A Bills must be
accompanied by Account of secured advances in prescribed format as provided at
Appendix- 35, along with Indenture form for secured advances as per
Appendix– 36.

21.3.3 Hand Receipt: This should be used for all miscellaneous payments and
advances for which none of the forms mentioned above is suitable (Appendix-
37)

21.4 Authorities to pass the Bill:

The authorities to prepare, verify and pass the bills after observing the required
test check and other formalities should be as under:-

S.N Bills to be paid Authority competent to


Prepare Verify Pass for payment
1. Running and final SA/Sr. Assistant Assistant Manager
bills of contractors or Superintendent
Manager /Manager(Engg)/
suppliers /Jr.Executive
/Manager Sr.Manager
(Engg)/AM/M
(Engg)/Sr. /Assistant General
GR(Engg) Mgr/AGM(En Manager(Engg)
gg)/dgm/Jgm /DGM(Engg)/Jt
GM(Engg)/GM
(Engg).i.e Engineer
-in-Charge
2. Petty payment from SA/Sr. Imprest Imprest Holder
imprest for work Superintendent Holder
done or supplies / Jr. Executive
made Engg

80
AAI Works Manual

SECTION – 22: Payments to Contractors

22.1 General

The conditions of Percentage Rate Tender/Item Rate Tender and Item Rate for
supply of material provides that no payments should be made for works or
supplies estimated to cost less than Rs. 1 Lac till after the whole of the work or
supply has been completed and a certificate of completion is recorded. In the
case of works or supplies estimated to cost more than Rs. 1 Lac, the contractor
shall on submitting running account bill will be entitled to receive a monthly
payment proportionate to the part thereof executed and passed by the Engineer-
in-Charge. On account payments are also permissible as per the conditions for
the works awarded on piecework contract, work order and Percentage Rate
Tender/Item Rate Tender. The contractors should be required by the Engineer-in-
Charge to submit their bills by a fixed date in accordance with the terms of the
contract e.g. Percentage Rate Tender/Item Rate Tender and only in such cases,
where a contractor fails to submit the bill by the prescribed date, the Engineer-in-
Charge should depute a subordinate authorized by him to measure up the work in
the presence of the contractor and prepare a bill against such measurements.
Running payments must be made monthly as per terms of the contract even
though the amount involved is small, when for any reason, monthly payments
cannot be made on the basis of recorded measurements, advance payments for
alternate running bills be made to contractors after obtaining approval of
DGM/JGM/GM. In this regard, if no payment is to be made, this fact should be
recorded in the Measurement Book. The Engineer-in-Charge should maintain a
register to keep a record of monthly running payments made to the contractors in
respect of contracts costing above Rs. 1 Lac. The register should remain on the
table of Engineer-in-Charge to enable him to watch the payments which are being
made to the contractors every 30 days. If any objection is raised by the concerned
Finance officer, for payment of a particular item or rate in any bill, the Engineer-
in-Charge should make up his mind and pass final orders then and there whether
the item on which objection has been raised should be allowed and if necessary,
the item should be retrenched from the bill but in no circumstances the payment
should be delayed. The register should be posted at the time of making monthly
running payment to the contractor.

22.1.1 If the contractor has quoted different rates for the same item appearing in two or
more subheads, then the lowest of the rates quoted shall only be considered for
payments during execution of work. In case of deviation of quantity of such item,
payments shall be made at the lowest quoted rate for quantity executed upto the
deviation limit specified in the contract. Beyond the deviation limit the rate shall
be derived as per relevant contract provision.

22.2 Final Payments

22.2.1 Final measurements should be recorded within one month of the completion of
work. Final payments for works costing more than Rs. 5.00 Lac should be made
within six months of the completion of work and for other works within three
months. ED (Engg.), CHQ and RED / GM (Engg.), RHQ are requested to furnish
monthly statement where finalization of bill could not be done within six months

81
AAI Works Manual

of recording of completion of works, indicating specific reason for delay in


finalization of bill. (TC No. 7/2018 dtd. 15.11.2018)
22.2.2 At the time of preparation of final bill, the full bill value shall be prepared for
both agencies who had quoted L1 & L2 rates. The final bill shall be paid as per
lowest of the two final bills.

22.3 Time Schedule for Payment of Bills

22.3.1 The time schedule indicated in table below for payment of bills and issue of
completion certificates shall be strictly adopted:

Stage Time Limit


[1] [2]
Payment of Running Bills As far as possible before expiry of ten
working days from the presentation of the bill,
AME/ME and SM/AGM (C & E) should not
take more than 5 working days each.
Contractor’s notice of 10 days of completion of the work
Completion of works
Issue of completion certificate 30 days
for work
Submission of final bills by the One month of the date final certificate of
contractor completion furnished by Engineer-in-Charge
or three month of physical completion of the
work whichever is earlier.
Payment of final bills for works 2 Months of receipt of final bill from the
up to Rs. 50.00 Lac contractor.
Payment of final bills for works 3 Months of receipt of final bill from the
between Rs. 50.00 Lac to 250 contractor.
Lac
Payment of final bills for works 6 Months of receipt of final bill from the
over Rs. 250 Lac contractor.

22.4 Inspection of Works by DGM/JGM/GM

22.4.1 Before a work is declared as completed in all respects and final payment is
released to the contractor in respect of the following works, it has to be inspected
by the SM/ AGM /DGM/JGM and completion certificate issued.

a. DGM/JGM (Engg.) will issue completion certificate upto value of work of


Rs.300 cr.

b. GM shall issue completion certificate for all value of works beyond Rs. 300Cr.

c. Report of completion certificate should be submitted to the next higher


authority within 30 days of issuing such certificate.

82
AAI Works Manual

d. Engineer-in-charge should give factual report of completion i.e. facts and


figures only without any adjectives in all the cases wherein Technical
Sanctioning authority is higher.

e. Any comment in the completion report regarding performance/capability-


financial or technical or as regards timely completion etc. should be given
by Technical Sanctioning Authority.

22.4.2 The GM/JGM/DGM/SM/AGM shall record completion certificate in the format


available at Section11.4 above.

22.4.3 The contractor shall submit completion plan (as built drawing) for building,
E&M, and all services including water, sewerage, drainage lines and specialized
services within 30 days of completion of work. The completion plans/drawings
are not required for repair/ O & M works. The completion plan for the building
works should be good enough for submission to the local body for seeking
completion/occupancy certificate. In case the contractor fails to submit the
completion plan as aforesaid, the AAI will get it done through other agency at his
cost and actual expenses incurred plus Rs. 15000/- for the same shall be
recovered from the contractor. The decision of GM (Engg) concerned in this
respect shall be final and binding on the contractor.

22.4.4 The completion certificate is required to be recorded within a period of 3 months


from the date of completion of the work.

22.4.5 AME/ME has to record similar certificate in respect of the works within their
delegated powers.

22.4.6 These defects brought out in completion certificate should be rectified by the
Contractor before making final payment or by the Department at his cost, action
for which should be taken in terms of the contract.

22.4.7 The copy of completion certificate will be attached with the office copy of the
Final bill of the contractor and remain on the record of the SM/ AGM office. The
SM/AGM shall not make final payment till completion certificate is recorded, and
attached to the Office copy. Completion certificate, however, will in no way
reduce the responsibility of the SM/ AGM and the Finance Directorate for due
checking of the work and the bill as required by the rules and code of practice of
the Department.

22.4.8 In order to keep record of inspections carried out by SM/ AGM, DGM/JGM, GM,
ED (Engg) inspection notes shall invariably be issued by them, so that engineer in
charge as well as the contractors are kept appraised of the nature and character of
works and defects, if any.

22.4.9 The completion certificate is required to be recorded by the SM/AGM/


DGM/JGM/GM in whose time the work is completed irrespective of the fact that
a part of the work may have been done during the incumbency of his predecessor.
The SM/AGM/DGM/JGM/GM recording the completion certificate is not

83
AAI Works Manual

responsible for bad work which may have been covered up during the
incumbency of his predecessor, for instance, work in foundations or below the
concrete flooring, but he is required to point out the defects which appear
outwardly, for instance, defects in the doors and windows, plastering flooring,
painting etc. He can also check up the composition of the mortar in the
brickwork, plastering etc., by removing a portion of the plaster etc., and thus
satisfy himself that the work has been done satisfactorily and according to the
specifications. He can also refer to the inspection notes previously recorded by
the officers of the department and satisfy himself that the defects pointed out
therein have been rectified by the contractor. In this way the
SM/AGM/DGM/JGM/GM should have no difficulty in recording the completion
certificate even if the entire work has not been done during his incumbency.

22.4.10 In specific cases, where due to practical difficulties and failures on the part of
SM/AGM or DGM/JGM concerned in getting the completion certificate recorded
by Engineer-in-charge during his tenure and work is treated as complete by the
present incumbent, ED (Engg) may decide any relaxation of the existing
instructions in respect of recording completion certificate, after examining the
reasons for such failure in detail and can order present incumbent to record
completion certificate. Administrative action should also be initiated against the
SM/AGM or DGM/JGM for not taking proper/timely action in getting the
completion certificate recorded if such failure is not justified, as revealed by the
facts of the case.

22.4.11 In order to avoid delays in recording of completion certificates by DGM/JGM, it


has been decided that in the case of such work the SM/ AGM should inform the
DGM/JGM concerned of the work having been completed in all respects within a
fortnight of the physical completion of the work and request them to carry out
their inspection and record the required completion certificate.

22.5 Deduction of Income-Tax & GST at Source: (GST will be reimbursed as per
TI No. 05 dtd. 08.06.2018)
Before signing the first and final bill/the Running Account bill/or the final bill,
the AM/M/SM/AGM should see that the statutory deduction on account of
income-tax and GST as applicable to the state wherever work has been carried
out, has been made from the bill of the contractors. Under Section 194-C of
Income Tax Act 1961, introduced by Finance Act 1972, deduction of Income Tax
is required to be made at source by disbursing officers from payments made to
contractors. Finance Directorate shall ensure that current Income Tax Laws are
followed at the time of disbursement of any type of payments.

84
AAI Works Manual

SECTION 23: Advance Payment

No advance payment to contractors / suppliers should be made except the


following:-

23.1 Lump Sum Advance (Mobilisation Advance)

23.1.1 NIT approving authority shall use their discretion carefully and may stipulate
payment of mobilization advance limited to 10% of the contract value against
bank guarantee issued by Scheduled bank but not by cooperative/ Gramin Bank.
The value of contract for stipulating issue of mobilization advance should be
above Rs. 5 Cr.

23.1.2 The application for release of mobilization advance must be received from the
contractor within 30 days for the works costing between 5 Cr. to 100 Cr.
However, contractor shall be permitted 45 days for submission of his application
for works costing more than 100 Cr. for release of mobilization advance.

23.1.3 a. For works costing more than Rs. 100.00 Cr., the mobilization advance shall
be given in more than one instalment with 1st instalment not exceeding Rs.
10.00 Cr., the value of subsequent instalment may be decided by NIT
approving authority considering urgency and requirement of T & P for the
project. Subsequently instalment shall be released only after submission of
utilization certificate by the contractor for the earlier instalment to the entire
satisfaction of Engineer-In-Charge.

b. The recovery of the mobilization advance may be rescheduled by Engineer-


In-Charge with the approval of NIT approving authority, if the delay in
handing over of site / issue of drawings or any other reason is attributable to
AAI.
c. The agency shall accordingly submit Bank Guarantee in the same proportion in
parts and valid for the period as detailed at Para 23.1.4 below.

23.1.4 All such advances shall be paid against submission of a Bank Guarantee
amounting to 110% of mobilization advance in the prescribed format as per
Appendix – 38. The advance payment may be released in stages; value of
1stinstallment should not exceedRs.10Cr.The value of subsequent installment and
total number of installment shall be decided by NIT approving authority
depending upon the progress of work and on receipt of documentary proof for
utilization of previous advance from the contractor to entire satisfaction of
Engineer-in-Charge.

23.1.5 The Bank Guarantee shall be valid for 3 (three) months beyond schedule
completion period or likely extended period for completion of work. The BG will
have to be revalidated with each provisional extension of time.

85
AAI Works Manual

23.1.6 The recovery of such advance shall be made in suitable instalments commencing
from 2nd running account bill or after 10% work is completed, whichever is
earlier.

23.1.7 The entire amount of advance together with interest should be recovered before
80% of the work is completed.

23.1.8 Advance payment so made shall bear a simple interest @ 10% per annum or
instruction issued from time to time by Competent Authority and stipulated in the
contract.

23.1.9 Up-to date accrued interest should be recovered from running account bills of the
contractor along with recovery of principal advance amount.

23.1.10 Recovery of mobilization advance shall be regulated in such a manner that:

a. 25% of mobilization advance plus interest due shall be recovered by 1/4 of


the stipulated / extended period of the completion.
b. 60% of mobilization advance plus interest due shall be recovered by 1/2 of
the stipulated / extended period of completion.
c. 100% of mobilization advance plus interest due shall be recovered by 3/4th
of the stipulated / extended period of completion or 80% of progress of
work whichever is earlier.

23.1.11 In case the requisite amount as recoverable above is not available in on-account
payments mentioned above at any stage, the agency shall deposit the same within
7 days of its due, otherwise all Bank Guarantees submitted by the agency towards
mobilization advance shall be encased by the Engineer-In-Charge.

23.1.12 However, in rare cases, wherein progress of work is delayed beyond stipulated
period of completion due to reasons beyond control of contractor, deferment in
recovery of mobilization advance with accumulated interest thereon may be
considered by the Technical Sanctioning Authority at an enhanced rate of interest
i.e. 15% per annum with recovery of outstanding mobilization amount @50% of
gross value of running account bill(s), subject to Engineer-In-Charge certifying
that deferment towards recovery of outstanding advance is proposed in the overall
interest of the project and is necessitated to improve the progress of work.

23.1.13 In case 1/4 of the time of completion of work has expired without achieving 10%
progress of work, the Engineer-In-Charge may initiate a case of encashment of
bank guarantee submitted against mobilization advance with the approval of
competent authority.
(Amended vide ED (Fin.) letter no. AAI/CHQ/FIN/BG/2018/353 dtd. 13.02.19)
The process of invocation of BG is flowing from the contract management and
accordingly it is clarified that whenever required, the process of BG invocation
should be approved by the following officer at CHQ / Regional / Station level
under intimation to ED (Finance)-CHQ.
Sl.No Unit Approving Authority for BG Invocation
1 CHQ Executive Director of the respective Directorate
2 REGIONS Regional Executive Director
3 AIRPORTS / FIELD STATIONS Airport Director / Station In-Charge
4 CATC ALLAHABAD Principal, CATC
86
AAI Works Manual

5 RCDU / FIU-SAP Executive Director

The decision for invocation of BG should be taken immediately as and when the
cause of action arises as per the terms and conditions of the contract and claim
should be filed well in time before the expiry of the claim period as mentioned in
the terms and conditions of the BG document.

23.2 Secured Advance

23.2.1 Secured advance up to an amount not exceeding 75% of the value of material
brought at site for incorporating in the work or 75% of the material cost in the
tendered rate of the finished items of the work, whichever is lower, may be paid
to the contractor under running account bill. A list of items categorized as ‘A’

‘B’ and ‘C’ separately for civil and electrical goods is attached as Appendix -39
for the guidance of field officers. While secured advance for materials in
category ‘B’ may be paid only after indemnifying AAI through an insurance
cover. No secured advance should, however, be paid for materials of perishable
nature listed in category ‘C’.

23.2.2 All such advances should be made after formal agreement (Indenture Bond) is
signed with the contractor under which the authority secures a lien on the
materials.

23.2.3 Advance so granted should be recovered from running account bill as soon as the
material is consumed on the work and payment for the finished item is made to
the contractor.

23.3 Advance payment for the work done but not measured:

23.3.1 Advance payment for work actually executed but not measured may be made in
exceptional cases of real necessity to the extent given in DOP of assessed value of
work.
23.3.2 Such advance payment should be authorized on the certification by an
officer not below the rank of SM / AGM and the officer shall be personally held
responsible for any over payment, which may occur on the work in
consequence.
23.2.5 Advance payment whenever made on the basis of assessed value of work should
be followed by bill based on detailed measurement within three months and
advance adjusted.
23.2.6 2nd advance on the basis of assessed value of work before recovery of earlier
similar advance shall not be permitted under any circumstances.
23.2.7 The record of bank guarantees shall be maintained as per format indicated in
Appendix-40. The renewal of BG as and when required shall be the
responsibility of officer holding BG in his record.

87
AAI Works Manual

SECTION 24: Payment for Sub-Standard Work

24.1 Acceptance of Sub-Standard Work

The Contractors are required to execute all works satisfactorily and according to the NIT
specifications. If certain executed items of work are below specifications the Contractor
should be asked to redo them according to the specifications. During the progress of the
work, defects/deficiencies in the items of works are to be noted in time and recorded in
site order book. It will be the duty of the field Engineer viz. ME/AME/SA/SS/Jr.
Executive Engg to point out such defects in the work in time during the progress of the
work. These defects should also be brought to the notice of SM/AGM (Amended on dt.
26.03.18) Engineer-In-Charge, through SM /AGM/DGM/Jt.GM(C/E) immediately, so
that he may take timely action to issue notices to the Contractor either to rectify the
defects or even get the work dismantled and redone, if necessary. The contractor will be
given a letter in regard to rectification of defective work and removal of sub-standard
material in standard format provided at Appendix –41. Every attempt should be made to
issue such notices regarding the defective items/work during the progress of the work.
Where, however, this is not found feasible, the same should be issued before finalisation
of bill. Timely action alone can prevent occurrence of defects, which will be difficult or
impossible to rectify later on like hollow vertical joints in brick masonry and similar
defective structural members.

24.1.1 If the Contractor does not rectify the defect, the work should be got redone or
rectified departmentally by employing skilled labourer at the risk and cost of
Contractor in terms of relevant clause of the Conditions of Contract for
Percentage Rate Tender, Item Rate Tender and Piecework and similar conditions
in other forms. However, in case it is decided to accept this sub-standard work,
the SM/AGM should prepare reduction item statement with his proposal of
reduced rates with rate analysis and send the same to DGM/JGM for approval of
rates as the case may be.

24.2 Sanction of Rates for Sub-Standard Work

24.2.1 Acceptance of work below specifications and payment of reduced rates should be
resorted to only for those items where it is structurally impossible to get the work
done and otherwise work is technically safe and acceptable with the approval of
the competent authority. Powers in this regard shall be exercised by officers as
delegated to them in DOP. Before a sub-standard work is accepted by the
department, the Engineer-in-Charge after getting prior approval of competent
authority should write a letter to the Contractor (refer Appendix-42) for and on
behalf of the Chairman AAI, regarding acceptance of the same at the provisional
rates pending the decision of the competent authority with regard to final rates.
In reply to this letter the Contractor should send his consent for acceptance of the
terms specified by the department in the format provided at Appendix – 43. For
this purpose regarding the quantum of reduction as well as justification thereof in
respect of rates for sub-standard work which may be decided by the department
will be final and binding.

24.2.2 The statement of reduction in the rates together with a copy of the orders
approving such reduction for acceptance of sub-standard work by the DGM/JGM

88
AAI Works Manual

should be sent to the SM/AGM so that they are made available to


Audit/(Accounts) during the inspection, whenever required by them. The
AM/M/SM/AGM should invariably write down in the Measurement Book the
element of the items of work remaining non-executed and the defects in the items
of work for which part rate is allowed side by side when preparing running bills,
along with abstract of the bill in Measurement Book. Part rate statement attached
with Running Account Bill should also clearly indicate in red ink
defects/deficiencies for the sub-standard work. Payment of part rate will be taken
to mean that work done and accepted for part payment is according to
specifications and without defects unless otherwise clearly stated. The SM/ AGM
should clearly show in red ink below the form as well as in the abstract entry in
the Measurement Book that the reduced rates paid in running bill as part rates for
work were only provisional so that the contractor may not come with a plea later
on before the arbitrator, that a certain rate has already been paid for the work and
hence agreed to by the SM/ AGM /Engineer-in-Charge. While making such part
rates payments, care should be taken that the amount withheld is commensurate
with the nature of defects. At the time of scrutiny of the running bills before
payment, the finance directorate will be responsible to ensure that proper reasons
for payment as part rates are given in the abstract of cost entered in the
measurement books and bills. He should also ensure that prior approval of
DGM/JGM is available in respect of part rates for defective work and a proper
notice to the Contractor is available on the record. It is also imperative that
DGM/JGM examine the proposals for sanction of reduction in rates sent by the
SM/ AGM properly and ensure that formalities which are required to be followed
for acceptance of sub-standard work have been followed before acceptance of the
proposals. It is essential that the approval of the DGM/JGM should be obtained
before the final bill for the work is paid.

24.2.3 Reduced rate item arises out of specific non-performance of the provisions of
contract by the Contractor, which however has been condoned by the Department
under certain circumstances. So the procedures and priorities mentioned under
the agreement for working out the rates for substituted/extra items do not ipso
facto apply in these cases. The deduction in rate should be commensurate with
the defect and department should be in a position to defend it in the arbitration
court and should be worked out evaluating the deficiency in the item as compared
to the full specifications mentioned in the agreement, based on principles of
reasonableness and equity, always remembering, however, that such a defect has
occurred due to specific non-performance of provisions of contract, on the part of
the Contractor. These powers are outside the limits of power given for approval
of substituted/extra item.

24.2.4 DGM/JGM should bear in mind these guidelines before they sanction reduced
rate item statements for such sub-standard items of work which are accepted
under special circumstances.

24.3 Removal of Rejected/Sub-standard Material from the Site of Works

24.3.1 The following uniform procedure should be followed for removal of rejected or
sub-standard material from the site of work:

89
AAI Works Manual

a. Whenever any material brought by the Contractor to the site of work is


rejected, entry thereof should invariably be made in the Site Order Book
under the signature of the AM/M (Engg.) giving approximately the quantity
of such materials.

b. As soon as the material is removed, certificate to that effect may be


recorded by the AM/M (Engg.) against the original entry, giving the date of
removal and mode of removable i.e. whether by truck, carts, or by manual
labour. If removal is by truck, the Registration number of the Truck should
be recorded.

24.4 Substituting the name of manufacturer of the items as specified in contract


agreement

The acceptance of any item manufactured by manufacturer other than


manufacturer specified in the contract agreement (NIT) shall be treated as
substitution of item. Therefore reduced rate item/ substituted item shall be
prepared as per practice of department. The field engineers shall ensure that the
contractor has been issued with a notice intimating that due to substitution of
make, reduced rate will be worked out by the department. Also before the
alternative make of the item is substituted, an undertaking may be obtained from
the contractor that for such substituted make reduced rates as prepared by the
department shall be acceptable to them. It is also essential that the reduced rate
shall be got approved by the competent authority as contained in this section. The
technical suitability shall also be checked and the same will have to be got
approved from competent authority.

90
AAI Works Manual

SECTION 25: Documentation of Accounts

All the accounts Registers detailed below should be maintained by the Assistant
Manager/Manager/Senior Manager/AGM (Engg) or Engineer-in-charge posted at
the station, if no Senior Assistant/ Sr. Superintendent /Jr. Executive/Assistant
Manager (Account) is posted in the SM’s Office, he will perform the duties of
above.

25.1 Bill Register:

A consolidated record of all the bills received from the Assistant Manager
/Manager ( Engg) for payment in respect of works/supplies should be maintained
in one register known as “Bill Register” in the office the Project Manager in the
form given at Appendix -44. The bills should be entered in the register strictly in
order of receipt. The payments of the bills shall also be made strictly in order of
their receipt.

25.2 Material Accounts

25.2.1 Material can be purchased for maintaining stocks for requirements of various
works-original and maintenance. These mainly fall in two categories.

a. Materials issued to contractors for use in the works in respect of completed


items of works.
b. Materials issued direct to works, when the works is done departmentally or
by contractors whose agreements are for labour only.

25.2.2 The issue rates for the materials stipulated to be issued to contractors for the
completed items of agreements shall include storage and other charges. The
materials other than those stipulated in the agreement shall not be issued without
the express authority of the SA/SS/Jr. Executive (Engg) who shall specify in each
case the “Issue rate” to be charged for the materials inclusive of delivery at the
place where these are stored. However, in respect of petty issues, not exceeding
Rs. 500/- in any month for any one contract can be authorized by AM/Manager
(Engg.).

25.2.3 “Materials-at-site Account” should be kept in the form given in Appendix -45 for
the materials issued direct to works. Make/ Brand, invoices, challan no. of
material must also be recorded in this appendix. Where the materials are issued to
work done departmentally or through a contract on labour rates only, the
Materials-at-site Account should be maintained only if the estimated cost of the
work is more than Rs. 1,00,000/-

25.3 Cement Register:

Cement register should be maintained for all the works at site in the form given in
Appendix-46 by the SA/SS/Jr. Ex./AM/Mgr (Engg.). The cement will be kept in
a godown constructed by the contractor for the purpose.

91
AAI Works Manual

25.4 Dismantled Materials Accounts:

25.4.1 The numerical account of materials obtained from dismantlement of a building or


structure, wherever not sold by tender or auction should be recorded in the
Measurement Book for record purposes (Transfer of material without value). On
the basis of these measurements, these should be taken in the “Register of
Dismantled Material” in form at Appendix-47. The entries should be made by the
SA/Sr. Supdt/ Jr. Exec. (Engg )/AM/Mgr(Engg) and should be test checked fully
by Asstt. Manager/ Manager/SM/AGM (Engg.) After entries are made in the
register, those in the Measurement Book should be crossed by diagonal red ink
line with a suitable note that these materials have been entered in the register.

a. The dismantled materials will be used in the maintenance works as far as


possible, and will be shown as issued to works accordingly in the register.
The unserviceable material should be disposed of according to powers
vested with various authorities of AAI.
b. The un-disposed balance should be physically verified at least once a year
by the Assistant Manager/Manager (Engg.).

25.5 Accounting of dismantled materials through contract

a. In case a building or structure is dismantled through contract, a


stipulation/provision in the schedule of work can be made in the
NIT/contract that the contractor has to take away the dismantled materials
within specified time, and for which he should give credit to the AAI at
his tendered and accepted rates.
b. There may be cases where the intrinsic value of the dismantled materials
may be more than the cost of dismantlement of the building/structure. In
that event, sufficient safeguard should be taken through suitable
stipulation/ provision in the NIT/contract whereby the contractor deposits
the cost of dismantled materials in full with the AAI before he is allowed
to take up the dismantling work. The cost of dismantling shall be paid to
him after he completes the dismantling work.
c. The contract shall also have the usual provision for security
deposit/performance guarantee to ensure that the contractor completes the
dismantling work, and that he doesn’t just walk away with the costly
dismantled materials.
d. In case where dismantlement is part of construction contract, lump sum
stipulation can be made for dismantling and removing the dismantled
material, recovery of which can be made as early as possible preferably in
first three running bills.

25.6 Dismantled materials arising out of maintenance works

a. Relevant section of Manual may be referred to for disposal of dismantled


materials arising out of maintenance works done through contracts.

92
AAI Works Manual

b. In case of dismantled materials of negligible salvage value arising out of


departmental maintenance of works, such as electrical lamps and tubes,
A.C. sheet ridges, PVC flooring, etc., may not to be taken in the
dismantled materials account, and they shall be disposed of as deemed
fit. The Manager/Sr. Manager (Engg ) shall exercise a check on the
quantum of materials dismantled from their normal consumption pattern.
c. For other dismantled materials having salvage value arising out of such
works, these should be accounted for in the Register of Dismantled
Materials, and disposed of, or re-used as the case may be.

25.7 Imprest Cash Amount:

25.7.1 Senior Assistant/Senior Superintendent/Jr. Ex. Engg independently posted at the


airport and Assistant Manager /Manager in other cases should be issued imprest
of Rs. 25000/- to defray day to day petty expenses on works and establishment.
Officers entrusted with such permanent imprest or temporary advances shall
maintain and render accounts of disbursement from the cash imprest as per format
given in Appendix-48 for final accounting or recoupment.

a. The amount of imprest should be entered in red ink in column 5, “total”.


The date and manner of the remittance, and, if recouped by cheque, the
cheque number should also be entered, column 3 being utilized for the
latter purpose. The disbursements from this imprest should be entered
daily. On due date the account should be closed and balanced, the right
hand half page being cut off and sent to the disbursing officer, and the
counter foil retained by the imprest holder. The sums received, from time
to time, as recoupment of the imprest should be entered in column 5 in the
red ink.
b. Temporary advances shall also be accounted for in this form, but the
account of these advances should be quite distinct from those from
permanent advances.

93
AAI Works Manual

SECTION- 26: ESCROW ACCOUNT

26.1 Introduction
Facility of opening of Escrow Account is being provided by few banks. This
account provides protection against diversion of funds by beneficiary for
utilization on other than desired project. It has been decided that opening of
Escrow Account should be considered for projects costing more than Rs.500Cr.
NIT approving authority shall be the competent for opting opening of such
account at the time of approving NIT for amount lesser than Rs. 500.00 Cr. also.
This condition must be clearly indicated in the NIT. There may be other
circumstances where the financial resources are temporarily depleted with the
contractor but even then he intends to complete the work as per terms and
conditions of contract. Department may consider it more appropriate to get the
work completed within revised time schedule through the original agency in place
of adopting long process of recall of tender. Under these circumstances,
Department can protect the interest of department and restrain the contractor from
diverting funds by opening Escrow Account with the consent of contractor on the
basis of mutually agreed conditions.

26.2 Need of Escrow Account:


An escrow account can be opened and operated in the following cases:-
26.2.1 The bank maintaining Escrow account can also be requested under term and
conditions of agreement to check and ensure utilisation of funds on the
project/work for which funds have been allocated by Head Office of AAI.
26.2.2 To ensure the utilization of the mobilization advance and intermediate payments
on the project itself, an escrow account can be opened in any Scheduled Bank.
The Escrow Account shall have one nominee each from AAI and Contractor/
Company.
26.2.3 An escrow account provides additional security to AAI under purchase and
execution of work.
26.3 Opening of Escrow Account
26.3.1 Few banks provide facility of escrow account. The contractor/ suppliers may be
directed to open Escrow Bank Account in one of the nationalized bank.
26.3.2 Opening of separate Escrow Account is mandatory for all works costing more
than Rs.500.00 cr.
26.3.3 The terms and conditions for Escrow Account with the bank as well as with the
executing agency should be drafted carefully in the best interest of AAI.
26.3.4 In case of project/works costing more than Rs.500.00 Cr., the Escrow Account
shall be opened by the successful contractor with the consent of GM (Engg). A
meeting between Contractor, Manager of selected bank and GM AAI shall be
called to formulate terms and conditions of Escrow Account. A tripartite
agreement shall be drawn amongst contractor, GM (Engg.) concerned and bank to
protect interest of the AAI. The release of funds against cheques issued by the
contractor shall be governed by the agreed percentages accepted by contractor

94
AAI Works Manual

under schedule ‘F’ of the agreement. The agreement with bank must incorporate
percentages of Schedule ‘F’. Bank shall obtain consent of GM concerned for
release of funds against cheques issued by contractor for portion of funds on
which AAI expressed its desire to control payment for proper utilization of funds.
This control will be exercised against each payment released by AAI.
26.3.5 The Bank shall obtain consent of AAI before closing of this account.
26.3.6 The Bank shall maintain balance in the account in two sub heads of first balance
against uncontrolled funds and balance against controlled funds by AAI.
26.4 Conditions to be incorporated in the NIT:
26.4.1 The successful contractor for the works costing more than Rs.500 Cr. will have to
open a separate Escrow Account for the project/work in one of the bank
providing such service. The account number and name of the Bank shall be
intimated by contractor to GM (Engg.) and Engineer-in-Charge of the work. The
account shall be made operational before the disbursement of any payment
including mobilization advance.
26.4.2 The bank charges in this regard if any shall be paid by contractor.

26.4.3 All payment released by AAI on account of Mobilisation advance/RA Bills shall
be credited to the specific Escrow account opened for this project. All cheques
issued by AAI shall be stamped for crediting to this account.

26.4.4 The authorized signatory for recording recommendations on behalf of AAI shall
be as notified in the NIT. He will authorise bank to release payments against
cheques issued by contractor after due verification for utilisation of funds. He will
also keep account of release of controlled funds for the project.
For works costing more than Rs. 10.00 Crores, the prospective bidder has to
submit the Bid Capacity certified by Chartered Accountant as per the
attached Performa – II. (Amendment TI 38 para IX dtd. 03.03.2020)
26.4.5 Contractor shall utilize funds released by AAI, to meet expenses for the execution
of this project / work only. This will be controlled by AAI in following manner.
a. Mobilization advance for mobilisation of resources and purchase of plant &
machinery shall be paid to the contractor for crediting in the Escrow Account for
the project as per terms and condition of contract. The agency shall be able to
utilise 25% of each advance to meet minor expenses like construction of site
office, purchase of office equipment and other minor works, while release of
balance 75% fund shall be regulated by the department for which payment shall
be processed as per Section 26.4.6 to 26.4.8 below.
b. Payment received and credited against each RA Bill, can be utilised 25% directly
by the contractor for minor expenses like salary, stationary, office expanses etc.
AAI shall exercise control for release of payment by contractor for balance 75%.

Note: Percentages indicated in this section are suggestive and can be modified by NIT
approving authority considering functional requirement and urgency of work.

95
AAI Works Manual

26.4.6 The Contractor shall submit his proposal to the GM/ Engineer-in-Charge or any
other authority indicated in NIT for utilisation of 75% of funds released by AAI
against each payment credited to Escrow Account with following details.

a. Name of agency.
b. Details of work executed/material supplied by agency to whom he intends
to release payment.
c. Advance payment if any, has to be made against acceptance of his order by
supplier.
d. Documentary evidence in support of his claim.

26.4.7 Engineer –in-charge will examine and approve full/part of such payments as per
contractors request within maximum of three working days.

26.4.8 The bank shall clear cheques according to the recommendations of Engineer in
charge.

26.4.9 These conditions can be enlarged as per situation and functional requirement in
each case with approval of ED (Engg.).

26.5 Foreclosure of Work:

In case of fore closure of work by AAI, the contractor may be permitted to close
Escrow Account immediately as soon as the request of the agency is received and
all balances and liabilities shall be left at the disposal of the agency. The
concerned bank shall also be informed about closure of Escrow Account. In such
case the contractor shall indemnify the department against any legal cases,
disputes from any entity, whom the contractor is liable to pay.

96
AAI Works Manual

SECTION – 27: Business (Bills/Payments) Process through SAP

27.1 General

All payments in AAI have to be made through ERP – SAP system only.
Therefore all payments to contractors/agencies shall be processed through the
SAP system.

27.1.1 SM/AGM shall create a Project Definition for the scheme/ work with detail of all
packages involved in the scheme/work as soon as A/A & E/S for project is
received. He will get the approval from the competent authority for the scope of
work under each package for which independent tenders are to be called. Thus, at
this stage itself provision in the preliminary estimate for each package shall be
made available.

27.1.2 Sanctioned amount (Provision in PE) has to be recorded in SAP-ERP for each
package for which project definition has been created.

27.1.3 SM/AGM shall after award of work for whole scheme/work or part (as individual
package) upload in the SAP system copy of the work order in order to create
agreement and purchase order (P.O.) of the scheme/work. While uploading the
work order the corresponding provisions in A/A & E/S will also be indicated for
the scope of work covered under the package.

27.1.4 Further action has to be taken by executing wing in close co-ordination with
finance of AAI.

27.2 Linking of Project with Finance wing for further payments.

Brief of process is detailed as below:-

27.2.1 Capital/Minor Capital


For such works, once A/A & E/S is accorded following steps must be followed
for entering the data into the ERP system:

a. Project is to be created with WBS elements as per A/A & E/S breakdown
structure (transaction code CJ 20 N). Coding of Project and its WBS
elements should be done carefully using user’s manual.

b. As per the A/A & E/S amount, cost planning and budgeting is to be done
(transaction code CJ 40 & CJ30 respectively). Cost planning is nothing but
the A/A & E/S of respective subheads/packages (Note: it has no relation
with budget allocated by AAI on yearly basis) and the provisions in the
budget should be matching to cost planning and incorporated by utilizing
User’s Manual.

c. After creation of project in the ERP system, this has to be linked with Fund
Center. (Project Definition along with other details is required to be sent to
finance as per Appendix 49 in Excel sheet for this purpose).

97
AAI Works Manual

d. After linking of fund center, Project needs to be released (transaction code


CJ 20 N) transaction code by the Finance unit.

27.2.2 Material Management

a. All payments / bills for purchase of material on Major Capital, Minor


Capital and maintenance works shall be processed through MM module of
ERP system.
b. All material stores on quantity and value basis shall be managed through
inventory management of MM module.

27.2.3 Capital / Minor Capital works


Composite Rate Contract for Civil and Electrical Minor Capital Works on
Percentage Rate Basis. (Refer TI No. 123 (Renamed TI No. 1) dtd. 01.01.2018)
Engineer-in-charge shall take following action immediately as soon as he is
declared as Project / Work in-charge and Project / Work details are made
available to him.

a. Assure that project is created in ERP system.


b. As soon as work is awarded vendor name (agency) is required to be created
by sending detail to finance. (Note- Vender code is created at CHQ level
once only for any agency).
c. ZCONUP document is prepared and Contract is to be created with
transaction code ZCONUP by the Finance (Contract no is required to be
noted for future purpose).
d. Once contract is created in ERP system and allotted transaction code,
purchase order shall be prepared with transaction code no ME21N (PO
number is required to be noted for future purpose).
e. On submission of bills by vendor, MIGO (transaction code) is processed
(which is similar to abstracts of quantities for bills).
f. After completion of MIGO process, financial transaction (transaction code
MIR7) is to be executed which is similar to abstracts of cost for the bills.
g. Once MIR7 executed Invoice document no. & Accounting document no is
created and bill is parked and hard copy of bill is to be send to finance with
Invoice document no. & Accounting document number for further
processing and releasing of payments.

27.2.4 Expenditure / Maintenance works


a. In expenditure works, project is not created and fund flow is through cost
centre of station.
b. Creation of contract, PO, MIGO, MIR -7 are similar process as in capital /
Minor capital works.

98
AAI Works Manual

Note –
1. Every official should be careful so that junked document may not be
created (like duplicate PO, MIGO, MIR7 etc.), as same will consume
quantities and funds not actually processed.
2. It is to be noted that single contract is created and the multiple PO‘s are
processed as per running bills through same contract.
3. Respective User’s manual should be referred for further details of
working in ERP System.
4. All material stores on quantity and value basis shall be managed
through inventory management of MM module.

27.3 Other Guidance

27.3.1 The template for linking of Fund Centre and creating of new fund center has been
provided in Appendix-49.

27.3.2 The template for Re-appropriation of funds has been provided at Appendix-50.

27.3.3 The template for methodology for creation of new fund center has been provided
at Appendix -51.

27.3.4 Each running bill processed in the SAP system with modifications, if any, (in
case of extra/deviation item) will require similar modification is made in the
Purchase Order.

27.3.5 The Invoice no. created by SAP system has to be recorded and to be forwarded to
the concerned Finance Directorate with hard copy of the bill.

Since payments are to be made through on line SAP system, it is important that all
running/closed/new schemes are earmarked judiciously for every year.

99
AAI Works Manual

CHAPTER- V

CONTRACTS

SECTION 28: Contracts and Forms of Contract

28.1 What is a Contract

28.1.1 When two or more persons have a common intention communicated to each other
to create some obligation between them there is said to be an agreement. An
agreement, which is enforceable by law, is a “Contract”.

28.1.2 According to section 10 of the Indian Contract Act. 1872 only those agreements
are enforceable by laws which are made by the free consent of parties competent
to contract, for lawful consideration and with a lawful object and are not
expressly declared to be void. This is subject to any special law according to
which a contract should be in writing and attested by witnesses.

28.1.3 The following are the essential ingredients of a contract:

a. Offer made by one person called the “Promisor”.


b. Absolute and unconditional acceptance of the offer made by the other
person called “Promisee”.
c. Doing of an act or abstinence from doing particular act by promisor for
promisee called consideration.
d. The offer and acceptance should relate to something which is not prohibited
by law.
e. Offer and acceptance constitute an agreement, which, when enforceable by
law, become a contract.
f. In order to make a valid and binding agreement, the party entering into such
an agreement should be competent to make such agreement.

28.1.4 For the purpose of an agreement, there must be a communication of intention


between the parties thereto. Hence in the forms of a Contract there is:

a. A proposal
b. Communication of the proposal.
c. Absolute and unconditional acceptance of proposal.
d. Communication of acceptance of the proposal

28.1.5 The communication of acceptance of the proposal completes the agreement. An


offer may lapse for want of acceptance or be revoked before acceptance.
Acceptance produces something which cannot be recalled or undone. A contract
spring up as soon as the offer, is accepted and imposes an obligation upon the
person making the offer. It has been opined by the Ministry of Law that before
communication of acceptance of an offer the tenderer would be within his right to
withdraw, alter and modify his tender before its acceptance, unless there is a

100
AAI Works Manual

specific promise to keep the offer open for a specific period backed by a valid
consideration.

28.2 Form to be used for Contracts

The prescribed /approved forms should be used for the agreement with the
contractors for the purpose noted against each. Standard clauses of the forms
have been approved by the competent authority and should not be altered /
violated on any account except with the prior approval of the Authority. Special
emphasis should be given to the due performance of the contract by the
contractors in accordance with the terms and conditions of the contract and
necessary safeguards, for instance provision for levy of liquidated damages,
incorporated in the terms of the contract to ensure adequate compensation to AAI
in the event of breach by the contractors

28.2.1 Percentage Rate Tender


Percentage rate tender could be used in respect of works falling under one sub-
head or repetitive type of works where standard design and drawings are
available, leveling and development works including such work as storm water
drainage, water supply and sewer lines and repetitive types of works such as
construction of residential quarters of various types as per standard design and
drawing. Percentage rate tender shall be called under following conditions:

a. This form should be used for call of tenders for the works where estimated
rate for major items (cost wise) of works are based on CPWD DSR
irrespective of the value of work.
b. In other works, where the bulk of items are not based on CPWD DSR, in
such case NIT approving authority may decide to call percentage rate
tenders on the basis of merit of the case.

28.2.2 Item Rate Tender


For item rate tenders, contractors are required to quote rates for individual items
of work on the basis of schedule of quantities furnished by the department. This
form ensures a more detailed analysis of cost by the contractor and as such is
more scientific. The contractors have to work out the rates against each item.
The element of uncertainty and guess work which is inherent in the use of
Percentage Rate Tender is altogether absent in Item Rate Tender and the authority
competent to accept the tender can always check the rates with reference to his
own calculations and decide which of the tenders is suitable. Care, however, is
needed in respect of likely variation in quantities.

28.2.3 Item Rate Tender for supply of Materials


The details stated above for Item Rate Tender is also applicable for Item Rate
Tender for supply of Materials.

101
AAI Works Manual

28.2.4 Piecework Contract Form


This form is to be used

a. For work costing less than Rs. 2,00,000/-


b. In cases in which it is necessary to start the work in anticipation of formal
acceptance of contract, and
c. For running contract i.e. those for pipes, laying of sewage etc.

In cases of (b) above, the piecework contract is cancelled as soon as regular


contract is signed.

In case of (c) above, quotations are called periodically and a running rate contract
is drawn up as a result of those quotations usually for a period of 1 year. The
piecework contract form provides for payment of stipulated rates only when
execution is done within said period and also stipulates that the Engineer –In-
Charge may put an end to the agreement at his option at any time.

28.2.5 Work order


The works can be awarded by using form of work order for works as per DOP.
Work awarded on work order basis may be stopped by engineer-in-charge at any
time and the contractor is also entitled to stop the work at any time, and when it is
not considered necessary to draw agreement on the form of piece work. Before
award of work on work order basis the contractor may be asked to furnish a list of
AAI employees/officers related to him. The procedure and various format and
formalities to be adopted for award of work on work order basis have been given
under Section 29.

28.2.6 Lump-sum Contract

This form, as its name indicate, is used for work in which contractors are required
to quote a lump-sum figure for completing the works in accordance with the
given designs, drawings, specification and functional requirements, as the case
may be. Lump –sum tender can be either for only executing the work as per
given design, drawing and specification or it may include element of doing design
work and preparation of structural drawing as well, which should be in keeping
with the given functional, structural and architectural parameters and subject to
approval by the competent authority beforehand. Normally, lump-sum tenders
may be called for following types of works.

a. Bridges/hangars
b. Overhead tanks
c. Bins/Silos
d. Chimneys
e. Repetitive types of work like residential type quarters
f. Specialized equipment and construction.

102
AAI Works Manual

In case, work is to be executed as per design and drawings of the department, all
the detailed working drawings, both architectural and structural, must be prepared
before hand and should form part of the tender documents which should also
contain complete and detailed specifications of the work. The tender documents
must set out complete scope of the work and if felt necessary, a rough schedule of
quantities based on the relevant design, drawing and specifications, may be
appended to the tender for guidance. It should, however, be made clear in the
tender documents that only the drawings and the detailed specifications as
contained and/or referred to in the tender documents shall form the basis of
execution and payment. The schedule of quantities is given for guidance only to
the bidders. The extra payment or recovery over and above the accepted rate
shall, therefore, be called for only in the event of authorized deviations from the
drawings and specifications (as given and/or referred to in the tender documents)
in course of execution and not otherwise.

In case, the detailed architectural and structural drawings are to be provided by


the contractor, all the architectural and structural data/ parameters necessary to
work out the cost of the work, details of the functional requirements and
complete/detailed specifications thereof including preliminary drawings, if any,
must be finalized before call of tender and the tender documents must contain all
these details so that there is little scope of guess-work on the part of contractor
while tendering and chances of dispute at a later stage are minimized. A condition
should be stipulated in the tender documents that the work should be executed as
per detailed design and architectural/structural drawings to be prepared by the
successful contractor conforming to the given parameters and functional/design
requirements as enunciated in the tender documents and submitted to the
department within specified time after the award of work. The contractor shall
accordingly, get the design/drawings approved by the department before taking
up execution of the work. In case any modification for any reason is ordered in
the course of execution, suitable adjustment for extra payment or recovery should
be effected only if such modification results in change in the scope of the work as
given in the tender documents or any change from the specified parameters.

28.2.7 Demolition of Buildings


This form of the tenders is adopted for demolition of buildings and removal of
debris from site.

28.2.8 Other forms of contract are;

a. Supply of equipment and machinery


b. Consultancy contract
c. Service Contract
d. Supervision and Quality control

103
AAI Works Manual

SECTION 29: Work Order

29.1 Procedure

29.1.1 All works even if costing less than Rs 2 Lac must be awarded after call of E-
bidding with wide publicity. Similarly work involving supply of material,
equipments and components costing below Rs 1 Lac may also be awarded after
E-bidding with wide publicity. The call of tenders on e-tendering basis is
mandatory irrespective of the estimated cost.

29.1.2 The award of work on work order basis may be resorted to only in emergency or
for procurement of materials on proprietary basis only. In the case of emergency
Engineer-in-Charge shall initiate a proposal for call of quotations after recording
detailed reasons and type of emergency in each case. Approval for calling
quotations and award of work on work order basis shall be accorded by the
authority competent to accept quotations without call of tenders as per delegation
of powers.

Systematic Improvement – Execution of Proprietary Item – Reg. (Amended


vide TC No. 05/2015 dtd. 01.04.2015)
All the work pertaining to software improvement / modification / integration / up-
gradation of special equipments, special repair which are proprietary in nature
and can be carried out only by the OEMs should be carried out separately as per
DoP provisions and should not be clubbed with other works.

29.1.3 The Notice Inviting Quotations (NIQ) (as per format available at Appendix 52)
for call of quotations must be prepared with detailed description of items and
specifications of work. The terms and conditions for specific work should also be
drafted and made part of Notice Inviting Quotations (NIQ).

29.1.4 The selection criteria for the agencies from whom NIQ’s is being sought may be
based on financial and technical capability of the contractors. Thus, quotations
may be invited only from agencies having adequate financial capabilities and
technical experience. The working/reliable contractors of AAI and other
Government Departments may be given preference. However, minimum three
valid offers shall be required for award of work on work order basis.

29.1.5 For the work of supplies, exception is to be made where the procurement is to be
obtained from the manufacturers / authorised dealers for the equipment / spares /
services such as servicing and overhauling / special repairs to the equipment,
quotations may be obtained directly on the basis of NIQ. The cases should be
processed for award of work after establishing justified cost. Towards guarantee /
warranty obligations, security deposit should be obtained either recoverable from
running payments or Bank Guarantee. Where more than one authorised dealer
exists, the competitive quotations/sealed spot quotations against NIQ are to be
obtained and the cases processed for award as per the delegated authority
prescribed in DOP. Procurement authority shall request quotations from as many
suppliers or authorised dealers as practicable but from at least three suppliers/
contractors/ authorised dealers. Each supplier/ authorised dealer or contractor
from whom a quotation is requested, shall be informed to offer their rates /quoted
price including transportation and insurance charges, duties and taxes etc.

104
AAI Works Manual

Under normal case press advertisement and e-tendering is required. But in


specific case stated above we may adopt this system.
29.1.6 Urgent works like break down in services, works connected with security, VIP
movements; operational urgency etc. costing up to Rs. 100 Lac may be executed
without call of tenders by calling quotations or by negotiations ab-initio as per
powers delegated under DOP. The precise nature of the emergency involved
should be recorded by the Asst General Manager and approval of NIT approving
authority is obtained before dispensing with call of tenders for works costing
more than Rs. 5 lacs.

29.1.7 The form may normally be used for works costing Rs 2.00 Lac and below.
However, in case of works costing more than 2 Lac, this format can be used only
in urgent/ emergent works after recording detailed reasons of urgency. This
format can also be used in case of requirement of material from manufacturer and
authorized dealers. It is not much different from piece work contract form but any
work awarded on work order form may be stopped by Engineer-in-charge without
notice any time and the contractor is also entitled to stop the work any time but
not in case of urgent and emergent works.

29.1.8 Format for award of work on work order basis is given at Appendix-53. Some of
the suggestive terms and conditions which can be made applicable while
executing work on work order basis aredetailedinAppendix-54.These conditions
can be enlarged/ modified as per requirement on case to case basis.

29.2 Powers

29.2.1 Quotations may be called in case of exigencies with approval of competent


authority within their financial powers delegated under DOP.

105
AAI Works Manual

SECTION 30: Composite Contract

30.1 Introduction

Modern Buildings being constructed these days normally have 25 to 30 services


to meet their functional requirement. Most of the services are specialized in
nature. Normally these works were being awarded to agencies having experience
in respective field. Thus, number of agreements to be handled by project team is
very large and coordination amongst these agencies becomes difficult un-
manageable causing delays. Thus, it is preferred that number of contracts being
handled by project team may be reduced to minimum for efficient project
management and timely completion of work necessitating concept of calling
composite tenders. The following procedure for composite contract may be
adopted:

30.1.1 The NIT approving authority must finalize number of packages for call of tenders
as soon as administrative approval and expenditure sanction is received from the
competent authority for the project. The suggested packages are indicated in
Appendix – 55. These packages are purely suggestive.

30.1.2 ED (Engg) shall have full powers for deciding number of packages and scope of
work covered in each of them for call of composite tenders.

30.1.3 The representatives of other departments/directorates responsible for operation


and maintenance of various services like PA System, FIDS, CCTV System, Fire
Alarm & Fire Fighting System, Data Cabling etc must be involved at all stages of
system design, execution of work and performance testing of components /
system. This will invite valuable inputs from them and facilitate handing over of
system for maintenance on completion.

30.1.4 The NIT approving authority may also decide list of works for which tenders are
to be called as a part of main civil construction work. NIT approving authority
shall decide before preparation of detailed estimate, a list of packages for call of
tenders and list of works as a part of each package. The decision in this regard
shall be communicated to all concerned for preparation of corresponding detailed
estimate & tender document. The tenders for specialized works may also be
grouped in one package having similar nature of work with the approval of NIT
approving authority.

30.1.5 Separate/composite tenders may be called for other specialised work as per
grouping indicated in Appendix 55 for all specialised works.

30.1.6 The composite tenders can also be called for AMC/CMC works of various
services in a building with appropriate grouping to facilitate easy and economical
maintenance of the buildings. One single composite tender can also be called for
all services in the building (including maintenance of building works) so that only
one agency is responsible for complete maintenance of building.

106
AAI Works Manual

30.2 Pre-Qualification Criteria.


30.2.1
a. Registration shall be applicable only for works with estimated cost up to
Rs 15.00Crores. The work experience criteria shall not be applicable for
bidders having desired registration requirements. (i.e. valid registration in
appropriate class of work that is Building works/Pavement works on date of
submission of bid). Estimated cost shall fall within financial limit of
registration. Bidders who are not fulfilling the registration requirement
shall be considered for pre-qualification subject to fulfilling the other
qualifying requirements of works completed in last 7 years. The
prequalification criteria shall be applicable as given in Appendix 4A to 4C.
In case of non-registration of contractors for Ground Lighting Facilities
(GLF) Works, the pre-qualification criteria for the works shall be
applicable.
Pre-Qualification on the basis of valid Registration Certificate for
works costing up to Rs 15.00 Crores has been discontinued.
Henceforth, Pre-Qualification shall be on the basis of only Experience
certificate of similar nature of work. (Amendment TI 38 para IV dtd.
03.03.2020)
The Joint Venture firms can be permitted to quote for composite Tenders
amounting to more than Rs 50 Cr. (Amended on dt. 26.03.18) Joint
Venture is permitted for works above Rs.50.00 Cr. for building works and
Rs. 200.00 Cr. for pavement works. The number of firms in J.V should not
be more than two. In case joint venture firm the agreement has been made
before submission of bid & the leader of the J.V firms shall meet 80% of
the qualification criteria and shall accept overall responsibility of the
contract obligations for the total scope of work during execution and
including up to defects liability period. The second partner/ member of
Joint Venture Company should have 40% of the prequalification criteria to
meet the eligibility. If the Joint Venture firm becomes lowest after opening
of price bid only lead partner of joint venture firm must sign agreement
with the department and it should be mandatory for lead partner to attend
all the progress review meetings and to be answerable to all issues relating
to the project for discharging their obligations in full as specified in the
tender documents. The successful renderer shall not be permitted to form
joint venture after award of work.
a. The requirement of T&P must be mentioned for the scope of work in the
NIT document. Regarding requirement of machinery and T&P, it shall be
added that “in case agency do not have their own or possesses required
plant and machinery, an undertaking to this effect that the same shall be
provided either by purchase or lease hold basis if work is awarded to them,
to be submitted along with the application and deployment shall be as per
requirement at site decided by the Engineer-in-Charge”.
b. Integrity Pact is applicable for works costing more than Rs. 5 Crores.
c. The experience criteria shall be as under.
He must have executed at least one work of 80% value of similar
nature of work as per NIT.
or
He must have executed at least two works of 50% value of similar
nature of work as per NIT.
or

107
AAI Works Manual

He must have executed at least three work of 40% value of similar


nature of work as per NIT.
d. Experience criteria and current costing level to be arrived by enhancing the
actual value of work at simple rate of 7 % per annum, calculated from the
date of completion to the last date of submission of bids.

e. Nature of similar job should be defined by NIT approving authority. In


case of pavement works, irrespective of type of pavement (rigid and / or
flexible), the experience either of rigid or flexible pavement works shall be
considered for pre-qualification.

f. Phase / part completion of work shall not be considered for satisfactory


completion of work for the purpose of experience. However, pre-
determined phasing of work will be accepted by the NIT approving
authority subject to its meeting the laid down criteria.

g. Bidder shall obtain solvency certificate from any bank as specified in the
tender document. The bidder must meet solvency criteria specified in the
NIT.
The provision of submission of solvency certificate by the bidder is
replaced with net worth certificate of minimum 15% of the estimated cost
as per the attached Performa–I. (Amendment TI 387 para VII dtd.
03.03.2020)

h. For Annual Maintenance Contract Work:

All terminal and other completed buildings are to be maintained by the


department. Comprehensive composite contract may be resorted to, incase
maintenance of terminal/other building has to be out sourced. Only
maintenance of highly specialised services can be out sourced
independently if so required, with the approval of NIT approving
authority.

i. The prequalification criteria for O&M/AMC/CMC/AICMC work shall be


considered the estimated cost of one year while deciding PQC even if
tender are being called more than 1 year.

30.2.2 The main contractor may be permitted to execute works covered under more than
one subhead provided he has requisite experience in execution of corresponding
works of subhead and he meets all requirements of pre-qualification including
financial, technical and technological requirement specified in the PQ criteria.

30.2.3 Main agency will associate expert agencies for the execution of specialized works
under various subheads for which he does not meet PQ criteria. In such case he
will appoint his associate for the execution of each specialized work with the
approval of the NIT approving authority. The main contractor shall intimate the

108
AAI Works Manual

names of only those agencies who fully meet the PQ criteria for each specialized
work.
30.2.4 Main contractor shall not be permitted to change their associated agencies in the
course of execution of work. If change of agency is inevitable then a request
shall be submitted to the engineer-in-charge in writing giving full justification for
change of agency. The proposal must indicate name of the alternate agency along
with his financial, technical capabilities and work experience in the appropriate
field. The proposal shall be submitted to NIT approving authority through proper
channel for the approval. Such change shall be allowed only after receiving
approval from the competent authority.

30.2.5 After acceptance of the bid by competent authority, the GM/Jt. GM/Dy.
GM/AGM/SM/Manager in charge of major component of the work shall issue
letter of award (Appendix-74) on behalf of the Chairman, Airports Authority of
India. Letter of Intent can be issued on the format provided at Appendix 59A if
delay in issue of acceptance letter is anticipated. After award of work, the main
contractor will have to enter into one agreement for complete work with
AGM/SM/Manager in charge of major component. One copy of agreement shall
be handed over to GM/Jt.GM/DGM/AGM/SM/Manager in charge of each minor
component of main work for execution of his portion of work.GM/Jt.GM/D
GM/AGM/SM/Manager of major component will operate major portion of work
and shall be responsible for execution of work as per specifications and terms &
conditions of contract while GM/Jt.GM/DGM/AGM/SM/Manager in charge of
minor component(s) shall operate minor portion of work along associated
responsibility for quality of work.

30.3 Execution of work


30.3.1 Entire work under the scope of composite bid including major and all minor
components shall be executed under one agreement.

30.3.2 Engineer-in charge for execution of all subheads shall be declared by GM (Engg)
concerned. Respective Engineer-in-charge of each subheads of work shall be
responsible for timely execution/ quality of work/processing of running account
bills etc. He shall submit R/A Bills to finance through overall in-charge of major
component of composite contract.

30.3.3 Final bill of whole work shall be finalized and paid by the GM/Jt.GM/Dy.
GM/AGM/SM/Manager. of major component. Engineer(s) in charge of minor
component(s) will prepare and pass the final bill for their component of work and
pass on the same to the GM/Jt.GM/DGM/AGM/SM/Manager of major
component for including in the final bill for composite contract.

30.4 Tripartite agreement

30.4.1 This clause is applicable for the works for which the estimated cost put to tender
is more than Rs.500.00 crores. On receipt of LOI from AAI, the main agency will
select his associated agencies for each subhead of specialized works and finalize

109
AAI Works Manual

his rates with them. The relationship between main agency and associated agency
may be of any type (either it is back to back contract or associated agency may
use full/part material arranged by main contractor), but specifications of work,
preferred makes of materials and overall performance of system shall be assured
jointly by both of them.

30.4.2 The main contractor shall execute an agreement amongst AAI, main contractor
and associated agencies for all sub-heads of specialized work, on receipt of
acceptance letter from the engineer-in-charge so that the associated agency is
fully responsible to the department to meet all obligations as per NIT document.

30.4.3 Main contractor shall submit list of associated agencies for all specialized work
within 1/12th of stipulated completion period or within one month period
whichever is later. The contractor shall also submit documentary evidence for
financial and technical capabilities of his associated agencies of their experience
in executing similar specialized works along with his application. The department
shall examine the capabilities of associated agencies on the basis of respective
PQC and convey approval/rejection of the department on merits within 15 days.
30.4.4 The main contractor shall submit duly signed tripartite agreement (as per
Appendix - 56) within 2/12th of stipulated completion period or 60 days
whichever is more for approval and signatures of department. The extension of
time for signing of this tripartite agreement shall not be generally permitted. The
signing time shall only be extended if handing over of site is delayed by the
department.

30.5 Condition of composite contract

30.5.1 Main contractor shall be responsible for submission of earnest money.

30.5.2 The mobilization advance shall be paid to main contractor as per conditions and
limits indicated in Section 23.1.1 of Works Manual. The first instalment of
mobilization advance shall be corresponding to the value of work which shall be
executed by the main agency (Value of main work plus Value of specialized
works for which main contractor meets PQC and found eligible to execute such
works). The subsequent mobilization advances corresponding to value of each
subhead shall be released on signing of each Tripartite Agreement with
specialized agency.

30.5.3 The recovery of mobilization advance shall be made from the bills of main
agencies on pro-rata basis for each sub-head of work in accordance with section
mobilization Section 23.
30.5.4 The security deposit shall be deducted from the running bills of main contractor.

30.5.5 Main contractor shall be responsible for completion of work as per time schedule
indicated in the NIT. The compensation for the delay shall be levied on the main
contractor only.

30.5.6 The coordination meetings called by AAI shall be attended by associated


agencies as and when required. Associated agency shall be responsible for

110
AAI Works Manual

technical soundness, quality of work and adherence to tender specifications. The


main contractor as well as associated agency shall be responsible for rectification
of deficiencies noticed during course of execution.

30.5.7 The main contractor shall be responsible to carry out all obligations of repair/
replacement of any type for major as well as other components of work during
warrantee period of respective systems. The proper performance of all systems
during warrantee period shall also be responsibility of main contractor.

30.5.8 Main contractor shall be responsible for submission of warrantee bond/ bid-bond
or any other obligation as specified in the tender documents.

30.6 Payment Condition


30.6.1 The main contractor may be directed to finalize specialized agencies for the
execution of works covered under all subheads of NIT as early as possible. The
main contractor shall not be paid for value of work covered under second running
bill and subsequent bills till all Tripartite Agreements are signed by all parties
concerned.

30.6.2 The running bill for specialized work shall be processed as per terms and
conditions of the contract. The main contractor and specialized agency shall
indicate in Schedule ‘F’ of tender, percentage of direct payment to be made to the
specialised agency. In case of default 75% of the net payable amount (after all
deductions) shall be paid directly to the specialized / expert agency and balance
25% shall be paid to the main contractor. All deductions like security deposit,
income tax & recoveries for any works shall be made from the main contractor.

30.7 Quality Assurance

The responsibility of quality assurance and structural stability would rest with
DGM / Jt.GM.

30.8 Completion Certificate

Completion certificate in respect of specialized agency shall be recorded by


concerned officer as per delegation of power under Section 11.4.5 and Section
11.5 for respective works under his control. Overall completion certificate for
composite contract shall be recorded by the Engineer-in-charge of overall work
after recording of individual completion certificate in respect of all specialized
works.

111
AAI Works Manual

Section – 31: Global Tenders

31.1 Introduction

Most of the airports are being used by international airlines and it is necessary to
provide the latest sophisticated facilities for operation of international flights.
Many of the equipments required to be installed at international airports are not
being manufactured in India. Few of the international manufactures are prepared
to supply their equipments directly to us while manufacturer of other equipments
/ material prefer to execute turnkey projects in India. In both the cases we have to
call tenders for supply or supply, installation, testing and commissioning at global
level for such specialized equipments. Indian manufactures/suppliers can be
allowed to quote for the work covered in the NIT.

31.2 Scope of Global Tender

The scope of work for global tenders should include design, supply, installation,
testing, commissioning etc. of equipment/system including testing at the works of
OEM. The scope of work must also include all pre commissioning checks and
commissioning the installation for safe operation of the equipment/ system and
handing over to AAI. The training of AAI engineers at site and other staff may
also be included in the scope of work.

31.2.1 The NIT must clearly indicate followings

a. Estimated cost and completion period of work.


b. The requirement of experience of vendor in the respective field. There should
not be any ambiguity in these aspects.
c. NIT should clearly bring out Technical evaluation criterion

31.2.2 It will be appropriate to prepare NIT in such a manner that items inviting different
taxation are kept in different subheads, which will facilitate ease in accounting
and payment of applicable taxes. The entire work of under Global Tender consist
of items like import of material, transportation of material, from foreign origin to
Indian port and thereafter, supply of Indian Material, erection of equipments,
testing and commissioning of system and AMC for the period specified in the
contract. Thus, the scope of work for global tender may be grouped in five
distinct subheads.

a. Subhead 1 (SOQ -1): This subhead should include description of imported


equipment/ component/ material along with quantities of items covered in the
scope of work in many cases item described under this subhead may contain
many components some of them may be manufactured in foreign country and
some may be available within the country. In such case bidder shall be free to
assemble item using foreign and Indian component together thus this subhead
shall be further divided into following parts.

112
AAI Works Manual

i. SOQ 1.1 “This sub item will contain quantity, rates and amount for foreign
components”.
ii. SOQ 1.2 “This sub item will contain quantity, rates and amount for Indian
components to be incorporated in imported systems but to be paid in INR”.

Note: In this manner all items of Sub-head SOQ-1 shall have two sub items.

b. Subhead 2 (SOQ-2): This subhead must include description of item along with
quantity for freight and insurance (ocean and inland) which is to be paid in
INR.
c. Subhead 3 (SOQ-3): This subhead should include description and quantities
for completely indigenous items covered in the scope of work to be paid in
INR.
d. Subhead 4 (SOQ-4): This subhead should include the item of Installation,
testing and commissioning charges to be paid in INR for works and
equipments covered in SOQ-1 and SOQ-3.
e. Subhead 5 (SOQ-5): This subhead must include following two components.

i. Operation and maintenance of equipment and system during


warrantee period as specified in NIT (The warrantee period may be
decided by NIT approving authority according to functional
requirement of the work). The rate must be quoted per year per
system/equipment and not on the basis of per month.
ii. Five years of Operation and All Inclusive Comprehensive
Maintenance Contract (or as specified in tender document) after
successful completion of warranty period. The rate must be quoted
per year per system/equipment and not on the basis of per month.

31.3 Publicity for call of tenders


The global tenders must be invited through e-tendering system for achieving
wider publicity in global markets and to facilitate foreign firms for their
participation. A copy of NIT should also be sent to selected Embassies / High
Commissions located in India for vide publicity. The list of such embassies/ High
Commissions shall be got approved from NIT Approving authority.

31.4 Call of Tenders

31.4.1 The Tenderer may be asked to bear all costs associated with the preparation and
loading the bid for e-Tender.

31.4.2 The Joint Venture firms can be permitted to quote for global tenders amounting to
more than Rs 50 Cr. The number of firms in J.V should not be more than two. In
case joint venture firm the agreement has been made before submission of bid &
the leader of the J.V firms shall meet 80% of the qualification criteria and shall

113
AAI Works Manual

accept overall responsibility of the contract obligations for the total scope of work
during execution and including up to defects liability period. The second partner/
member of Joint Venture Company should have 40% of the prequalification
criteria to meet the eligibility. If the Joint Venture firm becomes lowest after
opening of price bid only lead partner of joint venture firm must sign agreement
with the department and it should be mandatory for lead partner to attend all the
progress review meetings and to be answerable to all issues relating to the project
for discharging their obligations in full as specified in the tender documents. The
successful tenderer shall not be permitted to form joint venture after award of
work.

31.4.3 A period of 30 – 45 days may be provided to the bidder from the date of
uploading of tender document. However the NIT approving authority shall have
full power to modify time limit on case to case basis.

31.4.4 All Global tenders shall be called on 3 BOT basis. Three envelops submitted by
bidders shall contain following documents which shall have minor deviations
from the contents of tenders called under Section 36.

a. Envelop I-
i Scanned copy of BG against EMD along with copy of Bid Bond, (if
not done through RTGS/ NEFT). Scanned copy of qualifying required
documents.
b. Envelop II
i Technical Bid containing scanned copy of Unconditional Acceptance
of AAI’s Tender Conditions and BG for EMD/Integrity Pact.
ii Scanned copy of other Technical Documents and details as per SOQ-
I and II of NIT .

iii Details of Indian Associates.


iv List of foreign components against each item of scope of work
under SOQ-I and list of Indian component against each item of
scope of work under SOQ-I
v Undertaking from bidder for meeting NIT specifications.

c. Envelop III - Financial Bid.

31.4.5 Successful tenderer shall not be permitted to supply Indian components against
his commitment under SOQ –I of his offer.

31.4.6 The Earnest Money in case of global tender shall be submitted in the form of
irrevocable Bank Guarantee as per Appendix-57 amounting to Rupees/USD as
specified NIT document as detailed under Section 38 along with Bid Bond as per
Appendix-58.

114
AAI Works Manual

31.5 Instructions to Bidders

31.5.1 Prices quoted by the tenderer shall remain fixed and valid till completion of work
including testing, commissioning of equipments / system and related warranty
period. The rates for five years AMC period shall also remain fixed for the entire
duration of AMC as quoted in the tender for which a supplementary agreement
will be drawn. No variation of cost shall be payable under any circumstances.

31.5.2 The bidder shall not be permitted to withdraw his offer after submission of tender
till expiry of validity of his offer. The fifty percent of earnest money (Amended
on dt. 26.03.18) The entire earnest money shall be forfeited if the offer is
withdrawn by the bidder before expiry of validity period.

31.5.3 The successful bidder shall be informed in writing by Speed Post/Mail or email or
facsimile that his tender has been accepted on the format provided at Appendix
59 A. The confirmation to this effect shall be sent in writing also on Performa
enclosed at Appendix –59 to the successful bidder.

31.5.4 Rate should be quoted by the agencies including present rate of taxation in India
for inland taxes, duties, GST etc. Additional cost due to any increase/decrease in
present rate of taxes shall be adjusted accordingly by AAI on production of
documentary evidence for having paid the same. (GST to be reimbursed vide
TC No. 5 dtd. 08.06.18 – Impact of GST on Engg. Works – Guidelines – reg)

31.5.6 AAI shall be entitled to deduct at source any tax as may be required by the law in
force in India. AAI shall furnish a certificate to this effect in the prescribed form
to the supplier.

31.5.7 The quoted rates for local supplies are deemed to be inclusive of all Taxes and
duties applicable as on one day prior to the date of submission of price bid.
Introduction of new Taxes or variations subsequent to the cut-off date in India
shall be adjusted accordingly on actual basis on production of documentary
evidence.

31.5.8 Any claim by the contractor for re-imbursement shall be made before submission
of final bill of main work for that particular Airport. No claim for re-imbursement
shall be accepted regarding enhanced Taxes and duties subsequent to settlement
of final bill for respective Airport.

31.5.9 The tenderer shall declare his Indian representative/Associate in P.Q. documents.
He will also enclose copy of agreement/MOU with his Indian representative. The
successful tenderer shall not be permitted to change his Indian
associate/representative during currency of the contract. Contractor shall submit
request for change of his associate/representative only in exceptional
circumstances with proper justification/reasons. AAI may accord such permission
115
AAI Works Manual

only in unavoidable circumstances after examining the request. The tenderer or


his authorized representative may be directed to make all correspondences with
AAI only. Any correspondence made through agents shall not be entertained.
31.6 Scrutiny of technical bid:
The technical bid of all bidders shall be examined for completeness and technical
suitability of the offer and its compliance with NIT requirement. The scrutiny of
technical offer shall bring out followings.
a. A list of non-conformity for all bidders shall be prepared.
b. The list of deviations from NIT specifications shall be informed in writing to
all bidders for their clarifications within a specified time (not more than 14
days).
c. The deviations from NIT requirements must be considered and final view
shall be taken. Modification in the specifications may be considered if found
necessary (only in exceptional circumstances) which shall be got approved
from NIT approving authority.
31.7 Earnest Money Deposit
The successful tenderer shall submit the BG for EMD (Appendix 60) directly to
AAI or request his banker to send the original Bank Guarantee regarding EMD
directly to the Airports Authority of India (AAI) under registered post. In case of
direct submission of BG by the bidder to AAI, then the banker should send a
stamped duplicate copy of the Bank Guarantee by Registered Post directly to the
AAI. The Engineer In-Charge shall compare copy of the BG with original BGs
received directly from tenderer. In case of any discrepancy the same shall be
reported to the issuing branch. Such reference from AAI must be responded
promptly by the banker of the tenderer.
31.8 Security Deposit of Capital Work & All Inclusive Comprehensive Annual
Maintenance Contract:
31.8.1.1 Security Deposit of Capital Works
31.8.1.2 The successful tenderer shall be directed to furnish Irrevocable Bank Guarantee
against Security Deposit immediately to complete formalities of signing
agreement. The Bank Guarantee against Security Deposit shall be valid for six
months (Amended on dt. 26.03.18) 90(Ninety Days) after expiry of defect
liability period. Further formalities of executing agreement between contractor &
AAI and opening of letter of credit (L.C.) shall be taken up only after receipt of
BG against Security Deposit. The Irrevocable Bank Guarantee and Bid Bond
submitted by the bidder against EMD shall be returned on receipt of this BG.
Many of the tenderers which include import of materials / equipments and
payment through LC, takes reasonable time around 3 to 4 months to open the LC.
As prior to opening of LC, none of International Global Vendor take up of the
manufacturing of materials / equipments, which results delay in project and EOT
etc. Hence, NIT approving authority shall ensure that an appropriate additional
time period is included in all the future contracts. (Amendment TI 34 dtd.
07.01.2020)
31.8.1.3 The SD shall be in the form of irrevocable Bank guarantee to the extent of 5%
(five percent) of the contract amount of SITC work for all airports (if work is to
be executed at more than one airport). The value of Bank Guarantee shall be 5%
of Contract value minus amount quoted by bidder against SOQ-5 (cost of 5years
116
AAI Works Manual

of AMC). The format for BG shall be as Form “C” from a


Nationalized/Scheduled Bank (as per Reserve Bank of India schedule), having
office in India along with undertaking as per Form “C1”. The Bank Guarantees
shall remain valid for contract period + defect liability period (24 months) + 6
months after the expiry of warrantee/defects liability period.
31.8.2 All Inclusive Comprehensive Annual Maintenance Contract Security Deposit
31.8.2.1 The scope of work may include supplying, installation, testing & commissioning
of equipment at more than one airport in case of global tenders. Such agreement
may include All Inclusive Comprehensive Annual Maintenance Contract
(AICMC), for which liability of the original contractor is extended for the
AICMC period also. The responsibility under AICMC is to be delivered to
Engineer In-Charge of respective Airports where such work has been carried out
by the Global agency. Therefore, Bank Guarantee towards security Deposit for
the AICMC contract shall be submitted to the Engineer-in-charge of respective
airport, as per format given as form “C” Appendix-61 from a
nationalized/scheduled Bank (as per RBI schedule), having office in India, along
with undertaking as per Form “C1” Appendix-62 for the values given below:
31.8.2.2 Contractor shall submit separate Bank Guarantee (BG) to meet his obligations
indicated in the scope of work covered under SOQ-5 for 7 years (Two years of
warrantee period) of operation & maintenance including 5 years of AICMC. The
BG shall be submitted separately to Engineer In-Charge of each airport for value
equal to 10% of the total contract amount quoted against SOQ-5 of respective
airport (i.e. 10% on the total accepted amount for a total period of 7 years which
includes 7 years of operation & Maintenance & 5 years of comprehensive
maintenance contract (SOQ-5) for respective airport). The BG for this purpose
shall be valid for six months beyond the scheduled date of completion of AICMC
contract (i.e. validity shall be for 90 months). The contractor shall ensure that this
bank guarantee is submitted to AAI at least 30 days before the date of
commencement of Operation & Maintenance period.
Note: The period of operation and maintenance and comprehensive maintenance
indicated above is suggestive. NIT approving authority may decide period of DLP
& AICMC depending upon the functional requirement in each case.
(Amendment TI37 para 2 dtd. 26.02.2020)
Guidelines for inclusion of Operation & Maintenance cost for equipment’s /
facilities.
In order to bring uniformity in Operation and Maintenance cost for equipments
during SITC works / composite tenders, following procedure shall be adopted.
i) For individual SITC works / item rate Composite tenders with Operation and
AICMC (Excluding EPC tenders) :
a) During tendering, the BOQ of price bid shall be prepared for SITC, operation and
AICMC items, however agency is able to quote rates for SITC portion only and
Operation and AICMC price fields shall be in disabled mode (Sample
Template is attached as Appendix-A). After opening of price bid, the portal will
display the total of SITC including position of bidders. (In case of reverse
auctioning only L1 price will be displayed before reverse auctioning).

117
AAI Works Manual

The cost of operation and AICMC will be worked out on the basis of pre-decided
percentage of SITC amount (in case of reverse auctioning the discounted SITC
amount shall be considered) and subsequent cumulative escalation for 5/ 7 years.
b) The pre-decided percentage for AICMC cost for the first year after Defect Liability
Period (DLP) shall be derived based on previous awarded works trend, offers from
OEMs, life of equipment, standard practices depending upon location of the site.
The concerned ED (Engg.), CHQ (in case of CHQ tender) / GM (Engg.), RHQ (in
case of RHQ / station tender) shall finalize the prefixed percentage judiciously.
c) The pre-decided percentage for Operation & routine maintenance cost for the first
year during Defect Liability Period (DLP) and thereafter shall be derived on the
basis of standard AOR for manpower as per site requirement / OEM’s
recommendations considering minimum wages act and applicable benefits as per
labour laws and rules. The concerned ED (Engg.), CHQ (in case of CHQ tender) /
GM (Engg.), RHQ (in case of RHQ / station tender) shall finalize the prefixed
percentage judiciously.
d) The final tender evaluation shall be done on the basis of total cost i.e. after adding
cost of Operation and AICMC (after reverse auction).
31.9 Performance Guarantee:
31.9.1 The successful tenderer is also required to submit Performance Bank Guarantee
which shall be furnished within 30 days of issue of work order. In case the
contractor fails to deposit performance guarantee within the stipulated period, no
payment for the work done in respect of first running account bill will be released
to the contractor. Moreover, interest @ 10% p.a. on performance guarantee
amount would be levied (Non-refundable) for delayed period of submission of
PBG. The performance guarantee shall be submitted in the form of irrevocable
Bank guarantee to the extent of 5% (Five Percent) of total contract amount minus
quoted amount against SOQ-5 as per format given as form “D” (Appendix 63)
from a nationalized/Scheduled Bank (as per RBI schedule), having office in India
along with undertaking as per Form “D1” (Appendix 64). The performance Bank
Guarantee shall remain valid for 6 months beyond the scheduled date of
completion/authorized extended period of completion (for the works covered
under SOQ-1 to SOQ-4). If the agency fails to extend the validity of the
performance guarantee, the same can be encased by AAI.
31.9.2 The Performance Bank Guarantee shall be accepted after due verification from
the bankers of the tenderer.
31.9.3 No other form of Performance Guarantee other than the above shall be accepted.
31.10 Release of Bank Guarantee submitted towards Security Deposit
31.10.1 The Bank Guarantee submitted towards security deposit for the work of SITC
covered under SOQ-1 to SOQ-4 will be released after satisfactory completion of
defects liability period and only after submission of Bank Guarantee towards
Security Deposit for the work covered under SOQ-5.
31.10.2 The Bank Guarantee submitted towards security deposit for the work of O&M
(AICMC) work (SOQ – 5) will be released after satisfactory completion of
AICMC period as specified in the tender document.
31.10.3 The format for Bank Guarantee towards SD shall be as per Form “C”. No other
form of security shall be acceptable to AAI.

118
AAI Works Manual

31.11 Dispatch Instruction


The material / system purchase through global tender may be required at more
than one airport. Tender documents shall indicate clearly quantity and date of
delivery airport wise and detailed location of Airport where delivery shall be
performed. The contractor shall dispatch material/equipment/ items/ stores by
Air/ Ship / Road /Rail up to respective airport. Contractor may collect all the
required information and other details for transport of huge materials in size and
weights etc.
31.12.1 Taxes & Duties on import of material
31.12.2 All Tendered rates should be inclusive of all taxes including GST. Wherever
supplies/services involve imports, the same should be identified separately. Basic
Custom Duty will be paid by AAI by utilizing EPCG license/duty scrip under SEI
scheme of Govt. of India (G.O.l.). GST shall be paid to bidder for any taxable
supply/services against a valid Tax Invoice. (GST to be reimbursed vide TC
No. 5 dtd. 08.06.18 – Impact of GST on Engg. Works – Guidelines – reg)
31.12.3 The bidder is required to provide Tax type and Tax percentage in all bids other
than that of civil works.
31.12.4 In case of composite works having component of SITC items, such as Electrical
& Mechanical Installation, Airport System. Security, IT, Furniture etc should be
identified separately with value of goods and services, Tax Rate, amount of Tax
so as to enable AAI to claim Input Tax Credit on such items.
31.12.5 In case of change in rate of Tax or any provision relating to levy of Tax resulting
in increase in burden of Tax on the contactor, the contractor shall be entitled to
receive any compensation for such increase in quantum of Tax payable by the
contractor. Similarly recovery shall be made from the contractor on account of
decrease of rate of Tax or any provision relating to levy of Tax.
31.13 CUSTOMS DUTY:
31.13.1 AAI is entitled for concessional customs duty and to avail the benefits the
requisite certificate will be issued by AAI. A suitable condition in the contract
shall be incorporated directing contractor to co-ordinate with custom authorities
for claiming concessional custom duty.

31.13.2 Payment towards customs duties and other levies imposed by custom authorities
at the port of entry in India shall be made by Airports Authority of India directly
to Custom authorities on production of Estimates/Bills from Customs authorities.
The successful tenderer shall provide necessary assistance regarding coordination
with custom authorities.
31.13.3 All duties payable on replacement of defective material / component during
warrantee period shall be payable by the contractor, so as replacement of
defective part is to zero cost to AAI.
31.14 Evaluation Criteria
31.14.1 The tender shall be evaluated in Indian rupees. If price bid is received in foreign
currencies then the same shall be converted to Indian rupees on the basis of
prevailing conversion rates of foreign currency on the previous day of opening of
price bid as published in RBI.
31.14.2 The contractor shall indicate rate of custom duty including CVD, applicable cess
etc. in the tenders where custom duty is to be paid by AAI separately to the

119
AAI Works Manual

custom department for the tenders involving import of equipment on FOB/CIF


basis. Such taxes and duties (CIF+ Landing charges as applicable) payable by
AAI shall be added to the offered rates while deriving lowest tenderer.
31.14.3 The lowest bidder shall be evaluated on the basis of total cost of work to AAI
after considering all taxes and duties applicable on one day prior to date of
opening of tender as detailed above in this section.
31.14.4 In case actual custom duty paid by AAI is more than custom duty considered
while deriving lowest tenderer, the additional amount paid by AAI shall be
recovered from the due amount to the contractor. (This issue may be included
while formulating special conditions of contract)
(Amendment TI 37 para 1 dtd. 26.02.2020)
Guidelines for inclusion of Custom Duty amount for evaluation of price bid:
It has been observed in one of the tender that, the evaluation of bid to establish L1
Bidder has been carried out without considering the custom duty amount. In case of
make in India bidders, imported components for every bidders will be different,
accordingly, different values of custom duties amount will be applicable, hence L1
position may change on addition of customs duty. Hence non-inclusion of custom
duty for reverse auctioning will defeat the purpose of “Make in India” policy of the
Govt. of India.
a) To encourage the domestic manufacturer under the “Make in India” policy,
following clauses shall be incorporated in the tender.
i) “Custom duty at prevailing rate (prevailing rate of custom duty is ___%)prevailing
rate of custom duty including social welfare surcharge/ Cess / CVD (Countervailing
Duty)etc. on applicable amount (CIF amount), shall be quoted by creating a
separate line item to evaluate the financial bid for establishing L1 bidder.
However, work order should be placed excluding GST & Custom Duty.”
b) Reimbursement / Adjustment of custom duty:
 In case the Custom Duty paid by AAI directly to Custom Authorities of Government
of India by utilizing EPCG license / duty scrip under SEI scheme of Govt. of India /
Cash by AAI directly to custom authority, is more than the custom duty amount
quoted by agency then the difference of amount will be deducted to that effect from
the agency’s bills.
If it is less; the agency shall not have any claim for difference in the actual amount
& quoted amount.
 In case AAI allows agencies to pay directly the custom duties, then the actual
custom duty amount paid by agency shall be reimbursed by AAI against
documentary evidence subject to quoted amount or actual custom duty amount
whichever is less.
31.15 Opening of LC:
31.15.1 The performance Bank Guarantee shall be accepted after due verification from
the bankers of the tenderer. The acceptance of performance guarantee and
submission of bid bond shall be pre-requisite for opening of L/C or for release of
any payment.
31.15.2 LC (Irrevocable) shall be opened by AAI for FOB value for the schedule of items
quoted in SOQ-1 after acceptance of bank guarantees for security deposit and
performance bank guarantee and receipt of Performa Invoice.
31.15.3 The Engineer In-Charge may open one time L/C for 100% value of FOB or part
value of FOB or Airport-wise value of FOB or in a phased manner to suit site

120
AAI Works Manual

requirement or requirement of delivery schedule of material after obtaining


approval of NIT approving authority.
31.15.4 AAI shall bear bank charges for opening of LC in India while successful tenderer
shall bear bank charges of foreign banks in case it is desired by the tenderer that
AAI may open LC in banks outside India.
31.16 Release of LC payment:
31.16.1 Following term and conditions shall be adopted in case of foreign supplier.
a. FOB cost of materials in the quoted currency will be paid by way of letter of
credit (LC) in stages, as below.
b. 70% of FOB value of contract (SOQ-1) for each Airport will be released through
LC on compliance of documents listed in Appendix - 65.
c. 10% of FOB value for each airport will be released on successful delivery of
equipment in good condition at respective Airport on compliance of documents
listed in Appendix - 66.
d. 20% of FOB value of each airport will be released on successful completion of
installation testing and commissioning of equipment/systems in good condition
at respective Airport on compliance of documents listed in Appendix -67.
31.16.2 Rupee element of quote:
a. Payment of 100% value of Insurance & freight value for respective Airport
destination shall be paid in Indian Rupees after delivery of equipment/systems
etc. in good condition at site and on submission of bill and supporting
documents. Payment shall be released after adjusting/withholdings /recoveries
towards liquidated damages/ compensation for delay, if any, which the firm
might have rendered themselves liable as per provisions of contract.
b. Release of payment against supply of indigenous material & execution of work
covered under SOQ-2 & SOQ-3 shall be treated as any other work and all
payments including running payment and final payment shall be governed as per
existing Section-22 (Payment to Contractors) of Works Manual. The payment of
secured advance shall be governed by Clause 10 B of General Condition of
Contract for any other work.
31.17 Execution of work covered under SOQ-5
31.17.1 A separate/ Supplementary agreement shall be drawn on completion of works
covered under SOQ-1, SOQ-2, SOQ-3 and SOQ-4, which will contain scope of
work of SOQ-5 only. All conditions of the main agreement shall be applicable to
this the separate agreement drawn for execution of work covered under SOQ-5.
The agency shall be paid for only operation, preventive maintenance and cost of
consumables during first two years of warranty period (or as stipulated in the
contract) at his quoted rates. The agency shall be paid for the work of AICMC at
his quoted rate during next five years (total seven years). The supplementary
agreement shall be drawn between AAI and main agency/ Authorized Indian
representative.
31.17.2 The main work having scope of work defined under SOQ-1, SOQ-2, SOQ-3 &
SOQ-4 shall be treated as completed on successful testing and commissioning of
equipments or handing over of equipment for its use, whichever is later.
31.18 Payments:
All payments to the contractor shall be governed by relevant NIT and terms and
conditions of the contract.
31.19 Compensation for delay.
The Compensation for delay in completion of work shall be dealt with as per
Section 46.
121
AAI Works Manual

31.20 Extension of time

The Extension of time for completion of work shall be dealt with as per Section
46.

31.21 Determination of contract

The Determination of contract shall be dealt with as per Section 45 and Clause 3
of GCC.

31.22 Completion Certificate:

The Completion Certificate shall be recorded in accordance with the provisions


under Section 11.4 above

31.23 Works to be executed in accordance with specification drawing, orders, etc.:

The contractor shall execute the whole & every part of the work in the most
substantial and workman like manner and both as regard to materials and
otherwise in every respect in strict accordance with the specifications. The
contractor shall also confirm exactly, fully and faithfully to designs, drawings and
instructions in writing in respect of the work signed by the Engineer-in-Charge.

31.24 Testing and inspection of equipment/ components:

31.24.1 The contractor at his own expense shall provide all facilities to inspecting
officer/Inspector during inspection as per entitlement of inspecting officer as per
Government of India norms. He will also provide testing equipment for
conducting tests for verification of quality of work executed and
material/equipment manufactured in accordance with the specifications laid down
in the tender documents and according to relevant standards. The
Inspector/Purchaser shall have full and free access at any time during the
execution of the contract to the contractor’s works or site in case of execution of
work for the purpose aforesaid, he may require the contractor to make
arrangements for inspection of work or any part thereof or any material at his
premises or at any other places specified by the Inspector/Purchaser and if the
Contractor has been permitted to employ the services of a sub-contractor, similar
right shall be available to inspector in such case also.

31.24.2 The contractor shall provide all materials, tools, labour and assistance of all kind
which the Inspector/Purchaser may require from him for any test/inspection and
examination to be done at the Contractor’s premises and/or at site of Installation
and shall bear all costs thereof. If the contractor fails to comply with this
condition, the Inspector in his sole judgment may decide to shift location of
testing and examination of the equipment manufactured by the contractor to any
other premises. In such case the contractor shall bear the cost of transport and/or
carrying out such tests elsewhere.

31.24.3 The Inspector shall have the right to put all the equipment and materials forming
part of the same or any part thereof to such tests as he may think fit and proper.

122
AAI Works Manual

The Contractor shall not be entitled to object on any ground whatsoever to


method of testing adopted by the Inspector.

31.25 Inspecting Authority to Certify Performance

31.25.1 The Inspector shall have the power:

a. To certify that equipment or any portion thereof are not in accordance with
the contract, owing to adoption of any unsatisfactory method of
manufacture/ installation, before any equipment or part thereof are
submitted for pre-delivery inspection;

b. To reject any equipment or parts submitted or faulty installation as not


being in accordance with the specifications;

c. To reject the whole of the equipment tendered for inspection, if after


inspection of such portion he may in his discretion think fit, he is satisfied
that the same is unsatisfactory and;

d. To mark the rejected equipment or parts with a rejection mark so that it may
easily be identified if re-submitted.

31.25.2 AAI may depute their authorized representative to inspect the equipments/ system
at various stages of fabrication or pre assembly condition, etc to witness the
method/process of manufacturing in order to ensure that the items are being
manufactured according to the standards/specifications, in addition to the pre-
delivery inspection.

31.26 Rectification of defect at risk and cost

31.26.1 If the equipment or workmanship of installation work, or performance of


equipment or its part thereof, being rejected by the inspector or owner, the
contractor shall be asked to replace rejected equipment or rectify the defects
within a reasonable time. If he fails to make satisfactory supplies or rectify the
faulty work thus executed within the stipulated period of delivery/completion
period, the owner shall be at liberty to:
a. Allow the contractor to replace the equipment or parts or re-do the installation or
rectify the defects within a specified time. Contractor shall bear the cost of
freight, insurance and material, if any, on such replacement without being entitled
to any extra payment on any account thereof; or
b. Purchase/execute departmentally or authorize the purchase/ execution of rejected
equipments/parts/ installation work through a separate agency at risk and cost of
the contractor with the same specifications and description of work and without
affecting the contractor’s liability as regards supply and installation of any further
installation done under the contract. The decision of engineer in-charge shall be
final and binding on contractor for rejection of work described above on account

123
AAI Works Manual

of not meeting tender specifications and performance required for the


equipments.
c. Cancel the contract and purchase/execute or authorize the purchase/execution of
the equipment/installation with a similar description for rejected and balance
work through a separate agency at the risk and cost of the contractor. The
decision of engineer in-charge shall be final and binding on contractor for
rejection of work described above on account of not meeting tender specifications
and performance required for the equipments.

31.27 Authority for rejection:

The decision of inspector for rejection of material, equipment and its performance
shall be final subject to contractor’s appeal to the competent authority.

31.28 Removal of Rejected Material/Equipment:

31.28.1 Any equipment/Installation or parts rejected must be removed by the contractor


within fourteen days of the date of such rejection. It will be deemed to have been
served on the contractor if a letter containing such intimation is posted to him at
the address mentioned in the schedule, The Inspector/engineer-in-charge may call
upon the contractor to remove what is considered to be dangerous, infected or
perishable equipment or parts to be removed within 48 hours of the receipt of
such intimation.

31.28.2 Such rejected equipment or parts must be removed as per time limit indicated
above; otherwise action to remove shall be taken at the risk of contractor if the
same is not removed by him. The engineer-in-charge may either return the same
to the contractor at his end by such mode of transport as the engineer-in-charge
may decide or dispose of such equipment or parts at the contractor’s risk on his
account and retain such portion of the proceeds as may be necessary to cover any
expense incurred in connection with such disposal. The engineer-in-charge shall
also be entitled to recover handling and storage charges for the period during
which the rejected equipment or parts are not removed.

31.29 Pre delivery inspection at works:

31.29.1 The AAI shall carry out inspection before acceptance of materials/equipments
before these are dispatched from the works. Sufficient advance intimation shall be
provided by the firm to enable AAI representative to attend inspection on
mutually acceptable dates.

However the firm may indicate the various tests plan, which they intend to carry
out as per standards during factory inspection in advance.

31.29.2 Factory tests are to be carried out on equipment/systems and the testing facilities
shall be provided by contractor at their works. This is besides the Performance
Tests to be offered by firm after completion of works at site.

124
AAI Works Manual

31.29.3 All testing equipments shall be supplied by contractor. The test equipment must
have valid calibration certificate as per relevant standards to ensure the quality
and performance of the equipment used for testing.

31.29.4 As a result of rejection of any equipment during inspection or equipment found


incomplete for inspection after inspection call, the expenditure on additional visit
of inspecting authority in connection with re-inspection including to and fro air
fare, boarding & lodging of the inspectors shall be borne by the Contractor.

31.29.5 Member (Planning.) AAI may decide to waive off the Pre-Delivery Inspection for
imported items/systems in case of non-critically of specific tests or for any other
valid Technical/commercial reasons.

31.30 Appeal against rejection:

If the contractor desires to appeal the decision of the Inspector against the
rejection of any equipment or work as not being in accordance with the contract,
he shall appeal to the Chairman, Airports Authority of India within fourteen days
after the Inspector’s decision and if, an appeal is so preferred, the decision of the
Chairman, Airports Authority of India shall be final and Binding.

31.31 Dispute Resolution Mechanism & Arbitration

This issue has been dealt in detail under specific section for “Dispute Resolution
Mechanism & Arbitration” which may be referred.

125
AAI Works Manual

SECTION – 32: Award of Work on Build Own & Operate basis

Introduction (BOO Contracts)

32.1.1 There are few capital intensive works having definite payback period. Many of
the global / indigenous agencies may be interested to execute such works.
Therefore, authority may call tenders for award of work on Build Own & Operate
basis. The approval of Chairman AAI must be obtained before call of tenders for
execution of work on BOO basis.

32.1.2 The performance of such project will be monitored closely with special emphasis
on maintenance, overall performance on year to year basis, data logging,
reliability and financial viability for the period system is covered.

32.1.3 The scope of work shall contain supply, installation, testing, commissioning and
operation for pre decided period for the system covered in the scope of work. The
system shall be utilized by AAI for beneficial use for a specified period as per
NIT at a rate accepted by AAI on the basis of most economical / beneficial offer.

32.1.4 The scope of work for such contracts shall be very carefully defined. The scope
must include capacity and technical specifications of each and every equipment/
component, the performance level desired from each equipment/component shall
be part of the tender specifications. Details of all accessories and associated
equipments required for making the system functional must be clearly indicated.

32.1.5 The agency shall carry out survey, analysis of climatic conditions at site, safety
rules & regulations, Indian Standards if any, before designing of plant and
equipment. Agency shall submit his design details to the department for detailed
scrutiny.

32.1.6 Airports Authority of India shall make available the space free of cost at the
desired location for most economical layout of plant and machinery. The layout
of the plant and machinery shall be submitted by the intending bidders and
scrutiny must be carried out by engineer-in-charge and thereafter proposal shall
be considered by the NIT approving authority for final acceptance. The value of
the land required for installation of plant and machinery shall also form part one
of the selection criteria for finalization of lowest bidder.

32.2 Safety Regulations

32.2.1 The NIT must indicate that work shall be executed by the vendor adopting all
safety regulations as per Indian Electricity Rules and National Building Code
2005 and any other Act applicable.

32.2.2 It will be the responsibility of agency/contractor to obtain necessary approval and


clearances from all local bodies for the scheme as well as for the work executed
by them on completion of work, wherever necessary.

32.2.3 The execution of work shall be carried out with due care without causing any
damage to the existing structure and without hampering the airport operations. It

126
AAI Works Manual

shall be the responsibility of the contractor to make good all damages, if any,
caused during execution of work.

32.3 Preparation of NIT and execution of work

32.3.1 The intending bidders shall be responsible for supplying, installation, testing and
commissioning of all the equipments, accessories, cables, panels and monitoring
equipments etc. as required for the completion of project. He shall also be
responsible for effective preventive / breakdown maintenance and replacement of
any component required for achieving desired level of performance of the system
year after year, during complete period of BOO contract.

32.3.2 The successful bidder shall submit the detailed project report and system design
after award of work along with drawings, system integration plans, performance
monitoring methods, period of operation, benefits to be accrued to AAI on daily,
weekly and monthly basis etc. before commencement of installation for approval
of competent authority.

32.3.3 Each work likely to be executed shall have different requirements, specifications,
scope of work, conditions of contract, desired performances of system and
components, period of BOO contract, Govt. rules and regulations applicable.
Moreover technology for specialized works is changing very fast and
performances of the systems are progressively improving, therefore conditions of
contract cannot be generalized and made part of GCC. Thus it will be necessary
to prepare Special Conditions of Contract for each work separately and shall be
made part of tender documents. In case technical knowhow for works to be
awarded on BOO basis is not available with the department or such resources are
very limited, a consultant having adequate experience in the field may be
appointed for preparation of drawings, scope of work, specifications and BOQ for
the work.

127
AAI Works Manual

SECTION – 33: Preparation of Tender Documents

33.1 General

33.1.1 A valid tender is an offer. Whenever an offer is invited and its acceptance is
communicated to the tenderer, agreement is complete. Broadly stated, the
following are the requisites of a valid offer.

a. It must be unconditional.
b. It must be made at proper place.
c. It must conform to terms and obligations.
d. It must be made at the proper time.
e. It must be made in the proper form.
f. There must be reasonable time for inspection.
g. The person who submits tender must be willing to perform his part of
obligations.
h. Tender must be submitted to the proper person.
i. It must be for full scope of work for award.

33.1.2 Before tenders for a work are invited, a detailed estimate showing the quantities,
rates and amount of the various items of work and also the specifications to be
adopted should be prepared and technically sanctioned based on the architectural
drawings. The final authority to decide the specifications is the technical
sanctioning authority.

33.1.3 In the case of urgent works, when there is no time to prepare a complete estimate,
rough quantities and rates for the main items of the work for which tenders are to
be called and which cover the major cost should be worked out, before tenders
are invited and adopted for the purpose of comparison.

33.1.4 In case of works for which tenders are invited, tender documents comprising of
the following should be prepared and approved by an authority that is competent
to approve the NIT before notice inviting tender is issued:

a. The notice inviting tender.


b. The form of tender to be used along with a set of conditions.
c. The schedule of quantities of work.
d. A set of drawings referred to in the schedule of quantities of work.
e. Specifications of the work to be done.
f. Essential architectural drawings and adequate structural drawings for
commencing the work together with specifications are to be made available to
the contractors at the time of inviting tenders.
g. Special conditions.
h. AAI GCC 2017 (it will be the responsibility of NIT approving authority to
ensure downloading the GCC from the website only or use the printed copy of
GCC. Retyping of GCC must be avoided).

128
AAI Works Manual

33.1.5 A condition should be stipulated in the NIT under Special Condition of Contract
that purchase vouchers of cements, steel, bitumen, paints and other specified
materials procured for consumption in the work under consideration are to be
submitted to Engineer-in-charge and be kept as mandatory office record.

33.1.6 Experience certificates submitted by tenderer should be examined carefully. In


cases where submission of false certificate has been established following action
shall be initiated by concerned ED (Engg.):

a. Matter will be brought to the notice of Member (Planning) and Chairman.


b. A show – cause notice be issued to the concerned Firm/Agency, bringing
out his fraudulent conduct and intimating that no further tender shall be
issued till a final decision is taken in the matter.
c. In case it is established that firm /Agency is fully responsible for forgery or
fraud or any other default covered at section 35.12, the case shall be
processed by concerned ED for WAB for debarring/ blacklisting the firm
through Member (Planning) as per provisions mentioned therein.
d. If it is decided by the competent authority to blacklist a contractor,
concerned Department/Organization (viz. CPWD, MES, Railways etc.
where he is registered), shall also be intimated about it.

33.1.7 The NIT approving authority must ensure that tender documents (NIT) is serially
numbered for all pages before according approval of the NIT. A certificate to this
effect is recorded on the front page. The record of all sanctioned NITs should be
kept in NIT approving register.

33.1.8 It may be necessary to introduce Special Condition of Contract for highly


specialized works as GCC may not be able to take care of all conditions required
for execution of such work. In such cases, SCC should be drafted very carefully
to avoid repetition of Clauses already existing in GCC. Special Conditions of
Contract shall be got approved from NIT approving authority before they are
made part of the NIT. In case there is contradiction between SCC and GCC, then
condition provided in SCC shall be applicable.

33.1.9 Most of the E & M works require operation and maintenance of the plant/ system
after completion of the work. There is a warrantee period associated with capital
works. Therefore, due care should be taken while preparing NIT for such capital
intensive works by including item of operation of plant/system during defect
liability period in the BOQ. This item of operation need not include cost of
consumables during defect liability period however repair/replacement of
component/equipment is covered under the warrantee period. The decision of
Engineer-In-charge shall be final and binding on the contractor for
replacement/repair of the components/equipment.

33.1.10 Particular brands of cement and steel are specified in NIT to have better quality
control and to ensure structural safety. The manufacturers of cement and steel
must be selected from the approved list of AAI.

129
AAI Works Manual

33.1.11 Following must be checked by NIT approving authority before issue of tender
document:

a. The NIT should be unambiguous and complete with all criteria’s clearly
spelt out for short-listing. NIT displayed on website should include the
complete eligibility criteria.
b. The Firms which are not short-listed for issue of tender document should be
intimated with reasons for rejection of their application.
c. Short-listing of Firms should be approved by the concerned T/S authority.

33.1.12 License fee for land / space allotted to contractor(s) by AAI

A security deposit of Rs. 500.00/ sq. m in the form of Cash/DD/BG is also to be


obtained from the contractor in addition to License fee for land/space allotted for
installation of plants, labour camp (if provided), cement go-down and site office
etc. The license fee from contractor is chargeable as per prevailing AAI rates
circulated by commercial department per Sq. M per annum with annual
compounding escalation beyond the stipulated period including extension of time
granted by the department. This security deposit can be released only after
ensuring that allotted land has been vacated in original conditions free of debris,
malba, cement, concrete deposition etc and Engineer-In-Charge has certified this
fact in the final bill. Land used for stacking of material to the extent available is,
however, provided at free of cost, with the approval of Project/Airport In-charge.

This may be included in Special Terms & Conditions in Tender Document.

33.1.13 Additional conditions for providing proper and elegant direction boards for the
“Work in Progress” and “Inconvenience caused is regretted” shall be deleted in
the Tender Document for the works in Operational Area wherein no public
movement is involved.

33.1.14 Drains should be designed based on the metrological data available at the airports
and catchments area catered to.

33.1.15 NIT approving authority must ensure that detailed Technical Specifications for
market rate (Non-DSR) items are made part of the tender documents.

33.1.16 NIT approving authority must ensure that Schedule – ‘F’ of GCC has been filled
completely and properly.

33.1.17 All materials to be used shall be BIS Marked or approved make.

33.1.18 All Electrical Equipments having 3 Star or higher Bureau of Energy Efficiency
rating must be used in the works of AAI.

33.1.19 Preferred makes of 3-5 manufacturers for all materials should be indicated in the
tender document. All such makes should be selected from approved list of makes
issued by AAI from time to time and having price variation within 10%. The use

130
AAI Works Manual

of word “equivalent” for any material may be avoided. No list of authorized


fabrication vendors/application vendors shall be incorporated in the NIT
(Amended vide TI No. 19 dtd. 12.09.2019)
Procedure for listing of preferred makes for use in AAI works for Civil &
Electrical Engg. Items.
On the basis of recommendation of the designated committee on “Standardization
& Uniformity of makes / products” specified in NITs for use in AAI works, the
list of makes / products specified in the tenders shall be project specific. The
following criteria / guidelines for selection of makes / products shall be adopted:
1. The approved list of preferred makes issued by AAI from time to time shall be
provided to PMC / Engineering Consultants by the concerned CHQ / RHQ
engineering officials for various works for their consideration in the NITs. (Please
follow preferred list Annexure ‘A1 & A2’ of TI No. 19 dtd. 12.09.2019)
2. Based on the above details provided, the PMC / Engineering Consultant
(appointed for a particular work) shall give their recommended list of makes to
the engineering officials dealing the matter.
3. The Terms of Reference of PMC / Engineering Consultant for a particular work
shall include the following:
 To ensure that ‘monopoly’ for any item does not take place and recommend all
equivalent acceptable makes.
 To give due consideration to the makes / vendors / products from approved list of
preferred makes issued by AAI from time to time as well as CPWD.
 To give recognition to BIS approved makes.
 Preference shall be given to makes / brands manufactured near the vicinity of site
of work as well as their service center.
 Ease of availability of the make.
 PMC / Engineering Consultant may recommend any other make / brand apart
from the approved list of preferred makes issue by AAI from time to time, at the
time of TS, to have the benefit of market intelligence.
 The equivalent makes proposed shall be within the price range of ± 10% as per
Para 58.4.1 of Works Manual.
4. Thereafter, the recommended list provided by the PMC / Engineering Consultant
for a particular projects shall be scrutinized by the concerned engineering officials
considering the nature of project / location / time period / past experience, etc. and
shall seek approval from the concerned ED (Engg.) for CHQ schemes and GM
(Engg) for RHQ schemes. On approval of the above list, the NIT approving
authority shall specify the manufacturers, in the tender document.
5. Thereafter, these make / brands shall be forwarded to Committee Head for
“Standardization & Uniformity of makes / products’ for updating the AAI
approved list of preferred makes.
6(i) Concerned ED(Engg.) shall, have the powers to approve the makes / products for
a particular projects, case to case, at the time of TS, without formal enlistment, on
merits of the case.
6(ii) Project specific items, which are not covered in the list of approved preferred
makes for Civil and Electrical Engg. Items may be considered with the approval
of concerned ED (Engg.) for CHQ schemes and GM (Engg.) for RHQ schemes.
7. Where applicable, NIT approving authority shall give equal opportunity to local
manufacturer’s along with foreign make / brands in the tender document to
comply with GFR 2017. Technical specifications shall, to the extent practicable,
be based on national technical regulations or recognized national standards or
building codes, wherever such standards exist, and in their absence, be based on
131
AAI Works Manual

relevant international standards. Govt. of India guidelines for provisions for


products / companies covered under make in India policy & MSME policy to be
given due consideration.
(Amended vide TI No. 37 para 3 dtd. 26.02.2020)

Make in India Policy:


(i) The “Make in India” policy circulated by Govt. of India on Dtd. 15.06.2017 with
upto date revisions shall be applicable for Engineering works for global tenders.
Accordingly, copy of policy adopted by AAI is enclosed for ready reference and
applied on SITC portion considering the spirit of the policy.(i.e. to minimize the
outflow of foreign exchange)
(ii) The following para shall be incorporated in NIT and Tender document for evaluation
of make in India component.
(a) The bidder who wish to avail preference under Make in India policy should submit
the undertaking (Annexure – A) for submission of Make in India documents in
Envelope – II stating that the rates quoted towards local content shall not be less than
50% of total quoted amount (as per BOQ).
(b) The bidder shall submit the details as per Form – III i.e. calculation of local content
in goods / services provided in make in India policy available in tender document.
This details should match with the rates quoted in Schedule of Quantities (i.e.
submitted price bid), failing which AAI shall have full rights to consider their bid as
non-make in India bid and price preference as per the provision of Make in India
policy shall not be applicable even though the local content is more than 50%.
(c) The bidder should submit filled and signed Forms – I, II, III & IV in sealed envelope
(Make in India envelope) to bid manager in original hard copy such that the
documents should reach before scheduled date of opening of price bid. In case of
non-submission of these documents till scheduled time and date, their bid shall be
treated as non- make in India bid.
(d) The bid manager shall open the sealed envelopes containing Forms- I, II, III & IV as
above after completion of reverse auction process in presence of tender opening
committee members. Accordingly, eligibility of make in India bidders shall be
verified based on the local content and L-1, L-2, L-3, etc., shall be finalized.

33.2 Invitation of Tenders for electrical works


33.2.1 Indian Electricity Act provides that all electrical works shall be got executed
through contractors having electrical license from local authorities for executing
LT & HT works. This condition should be incorporated in the tender document.
The list of works where contractor should possess electrical license is given at
Appendix-68.
33.3 Invitation of Tenders for Component Parts
33.3.1 Splitting of works for the purpose of inviting tenders should not be resorted to
unless approved by technical sanctioning authority. However, due to
administrative convenience and expediency, works may be split and tenders may
be invited separately for the split portions as per powers delegated under DOP.
Work can also be split according to their specialized nature of works covered in
the Subhead of work.
33.3.2 Accord of technical sanction and call of tender for component, part of the project,
the amount of which appears as a distinct sub-head in the Preliminary Estimate
will not amount to splitting the work and can be dealt with by the respective
authorities as per powers delegated even if the overall amount of the project may
be beyond the competence of any individual authority.
132
AAI Works Manual

33.4 Composite Tenders


33.4.1 Composite tenders should be invited wherever felt necessary, with the approval of
respective T/S authority subject to availability of detailed architectural drawings
including various components of building to ensure better co-ordination.
33.4.2 Turnkey tender should be invited only with the specific approval of Member
(Planning).
33.4.3 Prequalification criterion must be carefully decided as per above guide lines
under Section 33.5 below. Criterion of similar nature of work may be defined in
detail. The scrutiny of applicant should be carried out thoroughly to check details
of BOQ of work executed by the bidder for his claim to satisfy PQC.
33.4.4 Refer Section 30 for call of tenders for composite work.
33.5 Prequalification criteria
Different nature of work needs prequalification criteria according to functional
requirement of work and agencies are invited having experience in execution of
work covered in the NIT. The criteria must be decided in following manner.
Pre-Qualification on the basis of valid Registration Certificate for works
costing up to Rs 15.00 Crores has been discontinued. Henceforth, Pre-
Qualification shall be on the basis of only Experience certificate of similar
nature of work. (Amendment TI 38 para IV dtd. 03.03.2020)
33.5.1 Pre-qualification Criteria (civil works)
The tender for works costing more than Rs. 15 Cr. should be called with
prequalification criteria for the work. The prequalification criteria should be drafted
very carefully keeping following factors in consideration:
a. Registration shall be applicable only for works with estimated cost upto Rs. 15 Cr.
The work experience criteria shall not be applicable for bidders having desired
registration requirement (i.e. valid registration in appropriate class of work i.e.
building works/pavement works on date of submission of bid). Estimated cost
should fall within financial limit of registration. Bidders who are not fulfilling the
registration requirement shall be considered for pre-qualification subject to fulfilling
other qualifying requirements of works completed in last 7 years.
b. Joint venture is permitted for works above Rs. 50 Cr. for building works and Rs.
200 Cr. for pavement works.
c. The requirement of submission of no dues certificate can be dispensed off.
d. The requirement of T&P must be mentioned for the scope of work in the NIT
document. Regarding requirement of machinery and T&P, it shall be added that “in
case agency do not have their own or possesses required plant and machinery, an
undertaking to this effect that the same shall be provided either by purchase or lease
hold basis if work is awarded to them, to be submitted along with the application
and deployment shall be as per requirement at site decided by the Engineer-in-
Charge”.
e. The Integrity Pact shall be applicable for works costing more than Rs.
5.00 Cr.
f. The experience criteria shall be as under.
He must have executed at least one work of 80% value of similar nature of work as
per NIT.
or
He must have executed at least two works of 50% value of similar nature of
work as per NIT.
or

133
AAI Works Manual

He must have executed at least three work of 40% value of similar nature of
work as per NIT.
g. Nature of similar job should be defined by NIT approving authority. In case of
pavement works, irrespective of type of pavement (rigid and / or flexible), the
experience either of rigid or flexible pavement works shall be considered for pre-
qualification.
h. Experience criteria and current costing level to be arrived by enhancing the actual
value of work at simple rate of 7% per annum, calculated from the date of
completion to the last date of submission of bids.
i. Phase / part completion of work shall not be considered for satisfactory completion
of work for the purpose of experience. However, pre- determined phasing of work
will be accepted by the NIT approving authority subject to its meeting the laid down
criteria.
j. The prequalification application / bids shall be obtained in sealed cover and record
of receipt of application shall be maintained in a register. In case of e-tendering this
may not be needed.
33.5.2 Pre-qualification Criteria for Electrical, Mechanical & Specialized works.
The tender for above works should be called with prequalification criteria. The
prequalification criteria should be drafted very carefully considering following
issues:
a. The prequalification criteria for the work should be in accordance with the scope of
work covered in the NIT. The specific mention about nature of work and value of
works for which experience of the agencies is required must be made in the PQ
Criteria.
b. If the design of the system is also to be carried out by the tenderer, the same shall
also form as one of the prequalification criteria.
c. While drafting prequalification criteria for specialized work where experience in
executing works of appropriate technology or for having installed large capacity of
plant and equipment is required, the same may be included as one of the PQ
Criteria. This shall be in addition to the financial criteria of one work of 80% or two
works of 50% or three works of 40% value of estimated cost.
(Amended vide TI 24 dtd. 27.07.2019)
It has been observed in one of the rate contract tender for GLF items that various
GLF items in different subheads were clubbed in single tender wherein, the PQ
criteria was fixed subhead wise. This resulted in a situation, where one agency
qualified in the PQ criteria for few subheads but same agency was not eligible for
other remaining subheads.
To avoid such situation in tender for rate contract, different items / subhead shall
not be clubbed in one tender / BOQ for calling of tender for rate contract.
Note: In case of AMC works, the estimated cost must be derived by considering one
year of AMC even if tenders are being called for more than one year. PQC shall
be decided accordingly.
33.5.3 Prequalification Criteria for the works of purchase of highly specialized
equipment and parts.
The NIT for purchase of Spare Parts and Equipments should be prepared
carefully giving Part Number, description, quantity and desired performance of
part / system.
134
AAI Works Manual

Followings may be included in Special Terms and Condition of Contract for


Purchase of Spare Parts and Equipments.
a. The bidder shall be under obligation to provide timely information to
purchaser, if any part/equipment is likely to go out of production in recent
future. Necessary arrangements shall be made to procure spare parts for life
time requirement.
b. A suitable clause should be incorporated in the S.C.C so that release of
payment on LC basis can be stopped if spares supplied by the contractor are
not in conformity with the tender specifications. The manufacturer may also
be asked through condition in S.C.C that he will provide technical support
/supply of spares to AAI during life time of system.
c. The supplied spares/material shall be tested in respect of compatibility with
the existing system and should be capable of providing output according to
NIT specifications before release of final bill.
d. Certificate of inspection should be carefully verified with respect to contract
document/supply order before forwarding bill for payment to finance
department. Discrepancy, if any, should immediately be brought to the notice
of Finance Department and the supplier.
33.6 Bidding Capacity of Tenderer:
In case of works costing more thanRs.50Cr. NIT approving authority may specify
in the NIT that bidding capacity of tenderer shall be additional criterion for pre-
qualification of the contractor. The bidding capacity of tenderer shall be worked
out from the following formula.
B = 2N – A
Where: N is the maximum value of completed works in any of the financial year
during last 7 years
A is the total value of work in hand.
B is the bidding capacity of the tenderer.
(Amended on dt. 26.03.18)
B = 2 NT-A
Where
B - is the Bidding Capacity.
N - Maximum value of Civil Engineering Works executed in any one year during
the last 5 (five) years (updated the completed works to current costing level of
enhancing at a simple rate of interest @ 7% per annum.)
T - is the number of years prescribed for completion of the work in question.
A - is the value(updated at the current price level) of the existing commitments and
ongoing works to be completed in the next ‘T’ years.

In case available bidding capacity of the bidders is less than the estimated cost of
work put to tender, the financial bid of such tenderer shall not be opened.
33.7 Issue of tender to Joint Venture Company/ Consortium/ Firm.
33.7.1 Joint venture company/consortium/firms shall be permitted to purchase tender
document subject to their meeting PQC and satisfying following conditions and
submitting documentary evidence:

135
AAI Works Manual

a. Consortium of firms should not comprise more than two firms.


b. Joint venture firm as a single unit or each member of consortium should
have Permanent Account Number (PAN).
c. A detailed and valid agreement exists between the consortium members
defining clearly role, responsibility and scope of work of each member
along with nomination of leader for the purpose of work under
consideration commensurate with their experiences and capabilities and a
confirmation that the members of the consortium assume joint and several
responsibilities. It shall be mandatory for lead partner to attend all
progress review meetings and shall be answerable to all issues relating to
the project.
d. The leader of the consortium of firm shall meet 80% of the qualification
criteria of NIT and shall accept overall responsibilities of contractual
obligations for the total scope of work during execution and up to defects
liability period. Second partner of the consortium shall meet 40% of the
PQC.
e. Both the firms of consortium should jointly possess the required T&P,
Machinery and manpower and should produce self-attested documentary
proof of owning and possessing required machinery.
f. Both the members of consortium must meet fully / jointly or as a single
unit of Joint Venture the required PQC.
33.7.2 If application for issue of tender is received from joint venture / partnership firm
then following should be considered while scrutinizing application for
prequalification:
a. Only actual contribution of applicant firm which has carried out a
portion of work under joint venture / partnership should be considered in
proportion to their agreement for execution of the total work on basis of
which prequalification is sought.
b. Documents submitted by the firms in support of their credentials are
properly examined and if any discrepancy is noted, it should be got
clarified from issuing authority at once.

NIT approving authority may decide necessity of conducting pre bid meeting
considering the nature of job.

33.8 Other requirement for eligibility:


33.8.1 NIT approving authority shall ensure that eligible contractors possess valid
electrical license issued by State Licensing Authority for all works having
electrical component detailed at (a), (b) & (c) below. This must be treated as a
mandatory requirement for award of electrical works.
a. Internal electrification works.
b. External electrification works.
c. Sub-station works
33.9 Evaluation criteria for arriving at lowest agency
While preparing justification of tender, cost of each spare part must be
ascertained while processing procurement.

136
AAI Works Manual

The criteria for deciding lowest agency on receipt of tenders must be clearly
defined in the tender document. In the case of works involving supply of part/full
imported equipments following should be indicated in the tender document:
33.10 Duties and Taxes:
33.10.1 Customs duty i/c CVD/applicable cess etc. @ * % shall be loaded on
applicable amount (CIF amount +1% applicable landing charges) to evaluate the
financial bids” (*While issuing tenders rate of customs duty prevailing at the time
of tender shall be mentioned in the tender.)”.
33.10.2 The tenderer can quote their rates in any of the major fully convertible currencies
i.e. US Dollar, Euro, Yen, UK Pound, etc. for the important items while for the
items to be paid by contractor in Indian Rupees must be quoted in Indian
Currency.
33.10.3 While assessing the tendered value conversion rate for foreign currency shall be
adopted as prevailing on the last day of submission of tender and as published on
following day in Economics Times.
33.10.4 In some of the tenders the life cycle cost of the equipment may be considered for
arriving at lowest tenderer. In such cases method of calculating life cycle cost
may also be indicated in the tender document.
33.11 To claim Input Tax Credit:
33.11.1 To avail Input Tax credit while discharging AAI’s own GST liability under the
head ‘Airport Services’, the tenderer may be directed to separately indicate the
GST component in his offer as per Government guidelines. (GST to be
reimbursed vide TC No. 5 dtd. 08.06.18 – Impact of GST on Engg. Works –
Guidelines – reg)
33.11.2 The bidder is required to provide Tax type and Tax percentage in all bids other
than that of civil works.
33.11.3 In case of composite works having component of SITC items, such as Electrical
& Mechanical Installation, Airport System. Security, IT, Furniture etc should be
identified separately with value of goods and services, Tax Rate, amount of Tax
so as to enable AAI to claim Input Tax Credit on such items.
33.11.4 The work shall be awarded to lowest tenderer after evaluating tenders on the basis
of above.
33.11.5 If necessary special terms and conditions of contract may be prepared and got
approved from NIT approving authority covering specific requirement of work
under consideration.
33.11.6 It must be specified in the NIT that contractor requesting for issue of tender
documents by post shall mention the same in his application itself. The tender
issuing authority must ensure that tender documents are issued by post if so
requested (applicable for physical tender).
33.12 Global tender
Details for call of Global tender and associated issues have been provided at
Section 31.

137
AAI Works Manual

Section-34: Publicity of Tenders

General

34.1.1 Tenders must be invited in the most open and public manner possible, whether by
advertisement in the press/e-tendering portal or by notice in English/Hindi and
the written language of the district, pasted in public places. Wide publicity
should, therefore, be given to the Notice Inviting Tenders including release on
AAI Website and NIC CPP Portal. A copy of the notice should be e-mailed to
the other offices of the region and the Deputy General Manager/Jt. General
Manager.

34.1.2 A tender notice does not amount to an offer or proposal but merely an invitation
for making an offer. An advertisement for tenders is not a proposal, which would
bind the authority to sell to the person who makes the highest tender. It is merely
an attempt to ascertain whether an offer can be obtained within such a margin, as
the seller is willing to adopt. The advertisement calling for tenders, therefore, is
not a proposal within the meaning of the Contract Act, but it invites a proposal.

34.1.3 Publicity of tender in case of e-tendering

a. In addition to the existing rules and practices regarding giving publicity of


tenders through newspapers, trade journals etc. the complete bid documents
should be published on NIC CPPP portal. All up to date documents which
are legally valid should remain available for participation in the tender
process on NIC CPPP portal.
b. The complete PQ Performa should be made available on the web site for
purposes of downloading and application made on such a form should be
considered valid for participating in the tender process as stipulated in the
NIT.
c. Web site address must be given in the advertisement / NIT published in the
newspapers.
d. Charges for the bid documents downloaded from the website may be asked
from bidding party in the portal itself at the time of submission of bid
documents.
e. Efforts should be made to eventually switch over to process of e-
procurement/e-sale wherever it is found to be feasible and practical as per
prevailing guidelines issued by AAI from time to time.
f. Short press notice as per Appendix 3A shall be released in case of works
estimated cost more than Rs.1 Crore.
g. For details and procedure of e-tendering Section 36 of works manual may
be referred.

34.1.4 The E-bidding shall be resorted for all the tenders irrespective of the cost.
However, only under exceptional circumstances with recorded reasons tenders
can be called without e-tendering with the prior approval of Member (Planning)
concerned.

a. For works costing up to Rs 5 Cr, brief tender notice Performa is given at


Appendix 3Aand all other details as per Appendix 4A, for the works costing

138
AAI Works Manual

within these limits and shall be uploaded on NIC CPP e-portal and AAI
website.
b. Press advertisement is not required for the works costing up to Rs. 100 Lac
and supplies costing up to Rs. 10 Lac The publicity through display on notice
board, NIC CPP e-portal and AAI website shall be sufficient. The notice may
also be sent to nearby AAI offices, Regional Headquarter and nearby Govt.
offices like CPWD, State PWD etc. for display on their notice boards. The call
of tenders can be from approved and valid list of contractors / suppliers who
have been prequalified through wide publicity.
c. In respect of works estimated to cost above Rs. 5.00 Cr. and up to 50 Cr, a
brief advertisement inviting tenders should invariably be published in the press
as per Appendix-3B in this section. All other details for the works costing
within this limits, shall be made available at NIC CPP Portal & website of
AAI as per Appendix -4B.
d. In respect of works estimated to cost more than Rs. 50.00 Cr, a brief
advertisement inviting tenders should invariably be published in the press as
per Appendix -3C. All other details as per Appendix 4C shall be made
available at NIC CPP Portal & website of AAI.

34.1.5 Works costing more than Rs. 2.00 Lac and up to Rs. 100.00 Lac should be
executed through call of e-tenders from the approved and pre-qualified list of
contractors /suppliers which is to be finalized by wide publicity through
newspaper advertisement and on AAI’s Web site. This list will be valid for 2
years from the date of approval of short listing. Display in web site is required for
individual work for short-listed agencies. However under unavoidable
circumstances, the option of award of work without call of tenders can be
exercised and further action can be taken adopting procedure laid done under
Section 29 of Works Manual.

34.1.6 Sometimes, tenders may have to be invited for different works by the same office
at the same time or at short intervals of one or two days. In such cases, it is not
desirable to send separate press advertisements for each work and so far as
possible composite advertisements should be sent to avoid unnecessary
expenditure on advertisement.

34.1.7 The following guidelines are to be followed by the Senior Manager /Asstt GM
(Engg) regarding publicity of tenders:

a. Request for release of advertisement should be sent well in advance so


that adequate time is available for release through Press.
b. A watch should be kept on publication of advertisement in those
newspapers where advertisements are being released.
c. Newspaper cuttings in each case should be collected and kept on record as
a proof of publicity actually achieved as far as possible.

139
AAI Works Manual

d. Full details of the dates on which advertisements have actually appeared


in the Newspapers should be indicated while sending cases to higher
officers.

34.1.8 Global tenders may be invited for highly specialized works for equipment and
consultancy for special designs with the limited tender approval of competent
authority as per D.O.P.

34.2 Pre Bid Conferences:

NIT approving authority may decide necessity of conducting pre bid meeting
considering the nature of job. Minutes of the meeting shall be circulated to all
prospective tenders and uploaded on e-tender portal.

34.3 Limited Tenders

34.3.1 Call of Limited Tenders for Works: Limited tenders can be called for, on the
following grounds.

a. The work is required to be executed with very great speed which not all
contractors are in a position to generate (to be decided by A/A Authority).

b. Where the work is of special nature requiring specialized equipment which


is not likely to be available with all contractors; (to be decided by T/S
Authority) and

c. Where the work is of secret nature and public announcement is not


desirable (to be decided by Authority having accorded A/A & E/S).

34.3.2 Generally contracts should be placed only after open tenders have been invited.
However, where open tenders are not invited, contract/purchase is effected by
limited tenders, the specific reasons for so doing should be recorded and prior
approval in writing from the competent authority to accept the tender as per DOP
should be obtained.

34.3.3 The Directorate concerned will issue limited tender inquiries to reputed and
competent firms. These inquiries may be made to the parties whose credentials
are verified with the help of pre-qualification bids called once in three years by
the EDs at CHQ/REDs /APDs. However, in the absence of this process the Whole
Time Member concerned should be empowered to approve the list of parties for
limited tender action.

34.3.4 It is the duty of tender inviting officer to ensure that all NIT’s remain on notice
board / e-portal from the date of issue of NIT to the date of opening of tender.

34.4 Time Limit for Publicity of Tenders

The following time-limits between the date of call for tenders and the date of
opening of the tenders are laid down but this period may be varied at the
discretion of the Officer competent to accept the tender. However, any reduction

140
AAI Works Manual

in the time specified should be effected only in rare cases and the authority
ordering reduction will record reasons for the same.

Minimum time period to be kept for call of tender shall be as below:

Activity Estimated cost of work in Rs


Up to Rs.1.00 Rs.50.00 Cr. Above Global
Rs.1.00Cr. to to 250.00 Cr Rs.250 Cr. Tenders
50.00cr
Time for bid 7 days 7-15 days 15-21 days 21-30 Days 30 – 45
submission end Days
date after Sale
State date

34.4.1 E-tendering shall be resorted to for all the tenders irrespective of the cost. The
draft tender notices to be displayed at AAI web-site have been provided at
Appendix-4A to 4C. The press NIT shall only be issued for works with
estimated cost more than Rs 1 Crores.

34.4.2 The press advertisement may be given in format at 3A to 3C.

34.4.3 The time limits for Global tenders may be revised after taking specific decision
from NIT approving authority for fixing the period accordingly, if applicable

34.4.4 The copy of press NIT of all works costing more than Rs.15 crores and called on
opened tender, shall be send to CIDC on e-mail ID: enlistmentcidc@gmail.com /
enlistment@cidc.in for wide circulation amongst its empanelled agencies.

34.4.5 If the response to tenders from the contractors of the appropriate class is poor, the
tender may be thrown open to the contractors in the next lower class (with
modified PQC) with the prior approval of the next higher authority but not to
favour a particular contractor. In urgent cases, the Deputy General Manager / Jt.
General Manager can approve issue of tender to next lower class (with modified
PQC) in anticipation of approval but he should get the matter regularized
immediately but before opening of tenders. It should also be noted that where a
tender is thrown open to contractors of the lower class (with modified PQC), it
should get the same publicity as the notice inviting tenders in the first case. If the
response to tenders is still poor, the tenders may be thrown open to the
contractors two categories below the original (with modified PQC) the
appropriate class in individual cases with the prior approval of the next higher
authority. The second call of tender should also be given proper publicity.

Note: The value of work may be reduced to 75% to derive at PQC criterion during
first recall of tender. If the response in 1st recall is still poor, the PQC may
be derived considering 50% of actual value of work.

141
AAI Works Manual

34.5 Formalities for Re-Invitation of Tenders

34.5.1 In case of re-invitation of tenders, all the formalities adopted originally should be
followed. In case when the date and the time for sale and receipt of tenders is
required to be extended due to unavoidable circumstances, a proper notice for the
same will be put up on the Notice Board as well as e-portal. Press advertisement
may also be given in this regard.

34.5.2 Whenever it is decided to reject the tenders received for particular work and
recall the same, the reasons for rejecting should be recorded and duly approved
by the authority competent to accept that tender.

34.5.3 While assessing and deciding to accept a tender on recall, the most favorable cost
of the tender during the second call should be compared in detail with the most
favorable cost of the tender of the first call. Such comparisons should be made in
the performa given in Appendix-69. Reasons for difference in the total cost of
tender on re-tendering as compared to first call should be properly examined and
recorded before accepting the tender by the competent authority.

34.5.4 If corrigendum is necessary to be issued for extending date of receipt of tender or


due to relaxation in eligibility criteria, such corrigendum should be published
through press notification similar to original call of tender to invite more bidders.

34.5.5 However, if notification is intended for bidders who have already applied, such
corrigendum needs to be published on NIC CPPP portal and all bidders
participating be intimated through fax/email/telephone.

34.6 Purchase Preference

Purchase Preference will be given to CPSEs/ MSE or other similar bodies in


conformity with the Government Policies in vogue.

142
AAI Works Manual

SECTION-35: Sale of Tender Documents

35.1 General

35.1.1 Draft tender documents i.e. NIT should be prepared and got approved from the
competent authority as per DOP. It is the responsibility of the tender inviting
officer to see that tender documents are uploaded on the e-tender portal.

35.1.2 ED (Engg) is competent to allow any particular person or firm, who are not borne
on the approved list of CPWD or any other Government Department to tender for
specialized works after recording reasons. Specialized firms should not be
insisted for registration with any other department for issue of tender documents.

35.1.3 Tenders can be issued to eligible applicants (fully meeting eligibility criteria)
provided tender cost including charges has been submitted for tenders.

35.2 Issue of Tender Documents for Specialized Jobs

35.2.1 In order to obviate difficulty to get competitive rates in respect of all specialized
jobs, it is necessary that the tenders for specialized works should be issued to the
firms concerned who deals in the items of works for which tenders are being
invited in addition to registered contractors. For this purpose, the following items
should be taken as specialized items of work.

35.2.2 If an Indian company/firm claims the experience in specific field on the basis of
experience of his foreign principals, the firm can be issued tender documents
subject to his submitting documentary evidence to prove that Indian company/
Firm is indeed a subsidiary or branch of a foreign company. They may be asked
to produce balance sheet showing equity holdings or certificate by the company
Chartered accountants / auditors showing equity holding patterns between the
Foreign principal company and its Indian subsidiary / branch or a certificate by
the Foreign principal company that the Indian company is their wholly owned or
partly owned subsidiary (which should be duly notarized) and the Indian
subsidiary company/ branch may be allowed to participate in the AAI tenders.
The foreign principal must submit an undertaking to provide all required technical
knowhow to Indian firm for successful completion of the project.

35.3 List of specialized Items/Jobs/Works

35.3.1 Civil works


a. Termite proofing (Anti-termite Treatment work)
b. Water proofing treatment work
c. Stone work including wall/column cladding
d. Marble work
e. Wood work-
Flush Doors, Panelling of walls, Iron grills or ornamental type.

143
AAI Works Manual

f. Steel work:
Collapsible steel gates, Sliding steel shutters, Rolling steel Shutters, Steel
doors and windows, Tubular trusses (not ordinary steel trusses), pre-
engineered structured Steel buildings, Steel bridge work, space frames for
long span structures, Steel towers for flood lighting in stadium (up to height
50m)
g. Flooring:
Mosaic and Terrazzo tiles flooring, marble flooring, ceramic tiles, granite or
any other polish stone of flooring.
h. Roofing: False ceiling, water proofing of roofs and providing special
roofing.
i. Roads/ Pavements: Asphaltic/ Cement concrete works for roads and
runways, sealing compound, runway marking paint.
j. Furnishing : Items of furnishing, like pillows in foam rubber, pillow covers,
Bed sheets, Curtains and Rubber Mats, carpet, Aluminium glazing.
k. Miscellaneous civil works:
Works such as under reamed piles, Foundations and pile foundation tanking
for basements, Fibrous plaster ceiling. Acoustic treatment and other
decorative items such as glass ceiling, sinking of tube wells, Erection of
food storage – both slips and flat type. Aluminium doors and windows,
Aluminium cladding, curtain wall/structure glazing/frameless glazing.
Design fabrication and erection of steel towers, fabrication of hydraulic
platform and incinerator and laundry equipment, Fabrication of steel cabin
or body of trucks chassis, Fabrication of water and sewage treatment plants.

35.3.2 Electrical Works – Miscellaneous


Power supply works like HT and LT Switch-gears, Transformers, AMF
Generating sets etc. Air-conditioning works like supply and installation of
chilling units, AHUs and connected works, cold storage plant. E&M equipments
like Elevators, Escalators, Baggage Conveyors, Baggage scanner (X-ray)
machines, Door Frame Metal Detector System, Aerobridges, Internal Electrical
Installation works including supply and installation of various electrical fittings.
Airport lighting works including runway/Taxiway/ Approach lighting system and
connected works including High Mast lighting, Fire alarms, Fire fighting
equipments, Fire detection and any other co-related items.

35.3.3 Electronic Equipments:

There is present day need to provide many Electronic based systems for airport
and other buildings. These systems are highly specialised. These works such as
supply, installation, testing and commissioning of sound reinforcement system,
PA system, Conferencing System, CCTV, Video projection & video recording
System etc. which are being executed by expert agencies only.

144
AAI Works Manual

35.3.4 Procurement of Costly Equipment:


For the procurement of high value equipment/ highly specialized works detail
STRs should be prepared through call of expression of interest from the
manufacturers / authorized dealers to identify latest specifications of such items
and general terms and conditions applicable for equipment intended to be
procured. The NIT specification / terms and conditions should be formulated on
the basis of study carried out by calling quotations for expression of interest for
call of tenders.

ED (Engg.) may approve any other work as specialised item.

35.3.5 Centralized Procurement:


Centralized procurement of stores can be resorted with multiple recipients. In
such cases following procedure shall be adopted.

a. A copy of supply order with details of items, specifications and terms and
condition of supply must be uploaded on to AAI website “infosaarthee”.
The supply order uploaded to the website should also indicate quantities
to be supplied at each location, rate of material, scope of work like
installation, testing & commissioning and training of manpower etc. so
that recipient of supplies is fully aware of responsibilities of the supplier
for enforcing contract conditions.
b. Standard Operating Procedures (SOP) shall be prepared & issued by
Procurement Directorate in such a manner that by the time material is
delivered, SOP is available with concerned officials at the Airports so that
equipments are put to use without any delays.

Any other work approved by ED Engineering.

35.4 Procedural Requirement

35.4.1 It should be made very clear in the NIT that previous experience in the execution
of such works (Specialized items of works concerned) is necessary, details of
which should be appended by the Contractor. Besides, the contractor should
possess the necessary special T&P for proper execution of job.

35.4.2 It order to get competitive rates in respect of all specialized jobs, it is necessary
that the NITs [Notice Inviting Tender] for specialized works should be sent to the
firms while inviting tenders for the above type of works. The tender should be
issued to the specialized firms as well as to the registered contractors for similar
nature of job.

35.4.3 The provision should be made in the tender documents for all specialized items of
work such as anti-termite, water proofing work, kiln seasoned and chemically
treated wooden shutters, roofing, false ceiling, painting work etc. which are got
executed through specialized firms or registered contractors that the main Agency
/ Firm executing the work should be asked to give a specific guarantee towards

145
AAI Works Manual

responsibility for rectifying of defects noticed during the guarantee / defect


liability period.

The specific security deducted @ 10% from the bills for such specialized items of
work shall be refunded to the contractor only after expiry of guarantee period in
accordance with the terms and condition of the contract. Such provision must be
made in the NIT for all specialized works.
The Engineer-In-Charge of the work shall, however maintain a register in which
all specialized works carried out in the Project / Maintenance Unit shall be
entered. This register shall be periodically reviewed by the Engineer-in-Charge.
The Register will contain the following heads:

a. Name of work:
b. Date of completion :
c. Specification in brief :
d. Rate paid :
e. Name of the firm / contractor
f. History of all defects, with date(s) of occurrence noticed during the
guarantee period.
g. ACTION taken by the firm / contractor.

This register shall be handed over to the next incumbent either in project or
maintenance unit following proper procedure for handing over/taking over.
The form of the guarantee to be executed by the contractors is given vide
Appendix-70.

35.4.4 If application for issue of tender is received from joint venture / partnership firm
then following should be considered:

a. Actual contribution of a firm which has carried out some work under joint
venture / partnership should be taken in proportion to their agreement for
execution of the total work; and
b. Documents submitted by the firms in support of their credentials are
properly examined and if any discrepancy is noted, it should be got
clarified from issuing authority at once so that such mistakes are not
repeated.

35.4.5 The contractor for specialized work shall take additional precautions not to
damage water proofing treatment in the building. They may also not cause any
damage of permanent nature to the building structure. They shall seek permission
of Engineer-In-Charge before providing support for electrical systems from
existing walls, columns, slabs & beams. To avoid such damages Engineer-In-
Charge shall include following condition in the NIT and ensure:

a. Project Team In-charge, must bring the crucial terms and conditions of
guarantee, for Water Proofing Treatment and similar works, to notice of
maintenance officials and concerned user Department/ Directorate.

146
AAI Works Manual

b. Concerned design Engineer and Project Team In-charge must keep


provisions for installation of antenna mast and other such accessories at
roof at construction stage itself before commencement of water proofing
work. To cater for future requirement, pedestals of suitable size at
identified locations should be provided in consultation with
User/Communication Officers to facilitate installation of antenna etc.
avoiding damage to water proofing treatment.
c. Utmost caution must be exercised by maintenance, upkeep / cleaning staff
and other officials not to disturb such treatment work under guarantee
period. However, if some erection or such work is inevitable, it should be
planned in consultation and co-ordination with the Guarantor, so that his
responsibility during the guarantee period remains unaltered.

35.4.6 Where jobs of a specialized nature are involved, the concerned officers should
satisfy themselves that the persons selected to tender and award the work, is well
experienced and knows fully about the job. If there is no such men available
conveniently then the Engineer in-Charge should familiarize himself with the job
and its process, obtain appropriate market intelligence regarding the competent
persons available in the field, the rough cost of their material or job before
preparing the estimate or inviting tender. Where the tender is not advertised, he
should also write to the parties concerned so that they may also get a chance to
respond to the enquiry.

35.4.7 In case tenders have been called from the specialized/prequalified firms with a
prequalification criteria, all the prequalified firms should be informed in writing
about their qualification for issue of tenders, and a proper record be kept to this
effect in office files.

35.4.8 Following must be checked by NIT approving authority before issue of tender
document:

The NIT should be unambiguous and complete with all criteria clearly spelt out
for short-listing. The NIT displayed on website should include the complete
eligibility criteria.
The Firms which are not short-listed for issue of tender document should be
intimated with reasons for rejection of their application.
Short-listing of Firms for issue of Tender documents should be approved by the
concerned Technical Sanctioning or Tender Issuing Authority.

35.4.9 A Committee may be appointed for opening of Tender and Technical Evaluation.
The responsibility of Committee formed is indicated below:

a. To open the bids as per laid down procedure.


b. Bring out any short-coming observed with respect to NIT criteria.
c. Technical evaluation of bids with reference to tender stipulations.
d. Make a report for submission on technical evaluation of bids received, to
concerned Tender Issuing Authority/TS Authority.

147
AAI Works Manual

35.4.10 Correspondence with bidders seeking clarifications etc., to be done by TS


Authority/Tender Issuing Authority or any Officer designated by him. Technical
Evaluation Committee should not enter into correspondence with bidders.

The findings/recommendations of Technical Evaluation Committee should be


considered carefully by the T/S or Tender Issuing Authority who should record
his decision in writing on them.

35.5 Enlistment of contractors for works costing up to Rs. 20 Lac

35.5.1 Contractors should be enlisted in AAI for particular airport/region after an open
Press advertisement and proper verification of their financial and technical
credentials. All works costing up to Rs.20.00 Lac should be invited from them by
putting NIT at notice board of the concerned office and also other local offices of
AAI and offices of State PWDs as well.

35.5.2 The list shall be valid for the period of 2 years. For fresh enlistment re-
advertisement to be done and all procedures shall be adopted as per requirement.
This enlistment shall be valid only if they fulfill other requirements of NIT.

35.6 Sale of Tender Documents to Registered Contractors

35.6.1 Tender documents can be issued to the contractors registered with


CPWD/Railways/MES/P&T/PSU in appropriate classes and specialized
contractors for the particular work or as per eligibility criteria indicated in notice
inviting tender.

35.6.2 Contractors registered with the State PWD shall include contractors registered not
only with the State PWD where PWD is a distinct department in itself but also
include contractors registered with other allied departments i.e. irrigation, public
health Engineering etc. provided the registration obtaining in these departments
of the State makes them eligible for tendering for the State PWD works in that
State.

35.6.3 The list of Blacklisted/Debarred/Restrained contractors available on AAI website


should be checked before issuing tender documents to the firm.

35.6.4 For deciding the limit up to which a particular contractor is eligible to participate
in the tender, the cost of materials whether proposed to be issued free or on
payment shall not be deducted from the cost of work put to tender.

35.7 Supply of Duplicate Set of Tender Documents

35.7.1 Where a request is received from a contractor for the supply of a duplicate set of
tender documents the same may be supplied to him at the same cost of the
original copy at the time of issue of the original papers. The copy to be supplied
should be stamped “Duplicate” so that it may not get mixed up with the original

148
AAI Works Manual

tender documents. A complete list of relevant drawings should be attached to


each tender document for the information and guidance of the contractors.

35.8 Issue of Tender Documents for Sewerage and Water Supply to B&R
Contractors.

Tenders for sewerage, external drainage and external water supply should also be
issued to the B&R contractor of appropriate class in addition to S&W contractors.

35.9 Procedure for issuing Tender Documents for Non-Registered Contractors

Tenders to Non registered contractors may be issued only if the same is stipulated
in NIT/ Press notification.

35.10 Sale of Tender Documents for Residual Works

35.10.1 When under Clause 3 of contract, Form 7 or 8, the unexecuted portion of the
work is taken out of the hands of the original contractor; the tender documents for
the residual work shall not be sold to the original contractor, if asked for.

35.10.2 In case of rescinded contracts, the NIT for residual work shall be approved by the
authority that had approved the original NIT. However the tender shall be
accepted by the authority that has the powers to accept tenders as per the
delegated financial powers.

35.10.3 In case a contractor does not start the work after award or withdraws the tender
after acceptance, he shall not be issued tender for the same work on recall. The
Engineer-in-charge shall also intimate the enlisting authorities.

35.11 Sale of Tender Documents to Weeded out Contractors in Govt. or any


PSU’s.

35.11.1 Tenders for works in AAI should not be issued to contractors already
blacklisted/debarred in Government/PSUs.

35.11.2 In case where a contractor is removed from the approved list of contractors
maintained or recognised by AAI for reasons other than that of inactivity, such
contractor would not be eligible to take up works in AAI on the basis of his
enlistment in any other Engineering Department.

35.11.3 The applicant can be refused issue of tender documents in only following
conditions:

a. If applicant has failed to meet PQ criteria.


b. Issue of tender documents can be refused, in case tenders are being call
for balance work / withdrawn portion of work from the same
contractor.

149
AAI Works Manual

35.12 Action against contractor for unsatisfactory performance

35.12.1 Any contractor can be blacklisted / debarred under following conditions.


a.If he has submitted false certificate/documents as desired in the NIT.
b.If the performance of contractor has been reported bad during/on
completion of work.
c. If an adverse advice is received from law enforcing agency or any other
appropriate/related agency of Government of India/ State Government.
35.12.2 The procedure to be adopted for debarring a contractor is given at Section-48.3
for works where tenders are accepted by ED or higher officer and at Section 48.4
where tenders are accepted by RED/APD (KOLKATTA/CHENNAI) and their
subordinate officers.

35.13 Short Listing of firms.


Following procedure should be followed in respect of proprietorship concern/
individual contractor for short listing and signing the tender document and
agreement.

a. Verify the original affidavit wherein particulars of the individual is


furnished including its validity.
b. Verify the Permanent Account number (PAN).
c. Verify the original registration certificate and its validity.
d. Only after satisfaction on above the firm may be short listed for issue of
tender documents. It should be made clear in writing that duly completed
tender documents are to be signed only by the individual in whose name the
tender is issued. Further, it should be made clear therein that in the event of
acceptance of the tender, contract agreement should only be with the same
individual to whom the tender is sold.
e. On award of the contract as explained above, person holding power of
attorney duly authorised for particular purpose(s) may be allowed to act on
behalf of contractor to whom work is awarded.

35.14 Time Interval between Sale of Tender Documents and Opening of Tenders

35.14.1 Any physical tender form which is being issued either for sale to contractor or for
any office use, should be issued under the signature of the Senior
Manager/Assistant General Manager or the Manager/ Asst. Manager as the case
may be. In order to give contractors sufficient time to study tender documents
and work out reasonable rates, the last date for the issue of tender documents
should be a minimum of two days before the tenders are scheduled to be opened.
But in the case of works costing less than Rs. 2 Lac, the sale of tender forms can
be stopped at least 24 hours before the opening of tenders. Every tender
document issued must contain the following information at the time of its issue.
a. Name of contractor
b. Date of application for issue of tender by contractor/date of receipt of
application in AAI Office.
c. Date of issue of tender documents and
d. Due date and time of receipt of tender documents.

150
AAI Works Manual

35.14.2 The Senior Manager/Assistant General Manager should have rubber stamps with
the above information to be put on each tender and the dates and other particulars
may be filled in at the time of issue of tenders.

Note: The term large work appearing above means “Works costing more than the
power delegated to Senior Manager/Asstt. General Manager for acceptance of
tender.

35.15 Scale of Charges for Tender Documents

35.15.1 The cost of tender documents should be charged from the contractors as per given
below or directions from CHQ from time to time.

(a) Estimated Cost (E.C.) up to Rs.5.00 Cr. Rs. 1000/-


(b) E.C. Beyond Rs. 5.00 Cr. Up to 10.00 Cr. Rs. 1500/-
(c) E.C. Beyond Rs. 10.00 Cr. Up to 25.00 Cr. Rs. 3000/-
(d) E.C. Beyond Rs. 25.00 Cr. Up to 50.00 Cr. Rs. 5000/-
(e) E.C. Beyond Rs. 50.00 Cr. Rs. 10000/-

Note 1: The above rates are applicable for physical as well as E-tendering mode.
In case of E-tendering the fee shall be defined as tender processing fee
and shall be non-refundable. In case of physical tender, it shall be
defined as tender cost and shall be refundable if tender is not issued.

2: Cost of tender document for Global bids: To be decided by the NIT


approving authority.

3: The agencies may be asked to pay GST extra on the cost of tender
document, if applicable.

4: For GST: The GST on the cost of tender form, if chargeable as per the
General GST Act of the respective state, it should be levied on the cost
of tender form at the specified rate of the respective state. The GST, thus
collected on sale of tenders, are to be remitted to concerned GST
authorities within the time limit specified in the GST Act.

5: Contractor requesting for tender document by post cell mentioned the


same in application itself. The contractor shall add Rs.200/- towards
postal charges in the tender cost amount. AAI shall not be responsible
for delay/loss of documents. This will be applicable for tenders invited
through physical mode only.

35.15.2 Authorities competent to approve NITs have got the discretion to add to the
prices, mentioned above, any additional cost of drawings to be supplied/ attached
along with tender documents depending on the labour actually involved in their
preparation.

35.15.3 NIT should be supplied along with tender documents to intending tenders.

151
AAI Works Manual

35.15.4 As it is not always practicable to supply plans and Drawings along with each set
of tender documents the contractors for the purposes of tendering, plans and
drawings should be kept with the designated officer in o/o SM/AGM for study by
the contractors and a recorded entry in register or a certificate obtained in lieu of
having seen the plans.

35.16 Accounting of Tender Forms (for physical tenders)

35.16.1 The following is the procedure, laid down, for the accounting of tender forms: -

a. The tenders to the eligible contractors will be sold from the office of tender
inviting officer against the price mentioned in the NIT.

b. The cost of tender document will be accepted in the form of demand draft
of a scheduled Bank payable at (place mentioned in NIT
should be written here)

c. The register for the sale of tender documents should be kept in the office of
tender inviting officer. It should be got issued from competent authority and
each page of register should be serially numbered. Tender register should
contain chronological record of issue of tender forms showing the name of
the person to whom the tender is issued and the DD no , date and
amount.

35.16.2 To avoid the possibility of bogus and fake tenders being submitted, it is necessary
that tender documents are sold individually and acknowledgements taken from
contractors or their accredited representatives while handing over tender
documents to them. In cases where tender documents are dispatched by post,
these should be with Registered A.D. Post/Speed Post.

35.17 Prequalification Applications (for physical tenders)

35.17.1 It is to ensure that applications received for pre qualifications of various works
are properly entered in prequalification application register.

35.17.2 In order to have transparency, the firms which are not short listed for issuing
tender papers, should be intimated with the reasons for rejection of their
application. The tender fee submitted by the firm may be refunded to them in case
they are not pre-qualified for issue of tender documents.
35.18 Amendments / Addendums after sale of tender(for physical tenders)

At times it becomes necessary to issue amendments/ addendums to the tender


conditions/ provisions after sale of tender documents to the contractors before
opening of tenders. Such amendments/addendums should ultimately become part
of the contract for the accepted tender. Therefore, while issuing such
amendments/ addendums to each intending bidders, they must be asked to attach
letters containing amendments/addendums with tender document, duly signed,
before it is submitted. While opening tenders, tender opening officer shall ensure
that copies of such amendments / addendums are attached with the tender
documents and shall initial the same.

152
AAI Works Manual

SECTION 36: Call of tenders through e - Tendering

36.1. Introduction of e-Tendering in AAI

36.1.1 The e-tendering system for procurement of material as well as execution of work
has been introduced in AAI to create more transparency and get competitive rates
for award of works. The main objectives of e-tendering are as below.
 Increase Transparency.
 Time saving by means of faster communication.
 Reduce cost of operations.
 Increase efficiency.
 Standardization of tendering processes.
 Improved corporate image.

36.1.2 The System of e-Tendering shall be resorted to for all the tenders irrespective of
the cost.

36.1.3 Tender Inviting Authorities (TIA) & the bidders should enrol in
http://etenders.gov.in to carry out the procurement activities.

Tender Inviting Authority (AAI Purchasers/bid managers) have to co-ordinate


with their respective regional IT coordinators for the enrolment / user creation in
NIC Portal. (User-id for NIC Portal is different from the E-TAPS id).
Bidders have to enrol themselves to the portal by following the bidder’s guide for
enrolment to the portal.
Entry will be through two factor login i.e. User id & password followed by the
login through DSC.
The intending bidder must obtain class-III digital signature to submit the bid.
The Bid Document as uploaded can be viewed and downloaded free of cost by
anyone including intending bidder.

36.1.4 All AGMs/SMs/ Managers who have been assigned the work of calling e-tenders
must take following action immediately.

a. Obtain Digital Signatures and User ID & Password by applying to Local /


RHQ / CHQ, IT Directorate.
b. All officials shall get acquainted with e-tendering procedures in the e-
tendering portal by going through a self-help files and any
clarification/deficiency can be directly sorted out with the help desk. The
address and contact numbers of self help desk are as under. The same is
available in the e-portal also.
c. Ensure that before taking up e-tendering, Digital Signature of appropriate
class, User ID and Password are available with the official. All AGM /
SM / Mgr. dealing with e-tenders should have digital signatures.

153
AAI Works Manual

d. The Officials has to keep the User ID, Password and Digital Signature etc.
as confidential and its usage in e-portal shall be the sole responsibility of
the official concerned.
e. Understand the method of inviting bids in three envelope system.
36.1.5 For any Issues/Clarification relating to the publishing and submission of AAI
tender(s)
a. In order to facilitate the Vendors / Bidders as well as internal users from
AAI, help desk services have been launched between 0800-2000 hours for
the CPPP under GePNIChttp://etenders.gov.in. The help desk services shall
be available on all working days (Except Sunday and Gazetted Holiday)
between 0800-2000 hours and shall assist users on issues related to the use
of Central Public Procurements Portal (CPPP).
b. Before submitting queries, bidders are requested to follow the instructions
given in “Guidelines to Bidders” and get their computer system configured
according to the recommended settings as specified in the portal at “System
Setting for CPPP”.

SL Support Escalation E- Mail Address Contact Timings*


No. Persons Matrix No.
1. Help Desk Instant eprochelp@aai.aero 011- 0800-2000
Team Support 2463295 Hrs.(MON
0, - SAT)
Ext.3512
(Six lines)
2. Sanjeev After 4Hrs etendersuppot@aai. 011- 0930-1800
Kumar of Issue aero or 24632950 Hrs.
Mgr.(IT) sanjeevkumar@aai. Ext.3523 (MON
aero - FRI)
3. S Nita, After 12 snita@aai.aero 0930-1800
AGM(IT) Hrs. Hrs
(MON-
FRI)
4. General After 03 gmitchq@aaai.aero 011- 0930-1800
Manager days 24657900 Hrs
(IT) (MON-
FRI)
*The Helpdesk services shall remain closed on all Govt. Gazetted Holidays.
c. The above mentioned help desk numbers are intended only for queries
related to the issues on e-procurement portal and help needed on the
operation of the portal. For queries related to the tenders published on the
portal, bidders are advised to contact concerned Bid Manager of AAI.

154
AAI Works Manual

d. To streamline the process and to ensure that bidder queries are replied promptly
following paragraph shall be added in the General guidelines for the bidders
under the heading “Queries, Replies and clarifications”.

Issues faced / queries of the bidders pertaining to technical support on e-portal for
submission of tender documents should normally be addressed to AAI Help Desk
Support (Details as mentioned in the web-NIT). In case of technical support regarding
e-tender portal, if the AAI Help Desk support is non-responsive, the Bid Manager,
Name - may be contacted at telephone no - , Ext. - , e-
mail ID - , Fax - , (To be filled appropriately by concerned Bid
Manager)
To make a uniform provision for receiving / replying queries, queries received
through CPP Portal only will be entertained. Queries received through any other
than CPP Portal shall not be entertained. In order to provide sufficient time to
bidder for raising queries, the time interval between clarification start date and
clarification end date may be kept as 30 days for EPC / Composite tender.
(Amendment TI 38 para VI dtd. 03.03.2020)

36.2 Digital Signatures


36.2.1 Utmost care needs to be taken while DSC mapping in CPPP. User’s – id should
be mapped with his/her own DSC. In case, somebody’s DSC is mapped with
some other user-id, it cannot be reverted back.
36.2.2 After login to the e-Tendering portal for the first time, system will ask to change
your password. Password can be changed and same be used for future references.
Password can also be changed by clicking on "modify password" link from the
left menu.
36.2.3 Send a mail to the eprochelp@aai.aero for retrieving lost password. Mention
name and User ID for easy and immediate reference.
36.3 Preparation of Bid Document
36.3.1 The pre-qualification criteria shall be adopted on the basis of value of work for
which tenders are being called. The complete criteria in various category of work
have been indicated at Section 12.2.1
36.3.2 NIT approving authority has to categorically specify the period within which
required documents shall be submitted in the office of AGM/SM/Manager by the
intending bidder after uploading of bids. The following shall be mentioned in the
NIT.
a. Time and date up to which EMD and other documents can be uploaded.

b. Time of opening of first envelope after uploading of bid document.

The documents received in 1st Envelope shall be down loaded on the same day as
mentioned for opening of first Envelope.
36.3.3 The date of opening of Technical and financial bids may be intimated through e-
portal and confirmed the same through email to the qualified bidders after
approval by NIT approving authority.

155
AAI Works Manual

36.3.4 The list of documents to be scanned and uploaded by the intending bidder shall be
clearly mentioned in the bid documents.
The sample Press Notice to be published in newspapers, (Appendix 3A to
Appendix 3C), the Guidance to intending bidder /Contractors should be attached
in NIT by modifying suitably on case to case basis as per requirement, if found
necessary by the NIT approving authority.
The time for opening of bids may be decided by NIT approving authority. In any
case the date of opening of bid should be fixed after not less than 72 hrs ( 3 days)
of submission of tender to ensure receipt of documentary proof for submission of
EMD.
EMD for the works for which tenders have been called on e-tendering mode shall
be submitted in the format provided at Section 38.

36.4 Publicity
36.4.1 Time limit for publicity of bids shall be as per the provisions of Section 34.4
36.4.2 In case of e-Tendering, the Press Notice also to be published as per the limits
mentioned in Appendix 3A to 3C in addition to publishing on the website
http://etenders.gov.in as per Appendix 4A to 4C. Press NIT only be issued for
works with estimated cost more than Rs 1 Crores.

36.4.3 In case of e-Tendering there is no necessity to publish a large size Press Notice in
News Papers. Only a condensed form of Notice Inviting e-Tenders is to be
published in leading News Papers for wide publicity as mentioned in the
Appendix 3A to 3C
36.5 Bidding Process in NIC CPP Portal
36.5.1 NICCPPP Portal allows multi-cover tenders, Limited Tender, Offline payment
(Tender fees, EMD) and online bid submission and other important clauses as
necessary.
36.5.2 3-BOT: Envelope 1 containing of submission of scanned copy of tender fee,
prequalification criteria and other documents. Envelope 2 Technical Bid, scanned
copy of Unconditional Acceptance of AAI’s Tender Conditions, Integrity pact
and EMD. Envelope 3 containing of financial bid.
2-BOT: Envelope 1 containing of EMD, technical bid and unconditional
acceptance of AAI condition. Envelope 2 containing of financial bid
2 Envelope Tender System shall be adopted instead of 3 Envelope System
(Amendment TI 38 para III dtd. 03.03.2020)
36.6. Details when tender is invited in 3-BOT.
36.6.1 When bids are invited in three stage system following steps are to be followed:
a. Entire bid document related to eligibility criteria, technical bid and financial
bid are to be uploaded at one time. A letter for Unconditional acceptance of
tender conditions shall be uploaded along with tender document. The original
EMD and letter for unconditional acceptance of all NIT conditions and
integrity pact should reach in physical form in the office of Bid Manager
within 72 hours ( 3 working days) of opening of envelope-I (Amended on dt.
26.03.18) Bid submission end date.

156
AAI Works Manual

b. Various envelopes shall be containing documents as indicated below:-


Envelope-I: - Scanned copies of containing qualifying requirement, copy of
demand draft for Tender fee and other details.
(Amended on dt. 26.03.18)
Scanned copies of unconditional acceptance of AAI’s tender conditions,
Tender Fee, EMD and Integrity Pact (If applicable).
Envelope-II: - Technical bid containing scanned copy of unconditional
Acceptance of AAI’s Tender Conditions, EMD and Integrity Pact.
(Amended on dt. 26.03.18)
Envelop-II shall contain scanned copy of Pre-qualification documents,
Scanned copy of duly notarized affidavit on Non-Judicial stamp paper of Rs.
100 regarding compliance of minimum wages, scanned copy of duly notarized
declaration on non-judicial stamp paper of Rs.100 regarding blacklisting/
debarring of firm, scanned copy of undertaking on GST and digitally signed
Tender Document.
Envelope-III: - Financial bid.
The original BG /Demand draft against EMD and Tender Fee, Signed Hard
copy of AAI Unconditional Acceptance Letter and signed Integrity Pact
should be submitted to Bid Manager within 72 hours (3 days) of bid
submission end date. Tender of the tenderer whose EMD, Integrity Pact and
unconditional acceptance of AAI’s tender conditions are not received by the
time of the opening of pre-qualification of tender then their tenders will be
summarily rejected. Any postal delay will not be entertained.
36.6.2 The intending bidder has to pay cost for tender document and submit EMD as
detailed below.
a. Tender fees (Non-Refundable) shall be required to be paid in the form of
demand draft in favour of Airports Authority of India.
b. EMD as demand draft in favor of AAI up to Rs.10 lacs and demand draft/bank
guarantee for EMD more than Rs.10 lacs.
The original document for tender fees, EMD, unconditional acceptance of all
NIT conditions and Integrity pact should reach the office of Engineer-in-
charge within 72 hours (3 working days) of opening of the Envelope-I.
(Amended on dt. 26.03.18)
EMD in the form of Demand Draft/FDR/Bank Guarantee in favour of
Airports Authority of India. The original documents for Tender fees, EMD,
Unconditional acceptance of AAI tender conditions and Integrity Pact (If
applicable) should reach the office of Bid Manager within 72 hours (3
working days) of bid submission end date.
Provision of accepting EMD, SD and PG in the form of FDR has been
discontinued. The same should now be accepted only in the form of DD /
BG. (Amendment TI 38 para V dtd. 03.03.2020)
36.6.3 In case intending bidder has some clarifications to be sought from department, he
may upload the same in “Tender Management Head ---- seek clarification
folder”.
36.6.4 Intending bidder must check query section of “Tender Management Head ----
seek clarification folder” regularly to get replies against his queries. The
department may seek clarification or further information through this folder for
which replies may be required urgently.
36.6.5 Duly signed integrity pact is to be submitted in Envelope-II (Amended on dt.
26.03.18) Envelope-I for the works costing more than Rs.5.00 Cr.
36.6.6 The bidders can see the recommendations after every stage under “tender status”
bringing in transparency in the procurement process.
157
AAI Works Manual

36.6.7 There is a provision of requesting Short-fall documents from the bidders. The
system allows to take the shortfall documents from any bidders only once after
the technical bid opening. There is no provision of requesting shortfall documents
from the bidder after PQQ scrutiny. The last date of acceptance of shortfall
documents, once given cannot be modified.
(Amended on dt. 26.03.18)
There is a provision of requesting Short-fall documents from the bidders. The
system allows to take the shortfall documents from any bidders only once after the
technical bid opening. The request for any shortfall document shall be asked only
after scrutiny of pre-qualification criteria so that all the required documents can
be asked to submit at once. The last date of acceptance of shortfall documents,
once given cannot be modified.
36.6.8 Award of the contract can be viewed under “Results of the tender” in the site.
36.7 Uploading of Bid Documents by AAI
36.7.1 All the documents such as NIT including guidance to intending bidders, all the
conditions of NIT, schedule of quantities, drawings and other documents shall be
uploaded at one time.
36.7.2 Up-loading of bid document on the e-tender portal shall be done by the concerned
AGM / SM / Manager only.

Under no circumstances document is to be got uploaded by officer other than


specified. He can seek clarification and take help from Help desk, in case of any
difficulty. It shall be the responsibility of AGM/SM/Manager alone to upload the
bid document.

36.7.3 To generate the Comparative Statement for composite contract, the schedule of
quantities of components of all disciplines shall be uploaded in a single
spreadsheet of schedule of quantities.
36.7.4 It is recommended to upload the drawings in draft format. Auto Car DWF Viewer
is an Open Source software available on http://usa.autodesk.com/design- review.
36.8 Uploading of tenders by bidder.
36.8.1 Envelope - I : - i) Scanned copies of containing qualifying requirement, copy of
demand draft for Tender fee and other details
(Amended on dt. 26.03.18)
Scanned copies of unconditional acceptance of AAI’s Tender conditions, Tender
Fee, EMD and Integrity Pact (Applicable for works above Rs. 5.00 Crore).
ii) The agencies registered with ESIC, MSME and UAM (Udyog Adhar
Memorandum) who are exempted from payment of cost of tender document
and EMD. Such firms are required to submit scanned copy of valid
registration in this envelope.
(Amended on dt. 26.03.18)
Envelop-II shall contain scanned copy of Pre- qualification documents, Scanned
copy of duly notarized affidavit on Non-Judicial stamp paper of Rs. 100 regarding
compliance of minimum wages, scanned copy of duly notarized declaration on
non-judicial stamp paper of Rs. 100 regarding black listing/ debarring of firm,
scanned copy of undertaking on GST and digitally signed Tender Document.

158
AAI Works Manual

36.8.2 Envelope-II: (Pre-Qualification Criteria): Technical bid containing scanned


copy of unconditional Acceptance of AAI’s Tender Conditions, EMD and
Integrity Pact.

36.8.3 Envelope-III: - Financial bid.


36.9 Bids for Specialized Works and Purchase of Materials –
Bids for specialized works (e.g. SITC of DG Set/ HVAC/ Lifts/Escalators/ Sub
Station/ Fire Fighting/ Fire Alarm System/Baggage Conveyor System/ PA
system/ GLF Works/Water Proofing etc.) shall follow same e-tendering
procedure. Purchase of materials, Security works, and Outsourcing services such
as Running and Maintenance of specialized E&M services/ Housekeeping etc.
shall be invited through e-tendering procedure (as per financial limits defined)
36.10 Opening of Bids:
36.10.1 The bids shall be opened by Bid Manager who has created and uploaded the bid,
in presence of members of the committee appointed for opening of the tender.
The bid opening authority shall observe following procedure.
a. Envelope-I containing documents for pre-qualification bid (uploaded by the
contractors/firms) shall be opened as per CRITICAL DATA SHEET. The
intimation regarding acceptance/rejection of their bids will be intimated to
the contractors/firms through e-tendering portal.
b. He will check that all desired documents of Envelope-I has been submitted
in complete shape.
36.10.2 In case bid opening authority is on leave/ tour or not available to open the bids
under such situations bids shall be opened by alternate person mentioned /
authorised at the time of creation of bid.

36.10.3 The Envelope-II Technical bid opening date shall be as mentioned in CRITICAL
DATA SHEET. (Depending on pre-qualification, any changes in the date shall be
intimated through CPP Portal).
36.10.4 If any clarification is needed from the bidder about the deficiency in his uploaded
documents in Envelope – I and Envelope-II, he will be asked to provide it through
CPP Portal. The bidder shall upload the requisite clarification/documents within
time specified by AAI, failing which tender will be liable for rejection.
36.10.5 All bidders shall be informed by e-mail/ NIC CPP Portal regarding status (pre-
qualified/ rejected) of their application after obtaining necessary approval from
competent authority.
36.10.6 Envelope-III: The financial bids of the contractors/firms found to be meeting the
qualifying requirements and technical criteria shall be as per CRITICAL DATA
SHEET (Depending on Technical Bid evaluation the date shall be intimated
through CPP Portal). (Amended vide TI No. 05 dtd 10.08.2018)
To further streamline the process of bidding and freezing timelines the dates and
time of opening of Envelope-I, Envelope-II and Envelope-III (Financial Bid) are
to be mentioned in the Press & E-NIT. However, if any deficiency is found in
Envelope-I then no scrutiny of Envelope-II shall be made and financial bid shall
not be opened for such bidders.
Moreover, the date and time for opening of Envelope-III (Financial bid) shall also
be mentioned in Critical Data Sheet keeping a margin of time to be taken for

159
AAI Works Manual

obtaining approvals against Pre-Qualification criteria for any short fall received
after opening of Envelope-I. However, in case the date and time for opening of
Envelope-III (Financial bid) is required to be changed, the same shall be
intimated through CPP Portal.
36.10.7 The Envelope-II of pre-qualified agencies shall be opened on pre decided date
and time after obtaining approval of the competent authority for Pre-Qualification
agencies. Thereafter, following procedure shall be adopted.
a. Bid Manager shall check unconditional acceptance of NIT conditions by
all bidders.
b. A comparative statement of technical bid shall be prepared. The non-
conformities shall be recorded against each agency. In case of tenders for
works other than highly specialized systems, the offer of agencies not
meeting the NIT specifications shall be rejected, after obtaining approval
of the competent authority. In such case the financial bid of only balance
agencies shall be opened thereafter.
c. In case of tenders for highly specialised nature works or for purchase of
high value equipments detail STRs should be prepared through call of
expression of interest from the manufacturers / authorized dealers to
identify latest specifications of such items and general terms and condition
applicable for equipment intended to be procured. The NIT specification /
terms and condition should be formulated on the basis of study carried out
by calling quotations for expression of interest for call of tenders.
d. The bid manager will inform all the bidders about status of their technical
bid (accepted/ rejected) by e-mail after opening of Envelope-II (technical
bid).
36.10.8 The envelope-III (Financial Bid) of technically qualified agencies shall be opened
on pre decided date and time after obtaining approval of the competent authority.
Thereafter, following procedure shall be adopted.
36.10.9 Online bid documents submitted by intending bidders shall be opened only of
those bidders, whose original EMD and Tender fee, hard copy of un-conditional
acceptance, Signed Integrity Pact and other documents in the envelope submitted
are found in order.
36.10.10 Bid manager should download schedule of quantities of lowest bidder and
comparative statement of the bid. He shall put his seal “Downloaded by me on
………. ” and sign each sheet. These documents shall be made part of agreement.

36.11 Preparation / checking of Comparative Statement


36.11.1 The Comparative Statement is generated automatically. The detailed arrangement
for proper checking of bids and Comparative Statement are left to the Bid
Accepting Authority.
36.11.2 The Comparative Statement and rates quoted by each bidder are to be
downloaded. The concerned bid manager mentioned under Section 36.11.1 above
under ‘Preparation/ checking of Comparative Statement’ shall make satisfactory
and efficient arrangement for checking the Comparative Statement. He should
also conduct personally a test check on Comparative Statement and satisfy
160
AAI Works Manual

himself reasonably that checking work has been properly done. He should also
see that Comparative Statement correctly incorporates the rate of each item and
total as checked in individual bid.
36.11.3 Procedure for dealing with ambiguities in rates:
a. In e-Tendering intending bidder can quote his rates in figures only. The amount
of each item and total is generated automatically.
b. In the case of percentage rate bid also the bid percentage quoted in figures is to be
taken as correct.
c. In Lump Sum Contracts the amount quoted in figures is to be taken as correct.
d. In event no rate has been quoted for any item(s) leaving space blank both in
figure(s) and word(s) or cancelled the quoted rate in figure(s), and word(s) but the
amount corresponding to the item(s) is worked out by the contractor and added to
the grand total, then rate(s) of the items(s) shall be derived from the amount(s)
quoted by the contractor against such item(s).
e. In event no rate has been quoted for any item(s), leaving space both in figure(s),
word(s), and amount blank, it will be presumed that the contractor has included
the cost of this/these item(s) in other items and rate for such item(s) will be
considered as zero and work will be required to be executed accordingly.
36.12 Processing of Bids
36.12.1 AGM / SM / Manager along with his recommendations will submit following
documents to bid accepting authority.
a. Original hard copies of documents as submitted by the bidders.
b. The bid document of lowest bidder including quoted rates as downloaded.
c. Comparative Statement as downloaded.
d. Approved NIT.
e. Any other document as called by bid accepting authority.

36.12.2 Time limit to process the bids shall be according to Section 37.6.9 and
Appendix-72.

36.12.3 The existing format for call of open tender as per the requirement of e-Tendering
is available on AAI website www.aai.aero for e-Tendering which can be
downloaded and used for preparation of NIT.
36.13 Information and Instructions for Contractors for E- Tendering Forming
Part of NIT and to be posted on Website.
36.13.1 Web-learning session on CPPP and the monthly calendar of web-learning session
is available at https://eprocure.gov.in/cppp/trainingdisp.
36.13.2 Information and instructions for Contractors will form part of NIT and to be
uploaded on eprochelp@aai.aerowebsite.
36.13.3 The Bid Document as uploaded can be viewed and downloaded free of cost by
anyone including intending bidder.
36.13.4 All information and instructions to intending contractors must be indicated in
AAI website for call of open tenders through e-Tendering system.

36.13.5 The intending bidder must obtain class-III digital signature to submit the bid.
36.13.6 Deposit of EMD.

161
AAI Works Manual

a. EMD shall be deposited by all bidders in the form and method detailed at
Section 38.3.2
b. The tender of the bidders shall be rejected outright, who have not submitted
EMD as indicated above before the stipulated time.

c. In case intending bidder has some clarifications to be sought from department,


he may upload the same in “Tender Management Head ---- seek clarification
folder”.
d. Intending bidder must check query section of “Tender Management Head ----
seek clarification folder” regularly to get replies against his queries. The
department may seek clarification or further information through this folder
for which replies may be required urgently.
e. The intending bidder must upload tender documents with GCC duly signed
with technical performance, catalogue and performance of equipment/systems
claimed by manufacturers and BOQ in Technical Bid Section. The original
technical bid containing all information shall be uploaded as ‘Technical Bid’.
f. The intending bidder should upload their Financial Bid in “Item Section”.
The price bid may be kept in separate envelope.
g. The documents required from the bidder should be kept in three separate
envelopes as per directions given in the NIT.
36.13.7 After uploading of the bid the contractor can revise bid any number of times but
before last date and time of submission of bid as notified. While uploading the
revised bid, contractor can revise the rate of one or more item(s) any number of
times (he need not re-enter rate of all the items) before last date and time of
submission of bid as notified.
36.13.8 It is mandatory to upload scanned copies of all the documents specified in NIT. If
any document is not uploaded the bid will become invalid and cost of bid
document shall not be refunded.
36.13.9 If the contractor is found ineligible after opening of bids Envelope-I, his bid shall
become invalid and cost of bid document shall not be refunded.
36.13.10 If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the contractor the
bid shall become invalid and cost of bid document shall not be refunded. The
department may consider taking necessary action for forfeiting EMD and any
other action as deemed fit in such cases.
36.13.11 In case any discrepancy is noticed in quoting the rate in the bid document, action
shall be taken as detailed at Section 36.11.3 above.
36.13.12 The agencies registered with ESIC, MSME and UAM (Udyog Adhar
Memorandum) are exempted from payment of cost of tender document and EMD.
Such firms are required to submit scanned copy of valid registration in Envelope-
I.
Implementation of Micro, Small and Medium Enterprises Development
(MSMED) Act – 2006. Systematic improvement – Clarification (Amended vide
TC No. 10/2015 (R-1, R-2 & R-3) dtd 04.07.2016, dtd. 21.07.2019 & 07.08.2019)

162
AAI Works Manual

Benefit to MSME shall not be extended to construction work as it cannot be


treated as service rendered or supply of goods.
It is further clarified that Capital MEP works like Electrical & Mechanical
(E&M), HVAC, BHS, Power Supply System, Fire Alarm & Detection and PA
System etc. which involves SITC, also falls under the category of Construction
works and hence the benefits to MSME shall not be extended for these works.
Supply of Material / Goods and Services like supply of manpower, where
consumable material is involved can be considered for the benefit to the MSME
as per Public Procurement Policy.
Further, it is also clarified that benefit to MSME shall be available only for the
goods / services produced and provided by MSME for which they are registered
as mentioned in Technical Circular no. 10/2015 (R-1) dated 04.07.2016.
36.13.13 Bid submitted shall become invalid and cost of tender documents shall not be
refunded if
a. The bidder is found ineligible.
b. The bidder has failed to upload all the documents (including GST registration)/
PAN Copy/Balance sheet, Contractors registration/ Experience certificate
fulfilling PQ criteria/List of T&P for works as stipulated in the bid document.
c. If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically in the office of tender
opening authority.
36.13.14 Tender may not be opened if offer has been received from only one eligible
contractor in first call. In such case tender shall be recalled after observing all
formalities. If single tender is received again in second call then price bid may be
opened. Such tender may be processed for acceptance as per DOP for the
acceptance of single tender.

36.13.15 The bid for the works shall remain open (valid) for acceptance for a period of 90
(Ninety) days from the date of opening of financial bid. If lowest bidder
withdraws his bid before the this period or before issue of letter of acceptance,
whichever is earlier, or makes any modifications in the terms and conditions of
the bid which are not acceptable to the department then the AAI shall, without
prejudice to any other right or remedy, be at liberty to forfeit earnest money as
aforesaid. Further the bidders shall not be allowed to participate in the rebidding
process of the work.
36.13.16 Notice Inviting Bid shall form part of the contract document. The successful
bidder/contractor, on acceptance of his bid by the Accepting Authority shall
within 15 days from the stipulated date of start of the work, sign the contract
consisting of documents as detailed below.
(Amended on dt. 26.03.18)
Notice Inviting Bid shall form part of the contract document. The successful
bidder/contractor, on acceptance of his bid by the Accepting Authority shall
within 15 days from the date of issue of acceptance letter, sign the contract
consisting of documents as detailed below.
163
AAI Works Manual

a. The Notice Inviting Bid, all the documents including additional conditions,
specifications and drawings, if any, forming part of the bid as uploaded at the
time of invitation of bid and the rates quoted online at the time of submission of
bid and acceptance thereof together with any correspondence leading thereto.
b. Standard AAI, GCC Form 7/8 or other Standard AAI Form as applicable.
b. One stamp paper amounting to Rs. 100/- issued in favour of bidder.
36.14 Other instructions:
Following instruction may also be uploaded along with tender document as
instruction to the bidder.
36.14.1 The competent authority on behalf of the Chairman, Airports Authority of India
does not bind itself to accept the lowest or any other bid and reserves the right to
reject any or all the bids received without assigning any reason. All bids in which
any of the prescribed condition is not fulfilled or any condition including that of
conditional rebate is put forth by the bidders shall be summarily rejected.
36.14.2 Canvassing whether directly or indirectly, in connection with bidders is strictly
prohibited and the bids submitted by the contractors who resort to canvassing will
be liable for rejection.
36.14.3 The competent authority on behalf of Chairman, Airports Authority of India
reserves the right of accepting the whole or any part of the bid and the bidders
shall be bound to perform the same at the rates quoted.
36.15 Composite Contracts:-
Refer Section 30 for composite contract.

36.16 Award of work.


The work shall be awarded to lowest tenderer after proper evaluation of rates
quoted by each bidder and actual cost to AAI. Before issue of award letter it is
mandatory to verify work experience certificate submitted by lowest bidder. In
case the verification of experience is getting delayed and work has to be awarded
urgently, the lowest bidder may be asked to furnish undertaking in the format
given below.
(Amended on dt. 26.03.18)
The work shall be awarded to lowest tenderer after proper evaluation of rates
quoted by each bidder and actual cost to AAI. Before issue of award letter it is
mandatory to verify work experience certificate submitted by lowest bidder. In
case the verification of Registration Certificate is getting delayed and work has to
be awarded urgently, the lowest bidder may be asked to furnish undertaking in the
format given below.

164
AAI Works Manual

UNDERTAKING

I/We …….. (Name of the company/Firm) ……………..hereby undertake that in


case the registration/ Certificate no……………….. dated …………… issued by
……………(Name of department)…..............submitted by me/us, is found to be
forged/false at any stage, I/We may be debarred from AAI for taking participation
in all future in AAI works and any other suitable action may be taken against our
company/firm as deemed fit by AAI.

Signature of Director/Proprietor of the company /firm


Name of signatory………………………………
Postal address of registered office/company/firm
Email address……………………………………
Phone no…………………………………………

36.17 Refund of Earnest Money

Earnest Money shall be deposited by the bidder and refunded by AAI in the
manner specified at section 34 of this Manual.

36.18 Compliance Report for call of tenders:

The tenders on e-tendering mode have to be called for the works as indicated at
Section 32.1.2 above. A compliance report in this regard in soft and hard form
may invariably be submitted to office of the concerned ED (Engg), duly compiled
at Regional level on monthly basis for onward submission to Ministry. The
format of report is as under.

FORMAT FOR MONTHLY RETURN ON E-TENDERING

Period of report: to for the month of

Number of Number of tenders Number of Cases of Non-


tenders floated processed through tenders exempted compliance with
amounting to e-Procurement due to national reasons.
threshold value or (Whether NIC or security strategic
more using other considerations
solution) demanding
confidentially

Total Total Total Total

165
AAI Works Manual

SECTION 37: Receipt of Tenders and Acceptance

37.1 General

With a view to avoid the possibility of original tender documents being tampered
with, the following procedure should be adopted in connection with the receipt
and opening of tenders and their acceptance.

37.2 Call of tenders

37.2.1 The System of e-Tendering has been made compulsory in AAI for all the tenders
irrespective of the cost. The detailed procedure for call of tenders on e-tendering
basis has been detailed in Section 36 above.

37.2.2 The estimated cost put to tender should be invariably based on technically
sanctioned detailed estimate. In case the process of call of tender has been
delayed and time gap between date of technical sanction and call of tender is
more than six months, NIT approving authority make consider suitable updating
the estimated cost put to tender.

37.3 Receipt of Tenders:

37.3.1 All the tenders in the power of Senior Manager/Asstt General Manager
(Engineering) and higher officers should be received in office of concerned
Senior Manager/Asstt General Manager (Engg). Tender in power of Manager
(Engg)/Asstt Manager (Engg) should be received in the office of concerned
Manager (Engg)/Asstt Manager (Engg).

37.3.2 Stipulation should also be made in the contract form that “if a contractor observes
a discrepancy/mistake in the schedule of items, he should bring it to the notice of
Senior Manager /Asstt General Manager (Engg) concerned in writing before the
date of submission of tender.

37.3.3 All physical tenders should be called in two envelope systems. The content of
first envelope shall be documentary proof for meeting pre-qualification criteria,
EMD in the format acceptable to AAI while envelope II shall contain only
financial bid.

37.3.4 Tenders for e-tendering shall be called on the basis of three envelopes system as
details in Section 36 – e-tendering.

37.3.5 The record of total number of tenders received shall be maintained in the format
provided at Appendix-71

37.4 Justification Statement:

37.4.1 Before opening of price bid, the justification statement based on Market Rate
Analysis (as per guidelines of CPWD, Delhi Analysis of Rates) should be
prepared and handed over in a sealed cover to tender opening committee before
opening of price bid. It will be opened by tender opening committee.

166
AAI Works Manual

37.4.2 For items not covered in the Delhi Schedule of Rates of CPWD or other
specialized items like aerobridges, escalators, conveyers, walklators, elevators,
DG sets, AC Plant, curtain glazing, profile sheet roofing, space frame for roofing,
metal cladding, weighing Machines, in line X-ray for BHS, FIDS, CCTV etc.,
justified cost should be prepared based on minimum value of the budgetary offers
collected before opening of price bid.

37.4.3 The budgetary offers may be collected from at least 2-3 authorized sources for the
items on e-mail/ on phone/hard copy/fax. Full specification of item, quantity
required and approved makes of items (item code) should be provided while
obtaining rates from vendors.

37.4.4 Engineer-in-charge preparing justification statement shall ensure that market rate
analysis prepared to estimate or at justification stage incorporates labour co-
efficient , material consumption, lump sum provision etc. on the basis of standard
guidelines / practices so that estimate/justified cost is realistic in all respects. In
case field engineer considers it justified to consider additional factors in the
detailed estimate / justified cost due to operational reasons, the same should be
got approved from an officer not below the rank of ED (Engg).

37.4.5 Effect of taxes is to be added in justification of rates:-

i Following effect of taxes has to be considered in justification statement.


a. Building and other construction workers cess as applicable in the state / union
territory.
b. GST as applicable on works/ service.
ii. The effect of these two taxes shall be added as under on:
a. Justification of tenders: To be added at the end of justified cost worked
out on the basis of net prevailing market rates inclusive of all taxes i/c
GST on each material considered in justification.
(Amended on dt. 26.03.18)
Justification of Tenders: Justification of tenders shall be made
by working out analysis of rates based on prevailing market
rates, which shall be inclusive of all GST as well as
Construction Worker Welfare CESS. (GST to be reimbursed vide
TC No. 5 dtd. 08.06.18 – Impact of GST on Engg. Works –
Guidelines – reg)
b. Sanction of extra item, substituted item and rate for the quantity
deviated beyond deviation limit specified under clause 12 of the
contract:
The rate of GST is different for different items. Engineer-in- Charge to ensure
that correct rate of GST is considered on the material/ service considered.
37.4.6 All factors which will influence the ultimate cost of the work but not included as
separate item in BOQ should be taken into consideration at the time of
preparation of justification.

The following additional components shall also be considered while preparing the
justified cost.

167
AAI Works Manual

a. 1/8 (12.5%) extra component of labour cost for works being executed in
North East Region.

b. For working in operational area.

i 5% extra component for working in operational area of major air


ports.

ii 4% extra component for working in operational area of medium size


air ports.

iii 3% extra component for working in operational area of minor air


ports.

iv 2.5% extra if work is to be executed in the terminal building in use


but outside operational area.

Classification of major airports, medium size airports and minor


airports shall be as per decision of CHQ/RHQ circulated from time to
time.

c. 5% extra component working in disturbed / remote areas as approved


and circulated by CHQ from time to time.

37.4.7 The components of contractor’s profit and overhead shall be considered @15%.
This constitutes 7.5% Contractor’s Profit and 7.5% of Overhead’s including cost
of T&P and heavy machinery. No extra cost of T& P @ 2% is to be added in
standard analysis of rates for electrical items prepared either to work out
estimated cost of item or market rate justification of the item.

37.4.8 Preparation of justification statement

a. In the preparation of justification statement for considering reasonableness


of rates received in the tenders, detailed analysis of rates should be prepared
by taking market rates of labour, materials and cartage etc. which may be
collected along with tenders. The method of analyzing items may be
adopted as given in standard CPWD analysis of rates for major items
costing about 90% of the estimated cost put to tender and working out the
justified percentage on this basis. Any other suitable method can also be
adopted. While preparing the justification for market rate, prevailing market
rates should be based on documentary evidences like printed price list /
quotations from manufactures/dealers for these items.

b. The justification of tenders, the issue rate (and not the market rate) of
stipulated materials should be considered for items where issue of materials
is to be done, irrespective of the quantity of stipulated materials stated in
the draft NIT/tender documents.

168
AAI Works Manual

c. Items constituting about 90% of the estimated cost of work should be


considered for preparation of justification statement. Item to be considered
should be so selected which have higher estimated cost and amount. One
should start with items having the highest estimated amount and then next
lower in the descending order and so on, till the fixed percentage of
estimated amount i.e. above 90% is reached.
d. For the materials stipulated for issue in tender documents such as cement,
steel, etc. 2.5% handling charges should be taken instead of 15%
contractor’s profits and over heads.

e. The market rates for items like Terrazzo tiles, A.C. sheets, sanitary fittings
etc. should be inclusive of carriage.
f. No credit should be given for empty bags / drums.
g. The ESI & EPF contribution to be paid by contractor to his workers shall
not be added in the analysis of rate while preparing justification at market
rate. However, both will be reimbursed to contractor on production of
documentary evidence of payment to the statutory authorities.
h. A component of 1% as Labour cess under Construction Workers Welfare
cess Act 1996 shall be considered while preparing justification of tenders.
i. In the case of NITs approved by the DGM/JGM/GM/ED (Engg), they may
collect the following details from the SM/AGM Engg:
j. Market rates of specified items of non stipulated materials and lead
involved.
k. Market rates of specified categories of labour.
l. The NIT approving authority shall take the help of SM/AGM E/Asst.GME
and other organizations like Bureau of Economics and statistics for
ascertaining the market rate.
m. For adopting rates for materials, it is necessary to consider all the factors
regarding the rate. For example, discount on the price list are offered in
many cases. In such cases, it is necessary to consider the discount also
while adopting the market rate of the particular material.
37.4.9 Justification statement for considering reasonableness of tenders, as stipulated in
above section shall be worked out before the stipulated date of opening of tenders
and same shall be kept in a sealed cover with the Senior Most Engineering officer
at the respective airport or office. Justification statement before the opening of the
tenders would be approved by AM/Manager for which TS accorded by AM/Mgr
and justification statement would be approved by SM/ AGM for which TS
accorded by SM/ AGM or by the officer who is higher in rank to him.
(Amended on dt. 26.03.18)
Justification statement for considering reasonableness of tenders, as stipulated in
above section shall be worked out before the stipulated date of opening of tenders
and same shall be kept in a sealed cover with the senior most Engineering officer
at the respective airport or office. Justification statement before the opening of
the tenders would be approved by SM/AGM/DGM/JGM (Engineer-in-Charge) as
the case may be at station and for the works above Rs. 15.00 Cr the justification
statement shall be prepared by station and sent to CHQ.

169
AAI Works Manual

37.5 Opening of Tenders

37.5.1 All tenders should be opened in the presence of such intending contractors or
their representatives as may choose to attend at the time and place which should
be advertised. Bidders/ their representative should also be encouraged to be
present at the time of opening of the tenders. The details of opening of Tenders
should be entered in the Register “Tender Opening Register”.

37.5.2 Tender Opening Register should be maintained in the performa given in


Appendix -71.

37.5.3 Tender Opening Register should be properly bound and page numbered.
Certificate of total number of pages in the tender opening register should be
recorded on the first page under the dated signature of AME/ME/SM /AGME
concerned. No loose sheet should be used.

37.5.4 Names and details of the firms who have not submitted their tenders shall not be
entered in the Tender Opening Register.

37.5.5 Signature of the representatives of the firms attending tender opening should be
taken in the respective columns of the Tender Opening Register.

37.5.6 The representative of Directorate of Finance should be present at the time of


opening of tenders.

Tender opening in CPP Portal (Amended vide TI No. 32 dtd. 05.11.2019)

As per CPP Portal, 04 officials can be mapped in portal for tender opening
committee at the time of publishing of tender documents and minimum two (02)
officials out of four (04) officials are required for opening of tender. Any other
official cannot be added after publishing of the tender in tender opening
committee.

As per DoP Para 1.26 (E) (ii)- For E-tendering, tender opening committee should
consist of minimum two officials one of which should be from finance
directorate. In case of non-availability of finance official for any reason, E-tender
can be opened from remote location by the designating finance official.

It is observed that sometimes the person from Finance Dte. who was mapped in
tender opening committee at the time of publishing of tender is not available on
due date of tender opening(financial bids.). However, as per DoP provisions, it is
mandatory to have finance officer in tender opening committee. Therefore, the
tender process gets delayed.

In view of above it is decided that in such case any two officials out of four
officials can open the tender who were mapped at the time of publishing of tender
in tender opening committee as per requirement of NIC CPP portal even if the
finance officer mapped in, is not available. However, Justification Statement
should be signed by finance representative in accordance to works manual
provision under clause 37.4.

37.5.7 The following instruction should be scrupulously followed:

170
AAI Works Manual

a. Late tenders, i.e. tenders received after the specified time of opening, are
not accepted.

b. Late tenders, i.e., tenders received before the time of opening but after the
due date and time of receipt of tenders are also not considered at all.

c. The bidders are not expected to make any post-tender modifications. Any
such case should be viewed seriously and action taken under the provision
of Notice Inviting Tender and rules for enlistment of contractors and matter
reported to the registering authority for suitable disciplinary action. In any
case, the contractors should not be allowed any undue advantage due to
such modification.

d. When the tenders are under examination, no other authority should make
queries or call for reports/clarifications from the bidders except with the
approval of accepting authority.

e. If tenders have been called on two / three bid system and pre-bid conference
is arranged to ascertain technical suitability of the specification and scope
of work defined in the NIT. It may become prudent to modify some
specification / scope of work from original NIT specifications. In such cases
a summary of all such deviations (either in specification or in the scope of
work) shall be prepared and informed in writing to all the bidders.
All the bidders may be requested to accept all such technical deviations and
they may be permitted to modify their price bids if they intend to do so.

f. Unilateral rebate / enhancement given by any bidder during evaluation of


technical bids shall not be considered

37.5.8 The following procedure shall be adopted while opening the tenders:-

a. After opening the tender box and marking the envelope No.1 and 2 of
received tenders serially, the envelope no.1 of all the bidders shall be
opened first.

b. In case the contents of envelope no.1 are found conforming to the


requirements as stipulated in the NIT conditions, envelope no.2 containing
price bid of the concerned bidder shall be opened by the tender opening
committee.

c. In exceptional cases, where from the contents of envelope No.1 of any


particular tenderer, the tender opening committee can’t decide as to whether
envelope no.2 containing price bid of that agency should be opened or not,
tender opening process shall be temporarily postponed and matter should be
urgently brought before the tender accepting authority for a quick decision.
The opened envelope No.1 and unopened envelope No.2 of the bidders
shall be kept under safe custody of the concerned Senior Manager (Engg.)
until the revised date / time of opening.

d. On receipt of the decision, all the agencies shall be further intimated about
the revised tender opening date of 2nd envelope (i.e., price bid).
171
AAI Works Manual

e. It shall be ensured by the tender opening committee that in no case a


situation should arise where cover no.1 and cover no.2 (i.e., price bid) of
one or more bidders have been opened and then a decision is required about
opening / not opening of cover no.2 (price bid) of any other tenderer.

37.5.9 In case of three bid system, where technical bid is required, envelope no. 2 having
technical bid shall be opened after the opening of envelope no. 1 and after
technical evaluation is completed, financial bid in respect of only technically
acceptable offers shall be opened.

37.5.10 Officers opening the tenders should invariably record date and initial corrections,
omissions and additions/insertion in the schedule of Quantities, Schedule of
material to be issued and specifications and other essential parts of contract
documents, and also record date and initial on pages of the tendered documents
irrespective of fact whether they contain or do not contain any corrections or
overwriting, etc., the officer concerned should record the fact in writing at the end
of those pages individually.

37.5.11 Officer concerned should mark all corrections, omissions, additions/insertions


and over-writings and number them and attest them in red ink. In case of a
number of corrections in any rate, either in words or in figures or in both, the
number of corrections marked should indicate the correction serially, that is to
say, in case of, say, three corrections in rates of any one item, each of these
correction should be allotted independent numbers serially and not one number to
represent all the three corrections. In case of more than one correction where the
correction is not legible, the rates should be written afresh in the hand of the
officer opening the tenders.

37.5.12 Number of such corrections, cuttings, additions, conditions and overwriting must
be clearly mentioned at the end of each page of schedule attached to the tender
paper and properly attested with the date. Any omission observed should also be
brought out clearly on each page of the schedule.

37.5.13 The corrections, conditions, additions/insertions and overwriting should be


allotted separate numbers, i.e. corrections should start from 1, 2, 3 (C-1, C-2, C-3)
etc., and overwriting should similarly start separately from 1, 2, 3 (O-1, O-2, O-3)
etc.

37.5.14 Any ambiguities in rates quoted by bidders, in word or figures, must be clearly
indicated on each page of the schedule attached to the tender to which it concerns.

37.5.15 In case where the contractor has quoted rates in rupees and no paise is mentioned,
the word “only”, should invariable be added after the words rupees and the
corrections should be initialed and dated with suitable remarks at the end.

37.5.16 Where the contractors have omitted to quote the rates in figures or in words, the
omissions should be recorded by the officer opening the tender on each page of
the schedule.

37.5.17 The officer opening the tender should see that the contractors quote all rates in
words including paise to avoid chances of tampering in rates and if the contractor
172
AAI Works Manual

fails to do so the officer opening the tender should himself write the rates in
words at the time of opening of tenders and if necessary, initiate action against
the contractor.

37.5.18 Contractors should be asked to fill in the tenders properly and carefully. They
should avoid quoting absurd rates` and making too many corrections in the
tenders. The amounts should also be correctly worked out. If any contractor does
not follow these instructions and desists from filling the tenders carefully it would
be open to the department to take disciplinary action against the contractor.

37.5.19 Percentage and lump sum tenders should be read out to the bidders as far as
possible. In the case of item rate tenders, the total amount worked out by
different bidders may be read out and the rates of individual items, if required, by
the bidders present.

37.5.20 After opening of tenders all tender documents shall be kept in the custody of
Senior Manager/ Officer-in-charge of the Tender Opening Committee, who shall
be the Custodian of the documents. The documents shall be made available for
verification by Custodian to Finance Directorate, whenever required.
37.5.21 Tenderer shall be asked to place cellophane tape on the quoted rates wherein
correction / insertion / overwriting made, discount offered by tenderer and total
amount before submission of tender documents. In case tenderer fails to place
cellophane tape, the officer in-charge of tender opening committee shall place
cellophane tape before opening of the next tender.

37.6 Scrutiny of Tenders:

37.6.1 Complete comparative statement of all tenders received in response to the notice
should be drawn up in the SM/AGM/Manager/Asstt. Manager’s office and the
following instructions should be carefully noted:

a. The officers opening the tender should prepare and sign a comparative
statement of tender received and care should be taken in preparing and
scrutinizing comparative statements of tenders to guard against arithmetical
and other mistakes. Failure to do this may result in work being awarded to
a contractor who is not lowest acceptable tenderer, a contingency which
must be guarded against.

b. Concerned SM/AGME shall verify certificates of lowest bidder, which


were submitted by him with the application from the concerned
offices/organizations.

c. The detailed arrangements for proper check of tenders and preparation of


comparative statement are left to the SM/AGM/ Manager /Asstt Manager
but any such arrangements must provide.

i. That the Assistant employed on the work are confined to the Engineering
Section. The officials handling the tenders should work on it in the
branch only and tenders should not be taken outside the branch in any
case. Tenders and related papers must be kept under lock and key by
officials before leaving office.

173
AAI Works Manual

ii. That the Assistant writes date and initial all papers, the calculations of
which they have checked and that all working sheets are preserved.

iii. Before sending the tender documents to Directorate of Finance,


SM/AGM/ Manager/Asstt. Manager Engg makes satisfactory and
efficient arrangement for checking of computed tenders and should also
see that comparative statement correctly incorporates the total as
checked in individual tenders.

37.6.2 If any discrepancy is noticed between the rates given by the contractor in words
and figures or in amount worked out by him during scrutiny of tenders, the
following procedure should be followed for assessing lowest bidders.

a. When there is a difference between the rates in figures and in words, the rates
which correspond to the amounts worked out by the contractor, should be taken
as correct.
b. When the amount of an item is not worked out by the contractor or it does not
correspond with the rates written either in figures or in words, then the rate
quoted by the contractor in words should be taken as correct.
c. When the rate quoted by the contractor in figures and in words tallies but the
amount is not worked out correctly, the rate quoted by the contractor should be
taken as correct and not the amount.
d. In case of percentage rate tender, the contractors are required to quote their rates
both in amount as well as in the percentage below/above the rates entered in the
schedule. In such cases, in the event of arithmetical error committed in working
out the amount by the contractor, the tendered percentage and not the amount
should be taken into account.

37.6.3 That the SM/AGM/ Manager/Asstt. Manager (Engg) himself makes an intelligent
scrutiny of the tender and the statement.

37.6.4 That the SM/ Manager/AGM/Asstt. Manager (Engg) makes proper arrangements
for the safe custody of tenders and comparative statements while computations
are being made in his office.

37.6.5 When contractors sign their tenders in any Indian script or can only write their
names in English, the amount of the tender or rate of percentage above or below
offered by them should be written in the contractors own handwriting in Indian
script and in the case of illiterate contractor, the amount of tenders should be
attested by one of the witnesses.

37.6.6 All corrections should be carried out neatly and clearly endorsed to for attestation
by the authority concerned.

37.6.7 The responsibilities of a Finance Officer as regards the computation and checking
of tenders and the preparation of comparative statements are as follows:

174
AAI Works Manual

a. He is responsible for the safe custody of tender documents during the


period when they remain in the Finance Branch until submission to the
SM/AGM/ Manager /Assistant Manager
b. He is responsible for the arrangements for checking the computed tenders,
i.e. for seeing that satisfactory and efficient arrangement are made for
checking.

c. He should conduct personally a test-check of the computed and checked


tenders sufficient to satisfy himself reasonably that the checking work has
been properly done.

d. He should see that the comparative statement correctly incorporates the


totals as checked on the individual tenders.

37.6.8 Validity of tender is usually kept as 90 days from the date of opening of tenders
in case of physical tenders. The validity of tender must be 90 days from the date
of opening of financial bid for tender received on e-tendering basis. However
extended validity of tenders may be asked with approval of NIT approving
authority for justified reasons. Therefore, scrutiny of tenders including
computation should be done in a time bound manner. Maximum time to be taken
for scrutiny/computation of tenders should be: -

Sl. Name of office Max. days


a. Scrutiny in Department of Engg. and recommendations 30 days
b. Scrutiny by Department of Finance i/c obtaining 15 days
clarifications from Department of Engg, if any
c. Balance 45 days to be kept as buffer for negotiations with contractor,
re-computation, and approval of WAB/WAC etc. as per requirement

However, for simple and non-complex tenders, the above maximum period of 30
and 15 days can be reduced considerably.

37.6.9 Top priority should be given to decide the award of work on receipt of tenders.
In order to minimize chances of delay, timetable as per Appendix – 72 should be
observed for dealing with tenders by different authorities as per DOP.

37.6.10 Above time schedule must be adhered to strictly and if any officer is unable to
follow the same, he should invariably record reasons, while forwarding the
tenders to the authorities competent to accept it. Disregard of these instructions is
to be taken serious note of.

37.6.11 With a view to cut down the procedural delays following procedures will be
followed in respect of tenders requiring approval of the higher authority.

a. On receipt of tenders, the SM/ AGM (Engg) will complete all required formalities
and then forward the tender papers along with the comparative statement etc.
complete in all respect to the higher authority.
b. The document/papers required in (a) will include the following:-
c. Reasonable justified cost based on current market rates of materials and labour
collected by the SM/ AGM (Engg) or his authorized representatives.
175
AAI Works Manual

d. Comments of the SM/AGM (Engg,) on past performance based on credential


verification of first lowest tenderer must be provided.
e. On receipt of papers/information from the SM/ AGM (Engg,) the DGM/JGM will
send his recommendation/comments on all points to the higher authorities within
the prescribed period along with the comparative statement.

37.6.12 While forwarding tenders to higher authority, the SM/AGM will send tender
documents along with forwarding memo as given in Appendix-73 mentioning
details like (a) validity period of the tender, (b) time already taken for scrutiny,
(c) balance period available (d) period required after receipt of decision by the
SM/AGM to convey acceptance should prominently be indicated to ensure that
there is no delay in processing of tenders and decisions are taken and conveyed to
the SM/AGM well in time.
37.6.13 Sometimes contractors stipulate number of conditions while submitting their
tenders, such conditions is indicated in a letter enclosed with offer and in a few
cases these are mentioned in the tender document on the last page of bill of
quantities. Where these condition are written in some place of tender document
itself, the officer opening the tender has to enter a remark under his signature that
such condition/ conditions has/have been inserted. All correction and overwriting
should be listed out on each page and initialed with date by tender opening
authority.
The offer containing any conditional rebate shall be summarily rejected. Such
offers shall not be part of comparative statement.

37.6.14 In case of tender where validity period has already expired, decision to accept the
same should be taken only after validity period is got extended. Also conditional
tender cannot be accepted ignoring the conditions.

37.6.15 For the purpose of determining the authority competent to acceptance the tender
the amount of the contract should be taken to be net amount to be paid to the
contractor exclusive of the cost of value of departmental material to be supplied
to the contractor as per stipulation in the tender document. ED (Engg) will have
full power to authorize execution of smaller works likely to crop up during the
execution of work/project and for which no specific provision exist in the
sanctioned project estimate. Such expenditure will be charged to contingency of
the sanctioned project

37.6.16 No tender which entails overall increase of more than 10% from approved A/A &
E/S shall be accepted unless revised A/A & E/S is accorded, except with the
special approval of Chairmen AAI.

37.7 Verification of Credentials and experience of L-1 agency

37.7.1 In order to maintain transparency and to obtain competitive bids equitable


opportunity should be given to all bidding firms. All dealing officials should
adopt the following:-

a. The experience certificate of L-1 agency issued by either government


department or private organisation should be got verified and authenticated
before award. Verification of work experience certificate is mandatory
before award of work. However, if verification of registration is delayed

176
AAI Works Manual

due to any reason, then work may be awarded to the L-1 bidder after
obtaining an undertaking from the agency in the following format.

Format for obtaining Undertaking


I/we ................ (Name of the
company/firm)........................................................... hereby undertake that
in case the Registration Certificate no. ..................... dated
............../experience certificates issued by
(Name...........of........Department) or any other document submitted by
me/us, is found to be forged /false at any stage, I/we may be debarred
from AAI for taking participation in all future AAI works & any other
suitable action may be taken against our company/firm as deemed fit by
AAI.

Signature of Director/Proprietor of the company /firm

b. All the bidders must be asked to submit TDS certificate in support of the
value of work executed by them if they have submitted experience for the
required value of work from private organisation. The agencies having
submitted experience certificate issued by Government / Semi Govt. / PSU
for required value of work, need not submit TDS certificate
c. In order to increase competition, if any deficiency is found in the
documents submitted by the agency, like TDS certificate, work experience
certificate, turn over etc, the applicant may be asked to submit supporting
documents within 5- 7 days.
37.8 Acceptance of Tenders:
37.8.1 Normally, there should not be any negotiation with L-1 bidder. Negotiation if at
all shall be resorted under exceptional case of proprietary item or in the case of
items with limited source of supply or in exceptional circumstances only after due
application of mind and recording valid, logical reasons justifying negotiation.
37.8.2 Negotiation shall be held with the lowest bidder only.
37.8.3 Wherever the price of the lowest bidder is within plus (+) five percent of the
justified cost, lowest bid can be accepted by the competent authority as per the
Delegation of Powers.
37.8.4 Where, however, the price of the lowest bidder is higher than the justified cost by
more than 5%, the lowest bid can be accepted by the authority next higher to the
officer competent to accept the tender as per the Delegation of Powers. However,
Chairman / AAI Board as per DOP shall have full powers in this regard. Reasons
for such acceptance with higher variation beyond +5% shall be placed on record.
(Amended on dt. 26.03.18)
Where, however, the price of the lowest bidder is higher than the justified cost by
more than 5%, the lowest bid can be accepted by the authority next higher to the
officer competent to accept the tender as per the Delegation of Powers. However,
Chairman, AAI shall have full powers in this regard. Reasons for such acceptance
with higher variation beyond +5% shall be placed on record.
37.8.5 Before acceptance of tenders, all the conditions, etc., submitted by the contractors
should be finally settled before issue of acceptance letter.
37.8.6 There is a possibility of tie in the rates quoted by more than one agency in
percentage rate tenders. In such cases all agencies having quoted same rate may
177
AAI Works Manual

be asked to submit further discount on their quoted rates in revised sealed


envelope. The date and time of opening of revised bid shall be intimated to all
such agencies. The lowest of them may be awarded the work.
37.8.7 The acceptance of tender should be unconditional and duly communicated to the
tenderer in writing, either by placing a Letter of Intent or by simply informing of
the award of the contract on approval of the Competent Authority as per
Appendix-74. The imposition of any condition at the time of acceptance of the
tender would amount to a counter offer, acceptance of which would lie with the
tenderer.
37.8.8 The decision to accept the tender would be the sole discretion of the Competent
Authority whose decision should be final. Since the decision making process
would be subject to judicial review it should, therefore, be ensured that scrutiny
and acceptance of the tender is carried out in a legal, fair and non-arbitrary
manner by adhering to the principles of natural justice.

37.8.9 The scrutiny of tenders for specialized jobs like procurement of equipment and
works under global tenders and turnkey tenders etc. should be carried out in
accordance with chapter on Global tenders.

37.8.10 There are occasions when in response to call for tender only a single tender is
received. The acceptance of single shall be exercised by the officers as per DOP.

37.9 Award of Work only for area where Project Site/ Land is Available to AAI
without Encumbrances/ Encroachment:

37.9.1 Work should be accepted /awarded only for those areas where project site/land is
available to AAI without encumbrances/encroachment and the executed facilities
can be utilized/ commissioned.

37.9.2 The work must be executed in co-ordinated manner for timely completion of
project. In this regard, following must be insured.

a. ED (Engg)/ ED (CNSP) shall ensure in co-ordination with Airport in-


charge that project sites are ready before award of work.
b. ED (Engg) and ED (CNSP) will ensure to synchronize the procurement /
availability of Aerobridges and FIDS at site.
c. ED (Aviation safety) in coordination with ED (Planning) and ED (CNSP)
shall ensure the ICAO level safety standards at Airports are maintained.

37.9.3 In case of tenders for supply of material/ equipment following care should be
taken for indicating supply schedule for material/ equipment.

a. The schedule for stage wise completion civil / electrical works and drawing
must be checked and obtained in writing before placement of order for
supply of equipments.
b. A regular watch must be kept on the status of civil works and a monthly
progress report must be obtained from Engineer-in-charge. Hindrance/
obstacles, if any should be brought to the notice of Member (Planning) after
discussions with concerned RED/ GM.
c. While sending case for acceptance of procurement tender, status of civil /
electrical works and likely date of completion must be brought out clearly
in the proposal.
178
AAI Works Manual

d. NIT may be suitably prepared to limit the payment of not more than 80%
on supply of material and balance on testing and checking of material.
e. A condition for submission of collateral Bank Guarantee on supply of
material (at the time of release of payment against supply of material) for
successful testing and commissioning of material/equipment must be kept
in NIT to safeguard interest of AAI.
f. ED (CNSP) is fully responsible for projects from inception till
commissioning and will ensure that facility or systems covered in the
agreement are put to use.
g. ED (CNSP) should evolve is suitable mechanism to achieve the desired
goal for commissioning the project facility as per schedule / target. Likely
delay if any may be reported to Member (Planning) monthly along with
proposed action.

37.9.4 Pre-commissioning activities should be assessed and time limit fixed for each
activity to synchronise various activities in the projects. The project-in-charge
will ensure all activities are properly coordinated with ED (Engg)/ ED (Plg.)/ ED
(CNSP) and other Directorates for smooth implementation.

37.9.5 In some emergent cases where works are to be executed within the existing
complex without disturbing operations of the airport, in such cases it may not be
possible to handover complete site at a time. Such projects needs detailed
planning not only for the execution of work but also to hand over the site in
phased manner.

37.9.6 NIT approving authority must assess carefully about the availability of land/area
for the execution of work. In case it is not possible to handover complete site at
initial stage itself then number of phases in which site shall be made available to
the contractor for taking up the work may be decided at the time of preparation of
NIT and the same must be clearly indicated in NIT. The handing over of site in
phased manner may be adopted only if the completed portion of work under each
phase can be utilized for useful purposes before works under subsequent phase is
completed. The scope of work under each phase should be defined in the NIT to
facilitate synchronized progress of work. The completion time of each phase
should also be indicated accordingly. The work should not be awarded unless site
for work covered under phase-I is available. The contractor may be asked to take
up the work accordingly. The NIT may also indicate if buildings / work shall be
taken over on completion of each phase independently. In such circumstances
part completion can be recorded on completion of works in each phase. The
warranty period may also be regulated independently for each phase of work.

37.10 Commissioning of projects/works:

37.10.1 The work must be executed in co-ordinated manner for timely completion of
project. In this regard followings must be ensured.

a. ED (Engg.) / ED (CNSP) shall ensure in co-ordination with Airport-In-


Charge that project sites are ready before award of work.

b. ED (Engg.) and ED (CNSP) will ensure to synchronize the procurement /


availability of Aerobridges and FIDS at site.

179
AAI Works Manual

ED (Aviation Safety) in coordination with ED (Planning) and ED (CNSP) shall


ensure the ICAO level safety standards at airports are maintained.
37.10.2 In mega projects, it is observed that small portion of original work and defect
rectification takes long time to complete. On many occasions the building
becomes functional along with necessary services and all operational needs can
be fulfilled under available circumstances. In most of such cases there is a
pressing need to make the building functional and start operations. In such cases
the building can be taken over with the written approval of ED (Engg) concerned,
if the work has been completed up to 95%-97%. In this regard following
procedure may be adopted.

a. A list of pending work should be prepared.

b. A list of noticeable defects may be prepared for the scope of the work
covered under the agreement.

c. Actual cost of pending and defect rectification works should be prepared so


that even if the original contractor fails to complete his obligation under the
contract, the work can be got executed through another agency without any
extra cost.

d. A supplementary agreement must be drawn with the original agency for


balance and defect rectification work. The time for completion of work
under supplementary agreement may be decided with mutual consent. The
original contractor will also provide an undertaking for bearing the
additional cost, if he fails to execute work under supplementary agreement
within stipulated time. The terms, conditions and rates of supplementary
agreement shall remain same as of original agreement. The rate for items of
defect rectification shall be decided by NIT approving authority.

e. The completion of the work can be recorded after completing formalities of


signing supplementary agreement.

f. The final payment for original work shall be paid after adjustment of value
of supplementary agreement.

g. The security deposit shall be released after stipulated period in original


agreement or after completion of pending work/defect rectification work,
whichever is later.

180
AAI Works Manual

SECTION 38: Earnest Money


38.1 Necessity for Earnest Money
According to the existing practice in AAI, earnest money as stipulated in the
NIT, is to be paid by each tenderer to enable the Authority to ensure due
execution of the work and the acceptance of the terms and conditions of the
contract by the tenderer after work is awarded to him.
38.2 Rates of Earnest Money
The rate of earnest money shall equal to 2% of the estimated cost put to tender
for the works costing up to Rs. 25 Cr. While rate of EMD for the works costing
more than Rs. 25 Cr. shall be Rs. 50 Lac + 1% of the estimated cost of work
over and above Rs. 25 Cr. Tenders not accompanied by the requisite earnest
money will be rejected. This rate of EMD shall be applicable for all type of
tenders including Global tenders.
38.3 Mode of depositing Earnest Money
38.3.1 In case of physical tenders, the bidder can submit EMD either in the form of
bank draft/Fixed Deposit Receipt i.e. deposit receipt issued in favour of
Airports
Authority of India payable a t from Scheduled Bank but not
Cooperative / Gramin Bank or through bank transfer by RTGS / NEFT.
38.3.2 The Earnest Money in case of e-tendering including Global tenders shall be
submitted as under.
a. Bank transfer through RTGS/ NEFT mode using payment gateways (i)
IndusIand Bank and (ii) HDFC Bank which has been integrated with AAI
e-tender portal for the works where EMD value is less than Rs 10 Lac.(at
present on-line submission is not available in NIC CPP Portal).
b. Where EMD is more than Rs 10 Lac the contactor can also exercise option
for depositing EMD using Bank guarantee in the prescribed format or
via Bank transfer as Section 38.3.2 (a) above.
c. EMD in the form of Bank draft shall be accepted.
d. In case bidder intends to submit BG as EMD for the works where value of
EMD is more than Rs.10 Lac, The format of Bank Guarantee towards
earnest money shall be as per Appendix-75.Scanned copy of BG shall be
part of envelop II and hard copy of BG shall be submitted in the office of
Bid Manager with in 72 hrs./3 days of bid submission end date.
e. In case of Global Tender EMD can be deposited either in Rupees or US
Dollars or in the form of bank guarantee (BG) of desired amount as per
Appendix 60 from a Scheduled Bank (as per RBI schedule) having office
in India.
(Amended on dt. 26.03.18)
EMD can be deposited in the form of Demand Draft/FDR/BG from any
Nationalized/ Scheduled bank and not from any co- operative/gramin
bank. The Bank Guarantee shall be submitted in the format as per
Appendix-75 and the scanned copy of the Bank Guarantee shall be the
part of Envelope-I and the hard copy of Bank Guarantee shall be
submitted in the office of Bid Manager with in 72 hrs.(3 working days)
of bid submission end date.
Provision of accepting EMD, SD and PG in the form of FDR has been
discontinued. The same should now be accepted only in the form of
DD / BG. (Amendment TI 38 para V dtd. 03.03.2020)

181
AAI Works Manual

38.3.3 In case of global tender successful tenderer is required to furnish EMD. The
same can be replaced with bid bond as per Appendix 57 Bank Guarantee as per
Appendix 60, which should be for an amount equivalent to EMD, immediately
after award but before execution of agreement for the work and opening of letter
of credit. Wherever the BG towards EMD is submitted by tenderer, the same
shall remain valid till submission of bid bond and supporting to check whether
can be added performance guarantee by successful tenderer.

38.3.4 In cases where as a result of higher or lower rates quoted by the contractors, the
tender is higher or lower than the estimated cost, the earnest money will
continue to be based on the estimated cost of the tender. If only a part of work as
shown in the tender is awarded and the contractor does not commence the work,
the amount of earnest money to be forfeited by the Authority should be worked
out with reference to the estimated cost of the work so awarded to the agency.

38.3.5 In respect of contracts for dismantling and removal of old structures, the amount
of earnest money which the contractors should be asked to deposit should be as
high as the anticipated cost of removing all debris and cleaning the site
completely and that it may be left to the authority sanctioning the demolition
work to fix the amount of such deposit in each case. However, amount of the
deposit money should not be less than 25% (twenty five percent) of the
estimated sale value of the building(s).

38.4 Exemption of Earnest Money:

Govt. of India’s Guidelines issued from time to time relating to exemption of


earnest money shall be applicable.

38.5 Refund of Earnest Money

38.5.1 Earnest money deposited by all bidders except the confirmed lowest tenderer
should be refunded within a week from the opening of the financial bid. Entry of
DD/FDR/BG received with tenders as earnest money should be kept in tender
opening register.
Provision of accepting EMD, SD and PG in the form of FDR has been
discontinued. The same should now be accepted only in the form of DD /
BG. (Amendment TI 38 para V dtd. 03.03.2020)
38.5.2 In the case of tenders involving technical bid and price/ commercial bid, EMD
of those bidders whose technical bids were found not suitable and hence rejected
by competent authority will be refunded along with intimation of rejection of
their technical bid. Refund of EMD to rest of the bidders whose tenders are
under consideration shall not be done.

38.5.3 The SM/AGM (Engg.) should periodically review the tender registers with a
view to ensure that the earnest money is refunded in time to the bidders.

38.5.4 To avoid delay in refund of earnest money and also to avoid chances of
malpractice as a consequence of such delay, written intimation about rejection of
tenders should always be sent and a note should also be recorded on the office
copy of the acceptance letter that an intimation to about rejection of tenders has
been sent.

182
AAI Works Manual

38.5.5 Earnest Money deposited by successful tenderer can be refunded on submission


of performance bank guarantee in any format acceptable to AAI.

38.6 Forfeiture of Earnest money

38.6.1 If any bidders withdraws his tender within the validity period or makes any
modification in the terms and conditions or there is a breach of the terms of the
invitation to bids, of the tender which are not acceptable to the concerned
Department, then the Authority shall, without prejudice to any other right or
remedy available to it, forfeit the said earnest money absolutely.

38.6.2 Limited tender or short notice tender may be called for if so justified in the
interest of work with the approval of tender accepting authority. In such case
work may be awarded on the basis of lowest tender.

NOTE: In AAI E-Tendering application is being switched over from E-TAPS to NIC
CPPP E-Tendering portal at etenders.gov.in. In this portal presently there
is no provision of online EMD/ Tender fee payment and refund. All
directorates have to follow the process for off-line EMD and Tender fees till
on-line system is integrated by NIC

183
AAI Works Manual

SECTION-39: Security Deposit and Performance Guarantee

39.1 Rate of Security Deposit

The security deposit will be collected by deductions from the running bills of the
contractors at the rate mentioned below and the earnest money, deposited at the
time of tender, will be treated as part of security deposit:

39.1.1 Security deposit for each work whose estimated cost put to tender is up to Rs.
5.00 Cr., should be 10% of the contract value.

39.1.2 Security deposit for each work whose estimated cost put to tender exceed Rs.
5.00 Cr., should be 5% of the contract value as successful tenderer has to deposit
5% of tendered value as Performance Guarantee.

39.1.3 The earnest money deposited by successful tenderer may be adjusted against the
security deposit and rate of recovery of security deposit should be 10% (This
shall be in two parts first 5% as performance guarantee which is to be deposited
before start of work and secondly 5% as security deposit) of gross amount of
each running bill till the total amount of security deposit as mentioned in contract
is recovered. Security deposit may be accepted in the form of Bank Guarantee
issued by Scheduled Bank (but not from co-operative / Gramin bank), if the
amount of Security Deposit is more than Rs. 5.00 Lac.

39.1.4 Where the payments are released through the irrevocable Foreign Letter of Credit
and the deduction of security deposit is not possible from the bills, Contractor be
requested to submit a Bank Guarantee or a standby Letter of Credit for an amount
equivalent to total security deposit deductible as per the contract.

39.1.5 The deduction of security deposit shall be governed as per Schedule ‘E’ of GCC,
in case of capital works where maintenance of new assets for desired period is
also part of tendered work

39.1.6 Airports Authority of India shall not pay any interest on the security deposit.

39.2 Bank Guarantee as Security Deposit.

39.2.1 Bank Guarantee from a Schedule Bank other than Co-operative Bank can be
accepted in lieu of security deposit. The Guarantee Bond should be executed in
the form prescribed in Appendix -76.

39.2.2 a. The original bank guarantee should be in the custody of Accounts


Department who shall keep a watch and review the bank guarantees
periodically. The bank guarantees to be submitted by the contractors should
remain valid for at least three months after expiry of defect liability period.
The Sr. Mgr. [Engg.] shall also maintain a register of bank guarantees for
record purposes and take timely action for its re-validation in co-ordination
with Finance Department.

184
AAI Works Manual

b. The liability or obligation of the banks under the guarantee bonds shall not
be affected or suspended by any disputes between the Authority and the
contractor(s) and the payments under the guarantee bonds by the banks to
the Authority should not wait till disputes are decided. The Banks are to
pay the amounts under the guarantee, without any demur, merely as a
demand from the Authority stating that the amount claimed is required to
meet the recoveries due or likely to be due from the contractor(s). The
demand so made should be conclusive as regards the amount due and
payable by the Bank under the Guarantee limited to the amount specified.

39.2.3 The guarantee will not be discharged due to the change in the constitution of the
Bank or the contractor(s).

39.2.4 Guarantees given by the banks are their contingent liabilities. Therefore, if
guarantees are asked for and given for indefinite periods (or are not returned to
the banks after the relative contracts are fulfilled or on the expiry of the guarantee
period) they give an unreal picture of the contingent liabilities in their balance
sheets. Secondly, the banks secure their own position by obtaining counter
guarantees from acceptable sureties. If guarantees for unlimited or long period
are insisted upon, no acceptable sureties will be forthcoming and banks will be
unable to give guarantors on behalf of their constituents. Thirdly, banks are
permitted to give unsecured guarantees only up to a particular limit. Guarantees
for unduly long or indefinite period would exhaust this limit fairly quickly.
Lastly as banks charge commission for giving guarantees for as long period as
they are in vogue, contractors will have to pay guarantee commission for
indefinite long period, not warranted by the nature of the contract, and this will
indirectly raise the cost of the Authority contracts. The tendency of holding the
guarantee bonds indefinitely (viz. holding the security deposit unnecessarily)
should be avoided.

39.2.5 Furnishing of bank guarantees in respect of transactions between public sector


enterprises or between a public sector enterprise and Government department, the
following procedure may be followed:

a. There is no need for insisting on the bank guarantee in respect of advances


paid by public sector enterprises or Government department to another
public sector enterprise, as there is no risk of the advance being lost;

b. Since the transactions between two public sector enterprises or between


public sector enterprise and the Government department are of commercial
nature, it would not be appropriate to exempt the public sector undertaking
from the bank guarantee in lieu of security deposit for the fulfilment of the
contract. In fact, such guarantees show the earnestness of the public sector
enterprises for the fulfilment of the contract and in such cases the normal
commercial principles should be followed;

c. It is necessary that proper bank guarantees be furnished by public sector


undertakings/enterprises for the satisfactory performance of the equipment
and/or contract, as the case may be. This would ensure prompt action for

185
AAI Works Manual

rectification in case of deficiencies noticed in the execution of the


contract or defective performance of the equipment.
39.2.6 In this connection it may also be mentioned that furnishing of these guarantees
would not involve any blocking of cash resources on the part of the enterprises
as they can obtain a bond from LIC on the basis of which the bank will issue a
counter-guarantee. In order to facilitate the issuance of bond by LIC, Authority
has agreed that LIC would have a charge on the fixed assets of the company vis-
à-vis the Authority.
39.3 FDRs as Security Deposit
39.3.1 Since Fixed Deposit Receipts are not Government securities, there is no
objection to these being accepted even if the period for the completion of the
work is less than one year. The FDRs i.e. Deposit receipt should be accepted as
security only, if it is in the name of AAI and also cover the stipulated period of
contract plus the defect liability period mentioned in the contract.

39.3.2 FDR i.e. deposit receipts tendered by the Scheduled Bank except Co-operative
/Gramin Bank are acceptable as security deposit.
Provision of accepting EMD, SD and PG in the form of FDR has been
discontinued. The same should now be accepted only in the form of DD /
BG. (Amendment TI 38 para V dtd. 03.03.2020)
Performance Guarantee:

39.3.3 Performance guarantee should be taken from the successful bidder only for the
tender for which estimated cost put to tender is more than Rs. 5.00 Cr.

39.3.4 Performance guarantee in the form of an irrevocable bank guarantee / demand


draft or FDR issued from Scheduled Bank but not from Co-Operative / Gramin
Bank amounting to 5% of the contract value. Performa of Performance
Guarantee is in Appendix -77.
Provision of accepting EMD, SD and PG in the form of FDR has been
discontinued. The same should now be accepted only in the form of DD /
BG. (Amendment TI 38 para V dtd. 03.03.2020)
39.3.5 Performance guarantee should be furnished within 30 days of issue of work
order/letter of intent. In case agency fails to deposit performance guarantee
within stipulated period, interest @ 10% per annum on performance guarantee
amount would be levied for delayed period of submission. As and when, the
agency submits the bank guarantee the withheld amount against submission of
performance BG if any, would be released but the interest recovered shall not
refunded to the agency. The validity period of performance BG shall be
extended as and when provisional extension is granted by the engineer-in
charge. If the agency fails to extend the validity of the performance guarantee,
the same can be encased by AAI.
.
39.3.6 The contractor shall not be paid any amount against first running account bill till
the Performance Guarantee of adequate amount is submitted by him. The
Performance Guarantee shall be initially valid up to 180 days beyond the
stipulated date of completion.

39.3.7 In case the time for completion of work gets extended the contractor shall get the
validity of Performance Guarantee extended to cover such extended time for
completion of work. The contractor shall get validity of performance bank

186
AAI Works Manual

guarantee extended on receipt of written request from Engineer in-charge for the
period of likely (provisional extension of time given to him) delay in completion
of work. This request shall not be construed as grant of extension of time which
shall be dealt on merit on receipt of application for extension of time from the
contractor.

39.3.8 The Performance Guarantee should be refunded / released to the contractor on


completion of work and issue of the completion certificate by competent
authority.

Note: Procedure of maintaining bank guarantees at Appendix-40.

187
AAI Works Manual

SECTION-40: Insurance

40.1 Transit insurance

40.1.1 As a matter of principle, all NIQ/NIT prepared for placement of supply


orders/work orders must incorporate special conditions under which
supplier/contractor shall make transit insurance for all goods for safe delivery of
material at all destinations/site/ airport. The rates offered by bidders must include
expenses on this account. Thus it will be the responsibility of the
supplier/contractor to deliver all goods in perfect working/good condition at
respective destinations. In case of any damage during transit, contractor/supplier
will get the items replaced/repaired at his cost. In no circumstances the
supplier/contractor shall be relieved of his responsibility for safe delivery of
goods at destinations specified in NIT. The offer of the bidder shall not be
considered if he refuses to take the responsibility of transit insurance and safe
delivery of goods at site.

40.1.2 The Agency may be directed to get inland transit insurance invariably arranged
from a Nationalized Insurance Corporation/Company of India.

40.1.3 In case of loss or damage to stores in transit where the stores have been insured
by the supplier against such risks, he will take up the matter with the insurer and
recover the loss from them. AAI will be responsible for payment of stores
actually received by the consignee at site.

40.2 Insurance of Imported Stores in Transit

40.2.1 NIT must specify that the supplier shall be responsible for safe delivery of goods
at all sites as specified in the tender document. Thus supplier/contractor shall be
responsible for seeking insurance (ocean and inland) of all material up to place of
delivery. In case of loss or damage to stores in transit where the stores have been
insured by the supplier against such risks, he will take up the matter with the
insurer and recover the loss from them. AAI will be responsible for payment of
stores actually received by the consignee at site.

40.2.2 Generally AAI will reimburse the actual expenses incurred on transit insurance
from port to destination in India. However this must be specified in the tender
documents.

40.3 Insurance during Execution of work:

40.3.1 The Contractor shall take full responsibility from commencement to completion
of the Works, for taking precautions to prevent loss or damage and to minimize
loss or damage to the maximum extent possible and shall be liable for any
damage or loss that may happen to the works or any part thereof. All T & P
belonging to AAI damaged due to any cause whatsoever (save and except the
Excepted Risks) shall be at contractor’s risk and it will be his responsibility to
make good the same at his own cost. So that at time of completion of work, all

188
AAI Works Manual

AAI’s T & P shall be in good working condition and in conformity in every


respect with the requirements of the contract and instructions of the Engineer-in-
Charge.

40.3.2 The Contractor shall insure in the joint name of AAI and the contractor against all
losses or damages from whatever cause arising (other than the accepted risk) for
which he is responsible under the term and conditions of the contract and in such
manner that the AAI and the contractor are covered during completion period of
construction of works and also damage arising from a cause occurring prior to the
commencement of the defect liability period any loss and damage occasioned by
the contractor in the course of any operation carried out by them for the purpose
of complying with its obligations of defect liability clause hereof. The value to be
insured shall be corresponding to following factors.

a. For the work and the temporary works to the full value of such works executed
from time to time.
b. For the materials construction equipment and other things brought on to the site
by the contractor to the full value of such materials, construction plant and other
things.
c. Insurance policies for the workers and staff shall be taken.
d. Such insurance policies shall be taken from any subsidiary of the General
Insurance Company of India or by a company approved by the Insurance
Regulatory Authority of India. The contractor shall submit all the insurance
policies and payment receipts to AAI i/c. extension of policies till the date of
actual completion of work.

40.3.3 The Contractor shall indemnify and keep indemnified AAI against all losses and
claims for injuries or damage to any person or any property whatever, which may
arise out of or in consequences and maintenance of the works by them and against
all claims, demand proceedings, damage costs, charges and expenses whatsoever
in respect of or in relation thereto. Nothing herein contained shall be deemed to
render the Contractor liable for or in respect of or to indemnify AAI against any
compensation or damage caused by the excepted risks.

40.3.4 The contractor shall at all times indemnify AAI against all claims or
compensation under the provision of Payment or Wages Act, 1936, Minimum
Wages Act, 1948, Employer’s Liability Act,) 1938, the Workmen’s
Compensation Act, 1923, Industrial Disputes Act, 1947 and the Maternity Benefit
Act, 1961 or any modifications thereof or any other law relating thereto and rules
made there under from time to time as a consequence of any accident or injury to
any workmen or other person in or about the works. Whether in the employment
of the Contractor or not, save and except where such accident or injury has
resulted from any act of AAI, his agent or servant, and also against all costs,
charges and expenses of any suit, action or proceeding arising out of such
accident or injury and against all sum or sums which may with the consent of the

189
AAI Works Manual

Contractor be paid to compromise or compound any claim. Without limiting his


obligation and liabilities as above provided, the Contractor shall insure against all
claims, damages or compensation payable under the workmen’s Compensation
Act 1923 or any modification thereof or any other law relating thereto.

40.3.5 If the Contractor could not effect a comprehensive insurance cover against risks
which he may be required to effect under the term of this clause, then he shall
give his attention to get the best insurance cover available and even in case of
effecting a wider insurance cover than the one which the subsidiary of the
General Insurance Company or by a company approved by the Insurance
Regulatory Authority of India could offer, such an Insurance is ought to be done
with the prior approval AAI’s, by or through the subsidiary of the General
Insurance Company.

40.3.6 The aforesaid insurance policy/ policies shall provide that they shall not be
cancelled till the Engineer-In-Charge has agreed to their cancellation in writing.

40.3.7 The Contractor shall prove to the Engineer-in Charge from time to time that he
has taken all the insurance policies referred to above and as paid the necessary
premiums for keep the policies alive till date of actual completion of work.

40.4 Other Conditions of Insurance

40.4.1 Where AAI’s building or a part thereof has been taken on rent by the Contractor
he shall insure the entire building or any part thereof is being used for the purpose
of storing materials of combustible nature. In this regard the decision of the
Engineer-in-Charge shall be final and binding.

40.4.2 Before commencing the execution of the works, the Contractor shall, without in
any way limiting his obligations and responsibilities under this condition insure
against any damage, loss or injury which may occur to any property (excluding
that of AAI but including AAI’s building rented by the Contractor wholly or in a
part and any part of which is used by him for storing combustible materials ) or to
any person, (including any employee of AAI) by or arising out carrying out of the
contract.

40.4.3 It will be the responsibility of Engineer-in Charge to check that Contractor has
obtained all insurance policies as required under aforesaid section and copies of
such policies must be kept in record. Engineer-in Charge will have to insure that
timely payments against all premiums are being made by contractor and policies
are kept alive till date of actual completion of work.

190
AAI Works Manual

40.5 Third Party Insurance

40.5.1 Before commencing of execution of the works the contractor (but without his
obligations and responsibilities) shall insure against any damage, loss or injury
which may occur to any property (including that of the Employer) or to any
person, including the employee of the employer by or arising out of the execution
of the works or temporary work or in carrying out of the contract.

40.5.2 Such insurance shall be taken from any subsidiary of the General Insurance
Company of India or by a company approved by the Insurance Regulatory
Authority of India and for at least the minimum amount Rs. 1 Lac with unlimited
number of occurrences. Whenever required the contractor shall submit the policy
or policies of insurance and receipt of payments to AAI.

191
AAI Works Manual

SECTION-41: Refund of Security Deposits and Performance Guarantee

41.1 Conditions for Refund of Security Deposits

41.1.1 The security deposit shall not be refunded to a contractor except in accordance
with the terms of his security bond or agreement.

41.1.2 In case of works executed against agreement, the refund of security deposit to a
contractor on the completion of works is regulated by and other relevant clauses
thereof. This clause envisages the issue of completion certificate in terms of the
contract. Such completion certificates should be furnished by the Engineer-in-
Charge immediately after completion of the work. Otherwise the date of
completion as recorded in the Measurement Book should be taken as the date of
completion for the purpose of refund of security deposit. The
JGM/DGM/AGM/SM/Manager /Asstt. Manager, if he is present at the site of
work on the date of completion, or in his absence the SA/SS./Jr. Executive
concerned, should record a certificate in the MB of the physical completion of the
work on the date the work is completed. This certificate should be in the
following form:

“Certified that the work has been physically completed within the due
date/extended date according to the contract i.e on and that no defects
are apparent and the contractor has removed from the premises on which the
work was being executed, all scaffolding, surplus materials and rubbish and
cleaned off the dirt from all wood work, doors, windows, walls, floors or other
parts of the building, in upon or about which the work was to be executed or of
which he had possession for the purpose of execution thereof. This is, however,
subject to measurements being recorded and quality being checked by the
Competent Authority.”

41.1.3 In case this certificate is recorded by a SA/SS/Jr. Ex.AM/MGR then, concerned


Sr. Manager / Astt. Gen.Manager (Engg.) shall countersign it as soon as possible.
In case of works costing more than the technical sanction power of SM/AGM, the
original certificate must be recorded by the Sr. Manager/ Astt. Gen. Manager and
thereafter countersigned by the DGM/JGM. If the Manager/Assistant Manager is
not available the SM/AGM should himself record the certificate.

41.1.4 In case it is found that the works is not fully completed on the date of completion
as per contract, the Asst. Manager/Mgr. or the SM/AGM concerned must record
in the MB the details of all items (i/c site clearance) remaining incomplete on that
date. A copy of the recorded entry must be sent immediately to the authority
which sanctioned that contract for the work.

41.1.5 Defect Liability Period (period of maintenance) as prescribed in the contract, will
be counted from the date of physical completion as recorded in the certificate
mentioned above, provided the measurements are found to be correct and quality
has been noticed generally as per specifications. The security deposit of the
contractor should be refunded by the SM/AGM after the prescribed defect

192
AAI Works Manual

liability period as stipulated in the agreement or after the final bill has been
prepared and passed for payment, whichever is later. Where, however, there is a
delay in payment of final bill, DGM/JGM/GM Engg shall make an assessment of
the likely recoveries against the contractor and order release of as much security
deposit as possible unless he has reasons to withhold the security of the
contractor. These reasons should be recorded by him in writing. The Defect
Liability Period may be kept in the tender as follows:

(a) Capital Works 12 months


(b) Maintenance and Repair 6 months
Works
(c) For specialized works like Defects Liability Period may be more than
water proofing, structural above period and should be fixed by NIT
glazing etc. approving authority.
(d) Annual maintenance and In case of maintenance and operation works of
operation Contract work E&M services, it will be the responsibility of
the first agency to hand over installations in
perfect working conditions with proper handing
over/taking over to departmental officer/ second
agency as decided by engineer in-charge. The
security deposit shall be refunded within one
month from the date of formal handing over and
taking over.

41.1.6 The DGM/JGM/GM should satisfy himself that the following formalities are
completed by all concerned before exercising his discretionary power for part
payment of security deposits:

a. Formalities to be completed by the Departmental Officers:

i. Completion of prescribed test check of measurements by


SM/AGM/Manager / Asst. Manager.
ii. Sanction of extra and substituted items by the competent authority.
iii. Timely decision of levy of compensation etc.

b. Formalities to be completed by the contractor:

i. Acceptance of final measurements recorded by the Departmental


Officers.
ii. Applying for extension of time as and when required immediately.
iii. Rectification of defects pointed out by Departmental Officers.
iv. Completion of work in all respects including clearance of site.
v. Return of surplus material issued by the department immediately on
completion of work or as and when it comes to notice.

193
AAI Works Manual

41.1.7 The SM/AGM should keep a close watch on the delays in the refund of security
deposit to contractors and for this purpose they should periodically review the
register of security deposit maintained in the office.

41.2 The limit of claims for Refund of Security Deposit

The claim for refund of security deposit is governed by the Limitation Act. The
period of limitation is 3 years commencing from the date the right to due accrues.
In the case of security deposit paid along with the individual contract, the right to
due would accrue after the maintenance period as per contract.

41.3 Refund of security deposit, regarding specialised items of work

41.3.1 Specialized items of work such as anti-termite, water proofing work, kiln
seasoned and chemically treated wooden shutters, roofing, false ceiling, painting
work etc. shall be entrusted to specialized firms or registered contractors. The
main agency / firm executing the work should be asked to give a specific
guarantee for removal of any type of defects cropping up in these works during
the guarantee / defect liability period as indicated in NIT. The form of the
guarantee to be executed by the contractors is given vide Appendix 78 of works
manual.

41.3.2 The security deposit (10%) deducted from the bills for such specialized items of
work shall be refunded to the contractor only after expiry of Guarantee / Defect
Liability period in accordance with the terms and condition of the contract
agreement. Such provision shall be specifically made in tender document.

41.3.3 The Engineer-In-Charge of the work shall, however maintain a register in which
all these works carried out in the Project / Maintenance Unit shall be entered and
which shall be periodically reviewed by the Engineer-in-Charge. The Register
will contain the following heads:

a. Name of work.
b. Date of completion.
c. Specification in brief.
d. Rate paid.
e. Name of the firm.
f. History of all defects, with date(s) of occurrence noticed during the
guarantee period.
g. Action taken by the firm.

The history of such defects should be considered while assessing the efficiency
and the quality of the work done by the firm.

41.4 Finance Officer’s responsibility for prompt refund of security deposit

In order to avoid delay in the refund of security deposit to the contractor after
receipt of application from the contractor, for refund of security deposit, the
SM/AGM/ Manager/ Asst. Manager concerned will process the case for release of

194
AAI Works Manual

the same and the Finance Officer should make arrangements for release of the
security deposit within reasonable time as specified in the agreement.

41.5 Refund of Performance Guarantee:

The performance guarantee should be refunded / released after recording


completion certificate.

195
AAI Works Manual

SECTION-42: Essential Features of Agreements / Contracts

42.1 General

42.1.1 The Board has full powers to accept tenders and is authorized to frame subsidiary
rules relating to the calling or acceptance of tenders and the general procedures
connected with the contracts. There are, however, certain general principles and
guidelines laid down for acceptance of tenders which are required to be observed
by subordinate authorities empowered to enter into contract or agreement
involving expenditure from Public Funds. The formal agreement/contract should
be signed between the parties incorporating the terms and conditions agreed.
There should be no inordinate delay in signing the contract after the award of the
contract to the successful tenderer /contractor, which would result in delay in the
execution of the contract. The reasons for the delay, if any should be duly
recorded in writing and brought to the notice of the Board immediately. The
execution of the formal agreement would, however, be a mere formality which
shall not render the contract void ab initio, the terms of the contract having been
mutually agreed upon by the parties.
42.1.2 No contract should be made by a subordinate authority which has not been
directed or authorized to do so by or under the orders of the Board.

42.1.3 The Chairman should be made a party to every contract of the Authority and the
words “for and on behalf of the Chairman, AAI” should follow the designation
appended below the signature of the officer authorized for executing the contract.
42.1.4 Terms of contract must be precise and definite and there must be no room for
ambiguity. Standard contract forms have been prescribed to avoid this
contingency. The alternative conditions given in the standard forms which are
not applicable to a particular contract should be invariably scored out.
42.1.5 No relaxation of specification in a contract or relaxation of the terms of an
agreement entered into by the Authority should be made without proper
examination of the financial effect involved in consequence of such relaxation.
The interest of the public exchequer should be taken due care before agreeing to
any relaxation of agreement or contract.
42.1.6 “Cost Plus” contract should be avoided except where they are inevitable.
Explanation: A “Cost Plus” contract means a contract wherein the price payable
for supplies or services under the contract is determined on the basis of the actual
cost of production of the supplies or services rendered, plus profit either at a fixed
rate or unit or at a fixed percentage on the actual cost of production.
42.1.7 The terms of the contract once entered into should not be materially varied
without the prior consent of the authority competent to accept tender/offer for the
contract as so varied. No such variation involving payment to contractors by way
of compensation or otherwise outside the strict terms of the contract or in excess
of the contract rates, should be authorized without prior approval of the
Chairman. A variation of the terms of contract which has been approved by such
officer should be made by writing executed “for and on behalf of the Chairman,
AAI” by an Officer who is authorized to execute the original contract.
42.1.8 No contract involving an uncertain or indefinite liability or any condition of an
unusual character should be entered into without the prior consent of the Member
(Planning).
42.2 Power to sign agreements
196
AAI Works Manual

42.2.1 The Asst. Manager/ Manager/Sr. Manager/Asstt. General Manager/Deputy


General Manager/Joint General Manager (Engg.) can sign the agreements for
works within their tender accepting powers for and on behalf of the Chairman
AAI. General Manager shall sign all agreement for the works accepted by him or
officer above him for and on behalf of the Chairman.
(Amended on dt. 26.03.18)
• Wherever, DGM/ Jt GM(Civil/Elect) are not posted at airports,
SM/AGM(Civil/Elect) shall function as an Engineer-in-Charge for all works
upto Rs.5.00 crores at their parent station as well as for the outstations
under his control. Hence, signing of contract agreement, for these works
and its safe custody shall be the responsibility of SM/AGM
Engg(Civil/Elect).
• For parent stations of DGM/Jt.GM Engg (Civil/Elect) the contract
agreement shall be signed by him along with its safe custody for all works
upto Rs.300.00 crores.
• For outstations of DGM/Jt.GM Engg (Civil/Elect), for all works other than
mentioned as above in Para (i), DGM/Jt.GM Engg (Civil/Elect) shall sign
the contract agreement and its safe custody.
The agreement must be executed without any delay after tender has been
accepted. The contract signing authority should check that no additional
conditions have been incorporated which is not part of approved NIT, unless
accepted by competent authority. A record of the agreements drawn up should be
kept. Due care should be taken to incorporate following:
a. Every page of the agreement should be duly signed by the contractor and
concerned contract signing authority.
b. If contractor had offered any rebate or reduction in rate for certain items
during negotiation then all correspondence with respect to negotiations,
should be made part of the contract agreement.
c. All correspondence relating to clarifications sought by tenderer in writing
or during pre-bid conference and their departmental replies/ clarification/
confirmation, should be included as part of the agreement.
d. All corrections, additions, alterations or slips attached to the agreement
should be duly signed by contractor and concerned Assistant Manager /
Manager/Senior Manager.
e. The authority issuing acceptance letter must ensure that the contents of the
acceptance letter are in conformity with the decision of the accepting
authority.

42.3 Recording of date of acceptance of tender in the agreement


42.3.1 In order to avoid legal complications, it is essential that the date of acceptance as
shown in the letter of acceptance of tender and award of work issued to the
contractor, which forms part of the agreement, should be indicated in the space
provided at the bottom portion of the Acceptance / Agreement in tender
document. The practice of showing the date on which the agreement is finalised is
incorrect and should not be adopted.

42.4 Supply of copies of Contracts to contractors

42.4.1 Contract documents should be prepared and signed by both the parties. It should
be stamped “Original”. Two true certified copies of contract agreement should be
197
AAI Works Manual

supplied to the contractor, one for site of work and other for his office/personal
use free of cost. For any additional copy required by the contractor, the following
prices shall be charged for such copies:

Sl. Contract amount of the work Price to be charged


1. Estimated cost (E.C) up to Rs. 5.00 Cr. Rs. 1000.00
2. E.C. beyond Rs. 5.00 Cr. Up to Rs. 10.00 Cr. Rs. 1500.00
3. E.C. beyond Rs. 10.00 Cr. Up to Rs. 25.00 Cr. Rs. 3000.00
4. E.C. beyond Rs. 25.00 Cr. Up to Rs. 50.00 Cr. Rs. 5000.00
5. E.C. beyond Rs. 50.00 Cr. Rs. 10000.00
Note: For Global bids: Rate may be decided by the NIT approving authority.
There is no objection to giving a copy of agreement second time to the contractor
on payment, if a request is received from him.
42.5 Certification and safe custody of agreements
42.5.1 The following instructions should be strictly followed regarding safe custody of
agreements.
a. The original contract documents should be kept in the personal custody of
the Engineer-in-Charge and should be sent to the Finance Directorate
whenever required by them after obtaining acknowledgement.
b. One certified copy of the agreement should be given by the SM/ AGM to
the Accounts Branch for day to day reference. Original agreement should
ordinarily be required only at the time of final payment.
42.5.2 Every page of the agreement should be signed by the contractor and the Engineer-
in-Charge.
42.5.3 The SM/ AGM should supply certified true copy of agreements especially of
those which contain some special and unusual conditions or clauses to the
Manager/ Assistant Manager in-charge of work/ store. If for some reason or the
other, it is not possible to supply copies of complete agreement, certified true
copies of the special/unusual conditions or clauses along with schedule of
quantities and schedule of materials should at least be supplied to concerned
Manager/ Asstt. Manager for information.
42.5.4 To avoid delay in finalisation of accounts of contractors, a certified copy of the
contract should be made available to the Sr. Superintendent as far as possible at
site of major works costing more than Rupees Five Lac. Where it is not possible,
an extract of the agreement including schedule of quantities, rates, special
conditions and specifications may be supplied.
42.5.5 As the agreements are required to be finally completed in the SM’s Office/
AGM’s office before these are signed by the SM/ AGM /Manager/ Asstt.
Manager, it is very important that the agreements should be properly checked and
compared with the Notice Inviting Tenders as approved by the competent
authority in the office of SM/ AGM /Manager/ Asstt. Manager. The officer
having signed the agreement will be held personally responsible for any mistake
which is found subsequently. Also, he should ensure that before copies of the
accepted agreements are forwarded to the authorities concerned, they are
complete in all respects.
42.5.6 The SM/ AGM should certify each copy including the duplicate copy of an
agreements “True Copy” and put their full signatures in token of such
certification. Similar action may be taken by the Manager/ Assistant Manager in
respect of agreements within their financial powers delegated under DOP.
198
AAI Works Manual

Also the original as well as the copies of an agreement should be properly sealed
in the SM’s Office. Only true copy of the agreement should be circulated for
internal purposes including payment etc.
42.6 Weeding out of old agreement
42.6.1 For weeding out of old agreements, a Committee consisting of the following
officers should be constituted by the ED (Engineering).
1. GM (Engg)
2. DGM (Engg)/
3. DGM (F&A)
4. SM/ AGM /AGM/ Manager
The committee will review all agreements for which final bill has been paid at
least 10 years earlier and will decide which of those are to be weeded out,
considering the point given below. The committee will record the following
certificate before weeding out/destruction of such records.
i The agreement is not required to be preserved for legal references, such as
arbitration/court cases or any other claims of contractor/department.
ii The agreement is not required to be preserved for any pending Statutory
Audit/Internal Audit/Paras/Settlement of any account affecting the
exchequer.
iii The committee is satisfied that these records are no more required for any
other referred cases etc., and no claims in respect of such records are likely
to arise in future.
The committee will also prepare a list of such records as per enclosed proforma
(Annexure -1 to this section)for all agreements weeded out.
42.7 Supplementary Agreements
42.7.1 In cases where it is not desirable to keep the complete contract open for minor
items, execution of which is not immediately possible on account of certain pre-
requisites which is not the responsibility of the contractor, the main contract may
be finalised and the residual work may be got done through the same contractor
by execution of a Supplementary Agreement. A form of supplementary
agreement is available at Appendix-79.
42.7.2 The authority competent to accept the tender will be the authority to order
provisional closure of the original contract and drawing up the supplementary
agreement. The formal agreement/contract should be signed between the parties
incorporating the terms and conditions agreed. There should be no inordinate
delay in signing the contract after the award of the contract to the successful
tenderer/contractor, which as a consequence will result in delays in the execution
of the contract. The reasons for the delay, if any should be duly recorded in
writing and brought to the notice of the Board immediately. The execution of the
formal agreement would, however, be a mere formality which shall not render the
contract void ab-initio, the terms of the contract having been mutually agreed
upon by the parties.
42.7.3 The bill in relation to the work already done by the contractor against the first or
original agreement should be provisionally finalised on the Final Bill Form by
adding the words “Provisional Final” on the top as well as against the entry
“Serial Number of the Bill” of the said bill form. As per condition 2(f) of the
Supplementary Agreement, the final bill relating to the entire work under the two
agreements i.e., original and supplementary agreements should be prepared after
completion of the entire work on the final bill form.

199
AAI Works Manual

42.8 Percentage above/below under clause


42.8.1 The percentage which the tendered amount bears to the estimated cost of the
work put to tender should be on the basis of estimated cost of scheduled items
except market related items of work and not on the net amount and it should be
worked out up to 3 decimal places and then rounded off to two places of decimal.
42.9 Completion of agreements
42.9.1 Adequate care should be taken to complete the agreement to be entered into
between the contractor and the SM/ AGM for and on behalf of the Chairman,
AAI. A complete agreement would consist of notice inviting tenders (which is
invariably issued by the SM/ AGM irrespective of the fact whether he is
competent to accept the tender or not). Pamphlet of Percentage Rate Tender or
Item Rate Tender or any other form used for the contract, Schedule of quantities
which indicate items of work, quantity, rates, unit, amount, letter of contractor
submitting the tender, other letters of the contractor and departmental officers
before the tender is accepted, letter of the SM/ AGM communicating acceptance
of the tender, Safety Code, model rules for protection of health and sanitary
arrangements for workers employed by the Authority or its contractors, AAI
Contractors’ Labour Regulations, Fair wages clauses etc. Special care is required
to be taken to see that all corrections, additions, alterations or slips attached to the
agreements are duly signed both by the contractor and the SM/ AGM.
Amended on dt. 26.03.18
• Wherever, DGM/ Jt GM(Civil/Elect) are not posted at airports,
SM/AGM(Civil/Elect) shall function as an Engineer-in-Charge for all works
upto Rs.5.00 crores at their parent station as well as for the outstations
under his control. Hence, signing of contract agreement, for these works
and its safe custody shall be the responsibility of SM/AGM
Engg(Civil/Elect).
• For parent stations of DGM/Jt.GM Engg (Civil/Elect) the contract
agreement shall be signed by him along with its safe custody for all works
upto Rs.300.00 crores.
• For outstations of DGM/Jt.GM Engg (Civil/Elect), for all works other than
mentioned as above in Para (i), DGM/Jt.GM Engg (Civil/Elect) shall sign
the contract agreement and its safe custody.
42.10 Escalation
42.10.1 In case when completion period is more than 18 months
Price escalation under both the clause 10CC and 10CA is applicable in case of
contract with stipulated completion period more than 18 (Eighteen) Months.
42.10.2 In case when completion period is 18 months or less
Price escalation on account of increase/decrease in wages and prices of materials,
due to Statutory Orders under clause 10C is payable along with clause 10CA in
case of contract with stipulated completion period of 18 (Eighteen) Months or
less .
42.10.2A (Amended on 23.03.18) New Para
The components of material, labour and P.O.L for every work for to be pre-
determined and incorporated in the contract for this purpose the work shall be
classified broadly as under:
i. Building works including sanitary and water supply.
ii. Road works and pavement works in Airfields.

200
AAI Works Manual

iii. Development works.


iv. Internal Electrical installations.
v. External Electrical works.
vi. Supplying and installation of machinery, like lifts, sub-stations, pump sets
etc.
For working out the escalation under Clause 10 C and Clause 10 CC, the
following component of material, labour and P.O.L may be considered
depending upon the type of work:

Category of work Material Labour P.O.L


1 Building 75% 25% --

2 Road works and pavement 90% 5% 5%


works in Airfields
3 External Sewerage 90% 10% --
4 External Water Supply 95% 5% --
5 Bridge work/Flyover works 70% 25% 5%

The above percentage components are for normal types of works with
ordinary/hard soil strata etc. where the soil strata is pre-dominantly rocky,
involving heavy cutting or there are other special features, percentages may
be fixed by the various authorities approving NIT taking into consideration
the detailed estimate.
In respect of carriage works and for other development works such as
levelling etc. also the NIT approving authority may decide the percentage
components.
42.10.3 a. Prices variation for Cement, Steel reinforcement bars, Structural Steel and
Bitumen should be based on base price for Cement, Steel reinforcement
bars, Structural Steel and Bitumen.
b. Base prices for Cement, Steel reinforcement bars and Structural steel to be
determined as issued under the authority of DG, CPWD or concerned Zonal
Chief Engineer, CPWD, as on last date of receipt of tender. In case base
price for cement, steel bars and structural steel as to be issued by CPWD is
not available, concerned ED (Engg) is empowered to determine the same.
c. Base price for Bitumen to be determined by the total price inclusive of
Excise, at the delivery point of the nearest Govt. Refinery, as valid on the
last date of receipt of tenders.
42.10.4 Price indices shall be considered as under for payment of escalation.
a. Price index for Cement, Steel reinforcement bars and Structural Steel to be
determined as issued by DG, CPWD.
b. The wholesale price index for Bitumen and other commodities should be
taken as published by the office of Economic Adviser Govt. of India,
Ministry of Commerce & Industry, from time to time.

201
AAI Works Manual

Annexure- 1
(Reference Para 42.6.1(iii))

PROFORMA FOR WEEDING OUT AND DESTRUCTION OF OLD


AGREEMENT

S. Name Agree Agency Date of Date of Date of Estimat Tend- Perc Vr. Amo Audi Ar Re
N of ment Comm- comple compl- ed cost ered enta No. unt t bit ma
work No. encem- -tion etion put to amou ge & of para rat rks
ent (Stipu- (Actual) tender nt belo Date final if ion
lated) w/ab of bill any cas
ove final es
bill if
an
y
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15

202
AAI Works Manual

SECTION-43: Site Order Books

43.1 Maintenance of Site Order Books

Site order (SO) books should be maintained in the format prescribed at Appendix
-80. The site order book should be printed and its pages must be machine
numbered and issued by the SM/AGM (Engg.) in different sizes containing
varying number of pages, depending upon the work. A fly-leaf should be attached
with each site order book containing instructions regarding maintenance of site
order books. These will be maintained properly and preserved for a period of 5
years or up to the time of disputes/arbitration cases of the work are finally settled,
whichever is later after completion of a work in the same manner as a
Measurement Book. The following procedure will be followed regarding the
maintenance of site order book:

43.1.1 SA/SS/Jr. Exe Engg should also record their observations in the site order books,
if they find any defective work is being executed or contractor is not complying
with the terms of contract. The representative of contractor should sign the site
order book as mark of having read/noted instructions given to him for
compliance.

43.1.2 So far as SM/AGM/ME/AM (Engg.) officers are concerned, they should


invariably sign site order books in token of their having read all the instructions
issued by various officers and their replies. In case SM/AGM/M/AM (Engg.)
themselves want to give any instructions, they should also record them in the site
order book. In regard to important matters they may find it necessary to
communicate such orders even in writing in the form of inspection notes.

43.1.3 Senior Officers of the rank of DGM and above shall communicate their
observations by way of inspection notes in the format prescribed at Appendix -81
along with their detailed tour notes.

43.1.4 Site order book should be maintained at the site of work and should never be
removed under any circumstances.

43.1.5 The contractor or their authorized agents will also be at liberty to record their
difficulties etc. in site order book, and engineer-in-charge should remove such
difficulties at the earliest and record compliance in site order book.

203
AAI Works Manual

43.1.6 The compliance of orders/instructions given to contractor should be recorded side


by side in the site order book by SA/SS/Jr. Exe ./AM/M/SM/ AGM (Engg.) with
dated initials and the date of compliance.

43.1.7 The SO Books should invariably be consulted at the time of recording completion
certificate and making final payments to contractors.

43.1.8 It has also been decided that the AM/M (Engg.), as the case may be, should
record the certificate on the Running Account Bills to the effect that the SO books
have been consulted before signing such bills. This would enable the AM/M
(Engg.) to ensure whether the defects pointed out during construction have been
rectified or not and also to consider reducing the rates for corresponding items, if
necessary, before the running payments are made for the items where defects are
pointed out and which have not been rectified.

43.1.9 Incidentally, difficulty may be experienced in sending SO books with every


Running Account Bill. In such cases, the M(Engg) while forwarding the Running
Account Bills should append a certificate to the effect that no items of work in
respect of which defects had been pointed out in the SO books and which have
not yet been rectified, have been measured and recorded in the MB and that no
such items of work are proposed to be paid in this running bill except the
following for which the reduced rates have been shown against each item.

204
AAI Works Manual

SECTION-44: Extra Substituted & Deviated Items of Work

44.1 Definition:

The variation in execution of quantities of BOQ items or execution of items not


included in BOQ shall be treated as deviation. Deviation in the contract normally
comprise of:

a. New items of work i.e., items completely new and in addition to the items
in contract. These are commonly known as Extra or Additional items.

b. Substituted items i.e., items which substitute the existing ones or are taken
up in lieu of those already provided in the contract. These can be with
slight modification or partially omitting items of work in the contract. Any
change, in make/manufacturer of items/component carried out from the
acceptable makes provided in the agreement shall be treated as substituted
item.

c. Deviation in quantities of items i.e., where there is increase or decrease in


the quantities of items of work in the agreement. In other words, the
nomenclature of work remains the same but the quantities vary with those
provided in the agreement. Such deviation should be kept to minimum and
approval of the competent authority must be obtained, where required. All
plus and minus deviations beyond the stipulated limit stated below should
invariably be approved by the Technical Sanctioning Authority as per DOP.

Deviation Limit:

i. Below Ground Level: Foundation 100% of the contract value of


Works respective Item.
ii. Above Ground Level. 30% of the contract value of
respective item.
iii. Items not included in contracts 30% of the contract value.
iv. Overall deviation limit of the 30% of the contract value.
contract

44.2 Deviation to be avoided

44.2.1 Engineer–In-Charge is prohibited from making or permitting any deviations


except trifling deviations from the quantities specified in the schedule of
quantities without specific approval of competent authority or in the case of
emergency. In the later case, the change should be forthwith reported to the

205
AAI Works Manual

competent authority for according of necessary approval. Approval for Deviation


/ extra items / substituted items should be obtained from the competent authority
as per Delegation of Powers [DOP] after recording justification for the execution
of Deviation / extra items / substituted items.

44.2.2 To obviate large scale deviations after call of tenders, the following instructions
should be followed:

a. Detailed estimates should be based on GFC drawings and design. The


Authority according technical sanction should satisfy itself that the designs
are structurally/technically sound and estimates are based on complete data,
design and drawings.

b. Architectural working plans, elevations and other detailed drawings which


are required to be mentioned in the nomenclature of various items in the
detailed estimate should be ready before sanctioning the detailed estimates.
Structural details of foundations and roof of ground floor should also be
ready by then. Specifications incorporated in the detailed estimates should
be precise and comprehensive and should be scrutinized carefully by the
officer sanctioning the estimate.

c. Changes in the specifications of any item from those adopted in the NIT
should be made with due care and the specific approval of the authority
technically sanctioning the detailed estimate.

d. Overall expenditure shall not exceed permissible limit of Administrative


Approval and Expenditure Sanction for the work.

e. In contracts for AMC works, maximum deviation shall be limited to 25% in


the quantities indicated in BOQ.

44.3 Prior sanction of competent authority:

If deviations from the sanctioned plans and estimates become necessary, these
should ordinarily be first discussed by the SA/SS/Jr. Executive/AM/M (Engg)
with the SM/AGM (Engg.) and if he agrees in principle, then the proposals
should be formulated. The SM/AGM (Engg.) should be responsible to obtain the
prior sanction of the competent authority to such deviations. The fact that the
deviations are shown in the GFC drawings issued by architect should not be
construed as having the sanction of the competent authority. The Architects
should similarly obtain prior concurrence of the competent authority for making
deviations from the approved plans on the basis of which, estimates have been
framed and tenders called for. All proposed Architectural changes shall be got
approved from Technical Sanctioning Authority before execution.

44.4 Powers to sanction rates for extra/substituted items etc.

44.4.1 Officers of AAI have been delegated powers to sanction rates of Extra and
Substituted items in respect of each work as per DOP, subject to the conditions
specified therein.

206
AAI Works Manual

44.4.2 Nomenclature of extra/substituted items sanctioned by various authorities should


be properly formulated so as to reflect the exact mode of execution in the field.

44.5 Instructions for avoiding delays in sanctioning rates for Additional


/Substituted items

44.5.1 The rates of extra/substituted items which have not been approved by the
competent authority may be paid to the contractor in the running account bills at
part rates to be termed as “Provisional Rates”. The provisional rates to be paid
should not exceed:

a. 90% of the rate recommended to the competent authority, if the rate is


directly available in the Schedule of Rates and

b. 75% of the rate recommended to the competent authority, if it is based on


market rates.

The payment at provisional rates should be done only when prior approval in
principle to execute the extra / substituted items has been obtained from the
competent authority.

44.5.2 Delays in the sanctioning of rates for extra/substituted items of work should be
avoided at all levels. To minimize such delays following procedure should be
followed:

a. Proposal for fixing rates for the extra and substituted items of works should
be submitted by the AM (Engg.)/M (Engg.) as and when any
extra/substituted item is foreseen. This should be done by him within a
week of such occurrence and in any case not later than a week of taking up
the work on such item. He must also submit a complete analysis etc. to the
SM/AGM (Engg.) who should approve the rate within a week of receipt of
complete proposal from the AM (Engg.)/M (Engg.), if accord of sanction is
within his competence.

b. The SM/AGM (Engg) should take orders from the next higher authority, if
the rates for the extra/substituted items are not within his competence of
sanction. This can be done by personal contact/making a reference in
writing within a week of receipt of proposal from the AM (Engg.)/M
(Engg.) according to exigencies/situation of work.

c. The Engineering Officer should exercise powers delegated for the


sanctioning of rates of deviation/extra/substituted items concurrently within
their limits. It is only after exhausting the powers delegated to individual
officer, the item may be referred to the next higher authority. SM/AGM
(Engg) must exhaust their power for sanctioning rates and amount of
deviation/extra/substituted before sending case to higher officer. This
practice shall be adopted by higher officers also. The sanctioning of rates
should be done in such a manner that the Engineering officer should not
seek for sanction of the rates of an item for which he has sanctioned the rate

207
AAI Works Manual

himself. Thus rate for any extra item shall be sanctioned by one authority
only.

d. To avoid delay in finalization of accounts of contractors, it should not be


necessary for the SM/AGM (Engg.) to completely exhaust his powers of
sanction of extra items before the DGM/JGM/GM commences exercising
his powers. The SM/AGM (Engg.) should set aside about 15% of the
amount for sanction of extra/substituted items arising towards the end of the
work under his own powers 10% for schedule items and 5% for non-
schedule items arising at the stage of final bill. Thus the SM/AGM (Engg.)
would normally be expected to utilize about 85% of the amount of his
powers of sanctioning extra items during the course of work before the
DGM/JGM is required to commence exercising his powers.

e. Payments for increased quantities of items within the deviation limit may
be made as per contract rate and beyond the deviation limit may be made on
part rates in anticipation of approval of the competent authority.

44.5.3 In order to avoid delays in the sanction of the rates for extra and substituted items,
the cases submitted by SM/AGM (Engg.)/DGM/JGM/ GM should be complete in
all respects. SM/AGM (Engg.)/DGM/JGM/ GM should explain the financial
implications and should also indicate as to how he is going to meet the extra
expenditure involved in these items in the first instance. It should be ensured by
SM/AGM (Engg.)/DGM/JGM/ GM that they furnish the following information
and details along with the case seeking sanction for the rates of extra and
substituted items:

a. Vouchers & proper quotations should be submitted in support of the market


rates.
b. Analysis of rates should be self-explanatory and supported by proper
drawings.
c. Remarks given by the DGM/JGM/ GM should be self-explanatory and
nomenclature of the items should also be complete and properly worded.
d. While forwarding the extra items, SM/AGM (Engg.)/DGM/JGM/ GM
should always explain in detail whether the contractor has asked for any
rate supported by analysis and whether the standing orders that the
Engineer-in-Charge shall determine the rates as per agreement conditions.
e. In case of substituted item, analysis of rates for the original non-schedule
item should always be enclosed by the SM/AGM (Engg.)
f. Copies of the agreements should be enclosed along with the statements.
g. Copy of analysis of rate, if any given by the contractor.

44.5.4 In the case of deviation item statements, the following information should be
furnished by the SM/AGM (Engg.)/DGM/JGM/ GM:

a. Whether prior approval was obtained from the competent authority before
exceeding the quantities beyond the permissible limits. If not, reasons for
the same may be given. The proposal should be supported by information
regarding prevailing rates for items of work for which the quantities were
increased at the time of actual execution of such items.

208
AAI Works Manual

b. In cases where local Schedule of Rates other than Delhi Schedule of Rates
is referred to in the agreement, relevant extracts of the schedule of rates
should be enclosed with the case by the SM/AGM (Engg.)/DGM/JGM/
GM.

i. Adequate justification for consumption of labour and material for


non-schedule items should be given SM/AGM (Engg.)/DGM/JGM/
GM.

ii. Drawings on which the analysis is based should also be enclosed by


the SM/AGM (Engg.)/DGM/JGM/ GM.

44.6 Fixation of rates for extra/substituted items

44.6.1 In the case of extra item(s) (items that are completely new, and in addition to the
items contained in the contract) the contractor may be requested to submit his
rates within fifteen days of receipt of order to execute such item(s) duly supported
by proper analysis to the Engineer-in-charge. Engineer-In-Charge shall process
the case for obtaining approval of the competent authority. The decision of
competent authority on final rates shall be communicated to the contractor within
6 weeks.

In the case of substituted items, (items that are taken up with partial substitution
or in lieu of items of work in the contract) the rate of substituted item and
agreement item (to be substituted) shall be determined as below.

a. If the market rate for the substituted item so determined is more than the
market rate of the agreement item (to be substituted), the rate payable to the
contractor for the substituted item shall be the rate for the agreement item
(to be substituted) so increased to the extent of the difference between the
market rates of substituted item and the agreement rate of (Amended on dt.
26.03.18) the agreement item (to be substituted).

b. If the market rate for the substituted item so determined is less than the
market rate of the agreement item (to be substituted), the rate payable to the
contractor for the substituted item shall be the rate for the agreement item
(to be substituted) so decreased to the extent of the difference between the
market rates of substituted item and the agreement item (to be substituted).

c. If make of the item is changed due to unavoidable circumstances, such


change shall be considered as substituted item. However, such change may
be avoided as far as possible.

d. The effect of GST and other construction worker’s Cess Act, 1996 as
applicable will also be added in the analysis of rate for the deviated/ extra/
substituted items. (GST to be reimbursed vide TC No. 5 dtd. 08.06.18 –
Impact of GST on Engg. Works – Guidelines – reg)

209
AAI Works Manual

44.6.2 In case deviation is beyond the limits specified in Schedule ‘F’, of tender
documents, the payment for quantities beyond deviation limit shall be payable at
market rates which shall be derived according to Section-44.6.1.

44.6.3 For working out of rates payable under clause 12 of contract form, the contractor
is required to submit his rates supported by proper analysis and these have to be
worked out in accordance with the provisions made in the contract.
.
44.6.4 The same can be and should be done by the Engineer-In-Charge as well as in
advance before taking up of the work connected with the extra/substituted items
in question and without waiting for any reference from the contractor.

44.6.5 SM/AGM (Engg) should within 4 (four) weeks of receipt of rates from the
contractor, take action to have the rates checked and get sanctioned from
appropriate authority.

44.6.6 The rates should be determined by the sanctioning authority within the
framework of relevant clause as included in the agreement. While doing so,
equity and reasonableness of the rates should be kept in view. Section 37.4 on
justification of rates may be referred for further details.

44.6.7 In all these cases action for the fixation of rates should be taken on the basis of
estimated quantities.

44.6.8 Similarly in the case of relevant clause, wherever there is likely to be decrease in
the rates of items for quantities beyond the deviation limits mentioned in Section
38.6.2 mentioned above, the responsibility for initiating action for the revision of
rates rests with Sr. SA/SS/Jr. Exe./AM(Engg.)/Manager (Engg.). Here also action
should be initiated as soon as the possibility of the excess quantities to be
executed comes to notice.

44.7 Measurements for inadmissible items

44.7.1 In case of items which are claimed by the contractor but are not admissible
according to the Department, measurements should be taken for record purposes
only and without prejudice so that in case it is subsequently decided to admit the
contractor’s claims, there may not be any difficulty in determining the quantities
of such work done. A suitable remark ‘FOR RECORD ENTRY ONLY’ should,
however, be made in red ink against such measurements to guard against payment
in routine manner.

44.8 Rates for extra items allowing profits & overheads on stipulated materials
supplied to contractors

44.8.1 2.5% may be added as profit and overheads over the issue rates of materials
stipulated in the contract while analyzing rates for extra items. The percentage
represents the following charges:

a. Office expenditure of the contractor


b. Expenses on Storage of materials

210
AAI Works Manual

c. Handling expenses & other incidental charges

The percentage does not include transport charges.

44.8.2 The rates of extra/substituted items either pertaining to contract of Percentage


Rate Tender and Item Rate Tender may be worked out net i/c contractor’s
enhancement/abatement, and the fact should be prominently mentioned on the
statement at the end that the rates include contractor’s enhancement/abatement in
the extra/substituted items.

44.8.3 A check list Performa conveying the information on preceding sections should be
submitted along with draft statement for obtaining sanction of
extra/substitute/deviation items from higher authority’s viz. GM/ED (Engg.)

Check list for the sanctioning of deviation, extra and substituted item.
(Refer Section 44.8.3)

Sl. Information to be supplied.

1 Name of project

2 Agreement no.

3 Tendered amount

4 Value of already approved


deviated/Extra/Substit
uted items.

5 Value of proposed
deviated/Extra/Substit
uted items

6 Description of item for which


approval is required.
(deviation/Extra/Subst
ituted)

7 Quantity specified in BOQ for


deviation. (Not
required in case of
Extra/Substituted)

8 Deviation limit specified in


Schedule ‘F’

9 Quantity executed beyond


deviation limit.

211
AAI Works Manual

10 Total value executed as


Extra/deviation/substit
uted items (i/c this
statement)
11 Reference to in principal approval
of the competent
authority.
12 Justification for execution of
excess (Deviations)
quantity and
Extra/Substituted
items
13 Certification of engineer-in-
charge that market
rates have been
verified and the same
has not decreased
from agreement rates.
If notice has been
given in case of
reduction in market
rates.
(Not required in case of
Extra/Substituted)
14 Justification of rates along with
necessary quotation
etc.

212
AAI Works Manual

SECTION-45: DETERMINATION OF CONTRACT

45.1 Action to be taken under Clause 3 of GCC:

Engineer-in-Charge may in case of delay, inferior workmanship, any claims for


damages and/or any other provisions of the contract or otherwise, and whether the
date of completion has or has not elapsed, by notice in writing absolutely
determine the contract in any of the following cases:

45.1.1 If the contractor has failed even after receiving notice in writing from the
Engineer-in-Charge to rectify within 7 days, to reconstruct or replace any
defective work or that the work is being performed in an inefficient or otherwise
improper or un-workman like manner.

45.1.2 If the contractor has, without reasonable cause, suspended the progress of the
work or has failed to proceed with the work with due diligence so that in the
opinion of the Engineer-in-Charge (which shall be final and binding) he will not
be able to complete the work by stipulated date of completion and continues to do
so even after 7 days from the date of receiving written notice from the Engineer-
in-Charge.

45.1.3 If the contractor has failed to complete the work within the stipulated date or any
specified items of work with individual date of completion stipulated/directed,
and does not complete them within the period specified in written notice by the
Engineer-in-Charge.

45.1.4 If the contractor persistently neglects to carry out his obligations under the
contract and / or commits default in complying with any of the terms and
conditions of the contract and or take effective steps to remedy it within 7 days
after receipt of written notice from Engineer-in-Charge.

45.2 Other reasons for Determination of Contract:

45.2.1 If the contractor shall offer or give or agree to give to any person in AAI service
or to any other person on his behalf any gift or consideration of any kind as an
inducement or reward of any type.

45.2.2 If the contractor shall enter into a contract with Airports Authority of India in
connection with which commission has been paid or agreed to be paid by him or
to his knowledge, unless the particulars of any such commission and the terms of
payment thereof have been previously disclosed in writing to the Engineer-in-
charge.

45.2.3 If the contractor has obtained a contract with AAI as a result of wrong tendering
or other non-bonafide methods of competitive tendering.

213
AAI Works Manual

45.2.4 If the contractor being a company passes a resolution for winding up.

45.2.5 If the contractor commits breach of any of the terms and conditions of contract.

45.3 Powers of Engineer-in-Charge:

If the contractor has made himself liable for action under any of the Section
aforesaid, the Engineer-In-Charge on behalf of the Chairman, Airports Authority
of India shall have powers.

45.3.1 To determine or rescind the contract as aforesaid. Upon such determination or


rescission the security deposit and performance guarantee of the contractor shall
be liable to be forfeited and shall be absolutely at the disposal of Airports
Authority of India.

45.3.2 After giving notice in writing to the contractor for employing labour and
materials for carrying out balance works or any part there of debiting the
contractor with the cost of the labour and the cost of the materials. The certificate
of the Engineer-In-Charge as to the value of the work done shall be final and
conclusive against the contractor. Crediting contractor with the value of the work
done in all respects in the same manner and at the same rates as if it has been
carried out by him under the original contract. If the expenditure by the Authority
is less than the amount payable to the contractor at his agreement rates, the
difference shall not be paid to the contractor.

45.3.3 After giving notice to the contractor to measure up the work executed till such
date by him and to take such part thereof as shall remain unexecuted out of his
hands and to give it to another contractor to take up and complete the work. In
which case all expenses that may be incurred in excess of sum which would have
been paid to the original contractor if the whole work had been executed by him
(of the amount of which excess the certificate in writing of the Engineer-in-
charge shall be final and conclusive) shall be borne and paid by the original
contractor and may be deducted from any amount due to him by Airport
Authority of India under this contract or any other account whatsoever or from
his security deposit or the proceeds of sales thereof or a sufficient part thereof as
the case may be.

45.3.4 In case of any one or more of the above options being exercised by the Engineer-
In-Charge the contractor shall not have any claim for compensation of any loss
sustained by him for any reason.

45.4 Power to take possession of / removal of/ sell contractor’s tools & plants:

214
AAI Works Manual

45.4.1 After determination of the contract the Engineer-In-Charge, may after giving a
notice in writing to the contractor, take possession of, or, use as on hire all or any
tools, plant, materials and stores, in or upon the works, or procured by the
contractor and intended to be used for the execution of the work or any part
thereof, paying or allowing for the same in account at the contract rates, or, in the
case of these not being applicable at current market rates to be certified by the
Engineer-In-Charge, whose certificate thereof, shall be final.

45.4.2 The Engineer-In-Charge may order the contractor by notice in writing, to remove
such tools, plants, materials or stores from the premises ( within a time to be
specified in notice) and in the event of the contractor failing to comply with any
such requisition, the engineer-in-charge may remove them at the contractor’s
expense or sell them by auction of private sale and at his risk and the certificate of
the Engineer-In-Charge as to the expense of any such removal and the amount of
the proceeds and expense of any such sale shall be final and conclusive against
the contractor.

45.5 Issue of Show Cause Notice

Engineer-in-charge shall issue show cause notice for determining the contract in
the format indicated at Appendix- 82. The notice shall be issued in case of breach
of any kind as indicated at Section 45.1& Section 45.2. If reply of the contractor
is found unsatisfactory the case may be forwarded to competent authority for
consideration. The competent authority shall consider the reply and
recommendations of Engineer-in-charge before issue of final notice (as per
format given at Appendix-83) to the contractor regarding decision taken by the
competent authority for determination of contract.

215
AAI Works Manual

SECTION 46: Extension of Time and Compensation for Delay

46.1 General

46.1.1 At the time of issuing notice-inviting tenders for a particular work the Engineer-
in-Charge should specify the time allowed for completion of the work consistent
with the magnitude and urgency of the work. The completion time for the work
must be derived on the basis of Appendix-84 and considering complexities in the
project, rainy days during completion period. The inputs from field units may be
obtained and considered before finalising completion period.

46.1.2 The time allowed for carrying out the work as entered in the contract should be
strictly observed by the contractor and should be reckoned from the .........the day
(as mentioned in the NIT) after the date on which the orders to commence the
work is given to the contractor.

46.1.3 The work shall throughout the stipulated period of the contract be proceeded with
all due diligence (time being deemed to be the essence of the contract) on the part
of the contractor.

46.1.4 At the time of preparation of NIT, a milestone chart must be prepared very
carefully indicating physical progress at each milestone and corresponding time
for reaching all specified milestones. The financial progress may be linked with
every alternate or third milestone as decided by the NIT approving authority. The
milestone chart must also indicate the amount to be withheld as a consequence of
non-achievement at each milestone stage. The withheld amount shall be released
if next milestone is achieved within the time defined for the next milestone. This
chart shall be part of Schedule F of the NIT. The maximum amount that is to be
withheld in case of non-achievement of milestones shall not exceed 5% of
tendered value of the work.

46.1.5 To ensure good progress of the work during execution, the contractor shall be
bound to complete the work as per the milestones given in Schedule ‘F’ or as per
the re-scheduled milestones, in all cases, in which the time allowed for any work
exceeds one month (except for specialized work),. However, for special jobs, if a
time schedule has been submitted by the contractor and the same has been
accepted by the competent Authority, the contractor shall comply with such time
schedule.

46.2 Submission of Progress chart as per milestones

The contractor must submit detailed completion programme by adopting MS


Project or Primavera and get it approved from competent authority as soon as
work is awarded to him. The work break down chart must be prepared which

216
AAI Works Manual

must include all activities associated with building construction work and other
associated services. All such activities must be reflected on the completion
programme indicating starting and completion time for all activities. Programme
must indicate inter dependence of various activities. The completion time
stipulated in the NIT and Milestones indicated in schedule F of NIT must be
clearly identifiable on the progress chart which will form basis of monitoring
progress milestone wise and implement condition of withholding amount for not
achieving mile stone.
46.3 Review of Progress of work:

46.3.1 The NIT approving authority shall stipulate time schedule for physical milestones
in Schedule ‘F’ in the NIT. The tender accepting authority shall review the
progress of work each month with all the concerned disciplines including the
contractor. The factors affecting the progress shall be identified and discussed and
remedial measures taken, wherever required. Detailed minutes of these meetings
shall be issued. Whenever physical milestones have been specified in the NIT, the
detailed review may be carried out on the dates specified for such milestones.

46.3.2 If an extension of time has been granted by the competent authority for genuine
hindrances, he should re-schedule the milestones appropriately for the work.

46.4 Re-scheduling of milestones:

46.4.1 If however, contractor cannot complete the work against any of milestone (s) due
to having been unavoidably hindered in execution thereof, or on any other
ground, he can apply for re-scheduling of the milestone (s) and extension of time
within 14 days of the happening of such event causing delay, on the prescribed
form. The contractor may also, if practicable, indicate in such a request the period
for which extension of time is requested.

46.4.2 Extension of time is also justified to the contractor in respect of the additional
work if so directed. The additional time required shall be worked out as per
provision under Clause 12 of the agreement. In such case contractor can seek
rescheduling of milestone.

46.4.3 The competent authority shall give a fair and reasonable extension of time and re-
schedule the milestone (s) for completion of the work. Rescheduling of
milestones may include changes in total number of milestones and corresponding
amount to be withheld in case of failure to achieve them.

46.4.4 Even after rescheduling of milestones total percentage of tendered amount which
can be withheld in case of non-achievement of milestones shall remain
unchanged at 5% of tendered cost as decided under clause 5 of Schedule-‘F’

46.5 Requirement of Clause 5 w.r.t. Extension of Time

46.5.1 Relevant clause in the tender document empowers the Engineer-in-Charge to


grant extension of time for the completion of the work on certain conditions with

217
AAI Works Manual

the approval of competent authority (as per DOP). He can exercise such powers if
the following conditions are satisfied.

a. The contractor must apply to the Engineer-in-Charge in the format given (Part-
1) at Appendix 85 for extension of time.
b. Such application must state the grounds which hindered the contractor in the
execution of the work within the stipulated time.
c. The Engineer-in-Charge must be of the opinion that the grounds shown for the
extension of time are reasonable.

46.6 Grant of Extension of Time without Application

46.6.1 Where adequate and proper ground exists, the Engineer-in-Charge/competent


authority may grant extension of time even in the absence of application from the
contractor.

46.6.2 If the extension of time is granted by the SM/AGM (Engg.) and such extension of
time is accepted by the contractor, either expressly or implied by his actions
before and subsequent to the date of completion, the extension of time granted by
the SM/ AGM (Engg.) is valid. It is, therefore, necessary that the SM/ AGM
(Engg.) grant extension of time even when the contractor does not apply for
extension of time in order to keep the contract alive. If the contractor refuses to
act upon the extension granted by the Engineer-in-Charge it will attract the
provisions of clauses dealing with compensation for delay and rescinding of
contract under the agreement.

46.6.3 The levy of compensation for losses suffered by AAI for delayed performance
would be distinct matter and would depend on:

a. Prior notice as contemplated by Sec.55 of the Contract Act, 1872


b. Fault/delay/hindrance being attributable to the Contractor and
c. Proof of the loss occasioned thereby (in case it is challenged by the
Contractor before the arbitrator)

46.7 Power to grand EOT as per DOP:

46.7.1 According to the terms of the contract the Engineer-in-Charge has full powers to
issue letter granting extension of time under his signature. However he may
obtain prior approval of competent authority who has been delegated such powers
to grant extension of time as per DOP, if tender has been accepted by officer
higher than him.

46.7.2 The opinion of the Engineer-in-Charge, regarding the reasonability of grounds


shown for the extension of time is reasonable or not reasonable is final. If the
Engineer-in-Charge is of the opinion that the grounds shown by the contractor are
not reasonable and declines to grant extension of time on any such ground, the
contractor cannot challenge the soundness of the opinion of the Engineer-in-
Charge by referring the matter to arbitration under the contract. However, the
opinion of the Engineer-in-Charge that the period of extension granted by him is

218
AAI Works Manual

proper or necessary is not, final. If the contractor feels that the period of extension
granted is inadequate, he can request arbitration under the contract on the
question whether the period of extension is or is not proper or necessary.

46.7.3 The powers for grant of extension of time have been delegated to AAI Officers as
per Delegation of Powers.

46.7.4 In deciding the authority which is competent to grant extension of time, the value
of individual contract should be the amount of work exclusive of the value of
materials stipulated to be supplied by the AAI.

46.8 Form of Application for Extension of Time

46.8.1 The form of application for extension of time to be submitted by the contractor
should be in standardized form. Contractor is required to apply for grant of
extension of time on Part – I of the form. Part – II of the form is to be used by the
Departmental officers for purposes of dealing with the application for extension
of time.

46.9 Guidelines for processing Extension of Time and final bill in respect of
contract:

46.9.1 The completion certificate should be issued immediately on completion of the


work and thereafter the Engineer in-Charge shall issue a letter to the contractor
as per Appendix -86 that the completion of the work is recorded and the
prescribed application for final extension of time should be submitted by the
contractor within 21 days of the said letter.

46.9.2 If the contractor fails to submit the application form within prescribed date, the
Engineer-in-Charge shall process the final extension of time case based on the
hindrances recorded. For all such cases the engineer in-charge shall finalize the
EOT case within 30 days from the date of completion of the work where
completion period is up to one year and where completion period is more than
one year within 60 days from the date of completion of the work.

46.9.3 In case the competent authority to grant EOT is other than Engineer-in-Charge,
the final extension of time case should be forwarded to the concerned
DGM/Jt.GM (Engg) within 30 days of completion of the work. The DGM/Jt.GM
(Engg) shall process the case and decide within 7 days of receipt from the SM/
AGM / AGM (Engg.). Similarly the GM (Engg) shall finalize the case within 7
days from the date of receipt in his office.

46.9.4 The final bill including extension of time should be processed by the Engineer-in-
Charge within a period of 45 days from the certified date of completion for work
where completion period is 12 months and within 60 days for work where
completion period is more than 12 months.

219
AAI Works Manual

46.9.5 All pending cases of EOT/final bill should be clearly mentioned in the handing
over/taking over notes by Managers/SM/AGM/ AGM(Engg.) and responsibility
will lie with the relieving officer to accomplish the pending task.

46.9.6 A quarterly statement should be submitted by the Engineer-in-Charge to the GM


(Engg) concerned indicating the final extension of time cases pending with
relevant details. The GM (Engg) shall review the quarterly report of the Engineer-
in-Charge and take corrective actions to expedite the processing.

46.9.7 While scrutinizing the applications submitted by the contractors, grounds for
delay should be thoroughly checked and wherever required documentary
evidence to establish the same should be called for.

46.10 Extension of time due to variations in items executed

46.10.1 As regards the extra time for completion of the work due to deviations in
agreement items, extra or substituted items, the Engineer-in-charge should
determine the proportion that the algebraic sum of deviated, extra or substituted
work bears to the original contract work and certify the said proportion. For
substituted items, the additional cost of modified component only is to be taken.
Payment made towards clause 10C/ 10CA/ 10CC should not be considered. He
should extend the time for the completion for the work according to such
proportion plus 25% thereof. The proportion so determined by the Engineer-in-
charge shall be final and binding on the contractor. The contractor shall have no
right to raise disputes on such account and demand arbitration. However, if the
contractor feels that the period of extension granted has been miscalculated, it is
open for him to request arbitration under the relevant clause about the propriety
or otherwise of such period of extension.

46.11 Recording of hindrances during execution of work:

46.11.1 Whenever any hindrance comes to the notice of the Engineer-in-


Charge, he should at once make a note of such hindrance in the register kept in
the form prescribed for hindrance register as per Appendix – 87.

All correspondence with agency and concerned stake holders during execution of
works will be taken into consideration for evaluation of hindrances causing delay,
for grant of extension of time by the Competent Authority. Therefore, record of
correspondence related to hindrances should be maintained meticulously by
Engineer-in-Charge. Delay in execution of works has to be avoided through close
coordination with all concerned and taking timely decision. The concerned
Engineering officials starting from MGR/SM/AGM and DGM/JGM/GM shall
ensure that hindrances are kept to bare minimum. (Amended vide TI no. 25 dtd.
25.07.19)
46.11.2 Record of hindrance on account of rainfall: Rainfall is one of the main hindrances
in completion of project work as per schedule time of completion.

a. It is essential that hindrance on account of rainfall is recorded meticulously


to facilitate processing final extension of time cases in respect of contract
works.
b. A Performa devised for record of weather report is given at Appendix -88.
It is enjoined upon all the engineers supervising the execution of various
220
AAI Works Manual

capitals and maintenance works at Airports to ensure that monthly weather


reports are strictly maintained during the contract duration as per the
enclosed Performa.
c. The Engineer-In-Charge must consider actual number of rainy days during
execution of work and compare the same with number of normal rainy days
indicated in the NIT. Only difference of the two may be considered as
hindrance while processing case for extension of time.

46.12 Application for Extension of Time

46.12.1 If the contractor desires extension of time for completion of work on the grounds
of unavoidably hindrance in the execution of work or on any other ground, he
shall apply in writing to the Engineer-in-Charge within 14 days of the hindrance
on account of which he desires such extension. Engineer-in-Charge shall,
scrutinize such application and process the same with his recommendations for
seeking approval of the competent authority as per DOP. Notwithstanding
anything above, however, provisional extension will be granted by the Engineer-
in-Charge to keep the contract alive, well before the actual stipulated date of
completion of the work up to expected date of completion of the work. This
provisional extension of time will be granted without prejudice to the right of
AAI to recover the compensation of losses suffered by AAI in accordance with
provisions of relevant clauses of the agreement. Provisional extension of time
may be intimated to the agency as per Performa at Appendix-89. The case for
extension of time/ revision of milestones shall also be processed on the
occurrence of hindrance causing significant delay in completion of work and
approval of competent authority shall be intimated.

46.12.2 On actual completion of the work the SM/AGM (Engg.) /Project in-Charge
(Amended on 26.03.18) / Engineer-in-Charge shall process the case for grant of
final extension of time and obtain its sanction from the competent authority. The
grant of extension of time shall be at the sole discretion of the Engineer-in-Charge
or any other competent authority as per DOP. Contractor shall have no right for
any claim on this account. The extension sought for shall be granted after due
scrutiny and full satisfaction with the reasons and period against each hindrance
mentioned by the contractor. In the case of partial/ no satisfaction with the
reasons for delay of time, the competent authority may levy compensation for
such delay as per GCC. As and when decision is taken to grant the extension of
time sought for/ levy of compensation, steps should be taken to safeguard the
interest of AAI. Levy of compensation should be commensurate to losses suffered
by AAI or as per GCC.

46.12.3 Time is an essence of the contract: The time allowed for execution of contract is
as specified in schedule ‘F’ of contract or the extended time in accordance with
the conditions of contract, shall be essence of the contract. It is therefore
necessary for a contractor to complete the job within stipulated period. In case
contractor fails to do so, AAI would be entitled for compensation as follows:
a. For repair works costing up to Rs 20.00 Lac:
One percent of contract value per week of delay or lesser amount as decided by
competent authority subject to maximum of 10% of contract value. * (If nature of
work is such that portion of work becomes usable and department wants/needs to

221
AAI Works Manual

use part building/services. Then compensation may be levied on total value of


balance work after reducing value of usable portion of work).

b. For all other works having completion period less than 2 years:

0.5% (half percent) of contract value per week of delay or lesser amount as
decided by competent authority subject to maximum of 10% (ten percent) *
(If nature of work is such that portion of work becomes usable the
compensation may be on the value of balance work.)

* The condition for levy of compensation on the value of left over work
shall be applicable only if it has been envisaged to take over part work in
the tender document with specific reasons. In above cases NIT approving
authority may foresee part completion of usable area/services and
incorporate the same in the SCC of the NIT.

c. For all other works having completion period more than 2 years:

0.5% of contract value per fortnight of delay or lesser amount as decided by


competent authority subject to maximum of 10% of the contract value or as
indicated in SCC.

46.12.4 The compensation levied on contractor must be commensurate to the losses


suffered by AAI. The losses suffered by the department shall be calculated in
following subheads:

a. On the salary paid to supervisory staff for extended period of contract. The
loss may be calculated on the basis of the salaries of supervisory staff as
indicated in the Appendix 90.
b. Any other losses suffered by AAI.

46.12.5 The amount of compensation shall be calculated as per Section 46.12.3 above.
However if losses suffered by AAI are more than calculated on the basis of
Section 46.12.4 then compensation shall be limited to the extent calculated under
Section 46.12.3.

46.12.6 The withheld amount (from running account bills) towards compensation for
delay in excess of Rs. 50.00 Lac, can be released against submission of Bank
Guarantee pending finalization of extension of time/grant of final extension of
time by competent authority as per contract. Concerned ED (Engg) will authorize
such action, contract-wise on receipt of proposal from the project-in-charge /
RHQ.

46.13 Extension of time without levy of compensation

In case where extension of time is granted without levy of compensation after


approval of the competent authority, it was opined by the Ministry of Law that
provision suggested in the preceding paragraph should stand with a view of
safeguarding the interests of AAI especially against unforeseen circumstances
(Performa is at Appendix-91).

222
AAI Works Manual

46.14 Compensation under Agreement


46.14.1 The word compensation should be used in relation to clause relating to levy of
liquidated damages of the agreements i.e. Percentage Rate Tender/Item Rate
Tender and similar clauses in other contract forms instead of the word penalty.

46.14.2 The delegated officer exercises full powers to decide the quantum of
compensation recoverable from contractors for delay in execution of full/part of
the work, subject to the condition that the quantum of compensation once levied
by him shall not be changed without the approval of the authority as per DOP.
The quantum of compensation shall be commensurate with the loss suffered by
AAI due to the delays in the execution of the contract in order to be sustainable in
law in terms of Section 73 of the Indian Contract Act. To fulfill the requirement
of Section 55 of Indian Contract Act, a ‘show cause’ notice should be issued
before passing an order on levy of compensation.

a. Specimen of ‘show cause’ notice to be issued by Competent Authority is


placed at Appendix 92.
b. Thereafter, order on levy of compensation should be issued after
considering the merits of reply given by the contractor to the ‘show cause’
notice and the loss suffered by AAI due to delays in the completion of the
project work Appendix 93.

46.14.3 As indicated above, the officer is competent to decide the quantum of


compensation recoverable from contractor for delay in the completion of work,
while exercising these powers, he can levy lesser compensation if the
circumstances of a case so demand depending upon difficult conditions in which
the contractor has to work. In order that there may be no criticism of the action
taken by the officer to levy lesser compensation, it has been decided that the
officer concerned should record detailed reasons as to why a lenient view was
taken by him.

46.14.4 The officer delegated full powers to decide the quantum of compensation are
required to exercise special and extra care while deciding levy of compensation
for belated construction where higher rates have been paid for early construction.

46.14.5 In case of clarification on the computation of damages, the officer may seek the
opinion of the legal department.

46.14.6 Under relevant clauses of agreement and powers delegated, different officers are
competent to waive and/or reduce the compensation recoverable from a
Contractor. In all cases where compensation has been imposed whether rightly or
wrongly and recoveries have been made, prior concurrence of Chairman would be
necessary for refund of any amount.

46.15 Levy of Compensation:

46.15.1 Levy of Compensation for delay in respect of Global contracts, wherein


irrevocable letter of credit (LC) is to be opened for foreign supply or supply and
installation contracts should be as follows:
Quantum of compensation should be as per our standard contract.
223
AAI Works Manual

Mode of recovery should be

a. Foreign currency element of contract: The LC payment clause should be


drawn such that the second or third stage LC release payment shall take
care of the compensation for delay etc. Actual quantum of levy should be
determined by accepting authority of the contract, if any, and the balance
portion of LC should be released accordingly.

b. Rupee element included in foreign contract: Quantum of delay for rupee


element should be determined proportionately and same should be
recovered from the rupee element of the contract.

The above terms should be part of tender / contract and LC terms.

46.16 Provision under Section 74 of the Indian Contract Act

46.16.1 When a contract has been breached, and if sum is named in the contract as the
amount to be paid in case of such breach or if the contract contains any other
stipulation by way of compensation, the party complaining of the breach is
entitled, whether or not actual damage or loss is proved to have been caused
thereby to receive from the party who has breached the contract reasonable
amount not exceeding the one so named or as the case may be the compensation
stipulated for.

46.16.2 According to the agreement, provisional letters of extension of time to be issued


to the contractor should be under the signature of Engineer-in-Charge as he is the
only officer so empowered contractually to grant extension of time. Similarly all
letters intending to impose compensation under relevant clause of the agreement
should be issued under the signature of authority as provided in contract as he is
the only officer competent to do so under the agreement in order to fulfill
contractual obligation.

46.17 Bonus /Incentive

46.17.1 In case the contactor completes the work ahead of updated stipulated date of
completion considering the effect of extra work (to be calculated on pro-rata basis
as cost of extra work X stipulated period/tendered cost) bonus / incentive for
early completion of entire work should be payable @ 1% (one percent) of the
contract amount per month, subject to a maximum of 5% (five percent) of
contract amount. For early completion in part period of the month, the incentive
should be calculated on proportionate basis.

46.17.2 The incentive clause for early completion should be adopted only on a selective
basis restricted contracts where the time is the essence of the contract and early
completion gives tangible benefits in terms of additional revenue or
operationalization of important facilities for passengers and other safety related
targets to be achieved by a given date or any other similar factor.

224
AAI Works Manual

SECTION 47: Dispute Resolution Mechanism, Arbitration and Litigation Cases

47.1 Dispute Resolution Mechanism:

The Contractor shall be entitled for invoking the arbitration clause only after
exhausting the remedy available under the Dispute Resolution Mechanism.

47.1.1 The dispute resolution method shall be specified clearly in the bidding/tender
documents. All disputes shall be resolved through a Dispute Resolution
Committee.

47.1.2 If a dispute of any kind, whatsoever, arises between the AAI and contractor in
connection with or arising out of the contract or relates to the execution of the
works, whether during the execution of the works or after its completion and
whether before or after the repudiation or termination of the contract, including
any disagreement by either party with any action, or opinion, instructions in
writing of the Engineer; the matter in dispute shall, in the first place, be referred
to the Dispute Resolution Committee.

47.1.3 The Dispute Resolution Committee shall be constituted as follows:-

a. The DRC shall be appointed at Corporate Headquarter level (CHQ) for


works costing above Rs. 15 Cr.
b. The DRC shall be appointed at Regional Headquarter level (RHQ) for
works costing up to Rs. 15 Cr. by Member Planning on recommendation of
RED.
(Amended on 26.03.18)
The DRC shall be appointed by Regional Executive Director/ED Engg
(CHQ/Project) for RHQ/CHQ/Project works respectively costing upto Rs.
15.00 Crores.
c. Any officer dealing with the concerned contract must not be appointed as
Member of Dispute Resolution Committee.
d. The authority appointing the DRC has the powers to appoint, replace,
remove any member.

47.1.4 The Dispute Resolution Committee shall be formulated as per following


guidelines.

a. For works awarded by Member/Chairman/AAI Board, Constitution of DRC


shall be decided by Chairman, AAI.

225
AAI Works Manual

b. For Works awarded by ED level of Officers at CHQ. Followings shall be


members of DRC.

i. GM (from same discipline but other than under whose jurisdiction, the
work falls)
ii. Joint GM / DGM – Finance Directorate.
iii. Joint GM / DGM – Planning/Engg/CNS/ATM/Communication
Equipment Directorate (other than dealing with the subject contract).

c. For Works awarded by RED or APD (ED), followings shall be members of


DRC

i. GM (from same discipline but other than under whose jurisdiction, the
work falls)
ii. Joint GM/DGM – Finance Directorate.

iii. Joint GM/DGM – Planning /Engg/CNS/ATM/ Communication


Equipment Directorate (other than dealing with the subject contract).

47.1.5 In specific cases additional members in dispute resolution committee can be co-
opted as per requirement:

a. If required, an Officer from the list of empanelled Arbitrators can also be


appointed in DRC by Authority competent of constituting DRC.
b. If dispute involve legal issue, an officer from Law Department or
Directorate/Legal expert from panel of approved Advocates, can also be co-
opted/nominated by Authority constituting DRC.

47.1.6 In case of contract awarded by officers below ED level, the matter will be
referred to concerned ED/RED for constitution of DRC. The DRC will be
constituted on same lines as given in above sections.

47.1.7 Officers not serving in AAI will be eligible to get fee as applicable for arbitration
cases. No fees or honorarium will be payable to officers serving in AAI.
However, they will be entitled to TA/DA etc. as applicable for tours.

a. An officer will be nominated by HOD of concerned Directorate or


Department, who will function as ‘Member-Secretary’ to the DRC.
Member-Secretary will be responsible for all administrative work like issue
of letters/notices to parties, obtaining their replies and putting up to DRC,
making arrangements for holding the meetings etc.
b. Officers of GM/DGM/SM rank will be authorized by HOD, who are parties
to the contract from AAI side to present the AAI’s case before the DRC,
alongside the contractor, who shall present his case.
c. DRC thus constituted may act as ‘conciliator’ and will be guided by
principles of ‘conciliation’ as included in part III of Arbitration &

226
AAI Works Manual

Conciliation Act, 1996 as amended by the Arbitration and Conciliation


(Amendment) Act, 2015/Jammu and Kashmir Conciliation & Arbitration
Act, 1997(as the case may be).
d. DRC may adopt a procedure based on principles of equity and natural
justice, giving full opportunity to both the parties to present their view
points to their satisfaction. The DRC shall give full consideration first to the
contract conditions and if specific issue is not addressed under contract
conditions, it will be guided by principles of objectivity, fairness and justice
giving consideration to among other things, the rights and obligations of the
parties and usages of trade concerned and circumstances surrounding the
disputes including any previous business practices between the parties as
provided in the Arbitration and Conciliation Act 1996 as amended by the
Arbitration and Conciliation (Amendment) Act, 2015/Jammu and Kashmir
Conciliation & Arbitration Act, 1997(as the case may be).
e. When it appears that there exists elements of a settlement which may be
acceptable, the possible settlement will be drawn and given to parties in
draft form, for their acceptance. Departmental officers of AAI will process
draft agreement to Competent Authority for obtaining his concurrence /
approval before signing the ‘Settlement Agreement’.
f. If all parties agree on a settlement of disputes, a written agreement shall be
drawn and signed by parties. DRC shall authenticate the ‘Settlement
Agreement’ and furnish a copy thereof to each party.

47.1.8 Dispute Resolution Committee should give its reports/settlement agreement


within 45 days of its constitution.

47.1.9 When the disputes could not be resolved through the Dispute Resolution
Committee, the Arbitration clause may be invoked.

47.2 Arbitration:

Clause 25 of GCC provides for appointment of an arbitrator in case of all


questions and disputes given below.

47.2.1 All questions and disputes relating to the meaning of the specifications, design,
drawings and instructions here-in and as to the quality of workmanship or
materials used on the work or as to any other question, claim, right, matter or
thing whatsoever in any way arising out of or relating to the contract, designs,
drawings, specifications, estimates, instructions, orders or these conditions 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 thereof shall be referred to a sole
arbitrator for adjudication through arbitration. The arbitration shall be conducted
in accordance with the provisions of the Arbitration and Conciliation Act 1996 as
amended by the Arbitration and Conciliation (Amendment) Act, 2015/ Jammu

227
AAI Works Manual

and Kashmir Conciliation & Arbitration Act, 1997(as the case may be) or any
statutory modifications or re-enactment thereof and the rules made there under
and for the time being in force, shall apply to the arbitration proceedings.

47.2.2 Application of Arbitration Clause 25 of Standard Contract Format

a. Clause 25 of the Standard Forms for percentage rate and item rate and other
relevant clause in various contract forms provides for appointment of an
Arbitrator in case of question and disputes relating to certain matters,
specified therein arising at any stage, whatever, between the parties. This,
however, does not apply to action taken under following clause where the
decision of the specified officer is final to the extent given below.

b. The Contractor cannot have recourse to a court of law for the redress of his
grievances, unless he has exhausted the channel of arbitration as envisaged
in relevant arbitration clause. Even if the contractor goes to court, the
Engineer-In-Charge shall take a plea that the contractor being a signatory to
the agreement containing arbitration clause, any dispute arising out of or in
any way connected with the execution of work is first to be settled by
reference to arbitration.

47.3 Invocation of Arbitration Clause:

Arbitration Clause can be invoked by either party for adjudication of disputes


arising out of the contract. Contractor seeking arbitration should apply in a
format prescribed in Annexure 2 to this section.

47.4 Application for appointment of Arbitrator:

Application for appointment of arbitrator under Arbitration Clause should be


submitted by the contractor to the appointing authority with two copies thereof to
be sent to SM/AGM (Amended on 26.03.18) Engineer-in-Charge. The
application form should be accompanied by the Statement of Claims as indicated
in the application form.

47.5 Preparation of Arbitration Cases

47.5.1 The following steps should be taken by the SM/AGM with a view to properly
handle / defend the arbitration cases: -

a. Consequent on application made by any party for referring the disputes to


arbitrator, the concerned SM/ AGM should prepare a detailed history sheet
containing the data regarding estimates, designs and drawings, NITs,
agreements, extra and substituted items, reduction statements, extension of
time / notices issued under clauses of agreement and send a copy to his
DGM / JGM/GM.

b. List out important letters in respect of the issues raised by the contractor or
the important notices issued to the contractor and shall place originals of

228
AAI Works Manual

these documents in a separate file. In the routine office file, true copies of
these documents may be placed.

c. Keep original agreements, plans, designs including the calculations for


these, if available, details of measurements and analysis of rates attached to
the technically sanctioned, estimates, all the MBs connected with the work,
site order book, cement register in safe custody of the specified officer
along with original listed in para (b) above.

i. The concern measurement books should be closed.


ii. All the files connected with the work should be properly page-
numbered stitched and sealed and kept by the SM/ AGM
Engineering along with the above record.
iii. If there are important situations or circumstances, which are not
available on the file, but are only known to the Executive Staff, their
signed statements regarding the factual information should be obtained
and kept on records, as after a lapse of time, they may not be available
for personal discussions or they may be unable to recall past events.
iv. The SM/ AGM may call the Executive Staff-in-Charge of the work
from their new stations for any information that he may need to
collect by personal discussions, but only under orders from the
DGM / JGM concerned.

47.5.2 The final bill should be prepared as early as possible in any case before the
disputes are referred to arbitration. The JGM / DGM / SM/ AGM should ensure
that the bills are finalized immediately, if not already done.

47.5.3 A detailed note on the facts of the case dealing with each and every item of the
claims and/ or counter claims should be prepared by the SM/ AGM along with
reference to various relevant documents supporting the AAI case or negotiating
the Contractor’s claim.

47.6 Processing of Contractors Applications

47.6.1 The SM/AGM (Engg.) (Amended on 26.03.18) Engineer-in-Charge shall send


one copy of the application of contractor direct to the ED (Engg.) / appointing
authority with the under noted information without waiting for a reference from
the ED (Engg.) the appointing authority and within 15 days from the date of
receipt of Contractor’s application in his office with a copy to DGM/JGM/GM.
DGM/JGM/ GM should send his report to ED (Engg) the appointing authority
immediately.

a. An attested copy of relevant arbitration clause.


b. A note regarding verification of the factual data furnished by the Contractor
in the application form.
c. Brief comments on each claim of the Contractor. While giving such
comments, the admissibility of the claims in the light of arbitration clause
and limitation act, will be kept in view.

229
AAI Works Manual

d. Statement of counter claims of the Department, if any. However, if counter


claims are not readily enlisted or available, comments on contractor’s
claims should not be delayed.

47.6.2 As per Law, only 30 Days for appointment of arbitrator failing which contractor
shall have right to approach court of law for settlement of dispute. Thus urgency
must be shown at all level for appointment of arbitrator with in specified time
limit.

47.7 Appointment of Arbitrator

47.7.1 An officer not below the rank of General Manager (Engg), drawn from the
approved panel of Arbitrators may be appointed to act as arbitrator by an
appointing authority. The appointing authority for an arbitrator should be clearly
defined in the bidding document.

47.7.2 Arbitrator should be appointed from the approved list of arbitrators by Regional
Executive Director for the works awarded by officers under his region, however
for other works awarded at higher level, the arbitrator shall be appointed by
Member (Planning).

47.7.3 On receipt of the copy of the application from the contractor for appointment of
an Arbitrator, the SM/ AGM / DGM / Jt.GM/GM (Engg.) should examine the
facts of the case and also whether the points of dispute fall within the purview of
relevant clauses of agreement. The DGM / Jt.GM/GM (Engg.) should send his
report to the ED (Engg), Member (Plg.) for his final orders. The ED (Engg),
Member (Plg.) shall then appoint an Arbitrator under relevant clause of
agreement. In the absence of ED (Engg), Administrative Head of the Department
i.e. Member (Plg.) shall appoint an Arbitrator. The Standard format for issue of
letter of appointment of arbitrator has been provided at Appendix94.

47.7.4 In such cases where the amount of the claim is less than Rs.1, 00,000/- (Rupees
One Lac) para of the standard form (stating that the Arbitrator shall give reasons
for the award if the amount of claims in dispute is Rs.1, 00,000/- or above should
be deleted).

47.7.5 The person thus appointed should be the sole Arbitrator and his award should be
final and binding on all parties to the Contract, unless it is set aside by the Court.

47.7.6 Whenever a request for appointment of an arbitrator is received from a contractor


in terms of agreement, the ED (Engg) should process the case so as to appoint an
arbitrator within 30 days from the receipt of such a request. The ED (Engg)
should obtain report of the SM/ AGM /DGM/Jt.GM/GM (Engg.) if the GM/
Jt.GM /DGM/SM/ AGM (Engg.) delay their reports, ED (Engg) would take
appropriate action. It must, however, be ensured that time limit of 30 days for
appointment of arbitrator is strictly adhered to.

230
AAI Works Manual

47.8 Appointment of Arbitrator without Agreement

47.8.1 In cases, where no agreement exists or where no clause exists in an agreement for
referring the matter of dispute to the sole arbitrator or a person to be appointed by
the ED (Engg) / Member (Planning), the disputes should not be referred to
arbitration by mutual consent and no agreement should be drawn up for this
purpose without obtaining the prior approval of the Chairman, AAI.

47.8.2 The authority of an appointed arbitrator does not become revocable except with
the order of the court. It shall not be revocable by the death of any party or
parties to the contract.

47.8.3 If the arbitrator to whom the matter is originally referred for arbitration withdraws
himself or vacates his office due to transfer, retirement, death or due to any other
valid reasons, another arbitrator may be appointed to proceed with the case from
the stage at which it was left by his predecessor.
Once a dispute is referred to arbitration and an Arbitrator is appointed in terms of
the arbitration clause, the arbitration can never end in anything other than an
award. Hence all such cases where arbitrator has not specifically resigned would
be treated as pending. In cases, where the arbitrator vacates his office by
resigning or by death, the ED (Engg) would be able to appoint a fresh arbitrator.

47.9 Action Subsequent to Appointment of Arbitrator

47.9.1 When the Arbitrator enters into reference and issues notices to the parties, the
SM/ AGM should take prompt action to prepare the statement of facts or the
counter statement of facts including the counter claims, if any.
47.9.2 SM/ AGM (Engg.) should deal the arbitration with utmost urgency and priority
and arrange its submission of statement of facts/defense with the approval of
concerned DGM/JGM/GM(Engg.) and Department of Law to the arbitrator
within the date and time specified by him. Assistance of Law Department/ Legal
counsel should be taken at every stage.

47.9.3 The specified time limit by the arbitrator should invariably be followed by the
SM/ AGM (Engg.). However, in cases where they foresee some unavoidable
delay in adhering to the time limit they should explain the position to the
Arbitrator and obtain extension of time before the expiry of the stipulated date.

47.10 Engagement of Legal Counsel:

47.10.1 In normal circumstances, details are available with AAI officials,


thus it will be easier to prepare replies and defend the case with in-house
resources. Where some intricacies of law are involved, the opinion of legal
department at CHQ / RHQ may be obtained. Engagement of legal counsel should
be done only if advised by Law Department and not as a matter of routine.
Specific permission for appointing a legal counsel from outside should be
obtained from the authority competent as per D.O.P on case to case basis from
Member (Planning), for CHQ contracts and RED for contracts finalized at RHQ
or stations under his region.

47.10.2 All EDs and REDs should keep above aspects in mind and pay special attention
for early/speedy finalization of arbitration cases.

231
AAI Works Manual

47.10.3 The fee payable to arbitrator shall be payable as per current rates prevailing in
AAI at the time of appointment of arbitrator. Where the fee is in excess of the
scheduled rate payable to legal counsel, the Law Department will obtain the
approval of the Competent Authority.

47.10.4 In the case of Officers at stations where Law Manager / Sr. Law Manager is also
stationed, the SM/ AGM (Engg.) should take their assistance for conducting the
Arbitration.

47.10.5 The adjournments in the arbitration proceedings should always be avoided and
should be taken only in the extreme circumstances when it becomes necessary.

47.10.6 In all cases, where the value of the claim is Rs.10 Lac or more, the SM/ AGM
(Engg.) concerned should defend the case invariably in consultation with the Law
Department and officers from Law Department shall also be approached to attend
the Arbitration proceedings whenever necessary.

47.11 Processing of Award

47.11.1 If anything is found incorrect in the award and requires corrections and / or
clarifications the same may be requested within 30 days from the receipt of the
arbitral award. Claimant/respondent with a notice to other party may request the
arbitral tribunal to correct any computation, clerical errors or any other error
occurring in the award within 30 days from the receipt of the arbitral award. SM/
AGM (Engg.) should immediately give notice to the other party and may request
the arbitral tribunal for such correction. Arbitration award exceeding Rs.50,000/-
in value should be referred to the Department of Law and Department of Finance.
In all such cases a self-contained reference together with a copy of the agreement,
a copy of the statement of facts and counter statement of facts each, a copy of the
award, written briefs submitted by AAI during hearings if any, financial statement
and comments of the AAI on the award, a copy of the views of the counsel or
Law Officer, AAI and copies of the proceedings of Arbitration hearings, should
be forwarded to the Head Quarter for examination of the case within two months.

47.11.2 Wherever required the Departmental Counsel would assist in preparation of the
counter statement of facts on the basis of the notes/ matter to be made available to
him by the Senior Manager/ DGM /Jt.GM/GM [Engg.].

47.11.3 An application for setting aside of the award cannot be made after three months
have elapsed from the date of receiving the arbitral award or if a request had been
made under Section 33 for corrections of errors, from the date on which that
request had been disposed of by the arbitral tribunal. SM/ AGM (Engg.) may,
therefore, take immediate action on the advice of the Law Department and as well
as the ED (Engg), CHQ for taking necessary steps to file application for setting
aside the award.

47.11.4 When the time for making an application to set aside the arbitral award under
Section 34 (Arbitration and Reconciliation Act, 1996as amended by the
Arbitration and Conciliation (Amendment) Act, 2015)/ Jammu and Kashmir
Conciliation & Arbitration Act, 1997(as the case may be) has expired, the award
should be enforced in the same manner as if it is a decree of the court. SM/ AGM,
therefore, should take precautions in challenging the arbitration award on the
232
AAI Works Manual

specific grounds as stipulated in the Arbitration and Reconciliation Act, 1996 as


amended by the Arbitration and Conciliation (Amendment) Act, 2015/ Jammu
and Kashmir Conciliation & Arbitration Act, 1997(as the case may be).

47.12 Payment of Award Money

47.12.1 If the award is accepted by the ED (Engg) / Member (Plg.), in that event, the
payment should be made in accordance with the award. For acceptance of award,
standard format given in Annexure-3 to this section may be adopted, otherwise,
if the arbitration award is challenged, payment can only be made as and when the
award becomes rule of the court. Under the present Arbitration & Reconciliation
Act 1996, if the award has not been challenged by either party on receipt of the
award within three months from the date of the receipt of the arbitral award, the
award will become a decree of the court. Thus, the award amount is payable and
payment can be made accordingly.

Where ED (Engg) considers that the award should not be accepted, the Law
Officer should be consulted for their advice and the case should be decided on the
basis of their advice. If the ED (Engg) considers it inadvisable to act according to
the advice of the Law Officer, the matter should be referred to the Chairman for
decision.
47.12.2 The cases of arbitration awards exceeding Rs.5.00 Lac should be referred to the
RED, ED, and Member Planning as per DOP. In such cases, a summary of the
case, a copy of the agreement for the work, the facts deposed before the
Arbitrator by the parties along with the recommendations of the Member (Plg.) /
ED (Engg) and opinion of the Law Department should be forwarded to them for
full appreciation of the case.

47.13 Challenging Arbitration Award:

47.13.1 All proposals for setting aside the arbitral tribunal, irrespective of the value of
award should be referred to the ED (Engg) for final decision.

47.13.2 The issue of challenging the arbitration award in the court of law should be
considered very carefully. Under Section 34 of ‘Arbitration & Reconciliation Act
1996, as amended by the arbitration and conciliation(amended) act, 2015/ Jammu
and Kashmir Conciliation & Arbitration Act, 1997(as the case may be) there are
very few grounds available to challenge an award –
a. The party making the application furnishes following reasons with proof that:
i. A party was under some incapacity, or
ii. The arbitration agreement is not valid under the law to which the parties are
subjected to or, failing any indication thereon, under the law for the time
being in force, or
iii. The party making the application was not given proper notice of the
appointment of an Arbitrator or of the arbitral proceedings or was otherwise
unable to present his case, or
iv. The arbitral award deals with a dispute not contemplated by or not falling
within the terms of submission to arbitration, or it contains decision on
matters beyond the scope of submission to arbitration. Only the part of

233
AAI Works Manual

arbitral award which contains decisions on matters not submitted to


arbitration may be set aside, or
v. The composition of the arbitral tribunal or arbitral procedure was not in
accordance with the agreement of the parties, unless such agreement was
in conflict with a provision of this part from which the parties cannot
derogate, or failing such agreement, was not in accordance with this part,
or

b. In many cases court finds that:

i. The subject matter of the dispute is not capable of settlement by the


arbitrator under the law for the time being in force, or
ii. The arbitral award is in conflict with the public policy of India

47.13.3 If in the opinion of officers at Airport/RHQ/Concerned Directorate at CHQ, an


award needs to be challenged, the same shall be submitted to concern Member
with complete records and justification. Member will then constitute a ‘Review
Committee’ for its consideration and recommendations. ‘Review Committee’
may consist of the following officials:-

a. ED (Planning) /Communication /Engg/CNS/Commercial /Equipment), CHQ.


b. ED/GM (Fin.), CHQ.
c. GM (Law) or an officer from Law Directorate, CHQ.

For the cases at Regional Level ‘Review Committee’ may consist of the following
officials:-
a. GM Communication /Engg/CNS/Commercial /Equipment) at RHQ.
b. Senior most officer from (Fin.), RHQ.
c. Senior most officer of Legal wing at RHQ.

47.13.4 Procedure for challenging arbitration award is quite long and time
consuming. The time available for challenge of award is only 3 months. Thus, if
award is to be challenged after obtaining approval of Member/Chairman all
preceding activities must be completed within 2 months from the date of award
and submitted to Member for further consideration.

47.14 Issue of Limitation.

47.14.1 While examining the request for arbitration from a contractor or supplier or any
claim in a litigation case, the SM/AGM (Engg.) should examine, whether the
claim of the contractor is time barred in accordance with the provisions of the
limitation Act, 1963 as the case may be. This point should be taken into
consideration in preparing the statement of facts.

47.14.2 The question as to whether any dispute had become time barred will itself be a
dispute, which can only be settled by Arbitration. The stage of reference is not
concerned with the question whether the claim of a party to the arbitration
agreement is barred by the Law of Limitation and that question falls within the
jurisdiction of the arbitrator to whom the dispute is referred. The reference of the
234
AAI Works Manual

disputes, even though seemingly time barred, would be free to agitate the
question of time bar before the arbitrator, who would no doubt consider this point
and give his award. However, it can be clarified in the letter of appointment of
the arbitrator that the reference is without prejudice to the defense that may be
raised by the AAI regarding the tenability of the claim on all necessary and
available grounds including those in limitation.

47.15 Court Cases

47.15.1 When the matter is referred to the court, SM/ AGM (Engg.) should maintain
constant liaison with legal counsel and the Law Manager of the concerned unit.
For avoiding unnecessary litigation cost, preparation of strategy for defending the
case should be taken on priority in consultation with the Department of Law.

47.15.2 Although it is the primary responsibility of the Departmental Counsel/AAI


Counsel at the particular station where the case has jurisdiction to see to the
proper defense of the case, it is equally the responsibility of superior officers of
the department to keep constant watch over the progress of these cases and see
that all such cases, at every stage, are processed properly so that the cases do not
go against the AAI interests by default resulting in financial loss etc. to the
Government.

47.15.3 The DGM /JGM/GM (Engg) should, therefore, see that all such cases are reported
to the ED (Engg), as soon as a suit against AAI is threatened by any aggrieved
party or the Department itself intends to file a suit against a contractor or their
party. The first report from the DGM/Jt.GM/GM (Engg) about such cases should
give a brief description of the case and the steps which are being taken or have
been taken for the proper defense or prosecution of the suit. Therefore,
fortnightly reports on each such case should be sent to the ED (Engg) detailing
the progress of the case and further action taken or to be taken for its defense or
its successful persuasion.

47.15.4 The DGM/Jt.GM/GM (Engg) should observe the following instructions in order
to discharge the responsibility properly that have been placed upon him in the
matter of defense of court cases:-

a. The concern SM/ AGM (Engg) will be primarily responsible for handling
and defending the court cases. He will collect all the relevant records and
compile it for the benefit of the counsel.

b. The DGM//Jt.GM/GM (Engg) should also give adequate and timely


instructions to the SM/ AGM (Engg) to ensure that the case is defended
properly and handled expeditiously.

c. If it is considered necessary to obtain the advice of higher authorities at any


stage, the DGM / AGM (Engg) should refer the matter immediately to the
ED (Engg) concerned for advice either personal or in writing, according to
the needs of the occasion.

d. In order that DGM/Jt.GM/GM (Engg) keeps himself fully conversant with


the progress of each case, he should obtain regular reports from the SM/
AGM (Engg)about the progress of the case from time to time. He will send
235
AAI Works Manual

monthly reports to the ED (Engg). All defense statements to be filed by the


SM/ AGM (Engg) should be approved by the DGM/Jt.GM/GM (Engg)and
the Counsel before the statement is filed.

47.15.5 In all court cases concerning AAI, which the SM/AGM (Engg) have to defend
with the assistance of AAI Advocates / Counsels, the SM/AGM (Engg.)
concerned should intimate their complete postal address and telephone numbers
(both office and residence) to the Advocates / Counsels so that any information /
developments relating to the case is intimated to them straight away without any
need to refer the matter through any higher officer.

47.16 Judgement in Court Cases

47.16.1 The progress of the cases in the court should be watched by the SM/ AGM
(Engg) who is in-charge of the cases as well as by the Office of the ED (Engg)
concerned on the basis of the monthly reports. It should be the responsibility of
the SM/ AGM to send a report to the ED (Engg) direct within 48 hours after the
court has delivered a judgment, which is adverse to the AAI with copies to the
DGM / AGM (Engg) and the Member (Plg.) for information.

47.16.2 It shall also be his responsibility to apply for and furnish with the minimum delay
a copy / certified copy of the judgment and all other relevant papers, his own
comments and the opinion of the counsel conducting the case on the advisability
of filing an appeal / revision petition to enable the AAI to come to a decision
whether an appeal / revision should be filed or not. There should be no delay in
communication between the SM/ AGM (Engg) and the local counsel and personal
contact by telephone etc. should be maintained with him.

47.16.3 On receipt of the relevant papers from the SM/ AGM (Engg), the
DGM/Jt.GM/GM (Engg) should send his own comments to the ED (Engg). The

ED (Engg) should examine the matter on receipt of the SM/AGM’s report and
should consider the advisability of the filing an appeal / revision petition in the
light of the comments of the DGM/Jt.GM/GM. Thereafter, the ED (Engg) should
forward his proposals to the Member and the Department of Law.

47.16.4 The proposal should be made in advance of the last date of filing an appeal and it
should be complete in every respect i.e. copy of the judgment (if such copy has
not been received, a verbatim report of the same) and all other relevant papers
should accompany the proposal.

47.16.5 It is essential that there should be coordination between the different sections of
the AAI and ED (Engg)’s office in such matters i.e. the section concerned should
communicate to the other sections wherever any important decision of general
interest is taken on a contractor’s claim.

47.16.6 In all cases where the departmental officers are required to give instructions to the
AAI pleaders in connection with court cases, they should give complete written
instructions in each case. The SM/ AGM (Engg) and DGM/Jt.GM/GM(Engg)
should also see that there is no avoidable delay in the issue of the instructions to
the AAI pleader. In any case, the instructions must be communicated at least a
day before the date of hearing.
236
AAI Works Manual

47.17 Legal issues on Civil Suits - General

47.17.1 In order to enable the SM/ AGM(Engg) to put up proper defense of the case, it is
necessary that as and when they hand over charge of the office/ transferring
arbitration cases / works, they should bring out all the facts, prepare and place on
record a self-contained note giving all the facts of the case and detailed comments
of the claims.

47.17.2 In order to enable speedy disposal of cases, the SM/ AGM (Engg) should not ask
for adjournment to the extent possible.

47.17.3 The SM/ AGM (Engg) should always maintain a separate file so far as the
disputes that have cropped up in the work during the progress of the work. In
case of his transfer or relinquishing charge due to any other reason, he should
leave a self-contained note on the file, at the time of his handing over charge,
giving full background of all the disputes that have cropped up to the time of his
incumbency, various developments thereon and the order passed with due
reference to the connected files. This should form a necessary and essential
feature of all the handing over notes. Suitable method and procedure should be
devised in the SM/AGM office by which such files are carefully preserved and
become available at a later stage to the SM/AGM, who is required to defend the
case.

47.17.4 The transferred SM/ AGM should make a comprehensive note about the pending
claims of all the contractors for works in progress or completed in their time
except those where counter statement of facts have already been prepared. The
note should indicate the admissibility or otherwise of each claim, the reasons for
turning down the claim and the orders of competent authority. The note along
with attested true copies of important letters mentioned therein should be handed
over to their successor.

47.17.5 It should be made a rule in the SM/ AGM Office that all drawings issued with the
NIT and those subsequently followed for execution of works are properly
preserved and kept along with the contract documents. It should be ensured by
the SM/AGM that suitable and adequate arrangements are made in his office
regarding preservation of all important documents, registers etc. Besides others, a
list of all such records should be prepared and kept handy so that correct position
of each case may be known to the SM/ AGM (Engg), who is required to conduct
the case to enable him to defend the case in proper manner.

47.17.6 The arbitration cases should not be considered as a legacy of old and defunct
offices handed over to subsequent SM/ AGM (Engg). These should, on the other
hand, be given due importance and dealt with on priority basis at all stages, till
these are finally disposed of.

47.17.7 One of the important documents for defense in an arbitration case is the
agreement. It is essential that a copy of the DGM/Jt.GM/GM’s orders conveying
his decision on recovery of compensation and copies of sanctioned extra
substituted and deviated items, details of sanctions to extension of time etc.
should be attached to the original agreement so that these are readily available
during the hearings of the arbitration case. It would be better, if these papers are
237
AAI Works Manual

got signed by the contractor as far as possible so that any claim on these issues
can be refuted before the Arbitrator.

47.17.8 Before a dispute is put to arbitration, the department should know its exact
position with regard to each item of the claims under dispute. It is very necessary
that a very close and thorough study of the relevant documents is made and the
case prepared accordingly.

47.17.9 SM/ AGM (Engg)will send a quarterly statement (ending March, June, September
and December) of pending arbitration cases in the Performa at Annexure 4 to this
section on 7th April, 7th July, 7th October and 7th January every year to the
DGM/AGM(Engg), who should send a similar statement for the concerned ED
(Engg) on 15th April, 15th July, 15th October and 15th January every year. These
reports should be reviewed by the ED (Engg). Periodical meetings with their
DGM/Jt.GM/GM/ SM/ AGM must be held to expedite the finalization of
arbitration cases.

47.17.10 All correspondence between SM/ AGM and his DGM/Jt.GM/GM/ED (Engg)
regarding appointment of arbitrator or on award and subsequent court cases if any
should be through D.O. letter and should be sent through special messengers in
the same station.

47.18 Jurisdiction of Courts

The courts of the place from where the tender acceptance letter has been issued
shall have the jurisdiction to decide any dispute arising out of or in respect of the
contract.
NOTE: As mentioned above the Arbitration and Conciliation Act 1996 has been
amended and is in force w.e.f. 23/10/2015. The amendment made in the
Arbitration and Conciliation (Amendment) Act 2015 has to be taken into
consideration by all concerned while processing the case for appointment of
arbitrator, as any violation will involve legal implication in future.

238
AAI Works Manual

Annexure – 2
[Refer Section 47.3]

APPLICATION FOR APPOINTMENT OF ARBITRATOR


To
The …………….. (Designation as per Arbitration Clause)

Verification by SM/AGM

1. Name of applicant :
2. Whether applicant is individual / Prop. Firm /
Partnership Firm / Ltd. Co. :
3. Full address of the applicant :
4. Name of the work and contract number in which
Arbitration sought :
5. Name of the Division which SM/SM(SG)Engg.
Entered into Contract :

6. Contracted amount in the work :


7. Date of Contract :
8. Date of initiation of work :
9. Stipulated date of completion of work :
10. Actual date of completion of work :
11. Total number of claims made :
12. Total amount claimed :
13. Date of intimation of final bill :
14. Date of payment of final bill :
15. Amount of final bill :
16. Specimen signature of the applicant (only the
person / authority who signed
the contract should sign) :

I / We certify that the information given above is true to the best of our knowledge. I
/ We enclose following documents:-

1. Statement of claims with amount claims.


2.
3.
4.

239
AAI Works Manual

(Signature)
Copy to:-

The SM/AGM Engg


…………………………….
…………………………….

Annexure –3
Acceptance of Arbitration Award

(Refer Section 47.12.1)

To

……………………………

……………………………

Sub:-Award dated ………………… made by Sh. …………………… Arbitrator in regard to


the disputes arising out of agreement no…………… and referred to arbitration in arbitration
case no… ………..

Dear Sir,

With reference to the award mentioned above, I am to say that the Chairman, AAI has
decided to accept the said award provided your accept the same as a final and binding. Please
intimate that you agree to accept payment of the sum awarded in full and final settlement of
all your claims forming the subject matter of the reference to arbitration in the above cases.

Yours faithfully,

SM/ AGM (Engg)


or and on behalf of the Chairman, AAI.

240
AAI Works Manual

Annexure-4

Quarterly Statement of pending Arbitration Cases

[Refer Section 47.17.9]

Name of Project Office Name of Airport [Region]

Quarterly Statement showing position of pending arbitration cases, [number only] for the
quarter ending ---------------------------------------

PART-1

As at the ends of Added during Cleared during Total Balance


previous quarters the quarter the quarter

[A] Requests
made
appointments
not made

[B]
Appointment
s made,*SF
received but
*CSF not set

[C] Award
received but
payment not
made

PART-II

Details of cases pending with arbitrators for more than 12 months

Case Name of Arbitrator Name of work & Appointed Remarks why


No. contractor on pending

*SF- Statement of Facts


*CSF – Counter Statement of Facts

241
AAI Works Manual

SECTION – 48 Evaluation of Performance of Contractor / Firms

Evaluation of performance of contractors/firms shall be carried out at RHQ/CHQ


in a prescribed format as per Appendix –95 annually in following manner:

48.1 Writing Annual Performance report for the contractor.

48.1.1 Works up to Rs. 15.00 Cr. – The reports shall be maintained at Regional
Headquarter (RHQ). However, Corporate Headquarter (CHQ) shall be kept
informed in this regard.

48.1.2 Works above Rs. 15.00 Cr– The reports shall be maintained at Corporate
Headquarter (CHQ).

48.2 Evaluation of performance of contractor during currency of contract and on


completion of work.

The performance of the contractor shall be monitored during currency of the


contract as well as after completion of the work. The format for evaluation of
performance of contractor is provided at Appendix-95 (Annexure A) and for
Composite works (Annexure B).

48.3 Action against contractor for unsatisfactory performance for works where
tender has been accepted by ED and officers senior to him.

The case of debarring of contactor for the poor performance for works costing
more than Rs.15Cr shall be dealt at CHQ level while for works cost below Rs.
15Cr shall be dealt at Regional level If the performance of the contractor or
technical / financial capability is found unsatisfactory at any stage, following
action shall be initiated by concerned ED (Engg) against the contractor for the
works where tenders have been accepted by ED and above.

a. The matter will be brought to the notice of Member (Planning) and Chairman.

b. A Committee shall be constituted with the approval of Member (Plg.) to


scrutinize the adverse remarks with a view to initiate a case for debarring the
concerned contractor from participating in AAI tendering. The committee
shall be consisting of following Members.

i) Senior most ED (Engg) in concerned Deptt.


ii) ED (PMQA)/GM(PA&QA)
iii) GM (Engg.) as nominated, who will act as a Nodal Officer, approved by
concerned Member while processing the case by the respective Directorate.

242
AAI Works Manual

c. If committee recommends that further action is required to debar the Agency,


then a show cause notice shall be issued to the concerned Agency with the
concurrence of Member (Plg.), , bringing out his short- comings and defaults.

d. Tenders are to be issued to a contract agency on meeting the eligibility criteria


till final decision ( on his reply to Show Cause Notice) is taken by the
competent authority, if it, otherwise fulfils the eligibility criteria.

e. Project In-charge shall complete the contractor’s performance evaluation as


per the prescribed format for the work executed by the agency within one
month after completion of work and shall submit the same to CHQ/RHQ. The
evaluation then may be further scrutinized at CHQ/RHQ level and processed
expeditiously for decision. The whole exercise of evaluation of performance
to be completed for the respective year within three months after the
completion of work to avoid delay.

48.3.1 Reply / response when received from the contractor, shall be carefully scrutinized
with respect to the factual position by the committee (mentioned above) and
following action(s) shall be taken.

a. In case it is found that contractor is not fully responsible for delay/ default, ED
may process the case recommending his non participation in AAI tendering in
future for a limited period and put up to Chairman through Member (Planning)
for orders.
b. In case, it is established that the contactor is fully responsible for unsatisfactory
performance, case shall be processed for blacklisting for approval of the
Chairman on recommendation of the WAB.

48.3.3 On decision, to blacklist/debar a Contract agency, the concerned


Department/Organization (Viz CPWD, MES, Railways etc. Where agency is
registered), shall also be intimated.

48.4 Debarment of contractor at Regional level (Airport Directors


(KOLKATTA/CHENNAI) and Regional Executive Directors.

The case of black listing/debarring of contractor shall be dealt at Regional level


for works costing up to Rs.15 Cr. The case for debarment of contractor at
Regional level shall be dealt respective Airport Director
(KOLKATTA/CHENNAI ) and Regional Executive Directors at Regional level.
If the performance of the contractor or technical / financial capability is found
unsatisfactory at any stage, following action may be initiated by concerned GM
(Engg) against the contractor.

a. The matter will be brought to the notice of RED/APD and Member (Planning).

243
AAI Works Manual

48.4.2 A Committee shall be constituted by RED/APD to scrutinize the adverse remarks


with a view to initiate a case for debarring the concerned contractor from
participating in future works of AAI tendering. The committee shall be consisting
of following Members.

I. Concerned GM (Engg)*
II. Senior most GM in the region
III.GM (Finance)
* GM concerned shall act as Nodal officer to the committee.
48.4.1 If committee recommends that further action is required to debar the contractor,
then with the concurrence of RED/APD a show cause notice shall be issued to the
concerned contractor, bringing out his short- comings and defaults.
48.4.2 Tenders are to be issued to a contract agency on meeting the eligibility criteria till
final decision ( on his reply to Show Cause Notice) is taken by the competent
authority, if it, otherwise fulfils the eligibility criteria.
48.4.3 Project In-charge shall complete the contractor’s performance evaluation as per
the prescribed format for the work executed by the agency within one month after
completion of work and shall submit the same to CHQ/RHQ. The evaluation
then may be further scrutinized at CHQ/RHQ level and processed expeditiously
for decision. The whole exercise of evaluation of performance to be completed
for the respective year within three months after the completion of work to avoid
delay.
48.4.4 Reply / response when received from the contractor, shall be carefully scrutinized
with respect to the factual position by the committee and following action shall be
taken.
a. In case it is found that contractor is not fully responsible for delay/ default,
concerned GM may process the case recommending his non participation in
AAI tendering in future for a limited period and put up to Member (Planning)
through RED/APD for orders.
b. In case, it is established that the contactor is fully responsible for
unsatisfactory performance, case shall be processed for blacklisting for
approval by RED/APD on recommendation of Regional WAB.
48.4.7 On decision, to blacklisting/debar a Contract agency, the concerned
Department/Organization (Viz CPWD, MES, Railways etc. Where agency is
registered), shall also be intimated.

(Amended as per TC No. 10/2018 dtd. 13.02.2019)


All the Site Engineers to evaluate the performance of Contractors / Firms
effectively by RHQ or CHQ meticulously. A copy of Restraint / Debarred /
Blacklisting shall be forwarded to PMQA Directorate, who will ensure updating
and publishing of list of agencies restraint / debarred / blacklisted on the AAI
website.

244
AAI Works Manual

CHAPTER VII
PROCUREMENT OF STORES AND ITS ACCOUNTING

SECTION-49: Acquisition of Stores

49.1 Classification of Stores

The Stores of the AAI are divided into the following classes.

(i) Stock of general stores


(ii) Tools and Plant

49.1.1 Tools and Plant of an office are further divided into following kinds :

a. General or ordinary tools and plant i.e. those required for the general use by
field units.

b. Special tools and plant required to be used at siteto facilitate execution and
supervision of work at much faster pace.

49.1.2 The cost of the supply, repairs and carriage of articles of class (a) above is
charged to the Minor Head “Tools and Plant” against sanctioned estimates in the
same way as expenditure on works, though for the purposes of sanction, it is
treated as expenditure on Tools and Plant.

49.2 Reserved Stock/Stores

49.2.1 Ordinarily, the materials should be purchased only for the works in progress and
no reserve stock should be kept except with the specific sanction and upto a
monetary limit to be prescribed by the competent authority. Due consideration of
the anticipated requirements of the stores according to the nature and quantum of
work to be executed in each unit of site office during a year should be taken and
estimate prepared on the basis of these figures.The practice of maintaining
surplus stock may be discuraged as the purpose of economy gets defeted due to
large quantities of dead stock.

49.2.2 In order to facilitate control over the purchase of stores for works in the field unit,
particularly Maintenance office, all estimates for a year should be prepared and
sanctioned well in advance of commencement of financial year. A statement of
materials required for the work under each AGM working unit must be prepared
with each estimate and must be sent to the office of AGM. The requirement of
material must be prepared in pre-decided group in order to facilitate consolidation
of yearly requirement. The requirements of materials for all works under AGM
working units and the SM units should be consolidates for procurement.

49.2.3 Fabrication or purchase of materials involving an outlay in all cases, be covered


by an estimate showing proposed outlay and the materials to be received. The
purchase of store shall be done strictly as per DOP.

245
AAI Works Manual

49.2.4 If the materials are required for duly sanctioned work or for reserve stock within
the sanctioned limit for the SM/AGM’s office, the estimate will merely require
the approval of the DGM/JGM (Engg) before actual purchase as per DOP. In
other cases it would require administrative approval, expenditure sanction and
technical sanction of the competent authority considering it as, an original work.

49.2.5 The delegated officers, as per delegation of powers are authorised to sanction for
procurement of construction material for keeping in reserve stock. Here onwards
this power must be exercised in exceptional cases only with written justification.

49.2.6 When a reserve stock limit has been sanctioned, the SM/ AGM (Engg) is
authorised, subject to the approval of proper estimate thereof to purchase or
manufacture stock within the sanctioned limit. It should be ensured that the
materials are purchased strictly in accordance with the requirements of the work
and utilised to the best advantage of AAI. The purchase or indenting the material
in excess of the requirements should be avoided.

49.2.7 All materials received should be examined, counted or measured when delivery is
taken. The record of the detail of count, weight or measurement should be kept in
the Goods Receipt Sheets (GRS) and the total quantity item wise must be
simultaneously entered in the Bin Card where maintained.

49.2.8 In case certain materials are rendered surplus due to deviations, alterations,
substitutions or reductions in the quantity of items during the course of execution
of work or where some materials become surplus on completion of work, because
it was purchased as a precautionary measure for avoiding any possible delay in
procurement, or where some provisions have to be made for any other
contingencies arising during execution of work or where the outlay has been
prohibited for any considerable length of time, the SM/ AGM should take
immediate action to transfer such material where it can be used within a
reasonable time. If the material cannot be used within his unit, a list of material
along with quantities must be circulated to other units so that same can be
utilised. Where the materials, rendered surplus cannot be utilised in any of the
manners indicated above the SM/ AGM take necessary steps to dispose of the
materials by sale.

49.3 Tools and Plant

49.3.1 Ordinary tools and plant required for the general use of the offices can be
purchased or manufactured against sanctioned estimates with the exception of
purchases or manufactures not exceeding Rs.1, 00,000/- for which preparation of
the estimates are not required. The powers of officers to sanction estimates for
purchase, manufacture and repairs of Tools and Plant are subject to the
instructions hereunder, the same as their power to sanction estimates technically.
Before sanctioning the estimate for Tools and Plant it should be ensured that
necessary budget allotment exists under the minor head “Tools and Plant”.

49.3.2 In case of tools and plant, the items should be brought, accounted on relevant
form with complete details. For items of Plant and Machinery, detailed History

246
AAI Works Manual

sheets in prescribed form should be created. All events of repair must be recorded
in history sheet as and when such event takes place.

49.4 Special Tools and Plants.

49.4.1 Cost of special tools and plant needed for specific work would be included in the
estimate for the work concerned.

49.5 Purchase of Diesel & Petrol:

Coupon books (Duly numbered) will be obtained from the authorised Petrol
Pump Dealer and kept in safe custody. Whenever Petrol/Diesel etc. is required to
be drawn, SA/Sr. Superintendent/Jr. Executive/AME /ME/SM/AGM who has
been authorised to fill the coupon will fill the same in triplicate. Two copies of
the coupon will be given to Petrol Pump Dealer who after issuing the material
will return one copy to the paying authority along with the bill.
The bulk purchasing of HSD directly from the oil company/companies may also
be done, where consumption of HSD remains high as per DOP.

49.6 Maintenance of Store:

49.6.1 All stores of sundry nature, particularly sanitary fittings, electrical fittings, and
spares etc. should be allotted in alphabetical and numerical number according to
the standards and sizes available and the same should be indicated accordingly in
the registers and on racks where these are kept. Similarly stocks of pipes and
steel of different kinds and sizes should also be allotted a distinguishing
alphabetical and numerical number to facilitate maintenance of accounts and
issue of store.

49.6.2 System of allocating Bin Card number must be introduced for easy identification
and checking balances of a big store having inventory of large number of items.

247
AAI Works Manual

SECTION 50: Safe Custody of Stores

50.1 The SM/ AGM (Engg) are responsible to ensure that proper arrangement is made
throughout the office for the safe custody of stores and for their protection from
deterioration and fire.

50.2 The SA/SS/Jr. Executive will be entirely responsible for the issue of the stores.
At the end of each day the locks of the stores should be properly sealed by store
keeper in presence of Chowkidar. The store keeper should see the locks when he
closes the godown at the end of the day carefully and examine the seal before
opening the godown next time to see that the seal has not been tampered with. If
he finds that the seal has been tampered with in his absence, he should at once
bring this fact to the notice of the higher authorities for reporting the matter to the
police. SA/ SS /Junior Executive will discharge such functions in the absence of
Storekeeper.

50.3 The stores will be under the strict supervision and vigilance of SA/SS/Jr.
Executive who will be specifically responsible for the safe custody of stores.

50.4 On the occurrence of any loss, a short enquiry must held and action against the
person responsible for upkeep of stores should be initiated promptly so as to
avoid delay in obtaining evidence against persons responsible for the loss.

50.5 In the case of large stores the duty hours of Chowkidars must be 8 hours only and
round the clock duties must be assigned, irrespective of the fact whether such
stores cater to the requirements of a number of Senior Manager’s offices or of a
single Senior Manager office.

248
AAI Works Manual

SECTION-51: Accounting and Issue of Materials to Contractors/Others

51.1 Issue of Material to Contractor:

The practice of purchasing construction material and maintaining central store has
been abolished. Small stores are being maintained by local units of AAI.
Therefore issue of material to contractors under agreement may be resorted in
only selected cases. Issue of materials to works, whether from stock or by
purchase, or by transfer or through manufacture, are divided into two classes:

51.1.1 Direct issue to contractors:

In this case material is issued to the contractor to whom work has been awarded
for executions along with labour and material.

51.1.2 Direct issue to works:

In this case material is issued when work is done departmentally or by contractors


whose agreements are for providing labour only.

51.1.3 The issue of materials to contractors, who have contracted for completed items of
work, is generally permissible only in the following circumstances:

a. When it is necessary to retain supply of imported materials in the hands of


AAI to assure genuineness of material.
b. When in the interest of work or with the object of utilizing existing stocks of
materials, it is desirable to retain in the hands of AAI the supply of certain
other material as well, and a condition to this effect has been inserted in the
contract.

51.1.4 In both cases the contract should specify (1) the material to be supplied by AAI
for use on the work, (2) the place or places of delivery and (3) the rates to be
charged to the contractor for each description of material and the contractor
should be held responsible for obtaining from AAI all such materials required for
the work and for making payment thereof, by deduction from his bills, at the rates
specified, regardless of fluctuation in the market rates or in the stock rates of the
local competent AAI office. Conditions for supply of departmental materials
should be so explicit that no doubt or ambiguity is left which may encourage the
contractor to derive undue financial benefit subsequently. The tender documents
should include the specific items of work for which materials are intended to be
issued by the department with detailed description of materials.

51.1.5 In the MAS Accounts and in the unstamped receipts obtained from the
contractors for the materials issued to them (especially in the case of electrical
materials and fittings) and even when these are issued free of cost, as stipulated in
the agreement, make of materials/fittings and full technical details of the
accessories should be clearly indicated to ensure that the same materials/fittings
as issued by the AAI are kept in safe custody by the contractor at all times and
used on the works for which these are issued.

249
AAI Works Manual

51.1.6 It is not permissible for the contractor to obtain the materials otherwise where the
contract stipulates the issue of materials by the department unless in a case of
emergency the supply has been entrusted by the Engineer-in-Charge for recorded
reasons to the contractor himself at suitable rates.

Note: The rates to be charged to the contractors for materials to be supplied should be
definitely specified (vague provisions e.g. at stock rates being avoided) and if
intending contractors had been told that the materials would be supplied at certain
rates and asked to tender on that assumption, then that rate should be adhered to
in the contract.

51.1.7 No cartage or incidental charges are borne by AAI for moving the materials
beyond the place where the contractor has agreed to take delivery thereof.

51.2 Inter department issue of material:

The value of material must be charged to each sanctioned estimate. The proper
accounting for consumption of material against each sanctioned work has to be
maintained even if material is available in the store.

51.2.1 A register must be kept to keep an account of materials issued for each work. The
total quantities issued must be compared, with the quantities specified in the
agreement. This account should be maintained by the AME/ME in the prescribed
format as given below to avoid excessive issue of materials to the contractors and
to keep a watch over the issues of material. In this register a record of the
materials drawn for use on work done departmentally may also be kept if
considered necessary by the AME/ME. The AME/ME will arrange to get the
signature of SM/ AGM on the register as well as on the indent at the earliest. The
SM/ AGM should arrange to get the indent examined to see that the issues are
generally correct. For detailed check of the quantities issued, it is the
responsibility of the AME/ME to ensure that the materials are not issued in
excess of the quantities actually required.

51.3 Register of Materials at Site Accounts (MAS Account)

1. Name of office of Manager/AM

2. Name of Work

3. Description of Material_

4. Requirement (quantity)

5. Issue Rate

250
AAI Works Manual

Sl. Date of Received From / Receipt/Issued Balance Remarks


No Receipt/ Issue Issued To

51.4 T&P Register:

Special care shall be taken for keeping record pertaining to T & P items for which
a separate T & P register must be maintained. All T & P items have specified life
during which they cannot be consumed like MAS items. A history book should
be maintained for all T & P items in which details of repairs carried out during its
life period must be recorded.

51.5 Instructions regarding storage of cement in stores:

It will be the duty of the SM/AGM (Engg.) to see that these instructions are
strictly followed by all the AM/M (Engg.) working under them by actual
inspection. The cement bags should be stacked on proper floors consisting of two
layers of dry bricks laid on well consolidated earth at a level at least 30 cm. above
the ground level. These stacks should be in rows of two deep and 10 high with a
minimum of 60 cm. clear space all round. The bags should be placed horizontally
and contiguous in each line as per condition for the issue of material of contract.

51.6 Issue of next half day’s cement requirements

Because of the double locking system of the cement stores, it is necessary that the
SM/ AGM (Engg.) should ensure that the Department’s representative should
reach the store site in time every morning to enable the cement to be taken out of
the stores for starting the work. They may also, if necessary, permit the issue in
the evening some extra cement adequate to start the works next day to the
contractors of all classes. They should ensure that the extra cement issued is not
more than half day’s requirement for a particular work. Such issues should also
be shown in the cement register.

251
AAI Works Manual

SECTION – 52: Losses on Stores and their Write Off

52.1 All losses of store should be immediately reported to the next higher authority as
well as to the accounts department, even when such loss has been made good by
the party responsible for it. Petty losses need not be reported to accounts
department unless there are some important features which need detailed
investigations and considerations. The losses on stock should be immediately
investigated and steps taken to obtain the sanction of the competent authority as
per DOP for their write off, if necessary.

52.2 In case of serious losses, Engineer-in-charge should hold a departmental enquiry


and record the evidence and his findings thereon, including finding as regards the
responsibility and culpability of the persons concerned.

52.3 Police must be informed about losses and FIR may be obtained from them.

252
AAI Works Manual

SECTION – 53: Procurement of Material through Micro and Small Enterprises


53.1 Introduction
AAI is responsible for operation and maintenance of various services for large
numbers of airports across the country. The management of such large number of
airports needs procurement of material, spare parts, equipments and various
components.
There are large numbers of Micro, and Small Enterprises involved in
manufacturing of such items. These MSE’s are generally short of financial
resources due to which growth of these organizations has not been to the desired
level. The growth of these MSE will also help in overall economic growth of the
country. Therefore, Government of India has decided to encourage MSE in terms
of relaxation for submission of tender fee and EMD and security deposit
(Amended on 23.03.18) under Public Procurement Policy. Government has also
provided limited amount of preferential purchase from Micro and Small
Enterprises under this policy. This Public Procurement Policy has been made
mandatory for procurements by ministries, sub-ordinate offices of Government of
India and all PSUs of the government. Thus, this policy is mandatory for Airport
Authority of India.
Note: 1. MSE are being registered for specific activities. Thus price / order
preference as per Public purchase policy shall be available only for
goods/ services produced and provided by MSEs and for which they
have been registered by GOI.
2. MSEs seeking exemption and benefits should enclose an attested/ self-
certified copy of valid Registration Certificate, giving details of such
validity, stores/ services etc. failing which they run the risk of their bid
being passed over as ineligible for the benefits applicable to MSEs.
Concessions to Indian Micro & Small Enterprises (MSEs) units registered
with DIC / NSIC / KVIC / KVIB / Dte. of Handicraft and Handloom etc., to
be given as per the provisions of Public Procurement Policy for MSEs order
2012 with up to date amendments, shall be applicable for tenders of supply /
services and shall not be extended to construction work.
(Amendment TI 38 para X dtd. 03.03.2020)
53.2 Items to be procured from Micro and Small Enterprises:
Government of India has directed all Central Government Departments and
Central PSUsthat358 items must necessarily to be procured from Micro and
Small Enterprises. This is a mandatory requirement which has been adopted in
AAI. These items have been categorized in following manner for effective
implementation.

53.2.1 Civil items (Refer Appendix 96) - 47nos

53.2.2 Stationary items (Refer Appendix 97) - 12nos


53.2.3 Vehicles/Machinery items (Refer Appendix 98) - 21nos
53.2.4 Material management/ (Refer Appendix 99) - 36nos
Administration section
53.2.5 Electrical items (Refer Appendix 100) - 37nos

53.2.6 Miscellaneous items (Refer Appendix 101) - 205nos

253
AAI Works Manual

53.3 Implementation of Policy of Procurement through MSE

53.3.1 At the beginning of every year, annual target will be set in AAI at CHQ as well as
RED level for procuring minimum 20% of the total value of annual purchases of
material and obtaining services from MSE sector with the objective of achieving
overall services/material produced from MSE to this extent in each financial year.

53.3.2 Out of 20% target of annual procurement from MSEs, a sub-target of 4% (i.e.,
20% out of 20%) will be earmarked for procurement from MSEs owned by
SC/ST entrepreneurs. However, in the event of failure of such MSEs to
participate in the tender process or meet the tender requirements and the L-1
price, the 4% sub-target for procurement earmarked for MSEs owned by SC/ST
entrepreneurs will be met from other MSE’s.

53.3.3 From the financial year 2015-16, the overall procurement goal of minimum 20%
shall be mandatory. In case RED fails to achieve 20% target, he shall have to
report the reasons of failure to the CHQ. In case AAI failed to achieve overall
target, department shall report to Review Committee appointed by Ministry of
MSE along with detailed reasons for such short falls.

53.3.4 AAI shall appoint a senior nodal officer not below the rank of Executive Director
for implementation of the policy and for redressing grievances.

53.3.5 AAI website shall contain the followings information for MSEs:

a. A specific reference/ link for advertising (NIQ) for such procurements.


b. Grievance Redressal mechanism for addressing any complaint received in
this regard.

53.4 Purchase Preference to MSEs and ‘MSEs Owned By SC/ST Owners:’

AAI has decided to give following preferences in procurement of material and


services from MSE’s.

53.4.1 MSEs registered with MSE authority as above, quoting prices within 15% of
lowest eligible price bid of other bidder shall be eligible for purchase preference
for 20% of the quantity (subject to order quantity being adequate for this purpose)
provided the MSE matches the rates quoted by L-1.

53.4.2 If it happens that two or more MSEs are within the range of L-1 + 15%, all such
MSEs shall be given an opportunity to accept the L-1 price and to share 20% of
the total order value equally.

53.4.3 In case MSEs is owned by SC/ST owners, then the enterprise will get a share of
4% of the above, 20% exclusively in addition to sharing of equal portion of
balance 16% with other non-SC/ST MSE’s.

53.4.4 If more than one MSEs owned by SC/ST owners have quoted for tender, such
MSE’s will share 16% of the total ordered value equally with other non-SC/ST

254
AAI Works Manual

owned MSE’s in addition to equally sharing 4% exclusively reserved for SC/ST


owned enterprises.
53.4.5 In case of tender item is non-splitable or non-dividable, etc. MSE quoting price
within price band L1 + 15% may be awarded for full/ complete supply of total
tendered value to MSE, considering sprit of policy for enhancing the Govt.
procurement from MSE

53.5 Reflecting achievement in Annual Report:

AAI will report the goals set with respect to procurement to be met from MSE’s
and the achievement made thereto in their respective Annual Reports.

53.6 Development of MSE’s:

53.6.1 For enhancing the participation of Micro and Small Enterprises including those
owned by SCs/STs in the Government procurement, the AAI will take necessary
steps including organizing special Vendor Development Programme, Buyer-
Seller Meets etc.

53.6.2 To reduce transaction cost of doing business, Micro and Small Enterprises shall
be facilitated by providing them tender sets free of cost, exempting Micro and
Small Enterprises from payment of earnest money, adopting e-procurement to
bring in transparency in tendering process and also set up a Grievance Cell in the
AAI. To avail the benefit of exemption for tender cost and EMD the agency
should provide valid registration document in Envelope-I of e-tendering process.

53.6.3 For qualifying entitlement as SC/ST owned MSE, the SC/ST certificate issued by
the District Authority must be submitted along with the offer.

Note: The benefit of Micro and Small Enterprises (MSEs) as referred above shall
not be extended to construction work as it cannot be treated as service
rendered or supply of goods.

255
AAI Works Manual

SECTION-54: Purchase Preferences

54.1 Govt. of India’s Guidelines related to purchase preference to be given to Central


PSEs, MSE, NSIC &Firm owned by graduate engineers etc. are being issued
from time to time. All such preferences must be implemented as per existing
Govt. orders accordingly and a mention of same must be made in the tender
documents.

256
AAI Works Manual

CHAPTER VIII
TRANSPARENCY AND QUALITY IN EXECUTION OF CONTRACT

SECTION – 55: Integrity Pact and Independent External Monitor

55.1 Introduction

In order to bring transparency in AAI and to ensure the strict adherence of these
objectives, Authority is implementing the Integrity Pact Program in co-operation
with Transparency International India, an Indian Chapter of renowned
International Non-Governmental Organization. Transparency International
headquarter in Berlin (Germany), which has developed Integrity Pact ensures that
all activities and transactions between a company or government department and
their suppliers are handled in a fair, transparent and corruption free manner. Thus
AAI has agreed to abide by such pact and develop system which is transparent
and corruption free. It has been decided to call supply/work tenders with integrity
pact being a part and parcel of the same.

55.2 Threshold value for adoptingIntegrity Pact:

Threshold value of the Contract for works /Procurement shall be as under.

1 Civil /Electrical/Composite Works Rs.5.00 Cr. & above.

2 CNS/Electronics/Tech/IT Works Rs.2.50 Cr.& above.

3 Land / commercial contracts. Rs.2.5.0 Cr. & above


(Annual rental value)

4 Procurement of Stores such as uniform, Rs.1.00 Cr. & above.


housekeeping items, stationary etc.

5 Projects on B.O.O basis(as per DOP) Rs 1.00 Cr. & above

Note: Above threshold values are currently applicable as per guidelines issued by
AAI. These threshold values may be modified by AAI from time to time.

55.2.1 The integrity pact with revised threshold values, as given above, is also applicable
on all contracts executed between AAI and contractor based on proprietary
procurement/execution in which no tendering action is involved.

55.3 The format of revised Integrity Pact (IP):

The format of revised Integrity Pact (IP) has been approved by Ministry of Civil
Aviation along with above threshold values of the contract / procurement vide
office order No.AV.24033/1/2013‐AAI dated 17th May.2013. Henceforth, format
enclosed at Annexure 5 to this section of Integrity Pact (IP) along with above

257
AAI Works Manual

threshold value of the contract / procurement shall be followed in all contracts of


AAI.

55.4 Commitment and Obligations of AAI

55.4.1 Authority will take all necessary steps to have most ethical and corruption free
business dealings with suppliers for supply of materials and for execution of
works through contracts.

55.4.2 Authority values its relationship with all counter parties and will deal with them
in fair and transparent manner.

55.4.3 Authority will endeavour to ensure that its employees, representatives etc. will
not seek or take undue benefits directly or indirectly for themselves or for third
parties.

55.4.4 In competitive tender for award of work as well as in general procurement,


Authority will deal counter parties with equity.

55.4.5 Authority will honour its commitments and make due payments to counter parties
in timely manner.

55.4.6 Authority will initiate action and pursue it vigorously whenever corruption or
unethical behaviour comes to its notice.

55.5 Commitments and obligations of the Counter Parties

55.5.1 The counter party directly or indirectly (through agent, consultant, advisor,
associate, employee etc.) will not give illegal / undue benefit to anyone to gain
undue advantage in dealing with the Authority.

55.5.2 The counter party will not engage in collusion with the other counterparts in
cartelization, price fixing, etc.

55.5.3 The counter party will not pass to any third party Authority’s confidential
information of works being executed by them.

55.5.4 The counter party will promote and observe best ethical practices within its
organization.

55.5.5 The counter party will inform the External Independent Monitor:

a. If he receives demand for illegal/undue payment/benefit.


b. If he comes to know of any unethical or illegal payment/ benefit.
c. If he makes any illegal payment to any authority’s or his associate (s).

258
AAI Works Manual

55.5.6 The counter party will not make any frivolous/false allegations with malafide
intention against the Authority, its employees or other Bidder(s)/ Contractor (s)
etc.

55.5.7 That the counter party will not instigate any person to commit offences mentioned
above or be an accessory to such offences.

55.6 Violations and Consequences

55.6.1 If a counter party commits a violation of its commitments and obligations under
the Integrity Pact Program during bidding process, he shall be liable for
disqualification from tender process and forfeiture of his Earnest Money Deposit/
Bid Security.

55.6.2 In case of violation of the Integrity Pact after award of the contract, Authority is
entitled to terminate the contract and shall be entitled to demand and recover from
the contractor damages equivalent to 5% of the contract value or the amount
equivalent to Security Deposit or Performance Bank Guarantee, whichever is
higher.

55.6.3 Authority may initiate appropriate proceedings against the violating counter
party.

55.6.4 The counter party will be liable to pay damages as determined by the Authority.

55.6.5 If the counter party, against whom an action for violation of its commitments and
obligations has been taken earlier, again commits a violation of Section 55.5
above, the Authority is entitled to debar such Counter Party for future tender/
contract processes for a period as deemed fit.

55.6.6 A violation is considered to have occurred if the Authority is fully satisfied with
the available documents and evidence submitted along-with External Independent
Monitor’s recommendations / suggestions that no reasonable doubt exist in the
matter.

55.7 Independent External Monitor.

55.7.1 Chairman Airports Authority of India (AAI) is the authority to appoint External
Independent Monitor (s) to oversee effective implementation of Integrity Pact.
For this purpose, a panel of Monitors may be constituted by the Authority in
concurrence with Central Vigilance Commissioner (CVC). It will be voluntary,
non-salaried position having a term of 1 (one) year, renewable on satisfactory
performance with mutual consent for a maximum period of 5 (Five) years. The
Independent External Monitor will have status / benefits similar to those of Board
Members of AAI.

55.7.2 The Monitor (s) shall be opted from people of impeccable integrity, fully
conversant with Authority’s business and having experience in commercial
activities.

259
AAI Works Manual

55.7.3 The major goal of the Monitor will be to oversee the implementation of Integrity
Pact to prevent corruption, bribes and any other unethical practices. He will also
enquire into any complaint alleging transgression of any provision of Pact made
by the Bidder or Contractor or Authority.

55.7.4 The Monitors shall not have administrative or enforcement responsibilities. He


may coordinate his efforts with other anti-corruption institutions such as CVC. He
may engage services of outside agencies such as accounting firms, law firms etc
at Authority’s expense, if required, to facilitate him in discharging his
responsibilities.

55.7.5 The Monitor (s) will have access to concerned officers and relevant internal
records of the Authority. He will also have access to counter party’s records and
information regarding its dealings with the Authority.

55.7.6 The Monitor (s) will have the right to attend any meetings between the Authority
and the counter parties.

55.7.7 If the Monitor observes or suspects an irregularity, he will inform the Chairman
AAI for appropriate action, with copy to CVC and Transparency International of
India (TII) for information.

55.7.8 The Monitor can be removed from his office by AAI only by an open and
transparent process and such decision will have to be ratified by the Board of
AAI.

55.8 Implementation Guidelines

To implement the Integrity Pact program the following general guidelines will be
followed:

55.8.1 Authority will appoint Independent External Monitors (IEMs) in concurrence


with CVC after expiry of tenure of existing EIM.

55.8.2 Authority will ensure commitment of all its senior level executives / officials to
implement the program.

55.8.3 Authority has developed detailed implementation plan and finalise the Integrity
Pact document in consultation with Central Vigilance Commissioner (CVC) and
Transparency International India (TII) which shall be implemented strictly.

55.8.4 Authority has notified all its executives, Board of Directors, Ministry of Civil
Aviation, Central Vigilance Commissioner (CVC) and major Bidders /
Contractors/ Vendors plan to implement the Integrity Pact Program, and it has
been uploaded on its website http://www.aai.aero. The same is available for
reference by all concerned.

55.8.5 NIT approving authority shall ensure Integrity Pact document has been made
integral part of all tender documents of designated value being used by the
concerned departments. A copy of the Integrity Pact duly signed on each page by

260
AAI Works Manual

the officer authorized to sign the tender documents shall be enclosed along with
the tender documents as an enclosure.

55.8.6 Tender document shall make it mandatory that authorized person to sign the bid
for submission on behalf of bidder/subcontractor/ associate shall sign on each
page of Integrity Pact.

55.8.7 Integrity Pact shall be submitted on plain paper in Envelope-II as mandatory pre-
qualification criteria for participation in tender of designated value.

55.8.8 One Clause pertaining to ‘Implementation of Integrity Pact’ including


appointment of External Independent Monitor (EIM) in respect of the specific
procurement has been incorporate in GCC at Clause 41(b).

(As per Dte. of PMQA Circular no. AAI/PMQA/IP/2019/85-106 dtd.


05.09.2019)
A clause should be included in the IP that a person signing IP shall not approach
the Courts while representing the matters to IEMs and he/she will await their
decision in the matter.

Addresses of both EIMs (External Independent Monitors) for correspondence


shall be mentioned as in the NIT. (IEMs appointment letters dtd. 26.07.2019 &
03.09.2019 issued by Dte. of PMQA)
1) Sh. J.K Khanna 2) Sh. Ramabharan Ramanujam
Mr. M.P. Juneja Sh. Anup K Pujari
C/o Chairman, Airports Authority of India,
Rajiv Gandhi Bhawan,
Safdarjung Airport, New Delhi
Personal address and contact details of EIM shall not be provided in NIT.

55.9 Periodic Review & Evaluation


The Authority will periodically review the effectiveness of Integrity Pact Program
by all or some of the following:
55.9.1 The senior management of the Authority and IEMs shall make an annual self-
assessment report on effectiveness of Integrity Pact Program and identify
areas/ways for further improvement, if any. Such report shall be submitted to the
Chairman of AAI.
55.9.2 The Monitor(s) shall submit an annual report on the progress/effectiveness of
Integrity Pact Program and ways to improve to the Chairman, AAI.
55.9.3 Authority may conduct an annual 360 degree review (by an outside agency) with
Senior Executives, Junior Executives, suppliers and competitors for assessing
effectiveness of Integrity Pact Program in reducing corruption.

55.9.4 Authority may meet with CVC and Transparency International of India (TII) on
an annual basis to review the effectiveness of program.
55.9.5 The consequence of Integrity Pact may be perused on the website:
http://www.aai.aero.

55.9.6 The format of Integrity pact to be signed between AAI and Other parties has been
provided in the Annexure 5 to the Section.

261
AAI Works Manual

Annexure 5

Pre Contract Integrity Pact


[Refer Para 55.3 & 55.9.6 ]

The integrity pact shall be signed by both the parties in the following format

“This Pact made this ……..day of …… between Airports Authority of India, a body
corporate constituted by the Central Government under the Airports Authority of
India Act,1994 and having its Corporate Office at Rajiv Gandhi Bhawan, New Delhi,
and offices at ………….in India, hereinafter called the Authority (which term shall
unless excluded by or is repugnant to the context, be deemed to include its Chairman,
or Member, Executive Directors, Airport Directors, officers or any of them specified
by the Chairman in this behalf, and shall also include its successors and assigns) of
the one part

AND

……represented by ……… of the other part, hereinafter called the


“Bidder/Contractor “(which term shall unless excluded by or is repugnant to the
context be deemed to include its heirs, representatives, successors and assigns of the
Bidder/ Contractor)
WHEREAS the Authority intends to award, under laid down organizational
procedures, tender/ contract for ………………….The Authority, while discharging its
functions on business principles, values proper compliance with all relevant laws and
regulations, and the principles of natural ,justice, ethics, equity, fairness and
transparency in its relations with the Bidders/ Contractors.

WHEREAS the Authority is desirous to make its business mechanism more


transparent, thus to ensure strict adherence of the aforesaid objectives/goals, the
Authority hereby adopts the instrument developed by the renowned international
non‐governmental organization “Transparency International” (T I ) headquartered in
Berlin ( Germany ). The Authority will appoint an Independent External Monitor
(IEM) who will monitor the tender process and the execution of the contract for
compliance with the principles mentioned above.

AND WHEREAS the Bidder is submitting a tender to the Authority for


……………………. In response to the NIT (Notice Inviting Tender) dated ………
Contractor is signing the contract for execution of ……NOW, therefore, To avoid all
forms of corruption by following a system that is fair, transparent and free from any
influence/prejudiced dealings prior to, during and subsequent to the currency of the
contract to be entered into with a view to Enabling the Authority to obtain the desired
said stores/equipment/execution of works at a competitive price in conformity with
the defined specifications by avoiding the high cost and the distortionary impact of
corruption on public procurement, and Enabling Authority to abstain from bribing or
indulging in any corrupt practice in order to secure the contract by providing
assurance to them that their competitors will also abstain from bribing and other
corrupt practices and the Authority will commit to prevent corruption, in any form, by

262
AAI Works Manual

its officials by following transparent procedures. The parties hereto hereby agree to
enter into this Integrity Pact and agree as follows:

1. Commitments of the Authority;

1.1 The Authority undertakes that no official of the Authority, connected directly or
indirectly with the contract, will demand, take a promise for or accept, directly or
through intermediaries, any bribe, consideration, gift, reward, favour or any
material or immaterial benefit or any other advantage from the BIDDER, either
for themselves or for any person, organization or third party related to the
contract in exchange for an advantage in the bidding process, bid evaluation,
contracting or implementation process related to the contract.

1.2 The Authority will, during the pre‐contact stage, treat all BIDDERs alike, and
will provide to all BIDDERs the same information and will not provide any such
information to any particular BIDDER which could afford an advantage to that
particular BIDDER in comparison to other BIDDERs.

1.3 All the officials of the Authority will report to the appropriate authority office any
attempted or completed breaches of the above commitments as well as any
substantial suspicion of such a breach.

1.4 In case any such preceding misconduct on the part of such official(s) is reported
by the BIDDER to the Authority with full and verifiable facts and the same is
prima facie found to be correct by the Authority, necessary disciplinary
proceedings, or any other action as deemed fit, including criminal proceedings
may be initiated by the Authority and such a person shall be debarred from
further dealings related to the contract process. In such a case while an enquiry is
being conducted by the Authority the proceedings under the contract would not
be stalled.

2. Commitments of Bidders/Contractor.

The Bidder/Contractor commits itself to take all measures necessary to prevent


corrupt practice, unfair means and illegal activities during any stage of its bid or
during any pre‐contract or post‐contract stage in order to secure the contract or in
furtherance to secure it and in particular commit itself to the following.

2.1 The Bidder/Contractor will not offer, directly or through intermediaries, any
bribe, gift, consideration, reward, favour, any material or immaterial benefit or
other advantage, commission, fees, brokerage or inducement to any official of the
Authority, connected directly or indirectly with the bidding process, or to any
person, organization or third party related to the contract in exchange for any
advantage in the bidding, evaluation, contracting and implementation of the
contract.

2.2 The Bidder/Contactor further undertakes that it has not given, offered or promised
to give, directly or indirectly any bribe, gift, consideration, reward, favour, any
material or immaterial benefit or other advantage, commission, fees, brokerage or
inducement to any official of the Authority or otherwise in procuring the Contract

263
AAI Works Manual

or forbearing to do or having done any act in relation to the obtaining or


execution of the contract or any other contract with the Authority for showing or
forbearing to show favour or disfavour to any person in relation to the contract or
any other contract with the Authority.

2.3 The Bidder / Contactor has not entered and will not enter with other bidders into
any undisclosed agreement or understanding, whether formal or informal. This
applies in particular to prices, specification, certifications, subsidiary contracts,
submission or non‐submission of bids or any actions to restrict competitiveness or
to introduce cartelization in the bidding process.

2.4 The Bidder/Contractor shall, when presenting his bid, disclose the name and
address of agents and representatives and Indian BIDDERs shall disclose their
foreign principals or associates.

2.5 The Bidder/Contactor shall when presenting his bid disclose any and all the
payments he has made or, is committed to or intends to make to agents/brokers or
any other intermediary, in connection with this bid/contract.

2.6 The Bidder/Contractor further confirms and declares to the Authority that the
BIDDER is the original manufacturer/integrator/ authorized government
sponsored export entity of the stores and has not engaged any individual or firm
or company whether Indian or foreign to intercede, facilitate or in any way to
recommend to the Authority or any of its functionaries, whether officially or
unofficially to the award of the contract to the BIDDER, nor has any amount been
paid, promised or intended to be paid to any such individual, firm or company in
respect of any such intercession, facilitation or recommendation.

2.7 The Bidder/Contractor, either while presenting the bid or during pre‐contract
negotiations or before signing the contract, shall disclose any payments he has
made or has committed to or intends to make to officials of the Authority or their
family members, agents, brokers or any other intermediaries in connection with
the contract and the details of services agreed upon for such payments.

2.8 The Bidder/Contractor will not collude with other parties interested in the
contract to impair the transparency, fairness and progress of the bidding process,
bid evaluation, contracting and implementation of the contract.

2.9 The Bidder/Contractor will not accept any advantage in exchange for any corrupt
practice, unfair means and illegal activities.

2.10 The Bidder / Contactor shall not use improperly, for purposes of competition or
personal gain ,or pass on to others, any information provided by the Authority as
part of the business relationship, regarding plans, technical proposals and
business details, including information contained in any electronic data carrier.
The Bidder / Contractor also under takes to exercise due and adequate care lest
any such information is divulged.

2.11 The Bidder/Contractor will inform to the Independent External Monitor.

264
AAI Works Manual

i) If he receives demand for an illegal/undue payment/benefit.

ii) If he comes to know of any unethical or illegal payment/benefit.

iii) If he makes any payment to any Authority’s associate(s)

2.12 The Bidder/Contactor commit to refrain from giving any complaint directly or
through any other manner without supporting it with full and verifiable facts.

2.13 The Bidder/Contactor shall not instigate or cause to instigate any third person to
commit any of the actions mentioned above.

2.14 If the Bidder/Contractor or any employee of the Bidder/Contractor or any person


acting on behalf of the Bidder/ Contractor, either directly or indirectly, is a
relative of any of the officers of the Authority, or alternatively, if any relative of
an officer of the Authority has financial interest/stake in the Bidder’s/Contractor’s
firm, the same shall be disclosed by the Bidder/Contractor at the time filing of
tender. The term ‘relative’ for this purpose would be as defined in Section 6 of
the Companies Act 1956.

2.15 The Bidder/Contractor shall not lend to or borrow any money from or enter into
any monetary dealings or transactions, directly or indirectly, with any employee
of the Authority.

2.16 That if the Bidder/ Contractor, during tender process or before the award of the
contract or during execution of the contract/work has committed a transgression
in violation of section 2 or in any other form such as to put his reliability or
credibility as Bidder/Contractor into question, the Authority is entitled to
disqualify him from the tender process or to terminate the contract for such
reason and to debar the BIDDER from participating in future bidding processes.

3. Previous Transgression

3.1 The Bidder/Contractor declares that no previous transgression occurred in the last
three years immediately before signing of this Integrity Pact, with any other
company in any country in respect of any corrupt practices envisaged hereunder
or with any Public Sector Enterprise in India or any Government Department in
India that could justify Bidders’s exclusion from the tender process.

3.2 The Bidder/Contractor agrees that if it makes incorrect statement on this subject,
he can be disqualified from the tender process or the contract, if already awarded,
can be terminated for such reason and he may be considered for debarment for
future tender/contract processes.

3.3 That the Bidder/Contractor undertakes to get this Pact signed by the subcontractor
( s) and associate(s) whose value of the work contribution exceeds Rs 0.5 Cr.
(Rupees zero point five Cr.) and to submit the same to the Authority along-with
the tender document/ contract before contract signing.

265
AAI Works Manual

3.4. That sub-contractor(s)/ associate(s) engaged by the Contractor, with the approval
of the Authority after signing of the contract, and whose value of the work
contribution exceeds Rs 0.5 Cr. (Rupees Zero point five Cr.) will be required to
sign this Pact by the Contractor, and the same will be submitted to the Authority
before doing/ performing any act/ function by such subcontractor(s) / associate(s)
in relation to the contract/ work.

3.5 That the Authority will disqualify from the tender process all Bidder(s) who don’t
sign this Pact or violate its provisions or fails to get this Pact signed in terms of
policy of authority

3.6 That if the Contractor(s) does/ do not sign this Pact or violate its provisions or
fails to get this Pact signed in terms of policy of authority. Authority will
terminate the contract and initiate appropriate action against such Contractor(s).

4. Earnest Money, Security Deposit, Bank Guarantee, Draft, Pay order or any
other mode and its validity i/c Warranty Period, Performance
Guarantee/Bond.

While submitting bid, the BIDDER shall deposit an EMD/SD/BG/DRAFT/PAY


ORDER ETC I/C WARRANTY PERIOD, PG/BOND, VALIDITY etc. , which
is as per terms and conditions and details given in NIT / tender documents sold to
the Bidders.

5. Sanctions for Violations/Disqualification from tender process and exclusion


from future Contacts.

5.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by
it or acting on its behalf (whether with or without the knowledge of the BIDDER)
shall entitle the Authority to take all or any one of the following actions,
wherever required:

i) To immediately call off the pre contract negotiations without assigning any
reason or giving any compensation to the BIDDER. However, the
proceedings with the other BIDDER(s) would continue.

ii) To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER.

iii) If the Authority has disqualified / debarred the Bidder from the tender
process prior to the award under section 2 or 3 or 4, the Authority is entitled
to forfeit the earnest money deposited/bid security.

iv) To recover all sums already paid by the Authority, and in case of an Indian
BIDDER with interest thereon at 2% higher than the prevailing Prime
Lending Rate of State Bank of India, while in case of a BIDDER from a
country other than India with interest thereon at 2% higher than the LIBOR.
If any outstanding payment is due to the BIDDER from the Authority in
connection with any other contract or any other stores, such outstanding
payment could also be utilized to recover the aforesaid sum and interest.

266
AAI Works Manual

v) To en-cash the advance bank guarantee and performance bond/warranty


bond, if furnished by the BIDDER, in order to recover the payments,
already made by the BUYER, along with interest.

vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall
be liable to pay compensation for any loss or damage to the Authority
resulting from such cancellation/rescission and the Authority shall be
entitled to deduct the amount so payable from the money(s) due to the
BIDDER.

vii) To debar the BIDDER from participating in future bidding processes for a
minimum period of three years, which may be further extended at the
discretion of the Authority.

viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any
middleman or agent or broker with a view to securing the contract.

i. In case where irrevocable Letters of Credit have been received in respect


of any contact signed by the Authority with the BIDDER, the same shall
not be opened.

ii. Forfeiture of Performance Bond in case of a decision by the BUYER to


forfeit the same without assigning any reason for imposing sanction for
violation of this Pact.

iii. That if the Authority have terminated the contract under section 2 or 3 or 4
or if the Authority is entitled to terminate the contract under section 2 or 3
or 4, the Authority shall be entitled to demand and recover from the
contractor damages equivalent to 5% of the contract value or the amount
equivalent to security deposit or performance bank guarantee, whichever is
higher.

iv. That the Bidder / Contractor agrees and undertakes to pay the said amount
without protest or demur subject only to condition that if the
Bidder/Contractor can prove and establish to the satisfaction of the
Authority that the disqualification / debarment of the bidder from the
tender process or the termination of the contract after award of the contract
has caused no damage to the Authority.

5.2 The Authority will be entitled to take all or any of the actions mentioned at
para xxx

5.3 (i) to (xii) of this Pact also on the Commission by the BIDDER or any one
employed by it or acting on its behalf (whether with or without the knowledge of
the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code,

267
AAI Works Manual

1860 or Prevention of Corruption Act, 1988 or any other statute enacted for
prevention of corruption.

5.4 That if the Bidder/Contractor applies to the Authority for premature revocation of
the debarment and proves to the satisfaction of the Authority that he has installed
a suitable and effective corruption prevention system and also restored/recouped
the damage, if any, caused by him, the Authority may, if thinks fit, revoke the
debarment prematurely considering the facts and circumstances of the case, and
the documents/evidence adduced by the Bidder/Contractor for first time default.

5.5 That a transgression is considered to have occurred if the Authority is fully


satisfied with the available documents and evidence submitted along with
Independent External Monitor’s recommendations/suggestions that no reasonable
doubt is possible in the matter.

5.6 The decision of the Authority to the effect that a breach of the provisions of this
Pact has been committed by the BIDDER shall be final and conclusive on the
BIDDER. However, the BIDDER can approach the Independent External
Monitor(s) appointed for the purpose of this Pact.

6. Allegations against Bidders/Contractors/ Sub‐Contractors/ Associates:

That if the Authority receives any information of conduct of a Bidder/ Contractor


or Sub- Contractor or of an employee or a representative or an associate of the
Bidder, Contractor or Sub- Contractor which constitute corruption, or if the
Authority has substantive suspicion in this regard, the Authority will inform the
Vigilance Department for appropriate action.

7. Independent External Monitor(s),

7.1. That the Authority has appointed competent and credible Independent External
Monitor(s) for this Pact.

7.2 The task of the Monitor(s) is to review independently and objectively, whether
and to what extent the parties comply with the obligations under this Pact. He will
also enquire into any complaint alleging transgression of any provision of this
Pact made by the Bidder, Contractor or Authority.

7.3. That the Monitor(s) is not subject to any instructions by the representatives of the
parties and would perform his functions neutrally and independently. He will
report to the Chairperson of the Board of the Authority.

7.4 That the Bidder / Contractor accepts that the Monitor(s) has the right to access
without restriction to all project documentation of the Authority including that
provided by the Bidder/Contractor. The Bidder/Contractor will also grant the
Monitor, upon his request and demonstration of a valid interest, unrestricted and
unconditional access to his project documentation including minutes of meeting.
The same is applicable to Sub - Contractors and Associates. The Monitor is under
obligation to treat the information and documents of the Authority and Bidder/
Contractor / Sub- Contractors/ Associates with confidentiality.

268
AAI Works Manual

7.5. That as soon as the Monitor notices, or believes to notice, a violation of this Pact,
he will so inform the management of the Authority and request the management
to discontinue or heal the violation, or to take other relevant action. The
Monitor(s) can in this regard submit his recommendations/ suggestions. Beyond
this, the Monitor(s) has no right to demand from the parties that they act in a
specific manner, refrain from action or tolerate action.

7.6 That the Authority will provide to the Monitor(s) sufficient information about all
meetings among the parties related to the project provided such meetings could
have an impact on the contractual relations between the Authority and the
Contractor / Bidder. The parties offer to the Monitor(s) the option to participate in
such meetings.

7.7 That the Monitor(s) will submit a written report to the Chairperson of the Board
of the Authority within 2 weeks from the date of reference or intimation to him
by the Authority and, should the occasion arise, submit proposals for correcting
problematic situations.

7.8 That if the Monitor(s) has reported to the Chairperson of the Board a
substantiated suspicion of an offence under relevant Anti- Corruption Laws of
India and the Chairperson has not, within reasonable time, taken visible action to
proceed against such offence or reported it to the Vigilance Department, the
Monitor may also transmit this information directly to the Central Vigilance
Commissioner, Government of India.

7.9 The word ‘Monitor’ would include singular and plural.

8. Facilitation of Investigation.

In case of any allegation of violation of any provisions of this Pact or payment of


commission, the Authority or its agencies shall entitled to examine all the
documents including the Books of Accounts of the BIDDER and the BIDDER
shall provide necessary information and documents in English and shall extend
all possible help for the purpose of such Examination.

9. Law and Place of Jurisdiction.

That this Pact is subject to provisions under Indian Law. The place of
performance and jurisdiction is the Corporate Headquarter /the Regional
Headquarter / office of the Authority, as applicable.

10. Other Legal Actions

10.1 That the changes and supplements as well as termination notice need to be made
in writing.

10.2 That if the Bidder / Contractor are a partnership or a consortium, this Pact must
be signed by all the partners and consortium members or their authorized
representatives.

269
AAI Works Manual

11. Pact duration (Validity)

11.1 That this Pact comes into force when both the parties have signed it. It expires for
the Contractor 12 months after the final payment under the respective contract,
and for all other Bidders 3 months after the contract is awarded.

11.2. That if any claim is made / lodged during this period, the same shall be binding
and continue to be valid despite the lapse of this Pact as specified herein before,
unless it is discharged/determined by Chairman of the Authority.

11.3 That should one or several provisions of this Pact turn out to be invalid; the
remainder of this Pact shall remain valid. In this case, the parties will strive to
come to an agreement to their original intentions.

12. Company Code of Conduct

Bidders are also advised to have a company code of conduct (clearly rejecting the
use of brides and other unethical behaviour) and a compliance program for the
implementation of the code of conduct throughout the company.

13. The parties hereby sign this Integrity Pact at on

Buyer
Name of the Officer
Designation
Deptt./Ministry/PSU
Witness

1.

2.

Bidder

CHIEF EXECUTIVE OFFICER


Witness
1.

2.

270
AAI Works Manual

SECTION – 56: Chief Technical Examiner’s Organisation

56.1 Functions

56.1.1 The Chief Technical Examiner’s Organisation is under the administrative control
of the Central Vigilance Commission. The Chief Technical Examiner’s
Organisation conducts inspection of works of AAI from the vigilance angle on its
own or on a complaint being received by/referred to them. The inspections can
be carried out by them for works of any magnitude, both in respect of capital and
maintenance (revenue) works.

56.2 Quarterly Returns

56.2.1 In order to facilitate selection of work for inspection, a quarterly return has been
prescribed for submission to them giving the list of work (and purchase of
materials) in progress. These returns are to be consolidated for each ED and sent
by the ED (Engg) to CTE. The returns are required on separate sheet-GM
(Engg.) region wise indicating clearly the name and address of Engineer-in-
Charge under whose charge the work is being got executed. At present the
quarterly progress reports are to include all Civil works costing more than
Rs.500.00 Lac, Electrical works costing more than Rs.200.00 Lac and
Horticulture works costing more than Rs. 10 Lac and to be submitted on separate
sheets of paper. These returns are required to be submitted for quarters ending
March, June, September, and December. (Performa of the return is enclosed as
Annexure 6.

56.2.2 In order to ensure timely submission of these returns to CTE so as to reach them
by 15thday of succeeding month of the quarter, the following procedure/method
should be strictly followed.

a. Senior Manager/ Assistant General Manager shall send the returns to their
Deputy General Manager / Jt. General Manager / General Manager by 5thday
of the succeeding month of the quarter to which the report pertains.
b. Deputy General Manager /Jt. General Manager / General Manager shall send
3 copies of consolidated report to Executive Director (Engg) by 7thday of the
succeeding month.
c. Executive Director (Engg) shall send return to CTE by 12th of the month.

The returns shall cover works of magnitude as specified above and any lower
values as notified by CTE from time to time as applicable.

No endorsement / return should be sent by Senior Manager/ Assistant General


Manager or Deputy General Manager /Jt. General Manager / General Manager
directly to CTE. CTE shall get the compiled returns only from Executive Director
(Engg) concerned.

Apart from the above quarterly return, no other return is to be submitted by the
officers to CTE (unless specifically asked for). The returns of completion of

271
AAI Works Manual

works, work order, muster roll, copies of NITs etc. are not to be sent to CTE as a
matter of routine, unless specifically asked for in a particular case.

56.3 Inspection by CTE

56.3.1 Intimation regarding the inspection/examination of works by CTE is sent to


Vigilance Directorate who in turn forwards notice for inspection to the Member
(Plg.) well in advance. In order to enable the inspection to be carried out properly,
various documents relevant to the work are generally asked for by CTE to be kept
ready at site. A list of such documents is given in Annexure-7. This list is not
exhaustive and other records considered relevant for inspection can be called by
CTE.

56.3.2 The inspection reports are sent by CTE to Vigilance Directorate who in turn
forwards the inspection report to the Member (Plg.). The observations of CTE
shall be replied by Senior Manager/ Assistant General Manager (Amended on
26.03.18) Engineer-in-Charge within period mentioned in the letter (normally 60
days). Observations of serious nature or such matters pertaining to sanctions of
estimates, NITs, acceptance of tenders etc. having involvement of higher officer,
may be addressed to the concerned officer by CTE for replies directly from the
higher officers. In respect of such observations, Senior Manager/ Assistant
General Manager shall send his comments if required by the higher officers, to
Deputy General Manager /Jt. General Manager / General Manager concerned and
not directly to CTE.

56.3.3 Time to be taken by various officers for submission of draft replies shall be as
given in the following table:

Sl. Designation of officer and activity No. of days


1 GM (Engg), CHQ shall forward observation 3 days
report to concern GM Engg / Project in-
charge)
2 Concern GM Engg / Project in-charge shall 30 days
submit draft reply to GM, CHQ
3 GM,CHQ shall finalize the comments with Total no. of days shall not
concurrence of respective ED (Engg) and exceed time limit given by
send the reply to CTEO through corporate CTEO after receipt of
vigilance department of AAI report from CTE.

Note: If the time given by CTEO is less than 60 days, the time permitted above
shall be correspondingly modified.

56.3.4 In order to expedite replies and settle the points and to ensure timely action, it is
essential that the time limit fixed by CTE is strictly adhered to by officers of AAI
at all levels. For keeping a proper watch on the disposal of CTE’s references the
Senior Manager/ Assistant General Manager / Deputy General Manager /Jt.
General Manager / General Manager/Executive Director Engg. shall maintain a
register in Performa given in Appendix -102.

272
AAI Works Manual

56.4 Recoveries of Overpayments Pointed out by the CTE

56.4.1 Normally the recoveries of overpayments pointed out by CTE should be made
within a period of three months from the date of issue of memorandum by CTE.
The overpayment arising out of the defects pointed out by the CTE should be
promptly assessed and accepted by the Senior Manager/ Assistant General
Manager, whenever agreed to and the recoveries effected from the payment due
to the contractor either from the same work from the immediate running bills or
from any other work or from the lump sum security deposit, if any.

56.4.2 In no case, action to recover the overpaid amount should be kept in abeyance on
account of the case being before the arbitrator. Action in terms of the arbitration
award as and when received and accepted by the competent authority, the
corresponding adjustments shall be made. In order that the recoveries of
overpayment pointed out by CTE are promptly affected a register of
overpayments pointed out by the CTE Organization and subsequent recoveries
effected should be maintained by the Senior Manager/ Assistant General
Manager.

56.4.3 The contracts are drawn between AAI and concerned executing agency. CTE is
not the authority for governing the execution of contract. However AAI have to
act on the observations intimated by CTE through their inspection report. AAI
officers must not make any reference of the observations/recommendations of the
CTE while making correspondence with the contractor. The decisions/
recommendations of CTE must be treated as the observations made by the
department. Contractor may be asked to rectify/redo the work as if these defects
have been noticed by AAI. Suitable follow up action may be taken against the
contractor for implementing any recovery due to incomplete/sub-standard work
on behalf of chairman AAI.

273
AAI Works Manual

Annexure-6

STATEMENT SHOWING THE QUARTERLY PROGRESS OF CAPITAL WORKS FOR QUARTER ENDING
MARCH/JUNE/SEPT/DECEMBER.
Refer section 56.2.1

Civil Works Costing Rs. 500 Lac & above


Electrical Works Costing Rs. 200 Lac and above
Horticulture Work Costing Rs. 10 Lac and above

Sl. Name of work & Est. cost Tender %age Agreement Agency Date of Time of Physical Name of Remarks
No location (in Lac) cost (in above no. commence completion progress of Engineer
Lac) below ment work in-charge
Schedule with
of rates address
applicable
1 2 3 4 5 6 7 8 9 10 11 12

274
AAI Works Manual

Annexure-7
List of Essential Documents for Inspections by CTE

(Refer Section 56.3.1)

List of Documents Considered Essential for Inspections by CTE and which may be called for
Examination of work

(1) (a) Press cuttings, including extended dates, if any

(i) for pre-qualification of Architects/ Consultants

(ii) call of tenders.

(b) Register of sale of tenders,

(c) Register of opening of tender.

(2) File giving reference to financial sanction and approval of competent administrative
authority Preliminary estimate.

(3) Copy of detailed estimate and its technical sanction by competent authority.

(4) Approval NIT (Notice Inviting Tenders) in original.

(5) Rejected tenders and comparative statements for: -

(a) Selection of Architects/consultants

(b) Short-listing or pre-qualification of tenders

(c) Other tenders.

(6) Justification statement and corresponding noting in support of tender/offer accepted.

(7) Details of negotiations, if any, made before acceptance of tenders.

(8) Original contracts with consultant/contractor.

(9) Guarantee Bonds etc. towards security for work, machinery/mobilization advance etc.
including extension of validity.

(10) Insurance policies of work, materials, equipment, men etc. including extension of
validity.

(11) Guarantees for water tightness, termite proofing etc.

(12) Standard specifications.


(13) Standard schedule of Rates.

275
AAI Works Manual

(14) Drawing Architectural and structural.

(15) All connected Measurement Books, level books, field books and lead chart.

(16) All Running Account Bills with all connected statements/Vouchers etc.

(17) Statement showing details of check of measurement by Superior Officer – Copies of


orders laying down such requirements.

(18) Materials at site accounts/dismantled materials record.

(19) Site order Books/Tests records/Log books.

(20) Details of Extra/Substituted items and of deviated Quantities being executed


considered for execution in the work along with Analysis of rates.

(21) Hindrance Register.

(22) Office correspondence files and inspection notes, if any, issued by inspecting Officer.

(23) Complaint records, if any.

(24) Any other documents relevant to the works.

276
AAI Works Manual

CHAPTER –IX
SECTION – 57: Engineering Establishment
57.1 General
For maintenance and capital works execution at Airports, Regional
Headquarters, Engineering Officers one level below the Airport-in-charge or
region-in-charge be positioned along with the required assisting technical and
secretarial/administrative staff.
57.1.1 The same norm cannot be equally applied for all the field units at airports in view
of the varying magnitude and complexity of the installations and airport category.
Accordingly these are categorized (A) to (D) and the minimum need based
manpower to be positioned is listed below: -

GM DGM SM/AG M/AM Jr. Ex.


SI Airport Engg Engg M(Engg.) Engg Engg

C E C E C E C E C E
A Airport Director (ED 1 1 2 2 4 4 4 4 8 12
level)
B Airport Director (GM 1 1 2 2 4 4 8 12
level)
C Airport Director 1 1 2 2 4 8
(JGM/DGM level)
D Airport Director 1 1 1 1
(DGM/SM/SM level)

57.2 Yardstick of posting Project-in-charge will be as under:


57.2.1 For the projects SM/AGM/DGM/JGM/GM ((Engg.) or ED (Engg.)C/E level of
officer be positioned as Project-in-charge for the purpose of monitoring etc.
depending upon magnitude of project or group of projects as given below:
For project costing up to Rs.15 Cr SM/AGM Engg[C/E]

For project costing Rs.15 to 50 Cr DGM/JGM Engg[C/E]


For project costing Rs.50 to 150 Cr GM Engg[C/E]
For project costing above Rs.150 Cr ED Engg[C/E]
This project management set up will be independent of the regular engineering
setup at the airport dealing with minor capital works and maintenance works.

In all the cases, the project heads will be supported with requisite technical and
other categories of manpower duly provided with necessary office equipment,
Communication and transportation facilities.
(Amended on 26.03.18)
AAI management will decide on need basis for the posting / Deputing of Project
In-Charges exclusively on projects apart from regular Engineering set up at
Airports dealing with capital / maintenance works.
In case of major projects, required manpower should be identified and
sanctioned at the approval stage itself taking into account the distribution of
workload in the project period and beyond.

277
AAI Works Manual

On completion of the project, when the installations are transferred to the


maintenance units, the staff from project unit required during defect liability
period to ensure smooth transition of taking over of the installations may be
identified. Balance staff will be transferred to other units as per requirement.
57.2.2 The Engineer-in-Charge for contract management and execution of work of
individual contract costing more than Rs. 300.00 Cr. will be GM Engg[C/E] and
should be responsible for the following.
Amended on dt. 26.03.18
For all the works costing more than Rs.300.00 crores, GM Engg (Civil/Elect) shall
sign the contract agreement and shall be the safe custodian. Since in general,
the tenders for works more than Rs.15.00 crores are being called at Corporate
Head Quarters, the agreements for the works upto Rs.300.00 crores at CHQ
shall be signed by DGM/Jt.GM Engg (Civil/Elect) and beyond that by GM Engg
(Civil/Elect). However, after signing of the agreement at CHQ, the original
agreement shall be sent to the concerned GM/JGM/DGM (Engg) (Civil/Elect) at
Station/Region or Project for implementation and safe custody.

a. Process of calling tenders and issue of award letter to the contractor after
acceptance of tender by the competent authority.
b. Signing of contract with the agency to whom the work has been awarded and
maintaining original agreements.
c. Contract administration and management.
d. All the communications with the contractor in relation to the contract
management as per relevant contract clauses.
e. Monitoring progress of works.
f. To constantly supervise the works for ensuring quality and timely
completion of work and to be overall responsible for quality of work.
g. Co-ordination with different agencies for effective execution of projects.
h. Passing of bills.
i. Payment to contractors/agencies through the accounts officer attached with
the project set up.
j. Responsible for replying audit paras, CTE paras, etc.
k. To effectively defend arbitration proceedings.
l. Issue of completion certificate for the project.
Amended on dt. 26.03.18
The Completion certificates shall be issued by SM/AGM (C/E) for the works
for which they are Engineer-in-charge and shall be issued in the format as
per Appendix-16, after recording of Completion Certificate by JET/AM/ Mgr.
(C/E) in the format as provided at section 11.4.1.
DGM/JGM (C/E) shall issue Completion Certificate in the format provided at
Appendix-16 for the works for which they are designated as Engineer-In-Charge
after Completion Certificate has been recorded by JET/AM/MGR (C/E) in the
format provided at section 11.4.1 and duly recommended by SM/AGM (C/E).
GM (C/E) shall issue Completion Certificate in the format provided at Appendix 16
for the works for which they are designated as Engineer-In-Charge after the same
has been recorded by SM/AGM (C/E) in the format as provided at section 11.4.1
and duly recommended by DGM / JGM (C/E).

57.2.3 Similarly DGM/ Jt.GM shall be responsible as Engineer-in-charge for the


works/project costing upto Rs.300.00 Cr and he will be responsible for all the

278
AAI Works Manual

duties as listed above in case of GM(C/E) associated with Engineer-in-charge and


also:
Amended on dt. 26.03.18
For all the works costing more than Rs.300.00 crores, GM Engg (Civil/Elect) shall
sign the contract agreement and shall be the safe custodian. Since in general, the
tenders for works more than Rs.15.00 crores are being called at Corporate Head
Quarters, the agreements for the works upto Rs.300.00 crores at CHQ shall be
signed by DGM/Jt.GM Engg (Civil/Elect) and beyond that by GM Engg (Civil/Elect).
However, after signing of the agreement at CHQ, the original agreement shall be
sent to the concerned GM/JGM/DGM (Engg) (Civil/Elect) at Station/Region or
Project for implementation and safe custody.
a. Process of calling tenders and issue of award letters.
b. Execution of works under project.
c. Quality assurance.
d. Issue of completion certificate for the project.
Amended on dt. 26.03.18
The Completion certificates shall be issued by SM/AGM (C/E) for the
works for which they are Engineer-in-charge and shall be issued in the
format as per Appendix-16, after recording of Completion Certificate by
JET/AM/ Mgr. (C/E) in the format as provided at section 11.4.1.
DGM/JGM (C/E) shall issue Completion Certificate in the format provided at
Appendix-16 for the works for which they are designated as Engineer-In-Charge
after Completion Certificate has been recorded by JET/AM/MGR (C/E) in the
format provided at section 11.4.1 and duly recommended by SM/AGM (C/E).
GM (C/E) shall issue Completion Certificate in the format provided at Appendix
16 for the works for which they are designated as Engineer-In-Charge after the
same has been recorded by SM/AGM (C/E) in the format as provided at section
11.4.1 and duly recommended by DGM / JGM (C/E).
e. Payments and finalisation of accounts etc.
57.2.4 Integrated Finance Unit should be attached with the project set up headed by
finance officers as detailed below:

Grade of Project-in-charge Grade of Finance Unit


SM/AGM Engg (C/E) Assistant Manager/ Manager
DGM/JGM Engg.(C/E) Manager /Senior Manager
GM Engg. (C/E) SM/AGM/ DGM
ED Engg.(C/E) DGM /GM
57.2.5 The supporting engineering, finance and ministerial staff will be as per project
requirement on approval of competent authority.
57.3 Yardsticks for determination of Engineering Establishment
57.3.1 Work Load Basis:
a. Projects - For average annual workload of Rs. 5.0 Cr. or part thereof in
respect of civil works or Rs. 5.0 Cr. or part thereof in respect of electrical
works.
SM/AGM [C/E] 1 nos.
Assistant Manager/Manager [C/E] 2 nos.
Jr. Exec. Engg[C/E] 4 nos.
b. Maintenance - For average workload of Rs. 3.0 Cr. for civil works &Rs.
3.0 Cr. for electrical works or part there of:

279
AAI Works Manual

SM/ AGM [C/E] - 1 nos.


Manager/AME [C/E] - 3 nos.
Jr. Exec. Engg [C/E] - 6 nos.
c. CHQ & RHQ - For airport desk, monitoring, co-ordination, design
SM/ AGM [C/E] - 50% of total divisions in project
maintenance
Manager/AME [C/E] - 3 nos. per SM/AGME at Hqrs.
Jr. Exec. Engg [C/E] - 3 nos. per SM/AGME at Hqrs.
d. Technical Cell [CHQ]: -
SM/ AGM [C/E] - 2 nos.
Manager/AME [C/E] - 2 nos.
e. RHQ [MIS Cell]: -
ME - 1 nos.
Jr. Exec. Engg[C/E] - 1 nos.
57.3.2 Department of Engineering structure.
Structural design cell will be headed by Executive Director Engg (C). Fifty
percent of his establishment will be on permanent basis on the strength of his
directorate. Balance staff shall be posted to his directorate from the sanctioned
strength of CHQ. In case of highly specialized jobs or on account of high
additional workload, services of outside specialists/consultants can be obtained as
per DOP Structure of this Directorate will as below:
Executive Director Engg (C) 1 no.
Gen. Manager Engg (C) 2 no
(1 for Pavement + 1 for Building Structure)
Dy. Gen. Manager Engg (C) Pavement 2 no Structure.
(1 for Pavement Design + 1 for R&D)
Dy. Gen. Manager Engg (C) Building 2 no Structure.
(1 for Building Design + 1 for R&D)
Each DGM will be associated with 2 SM /AGM, 4 Manager / Asstt. Manager and
8 Jr. Executive.
57.4 Maintenance units of Engg. Department

Maintenance units of Engineering Department should be headed by an officer one


rank, below the rank of APD or airport-in-charge as the case may be. Balance
staff shall be deputed according to the category of airport subject to need based
minimum requirement provided under Section 59.1.1 above. In case of highly
specialized jobs/projects or on account of high additional workload, services of
outside specialists/consultants may be obtained with the approval of authority as
per DOP.
57.5 In CHQ & RHQ one DGM/JGM over every 3 SM/ AGM & one GM for every 2
DGMs are to be provided as per guidelines.
57.6 The above guidelines are to determine the engineering manpower at various
places like field stations, projects, RHQ and CHQ.

280
AAI Works Manual

CHAPTER X
APPOINT OF CONSULTANTS

SECTION 58: Consultancy for Architectural, Building Services

58.1 General:

Development of Architectural conceptual design, preparation of Architectural


drawings, structural drawings, development of conceptual finishes, development
of system design for services, preparation of BOQ and tender document is being
done by in house resources of AAI. In case of execution of important
project/work in a time bound manner and due to non-availability of in house
resources AAI may consider to appoint external Architectural consultant with the
approval of competent authority as per DOP.

58.2 Methodology for Architectural Consultancy work:


The scope of work for consultancy work must be decided very carefully. The
scope of work must be exhaustive for Architectural Services, design of services.
Normally Project Management is being done through departmental officers. In
any case, if it has been decided to outsource both Architectural Consultancy with
services and PMC work, then following procedure should be followed.

a. In PMC works where Complete Project Management including quality


control, control on project cost, and supervision including all decisions
having financial implication during all construction stages of projects/work
in a time bound manner is proposed to done, by the PMC, the Architectural
Consultancy contract, involving complete planning, Designing &
preparation & award of Execution Contract, and the PMC contract should be
called separately.
b. In PMC works where Complete Project Management including quality
control, control on project cost, authorization for payment, technical
sanctioning of the work, ordering & approval of extra/ substitute / deviation
items, deciding on any change having financial implication rests purely with
AAI & role of PMC after award of execution contract is limited to assisting
AAI, & PMC along with their associates are restricted from providing any
type of services to the executing agency or their associates, then in that case
AAI may call single tender for both the Architectural Consultancy & PMC
(With PMC role after award of execution contract, limited to assisting AAI).
c. The Architectural Consultant shall engage reputed specialized sub-
consultant (as required), in respect of various specialized services required
for planning and implementation of Projects Work, such as Interior/
landscaping/ Operational/ functional requirements etc.
d. Selection of Consultant for specific project shall be on Quality and Cost
Based Selection (QCBS) approach by evaluating the credentials of PMC,
their sub-consultants wherever required, selected from the bidders who

281
AAI Works Manual

qualify the eligibility criteria fixed by AAI, with the evaluation based on
80:20 criteria of Quality: Cost. Additional weight-age shall be given to
consultants who engage expatriates having experience in planning &
designing of airport terminal building (World class) including experience in
provision of airport services outside India.

58.3 EVALUATION CRITERIA FOR ARCHITECTURAL CONSULTANT


a. The technical proposal shall be examined by a selection committee (to be
appointed by Member (Plg)) to determine whether the proposals received are
responsive in terms of the requirement of the RPF, before proceeding further.
b. The technical evaluation of the bid shall be solely numeric and broadly
comprising of:-

i. Bidder’s work experience, standing of firm and turnover as Architectural


Consultant.
ii. In respect of associates for structural/ HVAC/ PA system/ CCTV/ FIDS/ Fire
Fighting/ MEP etc work experience, standing of firm, turnover and
professionals (expatriates etc.) on the roll.
iii. Qualification and experience of proposed key personnel to be deployed during
planning and construction phase.
c. The bid evaluation process will be based on QCBS (Quality and Cost Based
Selection) approach considering weightage of 80% for Technical evaluation and
20% for Financial evaluation (Financial score= 100 x (Quoted Amount of lowest
bidder/ Quoted amount of the bid being evaluated)).
d. The work shall be awarded to the H-1 scorer from those who will meet the
qualifying criteria fixed by AAI.

58.4 Scope of Work for Architectural consultancy:

58.4.1 The scope of work for architectural consultancy must include following:
a. The Architectural Consultant shall depute a team of Architects having at least same
qualifications and experience for the work as agreed by consultant in the Technical
Bid data sheet.
b. The Architectural Consultant shall be required to render all professional services in
respect of comprehensive PMC (Architectural, Engineering) consultancy from
concept to completion, which broadly includes , but not limited to, the following:
o Planning/ layout planning;
o Traffic Engineering/Traffic Impact Study - Vehicular;
o Infrastructure Planning,
o Architecture Design;
o Structural Design;
o Design of Roofing System
o MEP Design;

282
AAI Works Manual

o Façade and BMU design; for e.g. FIDS, CCTV, BMS, Wi-Fi etc.
o Interior Design including Artwork Design/media plan / Retail planning
o Landscape Design/ Horticulture
o Lighting Design (Interior, Exterior and Façade);
o Acoustics Design;
o Signage Design;
c. Architectural Consultant shall provide Architectural concept incorporating inputs
from local heritage, art and culture with 03 options including concept drawings, artist
view, walk through, indicative cost for all 03 options along with green building
concepts including use of renewal energy resources, concept/ parameters for
obtaining the desired GRIHA rating, concepts / parameters for observing ECBC
norms, calculations for IRR (Internal rate of return) and ERR (Economic rate of
return) to meet market demand and airport goals. The Architectural Consultant shall
make a presentation to the Design Council for obtaining approval. The Design
Council will consist of following:-

1. Chairman AAI
2. Member (Plg)
3. ED(Plg)
4. ED(Arch)
5. ED(Engg) of concerned region
6. One External member (architects/artists/ professors from architectural
college/ eminent personalities) on rotation basis from the list approved
by AAI from time to time.

The Architectural Consultant shall submit 3D model of proposal selected by Design


Council and/or finished walk through animation depicting the passenger flow and
facilities.

d. Preparation of structural design and drawings: The Architectural consultancy firm


shall be responsible for matching architectural drawings with structural drawings.
Architectural consultancy shall be responsible to coordinate with structural designer
to sort out all discrepancies pointed out by him or department and issue corrected
structural/architectural drawings before preparation of detailed estimate.

e. Discrepancies between architectural drawings, structural drawings and services


drawings etc. shall be resolved and corresponding final drawings duly stamped ‘Good
for Construction’ be issued before actual construction is taken up.

f. The structural design submitted by architectural consultant shall be got proof checked
from the independent institutes either any Indian Institute of Technology or National
Institute of Technology. The expenses on proof checking of design shall be borne by
architectural consultant.

283
AAI Works Manual

g. Development of system design for all electrical, mechanical, plumbing and electronic
services on the basis of inputs provided by AAI. Architectural Consultant shall submit
adequate number of copies of system design to department which shall be discussed in
meeting. The department shall approve system design of all works considering
technology adopted and various factors considered while developing system design.
The consultant will proceed with detailed design after obtaining approval of system
design.

h. The consultant shall submit BOQ and specifications for structure, civil, plumbing,
internal electrification, external development work and finishing items of work with
work sheets for examination by the department. He will also submit analysis of rate
(i/c quotations) for all items for which market rates have been considered in the
detailed estimate. He will facilitate department in according technical sanction to the
detailed estimate.

i. The consultant shall submit BOQ and specifications for all electrical, mechanical and
electronic works along with work sheets for examination by the department. He will
also submit analysis of rate (i/c quotations) for all items for which market rates have
been considered in the detailed estimate. He will facilitate department in according
technical sanction to the detailed estimate for all works.

j. Architectural consultancy shall prepare tender documents consisting of BOQ,


estimated cost, GFC drawings, specification of work and special terms and conditions
of contract for all electrical, mechanical and electronic works. Special terms and
condition of contract shall be work specific and corresponding to good engineering
practices. The list of preferred makes of material shall also be enclosed in the tender
document. The tender document shall be submitted to the department for approval.
The tender document shall be modified/ updated by consultant on the basis of
remarks/observations of the AAI. Architectural consultancy shall provide adequate
copies of approved tender documents i/c soft copy to department for call of tenders.

k. AAI shall decide to call single composite tender including all sub heads or call few
tender covering set of works in a partially composite tender. The consultant shall
submit tender documents as per directions of department covering scope of work
accordingly.

l. All tenders shall be called by AAI but consultant shall submit their recommendations
on the issues of completeness of offer, technical suitability, meeting specifications of
tender documents, workability and reasonability of rates etc.

m. All tenders shall be accepted by AAI. The consultant shall conduct site inspection on
regular basis during execution of work.

284
AAI Works Manual

n. The shop drawings submitted by contractors shall be examined by consultant for the
accuracy and implementation of tender specifications etc.

o. Consultant will ensure that work is being executed as per drawings and concept
developed by him through inspection of work and issuing site inspection reports.

p. On completion of work the consultant will issue completion certificate on the format
decided by AAI.

q. Engage a Consultant to obtain GRIHA-4 star rating compliance building & coordinate
with them & other agency (s) until the award of rating.
All fees / deposit required for statutory clearances shall be paid by AAI directly.
However, all necessary co-ordination shall be done by the PMC For achieving
minimum 4-Star GRIHA rating PMC to engage Green Building Consultant who is
associated with minimum 3nos.-5 -Star GRIHA rated projects out of which at least
one project should be completed and obtained 5 -Star GRIHA rating.
r. Consultant shall provide best available/ technically feasible option of equivalent
makes having price variation of ±10%, for decision based on value engineering
inputs. Any deviation, under specific situation, will be w.r.t. recorded reasons subject
to approval of AAI.

58.4.2 The scope of work for the work of Architectural Consultancy shall also
include following:

a. Design, Technical Sanction to detailed estimate and award of work:


All detailed estimates shall be examined by the Architectural Consultancy agency
to check following
i. That the tender drawing provides complete details.
ii. That System design for all electrical, mechanical, air-conditioning, plumbing,
sewerage and electronic systems has been done adopting current and economical
technology.
iii. That description of items adopted in BOQ is complete and without any ambiguity to
avoid additional claims.
iv. Quantities taken in the BOQ are correct to avoid deviation and increase in project
cost.
v. Check if any item is left out for completing the work to avoid extra and substituted
item.
vi. Specifications of work and items are detailed and complete.
vii. To check analysis of rates for market rate items and schedule rates adopted in
detailed estimate.
viii. The Architectural Consultancy agency will also offer their comments on detailed
estimate considering present day technology, practice in the building industry, good
engineering practice and alternative materials available in the market.

285
AAI Works Manual

ix. They will offer their comments on list of preferred makes submitted by consultant
before approval of NIT.
x. Architectural Consultancy agency will record their recommendations on corrected
detailed estimate for accord of technical sanction.
xi. All tenders shall be called by AAI through e-tendering system. Architectural
Consultancy agency shall prepare comparative statement on PQ, technical offers &
make correspondence with bidders as per AAI procedure and AAI Works Manual.
xii. They will assist AAI in technical evaluation of the bids.
xiii. Architectural Consultancy agency shall assist AAI for acceptance of tender by AAI.
The proposal must include following:
 The scope of work covered in the tenders and corresponding provisions in
sanctioned work.
 Prequalification criterion adopted in selection of agencies.
 Detailed history of call of tenders.
 Justified cost for the scope of work covered in agreement i/c analysis of rates.
 Recommendation for acceptance/rejection of tenders.

58.4.3 Variation in scope of consultancy work:

The scope of work indicated under above Section is indicative only and not
exhaustive. The scope of work shall depend on volume of work, completion time,
nature of work, urgency for completion of work and in house resources available
with AAI. Therefore scope of work can be modified by enlarging the same or
reducing the scope of work considering practicability under the circumstances
with the approval of NIT approving authority.

58.5 LIMIT OF CONSULTANCY FEE PAYABLE:

The fee payable to the appointed PM consultant shall be calculated on estimated cost,
awarded cost or completion cost whichever less as detailed is below:
S. No Description %age of fee payable
Details of Fee Payable to Arch. Consultant
a) Planning 4%
Total Fee 4%

The %age of fee mentioned above should be maintained as upper limit since AAI is
seeking global participation public standard and internationally the cost of
Architectural Consultancy is expected to be on a higher side. Hence, such percentage
is likely to vary as per the size of the project. For smaller size projects the
Architectural Consultancy cost percentage is likely to be high while for higher value
projects it may come down considering the overall remuneration payable.

58.6 PROFESSIONAL LIABILITY INSURANCE

The consultant is required to indemnify the client (i.e. AAI) against losses and
damages incurred by the client (i.e. AAI) through the acts of the consultant and shall

286
AAI Works Manual

maintain a Professional Indemnity Insurance policy, as may be mutually agreed


between the Consultant and AAI, with a Nationalized Insurance Company or any
other recognized Insurance Company by paying a requisite premium for a period
upto 03 (three) years after the physical completion of the work.

58.7 COMPENSATION FOR DELAY


In case the Consultant fails to complete the work (Scheduled stages) within the
stipulated period and no justifiable reasons are found for the delay, the Consultant
shall be liable to pay compensation for delay @ 0.5% (zero decimal five percent) of
items at that stage value of the consultancy fees. However, the cumulative value of
compensation for delay in various stages shall be subject to maximum of 10% (ten
percent) of the total consultancy fees.

58.8 The Selection Process:


The selection process consists of stages as described briefly in the following
paragraphs. The selection process shall be completed under the control of Expert
Committee appointed by AAI, whose decision shall be final and binding on all.
a. Stage I / Envelope I: The purpose of this stage of prequalification is only to prepare a
list of all eligible applicants on the basis of evaluation of documentary evidence
provided by the applicant in support of their eligibility according to the primary
eligibility criterion as per NIT.

i. The applicant must be registered firm in relevant field in India as required by law.
ii. The applicant must have satisfactorily executed Architectural consultancy of similar
works which should include Planning, Detailed design, Preparation of estimates & bid
documents, Construction supervision, from start to completion of one work of at
least 80% of the Estimated Cost or two works with 50% of Estimated Cost or three
works with 40% of the Estimated Cost, during the last seven years, with appropriate
enhancement of cost at approved specified percentage ,ending the last day of the
month in which the work has been technically sanctioned. Ref. Appendix- 103

Normally Architectural consultancy services are sought for composite works.


However if PMC services are sought for works like pavement, specialised works like
HVAC system, Solar PV system, Conveyor Belt, Escalators and Travelators etc. the
definition of similar work shall be defined properly with the approval of ED (Engg).
iii. The firm should have annualized average financial turnover of 30% of (0.09 x
Estimate Cost) from the consultancy business during last three years ending on 31
march of last financial year.
iv. The applicant shall be ineligible to submit the proposal if it has ever been barred or
black listed by any Central and/ or State Govt. /PSUs in India. The applicant shall
submit self-declaration in this regard.

287
AAI Works Manual

v. If the entity participating in any of the tenders is a private or public limited company,
Partnership firm or proprietary firm and any of the Directors/ Partners/Proprietor of
such company is also a director of any other company or partner of a concern or a sole
proprietor having established business with AAI and has outstanding dues payable to
the Authority or debarred from AAI, then the said entity shall not be allowed to
participate in AAI tenders.
vi. The application of the applicant shall be rejected outright if information submitted by
him is found incorrect at any stage. AAI reserves the right to verify any facts
submitted by applicants from any source as deemed fit by AAI.
vii. Applicant should provide copy of PAN & GST registration. In case of foreign firm,
the successful firm shall be required to establish an office in India and also obtain
registration from Income Tax authority and GST registration for the purpose of
receiving payment for the work in Indian Rupees.
viii. Copy of abridged balance sheet duly certified by a CA along with profit and loss
statement for each of the last three years.
ix. Proof showing Year of inception of the firm.
x. Proof of work experience.
All submission of the applicant should be self-certified.
b. Stage II / Envelope II: All applicants pre-qualified after Stage-I shall be
subjected to evaluation of their technical capability. The purpose of evaluation of
technical capability at Stage-II is to shortlist applicants on technical ground. AAI will
constitute an Expert Committee to objectively award marks i.e. Technical Score (TS)
out of maximum 100 marks to the pre-qualified applicants solely on the basis of the
documents and details submitted in support of the prescribed Evaluation Criteria.
Proposal of applicant will be considered unsuitable and shall be rejected if it does not
respond or enclose required documents as asked for in NIT. The Expert Committee
shall prepare a list of applicant on the basis of marks awarded as per the prescribed
Evaluation Criteria. Applicants scoring 70% or more marks in technical evaluation
will qualify for opening of their financial bids and the applicant scoring less than 70%
marks will be rejected and their financial bid will not be opened.
i. The Technical capability of applicants and their specialized partners will be
judged on the basis of past experience and technical team available with them
for the following fields
1. Relative Assessment
2. Architectural Consultancy
3. Cost Consultancy
4. Structural Design Consultancy
5. Façade Consultancy
6. MEP Consultancy
7. Airport System/ Services Consultancy
8. Interior Design Consultancy
9. Real Estate Consultancy
10. Landscape & Horticulture Design Consultancy
ii. Based on the marks obtained in the evaluation criterion all eligible applicants
shall be ranked in the order of descending merit i.e. the applicant obtaining
highest marks shall be ranked as one and so on.
288
AAI Works Manual

iii. Applicants securing equal marks will obtain same rank.


iv. All the applicant should submit details with documentary proof as per specified
format attached as Appendix-107 to Appendix-117. The formats attached here
are indicative and may be modified as per requirement with the approval of
concerned ED (Engg).
c. Stage III / Envelope III (Financial proposals):

Financial proposals of the firms who qualify in the stage II shall be opened.
Further evaluation to determine the lowest bidder shall be carried out as
under:
i. After opening of the financial proposals, the Lowest Financial
proposal amongst all opened financial proposals shall be given a
financial score (FS) of 100marks. The financial score of other
proposals will be determined using the following formula:
FS = 100 x FL/ F
Here FS is the financial score, FL is the Lowest Financial proposal
among all, and F is the financial proposal of the particular applicant.
ii For the purpose of calculation of composite score (CS) for each
proposal, the Weight age shall be 80% for Technical Score (TS) and
20% for Financial Score (FS)of the respective applicants. The
Composite Score shall be calculated using following formula:
CS = TS x 0.8 + FS x 0.2
iii Proposals will be ranked according to their composite scores (CS) and
will be listed in the order of merit as H1, H2, and H3.
v. The top scorer H1 may be eligible for award of work or part thereof, at
the discretion of AAI.
vi. In case of a tie at the top position between two or more applicants,
preference shall be given to the applicant who has a higher
Technical Score (TS), and this applicant will be required to match the
lowest price bid amongst those agencies securing tie score.
vii. In case the applicant selected in a tie, as referred above, refuses to
accept the lowest price bid, the next applicant (in the order of merit list
for technical proposals) shall be invited for the acceptance of the
lowest price bid; and so on, till the lowest price bid is matched and a
PMC gets selected.
vii All calculations will be up to 2 places of decimal. The individual
score in the quality parameter, financial parameter as well as the final
score will be calculated up to two places of decimal.
viii. The Architectural Consultancy Firm securing highest composite score
as per above shall be selected for execution of work at financial rates
quoted by them.
Note:
The scope of work detailed above and selection process are indicative and
has been suggested as a sample case. Scope of work and selection process
can be enlarged or amended with the approval of ED concerned. ED can
also change ratio of (CS=0.8TS+ 0.2 FS)in the NIT as per requirement.
OR
(Alternative to Technical Evaluation Capability)
289
AAI Works Manual

i. Bidder who score 75% or more in Technical Evaluation shall be technically


qualified. Financial Bid of bidders who score 75% and above shall only be
opened and work shall be awarded to the bidder with lowest financial quote.
ii. In case, after Technical Evaluation, there is only one bidder who scores 75% or
above, then, qualifying bench mark score shall be relaxed to 70% and bidders
with minimum scores of 70% and above shall be considered as qualified for
opening of financial bid including the originally qualified bidder which scores
75% and above.
iii. In case, after Technical Evaluation, if no bidder scores minimum of 75% and
above, then the qualifying marks shall be reduced to 70% and shall be
considered for opening of financial bid subject to minimum to qualified bidder.
iv. In the absence of two qualified bidders, the tender shall be cancelled and
recalled.
In case, after Technical evaluation, none of the bidder scores minimum 70%,
then tender shall be cancelled and recalled.
58.9 : Some other important points

1. It is the responsibility of the Architectural Consultant to ensure the integrity of the


detailed estimate / DPR/ Justified cost and that there is minimum variation in the
estimated and executed cost which should normally not exceed 5% of the estimated value
(based of justified rates). However in case the variation is observed more than 10% (this
shall exclude deviation on account of reasons beyond control of the Architectural
Consultant), over and above the provisions in tender document.
1.1 An additional recovery limited to the 5% of the consultancy fees shall be made
@ 1% for every 2% additional excess deviation beyond maximum permissible
10% deviation in the justified value (variation between justified cost for the
defined scope of work and the completion cost for similar scope of work, making
allowance for tender variation as applicable). In case the variation is more than
20%, AAI reserve the right to initiate other Administrative / penal action
including debarment against the PMC.
2. The consultant shall not change the sub-consultants till completion of the assignment
except in the event laid down hereunder:
2.1 The Sub-consultant can be changed only in case of their poor performance,
breach of integrity pact, or any other violation of the agreement between
Architectural Consultant and AAI. Architectural Consultant should be allowed
change of Sub consultant with same/better qualifications with the prior approval
of AAI but with a compensation (Rs. 1.0 lac) to act as deterrent.
3. The Architectural Consultant shall be responsible for paying damages to AAI for any loss
suffered by AAI on account of negligence, incompetence, carelessness or any other cause
on part of Architectural Consultant, his employees, associates, sub-consultants,
implementing agencies etc while undertaking any or all of the works.
4. There should be no major deviation in the scope of work of Architectural Consultant after
the contract is awarded. However the total deviation should not exceed 10% of the
awarded cost.

290
AAI Works Manual

5. The consultant should be penalized for poor planning. Suitable clause may be
incorporated in the tender document/ NIT.
6. The amount (Running / Final bill ) of the Consultancy fee payable shall be lesser of the
amount worked out based on the percentage of the quoted fee on the estimated cost
prepared by the PMC / awarded value of the execution contract (item rate) / completion
cost of the execution contract.
6.1 For the major bought out items i.e. Escalators, Elevators, Baggage Handling
system, Passenger Boarding Bridges, D.G. Sets, Transformers & X-Ray
Machines, the Consultancy fee payable shall worked out based on the Percentage
of the quoted fee on the 25% of Least of Estimated / Awarded cost / Actual
Completion cost of particular bought out item, for which PMC shall include
appropriate clause in the execution contract (item rate).
7. Whenever there are repetitive jobs like different tower block of residential quarters of
same plan & specifications, then fees of Architectural Consultant for block other than the
first one should be paid at reduced rate.
8. Number of trips/ visits to be made by Architectural Consultant or his associates to the site
without any extra cost on AAI should be specified in the tender/ NIT.

All the penalties proposed above are indicative only and TS authority is to take final decision
in this regard before call of tender

291
AAI Works Manual

SECTION 59: APPOINTMENT OF PROJECT MANAGEMENT CONSULTANT


(PMC)

59.1 GENERAL:
AAI intend to enhance its capacity for creation, up-gradation and expansion of airport
infrastructure by adopting mode of engaging integrated Project Management
Consultants accordingly AAI Board in its 166th meeting dated 28.05. 2015 has
approved the concept and methodology of taking up various infrastructure works
through Project Management Consultancy.

It is envisaged that the Project Management Consultant (PMC) will assist AAI in
project formulation and appraisal including architectural, structural, façade
engineering, MEP services and bulk services etc. bid process management,
project management and construction management services including review and
approval from concept to delivery through PMC mode under overall supervision
of AAI
a) In PMC works where Complete Project Management including quality control,
control on project cost, and supervision including all decisions having financial
implication during all construction stages of projects/work in a time bound
manner is proposed to done, by the PMC, the Architectural Consultancy contract,
involving complete planning, Designing & preparation & award of Execution
Contract, and the PMC contract should be called separately.
b) In PMC works where Complete Project Management including quality control,
control on project cost, authorization for payment, technical sanctioning of the
work, ordering & approval of extra/ substitute / deviation items, deciding on any
change having financial implication rests purely with AAI & role of PMC after
award of execution contract is limited to assisting AAI, & PMC along with their
associates are restricted from providing any type of services to the executing
agency or their associates, then in that case AAI may call single tender for both
the Architectural Consultancy & PMC (With PMC role after award of execution
contract, limited to assisting AAI).

59.2 METHODOLOGY
59.2.1 For appointment of PM Consultant
The scope of work for PM consultancy work must be decided very carefully. The
scope of work must be exhaustive for PM Consultant. Normally Project
Management is being done through departmental officers. In any case, if it has
been decided to outsource both Architectural Consultancy with services and PMC
work, then following procedure should be followed:
a. In case, Complete Project Management including quality control, control on
project cost, and supervision including all decisions having financial
implications, during all construction stages of projects/work in a time bound
manner, is proposed to done by the PMC, the Architectural Consultancy
contract, involving complete planning, Designing & preparation & award of
Execution Contract and the PMC Contract should be called separately. It must

292
AAI Works Manual

be clearly specified in the tender documents (NIT) as well as in paper


advertisement that the agency quoting for the work of Architectural
Consultancy shall not be permitted to buy tender documents for PMC work.
Similarly agency quoting for PMC work shall not be permitted to buy tender
documents for work of Architectural consultancy.
b. In PMC works where Complete Project Management including quality
control, control on project cost, authorization for payment, technical
sanctioning of the work, ordering & approval of extra/ substitute / deviation
items, deciding on any change having financial implication rests purely with
AAI & role of PMC after award of execution contract is limited to assisting
AAI, & PMC along with their associates are restricted from providing any
type of services to the executing agency or their associates, then in that case
AAI may call single tender for both the Architectural Consultancy & PMC
(With PMC role after award of execution contract, limited to assisting AAI ).
c. Offers shall be obtained from the Consultants through Open / Limited
tendering.
d. The PM Consultant shall engage reputed specialized sub-consultant
(as required), in respect of various specialized services required for planning
and implementation of Projects Work, such as architectural/ Interior/
landscaping/ Operational/ functional requirements etc.
e. Selection of Consultant for specific project shall be on Quality and Cost Based
Selection (QCBS) approach (or other alternative as decided by competent
authority) by evaluating the credentials of PMC, their sub-consultants
wherever required, selected from the bidders who qualify the eligibility
criteria fixed by AAI, with the evaluation based on 80:20 (or as decided by
competent authority) criteria of Quality: Cost. Additional weightage shall be
given to consultants who engage expatriates having experience in planning &
designing of airport terminal building (World class) including experience in
provision of airport services outside India.
f. AAI has deliberated and decided following methodology for awarding of work
to a single PMC.
The overall ceiling Shall be five works subject to the following ( works in hand
at a time) depending on Project Cost of AAI:-
 Less than Rs.300 Cr. Not more than 3 works.
 More than Rs.300 Cr &up to Rs.500Cr Not more than 2 works
 More than Rs.500 Cr. Not more than 2 works

The number of works in hand shall be treated as works till issue of completion
certificate by the Engineer-in-charge.

59.2.2 EVALUATION CRITERIA (PMC)


a. The technical proposal shall be examined by a selection committee (to be appointed
by Member (Plg)) to determine whether the proposals received are responsive in
terms of the requirement of the RPF, before proceeding further.
b. The technical evaluation of the bid shall be solely numeric and broadly comprising
of:-
293
AAI Works Manual

i. Bidder’s work experience, standing of firm and turnover as Project Consultant


in development of a project preferable Airport Project.
ii. In respect of Associates for Architectural/ Structural/ HVAC/ PA system/
CCTV/ FIDS/ Fire Fighting/ MEP etc. Work experience, standing of firm,
turnover and professionals expatriates etc.
b) Qualification and experience of proposed key personnel to be deployed during
planning and construction phase.)
c) The bid evaluation process will be based on QCBS (Quality and Cost Based
Selection) approach (or other alternative as decided by the competent authority)
considering weightage of 80% for Technical evaluation and 20% for Financial
evaluation (Financial score= 100 x (Quoted Amount of lowest bidder/ Quoted
amount of the bid being evaluated).(This ratio can also be 70:30 or 60:40 or
50:50 as decided by T/S authority).
d) The work shall be awarded to the H-1 scorer from those who will meet the
qualifying criteria fixed by AAI.
59.3. SCOPE OF WORK OF PMC:
Role & Responsiblities of PMC
i. Supervision
Supervision of all site activiteis viz. Civil and Structural works, IT, AS works, MEP
works, Lanscape works, Finishes, External Infrastructure etc. as per good for
constructin darwings / approved shop drawings / best engineering practices based on
value engineering.
ii. Quality Control / Assurance
a) Review and validate the contractor’s Qualtiy Assurance / Quality Control Program
and to ensure Quality Control of work uin line with Agreement, CPWD, BIS
Standards / provisions for effective implementation at site.
b) Coordinate any required inspection by local government agencies. To asssit AAI for
obtaining necessary statutory clearances and approvals from DGA, BCAS and any
other central or state bodies etc.
c) Conducting & Monitoring te Qualtiy Control at site as per frequency mandated in BIS
codes / CPWD specifications and maintaining records of all qaulity related tests.
iii. Bills Certification / Payments
Review and validate contracot’s RA Bill’s and recommend payments including
verification of measurements of work done during each stage, and payment
recommendatins to E.I.C. AAI. (Amended vide TI No.06 dtd. 01.11.18)

59.3.1. CONSULTANCY ASSIGNMENT / SCOPE OF SERVICES / ROLE OF PMC

GENERAL
i. Based on scope of work approved by AAI, duties & responsibility of PMC shall
broadly include but not limited to preparation of concept, bid process
management, assisting AAI in award of execution contract, construction
management, post construction work etc. The details are given below
ii. It is proposed to implement the project through the engagement of Project
Management consultants (PMC). The consultant so appointed shall be responsible
294
AAI Works Manual

from concept to commissioning stage i.e. for providing project


planning/construction management services. The award of work to Execution
contractor through execution tender shall be by call of open bids (e-tender route)
on the basis of item rate / EPC bid documents to be finalized by PMC.
iii. The PMC shall be required to render all professional services in respect of
comprehensive PMC (Architectural, Engineering & Supervision) consultancy
from concept to completion, which broadly includes , but not limited to, the
following:
 Planning/ layout planning;
 Traffic Engineering/Traffic Impact Study - Vehicular;
 Infrastructure Planning,
 Architecture Design;
 Structural Design;
 Design of Roofing System
 MEP Design;
 Façade and BMU design; for eg. FIDS, CCTV, BMS, Wi-Fi etc.
 Interior Design including Artwork Design/media plan / Retail planning
 Landscape Design/ Horticulture
 Lighting Design (Interior, Exterior and Façade);
 Acoustics Design;
 Signage Design;
iv) PMC shall provide Architectural concept incorporating inputs from local heritage,
art and culture with 03 options including concept drawings, artist view, walk
through, indicative cost for all 03 options along with green building concepts
including use of renewal energy resources, concept/ parameters for obtaining the
desired GRIHA rating, concepts / parameters for observing ECBC norms,
calculations for IRR (Internal rate of return) and ERR (Economic rate of return)
to meet market demand and airport goals. The PMC shall make a presentation to
the Design Council for obtaining approval. The Design Council will consist of
following:-
1. Chairman AAI
2. Member (Plg)
3. ED(Plg)
4. ED(Arch)
5. ED(Engg) of concerned region
6. One External member (architects/artists/ professors from architectural
college/ eminent personalities) on rotation basis from the list approved by
AAI from time to time.

The PMC agency shall submit 3D model of proposal selected by Design Council
and/or finished walk through animation depicting the passenger flow and facilities.
v. The PMC shall plan the Building keeping local architecture/ culture/ art / heritage in
mind and the Building should conform to BIS specifications &GRIHA -IV Standards
and operationally to ICAO standards.

295
AAI Works Manual

vi. The PMC shall prepare and periodically update the PMC's Services Schedule
which shall identify milestone dates for decisions required by AAI, design
services as desired by AAI as per need of the work, completion of documentation
and anticipated commencement of construction and Completion of the Work. For
monitoring as well as making up of delays PMC to adopt latest project
management software designed for such projects.
vii MC has to, however, ensure that the submissions are complete in all respect and
cover the scope of work in its entirety. Further, it will be ensured by PMC that the
clarifications sought by AAI are attended to in a prompt manner.
viii In case of incorrect or incomplete submission or in ordinate delay in replying to
queries raised by AAI, the onus for consequential delay in approval shall rest with
the PMC.
ix. PMC should be further advised to ensure to finalize a detailed programme of
submissions with activity wise breakup so as to ensure various type of
submissions e.g. GCC, SCC. Detailed Design, Technical Specifications,
Detailed nomenclature of items, market rate analysis, functional/ technical
parameters of design based items/ services, branded makes etc. leading to
preparation of DPR and the Draft NIT are concluded in advance to provide
sufficient time to AAI Engineers/ Associated Directorates to carry out detailed
scrutiny and analysis of the submissions, seek queries so as to accord approval in
stages leading to timely finalization and approval of DPR & Draft NIT.
x. The scope of services shall also include all such normal services which are not
specifically mentioned in the Bid documents, but which are needed for
satisfactory completion of all the areas of services assigned to him in totality to
ensure operability, maintainability and reliability of the design provided by him
unless otherwise specifically excluded in the specifications under ‘exclusions’ or
Letter of Award.
xi. PMC shall present work plan/Methodology showing the complete sequence of
execution right from beginning of the project until completion and
operationalization. This shall include all activities of the project.
xii. PMC consultant shall provide the services in line with/ taking into account
provisions of existing AAI works manual/AAI Technical Instructions,
updated/issued from time to time, as far as feasible/ practicable.
xiii. APPROVAL OF VENDORS/ BRANDED MAKES:
Approval of Makes to be done by the Engineer-In-Charge of AAI. PMC to provide
all assistance.
xiv. It is further clarified that detailed architectural drawings, structural design and all
system designs/detailed engineering for various systems e.g., MEP and HVAC
system, Internal EI and lighting system, Traffic engineering and external roads,
power supply, CCTV/Security and Access system, Passenger movement system
(Lifts & Escalators), Baggage handling system, Airport systems & IT systems,
Façade design/skylight, structural glazing system, Media plan and interior element
system, PA system and acoustic design etc. where ever required shall be
completed at the pre-award stage with due diligence along with value engineering
inputs by the PMC so as to finalize complete bill of quantities / estimate to the
desired accuracy to extent of +10% and detailed technical specifications.
xv Based on the information provided by the PMC Architect, Structural Team of
PMC shall develop appropriate alternatives and structural concepts, including
296
AAI Works Manual

detailed structural types and forms, ground retention systems (if required),
construction techniques, grid layouts, and the indicative positioning of critical
members.
xvi Prepare a detailed design outline for MEP systems that will postulate design
parameters, system and the quality standards for the project and outline the major
MEP system issues that will need to be considered.
xvii Prepare lighting design concepts including all interior passenger and office areas
and exterior of the building including landscape areas, façade and feature
lighting. The concepts should work together with the proposed Architectural &
Interior Design to enhance its qualities. Attention should be paid to night time
suitable illumination and suitable illustrations should be included.
xviii Soft and hard landscape design for Terminal Building and all other associated
areas, External surface Car Park, Perimeter landscaping, Drop-off areas and
entrances, Planting and street furniture inside the terminal in co-ordination with
the Architect and the Interior Designer.
xix Develop an Interior Concept Design in terms of achieving the desired objectives.
Scope of Work shall include but not limited to the Terminal Building and all
other associated areas.
xx The Acoustic expert will review the Architectural and Engineering concepts and
report and advice on noise sensitive and noise critical areas and submit a report
on the findings. The areas included, but not be restricted to, the following:
Acoustic performance requirements of facade to achieve adequate noise
reduction, acoustic isolation of the office spaces from traffic noise all around,
assessment will also include the mechanical and electrical equipment positioning.
xxi Prepare Façade / Cladding design, including Performance criteria, Finishes,
materials and systems, minimum & maximum and most practical sizes, Building
structure, movements and tolerances.
xxii Prepare the requirements for cleaning each area for the geometry proposed for the
external features considering space requirements enabling an efficient
maintenance access method. Determine space and routing requirements on the
roofs, architectural features, canopies, garden areas, soffits and parapets. Suggest
options of garaging or concealing the machines in parking position by suitable
means.
xxiii Based on the Architectural, Landscape and Interior Design concepts prepare a
preliminary set of all signage layouts
xxiv Formulation of maintenance plan for external and internal of terminal building in
the basic design itself.
xxv Preparation of technical specifications and complete bill of quantities.
xxvi Engage a Consultant to obtain GRIHA-4 star rating compliance building &
coordinate with them & other agency (s) until the award of rating. All fees /
deposit required for statutory clearances shall be paid by AAI directly. However,
all necessary co-ordination shall be done by the PMC. For achieving minimum 4-
Star GRIHA rating PMC to engage Green Building Consultant who is associated
with minimum 3nos.-5 -Star GRIHA rated projects out of which at least one
project should be completed and obtained 5 -Star GRIHA rating.

297
AAI Works Manual

xxvii Obtaining recommendations from GRIHA expert to achieve compliance of


proposed terminal buildings with green building norms (GRIHA-4 star rating
standards).
xxviii. The work is proposed to be carried out in line with international standards
planning & design practices in compliance with latest BIS/ NBC
ASHRAE/NFPA or equivalent standards code of practices and CPWD
specifications or as per manufacturer specifications for the items to be executed
for the construction of modern/ world class Airport terminal buildings.
xxix To identify structures, services/ facilities which are likely to fall within proposed
Terminal Buildings and which are required to be relocated.
xxx To provide solution for smooth passenger flow during different phases of
construction of proposed Terminal Buildings.
Xxxi Consultant shall provide best available/ technically feasible option of equivalent
makes having price variation of ±10%, for decision based on value engineering
inputs. The Indian Makes of equally good quality should be preferred. Any
deviation, under specific situation, will be w.r.t. recorded reasons subject to
approval of AAI.
59.3.2 The scope of work for the work of Project Management Consultancy shall also
include following:
b. Support & Coordination Services:
i. PMC shall be required to organize, conduct, and participate all progress review
meetings regarding the project at any date, time and place as directed by the
AAI throughout the project period.
ii. PMC shall conduct routine monitoring and coordination meetings on daily/
weekly/fortnightly basis as per directions issued by AAI time to time.
iii. PMC shall adopt latest project monitoring software designed for monitoring as
well as review and making up the delays. PMC Agency shall be responsible for
regular review of progress and reporting to AAI regarding likely delays,
bottlenecks and suggestions to remove hurdles for timely completion. PMC
consultant shall also suggest corrective measures to be initiated by contractor
and AAI for expediting the work and achieve timely completion. PMC agency
shall also submit a detailed report on expiry of time limit against each milestone,
with his assessment about performance of contractor and his capability to make-
up lost time.
iv. PMC shall set up and control its own documentation control system for the
project.
v. The AAI and/or its authorized representatives shall have access to the records of
PMC as and when required with due notice.
vi. PMC shall, without question or fail, provide knowledge transfer and handover,
including transfer and/or cessation and/or conveyance of physical possession
and/or custody wherever applicable, of all material or de-materialized project
constituents, to the AAI and/or other agencies appointed by the AAI, as and
when desired.
vii. The conceptual drawings submitted by Architectural Consultant shall be studied
by PMC consultant and offer his comments on completeness, adherence of local

298
AAI Works Manual

bye laws, allocation of areas for most economical and systematized flow pattern
of activities and fulfilling all requirements indicated by AAI.
c. Design, Technical Sanction to detailed estimate and award of work:
All detailed estimates shall be examined by the PMC agency to check following
i. That the tender drawing provides complete details.
ii. That System design for all electrical, mechanical, air-conditioning, plumbing,
sewerage and electronic systems has been done adopting current and
economical technology.
iii. That description of items adopted in BOQ is complete and without any
ambiguity to avoid additional claims.
iv. Quantities taken in the BOQ are correct to avoid deviation and increase in
project cost.
v. Check if any item is left out for completing the work to avoid extra and
substituted item.
vi. Specifications of work and items are detailed and complete.
vii. To check analysis of rates for market rate items and schedule rates adopted in
detailed estimate.
viii. The PMC agency will also offer their comments on detailed estimate
considering present day technology, practice in the building industry, good
engineering practice and alternative materials available in the market.
ix. They will offer their comments on list of preferred makes submitted by
consultant before approval of NIT.
x. PMC agency will record their recommendations on corrected detailed estimate
for accord of technical sanction.
xi. All tenders shall be called by AAI through e-tendering system. PMC shall
prepare comparative statement on PQ, technical offers & make correspondence
with bidders as per AAI procedure and AAI Works Manual.
xii. They will assist AAI in technical evaluation of the bids.
xiii. PMC shall assist AAI for acceptance of tender by AAI. The proposal must
include following:
 The scope of work covered in the tenders and corresponding provisions in
sanctioned work.
 Prequalification criterion adopted in selection of agencies.
 Detailed history of call of tenders.
 Justified cost for the scope of work covered in agreement i/c analysis of rates.
 Recommendation for acceptance/rejection of tenders.
d. Field Engineering, Supervision & Design Support:
i. The PMC agency will depute their staff as per terms and condition of contract at
each stage of work. PMC agency shall increase strength of staff progressively on
award of works under each package as per requirement and directions of AAI.
ii. PMC Agency shall depute their staff with at least same qualifications and
experience, on the basis of which they have been pre-qualified and as indicated in
their tender documents.
iii. All works shall be executed by contractor under direct control of PMC agency
for the work. Thus they shall be responsible for field engineering, supervision
299
AAI Works Manual

and design support, execution of work as per tender specifications, inspection of


work, pointing out of defects etc. PMC agency shall also be responsible for
getting defect rectification work completed through respective contractor/
executing agency.
iv. The replacement of staff at any intermediate stage shall not be permitted by AAI.
The agency may apply to AAI for replacement of staff with equally qualified and
experienced staff under only exceptional circumstances with full justification for
such change. The permission for replacement of staff shall only be granted by
NIT approving authority but not below the rank of GM (Engg) in writing by AAI
after full satisfaction with the justification provided by the agency.
v. In other cases where the reasons given for replacement of staff, are considered
unconvincing by TS authority / ED (Engg), AAI, a penal deduction at the rate of
two percent of fees mentioned in Para 59.8 for such individual for the balance
period per replacement is liable to be levied.
vi. PMC agency shall regularly submit following reports to AAI at a interval
indicated against each.
 PMC will conduct weekly progress review meetings with contractors and their
sub- contractors. The details of discussions shall be recorded and circulated for
taking follow up action. A status report of all works shall be prepared on the
basis of discussions in such meeting, which shall be submitted to AAI
fortnightly/monthly or as per directions of AAI.
 Status report on the works yet to be awarded shall be submitted fortnightly to
AAI. This report will also indicate action taken so far against each work and
type of help required from AAI to expedite award of work.
vii. PMC agency shall seek approval for all type of deviation items, substituted items
and extra items from AAI. A report on such items shall be submitted as per the
duration indicated in the PMC agreement. This duration shall depend on total cost
and completion time of project.
viii. All the payments to contractor shall be made by AAI & PMC shall record
measurement and submit running account bills to AAI with their
recommendations for making payment. PMC shall be responsible for accuracy of
measurements and no over payment shall be permitted under any circumstance.
ix. All bills of contractors for work executed by them and of supplier shall be
measured and verified by PMC.
x. Prepare deviation item, extra item and substituted item statement with analysis of
rates and obtain approval of AAI.
xi. Functionality and performance tests on all systems shall be ensured by PMC. The
results shall be computed and compared with tender specifications or as promised
at various stages by contractor or manufacturer of the equipment/components.
Defects if noticed in performance shall be got corrected by the concerned
contractor. If defect is noticed in performance of any component, the same shall
be got replaced.
xii. PMC shall correspond with all local departments for obtaining requisite
clearances. They will prepare all documents for submissions of various
applications. AAI shall sign documents as owner of the assets. Official fee for
300
AAI Works Manual

submitting application for connection and approvals shall be paid by AAI. PMC
shall be responsible for follow up work for obtaining timely approvals.
e. Health, safety and Environment Requirements:
i. PMC shall ensure through all acting agencies that while carrying out the works
under the assignment the agencies shall give due importance and regard to the
overall aesthetics, ambience, topography and eco-system of the site.
ii. PMC shall also take due precautions to ensure all necessary compliances for
Environmental and Health & Safety requirements at site as well as at Contractors
labor camps if any on the Project site.
iii. PMC shall ensure the highest standards of safety, security and health for all
workers of all contractors and other agencies and also all other persons entering
the site in conformance with legal provisions, codes, standards and good practices.
PMC shall also conduct training / orientation and briefing of all workers and
visitors in this regard.
iv. PMC shall ensure that all labor laws are strictly abided during complete period of
all contracts and interest of labor working at site taken care off.
v. PMC shall be responsible for suggesting suitable measures to ensure proper
sanitation, hutments, drinking water, safety shoes & helmets, safety belts, and
other health related facilities as per requirement of law. They will take suitable
action to inform ED (Engg)/Member (Planning) if facilities are not provided by
concerned contractor.
f. Contract Administration:
i. PMC shall maintain complete records for all contract orders from award to final
acceptance, payment, and completion.
ii. Contracts and purchase orders along with record of all day to day correspondences
and meetings including contractual issues with all the Contractors.
iii Maintain the logs for Bank Guarantees, Contracts, Contract Amendments, Change
Notices, incoming &outgoing correspondences, workmen compensation policies,
PF Challans, Labor license, Health and other Insurance policies, Contract
Schedules, Bank charges, Invoices, etc., for all contractors.
iv. The PMC agency shall obtain approval of Engineer-in-Charge on all issues not
covered under agreement.
v. PMC agency shall keep all records in presentable condition for audit by AAI or
any other Govt. agency having such authority.
g. Project Cost Control:
i. PMC agency shall keep strict control over project cost. The status of financial
commitments already made and likely to be made for completion of project shall
be submitted along with proposal for acceptance of each future financial
commitment.
ii. PMC agency shall keep reviewing the project cost. A report on likely increase in
the project cost shall be submitted every quarter to the GM/ED (Engg).
iii. PMC will submit a quarterly report on requirement of funds for the balance
period of current financial year and next financial year to AAI. The report must
be realistic and based on factual stage of project/work.
h. Project Completion:
On completion of work following activities shall be performed by PMC.
i. Prepare list of defects noticed in execution of all civil, electrical, plumbing, air-
conditioning, mechanical and electronic works. All defects shall be got rectified
from respective contractor to maximum extent. PMC shall prepare recovery
statement, if any contractor has failed to rectify any defect intimated to him.
301
AAI Works Manual

This recovery statement shall be accompanied with certificate that structure


stability and technical soundness shall not be sacrificed by such defect for which
recovery has been proposed. Overall performance of system shall also be not
affected if defect remains unattended. The amount proposed for recovery shall
be enough to get the defect attended through other agency at the risk and cost of
original agency.
ii. Record completion certificate for each work (contract wise) with list of defects,
if any.
iii. Get collected required set of drawings of as completed drawings against all
contracts and handover the same to AAI.
iv. Prepare case for extension of time for each work (contract wise). The case must
be submitted with justification (on the basis of record of hindrances) and reasons
for delay. If the delay is not justified, PMC shall also calculate compensation for
unjustified delay for the consideration of AAI.
v. Prepare final bills for each work (contract wise) including measurements etc.
vi. Prepare completion cost of the project. Submit revised estimate on the formant
provided by AAI if the variation in project cost requires so.
vii. Prepare photo documentation of project at various stages as directed by AAI.
The documentation must indicate salient features of project. He will submit
completion report indicating completion cost.
viii. Submit a set of original sanctioned drawings and other approvals obtained from
various local bodies and authorities along with three set of copies of the same.
ix. Prepare three set of handing over documents.
i. Quality Assurance/ Quality Control:
(Amended vide TI No. 06 dtd. 01.11.18)
In order to ensure compliance of above role and responsibilites, the quantum of test chek for
measurement and field / laboratory tests for verificatoin of quality assurance and quality control to
be carried out by AAI & PMC engineers is specified as below:
i. PMC for Item rate contracts
a. Role of PMC for check of Measurement & Quality: To ensure check for quantity
measurement and quality of item rate contract works supervised by Project Management
Conaultant, responsibilites of PMC Engineers is indicated as below:
Test check for quantity measurement by Check for Quality Assurance and Quality
PMC Control by PMC
S.No Designation Value of Test check Designation % of total tests
(% of executed required for each
value of work for item
each item)
1 Engineer 100% Engineer 100%
2 Sr. Engineer 50% Sr. Engineer 50%
3 Project Director 5% Project Director 5%
b. Role of AAI for check of measurement & Quality: Delgation of duties of AAI team in
item rate contract projects supervised by Project Managment Consultant (PMC) is
specified as below:
Test check for quantity measurement by Check for Quality Assurance and Quality
AAI Control by AAI
302
AAI Works Manual

S.No Designation Value of Test check Designation Min % of required


(% of executed tests for executed
value of work) value of work
1 M / AM 12% M / AM 12%
2 AGM / SM 6% AGM / SM 6%
3 JGM / DGM 2% JGM / DGM 2%
4 GM Fortnightly
Minimum 30% value of test check shall be for hidden items at each level.
ii. PMC for EPC / Design Build contracts
EPC stands for Engineering Procurement, and Construction. It is a prominent form of
contracting agreement in the construction industry. The EPC contractor will carry out the
detailed engineering design of the project, procure all the equipment and materials necessary
and then construct to dleiver a fucntioning facility or assest to their cleints in a time bound
manner. Companies that deliver EPC Projects are commonly referred to as APC Contractors.
EPC contractors has to execute and deliver the project within an agreed time and budget,
commonly known as a Lump Sum Turn Key Contract. In EPC contract management
places the risk for schedule and budget of the EPC contractor.
a. PMC shall be responsible for the correctness of the Scope of Project, Project Facilites,
Specifications, Standards and the criteria for testing of the completed works.
b. In EPC contract, AAI shall focus essentially on technical parameters based in output
specification covering core requirement of design, construciton and operation that have
bearing on quality and safety of the project.
Check for Quality Assurance and Quality Control by PMC: To ensure check for quality
control of EPC contracts supervised by Project Management Conautlant, responsibilites of
PMC Engineers is indicated as below:
S.No Designation % of total tests required for each
1 Engineer 100%
2 Sr. Engineer 50%
3 Project Director 5%
Check for Quality Assurance and Quality Control by AAI: Delgation of duties for
quality control by AAI team in EPC projects supervised by Project Managment
Consultant (PMC) is specified as below:
S.No Designation Min % of required tests of executed value
of work
1 Manager / Asst. Manager 20%
2 AGM / Sr. Manager 10%
3 Jt.GM / Dy.GM 5%
4 General Manager Fortnightly
GM (Engg.)-Project shall visit the site laboratory fortnightly for overall supervision and
ensuring complinace of the Project Qualtiy Management Plan. Any quality control test falling
due on the day of visit, may be carried out in his presence. He shall record and certify the
result in the test register / report.
Factory Acceptance Test (FAT):For all such item (imported / indigenous) for which Factory
Acceptance Test (FAT) are required to be carried out the same shall be done by AAI / PMC
project engineers as decided by the respective Executive Director (Engg.) CHQ/Project.
303
AAI Works Manual

Measurement / quality test selected by higher officer for test check should be independent of
measurement / quality test checked by subordinate officers in case of AAI Measurement /
quality test selected by project director for test check should be independent of measurement /
quality test checked by enior engineer in case of PMC.
Factory Acceptance Testing (FAT) of E&M Equipment (Amended vide TI 29 dtd.
13.09.2019)
Inspection and Testing procedure in this regard shall be clearly spelt out in the tender
document and accordingly, factory acceptance testing and witnessing by the representatives of
the AAI for the various E&M equipmnt which falls under Category-I as per AAI
approved makes shall be carried out as per relevant IS / BIS / BS / AHRI / ICAO / FAA /
CPWD or any other relevant code / standard.
i. PMC agency shall be responsible for overall quality of work and adherence to
the specifications of NIT.
ii. Performance of all systems to the desired standards (as per NIT) shall be the
responsibility of PMC.
iii. PMC shall provide necessary assistance for the conduct of third party quality
audit if AAI so decides.
iv. PMC shall be responsible for preparation of replies to observations received
from CTE and Audit party on inspection/examination of work/records upto3
years of completion
j. Full assistance in all project related legal matters and other mandatory
compliances:
i. PMC shall provide all assistance in defending arbitration cases, discussions
with legal counsel of AAI, preparation of counter claims and defending the
same. PMC shall also help in subsequent Arbitration proceedings and
acceptance/challenging of award.
ii. PMC will assist in any other legal case associated with the work covered in
his scope.
k. Obtaining Approvals from Local Bodies/Authorities
PMC shall be responsible for obtaining following approvals from local bodies.
i. Approval of local Fire Department for the scheme of fire alarm and fire
fighting systems.
ii. Approval of pollution board both state and central before starting
construction (depending on the size of the project).
iii. Approval of building plans from local bodies, before starting construction
work.
iv. Sanction of power requirement from local Electrical Supply agency.
v. Sanction of water connection matching requirement of complex from local
Jal Board.
vi. Approval from DGCA if required. (Please refer TI No. 33 dtd. 02.12.2019)
vii. Approval from Electrical Inspectorate/CEA for charging new substation and
generating power through DG Set.
viii. Obtaining Occupancy certificate from Local Bodies.
Note: NIT approving authority may include in this list, any other approval required in the
respective State or which has been made mandatory by Government in the
intervening period.

304
AAI Works Manual

59.4 ROLE OF AAI FOR PMC CONTRACTS


i. AAI designated Engineer will be Engineer-in-Charge for the project executing agencies RA
Bills / PMC bills etc. shall be certified by the Engineer-in-Charge, AAI.
ii. Ensure Test Check on recorded measurement taken by PMC as per procedure finalized,
internally, by AAI.
iii. To approve the Quality Assurance and Quality Control mechanishm (including testing and
maintenance of records as per relevant specifications and IS (codes) of the executing
agency(ies) validated by the PMC. E.I.C or his authorized representative shall test check quality
control s per procedure finalized internally by AAI.
iv. To approve the bills of the work-done (based on field verification), recodred and validated by
the PMC before release of payment. (Amended vide TI 06 dtd. 01.11.18)
59.4.1 PRE-AWARD STAGE
i. To identify a nodal officer/authorized representative with whom PMC will
coordinate for all matters related to implementation of the agreement at pre-
award and post award stage.
ii. To approve the concept design, schematic design reports and other submissions
made by the PMC in line with responsibilities of PMC & provisions of contract
agreement.
iii. To finalize and approve the conceptual drawings and convey in-principle
approval to designs submitted at various stages by the PMC.
iv. Detailed scoping of the project shall be completed by the PMC in consultation
with AAI and shall form the basis for further planning/ execution of the PMC
contract.
v. To convey in-principle approval to the following activities:-
a) Technical specifications/nomenclature of items / detailed bill of quantities,
suggested makes, for various inputs for the execution contract based on item rate /
EPC as prepared & finalized by PMC {based on benchmarking including value
engineering inputs and generic (commonly applicable) technical
specifications/functional requirements thereof}.
b) Market rates prepared & finalized by PMC which should be based on market rate
quotations (minimum 3Nos as far as practicable) of the approved materials.
c) Market rate analysis for cast-in-situ items/branded items (including items
involving SITC i.e. Supply, Installation, Testing and Commissioning) based on
CPWD analysis of rates, market rate analysis as per industry norms for various
components i.e. labour, material, T&P etc. as applicable and as per sound
engineering practices as per methodology approved by AAI as proposed &
finalized by the PMC.
d) The detailed estimate and DPR (Detailed Project Report) as prepared & finalized
by the PMC. (However, the responsibility for accuracy and integrity of the
detailed estimate lies with the PMC).
e) Justified cost as prepared & finalized by PMC
f) Technical Sanctions for the project.
vi. To convey approval to the following activities:-
a) Short-listing of bidders for item rate / EPC contract.
b) GCC (General Conditions of Contract), SSC (Special Conditions of Contract).
c) To approve detailed BOQ and Tender drawings proposed by the PMC.
d) Methodology for performance evaluation of the item rate / EPC Contractors and his
specialized vendors/ suppliers/ agencies (as proposed by the PMC).
305
AAI Works Manual

e) Tripartite agreement proposed by PMC (between item rate/EPC contractor, his


specialized suppliers/vendors/agencies and the PMC).
f) NIT including eligibility criteria proposed by PMC for selection of item rate/EPC
contractor and Specialized Vendors/Agencies to be associated with the main item rate
Contractor for specialized jobs.
g) Award of the execution contract after evaluation & recommendation of the same by
the PMC.
h) Advice to PMC, how to apply for DGCA concept level approval.
59.4.2 EXECUTION &DEFECT LIABILITY PERIOD (DLP) STAGE
i. During execution stage of the execution contract (item rate) and the DLP, for smooth
execution of the PMC contract AAI shall delegate the responsibility to designated
authorized representative (Engineer-in-Charge).
ii. AAI designated Engineer will be Engineer In-charge for the project. All decisions to
executing Agency (ies) shall be communicated under signatures of such AAI
Representative. Item rate / EPC contractor /PMC bills etc. shall be certified by the
Engineer In-charge. AAI through its designated Project Coordinator (assisted by
Engineer In-charge) shall exercise overall superintendence over the work/project
activities to ensure that the PMC/executing Agency (ies) contract agreement
execution is taking place as per the terms/provisions of the respective contract
agreement(s).”
iii. PMC consultants nominated project-in-charge shall assist the engineer-in-charge of
AAI for the execution contract in respect of day to day supervision, quality control,
monitoring, billing, record measurement, coordination etc. who shall function in
coordination with project-in-charge AAI or his authorized representative in respect of
specific matters as per the role of AAI engineers defined in the PMC tender document
and any additional role assigned by the competent authority, AAI as per site
requirement for smooth execution of the contract (s).
iv. To act as coordinator between PMC, executing & other agencies and to ensure that
work by the PMC / item rate / EPC contractor is being executed as per terms of their
relevant contract agreement.
v. Approve all activities of PMC as well as those of the executing agency (ies) after due
recommendation of the PMC, in terms of the relevant contract agreement provisions.
vi. To monitor and approve the quality control mechanism (including testing and
maintenance of records as per relevant specifications and IS codes) of the executing
agency (ies) is being ensured by the PMC.
vii. To approve the bills of the work-done (based on field verification), recorded by the
PMC before release of payment to executing agency (ies) .
viii. AAI shall ensure test check on record measurements taken by PMC.
ix. To deal with situations of underperformance by PMC.
x. To deal with situations of underperformance by execution contractor and his vendors/
suppliers/ agencies.
xi. To initiate action as per contract provisions in case of non-performance by the PMC/
item rate contractor or his vendors/suppliers, in the capacity of principle employer.
xii. To take appropriate action to resolve disputes as per dispute resolution mechanism in
respect of PMC & item rate / EPC contractor as per provisions contained in the
contract agreement and prevailing practice.
306
AAI Works Manual

xiii. To deal with any legal/ other matters pertaining to Land dispute etc. with State Govt.
/other statutory bodies.
xiv. PMC shall assist AAI in dealing with all legal matters related to the project which
shall include the item rate / EPC contractor, his vendors/ suppliers, and other
regulatory/statutory bodies.
xv. To approve mechanism for annual performance evaluation of executing agency (ies)
and his specialized vendors/ suppliers/ agencies based on recommendations by PMC.
xvi. To take necessary action as per any additional role/ responsibility assigned by AAI.

59.5 LIMIT OF CONSULTANCY FEE PAYABLE:


The fee payable to the appointed PM consultant shall be calculated on estimated cost,
awarded cost or completion cost whichever less as detailed is below:

Sl. no. Description %age of fee payable


Details of Fees Payable to PMC
a) Planning 4%
b) Construction Management 5%
Total fees 9%

NOTE: The %age of fee mentioned above should be maintained as upper limit
since AAI is seeking global participation public standard and internationally the cost
of PMC is expected to be on a higher side. Hence, such percentage is likely to vary as
per the size of the project. For smaller size projects the PMC cost percentage is likely
to be high while for higher value projects it may come down considering the overall
remuneration payable.
59.6 PROFESSIONAL LIABILITY INSURANCE
The consultant is required to indemnify the client (i.e. AAI) against losses and
damages incurred by the client (i.e. AAI) through the acts of the consultant and shall
maintain a Professional Indemnity Insurance policy, as may be mutually agreed
between the Consultant and AAI, with a Nationalized Insurance Company or any other
recognized Insurance Company by paying a requisite premium for a period up to 03
(three) years after the physical completion of the work.
59.7 COMPENSATION FOR DELAY

In case the Consultant fails to complete the work (Scheduled stages) within the stipulated
period and no justifiable reasons are found for the delay, the Consultant shall be liable to
pay compensation for delay @ 0.5% (zero decimal five percent) of items at that stage
value of the consultancy fees. However, the cumulative value of compensation for delay
in various stages shall be subject to maximum of 10% (ten percent) of the total
consultancy fees.
59.8 SELECTION CRITERION AND PROCESS FOR PMC WORK:
The Process of selection of agency for PMC work may be completed stages as
detailed below.
a. Stage I / Envelope I: The purpose of this stage of prequalification is only
to prepare a list of all eligible applicants on the basis of evaluation of
documentary evidence provided by the applicant in support of their
eligibility according to the primary eligibility criterion as per NIT.

307
AAI Works Manual

i. The applicant or the lead organization in case of consortium must be registered firm in
relevant field in India as required by law.
ii. The applicant must have satisfactorily executed Project Management of similar works
which should include Planning, Detailed design, Preparation of estimates & bid
documents, Construction supervision, from start to completion of one work of at
least 80% of the Estimated Cost or two works with 50% of Estimated Cost or three
works with 40% of the Estimated Cost, during the last seven years. The value of
completed works shall be brought to current costing level by enhancing at a simple
rate of 7% per annum ending previous day of last date of submission of tenders. Ref.
Appendix- 104
Normally PMC services are sought for composite works. However if PMC services
are sought for works like pavement, specialised works like HVAC system, Solar PV
system, Conveyor Belt, Escalators and Travelators etc. the definition of similar work
shall be defined properly with the approval of ED (Engg).
iii. The firm should have annualized average financial turnover of 30% of (0.09 x
Estimate Cost) from the consultancy business during last three years ending on 31
march of last financial year.
iv. The applicant shall be ineligible to submit the proposal if it has ever been barred or
black listed by any Central and/ or State Govt. /PSUs in India. The applicant shall
submit self-declaration in this regard.
v. If the entity participating in any of the tenders is a private or public limited company,
Partnership firm or proprietary firm and any of the Directors/ Partners/Proprietor of
such company is also a director of any other company or partner of a concern or a sole
proprietor having established business with AAI and has outstanding dues payable to
the Authority or debarred from AAI, then the said entity shall not be allowed to
participate in AAI tenders.
vi. The application of the applicant shall be rejected outright if information submitted by
him is found incorrect at any stage. AAI reserves the right to verify any facts
submitted by applicants from any source as deemed fit by AAI.
vii. Applicant should provide copy of PAN& GST registration. In case of foreign firm, the
successful firm shall be required to establish an office in India and also obtain
registration from Income Tax authority and GST registration for the purpose of
receiving payment for the work in Indian Rupees.
viii. Copy of abridged balance sheet duly certified by a CA along with profit and loss
statement for each of the last three years.
ix. Proof showing Year of inception of the firm.
x. Proof of work experience.
All submission of the applicant should be self-certified.
b. Stage II / Envelope II: All applicants pre-qualified after Stage-I shall be subjected
to evaluation of their technical capability. The purpose of evaluation of technical
capability is to shortlist applicants on technical ground. AAI will constitute an
Expert Committee to objectively award marks i.e. Technical Score (TS) out of
maximum 100 marks to the pre-qualified applicants solely on the basis of the
documents and details submitted in support of the prescribed Evaluation Criteria.
Proposal of applicant will be considered unsuitable and shall be rejected if it does
not respond or enclose required documents as asked for in NIT. The Expert
308
AAI Works Manual

Committee shall prepare a list of applicant on the basis of marks awarded as per the
prescribed Evaluation Criteria. Applicants scoring 70% or more marks in technical
evaluation will qualify for opening of their financial bids and the applicant scoring
less than 70% marks will be rejected and their financial bid will not be opened.
In view of above, following shall be incorporated in all the future Web NIT under
requirement for technical bid (in Envelope-II) / Tender document of the work for
appointment of PMC:-
a) While submitting the technical bid of the tender for the work, PMC (i.e. Bidder) shall
ensure that Associate firm(s) / Sub Consultant firm(s) proposed to be engaged by him /
them for particular sub head i.e. for Architectural Consultancy / Cost Consultancy /
Structural Design Consultancy / Façade Consultancy / MEP Consultancy / Interior
Design Consultancy / Airport System Consultancy / Real State Consultancy / Landscape
& Horticultural Design Consultancy / Project Management & Contract management of
the work is not associated for the same sub head with other bidder(s) intended to
participate in the bid for the same work.
b) The PMC (i.e. Bidder) and Associate firm(s) / Sub Consultant firm(s) shall submit an
undertaking in this regard as per Annexure A and Annexure B respectively in the
technical bid of the tender for the work. (Amended vide TI No.13 dtd. 01.04.19)
i. The Technical capability of applicants and their specialized partners will be
judged on the basis of past experience and technical team available with them
for the following fields
1. Relative Assessment
2. Architectural Consultancy
3. Cost Consultancy
4. Structural Design Consultancy
5. Façade Consultancy
6. MEP Consultancy
7. Airport System/ Services Consultancy
8. Interior Design Consultancy
9. Real State Consultancy
10. Landscape & Horticulture Design Consultancy
11. Approach & Methodology
12. Project Supervision & Contract Management.

All the applicant should submit details with documentary proof as per specified
format attached as Appendix-105 to Appendix-118. The formats attached here
are indicative and may be modified as per requirement with the approval of
concerned ED (Engg).
c. Stage III / Envelope III (Financial proposals):
Financial proposals of the firms who qualify in the stage II shall be opened.
Further evaluation to determine the lowest bidder shall be carried out as under:
i. After opening of the financial proposals, the Lowest Financial proposal
amongst all opened financial proposals shall be given a financial score (FS)
of 100marks. The financial score of other proposals will be determined using
the following formula:
FS = 100 x FL/ F
Here FS is the financial score, FL is the Lowest Financial proposal among all,
and F is the financial proposal of the particular applicant.
309
AAI Works Manual

ii For the purpose of calculation of composite score (CS) for each proposal, the
Weight age shall be 80% for Technical Score (TS) and 20% for Financial
Score (FS)of the respective applicants. The Composite Score shall be
calculated using following formula:
CS = TS x 0.8 + FS x 0.2
iii Proposals will be ranked according to their composite scores (CS) and will be
listed in the order of merit as H1, H2, and H3.
iv. The top scorer H1 may be eligible for award of work or part thereof, at the
discretion of AAI.
v. In case of a tie at the top position between two or more applicants, preference
shall be given to the applicant who has a higher Technical Score (TS), and
this applicant will be required to match the lowest price bid amongst those
agencies securing tie score.
vi. In case the applicant selected in a tie, as referred above, refuses to accept the
lowest price bid, the next applicant (in the order of merit list for technical
proposals) shall be invited for the acceptance of the lowest price bid; and so
on, till the lowest price bid is matched and a PMC gets selected.
vii All calculations will be up to 2 places of decimal. The individual score in the
quality parameter, financial parameter as well as the final score will be
calculated up to two places of decimal.

Note:
The scope of work detailed above and selection process are indicative and has been
suggested as a sample case. Scope of work and selection process can be enlarged or
amended with the approval of ED concerned. ED can also change ratio of
(CS=0.8TS+ 0.2 FS) in the NIT as per requirement.
OR
(Alternative to Technical Evaluation Capability)
i. Bidder who score 75% or more in Technical Evaluation shall be technically
qualified. Financial Bid of bidders who score 75% and above shall only be
opened and work shall be awarded to the bidder with lowest financial quote.
ii. In case, after Technical Evaluation, there is only one bidder who scores 75%
or above, then, qualifying bench mark score shall be relaxed to 70% and
bidders with minimum scores of 70% and above shall be considered as
qualified for opening of financial bid including the originally qualified bidder
which scores 75% and above.
iii. In case, after Technical Evaluation, if no bidder scores minimum of 75% and
above, then the qualifying marks shall be reduced to 70% and shall be
considered for opening of financial bid subject to minimum to qualified
bidder.
iv. In the absence of two qualified bidders, the tender shall be cancelled and
recalled.
v. In case, after Technical evaluation, none of the bidder scores minimum 70%,
then tender shall be cancelled and recalled.
59.9 Reimbursement of Payment during Extended Period
i. In case the contract is required to be extended due to reasons within the
control of the PMC (including his associate specialist consultants) such as
delay by PMC in issuing good for execution drawings/ timely decisions/timely

310
AAI Works Manual

clarifications etc., consultant shall be liable to make arrangements for


additional supervisory manpower at his own cost.
ii. However, in case the contract is required to be extended due to reasons not
within the control of the consultant, the Consultant shall be paid on monthly
basis, for the staff deployed, as per requirement of work and subject to
approval of AAI(for the required staff to be deployed for such extended
period). This should be clearly mentioned in the NIT after considering the
justified escalations that how much payment will be made to each type of staff
during first year of extended period.
iii. Rates shall be applicable for the first extended year of the execution contract.
Thereafter these will be enhanced by 7.5% every year till completion of the
stipulated and beyond.
iv. Land license fee will be waived off for PMC consultant’s contracts temporary
facility/ establishment at project site during such extended period beyond
control of the PMC consultant
v. Establishment cost (including water & electricity charges) for such extended
duration shall be reimbursed as per actual limited to 15% value of the
professional staff cost as tabulated above (whichever is lower).
vi. Above payment shall be in the form of reimbursement. Such reimbursement to
PMC during extended period shall be made on production of bill of Cost to
Company, for the staff so deployed, duly certified by a Chartered Accountant
engaged by PMC.
vii. If the work extends beyond the stipulated period of contract by the execution
contract (item rate/EPC) , for reasons beyond control of PMC, unutilized man
months by the PMC can be carried over during the extended period of the
execution contract (item rate/EPC) period.
viii. Staff of various categories may be swapped as per site requirement for smooth
execution of project in line with the agreed work programme.
ix. AAI reserves the right to deploy its own engineering manpower partially or
fully to deal with situations of unreasonable extended duration (i.e. execution
contract (item rate/EPC) is extended beyond 25% of the stipulated contract
period) on account of issues of poor performance /non-performance of the
PMC/ execution contract (item rate/EPC) etc. to that extent the PMC contract
supervision portion shall be treated as curtailed/foreclosed. However, the PMC
shall be liable for the performance during the DLP stage as per the contract
agreement.
59.10 Recovery due to non-deployment of professionals
In the event of non-deployment of professionals for a month or smaller periods,
agreed for development during construction and/ or defect liability period, the
recovery per person per month should be made on monthly / pro-rata basis, from the
due payment of the consultant for the period of absence. The rate of recovery for each
type of person should be clearly mentioned in the NIT. Such rate of recovery should
normally be 25-30 % higher than payable to the person of that category during the
extended period. The procedure mentioned above is just indicative; NIT approving
authority may take final decision in this regard at the time of approving of NIT.
59.11 Some other important points
311
AAI Works Manual

1. It is the responsibility of the PMC to ensure the integrity of the detailed estimate /
DPR/ Justified cost and that there is minimum variation in the estimated and
executed cost which should normally not exceed 5% of the estimated value
(based of justified rates). However in case the variation is observed more than
10% (this shall exclude deviation on account of reasons beyond control of the
PMC), over and above the provisions in tender document.
1.1 An additional recovery limited to the 5% of the consultancy fees shall be
made @ 1% for every 2% additional excess deviations beyond maximum
permissible 10% deviation in the justified value (variation between justified
cost for the defined scope of work and the completion cost for similar scope
of work, making allowance for tender variation as applicable). In case the
variation is more than 20%, AAI reserve the right to initiate other
Administrative / penal action including debarment against the PMC.
2. The consultant shall not change the sub-consultants till completion of the
assignment except in the event laid down hereunder:
2.1 The Sub-consultant can be changed only in case of their poor performance,
breach of integrity pact, or any other violation of the agreement between
PMC and AAI. PMC should be allowed change of Sub consultant with
same/better qualifications with the prior approval of AAI but with a
compensation (Rs. 1.0 lac) to act as deterrent.
3. Except as AAI may otherwise agree, no changes shall be made in the Personnel.
If, for any reason beyond the reasonable control of the Consultant, it becomes
necessary to replace any of the Personnel, the Consultant shall forthwith provide
as a replacement a person of equivalent or better Qualifications subject to prior
approval from AAI.
3.1 In other cases where the reasons given for replacement of staff, are
considered unconvincing by TS authority / ED (Engg), AAI, a penal
deduction at the rate of two percent of fees mentioned in para 59.8 for such
individual for the balance period per replacement is liable to be levied.

4 The PMC shall be responsible for paying damages to AAI for any loss suffered
by AAI on account of negligence, incompetence, carelessness or any other cause
on part of PMC, his employees, associates, sub-consultants, implementing
agencies etc while undertaking any or all of the works.
5 As far as possible a Project Implementation Schedule indicating maximum
permissible time for each activity should be prepared with a view to arrest time
overruns of the projects.
6 There should be no major deviation in the scope of work after the contract is
awarded. However the total estimated cost should not exceed 10% of the
indicative cost.
7 The consultant should be penalized for poor planning and supervision. Suitable
clause may be incorporated in the tender document/ NIT.
8 The amount (Running / Final bill ) of the Consultancy fee payable shall be lesser
of the amount worked out based on the percentage of the quoted fee on the

312
AAI Works Manual

estimated cost prepared by the PMC / awarded value of the execution contract
(item rate/EPC) / completion cost of the execution contract.
8.1 For the major bought out items i.e. Escalators, Elevators, Baggage Handling
system, Passenger Boarding Bridges, D.G. Sets, Transformers & X-Ray
Machines, the Consultancy fee payable shall worked out based on the
Percentage of the quoted fee on the 25% of Least of Estimated / Awarded
cost / Actual Completion cost of particular bought out item, for which PMC
shall include appropriate clause in the execution contract (item rate).
9 Number of trips to be made by PMC/Architectural Consultant or his associates to
the site without any extra cost on AAI should be specified in the tender.

All the penalties proposed above are indicative and TS/ NIT approving authority
is to take final decision before call of tender.

Annexure A

Undertaking to be submitted by Bidder / PMC

I/We……………(Name and post of authorized signatory) on behalf


of.................(Name of Bidder / PMC) do hereby solemnly affirm and declare as
follows:

None of the associate firm(s) / Sub Consultant firm(s) proposed to be engaged by him /
them for particular sub head i.e. for Architectural Consultancy / Cost Consultancy /
Structural Design Consultancy / Façade Consultancy / MEP Consultancy / Interior
Design Consultancy / Airport System Consultancy / Real State Consultancy /
Landscape & Horticultural Design Consultancy / Project Management & Contract
management of the work “………….(Name of work)” is associated for the same sub
head with other bidder(s) intended to participate in the bid for the same work.

In case, this provision of the tender if found violated after opening of tender, I/ We agree
that the tender shall be rejected and AAI shall without prejudice to any other right or
remedy be at liberty to forfeit the 10% earnest money.

Date: (Signature and name of the Authorized


Signatory of the Firm)

Place:

Note: Above undertaking is to be given on a non-judicial stamp paper of Rs. 10/-

(Amended vide TI No. 13 dtd. 01.04.19)

313
AAI Works Manual

Annexure B

Undertaking to be submitted by each Associate firm(s) / Sub consultant firm(s)

I/We……………(Name and post of authorized signatory) on behalf


of.................(Name of Associate firm(s) / Sub consultant firm(s)) do hereby solemnly
affirm and declare as follows:

I/We are proposed to engaged with.................(Name of Bidder / PMC) for particular


sub head i.e. for Architectural Consultancy / Cost Consultancy / Structural Design
Consultancy / Façade Consultancy / MEP Consultancy / Interior Design Consultancy /
Airport System Consultancy / Real State Consultancy / Landscape & Horticultural
Design Consultancy / Project Management & Contract management of the work
“………….(Name of work)”.

I/We are not associated for the same sub head with other bidder(s) intended to
participate in the bid for the same work.

Our firm understand that in case above is discovered at any stage, our firm shall be
liable for restrainment from bidding in AAI or participation in AAI’s tender in any
manner, apart from any other appropriate contractual action including debarment /
blacklisting.

Date: [Signature and name of the Authorized


Signatory of the Associate firm(s)
/ Sub consultant(s)]

Place:

Note: Above undertaking is to be given on a non-judicial stamp paper of Rs. 10/-

(Amended vide TI No. 13 dtd. 01.04.19)

314
AAI Works Manual

CHAPTER XI
ENERGY EFFICIENCY IN BUILDING CONSTRUCTION

SECTION – 60: Green Building Norms

AAI has also added large number of airports - new terminal buildings,
cargo terminals, extension of runways and parking aprons. All these
developmental activities have an impact on environment and ecology.
Buildings have major environmental impact over their entire life cycle.
A green building minimizes depletion of natural resources during
construction and as well as operation of new buildings.
60.1 Policy of AAI
60.1.1 It has been decided by AAI Management that all new major
constructions in AAI shall henceforth, incorporate GREEN BUILDING
NORMS.
a. All major projects/buildings costing more than Rs. 50.0 Cr. will
be evaluated for Green Building Norms.
b. This certification will be done by the officers of AAI.
c. It will be an endeavour of AAI to achieve at least '4 Star' GRIHA
rating norms for all its major projects.

60.1.2 GRIHA rating system of TERI will be followed for these purposes.
'Green Rating for Integrated Habitat Assessment (GRIHA)' is an
initiative of Ministry of New and Renewable Energy, Government of
India. The aim of Green building construction shall be to:

a. Minimize the demand on non-renewable resources


b. Maximize reuse and recycling of available resources
c. Utilization of renewable resources
d. Using efficient equipments to meet its lighting, air conditioning and
other needs.
e. Using efficient waste and water management practices.
f. Providing comfortable and hygienic indoor working environment.

60.2 GRIHA Rating System:


60.2.1 Objectives, criteria and evaluation procedure is given at
http://www.grihaindia.org/,
60.2.2 Performa for evaluation on Green Parameter is given on the web
http://www.grihaindia.org/, which may be adopted while
formulating specifications and design of the new building.

315
AAI Works Manual

60.2.3 The system is guiding and performance-oriented where points are


earned for meeting the design and performance intent of the criteria.
Each criterion has a number of points assigned to it. It means that a
project intending to meet the criterion would qualify for the points,
Compliances as specified in the relevant criterion. While the intent of
some of the criteria is self-validating in nature, there are others for
example: energy consumption, thermal and visual comfort, noise
control criteria, and indoor pollution levels, need to be validated on-
site through performance monitoring. The points related to these
criteria may be awarded through monitoring, validation and
documents/ photograph to support the award of point.

60.2.4 The 100 point system consists of some core points, which are
mandatory to be met while the rest are optional points, which can
be earned by complying with the commitment of the criterion
for which the point is allocated. Different levels of certification
(one star to five star) can be awarded based on the number of point
earned by the project/ building. The minimum points required for
certification is 50.

Scores Star Rating


50 - 60 points one star
61 - 70 points two star
71- 80 points three stars
81 - 90 points four stars
91 - 100 points five stars

60.3 Responsibility of AAI officers:


Responsibility of internal certification indicating the specific criterion that
falls under the respective area/domain has been achieved or not
will be with respective/concerned General Manager :-

 General Manager (Arch) for architectural related criterion.


 General Manager (Engg-Civil) for Civil engineering (including
horticulture) related criterion
 General Manager (Engg-Elect) for Electrical engineering related criterion.

Overall green certification for the project/building shall be done by concerned


General Manager (Engg) who finalizes and submits estimates of the
project for sanction. He will develop appropriate methodology of
construction as well as planning and designing of the project and will
ensure inclusion in the specifications of work and tender document.
Whenever, a project is executed in packages, internal rating shall be for
(i) each package separately and (ii) project as a whole.

316
AAI Works Manual

60.4 Preparation of Tender specifications


60.4.1 A copy of Green Parameter Table of respective components will be sent
to preliminary estimate preparing authority, at the earliest on
finalization of preliminary/working drawings by concerned Architect
for architectural criterion.
60.4.2 On completion, Civil/Electrical criterion will be computed by
concerned Engineers and forwarded to concerned General Manager (Engg),
who is nodal authority for compilation.
60.5 Periodic checks should be carried out by Architects and Engineers from
CHQ to audit the implementation of various criteria, as conceived, during
execution.
60.6 Green Rating Certificate is to be issued by concerned ED (Engineering) on
the format provided at Annexure-8
60.7 In selected projects as approved by Member (Plg.)/ Chairman, AAI may go
for third party inspection / reviews and certification, if so desired also.

317
AAI Works Manual

Annexure-8

OFFICE MEMORANDUM
ISSUED BY AUTHORITY OF ED (Engg)
(Refer section 60.6)

No............ DATED:
GREEN PARAMETER CERTIFICATE

Certified ...................................................... that ......................... the


.................................................
package.........................................................................................................................................
......................................................................................................................................................
.......................................................................................of the
project...................................................................................................sanctioned. ................... v
ide.............................................................No....................................dated................conforms
to........................................star ratings of GRIHA rating system of TERI as per assessment
made by AAI.

(To be signed by ED (Engg) authority under


Whose competency the preliminary
Estimate of the project falls)

318
AAI Works Manual

SECTION – 61: Reverse Auctioning

Different Directorates of AAI procures equipments/machinery/plants etc.


at CHQ and regional level through e-tendering method. In order to have
competitive tenders for procurement of equipments/machinery/plants
(Passenger Boarding Bridges, Baggage Handling System, Diesel
Generator Sets, Escalators, Travellators, Elevators, Cables etc.) for the
tendered value above Rs.2Cr. reverse auctioning method shall be
adopted after receipt of bids. The tenders for procurement of items and
having tendered value in excess of Rs.2Cr. shall be called through e-
tendering system. Envelop-I shall be opened and list of agencies meeting
prequalification criteria and having submitted techno commercially
acceptable offers shall be prepared. Thereafter reverse auctioning system
shall be adopted to get further competitive bids.
61.1 Training for Reverse Auction
Detailed guidelines and procedures (computer screenshots) of the reverse
auction process shall be made available to all bidders. Small training
program will also be arranged prior to reverse auction process for
participating bidders on request. Provision of the same shall be
mentioned in the NIT.
61.2 Procedure of reverse auctioning

61.2.1 Reverse Auction will be conducted before opening of original financial bids from
techno commercially acceptable vendors/ bidders. Online price bid shall also be
opened on the same day by the same committee after Reverse Auction. Both quotes
(in the reverse auction as well as online price bid) shall be compared and lowest
among the two quotes shall be treated as lowest bidder.

61.2.2 In case of submission of erroneous or incorrect financial bid which leads to the
rejection of the bid, total bid submitted by such vendor/ bidder will be summarily
rejected even if the vendor/ bidder has participated in reverse auction prior to
opening of ultimate financial bid. In such case, action against defaulting bidder
shall be taken under Section 38.6.1.

61.2.3 Reverse Auction will be conducted online. Vendors shall be permitted to


participate in reverse auctioning online from their offices also. On request, AAI
shall provide facilities for reverse auctioning to the vendors in AAI premises.

61.2.4 Reverse Auction shall start with “Reference Bid Price” which shall be the
estimated cost or the justified cost fixed by AAI. The first vendor has to quote
below the start/ reference price in absolute value only as fixed by AAI. Subsequent
bidders/ vendors have to then quote below the first quoted offer as per minimum
decrement. During reverse auction, the bidders can reduce the price repeatedly.
The start/ reference bid price shall be intimated in advance to the vendors eligible
for bidding. The start/ reference bid price will also put up on the website as well.

In order to avoid above situation in the item rate e-tender with reverse auction through
NIC CPP, the bid manager has to restrict acceptance of “Zero” quote by putting
validation in BOQ Template which is available in excel format i.e. the range should be
selected from Rs. 1 (One) onward.
The salient feature about NIC CPP Portal for AAI Bid Managers is available on the
AAI Web Portal e-Tender Page. (Amended vide TI No. 09 dtd. 21.01.19)
319
AAI Works Manual

61.2.5 Minimum decrement (in Rs.) shall be the minimum amount a supplier/vendor has
to reduce in order to beat a higher bid. This shall only be in absolute value ‘fixed
by AAI and will be visible at bid decrement’ under ‘Items Tab’ of the computer.
61.2.6 All bidders shall nominate a person who will be authorized by the bidder to
participate in reverse auctioning. ID and password will be issued by AAI to such
person on behalf of eligible bidders, which is necessary for participating in the
reverse auction.

61.2.7 Reverse Auction process shall be initially conducted for a period of 1 hour. All
bidders will be permitted to reduce their tendered price as per Section 61.2.5
above. The process may be started by any bidder and quoted price can be reduced
repeatedly by him or other eligible vendors during this period.

61.2.8 In case any bidder opts to reduce his quoted price within last two minutes of
closing time of reverse auction, the system will automatically extend the reverse
auction time for a further period of 15 minutes. All participating bidders can
further reduce their quoted bids during this extended period.

61.2.9 If the above situation repeats, i.e. any bidder submits price reduction in last two
minutes of extending closing time of auction, further extension of 15 minutes shall
be automatically allowed.

61.2.10 System shall allow maximum 3 such extensions. Thus maximum possible time for
reverse auction shall be 1 hour and 45 minutes. No further extension will be
granted. The system has been built-in for such extensions.

61.2.11 Itemized cost of successful bidder shall be arrived by reducing the tendered item
cost as per BOQ on pro rata basis on completion of reverse auction.

320
AAI Works Manual

Section 62: Engineering Procurement Construction (EPC)

62.1 Introduction:-

EPC stands for Engineering, Procurement, and Construction. It is a prominent form of


contracting agreement in the construction industry. The EPC contractor will carry out
the detailed engineering design of the project, procure all the equipment and materials
necessary, and then construct to deliver a functioning facility or asset to their clients in
a time bound manner. Companies that deliver EPC Projects are commonly referred to
as EPC Contractors.

EPC Contractor has to execute and deliver the project within an agreed time and
budget, commonly known as a Lump Sum Turn Key Contract. In EPC Contract
management places the risk for schedule and budget on the EPC Contractor.

The Contractor carries out the detailed design and drawings based on tender
specifications, get the approval of AAI and complete the construction at fixed cost
within stipulated time.

Normally, AAI will have its own Project Management Team to overlook the EPC
Contractor. AAI may require specialist help and bring on board Project Management
Consultants (PMC) to assist them. The AAI / PMC will ensure the EPC Contractor is
carrying out the works in accordance with the agreed scope of works and in accordance
with the Contract.

62.2 Key clauses

The key clauses in any construction contract are those which impact on:
 Time
 Cost
 Quality.

The same is true of EPC contracts. However, EPC contracts tend to deal with issues
with greater sophistication than other types of construction contracts. This is because,
as mentioned above, an EPC contract is designed to satisfy the lenders’ requirements
for bankability. EPC contracts provide for:

a. A single point of responsibility:

The contractor is responsible for all design, engineering, procurement,


construction, commissioning and testing activities. Therefore, if any problems
occur the AAI need only look to one party – the contractor – to both fix the
problem and provide compensation. As a result, if the contractor is a consortium
comprising several entities the EPC contract must state that those entities are
jointly and severally liable to the AAI.

321
AAI Works Manual

b. A fixed contract price:

Risk of cost overruns and the benefit of any cost savings are to the contractor’s
account. The contractor usually has a limited ability to claim additional money
which is limited to circumstances where the AAI has delayed the contractor or
has ordered variations to the works.

c. A fixed completion date:

EPC contracts include a guaranteed completion date that is either a fixed date or
a fixed period after the commencement of the EPC contract. If this date is not
met, the contractor is liable to pay liquidated damages. In addition, the EPC
contract must provide the clause for the contractor to be granted an extension of
time when it is delayed by the acts or omissions of AAI.

62.3 Basic Features of EPC Contract


62.3.1 Scope of work

The Scope of work for EPC Contracts shall comprise of but not limited to design,
engineering, procurement, construction, erection, installation, setting to work,
testing, pre-commissioning, commissioning, trial runs and completion of the Project.
The construction shall include Terminal Buildings, roof, façade, building services
(HVAC, Electrical, PHE, Fire detection & protection and other utility services), BHS,
BMS, IT & other Airport Systems, permanent and various enabling works such as site
readiness, soil investigations, topographical survey, utility buildings including Sewage
Treatment Plant, landside approach road with landscape, terminal front development
with landscape, canopies, security cabins, Flag post & Car parking, airside roads and
airside/ landside security wall, watch towers and access gates and all facilities
envisaged in the Project resulting in a fully functional terminal building and providing
operational stabilization support.

The scope of work for EPC Contract for a new terminal building also covers the
following. The scope indicated below is indicative only and may vary from project
to project. The basic idea is EPC Contractor has to provide fully functional and
operational ready facilities with all safety features.

i. Field investigations
ii. Preparation of Design and engineering of the Building Works.
iii. Preparation of all relevant drawings packages, 3D images/ rendering and walk-
through.
iv. Preparation of samples, mock-ups and prototypes.
v. Design and construction of road and airside/ landside boundary wall as shown in
the tender drawings.
vi. Watch towers and airside access gates and security cabins as shown in tender
drawings with internal finishes, rain protection, lighting, as per requirement
vii. Design and specifications for Apron, Runway and pavement works.
viii. Markings, signage, lighting and CCTV.

322
AAI Works Manual

ix. External drainage, External fire fighting and fitments.


x. Road leading to a domestic terminal building including but not limited to fire
vehicle access, surface markings, signage, lighting, landscape, monumental Flag
post, pedestrian crossings, guard rails, hand railings, etc.
xi. Pedestrian walk way pavement from domestic terminal building to Car Parking
as per requirement indicated in the tender drawing.
xii. Car parking development for desired number of cars.
xiii. VIP car parking area
xiv. Civil and related electro-mechanical works for landscaping works and making
provisions for Concessionaire kiosks as shown in the drawings.
xv. Terminal front development including landscape as shown in the drawings.
xvi. Road from domestic terminal, facade including storm water drainage, lighting,
marking, signage etc.
xvii. Design of electrical equipment like.
 All sub-station equipments including MV cabling, Transformer, HT Panel &
LT panel.
 Diesel Generator (DG) sets (Outdoor) & AMF panels
 Associated DG exhaust/ chimney works
 Power and Control panels and cabling
 Earth station and associated systems.
 Design and construction of utility buildings.
xviii. The bidder shall design structural provisions for installation of equipment for all
services as well as provision for trenches, ducts, shafts, cable trays, equipment
foundations, platforms etc.
xix. Design of HVAC mechanical equipments (chillers, pumps, transformers etc.)
including
 Chilled water piping and insulation
 Power and Control panels and cabling
 Air handling units
 Ventilation and exhaust ducts.
xx. Execution of work of earth stations and associated laying of earth strip.
xxi. Designing and execution of Fire and Life safety provisions for building structure,
design of building as per local fire bye laws and NBC-2005 and design, supply,
install and commission fire alarm and fire fighting systems.
xxii. Design for men and material movement scheme.
xxiii. Design, supply, installation of baggage handling equipments.
xxiv. Design, supply, installation of baggage scanning X-ray machines as per
international specifications and requirement.
xxv. Signage systems including cable raceways
xxvi. Procurement, manufacture, assembling, installation etc. where ever required.
xxvii. Integrated testing commissioning & trial runs of works and equipments.
xxviii. Supply of all Spare Parts and special tools.

323
AAI Works Manual

xxix. Preparation of Operation and Maintenance Manuals and training of AAI’s


personnel in the operation and maintenance of systems, integrated systems and
installed equipments.
xxx. Establishment of graphic sign boards providing Operational information, Site
related information and directions during Construction Phase.
xxxi. Detailed drawings and specifications for Elevators, Escalators and PA System etc.
xxxii. Detailed drawings and specifications for CCTV display (Cable TV) as well as
display of status of flight information.
xxxiii. Detailed drawings, location and specifications of Door Frame Metal Detectors.
xxxiv. Proposed Green Building Rating and implementation their off.

62.3.2 Technical Parameters


Unlike the normal practice of focusing on construction specifications, the technical
parameters proposed in the agreement should be based on output specifications. Only
the core requirement of design, construction and operation that have a bearing on the
quality and safety of the project are to be specified and enough room should be left
for the contractor to innovate. Contractor has freedom with in tender specifications
for efficient use of manpower, equipment & other resources.

In sum, the framework focus is on ‘What’ rather than ‘How’ in relation to the works
to be delivered by the contractor. This would provide the requisite flexibility to the
contractor in evolving and adopting innovative designs without compromising on
quality of works.

62.3.3 Contract Price

The Contract Price is a fixed lump sum amount for construction of the project. The
Contract Price is subject to adjustment on account of changes in the relevant price
index as well as changes in law or changes in the scope of the project since the
Contractor cannot be expected to bear or manage the risks arising out of such
changes.

62.3.4 Contract period

The contract period is normally determined on a project-specific basis depending on


the nature and volume of construction work involved. The Contractor shall be liable
to damages for any delay beyond the specified date of completion, subject to the
damages not exceeding 10 per cent of the contract price. However, the Contractor
shall be entitled to time extension arising out of delays on account of change of scope
and force majeure or delays caused by or attributable to the Authority.

62.3.5 Selection of Contractor

Selection of the Contractor will be based on open competitive bidding. All project
parameters such as the contract period, price adjustments and technical parameters are
to be clearly stated upfront, and short-listed bidders will be required to specify only

324
AAI Works Manual

the lump sum price for the project. The bidder who seeks the lowest payment would
win the contract.

62.3.6 Risk allocation

As an underlying principle, risks have been allocated to the parties that are best suited
to manage them. Project risks have, therefore, been assigned to the private sector to
the extent it is capable of managing them. The transfer of such risks and
responsibilities to the private sector would increase the scope of innovation leading to
efficiencies in costs and services. Accordingly, project risks such as commercial and
technical risks relating to design and construction have been assigned to the
Contractor. The Authority would, however, be liable to damages for any delays in
handing over land, securing environment clearances or shifting of utilities.

62.3.7 Design and Construction

The EPC agreement specifies the dates on which different sections of the project land
will be handed over to the Contractor. It defines the scope of the project with
precision and predictability to enable the Contractor to determine its costs and
obligations. It also lays down a ceiling of 10 percent of contract price to cater for any
changes in the scope of the project, the cost of which the Authority shall bear.

The Contractor shall carry out survey and investigations and also develop designs and
drawings in conformity with the specifications and standards laid down in the
Agreement. These shall be get checked by a proof consultant and a safety consultant
who shall be appointed with the prior approval of the Authority. The design and
drawings would be reviewed by the Authority’s engineer to ensure that they conform
to the scope of the project as well as the prescribed standards and specifications. The
EPC agreement also stipulates provisions for quality control and assurance.

A provision has been made for damages which the Contractor shall pay to the
Authority for not achieving the prescribed milestones. The Authority will pay bonus
to the Contractor for completion of the project before the scheduled completion date.

62.3.8 Milestone based payments

A simple and rational method for estimating interim payments to the Contractor has
been provided in the Agreement. It would ensure that payments are made for all
works conforming to the Agreement and commensurate with the stages of completion
of works. Each item of the project has been further sub-divided into stages, and
payment will be made for each completed stage of work.

62.3.9 Defects liability period

Though normally, a defects liability period of one year is specified in most contracts.
However, the defects liability period of two years may also be specified in the
Agreement in order to provide additional benefit/comfort to the Authority.

325
AAI Works Manual

62.4 Responsibility of AAI:


(Amended vide TI No. 18 dtd. 03.06.2019)
In order to avoid such delay and to achieve CAPEX target it is necessary that action for
obtaining Environmental Clearance / EIA Study for particular Greenfield / Brownfield
Airport project shall be initiated by concerned engineers, immediately after finalization and
issue of scope of work i/c Architectural Drawings by Planning Dte. or approval of final
Architectural Drawing submitted by Project Management Consultant (PMC) as the case
may be. For works taken up through PMC, the Environmental clearance should be
invariable added in the scope of PMC.
It is enjoined upon all Engineers to take timely action for obtaining Environmental
Clearance of the projects.
For Existing Airports all RED’s / APD’s to ensure that consent to operate from State
Pollution Control Board (SPCB), no objection certificate (NOC) from Fire
Department, permission from Central Ground Water Authority (CWGA) for existing
bore well and regular compliance report of MoEF&CC clearances obtained for
running Airports be available with concerned APD’s at Airports.
(Amendment TI 38 para VIII dtd 03.03.2020)
NIT approving authority may decide regarding the technical presentation regarding
“Approach and Methodology” to be adopted, about planning and execution of the
project i/c commissioning by the prospective bidder for complex nature of EPC tenders.
AAI is responsible to take following actions:
i. The Authority shall be responsible for the correctness of the Scope of the Project,
Project Facilities, Specifications and Standards and the criteria for testing of the
completed Works.
ii. Hand over land / construction site free from encroachment.
iii. In case site is to be handed over in parts, it should be clearly mentioned.
iv. Obtain environment clearances for construction of that building at that location.
v. Shifting of all the existing utilities over the ground as well as underground.
vi. In EPC contract AAI should focus that technical parameters based on output
specification covering core requirement of design, construction and operation that
have bearing on quality and safety of the project are to be specified.
62.5 Appointment of consultant for preparation of DPR
The Tender Drawings and specifications are to be developed before call of tenders on
Turnkey basis. The requirement for airport building and associated infrastructure is
very complex. The work of developing in house design and specifications shall take
very long time. Thus, it will be appropriate if a consultant is appointed for preparation
of Detailed Project Report (DPR) for Turnkey Project so that DPR can be studied at
the level of NIT approving authority for its comprehensiveness and specifications. The
DPR must be inclusive of detailed drawings, specifications and detailed estimate for
call of tender. The scope of work for preparation of DPR can be enlarged or curtailed
as per urgency/requirement of project by NIT approving authority. This will facilitate
proper comparison of offers received from bidders. The selection of agency for
preparation of DPR may be done in the similar manner as for selection of
Architectural Consultant on the basis of their experience / technical capability and
financial offer (refer Section 58).
62.6 Monitoring and supervision

326
AAI Works Manual

Day-to-day interaction between the AAI and the Contractor has been kept to the bare
minimum following a ‘hands-off’ approach. Checks and balances have, however,
been provided for ensuring full accountability of the Contractor.

Monitoring and supervision of construction is proposed to be undertaken through an


Engineer (a qualified firm i.e. PMC) that will be selected by the AAI through a
transparent process. Its independence would provide added comfort to all
stakeholders.

62.6.1 PMC
The EPC contract supervision & monitoring can be taken care by AAI engineers or if
required this work can be entrusted to independent Project Management Consultant
(PMC). The PMC will provide all services required after award of work till
commissioning of project and as detailed in chapter 59 of this manual.
62.7 Variation / Change of Scope
62.7.1 What is variations / Change of Scope:
a. Change in specifications of any item of Works;
b. Omission of any work from the Scope of the Project except that the Authority
shall not omit any work under this Clause in order to get it executed by any
other contractor; and/ or
c. Any additional work, Plant, Materials or services which are not included in the
Scope of the Project, including any associated Tests on completion of
construction.
d. Works/items/plants that are taken up in lieu of works/items/plants as set out
in the original scope of work
62.7.2 Variations / Change of Scope can be proposed either by EPC Contractor or AAI.
a. If the Contractor determines at any time that a Change of Scope will, if adopted, (i)
accelerate completion, (ii) reduce the cost to the Authority of executing, maintaining
or operating the Airport Project, (iii) improve the efficiency or value to the Authority
of the completed Airport Project, or (iv) otherwise be of beneficial to the Authority, it
shall prepare a proposal with relevant details at its own cost. The Contractor shall
submit such proposal, supported with the relevant details including the amount of
reduction in the Contract Price, if any, to the Authority to consider such Change of
Scope. The Authority shall, within 15 (fifteen) days of receipt of such proposal, either
accept such Change of Scope with modifications, if any, and initiate proceedings or
reject the proposal and inform the Contractor of its decision.

The Contractor shall not undertake any Change of Scope without a Change of Scope
Order being issued by the Authority.

b. In the event of the Authority determine that a Change of Scope is necessary, it may
direct the Authority’s Engineer to issue to the Contractor a notice specifying in
reasonable detail the works and services contemplated there under (the “Change of
Scope Notice”)
Upon receipt of a Change of Scope Notice, the Contractor shall, with due diligence,
provide to the Authority and the Authority’s Engineer such information as is
necessary, together with preliminary documentation in support of.

327
AAI Works Manual

c. The impact, if any, which the Change of Scope is likely to have on the Project
Completion Schedule if the works or services are required to be carried out during the
Construction Period.

d. The options for implementing the proposed Change of Scope and the effect, if any,
each such option would have on the costs and time thereof, including the following
details:

i. Break down of the quantities, unit rates and cost for different items of work;
ii. Proposed design for the Change of Scope.
iii. Proposed modifications, if any, to the Project Completion Schedule of the
Airport Project.

Once AAI and EPC Contractor agrees the Contract Price shall be increased or
decreased, as the case may be, on account of Change of Scope.

e. Upon reaching an agreement, the Authority shall issue an order (the “Change of
Scope Order”) requiring the Contractor to proceed with the performance thereof.
f. In the event that the Parties are unable to agree, the Authority may:

i. Issue a Change of Scope Order requiring the Contractor to proceed with the
performance thereof at the rates and conditions approved by the Authority till the
matter is resolved in DRB; or
ii. The Authority may, after giving notice to the Contractor and considering its reply
thereto, award such works or services to any person on the basis of open
competitive bidding.
62.7.3 Restrictions on Change of Scope

i. No Change of Scope shall be executed unless the Authority has issued the
Change of Scope Order save and except any Works necessary for meeting any
emergency.
ii. Unless the Parties mutually agree to the contrary, the total value of all Change of
Scope Orders shall not exceed 10% (ten per cent) of the Contract.

62.8 Works Manual Provisions for EPC Contract:


All the provisions of Item Rate Tender & Percentage Rate Tender given in
different chapters of the works manual will be applicable on EPC Contracts also
except the following provisions:
I. Detailed Estimate, Technical Section & Justified cost: As proposed at para
5 also, AAI should hire an Architectural consultant for these items. The
Architectural Consultant will prepare concept design and get it approved
from AAI. Once concept design is approved, he will prepare tender
drawings, DPR, detail estimate, detailed specifications and DNIT for call of
tender. After call of tender Architectural consultant will prepare justified
cost for the EPC tender. Architectural consultant will be responsible for the
accuracy of detailed estimate, specifications and justified cost. TS authority
may add certain penalty clause in the Architectural consultancy work to
protect interest of AAI.
328
AAI Works Manual

II. In case of item rate contract AAI engineers/ PMC are supposed to maintain
lots of register as detailed in previous chapters, however in case of EPC
Contract register to meet output specification are to be maintained.

III. Test Check: Test check as per item rate contract is not possible in the EPC
contract. In EPC contract payment are to be released stage wise, hence a
certificate from PMC agency that work up to that particular stage has been
carried out as per approved design and tender specifications. The payments
are to be released on the basis of that certificate.

IV. Extra/ Deviation Item: This aspect is covered above as Variations/ Change
of scope and all the Extra/ deviation items will be dealt as Variations/
Change of scope clause given above

V. Issue of Tender Documents: Work carried out by the agency as per NIT
requirement in the EPC Mode only will be considered. The work of any
amount carried out in item rate contract will not be considered.

VI. Payment to sub-standard work: In EPC Concept it is not possible to drive


quoted rates of a particular item. Hence best way is the sub-standard work
will not be accepted and EPC contractor will be required to redo the same
meeting the agreement specifications.

VII. Time Interval between sale of Tender documents and opening of


Tender: This interval in case of EPC Contract will be much higher than
item rate contract. The EPC contractor is supposed to carry out the work in
time at the quoted cost. All the engineering (i.e. designing), Procurement,
construction and hindrances are to be taken care by him. Hence require lot
of homework. Hence this interval should be 45-60 days.

62.9 Conclusion

Together with the Schedules, the EPC Agreement should incorporates international
best practices and embodies an enabling contractual framework for construction of
projects in an efficient, economical and competitive environment. It will minimise,
if not eliminate, the time and cost over-runs characteristic of the extant item rate
contracts. Further, this should enable a faster roll- out of projects with least costs and
greater efficiency while minimising the potential for excessive discretion.

329
AAI Works Manual

Section 63: Acceptance of abnormally low quoted bid (Capital & Revenue Expenditure
Contract)
Wherever the price of the lowest bidder is lower than the estimated cost by more than 25%,
lowest bid can be termed as Abnormally Low Quoted Bid (ALQB). Processing of such bid
shall be as follows:

i) All such items which are more than 25% below the estimated (Amended on 26.03.18)
Justified rate shall be termed as abnormally low quote items (ALQI) and these items
shall be identified by the Engineer- in- charge (Amended on 26.03.18) Bid Processing
Manager.
The bid processing manager shall seek from lowest bidder, a Bank Guarantee amounting
to 10% of the difference between 75% of the justified cost and the cost quoted by the
bidder. This bank guarantee shall be termed as Quality Protection Bank Guarantee
(QPBG) and shall be over and above the normal bank guarantee and shall be valid up to
the completion of the work. (Amended vide TI No. 15 dtd. 21.05.19)
ii) The Engineer-in-charge (Amended on 26.03.18) Bid Processing Manager shall seek
clarification from the lowest bidder in respect of ALQ items.
The lowest bidder has to submit the QPBG within 10 days of issue of letter from Bid
Manager.
iii) The lowest bidder has to submit justification of their price either in prescribed portal, if
possible, or through a separate letter along with analysis of rates for all such ALQ items.
On receipt of QPBG from the lowest bidder, the bid processing manager shall submit the
case to the officer competent to accept the tender as per delegation of powers.
iv) On receipt of clarifications, a committee comprising of officials from Engineering,
Finance and other related directorates, as decided by the concerned ED (Engg.),
(Amended on 26.03.18) at CHQ level and RED at Regional Headquarter level shall
analyze the bidder’s justification and give their recommendation to accept or reject the
bid. The recommendation of the committee shall be accepted by the authority next
higher to the officer competent to accept the tender as per the Delegation of Powers.
However Chairman shall have the full powers. Reason for such acceptance / rejection
shall be on record.
In case of Percentage Rate Tenders, QPBG shall be asked for 10% of the difference
between 75% of the justified cost and the corresponding cost worked out on the basis of
percentage quoted by lowest bidder.

330
AAI Works Manual

v) On decision to accept the tender, the bidder shall be asked to submit a bank guarantee for
all such ALQ items, amounting to 10% of the difference between 75% of the estimated
(Amended on 26.03.18) Justified cost and the cost quoted by the bidder. This bank
guarantee shall be termed as Quality Protection Bank Guarantee (QPBG) and shall be
over and above the normal bank guarantee and shall be valid up to the defect liability
period.
This QPBG for any tender shall be a fixed amount as one time measure and will not vary
at any stage during the currency of the work or contract.
vi) In case of Percentage Rate Tenders, Bank Guarantee shall be asked for 10% of the
difference between 75% of the estimated cost and the corresponding cost worked out on
the basis of percentage quoted by bidder.
The justified cost worked out by AAI shall be final and binding on the contractor.
vii) This QPBG for any tender shall be a fixed amount as one time measure and will not vary
at any stage during the currency of the work or contract.
In case of labour intensive ALQB like MESS, Annual Maintenance Contract for supply
of labourers, Operation & Maintenance Contract and other similar works, contractor
shall transfer / deposit salary of the individual worker to their bank account which should
be linked with AADHAR and a statement is to be submitted to AAI along with each
running and final bill.
viii) In case of labour intensive ALQB like MESS, Annual Maintenance Contract for supply
of labourers, Operation & Maintenance Contract and other similar works, contractor
shall transfer / deposit salary of the individual worker to their bank account which should
be linked with AADHAR card and a statement is to be submitted to AAI. This clause to
be properly framed in the tender document as per site condition.
In case the lowest bidder fails to submit QPBG within stipulated time, as decided by Bid
Manager or contractor does not transfer / deposit salary of the individual worker to his /
her bank account which should be linked with AADHAR and do not submit statement to
AAI as the case may be the tender shall be rejected / foreclosed and EMD / SD collected
till date shall be forfeited.
ix) Suitable clause regarding time / procedure for encashment of QPBG shall be
incorporated in the NIT / Tender document.
In case of non-execution / completion of the work, QPBG and EMD / SD collected till
date shall be forfeited. (Amended vide TI No. 15 dtd. 21.05.19)

331
AAI Works Manual

Abbreviations

Sl. Abbreviation Full form


1 A/A Administrative Approval
2 AAI Airport Authority of India
3 AGM Assistant General Manager
4 AHU Air Handling Unit
5 AICMC All Inclusive Comprehensive Maintenance Contract
6 AM Assistant Manager
7 AMC Annual Maintenance Contract
8 AMF Automatic Mains Failure
9 APC Airport Controller
10 APD Airport Director
11 ARA (Planning) Air Routes and Aerodromes (Planning)
12 Arch. Architecture
13 ARMO Works Annual Repair, Maintenance and Operation Works
14 BG Bank Guarantee
15 BHS Baggage Handling System
16 BMS Building Management System
17 BOO Build Own & Operate
18 BOQ Bill of Quantities
19 CC Completion Certificate
20 C/E Civil/Electrical
21 CCR Constant Current Regulator
22 CFO Chief Fire Officer
23 CHQ Corporate Head Quarter
24 CIF Cost Including Insurance and Freight
25 CMC Comprehensive Maintenance Contract
26 CNS Communication and Navigation System
27 CNSP Communication, Navigation and Surveillance Planning
28 CP & OH Contractor’s Profits and Overheads
29 CPSE Central Public Sector Enterprise
30 CPWD Central Public Works Department
31 CTE Chief Technical Examiner
32 CTEO Chief Technical Examiners Organization
33 CVD Corporate Vigilance Department
34 D/G set Diesel Generating Set
35 DARA (P) Directorate of Air Routes and Aerodromes (Planning)
36 DDO Drawing and Disbursing Officer
37 DE Detailed Estimate
38 DFMD Door Frame Metal Detector
39 DFS Delhi Fire Service
40 DGM Deputy General Manager
41 DLP Defect Liability Period
42 DOP Delegation of Power
43 DPR Detailed Project Report
44 DRC Dispute Resolution Committee

332
AAI Works Manual

45 DSC Digital Signature Certificate


46 DSR Delhi Schedule of Rates
47 DVOR Doppler very high frequency Omni-directional Range
48 E&M Electrical and Mechanical
49 E/S Expenditure Sanction
50 ED (Engg.) Executive Director Engineering
51 EIM External Independent Monitor
52 EMD Earnest Money Deposit
53 EPABX Electronic Private Automatic Branch Exchange
54 EPF Employee Provident Fund
55 ERP – SAP Enterprise Resource Planning- System Application Product
56 ESI Employees State Insurance
57 FAA Federal Aviation Authority
58 FIDS Flight Information Display System
59 FOB Freight on Board
60 GCC General Conditions of Contract
61 GFC Good for Construction
62 GLF Work Ground Lighting Facilities works
63 GM General Manager
64 GST Goods & Service Tax
65 HOD Head of Department
66 HT/LT High Tension / Low Tension
67 HVAC Heating, Ventilation and Air Conditioning
68 ICAO International Civil Aviation Organization
69 IS/BIS code Indian Standards / Bureau of Indian Standards code
70 IT Information Technology
71 Jr. Ex. Engg. Junior Executive Engineering
72 Jt.GM Joint General Manager
73 JVI Joint Venture Incorporate
74 LC Letter of Credit
75 LOP Layout Plan
76 M Manager
77 MAS Material at Site
78 MB Measurement Book
79 MIS Management Information System
80 MORTH Ministry of Road Transport & Highways
81 MOU Memorandum of Understanding
82 MSE Micro and Small Enterprises
83 MV Medium Voltage
84 NAV Navigation Aids
85 NBC National Building Code
86 NIQ Notice Inviting Quotations
87 NIQ Notice Inviting Quotation
88 NIT Notice Inviting Tender
89 NOC No Objection Certificate
90 NSIC National Small Industries Corporation
91 OEM Original Equipment Manufacturer
92 P.A System Public Address System

333
AAI Works Manual

93 P.O.L Petrol, Oil and Lubricants


94 PCN Value Pavement Classification Number Value
95 PE Preliminary Estimate
96 PHE Public Health Engineering
97 PMC Project Monitoring Consultancy
98 PQC Pre-Qualification Criteria
99 R.L Reduced Level
100 RA Bill Running Account Bill
101 RED Regional Executive Director
102 RHQ Regional Head Quarter
103 SA Senior Assistant
104 SCC Special Conditions of Contract
105 SITC Supply, Installation, Testing and Commissioning
106 SM Senior Manager
107 SMB Standard Measurement Book
108 SOQ Schedule of Quantities
109 SS Senior Superintendent
110 STR Specification and Technical Requirement
111 T&P Tools and Plants
112 TC Technical Circular
113 TDS Tax Deducted at Source
114 TI Technical Instruction
115 TII Transparency International India
116 TS Technical Sanction
117 UPS Uninterrupted Power Supply
118 VASI/PAPI Visual Approach Slope Indicator / Precision Approach Path
Indicator
118 VAT Value added Tax
120 VIP Lounge Lounge for very important person
121 VOR Very High Frequency Omni Directional Range
122 W.C Staff Work Charge Staff
123 WAB Works Advisory Board
124 WAC Works Advisory Committee
125 WBS Work Breakdown Structure
126 WCT Work Contract Tax
127 WM Works Manual

334
Appendix-1

A/A & E/S Sanction Memo


[Refer Section 9.3.3]

Sanction No. Dated

SUBJECT :

SUBHEAD:-

1) The Administrative Approval and Expenditure Sanction of the


, AAI is hereby conveyed for and amount of Rs.
(Rupees _ )
for the above mentioned work as detailed in Annexure-I.

2) The expenditure shall be debited to the Head of Account .

3) The work shall be executed by


the .

4) The work has been assigned Job No. ,


which shall be quoted in all future correspondence on the subject.

5) This issues with the approval of _ ,AAI


vide Dated

Enclosures: Annexure-I

(Signature of Officer Issuing sanction order)


*Manager and above

COPY To:
1. Regional Executive Director, AAI, Concerned Region/Airport Director, AAI,
Concerned Airport.
2. General Manager/JGM, Engg. (C/E), AAI, Concerned Region or Airport.
3. General Manager/JGM (F&A), AAI, RAU, Concerned Region or Airport.
4. Airport Director, AAI, Concerned Airport.
5. SM/AGM, Engg. (C/E), AAI, Concerned Airport.

A-1
INTERNAL

1. P.S./ EA to Member (Planning), AAI/CHQ.


2. Executive Director (Engg.), AAI/CHQ.
3. Executive Director (F&A), AAI/CHQ.
4. Executive Director (Planning), AAI/CHQ.
5. The General Manager, Engg. (C/E), AAI. / CHQ.

A-2
Appendix-2

Technical Sanction Memo No.

[ReferSection9.7.3]

PART - I

Station :

Name of Work :

A/A& E/S No. & date:

Total amount of
A/A & E/S accorded : .

Total of Civil works : Rs.

Total of Electrical works: Rs.

Add cost escalation


over DSR (prevalent) items (Civil) : Rs.

Add cost escalation


over SR items(Electrical) : Rs.

TOTAL Rs.

Add 3% Contingencies: Rs.


-----------------------------
GRAND TOTAL Rs.

Say Rs.

(Technically sanctioned for Rupees


only subjected to a variation of +
10%).

Dated: SIGNATURE OF APPROVING AUTHORITY

A-3
PART II
(Allocation W.R.T. sub-project)

-----------------------------------------------------------
Corresponding amount of Technical sanction
Administrative Approval.

ITEM AMOUNT AMOUNT OF AMOUNT UPTO


(Rs.) THIS T/S (Rs.) INCLUDING
THIS TS (Rs.)

PART - III
(Summary of Technical Sanction)

1. Amount of A/A & E/S for the whole project : Rs.

2. Amount of all T/S up to & incl. This T.S. : Rs.

SIGNATURE OF APPROVING AUTHORITY

F.No. Dated:

Distribution:

1. Regional Executive Director, AAI, Concerned Region/ Airport Director, AAI of


concerned Airport.
2. General Manager/JGM, Engineering(C/E), Concerned Region/Airport.
3. General Manager/JGM(F&A),AAI, RAU, Concerned Region/Airport.
4. Airport Director, AAI, Concerned Airport.
5. SM/ AGM Engineering(C/E),AAI, Concerned Airport.

Internal:

1. Executive Director (Engg.), AAI, CHQ.


2. Executive Director (F&A), AAI, CHQ.
3. Executive Director (Planning), AAI, CHQ.
4. General Manager, Engineering(C/E), AAI, CHQ.
Appendix-3 A

Short tender notice for works costing Up to Rs 5.00 Cr.


[Refer Section 9.11.2 (a) & Section 34.1.4]

भभभभभभभभभभभभभभभभभभभभभभ
क रण
AIRPORTS AUTHORITY OF INDIA

TENDER NOTICE

Sealed tenders are invited through e-tendering by on behalf of


Chairman AA from enlisted contractors of appropriate class of CPWD/
MES/ P&T/ State PWD/ PSUs/ Specialized agencies for the work of
. Time allowed .
Date of issue of tender documents to .
Date of opening of tenders .
For detailed information log on to website www.airportsindia.org.in or
www.aai.aero

(Amended on Dated : 26.03.2018)


Appendix-3 A
Tender notice for works costing Up to Rs 5.00 Cr.
[Refer Section 9.11.2 (a) & Section 34.1.4]

भारतीय विमानपत्तन प्राधिकरण


AIRPORTS AUTHORITY OF INDIA
TENDER NOTICE
Airports Authority of India invites ……… rate tenders through the e-tendering
portal by on behalf of Chairman AAI from the eligible contractors
of appropriate class of CPWD/ MES/ P&T/Railways/ State PWD/
PSUs/Municipal Corporations and Development Authorities of Delhi, Mumbai,
Chennai and Kolkata/ Specialized agencies for the work of
_ for an estimated
cost of Rs. with a period of completion months including
months considered for rains.
Last date and time of submission of bid document is upto hours.

For detailed information log on to CPP e-Procurement Portal reference


https://etenders.gov.in/eprocure/app or www.aai.aero

Further clarification / corrigendum if any will be notified through e-procurement


portal at https://etenders.gov.in/eprocure/app
Appendix-3 B
Tender notice for works costing above Rs 5.00 Cr to Rs 50.00 Cr
[Refer Section 9.11.2 (a) & Section 34.1.4]

AIRPORTS AUTHORITY OF INDIA

TENDER NOTICE

Sealed tenders are invited by on behalf of Chairman AAI


from eligible agencies for the work of .
Time allowed .
Date of issue of tender documents to
.
Date of opening of tender .
For detailed information and pre qualification criterion, log on to website
http://etenders.gov.in or www.aai.aero

(Amended on Dated : 26.03.2018) Appendix-3 B

Tender notice for works costing above Rs 5.00 Cr to Rs 50.00 Cr


[Refer Section 9.11.2 (a) & Section 34.1.4]

भारतीय विमानपत्तन प्राधिकरण


AIRPORTS AUTHORITY OF INDIA

TENDER NOTICE

Airports Authority of India invites-----Rate tenders through E-Tendering portal


by on behalf of Chairman AAI from eligible contractors for the
work of _
for an estimated cost of Rs. with a period of completion months
including months considered for rains.
Last date and time of submission of bid document is ../../.. upto hours.

For detailed information log on to CPP e-Procurement Portal reference


https://etenders.gov.in/eprocure/app or www.aai.aero

Further clarification / corrigendum if any will be notified through e-procurement


portal at https://etenders.gov.in/eprocure/app
Tender notice for works costing more than Rs 50.00 Cr
[Refer Section 9.11.2 (a)& 34.1.4]

AIRPORTS AUTHORITY OF INDIA

TENDER NOTICE

Sealed tenders are invited by on behalf of Chairman AAI


from eligible agencies (Joint venture firms can also apply) for the work of
.
Time allowed .
Date of issue of tenders documents to
.
Date of opening of tender .
For detailed information and pre qualification criterion, log on to website
http://etenders.gov.in or www.aai.aero

(Amended on Dated : 26.03.2018) Appendix-3 C

Tender notice for works costing more than Rs 50.00 Cr


[Refer Section 9.11.2 (a)& 34.1.4]

भारतीय विमानपत्तन प्राधिकरण


AIRPORTS AUTHORITY OF INDIA

TENDER NOTICE

Airports Authority of India invites-----Rate tenders through E-Tendering portal by


on behalf of Chairman AAI from eligible contractors(Joint
Venture firms can also apply) for the work of

for an estimated cost of Rs. with a period of completion


months including months considered for rains. Last date and
time of submission of bid document is ../../.. upto hours.

For detailed information log on to CPP e-Procurement Portal reference


https://etenders.gov.in/eprocure/app or www.aai.aero

Further clarification / corrigendum if any will be notified through e- procurement


portal at https://etenders.gov.in/eprocure/app
A-7
Appendix –4A

(STANDARD FORMAT OF TENDER NOTICE TO DISPLAY ON AAI WEBSITE FOR


WORKS ESTIMATED COST UPTO Rs. 5 CRORES)

NOTICE INVITING e-TENDER (3 BOT – 3 Envelope Open Tender)

(Above portion not to be published in AAI Website)


__________________________________________________________________________________________________________

NOTICE INVITING e-TENDER (3 BOT -3 Envelope Open Tender)

1. Item rate tenders are invited through the e-tendering portal by …………(a)…………,
(Bid Manager) on behalf of Chairman, A.A.I from the eligible contractors for the
composite work of “…………(b)…………” at an estimated cost of …………(c)…………with
period of completion …………(d)………… months. [including …………(e)…………
month(s) considered for rain of …………(f)………… monsoon season(s)]

The tendering process is online at e-portal URL address


https://etender.gov.in/eprocure/appor www.aai.aero. Aspiring bidders may
download and go through the tender document.

Prospective Tenderers are advised to get themselves register at CPP-portal,


obtain ‘Login ID’ & ‘Password’ and go through the instructions available in the
Home Page after log in to the CPP-portal
https://etender.gov.in/eprocure/app or www.aai.aero. They should also
obtain Digital Signature Certificate (DSC) in parallel which is essentially
required for submission of their application. The process normally takes 03
days’ time. The tenderer may also take guidance from AAI Help Desk Support
through path aai.aero/tender/e-tender/help desk support.

(i) For any technical related queries please call the Helpdesk. The 24 x 7
Help Desk details are as below: -
Tel: 0120-4200462, 0120-4001002, Mobile: 91 8826246593,
E-mail: support-eproc@nic.in
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 further technical assistance with regard to functioning of CPP portal the
bidder may contact to the following AAI help desk numbers on all working days
only between
(ii) 08.00 hrs to 20.00 hrs (Mon-Sat)-
011-24632950, Ext-3512 (Six Lines), E-Mail: -eprochelp@aai.aero
(iii) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24632950Ext-3523,E-Mail:-etendersupport@aai.aero,
sanjeevkumar@aai.aero and snita@aai.aero.
(iv) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24657900, E-Mail: - gmitchq@aai.aero
A-8

Tender fee of Rs. …………(g)…………/-(i/c GST) Non-refundable will be


required to be paid offline in the form of Demand Draft from Nationalized or
any scheduled bank (but not from co-operative or Gramin bank). The original
Demand Draft against Tender fee should reach by post/ courier/ given in
person to the concerned officials, within 3 days of the last date of bid
submission or as specified in the Tender Document. The details of Demand
Draft / any other accepted instruments, physically sent, should tally with the
details available in the scanned copy and the data entered during bid
submission time.
2. Following 3 envelopes shall be submitted through online at CPP-portal by the
bidder as per the following schedule: -

CRITICAL DATA SHEET

Publishing Date Date------(h)


Bid Document Download / Sale Start Date (Next Day of Date--(i)--- from 0930 hrs.
Publishing Date)
Clarification Start Date Date--(j)--- from 0930 hrs.

Clarification End Date Date--(k)--- up to 1800


hrs.
Bid Submission Start Date Date--(l)--- from 0930 hrs.

Bid Submission End Date Date--(m)-- up to 1800


hrs.
Last date and time of submission of original BG/Demand Date--(n)--- up to 1800
Draft against EMD and Tender Fee, Signed hard copy of AAI hrs. (Within 3 days of (m)
Unconditional Acceptance Letter and singed Integrity Pact. above.)
Bid Opening Date (Envelope- I) Date---(o)--- at 1100 hrs.
Bid Opening Date (Envelope- II) To be intimated later on
through CPP Portal
Bid Opening Date (Envelope- III) To be intimated later on
through CPP Portal
Tender Fee Rs. …(g)…(i/c GST) Non-
refundable.
EMD Rs. …(u)…in the form of
Demand Draft / FDR/ Bank
Guarantee.

Envelope-I: - Containing qualifying requirements of Contractor / Firm: -

The tenderer shall submit their application only at CPP portal


https://etender.gov.in/eprocure/app . Tenderer/Contractor are advised to follow the
instruction provided in the tender document for online submission of bids. Tenders are
required to upload the digitally signed file of scanned documents along with scanned copy
of Demand Draft for Tender Fee. Bid documents may be scanned with 100 dpi with black
and white option which helps in reducing size of the scanned document.

Uploading of application in location other than specified above shall not be considered.
Hard copy of application shall not be entertained.
A-9

Qualifying requirements of contractors / firms.


i) Agency should have Permanent Account Number (PAN).

ii) Agency should have valid Registration on the Date of issue of Tender in appropriate class
of CPWD/MES/P&T/Railways/State PWD/PSU/Municipal Corporations & Development
Authorities of Delhi, Mumbai, Chennai and Kolkata.

OR
Should have satisfactorily completed (# Phase/Part completion of the scope of work in a
contract shall not be considered, however pre-determined phasing of the work will
be accepted) three works, each of …………(p)…………or two works, each of
…………(q)………… or one work of …………(r)………… in single contract of similar nature of
(**Nature of the job to be defined by NIT approving authority) during last seven years
ending on…………(s)…………in India.
“The value of executed works shall be brought to current costing level by enhancing the
actual value of work at simple rate of 7% per annum, calculated from the date of
completion to the last date of submission of bid”.

Client certificate for experience should show the nature of work done, the value of work,
date of start, date of completion as per agreement, actual date of completion and
satisfactory completion of work. Firms showing work experience certificate from
non-government/non-PSU organizations should submit copy of tax deduction at
sources certificate in support of their claim for having experience of stipulated
value of work.
iii) Should have annualized average financial turnover of …………(t)………… against works
executed during last three years ending 31st March of the previous financial year. As a
proof, copy of Abridged Balance Sheet along with Profit and Loss Account Statement of
the firm should be submitted along with the application. Firms showing continuous
losses during the last three years in the balance sheet shall be summarily rejected.

iv) Should possess (***Concrete Batching Plant, Computerized Hot mix Plant, Paver etc.)
documentary proof of owning and possessing required machinery and T&P shall also be
submitted along with the application. Ownership can be either freehold or lease hold. In
case agency do not have their own or possess required plant and machinery, an
undertaking to this effect that the same shall be provided either by purchase or lease
hold basis if work is awarded to them, to be submitted along with the application and
deployment shall be as per requirement at site decided by the Engineer In-Charge.

Envelope-II: - Technical Bid containing scanned copy of Unconditional


Acceptance of AAI’s Tender Conditions and EMD.

Scanned copy of earnest money deposit (EMD) of value …………(u)………… in the


form of Demand Draft / FDR/ Bank Guarantee as stipulated in the notice inviting
tender may be submitted in “Tech Bid Folder” in Technical Bid/ Attachments
section of e-tendering portal along with Unconditional Acceptance of AAI’s Tender
Conditions (Performa given in page no. …………(v)………… of Tender Document).
A-10

Envelope-III: - The Financial e-Bid through CPP portal.

All rates shall be quoted in the format provided and no other format is acceptable.
If the price bid has been given as a standard BOQ format with the tender
document, then the same is to be downloaded and to be filled by all the bidders.
Bidders are required to download the BOQ file, open it and complete the white
coloured (unprotected) cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the
details have been completed, the bidder should save it and submit it online,
without changing the filename. If the BOQ file is found to be modified by the
bidder, the bid will be rejected.

3. Original EMD, hard copy of signed Unconditional Acceptance of AAI’s Tender


Conditions to be sent to the …………(w)………… and should reach to Bid Manager
before the date & time mentioned in CRITICAL DATA SHEET. Tender of the
tenderer whose EMD and unconditional acceptance of AAI’s tender conditions are
not received by the time of the opening of pre-qualification of tender then their
tenders will be summarily rejected. Any postal delay will not be entertained.

4. Bids Opening Process is as below: -


Envelope-I: containing Documents for pre-qualification bid (uploaded by the
contractors / firms) shall be opened as per CRITICAL DATA SHEET. The intimation
Regarding acceptance/rejection of their bids will be intimated to the
contractors/firms through e-tendering portal.

Envelope-II: Technical bid opening date shall be as mentioned in CRITICAL DATA


SHEET. (Depending on pre-qualification, any changes in the date shall be
intimated through CPP portal).

If any clarification is needed from the bidder about the deficiency in his uploaded
documents in Envelope – I and Envelope – II, he will be asked to provide it through
CPP portal. The bidder shall upload the requisite clarification/documents within
time specified by AAI, failing which tender will be liable for rejection.

Envelope-III: The financial bids of the contractors/firms found to be meeting the


qualifying requirements and technical criteria shall be as per CRITICAL DATA SHEET.
(Depending on Technical Bid evaluation the date shall be intimated through CPP
Portal).

5. AAI reserves the right to accept or reject any or all applications without
assigning any reasons. AAI also reserves the right to call off tender process
at any stage without assigning any reason.
6. AAI reserve the right to disallow issue of tender document to working
agencies whose performance at ongoing project (s) is below par and usually
poor and has been issued letter of restrain/Temporary/Permanent debar by
any department of AAI. AAI reserve the right to verify the credential
submitted by the agency at any stage (before or after the award the
work). If at any stage, any information /documents submitted by the
applicant is found to be incorrect/false or have some discrepancy
which disqualifies the firm then AAI shall take the following action:

A-11

a) Forfeit the entire amount of EMD submitted by the firm.


b) The agency shall be liable for debarment from tendering in AAI,
apart from any other appropriate contractual/legal action.
7. Consortium /JV companies shall not be permitted. No single firm shall be
permitted to submit two separate applications.
8. Purchase preference to Central Public Sector Undertaking shall be applicable
as per the directive of Govt. of India prevalent on the date of acceptance.
9. Concessions to Indian Micro & Small Enterprises (MSEs) units will be given as
per the provisions (para-10) of public procurement policy for MSEs order
2012, MSEs (Micro & Small Enterprises) registered with
DIC/NSIC/KVIC/KVIB/Directorate of Handicraft and handloom etc.

-------Sd------

The following content not to be published on website: -

NOTE FOR FILLING UP VACANT SPACES

i) Designation and address including telephone no. of officer (Bid Manager)


authorized to by NIT approving authority at (a).
ii) Details at (b), (c), (d), (e), (f), (g), (h), (i), (j), (k), (l), (m), (n), (o) (u), (v) and
(w)shall be filled by the NIT approving authority. It is mandatory to keep time
gap of minimum 3 working days between bid submission end date and last date
of submission of original documents offline. Bid opening date (Envelope-I)
should be after last date of submission of original document.
iii) Values at (p), (q) & (r) shall be 40%, 50% and 80% of value at (c) respectively
for all type of works except O&M/AMC/CMC. For O&M/AMC/CMC works
values at (p), (q) & (r) shall be 40%, 50% and 80% of value at (c) equivalent to
one year estimated cost.
iv) Details at (s) ending last date (extended date) of submission of bids shall be
filled by officer calling the tenders and shall be as per Works Manual.
v) Value of (t) shall be 30% of value at (c) for all types of works except of O &
M/AMC/CMC. For 0 & M/AMC/CMC works value of (t) shall be 30% of value
of (c) equivalent to one year of estimated cost.
vi) **Nature of similar job should be defined by NIT approving authority. In case of
pavement works, irrespective of type of pavement (Rigid and/ or Flexible),the
experience either of rigid or flexible pavement works shall be considered for
pre-qualification.
vii) ***Plants and Machinery required, if any, shall be decided by NIT approving
authority as per the nature of job for which tenders are being invited. (NIT
approving authority shall identify the minimum essential equipment and
machinery requirement for the work including additional or specialized
machinery which may be required).
viii) #Phase/Part completion of work shall not be considered for satisfactory
completion of work for the purpose of experience. However, pre-determined
phasing of work will be accepted by the NIT approving authority subject to its
meeting the laid down criteria.
ix) No single firm shall be permitted to submit two separate applications, as
individual as well as in joint venture/consortium or under two different joint
venture firms/consortium, unless otherwise specified/permitted in the case of
specialized/ composite/turnkey contracts.

A-12
x) Prequalification evaluation criteria parameters should be pre-decided by NIT
approving authority and made explicit in the bid document at the time of
inviting tender. Decision for award of contract for goods and services should be
based on detailed evaluation /exclusion criteria stipulated in bid document.
xi) Technical requirement in the tender document should be unambiguous.

A-13
(Amended on Dated : 26.03.2018)
Appendix –4A
(STANDARD FORMAT OF TENDER NOTICE TO DISPLAY ON AAI WEBSITE FOR WORKS ESTIMATED
COST UPTO Rs. 5 CRORES)
NOTICE INVITING e-TENDER (3 BOT – 3 Envelope Open Tender)
(Above portion not to be published in AAI Website)
__________________________________________________________________________________________________________
NOTICE INVITING e-TENDER (3 BOT -3 Envelope Open Tender)

1. Item rate tenders are invited through the e-tendering portal by …………(a)…………, (Bid
Manager) on behalf of Chairman, A.A.I from the eligible contractors for the composite work of
“…………(b)…………” at an estimated cost of …………(c)…………with period of completion
…………(d)………… months. [including
…………(e)………… month(s) considered for rain of …………(f)………… monsoon
season(s)]

The tendering process is online at e-portal URL address https://etender.gov.in/eprocure/app or


www.aai.aero. Aspiring bidders may download and go through the tender document.

Prospective Tenderers are advised to get themselves register at CPP-portal, obtain ‘Login ID’
& ‘Password’ and go through the instructions available in the Home Page after log in to the CPP-
portal https://etender.gov.in/eprocure/app or www.aai.aero. They should also obtain Digital
Signature Certificate (DSC) in parallel which is essentially required for submission of their
application. The process normally takes 03 days’ time. The tenderer may also take guidance
from AAI Help Desk Support through path aai.aero/tender/e-tender/help desk support.

(i) For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk details
are as below: -
Tel: 0120-4200462, 0120-4001002, Mobile: 91 8826246593,
E-mail: support-eproc@nic.in
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 further technical assistance with regard to functioning of CPP portal the bidder may
contact to the following AAI help desk numbers on all working days only between
(ii) 08.00 hrs to 20.00 hrs (Mon-Sat)-
011-24632950, Ext-3512 (Six Lines), E-Mail: -eprochelp@aai.aero
(iii) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24632950Ext-3523,E-Mail:-etendersupport@aai.aero, sanjeevkumar@aai.aero
and snita@aai.aero.
(iv) 09.30 hrs to 18.00 hrs (Mon-Fri) 011-24657900, E-Mail: - gmitchq@aai.aero
A-8
Tender fee of Rs. …………(g)…………/- (i/c GST) Non-refundable will be required to be paid offline
in the form of Demand Draft from Nationalised or any scheduled bank (but not from co-operative
or Gramin bank). The original Demand Draft against Tender fee should reach by post/ courier/
given in person to the concerned officials, within 3 days of the last date of bid submission or as
specified in the Critical Data Sheet. The details of Demand Draft / any other accepted
instruments, physically sent, should tally with the details available in the scanned copy and the
data entered during bid submission time.
2. Following 3 envelopes shall be submitted through online at CPP-portal by the bidder
as per the following schedule: -

CRITICAL DATA SHEET

Publishing Date Date------(h)


Bid Document Download / Sale Start Date Date--(i)--- from 0930 hrs.
Clarification Start Date Date--(j)--- from 0930 hrs.
Clarification End Date Date--(k)--- upto 1800 hrs.
Bid Submission Start Date Date--(l)--- from 0930 hrs.
Bid Submission End Date Date--(m)-- upto 1800 hrs.
Last date and time of submission of original
Date--(n)--- upto 1800 hrs.
BG/Demand Draft/FDR against EMD and Demand
(Within 3 days of (m)
Draft against Tender Fee, Signed hard copy of
above.)
AAI Unconditional Acceptance
Letter.
Bid Opening Date (Envelope- I) Date---(o)--- at 1100 hrs.
Bid Opening Date (Envelope- II) To be intimated later on
through CPP Portal
Bid Opening Date (Envelope- III) To be intimated later on
through CPP Portal
Tender Fee Rs. …(g)… (i/c GST)
Non-
refundable.
EMD Rs. …(u)… in the form of
Demand Draft / FDR/ Bank
Guarantee.

Envelope-I (Tender Fee): - Bid containing scanned copy of Unconditional Acceptance of AAI’s
Tender Conditions, Tender fee and EMD.

The tenderer shall submit their application only at CPP portal


https://etender.gov.in/eprocure/app . Tenderers are advised to follow the instruction provided
in the tender document for online submission of bids. Tenderers are required to upload the
digitally signed file of scanned documents along with scanned copy of Demand Draft for Tender
Fee and scanned copy of DD/FDR/BG for EMD. Bid documents may be scanned with 100 dpi
with black and white option which helps in reducing size of the scanned document. Uploading
of application in location other than specified above shall not be considered. Hard copy of
application shall not be entertained.
A-9
Scanned copy of tender fee in the form of Demand Draft of value ………(g)…….. and Earnest
Money Deposit (EMD) of value …………(u)………… in the form of Demand Draft / FDR/ Bank
Guarantee as stipulated in the notice inviting tender may be submitted along with Unconditional
Acceptance of AAI’s Tender Conditions (Performa given in page no. …………(v)………… of
Tender Document).
Envelope-II (Pre-qualification and technical bid):-

Qualifying requirements of contractors / firms.

i) Agency should have Permanent Account Number (PAN).

ii) Agency should have valid Registration on the Date of issue of Tender in appropriate class
of CPWD/MES/P&T/Railways/State PWD/PSU/Municipal Corporations & Development
Authorities of Delhi, Mumbai, Chennai and Kolkata (Registration criteria shall not be applicable
for specialized works and only work experience criteria shall be applicable).

OR
Should have satisfactorily completed (# Phase/Part completion of the scope of work in a contract
shall not be considered, however pre-determined phasing of the work will be accepted)
three works, each of
…………(p)…………or two works, each of …………(q)………… or one work of
…………(r)………… in single contract of similar nature of (**Nature of the job to be defined by NIT
approving authority) during last seven years ending on…………(s)…………
“The value of executed works shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum, calculated from the date of completion to the last
date of submission of bid”.
Client certificate for experience should show the nature of work done, the value of work, date of
start, date of completion as per agreement, actual date of completion and satisfactory completion
of work. Firms showing work experience certificate from non-government/non-PSU
organizations should submit copy of tax deduction at sources certificate in support of their
claim for having experience of stipulated value of work.
iii) Should have annualized average financial turnover of …………(t)………… against works
executed during last three years ending 31st March of the previous financial year. As a proof,
copy of Abridged Balance Sheet along with Profit and Loss Account Statement of the firm
should be submitted along with the application. Firms showing continuous losses during the last
three years in the balance sheet shall be summarily rejected.

iv) Should possess (***Concrete Batching Plant, Computerized Hot mix Plant, Paver etc.)
documentary proof of owning and possessing required machinery and T&P shall also be
submitted along with the application. Ownership can be either freehold or lease hold. In case
agency do not have their own or possess required plant and machinery, an undertaking to this
effect that the same shall be provided either by purchase or lease hold basis if work is awarded to
them, to be submitted along with the application and deployment shall be as per requirement at
site decided by the Engineer In-Charge.
A-10

Envelope-III (Financial Bid): - The Financial e-Bid through CPP portal.


All rates shall be quoted in the format provided and no other format is acceptable. If the price bid
has been given as a standard BOQ format with the tender document, then the same is to be
downloaded and to be filled by all the bidders. Bidders are required to download the BOQ file,
open it and complete the white coloured (unprotected) cells with their respective financial
quotes and other details (such as name of the bidder). No other cells should be changed. Once
the details have been completed, the bidder should save it and submit it online, without changing
the filename. If the BOQ file is found to be modified by the bidder, the bid will be rejected.
3. Original EMD, Tender fees, hard copy of signed Unconditional Acceptance of AAI’s Tender
Conditions, to be sent to the …………(w)………… and should reach to Bid Manager before the
date & time mentioned in CRITICAL DATA SHEET. The tenderer whose EMD, Tender fees
and unconditional acceptance of AAI’s tender conditions are not received by the time as per
Critical Data Sheet, then their tenders will be summarily rejected. Any postal delay will not be
entertained.
4. Bids Opening Process is as below: -
Envelope-I: Envelope-I opening date shall be as mentioned in CRITICAL DATA SHEET.
(Envelop-I Shall contain scanned copy of Tender Fees, EMD and Unconditional Acceptance of AAI
tender conditions.)
v) Envelope-II: Envelope-II opening date shall be as mentioned in CRITICAL DATA SHEET. The
intimation regarding acceptance/rejection of their bids will be intimated to the contractors/firms
through e-tendering portal. (Envelop-II shall contain scanned copy of Pre-qualification
documents, Scanned copy of duly notarized affidavit on Non-Judicial stamp paper of Rs. 100
regarding compliance of minimum wages, scanned copy of duly notarized declaration on non-
judicial stamp paper of Rs. 100 regarding black listing/ debarring of firm, scanned copy of
undertaking on GST and digitally signed Tender Document.)

If any clarification is needed from the bidder about the deficiency in his uploaded documents in
Envelope – I and Envelope – II, he will be asked to provide it through CPP portal. The bidder shall
upload the requisite clarification/documents within time specified by AAI, failing which tender will
be liable for rejection.

Envelope-III : The financial bids of the contractors/firms found to be meeting the qualifying
requirements shall be opened as per CRITICAL DATA SHEET. (Depending on evaluation of
Envelop I & II, the date shall be intimated through CPP Portal).
5. AAI reserves the right to accept or reject any or all applications without assigning any
reasons. AAI also reserves the right to call off tender process at any stage without assigning any
reason.
6. AAI reserve the right to disallow issue of tender document to working agencies whose
performance at ongoing project (s) is below par and usually poor and has been issued letter of
restrain/Temporary/Permanent debar by any department of AAI. AAI reserve the right to verify
the credential submitted by the agency at any stage (before or after the award the work). If at any
stage, any information /documents submitted by the applicant is found to be incorrect/false or have
some discrepancy which disqualifies the firm then AAI shall take the following action:

A-11

a) Forfeit the entire amount of EMD submitted by the firm.


b) The agency shall be liable for debarment from tendering in AAI, apart from any
other appropriate contractual/legal action.
7. Consortium /JV companies shall not be permitted. No single firm shall be permitted to submit
two separate applications.
8. Purchase preference to Central Public Sector Undertaking shall be applicable as per the
directive of Govt. of India prevalent on the date of acceptance.

9. Concessions to Indian Micro & Small Enterprises (MSEs) units will be given as per the
provisions (para-10) of public procurement policy for MSEs order 2012, MSEs (Micro & Small
Enterprises) registered with DIC/NSIC/KVIC/KVIB/Directorate of Handicraft and handloom etc.
-------Sd------
The following content not to be published on website: - NOTE FOR FILLING UP VACANT

SPACES

i) Designation and address including telephone no. of officer (Bid Manager) authorized to
by NIT approving authority at (a).
ii) Details at (b), (c), (d), (e), (f), (g), (h), (i), (j), (k), (l), (m), (n), (o) (u), (v) and (w) shall be
filled by the NIT approving authority. It is mandatory to keep time gap of minimum 3 working
days between bid submission end date and last date of submission of original documents
offline. Bid opening date (Envelope-I) should be after last date of submission of original
document.
iii) Values at (p), (q) & (r) shall be 40%, 50% and 80% of value at (c) respectively for all
type of works except O&M/AMC/CMC. For O&M/AMC/CMC works values at (p), (q) & (r) shall
be 40%, 50% and 80% of value at (c) equivalent to one year estimated cost.
iv) Details at (s) ending last date (extended date) of submission of bids shall be filled by officer
calling the tenders and shall be as per Works Manual.
v) Value of (t) shall be 30% of value at (c) for all types of works except of O &
M/AMC/CMC. For 0 & M/AMC/CMC works value of (t) shall be 30% of value of (c) equivalent to
one year of estimated cost.
vi) ** Nature of similar job should be defined by NIT approving authority. In case of
pavement works, irrespective of type of pavement (Rigid and/ or Flexible), the experience
either of rigid or flexible pavement works shall be considered for pre-qualification.
vii) ***Plants and Machinery required, if any, shall be decided by NIT approving authority as per
the nature of job for which tenders are being invited. (NIT approving authority shall identify the
minimum essential equipment and machinery requirement for the work including additional or
specialized machinery which may be required).

A-12

viii) #Phase/Part completion of work shall not be considered for satisfactory completion of
work for the purpose of experience. However, pre-determined phasing of work will be accepted
by the NIT approving authority subject to its meeting the laid down criteria.
ix) No single firm shall be permitted to submit two separate applications, as individual as well
as in joint venture/consortium or under two different joint venture firms/consortium, unless
otherwise specified/permitted in the case of specialized/ composite/turnkey contracts.
x) Prequalification evaluation criteria parameters should be pre-decided by NIT approving
authority and made explicit in the bid document at the time of inviting tender. For electrical tenders,
the registration certificate in electrical category must be asked from the agencies. Decision for
award of contract for goods and services should be based on detailed evaluation /exclusion
criteria stipulated in bid document.
xi) Technical requirement in the tender document should be unambiguous.
xii) Delete para 9 if the same is not applicable for the subject work.

A-13
(Amendment TI 38 dtd. 03.03.2020)
APPENDIX –4A

(STANDARD FORMAT OF TENDER NOTICE TO DISPLAY ON AAI WEBSITE FOR


WORKS COSTING UPTO 5.00 CRORES)
NOTICE INVITING e-TENDER (2 BOT – 2 Envelope Open Tender)
(Above portion not to be published in AAI Website)
________________________________________________________________________________________________________

NOTICE INVITING e-TENDER (2 BOT - 2 Envelope Open Tender)

1. Item Rate/EPC (Strike off whichever is not applicable) e-tenders are invited through
the e-tendering CPP portal by …………(a)…………,(Bid Manager) on behalf of Chairman,
A.A.I from the eligible contractors for the work/composite work (delete whichever is
not applicable) of “…………(b)…………” at an estimated cost of …………(c)…………with
completion period of …………(d)………… months. [including …………(e)…………
month(s) considered for rain of …………(f)………… monsoon season(s)]

The tendering process is online at CPP-portal URL address


https://etenders.gov.in/eprocure/app or www.aai.aero. Prospective Tenderers may
download and go through the tender document.

Prospective Tenderers are advised to get themselves register at CPP-portal, obtain


‘Login ID’ & ‘Password’ and go through the instructions available in the Home Page
after log in to the CPP-portal https://etenders.gov.in/eprocure/app or www.aai.aero.
They should also obtain Digital Signature Certificate (DSC) in parallel which is
essentially required for submission of their application. The process normally takes
03 days’ time. The tenderer may also take guidance from AAI Help Desk Support
through path aai.aero/tender/e-tender/help desk support.
(i) For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk
details are as below:-
Tel: 0120-4200462, 0120-4001002, Mobile: 91-8826246593,
E-mail: support-eproc@nic.in
Tenderers 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 further technical assistance with regard to functioning of CPP portal the
tenderer may contact to the following AAI help desk numbers on all working days
only between
(ii) 08.00 hrs to 20.00 hrs. (Mon-Sat)-
011-24632950, Ext-3512 (Six Lines), E-mail:- eprochelp@aai.aero
(iii) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24632950 Ext-3523, E-mail:-etendersupport@aai.aero
sanjeevkumar@aai.aero and snita@aai.aero
(iv) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24657900, E-Mail:- gmitchq@aai.aero

A-8
Tender processing fee of Rs. ………(g)…………./- (i/c GST), non-refundable will be
required to be paid offline in the form of Demand Draft in favour of Airports Authority
of India payable at ………. (respective Airport)………… from Nationalized or any
scheduled bank (but not from co-operative or Gramin bank). The original Demand
Draft against Tender processing fee should reach by post/ courier/ given in person to
the concerned official by the date as specified in the Critical Data Sheet of Tender
Document. The details of Demand Draft / any other accepted instruments, physically
sent, should tally with the details available in the scanned copy and the data entered
during bid submission time.
2. Following 2 envelopes shall be submitted through online at CPP-portal by the
tenderer as per the following schedule:-
CRITICAL DATA SHEET
Publishing Date Date------(h)------
Bid Document Download / Sale Start Date Date--(i) --- from 0930 hrs.
(Next Day of Publishing Date)
Clarification Start Date Date--(j) --- from 0930 hrs.
Clarification End Date Date--(k) --- upto 1800 hrs.
Bid Submission Start Date Date--(l) --- from 0930 hrs.
Bid Submission End Date Date--(m) --- upto 1800 hrs.
Last date and time of submission of Original Date--(n) --- upto 1800 hrs.
BG/Demand Draft against EMD and Demand
Draft against Tender processing fee.
Bid Opening Date (Envelope- I) Date—(o) --- at 1100 hrs.
Bid Opening Date (Envelope- II) Date—(p) --- at 1100 hrs.
Tender Processing Fee (Non-refundable, in Rs. … (g)… (i/c GST) Non-
the form of Demand Draft) refundable.
Earnest Money Deposit (EMD) Rs. … (u)… in the form of
Demand Draft / Bank
Guarantee.

Envelope-I (Tender processing fee, EMD, Technical Bid and Pre-qualification):-


Bid containing following:
A. Tender processing fee, EMD:
i. Scanned Copy of DD against Tender Processing Fees.
ii. Scanned copy of DD or BG against EMD (as per Appendix-IA) along with letter of
undertaking (as per Appendix-XIA).
B. Technical Bid containing the following:-
i) Scanned copy of Unconditional Acceptance of AAI’s Tender Conditions.
ii) Scanned copy of Permanent Account Number (PAN) and GST Registration Number.
iii) Scanned copy of ‘Undertaking’ regarding Blacklisting/ Debarment on Company’s
Letter Head.
iv) Tenderer should deploy sufficient plant and machinery as per the requirement of
work in consultation with the Engineer-in-Charge (EIC) to achieve the
milestones/targets and overall completion within the time period. Tenderer shall
submit scanned copy of ‘Undertaking’ on Company’s Letter Head.
v) Companies other than propriety firm shall submit, scanned copy of Authorization
Letter/Power of Attorney along with copy of Certificate of Incorporation of the
Company under Companies Act showing CIN/LLPIN/Name of Directors of the
Company & Copy of Board Resolution regarding Authority to assign Power of
Attorney.
Proprietary firm shall submit scanned copy of Authorization Letter/Power of
Attorney only if the tender is processed by a person other than proprietor.
vi) PQ Performa duly filled.

C. Qualifying requirements of contractors / tenderers containing the following:-

(Applicable for tenders other than EPC, delete for EPC tenders).
i) Should have satisfactorily completed (# Phase/Part completion of the scope of work in
a contract shall not be considered, however pre-determined phasing of the work
will be accepted) three works, each of …………(q)…………or two works, each of
…………..(r) ………… or one work of …………(s)………… in single contract of similar nature
of (**Nature of the job to be defined by NIT approving authority) during last seven
years ending on-----------(m)------.

“The value of executed works shall be brought to current costing level by


enhancing the actual value of work at simple rate of 7% per annum, calculated
from the date of completion to the last date of submission of bid i.e.-----(m)-----.”

Client certificate for experience should show the nature of work done, the value of
work, date of start, date of completion as per agreement, actual date of completion
and satisfactory completion of work. Tenderers showing work experience
certificate from non-government/non-PSU organizations should submit copy of
tax deduction at sources (TDS) certificate(s) along with a certificate issued by
registered Chartered Accountant, clearly specifying the name of work, total
payment received against the work and TDS amount for the work.
(Applicable for EPC tenders only, delete for tenders other than EPC).
Should have satisfactorily completed (# Phase/Part completion of the scope of work in
a contract shall not be considered, however pre-determined phasing of the work
will be accepted) three works, each of ………… (q)…………or two works, each of

A-9
…………..(r) ………… or one work of …………(s)………… in single contract of similar nature
of (**Nature of the job to be defined by NIT approving authority) on EPC Mode/Turn
Key (Design & Build) Basis during last seven years ending on -----------(m)------.
Tenderers not having the work experience on EPC Mode/Turn Key (Design &
Build) Basis as above but having requisite work experience as stated above in other
modes of tenders, shall also be allowed to participate if they meet the following
conditions:
Tenderers should have either in-house facility of design/drawing or should associate
architect/designer firm. The in-house facility of design / drawing or associate
architect /designer firm should have satisfactorily completed (# Phase/Part
completion of the scope of work in a contract shall not be considered, however pre-
determined phasing of the work will be accepted) three works, each of
…………(q)…………or two works, each of …………..(r)………… or one work of
…………(s)………… in single contract of similar nature of (**Nature of the job to be
defined by NIT approving authority) during last seven years ending on -----(m)------.
In case the tender is being invited on EPC Mode/Turn Key (Design & Build) Basis
after engagement of PMC by AAI, the tenderer cannot associate the same PMC and
their sub-consultants associated with the project as architect/designer
firm/consultants.
Change of the associated architect/designer firm will normally be allowed only once,
that too under exceptional circumstances with the prior approval of AAI. The
architect/designer firm can be substituted subject to the condition that the new
architect/designer firm meets the qualification and experience criteria. A
compensation of 0.1% of the contract amount or Rs. 10.00 Lacs whichever is
higher shall be imposed for any such change to act as deterrent. No extension of time
shall be considered for change of architect/designer firm. “The value of executed
works and consultancy (design/drawing) shall be brought to current costing
level by enhancing the actual value of work at simple rate of 7% per annum,
calculated from the date of completion to the last date of submission of bid i.e.---
-----(m)------.
Client certificate for experience should show the nature of work done, the value of
work, date of start, date of completion as per agreement, actual date of completion
and satisfactory completion of work. Tenderers showing work experience
certificate from non-government/non-PSU organizations should submit copy of
tax deduction at sources (TDS) certificate(s) along with a certificate issued by
registered Chartered Accountant, clearly specifying the name of work, total
payment received against the work and TDS amount for the work.
ii) Should have annualized average financial turnover of …………(t)………… against works
executed during last three years ending 31st March of the previous financial year. As a
proof, copy of Abridged Balance Sheet along with Profit and Loss Account Statement
of the tenderer should be submitted along with the application. Tenderers showing
continuous losses during the last three years in the balance sheet shall be summarily
rejected.
iii) The tenderer should have a minimum net worth of …………(w)………., issued by
certified Chartered Accountants.

A-10
(In case of tenders invited on EPC Mode/Turn Key (Design & Build) Basis,
financial turnover and net worth of Associated Architect/Designer Firm is not
required).
Scanned copy of all the Documents of Envelope-I mentioned above shall be submitted
on the CPP portal. Original/Hard Copies of DD against Tender processing fee and
DD/BG against EMD is required to be submitted/sent to the …………(a)…………… (Bid
Manager) on or before date & time mentioned in CRITICAL DATE SHEET. The
tenderer, whose DD against Tender processing fee and DD/BG against EMD are not
received by the date & time mentioned in critical data sheet, then their tenders will be
liable to be rejected. Any postal delay will not be entertained.
EMD of the value of Rs. ……...(u)…….. shall be accepted offline only in the form of
Demand Draft/Bank Guarantee from a Nationalized or any scheduled bank (but not
from Co-Operative or Gramin bank).
AAI Bank & Account details for preparation of Bank Guarantee are as follows:
Name of Account Holder: Airports Authority of India
Name of Bank: …………………………………………..(Concerned AAI Bank Account)
Bank Address: ……………………………………………(---------do--------)
IFSC Code: ……………………………………………(---------do--------)
Account No.: ……………………………………………(---------do--------)
Refund of EMD
The refund of EMD to tenderers who fail to qualify in the eligibility/technical criteria,
shall be initiated within 7 days of their rejection. For all tenderers who qualify and
their financial bids are opened, the refund of EMD of all such tenderers except L-1
shall be processed within 7 days of opening of financial bid.
Envelope-II: - The Financial e-Bid through CPP portal.
All rates shall be quoted in the format provided and no other format is acceptable. If
the price bid has been given as a standard BOQ format with the tender document,
then the same is to be downloaded and to be filled by all the tenderers. Tenderers are
required to download the BOQ file, open it and complete the blue coloured
(unprotected) cells with their respective financial quotes and other details (such as
name of the tenderer). No other cells should be changed. Once the details have been
completed, the tenderer should save it and submit it online, without changing the file
name. If the BOQ file is found to be modified by the tenderer, the bid will be rejected.
3. Bid Submission:-
The tenderer shall submit their application only at CPP Portal:
https://etenders.gov.in/eprocure/app. Tenderer/Contractor are advised to follow
the instructions provided in the tender document for online submission of bids.
Tenderers are required to upload the digitally signed file of scanned documents as per
Para 2. Bid documents may be scanned with 100 dpi with black and white option
which helps in reducing size of the scanned documents.
Uploading of application in location other than specified above shall not be
considered. Hard copy of application shall not be entertained.
4. Not more than one tender shall be submitted by one tenderer or tenderers having
business relationship. Under no circumstance will father and his son(s) or other close
relations who have business relationship with one another (i.e. when one or more
partner(s)/director(s) are common) be allowed to tender for the same contract as
separate competitors. A breach of this condition will render the tenders of both
parties liable to rejection. A-11
5. Tenderer who has downloaded the tender from Central Public Procurement Portal
(CPPP) website http://etenders.gov.in/eprocure/app, shall not tamper/modify the
tender form including downloaded price bid template in any manner. In case if the
same is found to be tampered/modified in any manner, tender will be completely
rejected and EMD would be forfeited and tenderer is liable to be banned from doing
business with AAI.
6. Bids Opening Process is as below:-
Envelope-I (Tender processing fee, EMD, Technical bid and Pre-qualification):
Envelope-I containing documents as per Para 2 (A), (B) and (C) (uploaded by the
tenderers) shall be opened on date & time mentioned in CRITICAL DATA SHEET.
If the bidder has any query related to the Bid Document of the work, they should use
‘Seek Clarification’ on CPP portal to seek clarifications. No other means of
communication in this regards shall be entertained.
If any clarification is needed from the tenderer about the deficiency in his uploaded
documents in Envelope – I, he will be asked to provide it through CPP portal or email
if required. The tenderer shall upload the requisite clarification/documents within
time specified by AAI, failing which it shall be presumed that bidder does not have
anything to submit and bid shall be evaluated accordingly.
The intimation regarding acceptance/rejection of their bids will be intimated to the
tenderers through CPP portal.
Envelope-II (Financial Bid):
Envelope-II containing financial bid of the tenderers found to be meeting the technical
criteria and qualifying requirements shall be opened on date & time mentioned in
CRITICAL DATA SHEET. (In case the date and time for opening of Envelope-II
(Financial Bid) is required to be changed, the same shall be intimated through
CPP Portal).
7. AAI reserves the right to accept or reject any or all applications without assigning any
reasons. AAI also reserves the right to call off tender process at any stage without
assigning any reason.
8. AAI reserves the right to disallow the working agencies whose performance at
ongoing project (s) is below par and usually poor and has been issued letter of
restrain/Temporary or Permanent debarment/black listing by any department of AAI
or Central/State Govt. Depts./PSUs/World Bank/ ADB etc. AAI reserves the right to
verify the credential submitted by the tenderer at any stage (before or after the
award the work). If at any stage, any information /documents submitted by the
applicant is found to be incorrect/false or have some discrepancy which
disqualifies the tenderer then AAI shall take the following action:
a) Forfeit the entire amount of EMD submitted by the tenderer.
b) The tenderer shall be liable for debarment from tendering in AAI, including
termination of the contract apart from any other appropriate contractual /legal
action.
9. Consortium /JV companies shall not be permitted.
10. Purchase preference to Central Public Sector Undertaking shall be applicable as per
the directive of Govt. of India prevalent on the date of acceptance.
11. Concessions to Indian Micro & Small Enterprises (MSEs) units registered with
DIC/NSIC/KVIC/KVIB/Directorate of Handicraft and Handloom etc., to be given as per
the provisions of Public Procurement Policy for MSEs order 2012 with up to date
amendments, shall be applicable for tenders of supply/services and shall not be
extended to construction work. -------Sd------
A-12
The following content not to be published on website:-

NOTE FOR FILLING UP VACANT SPACES

i) Designation and address including telephone no. of officer (Bid Manager) Authorized by
NIT approving authority at (a).
ii) Details at (b), (c), (d), (e), (f), (g), (h), (i), (j), (k), (l), (m), (n), (o), (p) & (u) shall be filled
by the NIT approving authority. It is mandatory to keep time gap of minimum 3 working
days between bid submission end date and last date of submission of original documents
offline. Bid opening date (Envelope-I) should be after last date of submission of original
document.
iii) Values at (q), (r) & (s) shall be 40%, 50% and 80% of value at (c) respectively for all type
of works except O&M/AMC/CMC. For O&M/AMC/CMC works values at (q), (r) & (s) shall
be 40%, 50% and 80% of value at (c) equivalent to one year estimated cost.
iv) Value of (t) & (w) shall be 30% & 15% respectively of value at (c) for all types of works
except of O & M/AMC/CMC. For O & M/AMC/CMC works value of (t) & (w) shall be 30%
& 15% respectively of value of (c) equivalent to one year of estimated cost.
v) **Nature of similar job should be defined by NIT approving authority. In case of
pavement works, irrespective of type of pavement (Rigid and / or Flexible), the
experience either of rigid or flexible pavement works shall be considered for pre-
qualification.
vi) #Phase/Part completion of work shall not be considered for satisfactory completion of
work for the purpose of experience. However, pre-determined phasing of work will be
accepted by the NIT approving authority subject to its meeting the laid down criteria.
vii) Prequalification evaluation criteria parameters should be pre-decided by NIT approving
authority and made explicit in the bid document at the time of inviting tender. Decision
for award of contract for goods and services should be based on detailed evaluation
/exclusion criteria stipulated in bid document.
viii) Technical requirement in the tender document should be unambiguous.
ix) If tenders having cost less than Rs. 100 Crores are to be called on EPC mode then specific
approval of Concerned Member is mandatory.

A-13
Appendix –4B

(STANDARD FORMAT OF TENDER NOTICE TO DISPLAY ON AAI WEBSITE FOR


WORKS ESTIMATED COST ABOVE Rs. 5 CRORES AND UPTO Rs. 50 CRORES)

NOTICE INVITING e-TENDER (3 BOT – 3 Envelope Open Tender)

(Above portion not to be published in AAI Website)


__________________________________________________________________________________________________________

NOTICE INVITING e-TENDER (3 BOT -3 Envelope Open Tender)

1. Item rate tenders are invited through the e-tendering portal by …………(a)…………, (Bid
Manager) on behalf of Chairman, A.A.I from the eligible contractors for the composite
work of “…………(b)…………” at an estimated cost of …………(c)…………with period of
completion …………(d)………… months. [including …………(e)………… month(s)
considered for rain of …………(f)………… monsoon season(s)]

The tendering process is online at e-portal URL address


https://etender.gov.in/eprocure/appor www.aai.aero. Aspiring bidders may
download and go through the tender document.

Prospective Tenderers are advised to get themselves register at CPP-


portal, obtain ‘Login ID’ & ‘Password’ and go through the instructions
available in the Home Page after log in to the CPP-portal
https://etender.gov.in/eprocure/app or www.aai.aero. They should also
obtain Digital Signature Certificate (DSC) in parallel which is essentially
required for submission of their application. The process normally takes
03 days’ time. The tenderer may also take guidance from AAI Help Desk
Support through path aai.aero/tender/e-tender/help desk support.

(ii) For any technical related queries please call the Helpdesk. The 24 x
7 Help Desk details are as below: -
Tel: 0120-4200462, 0120-4001002, Mobile: 91 8826246593,
E-mail: support-eproc@nic.in
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 further technical assistance with regard to functioning of CPP portal the
bidder may contact to the following AAI help desk numbers on all working days
only between
(ii) 08.00 hrs to 20.00 hrs (Mon-Sat)-
011-24632950, Ext-3512 (Six Lines), E-Mail: -eprochelp@aai.aero
(iii) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24632950Ext-3523,E-Mail:-etendersupport@aai.aero,
sanjeevkumar@aai.aero and snita@aai.aero.
(iv) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24657900, E-Mail: - gmitchq@aai.aero

Tender fee of Rs. …………(g)…………/-(i/c GST) Non-refundable will be


required to be paid offline in the form of Demand Draft from Nationalized or
any scheduled bank (but not from co-operative or Gramin bank). The original
Demand Draft against Tender fee should reach by post/ courier/ given in
person to the concerned officials, within 3 days of the last date of bid
submission or as specified in the Tender Document. The details of Demand
Draft / any other accepted instruments, physically sent, should tally with the
details available in the scanned copy and the data entered during bid
submission time.
2. Following 3 envelopes shall be submitted through online at CPP-portal by the
bidder as per the following schedule: -

CRITICAL DATA SHEET

Publishing Date Date------(h)


Bid Document Download / Sale Start Date (Next Day of Date--(i)--- from 0930 hrs.
Publishing Date)
Clarification Start Date Date--(j)--- from 0930 hrs.
Clarification End Date Date--(k)--- upto 1800 hrs.
Bid Submission Start Date Date--(l)--- from 0930 hrs.
Bid Submission End Date Date--(m)-- upto 1800 hrs.
Last date and time of submission of original BG/Demand
Draft against EMD and Tender Fee, Signed hard copy of AAI Date--(n)--- upto 1800 hrs.
Unconditional Acceptance Letter and singed Integrity Pact.
Bid Opening Date (Envelope- I) Date---(o)--- at 1100 hrs.
Bid Opening Date (Envelope- II) To be intimated later on
through CPP Portal
Bid Opening Date (Envelope- III) To be intimated later on
through CPP Portal
Tender Fee Rs. …(g)… (i/c GST) Non-
refundable.
EMD Rs. …(u)…in the form of
Demand Draft / FDR/ Bank
Guarantee.

Envelope-I: - Containing qualifying requirements of Contractor / Firm: -

The tenderer shall submit their application only at CPP portal


https://etender.gov.in/eprocure/app. Tenderer/Contractor are advised to follow the
instruction provided in the tender document for online submission of bids. Tenders are
required to upload the digitally signed file of scanned documents along with scanned copy
of Demand Draft for Tender Fee. Bid documents may be scanned with 100 dpi with black
and white option which helps in reducing size of the scanned document.

Uploading of application in location other than specified above shall not be considered.
Hard copy of application shall not be entertained.

A-15
Qualifying requirements of contractors / firms.

i) Agency should have Permanent Account Number (PAN).

ii) Agency should have valid Registration on the Date of issue of Tender in
appropriate class of CPWD/MES/P&T/Railways/State PWD/PSU/Municipal
Corporations & Development Authorities of Delhi, Mumbai, Chennai and Kolkata.
(The registration shall be applicable only for works with estimated cost up
to Rs 15 Crores).

OR

Should have satisfactorily completed (# Phase/Part completion of the scope of


work in a contract shall not be considered, however pre-determined phasing of
the work will be accepted) three works, each of …………(p)…………or two works,
each of …………(q)………… or one work of …………(r)………… in single contract of
similar nature of (**Nature of the job to be defined by NIT approving authority)
during last seven years ending on…………(s)…………in India.
“The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum, calculated from the date of
completion to the last date of submission of bid”.

Client certificate for experience should show the nature of work done, the value of
work, date of start, date of completion as per agreement, actual date of completion
and satisfactory completion of work. Firms showing work experience
certificate from non-government/non-PSU organizations should submit
copy of tax deduction at sources certificate in support of their claim for
having experience of stipulated value of work.

iii) Should have annualized average financial turnover of …………(t)………… against


works executed during last three years ending 31st March of the previous
financial year. As a proof, copy of Abridged Balance Sheet along with Profit and
Loss Account Statement of the firm should be submitted along with the
application. Firms showing continuous losses during the last three years in the
balance sheet shall be summarily rejected.

iv) Should possess (***Concrete Batching Plant, Computerized Hot mix Plant, Paver
etc.) documentary proof of owning and possessing required machinery and T&P
shall also be submitted along with the application. Ownership can be either
freehold or lease hold. In case agency do not have their own or possess required
plant and machinery, an undertaking to this effect that the same shall be provided
either by purchase or lease hold basis if work is awarded to them, to be submitted
along with the application and deployment shall be as per requirement at site
decided by the Engineer In-Charge.

Envelope-II:- Technical Bid containing scanned copy of Unconditional Acceptance


of AAI’s Tender Conditions, EMD and Integrity Pact.

A-16
Scanned copy of earnest money deposit (EMD) of value …………(u)………… in the
form of Demand Draft / FDR/ Bank Guarantee as stipulated in the notice inviting
tender may be submitted in “Tech Bid Folder” in Technical Bid/ Attachments
section of e-tendering portal along with Unconditional Acceptance of AAI’s Tender
Conditions (Performa given in page no. …………(v)………… of Tender Document)
and scanned copy of signed Integrity Pact.

Envelope-III: -The Financial e-Bid through CPP portal.

All rates shall be quoted in the format provided and no other format is acceptable.
If the price bid has been given as a standard BOQ format with the tender
document, then the same is to be downloaded and to be filled by all the bidders.
Bidders are required to download the BOQ file, open it and complete the white
colored (unprotected) cells with their respective financial quotes and other details
(such as name of the bidder). No other cells should be changed. Once the details
have been completed, the bidder should save it and submit it online, without
changing the filename. If the BOQ file is found to be modified by the bidder, the bid
will be rejected.

3. Original EMD, hard copy of signed Unconditional Acceptance of AAI’s Tender


Conditions as well as signed original Integrity Pact to be sent to the
…………(w)………… and should reach to Bid Manager before the date & time
mentioned in CRITICAL DATA SHEET. Tender of the tenderer whose EMD,
Integrity Pact and unconditional acceptance of AAI’s tender conditions are not
received by the time of the opening of pre-qualification of tender then their
tenders will be summarily rejected. Any postal delay will not be entertained.

4. Bids Opening Process is as below: -


Envelope-I: containing Documents for pre-qualification bid (uploaded by the
contractors / firms) shall be opened as per CRITICAL DATA SHEET. The intimation
Regarding acceptance/rejection of their bids will be intimated to the
contractors/firms through e-tendering portal.

Envelope-II: Technical bid opening date shall be as mentioned in CRITICAL DATA


SHEET. (Depending on pre-qualification, any changes in the date shall be
intimated through CPP portal).

If any clarification is needed from the bidder about the deficiency in his uploaded
documents in Envelope – I and Envelope – II, he will be asked to provide it through
CPP portal. The bidder shall upload the requisite clarification/documents within
time specified by AAI, failing which tender will be liable for rejection.

Envelope-III: The financial bids of the contractors/firms found to be meeting the


qualifying requirements and technical criteria shall be as per CRITICAL DATA SHEET.
(Depending on Technical Bid evaluation the date shall be intimated through CPP
Portal).

5. AAI reserves the right to accept or reject any or all applications without
assigning any reasons. AAI also reserves the right to call off tender process at
any stage without assigning any reason.
6. AAI reserve the right to disallow issue of tender document to working agencies
whose performance at ongoing project (s) is below par and usually poor and has
A-17
been issued letter of restrain/Temporary/Permanent debar by any department
of AAI. AAI reserve the right to verify the credential submitted by the
agency at any stage (before or after the award the work). If at any stage,
any information /documents submitted by the applicant is found to be
incorrect/false or have some discrepancy which disqualifies the firm then
AAI shall take the following action:
a) Forfeit the entire amount of EMD submitted by the firm.
b)The agency shall be liable for debarment from tendering in AAI,
apart from any other appropriate contractual/legal action.
7. Consortium /JV companies shall not be permitted. No single firm shall be
permitted to submit two separate applications.
8. Purchase preference to Central Public Sector Undertaking shall be applicable
as per the directive of Govt. of India prevalent on the date of acceptance.
9. Concessions to Indian Micro & Small Enterprises (MSEs) units will be given as
per the provisions (para-10) of public procurement policy for MSEs order
2012, MSEs (Micro & Small Enterprises) registered with
DIC/NSIC/KVIC/KVIB/Directorate of Handicraft and handloom etc.

-------Sd------

The following content not to be published on website: -

NOTE FOR FILLING UP VACANT SPACES

i) Designation and address including telephone no. of officer (Bid Manager)


authorized to by NIT approving authority at (a).
ii) Details at (b), (c), (d), (e), (f), (g), (h), (i), (j), (k), (l), (m), (n), (o) (u), (v) and
(w) shall be filled by the NIT approving authority. It is mandatory to keep time
gap of minimum 3 working days between bid submission end date and last
date of submission of original documents offline. Bid opening date (Envelope-
I) should be after last date of submission of original document.
iii) Values at (p), (q) & (r) shall be 40%, 50% and 80% of value at (c) respectively
for all type of works except O&M/AMC/CMC. For O&M/AMC/CMC works
values at (p), (q) & (r) shall be 40%, 50% and 80% of value at (c) equivalent to
one year estimated cost.
iv) Details at (s) ending last date (extended date) of submission of bids shall be
filled by officer calling the tenders.
v) Value of (t) shall be 30% of value at (c) for all types of works except of O &
M/AMC/CMC. For 0 & M/AMC/CMC works value of (t) shall be 30% of value
of (c) equivalent to one year of estimated cost.
vi) **Nature of similar job should be defined by NIT approving authority. In case
of pavement works, irrespective of type of pavement (Rigid and/ or Flexible),
the experience either of rigid or flexible pavement works shall be considered
for pre-qualification.
vii) ***Plants and Machinery required, if any, shall be decided by NIT approving
authority as per the nature of job for which tenders are being invited. (NIT
approving authority shall identify the minimum essential equipment and
A-18
machinery requirement for the work including additional or specialized
machinery which may be required).
viii) #Phase/Part completion of work shall not be considered for satisfactory
completion of work for the purpose of experience. However, pre-determined
phasing of work will be accepted by the NIT approving authority subject to its
meeting the laid down criteria.
ix) No single firm shall be permitted to submit two separate applications, as
individual as well as in joint venture/consortium or under two different joint
venture firms/consortium, unless otherwise specified/permitted in the case of
specialized/ composite/turnkey contracts.
x) Prequalification evaluation criteria parameters should be pre-decided by NIT
approving authority and made explicit in the bid document at the time of
inviting tender. Decision for award of contract for goods and services should be
based on detailed evaluation /exclusion criteria stipulated in bid document.
xi) Technical requirement in the tender document should be unambiguous.

A-19
(Amended on Dated : 26.03.2018)
Appendix –4B

(STANDARD FORMAT OF TENDER NOTICE TO DISPLAY ON AAI WEBSITE FOR WORKS ESTIMATED
COST ABOVE Rs. 5 CRORES AND UPTO Rs. 50 CRORES)
NOTICE INVITING e-TENDER (3 BOT – 3 Envelope Open Tender)
(Above portion not to be published in AAI Website)
_________________________________________________________________________________________________________

NOTICE INVITING e-TENDER (3 BOT -3 Envelope Open Tender)

1. Item rate tenders are invited through the e-tendering portal by …………(a)…………, (Bid
Manager) on behalf of Chairman, A.A.I from the eligible contractors for the composite work of
“…………(b)…………” at an estimated cost of …………(c)…………with period of completion
…………(d)………… months. [including …………(e)………… month(s) considered for rain of
…………(f)………… monsoon season(s)]

The tendering process is online at e-portal URL address https://etender.gov.in/eprocure/app or


www.aai.aero. Aspiring bidders may download and go through the tender document.

Prospective Tenderers are advised to get themselves register at CPP-portal, obtain ‘Login ID’
& ‘Password’ and go through the instructions available in the Home Page after log in to the CPP-
portal https://etender.gov.in/eprocure/app or www.aai.aero. They should also obtain Digital
Signature Certificate (DSC) in parallel which is essentially required for submission of their
application. The process normally takes 03 days’ time. The tenderer may also take guidance
from AAI Help Desk Support through path aai.aero/tender/e-tender/help desk support.

(ii) For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk details
are as below: -
Tel: 0120-4200462, 0120-4001002, Mobile: 91 8826246593,
E-mail: support-eproc@nic.in
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 further technical assistance with regard to functioning of CPP portal the bidder may
contact to the following AAI help desk numbers on all working days only between
(ii) 08.00 hrs to 20.00 hrs (Mon-Sat)-
011-24632950, Ext-3512 (Six Lines), E-Mail: -eprochelp@aai.aero
(iii) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24632950Ext-3523,E-Mail:-etendersupport@aai.aero, sanjeevkumar@aai.aero
and snita@aai.aero.
(iv) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24657900, E-Mail: - gmitchq@aai.aero

A-14
Tender fee of Rs. …………(g)…………/- (i/c GST) Non-refundable will be required to be paid offline
in the form of Demand Draft from Nationalised or any scheduled bank (but not from co-operative
or Gramin bank). The original Demand Draft against Tender fee should reach by post/ courier/
given in person to the concerned officials, within 3 days of the last date of bid submission or as
specified in the Critical Data Sheet. The details of Demand Draft / any other accepted
instruments, physically sent, should tally with the details available in the scanned copy and the
data entered during bid submission time.
2. Following 3 envelopes shall be submitted through online at CPP-portal by the bidder as per
the following schedule: -
CRITICAL DATA SHEET

Publishing Date Date------(h)


Bid Document Download / Sale Start Date Date--(i)--- from 0930 hrs.
Clarification Start Date Date--(j)--- from 0930 hrs.
Clarification End Date Date--(k)--- upto 1800 hrs.
Bid Submission Start Date Date--(l)--- from 0930 hrs.
Bid Submission End Date Date--(m)-- upto 1800 hrs.
Last date and time of submission of original
BG/Demand Draft/FDR against EMD and Date--(n)--- upto 1800 hrs.
Demand Draft against Tender Fee, Signed hard
copy of Unconditional Acceptance of AAI
Tender conditions Letter and Integrity Pact.
Bid Opening Date (Envelope- I) Date---(o)--- at 1100 hrs.
Bid Opening Date (Envelope- II) To be intimated later on
through CPP Portal
Bid Opening Date (Envelope- III) To be intimated later on
through CPP Portal
Tender Fee Rs. …(g)… (i/c GST) Non-
refundable.
EMD Rs. …(u)… in the form of
Demand Draft / FDR/ Bank
Guarantee.

Envelope-I (Tender Fee):- Bid containing scanned copy of Unconditional Acceptance of AAI’s
Tender Conditions, Tender fee, EMD and Integrity Pact.

The tenderer shall submit their application only at CPP portal


https://etender.gov.in/eprocure/app . Tenderers are advised to follow the instruction provided
in the tender document for online submission of bids. Tenders are required to upload the digitally
signed file of scanned documents along with scanned copy of Demand Draft for Tender Fee and
scanned copy of DD/FDR/BG for EMD. Bid documents may be scanned with 100 dpi with black
and white option which helps in reducing size of the scanned document. Uploading of application
in location other than specified above shall not be considered. Hard copy of application shall not
be entertained.

A-15
Scanned copy of Demand Draft against tender fee of value ………(g)…….. and Earnest Money
Deposit (EMD) of value …………(u)………… in the form of Demand Draft / FDR/ Bank Guarantee
as stipulated in the notice inviting tender may be submitted along with Unconditional
Acceptance of AAI’s Tender Conditions (Performa given in page no. …………(v)………… of
Tender Document).
Envelope-II (Pre-qualification and technical bid): -

Qualifying requirements of contractors / firms.

i) Agency should have Permanent Account Number (PAN).

ii) Agency should have valid Registration on the Date of issue of Tender in appropriate class
of CPWD/MES/P&T/Railways/State PWD/PSU/Municipal Corporations & Development
Authorities of Delhi, Mumbai, Chennai and Kolkata. (The registration shall be applicable only
for works with estimated cost upto Rs 15 Crores) (Registration criteria shall not be applicable
for specialized works and only work experience criteria shall be applicable).
OR

Should have satisfactorily completed (# Phase/Part completion of the scope of work in a


contract shall not be considered, however pre-determined phasing of the work will be accepted)
three works, each of …………(p)…………or two works, each of …………(q)………… or one
work of …………(r)………… in single contract of similar nature of (**Nature of the job to be
defined by NIT approving authority) during last seven years ending on…………(s)…………
“The value of executed works shall be brought to current costing level by enhancing the actual value
of work at simple rate of 7% per annum, calculated from the date of completion to the last date of
submission of bid”.
Client certificate for experience should show the nature of work done, the value of work, date of
start, date of completion as per agreement, actual date of completion and satisfactory
completion of work. Firms showing work experience certificate from non-government/non-PSU
organizations should submit copy of tax deduction at sources certificate in support of their claim
for having experience of stipulated value of work.

iii) Should have annualized average financial turnover of …………(t)………… against works
executed during last three years ending 31st March of the previous financial year. As a proof,
copy of Abridged Balance Sheet along with Profit and Loss Account Statement of the firm
should be submitted along with the application. Firms showing continuous losses during the
last three years in the balance sheet shall be summarily rejected.

iv) Should possess (***Concrete Batching Plant, Computerized Hot mix Plant, Paver etc.)
documentary proof of owning and possessing required machinery and T&P shall also be submitted
along with the application. Ownership can be either freehold or lease hold. In case agency do not
have their own or possess required plant and machinery, an undertaking to this effect that the
same shall be provided either by purchase or lease hold basis if work is awarded to them, to be
submitted along with the application and deployment shall be as per requirement at site decided
by the Engineer In-Charge.

A-16
Envelope-III (Financial Bid): - The Financial e-Bid through CPP portal.

All rates shall be quoted in the format provided and no other format is acceptable. If the price
bid has been given as a standard BOQ format with the tender document, then the same is to be
downloaded and to be filled by all the bidders. Bidders are required to download the BOQ file,
open it and complete the white coloured (unprotected) cells with their respective financial
quotes and other details (such as name of the bidder). No other cells should be changed. Once
the details have been completed, the bidder should save it and submit it online, without changing
the file name. If the BOQ file is found to be modified by the bidder, the bid will be rejected.

3. Original EMD, Tender fee, hard copy of signed Unconditional Acceptance of AAI’s
Tender Conditions as well as signed original Integrity Pact to be sent to the …………(w)…………
and should reach to Bid Manager before the date & time mentioned in CRITICAL DATA
SHEET. The tenderer, whose EMD, Tender fees, Integrity Pact and unconditional acceptance of
AAI’s tender conditions are not received by the time as per critical data sheet, then their
tenders will be summarily rejected. Any postal delay will not be entertained.

4. Bids Opening Process is as below: -


Envelope-I: Envelope-I opening date shall be as mentioned in CRITICAL DATA SHEET.
(Envelop-I Shall contain scanned copy of Tender Fees, EMD, Unconditional Acceptance of AAI
tender conditions and Integrity Pact.)

Envelope-II: Envelope-II opening date shall be as mentioned in CRITICAL DATA SHEET. The
intimation regarding acceptance/rejection of their bids will be intimated to the contractors/firms
through e-tendering portal.
(Envelop-II shall contain scanned copy of Pre-qualification documents, Scanned copy of duly
notarized affidavit on Non-Judicial stamp paper of Rs. 100 regarding compliance of minimum
wages, scanned copy of duly notarized declaration on non-judicial stamp paper of Rs. 100
regarding black listing/ debarring of firm, scanned copy of undertaking on GST and digitally
signed Tender Document.)

If any clarification is needed from the bidder about the deficiency in his uploaded documents in
Envelope – I and Envelope – II, he will be asked to provide it through CPP portal. The bidder shall
upload the requisite clarification/documents within time specified by AAI, failing which tender will
be liable for rejection.

Envelope-III: The financial bids of the contractors/firms found to be meeting the qualifying
requirements shall be opened as per CRITICAL DATA SHEET. (Depending on evaluation of
Envelop I & II, the date shall be intimated through CPP Portal).

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

6. AAI reserve the right to disallow issue of tender document to working agencies whose
performance at ongoing project (s) is below par and usually poor and has been issued letter of
restrain/Temporary/Permanent debar by any department of AAI. AAI reserve the right to verify

A-17
the credential submitted by the agency at any stage (before or after the award the work). If at any
stage, any information /documents submitted by the applicant is found to be
incorrect/false or have some discrepancy which disqualifies the firm then AAI shall take the
following action:
a) Forfeit the entire amount of EMD submitted by the firm.
b) The agency shall be liable for debarment from tendering in AAI, apart from any other
appropriate contractual/legal action.
7. Consortium /JV companies shall not be permitted. No single firm shall be permitted to submit two
separate applications.

8. Purchase preference to Central Public Sector Undertaking shall be applicable as per the
directive of Govt. of India prevalent on the date of acceptance.

9. Concessions to Indian Micro & Small Enterprises (MSEs) units will be given as per the
provisions (para-10) of public procurement policy for MSEs order 2012, MSEs (Micro & Small
Enterprises) registered with DIC/NSIC/KVIC/KVIB/Directorate of Handicraft and handloom etc.

-------Sd------
The following content not to be published on website: - NOTE FOR FILLING UP VACANT

SPACES

i) Designation and address including telephone no. of officer (Bid Manager) authorized to
by NIT approving authority at (a) .
ii) Details at (b), (c), (d), (e), (f), (g), (h), (i), (j), (k), (l), (m), (n), (o) (u), (v) and (w) shall be
filled by the NIT approving authority. It is mandatory to keep time gap of minimum 3 working days
between bid submission end date and last date of submission of original documents offline. Bid
opening date (Envelope-I) should be after last date of submission of original document.
iii) Values at (p), (q) & (r) shall be 40%, 50% and 80% of value at (c) respectively for all
type of works except O&M/AMC/CMC. For O&M/AMC/CMC works values at (p), (q) & (r) shall
be 40%, 50% and 80% of value at (c) equivalent to one year estimated cost.
iv) Details at (s) ending last date (extended date) of submission of bids shall be filled by officer
calling the tenders.
v) Value of (t) shall be 30% of value at (c) for all types of works except of O &
M/AMC/CMC. For 0 & M/AMC/CMC works value of (t) shall be 30% of value of (c) equivalent to
one year of estimated cost.
vi) ** Nature of similar job should be defined by NIT approving authority. In case of
pavement works, irrespective of type of pavement (Rigid and/ or Flexible), the experience
either of rigid or flexible pavement works shall be considered for pre-qualification.

A-18
vii) ***Plants and Machinery required, if any, shall be decided by NIT approving authority as per
the nature of job for which tenders are being invited. (NIT approving authority shall identify the
minimum essential equipment and machinery requirement for the work including additional or
specialized machinery which may be required).
viii) #Phase/Part completion of work shall not be considered for satisfactory completion of
work for the purpose of experience. However, pre-determined phasing of work will be accepted
by the NIT approving authority subject to its meeting the laid down criteria.
ix) No single firm shall be permitted to submit two separate applications, as individual as well
as in joint venture/consortium or under two different joint venture firms/consortium, unless
otherwise specified/permitted in the case of specialized/ composite/turnkey contracts.
x) Prequalification evaluation criteria parameters should be pre-decided by NIT approving
authority and made explicit in the bid document at the time of inviting tender. For electrical tenders,
the registration certificate in electrical category must be asked from the agencies. Decision for
award of contract for goods and services should be based on detailed evaluation /exclusion
criteria stipulated in bid document.
xi) Technical requirement in the tender document should be unambiguous.
xii) Delete para 9 if the same is not applicable for the subject work.

A-19
(Amendment TI 38 dtd. 03.03.2020) APPENDIX –4B
(STANDARD FORMAT OF TENDER NOTICE TO DISPLAY ON AAI WEBSITE FOR WORKS
COSTING MORE THAN RS. 5.00 CRORES UPTO 50.00 CRORES)
NOTICE INVITING e-TENDER (2 BOT – 2 Envelope Open Tender)
(Above portion not to be published in AAI Website)
________________________________________________________________________________________________________
NOTICE INVITING e-TENDER (2 BOT - 2 Envelope Open Tender)
1. Item Rate/EPC (Strike off whichever is not applicable) e-tenders are invited through the e-
tendering CPP portal by …………(a)…………,(Bid Manager) on behalf of Chairman, A.A.I from
the eligible contractors for the work/composite work (delete whichever is not applicable)
of “…………(b)…………” at an estimated cost of …………(c)…………with completion period of
…………(d)………… months. [including …………(e)………… month(s) considered for rain of
…………(f)………… monsoon season(s)].
The tendering process is online at CPP-portal URL address
https://etenders.gov.in/eprocure/app or www.aai.aero. Prospective Tenderers may
download and go through the tender document.
Prospective Tenderers are advised to get themselves register at CPP-portal, obtain ‘Login
ID’ & ‘Password’ and go through the instructions available in the Home Page after log in to
the CPP-portal https://etenders.gov.in/eprocure/app or www.aai.aero. They should also
obtain Digital Signature Certificate (DSC) in parallel which is essentially required for
submission of their application. The process normally takes 03 days’ time. The tenderer
may also take guidance from AAI Help Desk Support through path aai.aero/tender/e-
tender/help desk support.
(i) For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk details are
as below:-
Tel: 0120-4200462, 0120-4001002, Mobile: 91-8826246593,
E-mail: support-eproc@nic.in
Tenderers 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 further technical assistance with regard to functioning of CPP portal the tenderer
may contact to the following AAI help desk numbers on all working days only between
(ii) 08.00 hrs to 20.00 hrs. (Mon-Sat)-
011-24632950, Ext-3512 (Six Lines), E-mail:- eprochelp@aai.aero
(iii) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24632950 Ext-3523, E-mail:-etendersupport@aai.aero
sanjeevkumar@aai.aero and snita@aai.aero
(iv) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24657900, E-Mail:- gmitchq@aai.aero
Tender processing fee of Rs. ………(g)…………./- (i/c GST), non-refundable will be required
to be paid offline in the form of Demand Draft in favour of Airports Authority of India
payable at ………. (respective Airport)………… from Nationalized or any scheduled bank (but
not from co-operative or Gramin bank). The original Demand Draft against Tender
processing fee should reach by post/ courier/ given in person to the concerned official by
the date as specified in the Critical Data Sheet of Tender Document. The details of Demand
Draft / any other accepted instruments, physically sent, should tally with the details
available in the scanned copy and the data entered during bid submission time.
A-14
2. Following 2 envelopes shall be submitted through online at CPP-portal by the tenderer as
per the following schedule:-
CRITICAL DATA SHEET
Publishing Date Date------(h)------
Bid Document Download / Sale Start Date (Next Date--(i)--- from 0930 hrs.
Day of Publishing Date)
Clarification Start Date Date--(j)--- from 0930 hrs.
Clarification End Date Date--(k)--- upto 1800 hrs.
Bid Submission Start Date Date--(l)--- from 0930 hrs.
Bid Submission End Date Date--(m)--- upto 1800 hrs.
Last date and time of submission of Original Date--(n)--- upto 1800 hrs.
BG/Demand Draft against EMD and Demand Draft
against Tender processing fee.
Bid Opening Date (Envelope- I) Date—(o)--- at 1100 hrs.
Bid Opening Date (Envelope- II) Date—(p)--- at 1100 hrs.
Tender Processing Fee (Non-refundable, in the Rs. …(g)… (i/c GST) Non-
form of Demand Draft) refundable.
Earnest Money Deposit (EMD) Rs. …(u)… in the form of
Demand Draft / Bank
Guarantee.
Envelope-I (Tender processing fee, EMD, Technical Bid and Pre-qualification):-
Bid containing following:
A. Tender processing fee, EMD:
i. Scanned Copy of DD against Tender Processing Fees.
ii. Scanned copy of DD or BG against EMD (as per Appendix-IA) along with letter of
undertaking (as per Appendix-XIA).
B. Technical Bid containing the following:-
i) Scanned copy of Unconditional Acceptance of AAI’s Tender Conditions.
ii) Scanned copy of Signed Integrity Pact as per Appendix-XVIII.
iii) Scanned copy of Permanent Account Number (PAN) and GST Registration Number.
iv) Bid Capacity (to be deleted in case of work costing less than Rs. 10.00 Crores):
Financial bids of the tenderer will only be opened if their available bid capacity is more
than ………(c)………. Available bid capacity will be calculated based on the following
formula.
Available Bid Capacity: - B = 2NT – A
Where,
B = is the bidding capacity
N = Maximum value of works executed in any one year during the last 5 (five) years
(updated the completed works to current costing level of enhancing at a simple rate of
interest @7% per annum).
T = is the numbers of years prescribed for completion of the work in question.
A = is the value of the existing commitments and ongoing works to be completed in the
next ‘T’ years.
Note: Bid capacity of the tenderer and value of existing commitments for on-going works
during period of ………(d)……… months w.e.f. ……….(m)………. has to be submitted by the
tenderer as per the prescribed performa. These data shall be certified by the Chartered
Accountant/ Company Auditor with his stamp and signature in original with membership
number.
v) Scanned copy of ‘Undertaking’ regarding Blacklisting/ Debarment on Company’s Letter
Head.
A-15
vi) Tenderer should deploy sufficient plant and machinery as per the requirement of work in
consultation with the Engineer-in-Charge (EIC) to achieve the milestones/targets and
overall completion within the time period. Tenderer shall submit scanned copy of
‘Undertaking’ on Company’s Letter Head.
vii) Companies other than propriety firm shall submit, scanned copy of Authorization
Letter/Power of Attorney along with copy of Certificate of Incorporation of the Company
under Companies Act showing CIN/LLPIN/Name of Directors of the Company & Copy of
Board Resolution regarding Authority to assign Power of Attorney.
Proprietary firm shall submit scanned copy of Authorization Letter/Power of Attorney
only if the tender is processed by a person other than proprietor.
viii) PQ Performa duly filled.
C. Qualifying requirements of contractors / tenderers containing the following:-
(Applicable for tenders other than EPC, delete for EPC tenders).
i) Should have satisfactorily completed (# Phase/Part completion of the scope of work in a
contract shall not be considered, however pre-determined phasing of the work will be
accepted) three works, each of …………(q)…………or two works, each of …………..(r) …………
or one work of …………(s)………… in single contract of similar nature of (**Nature of the job
to be defined by NIT approving authority) during last seven years ending on-----------(m)---
---.
“The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum, calculated from the date of
completion to the last date of submission of bid i.e.------(m)-----.”
Client certificate for experience should show the nature of work done, the value of work,
date of start, date of completion as per agreement, actual date of completion and
satisfactory completion of work. Tenderers showing work experience certificate from
non-government/non-PSU organizations should submit copy of tax deduction at
sources (TDS) certificate(s) along with a certificate issued by registered Chartered
Accountant, clearly specifying the name of work, total payment received against the
work and TDS amount for the work.
(Applicable for EPC tenders only, delete for tenders other than EPC).
Should have satisfactorily completed (# Phase/Part completion of the scope of work in a
contract shall not be considered, however pre-determined phasing of the work will be
accepted) three works, each of .…(q)……or two works, each of …………..(r) ………… or one
work of ……(s)…… in single contract of similar nature of (**Nature of the job to be defined
by NIT approving authority) on EPC Mode/Turn Key (Design & Build) Basis during last
seven years ending on ------(m)------.
Tenderers not having the work experience on EPC Mode/Turn Key (Design & Build)
Basis as above but having requisite work experience as stated above in other modes of
tenders, shall also be allowed to participate if they meet the following conditions:
Tenderers should have either in-house facility of design/drawing or should associate
architect/designer firm. The in-house facility of design / drawing or associate architect
/designer firm should have satisfactorily completed (# Phase/Part completion of the scope
of work in a contract shall not be considered, however pre-determined phasing of the work
will be accepted) three works, each of …………(q)………… or two works, each of
…………..(r)………… or one work of …………(s)………… in single contract of similar nature of
(**Nature of the job to be defined by NIT approving authority) during last seven years
ending on ------(m)-----.
In case the tender is being invited on EPC Mode/Turn Key (Design & Build) Basis after
engagement of PMC by AAI, the tenderer cannot associate the same PMC and their sub-
consultants associated with the project as architect/designer firm/consultants.
A-16
Change of the associated architect/designer firm will normally be allowed only once, that
too under exceptional circumstances with the prior approval of AAI. The
architect/designer firm can be substituted subject to the condition that the new
architect/designer firm meets the qualification and experience criteria. A compensation of
0.1% of the contract amount or Rs. 10.00 Lacs whichever is higher shall be imposed
for any such change to act as deterrent. No extension of time shall be considered for
change of architect/designer firm. “The value of executed works and consultancy
(design/drawing) shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum, calculated from the date of
completion to the last date of submission of bid i.e.--------(m)------.”
Client certificate for experience should show the nature of work done, the value of work,
date of start, date of completion as per agreement, actual date of completion and
satisfactory completion of work. Tenderers showing work experience certificate from
non-government/non-PSU organizations should submit copy of tax deduction at
sources (TDS) certificate(s) along with a certificate issued by registered Chartered
Accountant, clearly specifying the name of work, total payment received against the
work and TDS amount for the work.
ii) Should have annualized average financial turnover of ………… (t)………… against works
executed during last three years ending 31st March of the previous financial year. As a
proof, copy of Abridged Balance Sheet along with Profit and Loss Account Statement of the
tenderer should be submitted along with the application. Tenderers showing continuous
losses during the last three years in the balance sheet shall be summarily rejected.
iii) The tenderer should have a minimum net worth of ………… (w)………., issued by certified
Chartered Accountants.
(In case of tenders invited on EPC Mode/Turn Key (Design & Build) Basis, financial
turnover and net worth of Associated Architect/Designer Firm is not required).
Scanned copy of all the Documents of Envelope-I mentioned above shall be submitted on
the CPP portal. Original/Hard Copies of DD against Tender processing fee and DD/BG
against EMD is required to be submitted/sent to the ………… (a)…………… (Bid Manager) on
or before date & time mentioned in CRITICAL DATA SHEET. The tenderer, whose DD
against Tender processing fee and DD/BG against EMD are not received by the date & time
mentioned in critical data sheet, then their tenders will be liable to be rejected. Any postal
delay will not be entertained.
EMD of the value of Rs. ……... (u)…….. shall be accepted offline only in the form of Demand
Draft/Bank Guarantee from a Nationalized or any scheduled bank (but not from Co-
Operative or Gramin bank).
AAI Bank & Account details for preparation of Bank Guarantee are as follows:
Name of Account Holder: Airports Authority of India
Name of Bank: ………………………………………….. (Concerned AAI Bank Account)
Bank Address: …………………………………………… (---------do--------)
IFSC Code: …………………………………………… (---------do--------)
Account No.: …………………………………………… (---------do--------)
Refund of EMD
The refund of EMD to tenderers who fail to qualify in the eligibility/technical criteria, shall
be initiated within 7 days of their rejection. For all tenderers who qualify and their
financial bids are opened, the refund of EMD of all such tenderers except L-1 shall be
processed within 7 days of opening of financial bid.
Envelope-II: - The Financial e-Bid through CPP portal.
All rates shall be quoted in the format provided and no other format is acceptable. If the
A-17
price bid has been given as a standard BOQ format with the tender document, then the
same is to be downloaded and to be filled by all the tenderers. Tenderers are required to
download the BOQ file, open it and complete the blue coloured (unprotected) cells with
their respective financial quotes and other details (such as name of the tenderer). No other
cells should be changed. Once the details have been completed, the tenderer should save it
and submit it online, without changing the file name. If the BOQ file is found to be modified
by the tenderer, the bid will be rejected.
3. Bid Submission:-
The tenderer shall submit their application only at CPP Portal:
https://etenders.gov.in/eprocure/app. Tenderer/Contractor are advised to follow the
instructions provided in the tender document for online submission of bids. Tenderers are
required to upload the digitally signed file of scanned documents as per Para 2. Bid
documents may be scanned with 100 dpi with black and white option which helps in
reducing size of the scanned documents.
Uploading of application in location other than specified above shall not be considered.
Hard copy of application shall not be entertained.
4. Not more than one tender shall be submitted by one tenderer or tenderers having business
relationship. Under no circumstance will father and his son(s) or other close relations who
have business relationship with one another (i.e. when one or more partner(s)/director(s)
are common) be allowed to tender for the same contract as separate competitors. A breach
of this condition will render the tenders of both parties liable to rejection.
5. Tenderer who has downloaded the tender from Central Public Procurement Portal (CPPP)
website http://etenders.gov.in/eprocure/app, shall not tamper/modify the tender form
including downloaded price bid template in any manner. In case if the same is found to be
tampered/modified in any manner, tender will be completely rejected and EMD would be
forfeited and tenderer is liable to be banned from doing business with AAI.
6. Bids Opening Process is as below:-
Envelope-I (Tender processing fee, EMD, Technical bid and Pre-qualification):
Envelope-I containing documents as per Para 2 (A), (B) and (C) (uploaded by the
tenderers) shall be opened on date & time mentioned in CRITICAL DATA SHEET.
If the bidder has any query related to the Bid Document of the work, they should use ‘Seek
Clarification’ on CPP portal to seek clarifications. No other means of communication in this
regards shall be entertained.
If any clarification is needed from the tenderer about the deficiency in his uploaded
documents in Envelope – I, he will be asked to provide it through CPP portal or email if
required. The tenderer shall upload the requisite clarification/documents within time
specified by AAI, failing which it shall be presumed that bidder does not have anything to
submit and bid shall be evaluated accordingly.
The intimation regarding acceptance/rejection of their bids will be intimated to the
tenderers through CPP portal.
Envelope-II (Financial Bid):
Envelope-II containing financial bid of the tenderers found to be meeting the technical
criteria and qualifying requirements shall be opened on date & time mentioned in
CRITICAL DATA SHEET. (In case the date and time for opening of Envelope-II
(Financial Bid) is required to be changed, the same shall be intimated through CPP
Portal).
7. AAI reserves the right to accept or reject any or all applications without assigning any
reasons. AAI also reserves the right to call off tender process at any stage without
assigning any reason.
A-18
8. AAI reserves the right to disallow the working agencies whose performance at ongoing
project (s) is below par and usually poor and has been issued letter of restrain/Temporary
or Permanent debarment/black listing by any department of AAI or Central/State Govt.
Depts./PSUs/World Bank/ ADB etc. AAI reserves the right to verify the credential
submitted by the Tenderer at any stage (before or after the award the work). If at
any stage, any information /documents submitted by the applicant is found to be
incorrect/false or have some discrepancy which disqualifies the tenderer then AAI
shall take the following action:
a) Forfeit the entire amount of EMD submitted by the tenderer.
b) The Tenderer shall be liable for debarment from tendering in AAI, including
termination of the contract apart from any other appropriate contractual /legal
action.
9. Consortium /JV companies shall not be permitted.
10. Purchase preference to Central Public Sector Undertaking shall be applicable as per the
directive of Govt. of India prevalent on the date of acceptance.
11. Concessions to Indian Micro & Small Enterprises (MSEs) units registered with
DIC/NSIC/KVIC/KVIB/Directorate of Handicraft and Handloom etc., to be given as per the
provisions of Public Procurement Policy for MSEs order 2012 with up to date amendments,
shall be applicable for tenders of supply/services and shall not be extended to construction
work.
------- Sd ------
The following content not to be published on website:-
NOTE FOR FILLING UP VACANT SPACES
i) Designation and address including telephone no. of officer (Bid Manager) Authorized by
NIT approving authority at (a).
ii) Details at (b), (c), (d), (e), (f), (g), (h), (i), (j), (k), (l), (m), (n), (o), (p) & (u) shall be filled by
the NIT approving authority. It is mandatory to keep time gap of minimum 3 working days
between bid submission end date and last date of submission of original documents offline.
Bid opening date (Envelope-I) should be after last date of submission of original document.
iii) Values at (q), (r) & (s) shall be 40%, 50% and 80% of value at (c) respectively for all type
of works except O&M/AMC/CMC. For O&M/AMC/CMC works values at (q), (r) & (s) shall
be 40%, 50% and 80% of value at (c) equivalent to one year estimated cost.
iv) Value of (t) & (w) shall be 30% & 15% respectively of value at (c) for all types of works
except of O & M/AMC/CMC. For O & M/AMC/CMC works value of (t) & (w) shall be 30% &
15% respectively of value of (c) equivalent to one year of estimated cost.
v) **Nature of similar job should be defined by NIT approving authority. In case of pavement
works, irrespective of type of pavement (Rigid and/ or Flexible), the experience either of
rigid or flexible pavement works shall be considered for pre-qualification.
vi) #Phase/Part completion of work shall not be considered for satisfactory completion of work
for the purpose of experience. However, pre-determined phasing of work will be accepted
by the NIT approving authority subject to its meeting the laid down criteria.
vii) Prequalification evaluation criteria parameters should be pre-decided by NIT approving
authority and made explicit in the bid document at the time of inviting tender. Decision for
award of contract for goods and services should be based on detailed evaluation /exclusion
criteria stipulated in bid document.
viii) Technical requirement in the tender document should be unambiguous.
ix) If tenders having cost less than Rs. 100 Crores are to be called on EPC mode then specific
approval of Concerned Member is mandatory.
x) Bid capacity shall be applicable in case of works costing more than Rs. 10.00 Crores. Bid
capacity shall also be applicable in case of limited tender for pavement works in all
categories from Rs. 10.00 Crores to Rs. 200.00 Crores.
A-19
Appendix –4C

(STANDARD FORMAT OF TENDER NOTICE TO DISPLAY ON AAI WEBSITE FOR


WORKS ESTIMATED COST ABOVE Rs. 50 CRORES)

NOTICE INVITING e-TENDER (3 BOT – 3 Envelope Open Tender)

(Above portion not to be published in AAI Website)


__________________________________________________________________________________________________________

NOTICE INVITING e-TENDER (3 BOT -3 Envelope Open Tender)

1. Item rate tenders are invited through the e-tendering portal by …………(a)…………, (Bid
Manager) on behalf of Chairman, A.A.I from the eligible contractors for the composite
work of “…………(b)…………” at an estimated cost of …………(c)…………with period of
completion …………(d)………… months. [including …………(e)………… month(s)
considered for rain of …………(f)………… monsoon season(s)]

The tendering process is online at e-portal URL address


https://etender.gov.in/eprocure/appor www.aai.aero. Aspiring bidders may
download and go through the tender document.

Prospective Tenderers are advised to get themselves register at CPP-portal,


obtain ‘Login ID’ & ‘Password’ and go through the instructions available in the
Home Page after log in to the CPP-portal
https://etender.gov.in/eprocure/app or www.aai.aero. They should also
obtain Digital Signature Certificate (DSC) in parallel which is essentially
required for submission of their application. The process normally takes 03
days’ time. The tenderer may also take guidance from AAI Help Desk Support
through path aai.aero/tender/e-tender/help desk support.

(iii) For any technical related queries please call the Helpdesk. The 24 x 7
Help Desk details are as below: -
Tel: 0120-4200462, 0120-4001002, Mobile: 91 8826246593,
E-mail: support-eproc@nic.in
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 further technical assistance with regard to functioning of CPP portal the
bidder may contact to the following AAI help desk numbers on all working days
only between
(ii) 08.00 hrs to 20.00 hrs (Mon-Sat)-
011-24632950, Ext-3512 (Six Lines), E-Mail: -eprochelp@aai.aero
(iii) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24632950Ext-3523,E-Mail:-etendersupport@aai.aero,
sanjeevkumar@aai.aero and snita@aai.aero.

A-20
(iv) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24657900, E-Mail: - gmitchq@aai.aero

Tender fee of Rs. …………(g)…………/-(i/c GST) Non-refundable will be


required to be paid offline in the form of Demand Draft from Nationalized or
any scheduled bank (but not from co-operative or Gramin bank). The original
Demand Draft against Tender fee should reach by post/ courier/ given in
person to the concerned officials, within 3 days of the last date of bid
submission or as specified in the Tender Document. The details of Demand
Draft / any other accepted instruments, physically sent, should tally with the
details available in the scanned copy and the data entered during bid
submission time.
2. Following 3 envelopes shall be submitted through online at CPP-portal by the
bidder as per the following schedule: -

CRITICAL DATA SHEET

Publishing Date Date------(h)


Bid Document Download / Sale Start Date (Next Day of Date--(i)--- from 0930 hrs.
Publishing Date)
Clarification Start Date Date--(j)--- from 0930 hrs.

Clarification End Date Date--(k)--- up to 1800


hrs.
Bid Submission Start Date Date--(l)--- from 0930 hrs.

Bid Submission End Date Date--(m)—up to 1800


hrs.
Last date and time of submission of original BG/Demand
Draft against EMD and Tender Fee, Signed hard copy of AAI Date--(n)--- upto 1800 hrs.
Unconditional Acceptance Letter and singed Integrity Pact.
Bid Opening Date (Envelope- I) Date---(o)--- at 1100 hrs.
Bid Opening Date (Envelope- II) To be intimated later on
through CPP Portal
Bid Opening Date (Envelope- III) To be intimated later on
through CPP Portal
Tender Fee Rs. …(g)… (i/c GST) Non-
refundable.
EMD Rs. …(u)…in the form of
Demand Draft / FDR/ Bank
Guarantee.

Envelope-I: - Containing qualifying requirements of Contractor / Firm:-

The tenderer shall submit their application only at CPP portal


https://etender.gov.in/eprocure/app . Tenderer/Contractor are advised to follow the
instruction provided in the tender document for online submission of bids. Tenders are
required to upload the digitally signed file of scanned documents along with scanned copy
of Demand Draft for Tender Fee. Bid documents may be scanned with 100 dpi with black
and white option which helps in reducing size of the scanned document.

A-21
Uploading of application in location other than specified above shall not be considered.
Hard copy of application shall not be entertained.

Qualifying requirements of contractors / firms.

i) Agency should have Permanent Account Number (PAN).


AND
Agency should have valid Registration on the Date of issue of Tender in
appropriate class of CPWD/MES/P&T/Railways/State PWD/PSU/Municipal
Corporations & Development Authorities of Delhi, Mumbai, Chennai and
Kolkata.(The registration requirement shall be applicable only for works
with estimated cost up to Rs 15 Crores).

ii) Should have satisfactorily completed (# Phase/Part completion of the scope of


work in a contract shall not be considered, however pre-determined phasing of
the work will be accepted) three works, each of …………(p)…………or two works,
each of …………(q)………… or one work of …………(r)………… in single contract of
similar nature of (**Nature of the job to be defined by NIT approving authority)
during last seven years ending on…………(s)…………in India.
“The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum, calculated from the date of
completion to the last date of submission of bid”.

Client certificate for experience should show the nature of work done, the value of
work, date of start, date of completion as per agreement, actual date of completion
and satisfactory completion of work. Firms showing work experience
certificate from non-government/non-PSU organizations should submit
copy of tax deduction at sources certificate in support of their claim for
having experience of stipulated value of work.

iii) Should have annualized average financial turnover of …………(t)………… against


works executed during last three years ending 31st March of the previous
financial year. As a proof, copy of Abridged Balance Sheet along with Profit and
Loss Account Statement of the firm should be submitted along with the
application. Firms showing continuous losses during the last three years in the
balance sheet shall be summarily rejected.

v) Should possess (***Concrete Batching Plant, Computerized Hot Mix Plant, Paver
etc.) documentary proof of owning and possessing required machinery and T&P
shall also be submitted along with the application. Ownership can be either
freehold or lease hold. In case agency do not have their own or possess required
plant and machinery, an undertaking to this effect that the same shall be
provided either by purchase or lease hold basis if work is awarded to them, to be
submitted along with the application and deployment shall be as per requirement
at site decided by the Engineer In-Charge.

A-22
A. Applications from Joint Venture Company duly registered/Consortium of firms /
companies should be considered subject to following conditions: -

i) Consortium of firms should not comprise more than two firms.


ii) Joint Venture firm as a single unit or each member of the consortium should have
Permanent Account Number (PAN).
iii) A detailed and valid agreement exists between the consortium members defining
clearly the role, responsibility and scope of work of each member along with
nomination of leader for the purpose of his work commensurate with their
experiences and capabilities and a confirmation that the members of the
consortium assume joint and several responsibilities. It shall be mandatory for
lead partner to attend all progress review meetings and answerable to all issues
relating to project.
iv) The leader of the Consortium of firm shall meet 80% of the qualification criteria
as defined in paras 2(ii) and 2 (iii) above and shall accept overall responsibilities
of contract obligations for the total scope of work during execution and upto
defects liability period. Second partner of the consortium shall meet 40% of the
qualification criteria as defined in para 2 (ii) & 2 (iii) above.
v) Both the Consortium firms should jointly possess the required T&P, machinery
and manpower and should produce self-attested documentary proof of owning
and possessing required machinery.
vi) In addition to B(i) to B(iv) above, qualification criteria defined in Para 2 shall be
met fully/ jointly by both the members of Consortium or as a single unit of joint
venture.

Envelope-II:- Technical Bid containing scanned copy of Unconditional Acceptance


of AAI’s Tender Conditions, EMD and Integrity Pact.

Scanned copy of earnest money deposit (EMD) of value …………(u)………… in the


form of Demand Draft / FDR/ Bank Guarantee as stipulated in the notice inviting
tender may be submitted in “Tech Bid Folder” in Technical Bid/ Attachments
section of e-tendering portal along with Unconditional Acceptance of AAI’s Tender
Conditions (Performa given in page no. …………(v)………… of Tender Document)
and scanned copy of signed Integrity Pact.

Envelope-III: -The Financial e-Bid through CPP portal.

All rates shall be quoted in the format provided and no other format is acceptable.
If the price bid has been given as a standard BOQ format with the tender
document, then the same is to be downloaded and to be filled by all the bidders.
Bidders are required to download the BOQ file, open it and complete the white
coloured (unprotected) cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the
details have been completed, the bidder should save it and submit it online,
without changing the filename. If the BOQ file is found to be modified by the
bidder, the bid will be rejected.

3. Original EMD, hard copy of signed Unconditional Acceptance of AAI’s Tender


Conditions as well as signed original Integrity Pact to be sent to the
…………(w)………… and should reach to Bid Manager before the date & time
mentioned in CRITICAL DATA SHEET. Tender of the tenderer whose EMD,
Integrity Pact and unconditional acceptance of AAI’s tender conditions are not

A-23
received by the time of the opening of pre-qualification of tender then their
tenders will be summarily rejected. Any postal delay will not be entertained.

4. Bids Opening Process is as below: -


Envelope-I: containing Documents for pre-qualification bid (uploaded by the
contractors / firms) shall be opened as per CRITICAL DATA SHEET. The
intimation
Regarding acceptance/rejection of their bids will be intimated to the
contractors/firms through e-tendering portal.

Envelope-II: Technical bid opening date shall be as mentioned in CRITICAL DATA


SHEET. (Depending on pre-qualification, any changes in the date shall be
intimated through CPP portal).

If any clarification is needed from the bidder about the deficiency in his uploaded
documents in Envelope – I and Envelope – II, he will be asked to provide it through
CPP portal. The bidder shall upload the requisite clarification/documents within
time specified by AAI, failing which tender will be liable for rejection.

Envelope-III: The financial bids of the contractors/firms found to be meeting the


qualifying requirements and technical criteria shall be as per CRITICAL DATA SHEET.
(Depending on Technical Bid evaluation the date shall be intimated through CPP
Portal).

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

6. AAI reserve the right to disallow issue of tender document to working agencies
whose performance at ongoing project (s) is below par and usually poor and has
been issued letter of restrain/Temporary/Permanent debar by any department
of AAI. AAI reserve the right to verify the credential submitted by the
agency at any stage (before or after the award the work). If at any stage,
any information /documents submitted by the applicant is found to be
incorrect/false or have some discrepancy which disqualifies the firm then
AAI shall take the following action:

a) Forfeit the entire amount of EMD submitted by the firm.


b) The agency shall be liable for debarment from tendering in AAI,
apart from any other appropriate contractual/legal action.
7. Purchase preference to Central Public Sector Undertaking shall be applicable
as per the directive of Govt. of India prevalent on the date of acceptance.
8. Concessions to Indian Micro & Small Enterprises (MSEs) units will be given as
per the provisions (para-10) of public procurement policy for MSEs order
2012, MSEs (Micro & Small Enterprises) registered with
DIC/NSIC/KVIC/KVIB/Directorate of Handicraft and handloom etc.

-------Sd------
A-24
A-24
The following content not to be published on website: -

NOTE FOR FILLING UP VACANT SPACES

i) Designation and address including telephone no. of officer (Bid Manager)


Authorized to by NIT approving authority at (a).
Details at (b), (c), (d), (e), (f), (g), (h), (i), (j), (k), (l), (m), (n), (o) (u), (v) and
(w)shall be filled by the NIT approving authority. It is mandatory to keep time
gap of minimum 3 working days between bid submission end date and last date
of submission of original documents offline. Bid opening date (Envelope-I)
should be after last date of submission of original document.
ii) Values at (p), (q) & (r) shall be 40%, 50% and 80% of value at (c) respectively
for all type of works except O&M/AMC/CMC. For O&M/AMC/CMC works
values at (p), (q) & (r) shall be 40%, 50% and 80% of value at (c) equivalent to
one year estimated cost.
iii) Details at (s) ending last date (extended date) of submission of bids shall be
filled by officer calling the tenders.
iv) Value of (t) shall be 30% of value at (c) for all types of works except of O&
M/AMC/CMC. For 0 & M/AMC/CMC works value of (t) shall be 30% of value
of (c) equivalent to one year of estimated cost.
v) ** Nature of similar job should be defined by NIT approving authority. In case
of pavement works, irrespective of type of pavement (Rigid and/ or Flexible),
the experience either of rigid or flexible pavement works shall be considered
for pre-qualification.
vi) ***Plants and Machinery required, if any, shall be decided by NIT approving
authority as per the nature of job for which tenders are being invited. (NIT
approving authority shall identify the minimum essential equipment and
machinery requirement for the work including additional or specialized
machinery which may be required).
vii) #Phase/Part completion of work shall not be considered for satisfactory
completion of work for the purpose of experience. However, pre-determined
phasing of work will be accepted by the NIT approving authority subject to its
meeting the laid down criteria.
viii) No single firm shall be permitted to submit two separate applications, as
individual as well as in joint venture/consortium or under two different joint
venture firms/consortium, unless otherwise specified/permitted in the case of
specialized/ composite/turnkey contracts.
ix) Prequalification evaluation criteria parameters should be pre-decided by NIT
approving authority and made explicit in the bid document at the time of
inviting tender. Decision for award of contract for goods and services should be
based on detailed evaluation /exclusion criteria stipulated in bid document.
x) Technical requirement in the tender document should be unambiguous.

A-25
(Amended on Dated : 26.03.2018)

Appendix –4C

(STANDARD FORMAT OF TENDER NOTICE TO DISPLAY ON AAI WEBSITE FOR WORKS ESTIMATED
COST ABOVE Rs. 50 CRORES)
NOTICE INVITING e-TENDER (3 BOT – 3 Envelope Open Tender)

(Above portion not to be published in AAI Website)


________________________________________________________________________________________________________

NOTICE INVITING e-TENDER (3 BOT -3 Envelope Open Tender)

1. Item rate tenders are invited through the e-tendering portal by …………(a)…………, (Bid
Manager) on behalf of Chairman, A.A.I from the eligible contractors for the composite work of
“…………(b)…………” at an estimated cost of …………(c)…………with period of completion
…………(d)………… months. [including …………(e)………… month(s) considered for rain of
…………(f)………… monsoon season(s)]
The tendering process is online at e-portal URL address https://etender.gov.in/eprocure/app or
www.aai.aero. Aspiring bidders may download and go through the tender document.

Prospective Tenderers are advised to get themselves register at CPP-portal, obtain ‘Login ID’
& ‘Password’ and go through the instructions available in the Home Page after log in to the CPP-
portal https://etender.gov.in/eprocure/app or www.aai.aero. They should also obtain Digital
Signature Certificate (DSC) in parallel which is essentially required for submission of their
application. The process normally takes 03 days’ time. The tenderer may also take guidance
from AAI Help Desk Support through path aai.aero/tender/e-tender/help desk support.

(iii) For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk details
are as below: -
Tel: 0120-4200462, 0120-4001002, Mobile: 91 8826246593,
E-mail: support-eproc@nic.in
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 further technical assistance with regard to functioning of CPP portal the bidder may
contact to the following AAI help desk numbers on all working days only between
(ii) 08.00 hrs to 20.00 hrs (Mon-Sat)-
011-24632950, Ext-3512 (Six Lines), E-Mail: -eprochelp@aai.aero
(iii) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24632950Ext-3523,E-Mail:-etendersupport@aai.aero, sanjeevkumar@aai.aero
and snita@aai.aero.
(iv) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24657900, E-Mail: - gmitchq@aai.aero

A-20
Tender fee of Rs. …………(g)…………/- (i/c GST) Non-refundable will be required to be paid offline
in the form of Demand Draft from Nationalised or any scheduled bank (but not from co-operative
or Gramin bank). The original Demand Draft against Tender fee should reach by post/ courier/
given in person to the concerned officials, within 3 days of the last date of bid submission or as
specified in the Tender Document. The details of Demand Draft / any other accepted instruments,
physically sent, should tally with the details available in the scanned copy and the data entered
during bid submission time.

2. Following 3 envelopes shall be submitted through online at CPP-portal by the bidder as per
the following schedule: -

CRITICAL DATA SHEET

Publishing Date Date------(h)


Bid Document Download / Sale Start Date Date--(i)--- from 0930 hrs.
Clarification Start Date Date--(j)--- from 0930 hrs.
Clarification End Date Date--(k)--- upto 1800 hrs.
Bid Submission Start Date Date--(l)--- from 0930 hrs.
Bid Submission End Date Date--(m)-- upto 1800 hrs.
Last date and time of submission of original
BG/Demand Draft/FDR against EMD and Demand Date--(n)--- upto 1800 hrs.
Draft against Tender Fee, Signed hard copy of
AAI Unconditional Acceptance
Letter and signed Integrity Pact.
Bid Opening Date (Envelope- I) Date---(o)--- at 1100 hrs.
Bid Opening Date (Envelope- II) To be intimated later on
through CPP Portal
Bid Opening Date (Envelope- III) To be intimated later on
through CPP Portal
Tender Fee Rs. …(g)… (i/c GST) Non-
refundable.
EMD Rs. …(u)… in the form of
Demand Draft / FDR/ Bank
Guarantee.

Envelope-I (Tender Fee): - Bid containing scanned copy of Unconditional Acceptance of AAI’s
Tender Conditions, Tender fee, EMD and Integrity Pact.

The tenderer shall submit their application only at CPP portal


https://etender.gov.in/eprocure/app . Tenderers are advised to follow the instruction provided
in the tender document for online submission of bids. Tenders are required to upload the digitally
signed file of scanned documents along with scanned copy of Demand Draft for Tender Fee and
scanned copy of DD/FDR/BG for EMD. Bid documents may be scanned with 100 dpi with black
and white option which helps in reducing size of the scanned document. Uploading of application
in location other than specified above shall not be considered. Hard copy of application shall not
be entertained.
A-21
Scanned copy of Demand Draft against tender fee of value ………(g)…….. and Earnest Money
Deposit (EMD) of value …………(u)………… in the form of Demand Draft / FDR/ Bank Guarantee
as stipulated in the notice inviting tender may be submitted along with Unconditional
Acceptance of AAI’s Tender Conditions (Performa given in page no. …………(v)………… of
Tender Document) and scanned copy of signed Integrity Pact.
Envelope-II (Pre-qualification and technical bid):
Qualifying requirements of contractors / firms.

i) Agency should have Permanent Account Number (PAN).

ii) Should have satisfactorily completed (# Phase/Part completion of the scope of work in a
contract shall not be considered, however pre-determined phasing of the work will be accepted)
three works, each of …………(p)…………or two works, each of …………(q)………… or one
work of …………(r)………… in single contract of similar nature of (**Nature of the job to be
defined by NIT approving authority) during last seven years ending on…………(s)………….
“The value of executed works shall be brought to current costing level by enhancing the actual value
of work at simple rate of 7% per annum, calculated from the date of completion to the last date of
submission of bid”.

Client certificate for experience should show the nature of work done, the value of work, date of
start, date of completion as per agreement, actual date of completion and satisfactory
completion of work. Firms showing work experience certificate from non-government/non-PSU
organizations should submit copy of tax deduction at sources certificate in support of their claim
for having experience of stipulated value of work.
iii) Should have annualized average financial turnover of …………(t)………… against works
executed during last three years ending 31st March of the previous financial year. As a proof,
copy of Abridged Balance Sheet along with Profit and Loss Account Statement of the firm
should be submitted along with the application. Firms showing continuous losses during the
last three years in the balance sheet shall be summarily rejected.

i) Should possess (***Concrete Batching Plant, Computerized Hot Mix Plant, Paver etc.)
documentary proof of owning and possessing required machinery and T&P shall also be
submitted along with the application. Ownership can be either freehold or lease hold. In case
agency do not have their own or possess required plant and machinery, an undertaking to this
effect that the same shall be provided either by purchase or lease hold basis if work is awarded
to them, to be submitted along with the application and deployment shall be as per requirement
at site decided by the Engineer In-Charge.

A. Applications from Joint Venture Company duly registered/Consortium of firms / companies


should be considered subject to following conditions: -

i) Consortium of firms should not comprise more than two firms.


ii) Joint Venture firm as a single unit or each member of the consortium should have
Permanent Account Number (PAN).
iii) A detailed and valid agreement exists between the consortium members defining clearly
the role, responsibility and scope of work of each member along with nomination of leader for the
purpose of his work commensurate with their experiences and capabilities and a confirmation
A-22
that the members of the consortium assume joint and several responsibilities. It shall be
mandatory for lead partner to attend all progress review meetings and answerable to all issues
relating to project.
iv) The leader of the Consortium of firm shall meet 80% of the qualification criteria as defined in
paras 2(ii) and 2 (iii) above and shall accept overall responsibilities of contract obligations for
the total scope of work during execution and upto defects liability period. Second partner of the
consortium shall meet 40% of the qualification criteria as defined in para 2 (ii) & 2 (iii) above.
v) Both the Consortium firms should jointly possess the required T&P, machinery and
manpower and should produce self-attested documentary proof of owning and possessing
required machinery.
vi) In addition to A(i) to A(iv) above, qualification criteria defined in Para 2 shall be met fully/ jointly
by both the members of Consortium or as a single unit of joint venture.

Envelope-III (Financial Bid): - The Financial e-Bid through CPP portal.

All rates shall be quoted in the format provided and no other format is acceptable. If the price bid
has been given as a standard BOQ format with the tender document, then the same is to be
downloaded and to be filled by all the bidders. Bidders are required to download the BOQ file,
open it and complete the white coloured (unprotected) cells with their respective financial
quotes and other details (such as name of the bidder). No other cells should be changed. Once
the details have been completed, the bidder should save it and submit it online, without changing
the filename. If the BOQ file is found to be modified by the bidder, the bid will be rejected.

3. Original EMD, Tender fee, hard copy of signed Unconditional Acceptance of AAI’s Tender
Conditions as well as signed original Integrity Pact to be sent to the …………(w)………… and
should reach to Bid Manager before the date & time mentioned in CRITICAL DATA SHEET. The
tenderer, whose EMD, Tender fees, Integrity Pact and unconditional acceptance of AAI’s tender
conditions are not received by the time as per critical data sheet, then their tenders will be
summarily rejected. Any postal delay will not be entertained.

4. Bids Opening Process is as below: -


Envelope-I: Envelope-I opening date shall be as mentioned in CRITICAL DATA SHEET.
(Envelop-I Shall contain scanned copy of Tender Fees, EMD, Unconditional Acceptance of AAI
tender conditions and Integrity Pact.)

Envelope-II: Envelope-II opening date shall be as mentioned in CRITICAL DATA SHEET. The
intimation regarding acceptance/rejection of their bids will be intimated to the contractors/firms
through e-tendering portal.
(Envelop-II shall contain scanned copy of Pre-qualification documents, Scanned copy of duly
notarized affidavit on Non-Judicial stamp paper of Rs. 100 regarding compliance of minimum
wages, scanned copy of duly notarized declaration on non-judicial stamp paper of Rs. 100
regarding black listing/ debarring of firm, scanned copy of undertaking on GST and digitally
signed Tender Document.)

If any clarification is needed from the bidder about the deficiency in his uploaded documents in
Envelope – I and Envelope – II, he will be asked to provide it through CPP portal. The bidder shall
upload the requisite clarification/documents within time specified by AAI, failing which tender will
be liable for rejection.
A-23
Envelope-III: The financial bids of the contractors/firms found to be meeting the qualifying
requirements shall be opened as per CRITICAL DATA SHEET. (Depending on evaluation of
Envelop I & II, the date shall be intimated through CPP Portal).
5. AAI reserves the right to accept or reject any or all applications without assigning any
reasons. AAI also reserves the right to call off tender process at any stage without assigning any
reason.

6. AAI reserve the right to disallow issue of tender document to working agencies whose
performance at ongoing project (s) is below par and usually poor and has been issued letter of
restrain/Temporary/Permanent debar by any department of AAI. AAI reserve the right to
verify the credential submitted by the agency at any stage (before or after the award the work). If
at any stage, any information /documents submitted by the applicant is found to be incorrect/false
or have some discrepancy which disqualifies the firm then AAI shall take the following action:

a) Forfeit the entire amount of EMD submitted by the firm.


b) The agency shall be liable for debarment from tendering in AAI, apart from any other
appropriate contractual/legal action.

7. Purchase preference to Central Public Sector Undertaking shall be applicable as per the
directive of Govt. of India prevalent on the date of acceptance.

8. Concessions to Indian Micro & Small Enterprises (MSEs) units will be given as per the
provisions (para-10) of public procurement policy for MSEs order 2012, MSEs (Micro & Small
Enterprises) registered with DIC/NSIC/KVIC/KVIB/Directorate of Handicraft and handloom etc.
-------Sd------
The following content not to be published on website: - NOTE FOR FILLING UP VACANT

SPACES

i) Designation and address including telephone no. of officer (Bid Manager) Authorized to by
NIT approving authority at (a).
xiii) Details at (b), (c), (d), (e), (f), (g), (h), (i), (j), (k), (l), (m), (n), (o) (u), (v) and (w) shall be filled
by the NIT approving authority. It is mandatory to keep time gap of minimum 3 working days
between bid submission end date and last date of submission of original documents offline. Bid
opening date (Envelope-I) should be after last date of submission of original document.
ii) Values at (p), (q) & (r) shall be 40%, 50% and 80% of value at (c) respectively for all
type of works except O&M/AMC/CMC. For O&M/AMC/CMC works values at (p), (q) & (r) shall
be 40%, 50% and 80% of value at (c) equivalent to one year estimated cost.
iii) Details at (s) ending last date (extended date) of submission of bids shall be filled by
officer calling the tenders.

A-24
iv) Value of (t) shall be 30% of value at (c) for all types of works except of O &
M/AMC/CMC. For O&M/ AMC/ CMC works value of (t) shall be 30% of value of (c) equivalent to
one year of estimated cost.
v) ** Nature of similar job should be defined by NIT approving authority. In case of
pavement works, irrespective of type of pavement (Rigid and/ or Flexible), the experience
either of rigid or flexible pavement works shall be considered for pre-qualification.
vi) ***Plants and Machinery required, if any, shall be decided by NIT approving authority as per
the nature of job for which tenders are being invited. (NIT approving authority shall identify the
minimum essential equipment and machinery requirement for the work including additional or
specialized machinery which may be required).
vii) #Phase/Part completion of work shall not be considered for satisfactory completion of
work for the purpose of experience. However, pre-determined phasing of work will be accepted
by the NIT approving authority subject to its meeting the laid down criteria.
viii) No single firm shall be permitted to submit two separate applications, as individual as well
as in joint venture/consortium or under two different joint venture firms/consortium, unless
otherwise specified/permitted in the case of specialized/ composite/turnkey contracts.
ix) Prequalification evaluation criteria parameters should be pre-decided by NIT approving
authority and made explicit in the bid document at the time of inviting tender. Decision for award
of contract for goods and services should be based on detailed evaluation /exclusion criteria
stipulated in bid document.
x) Technical requirement in the tender document should be unambiguous.
xi) Delete para 8 if the same is not applicable for the subject work.

A-25
(Amendment TI 38 dtd 03.03.2020) APPENDIX –4C

(STANDARD FORMAT OF TENDER NOTICE TO DISPLAY ON AAI WEBSITE FOR


WORKS COSTING MORE THAN RS. 50.00 CRORES)
NOTICE INVITING e-TENDER (2 BOT – 2 Envelope Open Tender)
(Above portion not to be published in AAI Website)
____________________________________________________________________________________________________
NOTICE INVITING e-TENDER (2 BOT - 2 Envelope Open Tender)
1. Item Rate/EPC (Strike off whichever is not applicable) e-tenders are invited through
the e-tendering CPP portal by …………(a)…………,(Bid Manager) on behalf of Chairman,
A.A.I from the eligible contractors for the work/composite work (delete whichever is
not applicable) of “…………(b)…………” at an estimated cost of …………(c)…………with
completion period of …………(d)………… months. [including …………(e)…………
month(s) considered for rain of …………(f)………… monsoon season(s)].
The tendering process is online at CPP-portal URL address
https://etenders.gov.in/eprocure/app or www.aai.aero. Prospective Tenderers may
download and go through the tender document.
Prospective Tenderers are advised to get themselves register at CPP-portal, obtain
‘Login ID’ & ‘Password’ and go through the instructions available in the Home Page
after log in to the CPP-portal https://etenders.gov.in/eprocure/app or www.aai.aero.
They should also obtain Digital Signature Certificate (DSC) in parallel which is
essentially required for submission of their application. The process normally takes
03 days’ time. The tenderer may also take guidance from AAI Help Desk Support
through path aai.aero/tender/e-tender/help desk support.
(i) For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk
details are as below:-
Tel: 0120-4200462, 0120-4001002, Mobile: 91-8826246593,
E-mail: support-eproc@nic.in
Tenderers 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 further technical assistance with regard to functioning of CPP portal the
tenderer may contact to the following AAI help desk numbers on all working days
only between
(ii) 08.00 hrs to 20.00 hrs. (Mon-Sat)-
011-24632950, Ext-3512 (Six Lines), E-mail:- eprochelp@aai.aero
(iii) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24632950 Ext-3523, E-mail:-etendersupport@aai.aero
sanjeevkumar@aai.aero and snita@aai.aero
(iv) 09.30 hrs to 18.00 hrs (Mon-Fri)-
011-24657900, E-Mail:- gmitchq@aai.aero
Tender processing fee of Rs. ………(g)…………./- (i/c GST), non-refundable will be
required to be paid offline in the form of Demand Draft in favour of Airports Authority
of India payable at ………. (respective Airport)………… from Nationalized or any
scheduled bank (but not from co-operative or Gramin bank). The original Demand
Draft against Tender processing fee should reach by post/ courier/ given in person to
the concerned official by the date as specified in the Critical Data Sheet of Tender
Document. The details of Demand Draft / any other accepted instruments, physically
sent, should tally with the details available in the scanned copy and the data entered
A-20
during bid submission time.
2. Following 2 envelopes shall be submitted through online at CPP-portal by the
tenderer as per the following schedule:-
CRITICAL DATA SHEET
Publishing Date Date------(h)------
Bid Document Download / Sale Start Date (Next Date--(i) --- from 0930 hrs.
Day of Publishing Date)
Clarification Start Date Date--(j) --- from 0930 hrs.
Clarification End Date Date--(k) --- upto 1800 hrs.
Bid Submission Start Date Date--(l) --- from 0930 hrs.
Bid Submission End Date Date--(m) --- upto 1800 hrs.
Last date and time of submission of Original Date--(n) --- upto 1800 hrs.
BG/Demand Draft/ against EMD and Demand
Draft against Tender processing fee.
Bid Opening Date (Envelope- I) Date—(o) --- at 1100 hrs.
Bid Opening Date (Envelope- II) Date—(p) --- at 1100 hrs.
Tender Processing Fee (Non-refundable, in the Rs. … (g)… (i/c GST) Non-
form of Demand Draft) refundable.
Earnest Money Deposit (EMD) Rs. … (u)… in the form of
Demand Draft / Bank
Guarantee.
Envelope-I (Tender processing fee, EMD, Technical Bid and Pre-qualification):-
Bid containing following:
A. Tender processing fee, EMD:
i. Scanned Copy of DD against Tender Processing Fees.
ii. Scanned copy of DD or BG (as per Appendix-IA) along with letter of undertaking (as
per Appendix-XIA) against EMD.
B. Technical Bid containing the following:-
i) Scanned copy of Unconditional Acceptance of AAI’s Tender Conditions.
ii) Scanned copy of Signed Integrity Pact as per Appendix-XVIII.
iii) Scanned copy of Permanent Account Number (PAN) and GST Registration Number.
iv) Bid Capacity: Financial bids of the tenderer will only be opened if their available bid
capacity is more than ………(c)………. Available bid capacity will be calculated based on
the following formula.
Available Bid Capacity: - B = 2NT – A
Where,
B = is the bidding capacity
N = Maximum value of works executed in any one year during the last 5 (five) years
(updated the completed works to current costing level of enhancing at a simple rate of
interest @7% per annum).
T = is the numbers of years prescribed for completion of the work in question.
A = is the value of the existing commitments and ongoing works to be completed in the
next ‘T’ years.
Note: Bid capacity of the tenderer and value of existing commitments for on-going works
during period of ……… (d)……… months w.e.f. ………. (m)………. has to be submitted by
the tenderer as per the prescribed performa. These data shall be certified by the
Chartered Accountant/ Company Auditor with his stamp and signature in original
with membership number.
A-21
v) Scanned copy of ‘Undertaking’ regarding Blacklisting/ Debarment on Company’s Letter
Head.
vi) Tenderer should deploy sufficient plant and machinery as per the requirement of work
in consultation with the Engineer-in-Charge (EIC) to achieve the milestones/targets
and overall completion within the time period. Tenderer shall submit scanned copy of
‘Undertaking’ on Company’s Letter Head.
vii) Companies other than propriety firm shall submit, scanned copy of Authorization
Letter/Power of Attorney along with copy of Certificate of Incorporation of the
Company under Companies Act showing CIN/LLPIN/Name of Directors of the
Company & Copy of Board Resolution regarding Authority to assign Power of
Attorney.
Proprietary firm shall submit scanned copy of Authorization Letter/Power of Attorney
only if the tender is processed by a person other than proprietor.
viii) PQ Performa duly filled.
C. Qualifying requirements of contractors / tenderers containing the following:-
(Applicable for tenders other than EPC, delete for EPC tenders).
i) Tenderer should have satisfactorily completed (# Phase/Part completion of the scope
of work in a contract shall not be considered, however pre-determined phasing of
the work will be accepted) three works, each of …………(q)…………or two works, each
of …………..(r) ………… or one work of …………(s)………… in single contract of similar
nature of (**Nature of the job to be defined by NIT approving authority) during last
seven years ending on-----------(m)------.
“The value of executed works shall be brought to current costing level by
enhancing the actual value of work at simple rate of 7% per annum, calculated
from the date of completion to the last date of submission of bid i.e.----(m)----.”
Client certificate for experience should show the nature of work done, the value of
work, date of start, date of completion as per agreement, actual date of completion
and satisfactory completion of work. Tenderers showing work experience
certificate from non-government/non-PSU organizations should submit copy of
tax deduction at sources (TDS) certificate(s) along with a certificate issued by
registered Chartered Accountant, clearly specifying the name of work, total
[
payment received against the work and TDS amount for the work.
(Applicable for EPC tenders only, delete for tenders other than EPC).
Should have satisfactorily completed (# Phase/Part completion of the scope of work in
a contract shall not be considered, however pre-determined phasing of the work
will be accepted) three works, each of …………(q)…………or two works, each of
………….(r) ………… or one work of …………(s)………… in single contract of similar nature
of (**Nature of the job to be defined by NIT approving authority) on EPC Mode/Turn
Key (Design & Build) Basis during last seven years ending on -------(m)------.
Tenderers not having the work experience on EPC Mode/Turn Key (Design &
Build) Basis as above but having requisite work experience as stated above in other
modes of tenders, shall also be allowed to participate if they meet the following
conditions:
Tenderers should have either in-house facility of design/drawing or should associate
architect/designer firm. The in-house facility of design / drawing or associate
architect /designer firm should have satisfactorily completed (# Phase/Part
completion of the scope of work in a contract shall not be considered, however pre-
determined phasing of the work will be accepted) three works, each of …………
(q)…………or two works, each of…………..(r)…………or one work of …………(s)…………
A-22
in single contract of similar nature of (**Nature of the job to be defined by NIT
approving authority) during last seven years ending on -----(m)------.
In case the tender is being invited on EPC Mode/Turn Key (Design & Build) Basis
after engagement of PMC by AAI, the tenderer cannot associate the same PMC and
their sub-consultants associated with the project as architect/designer
firm/consultants.
Change of the associated architect/designer firm will normally be allowed only once,
that too under exceptional circumstances with the prior approval of AAI. The
architect/designer firm can be substituted subject to the condition that the new
architect/designer firm meets the qualification and experience criteria. A
compensation of 0.1% of the contract amount or Rs. 10.00 Lacs whichever is
higher shall be imposed for any such change to act as deterrent. No extension of time
shall be considered for change of architect/designer firm. “The value of executed
works and consultancy (design/drawing) shall be brought to current costing
level by enhancing the actual value of work at simple rate of 7% per annum,
calculated from the date of completion to the last date of submission of bid i.e.---
--(m)----.
Client certificate for experience should show the nature of work done, the value of
work, date of start, date of completion as per agreement, actual date of completion
and satisfactory completion of work. Tenderers showing work experience
certificate from non-government/non-PSU organizations should submit copy of
tax deduction at sources (TDS) certificate(s) along with a certificate issued by
registered Chartered Accountant, clearly specifying the name of work, total
payment received against the work and TDS amount for the work.
ii) Should have annualized average financial turnover of ………… (t)………… against works
executed during last three years ending 31st March of the previous financial year. As a
proof, copy of Abridged Balance Sheet along with Profit and Loss Account Statement
of the tenderer should be submitted along with the application. Tenderers showing
continuous losses during the last three years in the balance sheet shall be summarily
rejected.
iii) The tenderer should have a minimum net worth of ………… (w)………., issued by
certified Chartered Accountants.
(In case of tenders invited on EPC Mode/Turn Key (Design & Build) Basis,
financial turnover and net worth of Associated Architect/Designer Firm is not
required).
iv) Consortium of firms / JV Company Agreement, if any.
D. Applications from Joint Ventures Company duly registered/ Consortium of firms /
companies should be considered subject to following condition:-
i) Consortium of firms should not comprise more than two firms and none of them
should be part of any other JV/consortium.
ii) Joint Venture firm as a single unit or each member of the consortium should have
Permanent Account Number (PAN) and Goods and Service Tax (GST) Registration
Number.
iii) A detailed and valid agreement exists between the consortium members defining
clearly the role, responsibility and scope of work of each member along with
nomination of leader for the purpose of this work commensurate with their
experiences and capabilities and a confirmation that the members of the consortium
assume joint and several responsibilities. It shall be mandatory for lead partner to
attend all progress review meetings and answerable to all issues relating to project.
iv) The leader of the Consortium of firm shall meet 80% of the qualification criteria as

A-23
defined in paras 2-C (i) to 2-C (iii) and 2-B (iv) above and shall accept overall
responsibilities of contract obligations for the total scope of work during execution
and upto defects liability period. Second partner of the consortium shall meet 40% of
the qualification criteria as defined in para 2-C (i) to 2-C (iii) and 2-B (iv) above.
v) Consortium of firms / JV company should deploy sufficient plant and machinery as
per the requirement of work in consultation with the Engineer-in-Charge (EIC) to
achieve the milestones/targets and overall completion within the time period.
Consortium of firms / JV company shall submit scanned copy of ‘Undertaking’ in this
regard.
vi) In addition to 2-D (i) to 2-D (iv) above, qualification criteria defined in Para 2 (A), (B)
& (C) shall be met fully / jointly by both the members of Consortium or as a single unit
of joint venture.
E. (i) Accredited Agent of foreign firms can purchase & upload Tender document on
behalf of their Principal firm on submission of accreditation certificate in addition to
required qualifying documents. However, the scanned copies of documents to be
uploaded as per NIT shall be signed by the principal firm before uploading the
scanned copies of the same by accredited agent on CPP e-tendering portal. Principal
firm shall give an undertaking to the effect as under:
a) Name & Address of Accredited Agent whom Principal firm has hired for purchase &
uploading of tender document on their behalf.
b) Foreign Principal firm is solely responsible for the Financial bid (Quote) submitted by
Accredited Agent.
c) Those Foreign Principal firms(s) not having registered office in India shall be required
to establish office in India and comply with all statutory requirements as per Indian
Law and also to obtain registration certificate, Permanent Account Number (PAN)
from Income-Tax Authority, GSTIN, and other required documents/ certification
within one month of issue of Letter of Intent (LoI), if becomes successful tenderer.
This shall also be applicable for foreign firm(s) participating as Joint Venture (JV).
ii) Indian firm as a part of Joint Venture shall be required to comply all statutory
requirements for incorporation of JV firm as per Indian Law and also to obtain
Permanent Account Number (PAN) from Income-Tax Authority, GSTIN, and other
required documents/ certification in the name of JV, within one month of issue of
Letter of Intent (LoI), in case JV firms becomes successful tenderer. In case Indian
firms are participating as Joint Venture (JV), the submission of tender shall be as
follows:
a) In case of Joint Venture firm already registered, the e-tender submission shall be
made in the name of Joint Venture firm only by obtaining digital signature certificate
(DSC) in the name of authorized signatory of Joint Venture.
b) In case of Joint Venture firm not registered so far, the e-tender submission shall be
made in the name of Joint Venture firm only by using credentials of any member of JV
with digital signature certificate (DSC) of authorized signatory of Joint Venture (JV).
iii) Foreign eligible firms, shall submit their self-attested turnover and work experience
certificates as a proof of authenticity. However, in case of becoming successful
tenderer/ partner of successful JV firm, the self-attested work experience certificate
and turnover shall be verified by Airports Authority of India independently from
issuing authority before acceptance of bid.
iv) Conversion of Foreign Currency: The following procedure shall be adopted:
a) The value of completion cost of the work (other than INR) shall be calculated by
considering the Exchange rate (as notified by Reserve Bank of India / International
currency conversion sources) of foreign currency in INR on the date of completion of the
work. A-24
b) The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum, calculated from the date of
completion to the last date or extended date of submission of bid.
c) Turnover of foreign firms shall also be calculated by considering the Exchange rate (as
notified by Reserve Bank of India / International currency conversion sources) of
foreign currency in INR on the date of ending of particular financial year of that
country.
v) All tenderers to quote their rates only in INR and may note that all contract payment
shall be made in INR only. All relevant taxation law of India shall also apply during
release of payment and necessary deduction as per tender conditions and relevant
laws shall be made.
vi) Certificates of Subsidiary/Group Companies:
a) If an India company/firm claims the experience in specific field on the basis of
experience of his foreign principals, the firm can be issued tender documents subject
to his submitting documentary evidence to prove that Indian company/ Firm is
indeed a 100% subsidiary or branch of a foreign company. They shall submit balance
sheet showing equity holdings or certificate by the company Chartered
accountants/auditors showing equity holding patterns between the Foreign principal
company and its Indian subsidiary / branch or a certificate by the Foreign principal
company that the Indian company is their wholly owned subsidiary (which should be
duly notarized) and the Indian subsidiary company / branch may be allowed to
participate in the AAI tenders.
The foreign principal must submit an undertaking to provide all required technical
knowhow to Indian firm for successful completion of the project (as per prescribed
performa).
Scanned copy of all the Documents of Envelope-I mentioned above shall be submitted
on the CPP portal. Original/Hard Copies of DD against Tender processing fee and
DD/BG against EMD is required to be submitted/sent to the ………… (a)………… (Bid
Manager) on or before date & time mentioned in CRITICAL DATE SHEET. The
tenderer, whose DD against Tender processing fee and DD/BG against EMD are not
received by the date & time mentioned in critical data sheet, then their tenders will be
liable to be rejected. Any postal delay will not be entertained.
EMD of the value of Rs… (u)…….. shall be accepted offline only in the form of Demand
Draft/Bank Guarantee from a Nationalized or any scheduled bank (but not from Co-
Operative or Gramin bank).
AAI Bank & Account details for preparation of Bank Guarantee are as follows:
Name of Account Holder: Airports Authority of India
Name of Bank: ………………………………………….. (Concerned AAI Bank Account)
Bank Address: …………………………………………… (---------do--------)
IFSC Code: …………………………………………… (---------do--------)
Account No.: …………………………………………… (---------do--------)
Refund of EMD
The refund of EMD to tenderers who fail to qualify in the eligibility/technical criteria,
shall be initiated within 7 days of their rejection. For all tenderers who qualify and
their financial bids are opened, the refund of EMD of all such tenderers except L-1
shall be processed within 7 days of opening of financial bid.
Envelope-II: - The Financial e-Bid through CPP portal.
All rates shall be quoted in the format provided and no other format is acceptable. If
the price bid has been given as a standard BOQ format with the tender document,
then the same is to be downloaded and to be filled by all the tenderers. Tenderers are
required to download the BOQ file, open it and complete the blue coloured
A-25
(Unprotected) cells with their respective financial quotes and other details (such as
name of the tenderer). No other cells should be changed. Once the details have been
completed, the tenderer should save it and submit it online, without changing the
filename. If the BOQ file is found to be modified by the tenderer, the bid will be
rejected.
3. Bid Submission:-
The tenderer shall submit their application only at CPP Portal:
https://etenders.gov.in/eprocure/app. Tenderer/Contractor are advised to follow
the instructions provided in the tender document for online submission of bids.
Tenderers are required to upload the digitally signed file of scanned documents as per
Para 2. Bid documents may be scanned with 100 dpi with black and white option
which helps in reducing size of the scanned documents.
Uploading of application in location other than specified above shall not be
considered. Hard copy of application shall not be entertained.
4. Not more than one tender shall be submitted by one tenderer or tenderers having
business relationship. Under no circumstance will father and his son(s) or other close
relations who have business relationship with one another (i.e. when one or more
partner(s)/director(s) are common) be allowed to tender for the same contract as
separate competitors. A breach of this condition will render the tenders of both
parties liable to rejection.
5. Tenderer who has downloaded the tender from Central Public Procurement Portal
(CPPP) website http://etenders.gov.in/eprocure/app, shall not tamper/modify the
tender form including downloaded price bid template in any manner. In case if the
same is found to be tampered/modified in any manner, tender will be completely
rejected and EMD would be forfeited and tenderer is liable to be banned from doing
business with AAI.
6. Bids Opening Process is as below:-
Envelope-I (Tender processing fee, EMD, Technical bid and Pre-qualification):
Envelope-I containing documents as per Para 2 (A), (B) (C), (D) and (E) as applicable
(uploaded by the tenderers) shall be opened on date & time mentioned in CRITICAL
DATA SHEET.
If the bidder has any query related to the Bid Document of the work, they should use
‘Seek Clarification’ on CPP portal to seek clarifications. No other means of
communication in this regards shall be entertained.
If any clarification is needed from the tenderer about the deficiency in his uploaded
documents in Envelope – I, he will be asked to provide it through CPP portal or email
if required. The tenderer shall upload the requisite clarification/documents within
time specified by AAI, failing which it shall be presumed that bidder does not have
anything to submit and bid shall be evaluated accordingly.
The intimation regarding acceptance/rejection of their bids will be intimated to the
tenderers through CPP portal.
Envelope-II (Financial Bid):
Envelope-II containing financial bid of the tenderers found to be meeting the technical
criteria and qualifying requirements shall be opened on date & time mentioned in
CRITICAL DATA SHEET. (In case the date and time for opening of Envelope-II
(Financial Bid) is required to be changed, the same shall be intimated through
CPP Portal).
7. AAI reserves the right to accept or reject any or all applications without assigning any
reasons. AAI also reserves the right to call off tender process at any stage without
assigning any reason.
A-25 (a)
8. AAI reserves the right to disallow the working agencies whose performance at
ongoing project (s) is below par and usually poor and has been issued letter of
restrain/Temporary or Permanent debarment/black listing by any department of AAI
or Central/State Govt. Depts./PSUs/World Bank/ ADB etc. AAI reserves the right to
verify the credential submitted by the tenderer at any stage (before or after the
award the work). If at any stage, any information /documents submitted by the
applicant is found to be incorrect/false or have some discrepancy which
disqualifies the tenderer then AAI shall take the following action:
a) Forfeit the entire amount of EMD submitted by the tenderer.
b) The tenderer shall be liable for debarment from tendering in AAI, including
termination of the contract apart from any other appropriate contractual /legal
action.
9. Consortium /JV companies if any, shall be permitted.
10. Purchase preference to Central Public Sector Undertaking shall be applicable as per
the directive of Govt. of India prevalent on the date of acceptance.
11. Concessions to Indian Micro & Small Enterprises (MSEs) units registered with
DIC/NSIC/KVIC/KVIB/Directorate of Handicraft and Handloom etc., to be given as per
the provisions of Public Procurement Policy for MSEs order 2012 with up to date
amendments, shall be applicable for tenders of supply/services and shall not be
extended to construction work.
-------Sd------
The following content not to be published on website:-
NOTE FOR FILLING UP VACANT SPACES
i) Designation and address including telephone no. of officer (Bid Manager) Authorized by NIT
approving authority at (a).
ii) Details at (b), (c), (d), (e), (f), (g), (h), (i), (j), (k), (l), (m), (n), (o), (p) & (u) shall be filled by the
NIT approving authority. It is mandatory to keep time gap of minimum 3 working days
between bid submission end date and last date of submission of original documents offline.
Bid opening date (Envelope-I) should be after last date of submission of original document.
iii) Values at (q), (r) & (s) shall be 40%, 50% and 80% of value at (c) respectively for all type of
works except O&M/AMC/CMC. For O&M/AMC/CMC works values at (q), (r) & (s) shall be
40%, 50% and 80% of value at (c) equivalent to one year estimated cost.
iv) Value of (t) & (w) shall be 30% & 15% respectively of value at (c) for all types of works except
of O & M/AMC/CMC. For O & M/AMC/CMC works value of (t) & (w) shall be 30% & 15%
respectively of value of (c) equivalent to one year of estimated cost.
v) **Nature of similar job should be defined by NIT approving authority. In case of pavement
works, irrespective of type of pavement (Rigid and/ or Flexible), the experience either of rigid
or flexible pavement works shall be considered for pre-qualification.
vi) #Phase/Part completion of work shall not be considered for satisfactory completion of work
for the purpose of experience. However, pre-determined phasing of work will be accepted by
the NIT approving authority subject to its meeting the laid down criteria.
vii) Prequalification evaluation criteria parameters should be pre-decided by NIT approving
authority and made explicit in the bid document at the time of inviting tender. Decision for
award of contract for goods and services should be based on detailed evaluation /exclusion
criteria stipulated in bid document.
viii) Technical requirement in the tender document should be unambiguous.
ix) If tenders having cost less than Rs. 100 Crores are to be called on EPC mode then specific
approval of Concerned Member is mandatory.
x) Bid capacity shall be applicable in case of works costing more than Rs. 10.00 Crores. Bid
capacity shall also be applicable in case of limited tender for pavement works in all categories
from Rs. 10.00 Crores to Rs. 200.00 Crores.

A-25 (b)
Appendix – 5

Global Pre-Qualification Tender Notice


[Refer Section 9.11.2.c]
1. Applications for short listing are invited by (a) on behalf of
Chairman, AAI from the eligible firms for the work of
(b) at an estimated cost of Rs. (c) for (d) nos
equipment with period of completion (e) months.
2. Qualifying requirements of firms are:
(i) Should be a manufacturer (OEM) of (f ) .
(ii) Should have satisfactorily completed works of SITC of (g ) in
line with any one of the following criteria either of value criteria A1, A2,
A3 or of Qty criteria B1, B2, B3 during last seven years ending on:
(h)_
A-1 Three separate works each costing not less than (i)
A-2 Two separate works each of costing not less than __ (j)
A-3 One work costing not less than (k) .

OR
B-1 Three separate works each consisting of m i n i m u m (l) No.
equipments.
B-2 Two separate works each consisting of minimum (m) No. equipments.
B-3 One work consisting of minimum (n) No. equipments.
Client’s certificate stating reference to order, the value of work, date of
start, quantity of equipment, date of completion as per agreement, actual
date of completion and satisfactory completion of the work shall be
submitted along with the application.
If an Indian company / firm claims the experience in specific field on
the basis of experience of his foreign principals, the firm can be issue
tender documents subject to his submitting documentary evidence to
prove that Indian company / firm is indeed a 100% subsidiary or
branch of a foreign company. They may be asked to produce balance
sheet showing equity holdings or certificate by the company Chartered
accountants / auditors showing equity holding patterns between the
foreign principal company and its Indian subsidiary / branch or a
certificate by the foreign principal company that the Indian subsidiary
company / branch may be allowed to participate in the AAI tenders.

The aforesaid guidelines are applicable with immediate effect.


(Amended vide TI No. 16 dtd. 31.05.19)
(iii) Should furnish performance certificate from the clients for the above
works that the equipment had satisfactorily performed after completion.

A-26
(iv) Should have annualized average annual financial turnover of Rs. (o)
against works executed during last three years ending 31st March of
pervious year. As a proof, copy of Abridged Balance Sheet along with
Profit and Loss Account of the firm shall be submitted along with the
application.
3. The firms shall submit their applications along with documents in support of
their meeting each criteria mentioned under para 2 above by (p)
The check list as per Performa a Annexure A to this Appendix shall be duly
filled & submitted.
4. Accredited Agent of foreign firms can purchase Tender document on behalf of
their Principle firm on submission of accreditation certificate in addition to
above required documents. However, tender document shall be signed only by
the Principle firm & not by the Accredited Agent.
AAI reserves the right to accept or reject any or all applications without
assigning any reason.
NOTE FOR FILLING UP VACANT SPACES
(i) Designation and address of officer authorized to call applications shall
be filled by NIT approving authority at (a).
(ii) Details at (b), (c), (d) & (e) shall be filled by the NIT approving
authority.
(iii) Detail at (f) and (g ) shall be name of the equipments.
(iv) Details at (h) shall be cut off month / date.
(v) Details at (i),(j) and (k) shall be 40%, 50% and 80% of (c)
(vi) Details at (l), (m), (n) shall be 40% 50% and 80% of (d) with its
capacity.
(vii) Details at (o) shall be 30% of (c)
(viii) Date (p) shall be filled by NIT approving authority at (a).
Note:- When more than one work site requirement are decided to be clubbed for a
common tender the value of (c) and (d) shall be the sum total of
the all individual work.

A-27
ANNEXURE -A
of Appendix 5
Check list format to be submitted by applicants along with application for
Global Tender

Name of Work: ………………….a………………..

1 2 3 4
Ref Qualifying Supporting Document must have the Reference to the
No. criterion/parameter/ following salient information which AAI documents
supportive document would like to consider submitted in
support of Column
3
(i) Name and registered office Copy of Certificate of Incorporation
address of the Manufacturer from the respective Government body

Manufacturing Copy of Certificate of Incorporation


Facility/Works address of the from the respective Government body.
Manufacturer In case more than one Manufacturing
work site of their company, enclose
similar certificate for each work address
from that country of incorporation.
Manufacturer of (b) Certificate from the respective
Government body / Chamber of
Commerce. Note: The certificate shall
have information that the firm is a
manufacture of c
(ii) Should have satisfactorily A) Details of the Three /Two / One
completed the specified work(s) as applicable.
works in line with any one
of the following criteria 1.
during last seven years
ending d 2.
i) Three separate works each
costing not less than Indian 3.
Rupees (e)
ii) Two separate works each Note1: The above certificates shall have
costing not less than Indian reference to order, date of completion,
Rupees (f) iii)One and value of work.
work costing not less than Note 2: Date of Completion of work
Indian Rupees
(g) prior to (h) shall not be considered.

A-28
(iii) Performance certificates of Details of the client certificates.
the works submitted under 1.
(ii) 2.
Note 1: The above certificates shall
have the information viz; a) the date of
commissioning of the (i) b)
Satisfactory performance and its period.
c) Issuing authority name and
Designation.
d) Name of work.
e) Contract / Order No.
f) Completion value.
(iv) Annualized average financial Year Turnover (In Lac)
turnover equivalent to Indian
Rupees against works
executed during last three
financial years. As a proof,
copy of Abridged Balance
Sheet of the firm / certificated
from the charted accountant
should be submitted along
with the application. Average:
3 Documents in support of
criteria under para 2 of Self-Attested
Tender Notice.
4 Details of manufacturer’s Authorization
accredited Agent Name and Address letter enclosed
YES/No
5 Details of any other
information
a)
b)
c)
Place:
Date: SIGNATURE WITH STAMP
Authorized signatory of the Manufacturer

Note: If any of the supporting documents is submitted in any language


other than English, a self attested English version should be
submitted with the respective document.
(a) Name of Work.
(b), (c) Name of Equipment / Equipments.
(d) Indicate cut off month.
(e), (f), (g) Indicate limiting value of work.
(h) Indicate cut off date.
(i) Indicate equipment.
(j) Indicate Limiting value of turnover.

Each page of this Appendix has to be signed before submission


A-29
ANNEXURE - I
FORM OF PARENT COMPANY UNDERTAKING
(To be completed on letterhead of Tenderer's Ultimate Parent Company)
Date:
To
Bid Manager
Dear Sirs,

Subject: -----------------------------------------------------------------------------------------

Tender ID: ----------------------


We refer to the accompanying Tender for the subject mentioned Services (“SERVICES”)
by---------------(Name and address of Indian Subsidiary) (“TENDERER”) of which we
are the ultimate holding company, and hereby request Airports Authority of India,
Corporate Head Quarter, Rajiv Gandhi Bhawan, Safdarjung airport, New Delhi-110 003
(AAI) to enter into a contract with --------(Name of Indian Subsidiary) TENDERER for
the same. In the event of our Indian Subsidiary AAI doing so and in consideration of AAI
COMPANY entering into such contract ("AGREEMENT"), we do hereby enter into the
following unconditional and irrevocable undertaking with AAI that:
1. We guarantee that our Indian Subsidiary TENDERER shall duly perform all its
obligations contained in the AGREEMENT.
2. If our Indian Subsidiary TENDERER shall in any respect fail to perform its obligations
under AGREEMENT or shall commit any breach thereof, we undertake, on simple
demand by AAI, to perform or to take whatever steps may be necessary to achieve
performance of said obligations under AGREEMENT and shall indemnify and keep
indemnified AAI against any loss, damages, claims, costs and expenses which may be
incurred by AAI by reason of any such failure or breach on the part of our Indian
Subsidiary TENDERER.
3. Our guarantee and undertaking hereunder shall be unconditional and irrevocable and,
without prejudice to the generality of the foregoing, we shall not be released or
discharged from our liability hereunder by: -
13 Any waiver of forbearance by AAI of or in respect of any of our Indian Subsidiary
TENDERER 's obligations under AGREEMENT whether as to payment, time,
performance or otherwise howsoever or by any failure by AAI to enforce AGREEMENT
or this instrument, or
14 Any alteration to, addition to or deletion from AGREEMENT or the scope of the services
to be performed under AGREEMENT, or
15 Any change in the shareholding relationship between ourselves and our Indian Subsidiary
TENDERER and our guarantee and undertakings hereunder shall continue in force until
all our Indian Subsidiary TENDERER 's obligations under AGREEMENT and all our
obligations hereunder have been duly performed.
4. This document shall be construed and take effect in accordance with the laws of the
Republic of India.

Yours faithfully,
Signed : ..................................................

Name & Designation : ..................................................


Date : ..................................................
For and on behalf of

(TENDERER's ultimate holding company) (Amended vide TI No. 16 dtd. 31.05.19)

A-30
Appendix-6
Performa for Calculation of Cost Index
[Refer Section. 10.2.1(j)]
Rate as on Weight
Sl. Unit 1.10.07 age Rate at the Cost Cost
in Rs. Index time of Index
revision of CI

1 BRICKS 1000 2000 8.00


Nos.
2 CEMENT (OPC) Qty. 457 14.50
3 STEEL Cal. 3280 19.50
A) 8 & 10 MM (TOR STEEL) 50%
B) 12 & 16 MM (TOR STEEL) 50%
4 AGGREGTE 20 MM SIZE Cum 700 6.50
5 SAND (COARSE SAND) Cum 650.00 3.00
6 FLOORING ITEMS Sq. m 381.10 3.00
A) MOSA IC T IL ES 40%
B) C E R A M I C T IL E S 40%
C) K OT A ST ON E 10%
D) GRANITE STONE 10%
7 PAINTS Ltr. 100 3.00
A) SYNT H ET IC EN AME L 33.33%
B) OBD 33.33%
C) PLAST IC EMULSION 33.33%
8 PLY AND COMM. WOOD Sq.m 1281,33 5.00
A) 12 MM -THICK PARTICLE 33.33%
B)STEEL WINDOW 33.33%
C) ALUMINIUM WINDOW 3333%
9 PIPES Meter 144.50 2.50
A) 15 MM GI PIPE 33,33%
B) 100 MM S C I P I P E S 33.33%
C, 20 MM BLACK CONDUIT 33.33%
10 LAMPS AND FANS Each 655 3.50
A) CEILING FANS 48 50%
8) 1.20 M FLUORSCENT TUBE 50%
FITTINGS
11 ELECT MACHINERY FIT IING MOT Each 35000 2.50
HP (PUMP SET) 1500 RPM
12 WIRES AND CABLES COPPER 100 825 4.00
A) 1.5 SOMM 70%
B) 4.0 SOMM 30%
13 LABOUR Each 143.38 25.00
A) SKILLED 50%
B) U N S K I L L E D 50%

A-31
Appendix - 7

Formats for submitting Site and Soil Particulars for Pavement Works
[Refer Section 10.4.8]

PART-1: Site Particulars


1. Name of Project :
2 Location :
3 General description of site and its :
topography
4 Total area to be leveled; :
If any

5 (i) Are there any low areas :


requiring earth filling? If so its
area and volume of earth work
involved.
(ii) Site from where earth is to be
brought and its lead. :
(iii) Approximate Cost
(iv) Royalty payable; if any
6 (i) Is there any high level area :
requiring earth work in
cutting? If so, its area and
volume of earth work
involved.
(ii) Site for the disposal of surplus
earth and its lead
(iii) Approximate cost

7 Attached surveyed site plan showing :


levels of the proposed site and
adjoining sites, roads, structures,
locations of trees, obstructions such
as H.T lines, telephone lines, public
sewer lines etc.
8 (i) Source of water supply; :
:
(ii) Is the permission of the local
body to tap water from their
sources to be obtained?

(iii) Expected quantity of water


supply from the sources;

A-32
9 (i) Details of existing sewerage :
system in and around the
project site;

(ii) Recommendation of proposed


sewerage schemes;

10 Is local Municipal Bye Law :


applicable to the proposed project?
If so, attach a copy of the Bye Law
11 What is the source of electricity? :
12 List out obstructions in the site such :
as H.T lines, telephone lines, sewage
lines, public roads, structures etc;
Attach a plan showing these details.
13 (i) Details of existing drainage :
system of the locality.

(ii) Proposal for drainage system :


i/c storm water drainage of the
project.

14 Crushing strength of bricks and its :


quality in general.
15 HFL of site, Hydrological Data :
16 Level of Runway :

PART-II: SOIL PARTICULARS


1 General classifications and nature of :
soil
2 Attach result of soil investigation :
report; or trial bores;
3 Recommendation about safe bearing :
capacity of soil and its depth.
4 C.B.R./K-value :
5 Water table :

A-33
PART-III: LOCAL MATERIALS
S.N Description Unit Sources Distance in Rate at Rate at
KM from sources site
site
1 BRICKS with size and 1000 nos.
class designation
2 Fine sand Cum
3 Coarse sand Cum
4 Stone screening and
aggregate.
4.7 mm
Cum
6.00 mm
Cum
10 mm
Cum
12.5 mm
Cum
20 mm
Cum
25 mm
Cum
40 mm
Cum
50 mm
Cum
63 mm
Cum
5 Stones for pavement
works
50-20 mm
Cum
63-40 mm
Cum
90-40 mm
Cum
6 Stone for masonry Cum
7 1st class Teak wood in Cum
scantling
8 1st class Teak wood in Cum
plank
9 2nd class Teak wood Cum
in scantling
10 2nd class wood in Cum
plank.
11 1st class Deodar wood Cum
in scantling

A-34
12 1st class Deodar wood Cum
in plank
13 Blown type bitumen Tonne
of penetration 85/25
14 Paving Bitumen S-90 Tonne
15 Paving asphalt 30/40 Tonne
(VG-40)
16 Paving asphalt 80/100 Tonne
(VG-10)
17 Paving asphalt 60/70 Tonne
(VG-30)
18 Blasting powder Kilogram
19 Blasting fuse wire Each
20 Portland cement Tonne
21 White cement Tonne
22 Aldrine mulsifiable Litre
concentration 30%
23 Dehradun white lime Quintal
24 Dry hydrated lime Quintal
25 Unslaked lime Quintal
26 Marble chips up to Quintal
4mm and down size
(white & black)
27 Diesel oil Litre
28 Kerosene oil Litre
29 M.S round bars up to Quintal
12 mm dia. and below
30 M.S round bars above Quintal
12 mm dia.
31 Twisted steel / Quintal
deformed bars

PART – IV: LOCAL LABOUR


S. N Description Unit Rate inclusive of weekly
rest day
1 Bhishti Each Per day

A-35
2 Blacksmith 1st class Each Per day
3 Blacksmith 2nd class Each Per day
4 Carpenter 1st class Each Per day
5 Carpenter 2nd class Each Per day
6 Beldar (Male) Each Per day
7 Collie (Female) Each Per day
8 Fitter (Grade I) Each Per day
9 Mason 1st class Each Per day
10 Mason 2nd class Each Per day
11 Painter Each Per day
12 Skilled beldar for floor rubbing Each Per day
13 Welder Each Per day
14 White washer Each Per day
15 Mate Each Per day

A-36
Appendix- 8
Check List for Pavement Estimates
[Refer Section 10.4.8]

1. Whether acquisition of land is necessary and a separate estimate to this effect


sent in advance?
2. Whether scope of work and its phasing for execution got approved in writing
from Directorate of Planning?
3. Whether the proposal duly marked in colour scheme got approved from user
Department and Directorate of Planning before going ahead with preparation
of estimate?
4. Has the soil investigation been carried out and the following information’s
have been furnished by the agency in his report?

a. Engg. Classification of soil.


b. Modulus of sub-grade reaction.
c. CBR value (Soaked for 4 days).
d. Mechanical analysis.
e. Liquid limit and plastic limit.
f. Trial pit data up to 5 below proposed foundation level and the plan
showing the location of the trial pits.
g. Swelling index of soil.

5. Is the soil, black cotton or expansive?

a. Whether proper drains exist for preventing the soil coming into contact
with water?
b. Any soil stabilization is proposed?
c. Will it be economical to completely remove the black cotton soil and
replace with good earth?

6. Does the soil contain sulphates / carbonates in excess of 0.2% and organic
matter in excess of 2%?
7. If so what precautions are taken?
Have the CBR values of the existing soil mixed with locally available
materials been received from various mixes?
8. What is the minimum depth of water table (monsoon)

9. Where the water table is too high, has the sub-surface drainage been provided?
10. What is the HFL and its frequency?

a. Does it require raising the level of pavement?


b. Does it require protective works, if so, anything such provided.

11. If the pavement is nearer to sea, has the formation level been kept well above
tidal wave?
12. Has any provision kept for protecting the pavement from frost action?

A-37
13. If the operations on the existing pavement have to be suspended due to
provision of WBM/WMM or Concrete in the overlay work, has it been
decided in a combined meeting with DGCA / IAC etc.?

a. Have proper ramps been provided during overlay of the pavement at the
inter sections with secondary pavements if later not being strengthened?
b. Have proper precautions been taken so that the pavement shall not be
dismantled during strengthening of the secondary pavement?

14. Has the provision been made for cable crossing in extension portion as per
standard drawings?
15. a. If culvert of adequate strength exists within the proposed widening of
apron, have the possibilities of widening the apron on the other side
explored?
b. Designed for relevant aircraft for category C, B & A.
c. Have the possibilities of avoiding the culvert been examined, by
diverting the drain well away from the pavements economically?

16. Has the provision been made for approach road from the crash tender garage to
the runway for rescue operations?
17. Have the existing specifications obtained in design been received through
concerned DGM/JGM and are tallying with those available as per old records?

18. a. Have all the junctions been designed for proper drainage?
b. Whether existing side drains and outfall arrangements are adequate or
need modifications?

19. Detailed plan showing the distress of different type on existing pavements
received on structural conditions Index.
20. If the bituminous overlay is to be provided without stoppage of operations, has
the provision been made for extra quantities required for ramps?
21. Has the provision been made for raising / shifting the existing runway lights as
per Annexure 14?
22. Has the provision been made for shoulders to the pavements?

a. Has the clearance of at least 40 M, been kept between apron and terminal
building for avoiding blast effect for new projects.
b. Has at least 40m for airbus, 30m for B 737 and 20m for others been
provided between apron and existing runway?

23. Have the runway ends for 150 M length been provided with rigid pavement
having proper drainage at the turning pads?
24. Has the provision been made for repair of existing cracks in rigid pavement
with cement grout for rigid overlay and sand bitumen mix for flexible overlay?

25. a. When upheaval has occurred due to ruts, has it been ensured that the
minimum overlay of 25mm is provided at such spot?
b. Has it been ensured that the highest point of upheaval in rut waves is not
more than 75mm above lowest point of the rut / wave?
26. Has the provision been made for earth filling to merge the basic strip with the
edge of shoulders of runway etc. raised due to overlay?

A-38
27. Whether formation levels have been finalized taking into account of the future
extension / widening of the pavement?
28. Have fillets of 30 m radius been provided at junctions of the pavement?
29. Whether side and vertical clearance are in conformity with Annexure 14?

30. Whether plinth of the existing buildings are above the adjacent pavements by
at least 60 cm.
31. Whether the design of overlay is based on the K value of existing pavement
evaluated?
32. Is the estimate based on L section and cross section?
33. Whether Longitudinal / cross slope, vertical curves and distance between two
changes of slopes etc. have been provided as per Annexure 14?
34. Has DAC been provided under the wheel path of aircrafts where this item is
not provided for any other in the estimate?
35. Has proper sandwiching layer with lean concrete is provided below CC
pavement?
36. Whether provision for runway marking is in conformity with Annexure 14?
37. Whether estimate is based on latest market rates?
38. Whether the estimate has been checked for measurements and units by
SA/SS/Jr. Ex and reviewed by AM/M technically before approval by
SM/AGME/AGM Engg.
39. Whether the following enclosures have been attached with the draft estimate?

a. Development plan indicating various proposals duly approved by


Directorate of Planning.
b. L-section indicating formation lines, Depression filing lines, vertical
curve lines stating horizontal; vertical scales in meters?
c. Cross section indicating formation lines, depression filling lines in
colour, stating position for taxi-track junction and secondary junction in
meters and showing the details of merging the ends of pavement /
shoulder with basic strips?
d. Plan indicating formation levels of runway, taxi tracks and apron?
e. Full size development plan showing specifications for existing pavement
and proposed overlays in colour scheme?
f. Have all the obstructions proposed to be shifted / removed been marked
on the development plan?

40. Whether bitumen of 60/70 (VG-30) grade provided for tack coat in works of
North India?
41. Whether standard nomenclature has been provided for all the items?
42. Whether the items have been analyzed based on standard analysis?
43. Has necessary provision been made for over runs as per standards?
44. Whether invert levels of culverts, new drains and out falls have been fixed for
overall drainage of the aerodrome?

A-39
Appendix – 9
Check List for L-Section of Runway Works
[Refer Section 10.4.8]
1. Are the existing levels of ground, if it is for new runway and of the pavement if it
is existing runway been received from the site duly certifying that the there will
be no further changes in the levels?
2. Has the L-Section of the existing runway been plotted based on these levels?
3. Has a uniform cross slopes been provided, throughout the runways?
4. Have the points of slope changes been checked for minimum distance between 2
successive slope changes as per standards?
5. Have curves been provided at the points of slopes change if the rate of change of
slope is more than that as per standards?
6. Have necessary length of curves on both sides of centre line been indicated in the
L section?
7. Have necessary precautions been taken regarding provision of slope not more
than 0.8% in the first and last quarter of the runway and not more than 1.25% in
the remaining portion subject to the condition that no where along the length of
runway the slope change should exceed 1.5%?
8. Have the junctions of the runway with taxi tracks, secondary runway etc. been
shown on the L section giving points of inter sections and width etc.?
9. Is the existing surface of the ground / runway, the depression filling line, different
layers shown separately indicating thickness etc.?
10. Have proper trials been made to minimize the depression fillings on existing
runways if the quantity is likely to come in excess?
11. If the existing runway is being extended, has proper matching of the existing L
section at junction made without excessive depression filling etc.?
12. Have proper provision been kept at both ends of the runway for further extension,
so that L- section of the existing runway can be properly matched a future date
without any difficulty?
13. Have the junctions of runway with other pavements been properly designed in
such a way that it will not create any drainage problems at a future date?
14. Has L section at such junctions been properly raised or lowered depending upon
the levels of the pavement which is joining at that point, taking it into
consideration of its future extension etc.
15. Have the points of L sections in the case of strengthening / overlay of pavement
been fixed after drawing the minimum depression filling lines and thus matching
it as per standards?
16. If the cross slope of the existing runway is flatter being rigid pavement and now it
is being strengthened with flexible pavement, have minimum slopes required for
drainage in case of flexible pavement been provided?
17. Have separate L section and cross section been prepared for apron, taxi track,
secondary runway etc. and their junctions?
18. If excess filling is coming due to one point being higher, have necessary trials
been made to reduce the quantities by providing barest minimum thickness on
such point?
19. Have the specification for depression filling been indicated?
20. Has the L section been started from the lower designation of the runway?
21. Has the position of Drains / Culverts / Cable crossing shown in the L- section?
22. Whether runway designation marks indicated at both ends of the runway?

A-40
Appendix – 10
Check List for Preparation of Preliminary Estimate for Buildings Works
[Refer Section 10.4.8]
1. Is the proposal approved by Member (Planning) and development plan duly
singed by GM (Planning)/ ED (Planning)?

2. a. Is land available?
b. If land is to be acquired, had the separate estimate for such acquisition
already been sent giving idea of cost of work?

3. Have you moved for getting soil investigation report?


4. Whether the proposal been examined generally from technical soundness for
the scheme as a whole point of view so as to have flexibility for expansion
(vertically and horizontally), free from generating obstructions from aviation
point of view etc.?
5. Have the layout and building drawings and specifications been either received
or obtained from Directorate of Planning.?
6. Whether the copies of the preliminary drawings and layout plan have been
issued to the concerned GM Engg (Civil & Elect.)?
7. Whether the drawing are generally in order from points of roof, drainage,
expansion joints, toilet blocks, water supply, sanitary services, ventilation,
lighting, protection from the rain beating, future extensions both vertically and
horizontally? Has the SM / AGM Engg agreed with the drawings from such
angles?
8. Whether the site particulars in the prescribed proforma have been received as
per site conditions?
9. Whether the electrical provision made as given by GM Engg (Elect)
10. Whether the site particulars have been scrutinized and there are no
inconsistencies?
11. Whether the plinth area calculation have been done properly and checked by
AM/M Engg (C) hundred percent and signed by him in token of?
12. Whether the cost index is the latest and approved within six months and is
approved by concerned ED (Engg)?
13. Whether the estimate is based on approved plinth area rates of the year
suitably enhanced by Cost Index (CI)?
14. Whether the estimate is prepared based on the market rates for the items which
are not available in DSR or on latest local schedule of rates if considered
workable?
15. Whether any lump sum provisions have been adopted? If so, the contingencies
charges on such items have been excluded?
16. Does height of any portion of the building is more or less than normal height
of building?
17. Whether the building requires special treatment to foundations due to less
bearing capacity of soil and injurious chemicals? (a) Has the soil investigation
been carried out in that area? (b) What is the recommended depth and type of
foundations? (c) Is the water available for construction declared fit for
construction by the field units?
18. Is there any river or Nallah passing nearby? If so, what provisions are required
to protect the foundations?

A-41
19. What is the height of the building proposed? Is there any approval taken from
the local authority’s corporation’s etc regarding restriction in the height?
20. How much extra is added for remoteness of site?
21. Have necessary provisions been kept for bulk services for civil and Electrical?
22. Whether the provisions based on proper percentage for services have been
made?
23. Whether extra provisions have been made for buildings in seismic zone?
24. Has the provisions for Horticulture been made?
25. Have necessary provisions made for storm water drains?
26. Has the key plan showing the layout of the proposal been attached with the
estimate?
27. Has it been mentioned in the history, the plinth areas of quarter / buildings as
approved quoting approved types design / drawing where available?
28. Has analysis of rates been appended along with estimates?
29. Has the extras been included in the individual abstract in a sequence as
provided in the plinth area rates?
30. Whether the provision for extra for anti termite treatment has been made?

A-42
Appendix – 11A
Specifications for Carrying out Soil Investigation for Building Works

[Refer Section 10.5.14]

1. GE NERAL

The soil consultant shall visit the site and shall carry out soil investigation as
per the scope of work given below and shall submit the soil report as per the
enclosed proforma.

2. OBJECTIVE

To decide safe & cost effective type of foundation, depth of foundation, load
bearing capacity of soil, location of ground water and possible corrosive
effects of soil and water on foundation material, ground improvement/soil
treatment, if any, required before laying/casting of foundation.

In order to achieve the above objective, following engineering properties of


the soil need to be evaluated:

a. Soil type and its engineering properties.

b. Depth of water table.

c. Chemical properties of sub-soil and sub-soil water.

d. Sub soil profile indicating thickness of various soil strata up to the


depth as indicated in Table-1.

Sl. Type of Building Depth of Spacing of Minimum Remarks


Structure Bore Hole Bore Holes. No. of Bore
from existing
Natural GL Holes
3Nos.
I II III IV V VI
Operational Boundary
1. Wall 3 to 4m 500m 3Nos.

2. Electric Sub-station 6 to 10m -- 3Nos.


10m from 3Nos.
3. Culverts Invert level 30m
of Culvert

4. Underground Water 10m -- 3Nos.


Tanks, Fire Stations
5. Residential Colony up 10 to 15m 40 to 45m 3Nos.
to 4 Stories

A-43
a. Airport terminal,
6. Cargo buildings
where open
foundation are
anticipated: 15 to 20m 30 to 40m 5Nos.
i) Column spacing
20 to 25m 30 to 40m
up to 10m. 5Nos.
ii) Column spacing
more than 10m. 30m to 40m 30m
5Nos.
b. Airport terminal,
Cargo building
where Pile
foundation are
Anticipated.
7. Air Traffic Control 20 to 30m -- 1 Boreholes Also Plate
Towers of Height 25 to of 30m Load Test to
40m depth be
conducted as
& per scope of
-
2 Boreholes work[Ref.
of 20m clause 3(d)]
depth

Note:
a. Diameter of borehole should be 100mm.
a. Borehole can be terminated at a shallower depth than that specified in
column No.3 if hard strata is encountered or N value is more than 50.
b. In case hard strata is encountered at a shallow depth say about 2.5m
from the existing ground level, it is advisable to extend, minimum No.
of bore holes as specified in column No.5, 3 to 7m into such strata.
c. Spacing of bore holes can be reduced than that specified in column
No.4, if large variation is encountered between successive bore holes.

3. SCOPE OF WORK

a. No., spacing and depth of bore holes as per Table-1. The bore holes shall
be located at possible location of column of building structure, heavily
loaded RCC walls, in such a way so as to have a representative cross-
section of soil profile for the area under investigation.

b. Collection of disturbed / undisturbed samples shall be done at 0.75m,


and there onwards at every 1.5m interval or change of strata whichever
is earlier shall be taken.

c. SPT tests — shall be carried out at 0.75m, 1.5m, 2.25m, 3m and there
onward at every 1.5m interval or at change of strata, whichever is
earlier.

d. Modulus of sub-grade reaction — 1 No. Plate load tests (PLT) to be


conducted at proposed foundation level for Air traffic control Tower.

A-44
e. Particle size analysis of soil- to be conducted on all samples

f. Triaxial Test- minimum 3No.tests per bore hole.

g. Specific gravity test- minimum 5No.tests.

h. Liquid limit, Plastic Limit, Plasticity Index, Swell Index, Shrinkage


limit— to be conducted on all samples for clayey and swelling soils.

i. In situ density, dry density, Natural moisture content of soil - to be


conducted on all samples.

j. Permeability tests- to be conducted on granular soils - minimum


3No.tests.

k. Vane shear test — to be conducted on soft and sensitive clays- minimum


3 No. tests.

l. Consolidation test - to be conducted on clayey soils— minimum 3 No.


tests.

m. Determination of organic material in soil by wet combustion-


minimum 3No.tests.

n. Determination of chlorides & sulphates, organic matter in soil- minimum


3No.tests.

o. Moisture — density relation of soil — to be conducted on all samples.

p. Chemical analysis of ground w a t e r indicating sulphates, chlorides,


pH value - minimum 3No.tests.

q. Recommendation of the consultant including soil stabilization/ground


improvement, if required.

r. In case rock is encountered at a depth less than or equal to 1.5m below


the existing ground level, tests for soil as stipulated in scope of work
need not be carried out. In that situation, following tests on rocks shall
be carried out:
i. Probing shall be done to ascertain rock profile.
ii. RQD and rock mass rating.
iii. Visual examination
iv. Unit weight.
v. Water absorption.
vi. Porosity.
vii. Petro graphic analysis
viii. Compressive strength.
ix. Shear strength
All tests shall be carried out as per latest provisions in BIS code including all
applicable official amendments and revisions. The consultant may use any other
code in case there is no BIS code for a particular test.

A-45
4. Report shall include the following

a. Introduction: (Please provide description of work).

b. Site description :( Pl. give detailed description of site indicating levels


w.r.t surrounding area including drainage. Whether the area under
investigation is fairly level or have ups & downs or inclined etc.)

c. Field Investigation: (Please provide summary of various tests carried


out in the field).
d. Field Investigation Photographs: (Please attach color Photograph
showing the field test in progress along with the concerned technician / Engineer)

e. Lab Investigation: (Please provide summary of various tests carried out in the lab).

f. Location Map: (Please give Location map of the area under investigation
indicating land marks which can clearly identify the area under investigation. Further the
location plan should also indicate test locations viz. boreholes, plate load tests on a
Well-Proportionate Scale).

g. Longitudinal Section: (Pl. give longitudinal section of soil profile passing through
various bore holes. The longitudinal section must indicate RL at location of bore
hole, water table, soil specification etc. at each borehole).

h. The Soil Profile: (Pl. give detailed description of each layer/stratification of soil
considering all the bore holes, lab & field test).

i) Recommendations: (Based on the field and lab investigation the


consultant shall give clear cut recommendation for):

 Modulus of sub-grade Reaction, K-Value (In case PLT is conducted) —


supported with proper calculation etc.

 RI. at which foundation of building structure can be placed.

 Recommended foundation type.

 If open foundation is recommended SBC of soil at 2 — 3 typical depths of


foundation for square, rectangular & strip as well as raft foundation —
supported with proper calculation.

 Pile capacity for different dia./lengths, if pile foundation is


recommended— supported with proper calculation.

 SBC & depth of foundation for non-load bearing walls.

 In case fissures are found in rock at foundation level, consultant shall


give details of joining of two adjacent rocks to avoid splitting under imposed
load.

 Depth up to which the virgin soil need to be removed, if any.


A-46
 Ground improvement required, if any, along with detailed
specifications, procedure for ground improvement including proper
reasoning for valueadded.

 Local practice being followed, if any, for ground improvement.

 Local practice being followed, in case of filling areas. The consultant shall
recommend the material for filling along with detailed specifications for
compacting the same.

4. Terms & Conditions

a. Since the entire construction project would be based on soil investigation report, the
accuracy and adequacy of report shall be the criteria of the contract. Any sort of
negligence makes the contractor/consultant liable to pay damages.

b. The consultant will associate AAI engineers throughout the soil investigation work and
shall provide AAI with all the details pertaining to the studies or works including
collection of data.

c. The work at site shall be carried out under full time supervision of a skilled
geotechnical engineer, who shall be capable of coordinating and responsible for the
entire work.

d. Consultant shall make enquiries and verify regarding earlier use of the site, which can
have important bearing on its suitability for the proposed structure.

e. All tests shall be carried out as per latest provisions in concerned BIS code provisions
including all applicable official amendments and revisions. The consultant may use
any other code in case there is no BIS code for a particular test.

f. The Consultant shall intimate AAI giving reasons, if any additional tests be
considered necessary to be carried out duly considering the local soil conditions
before starting of such tests.

g. The Consultant shall interact with AAI in assessing load on columns and other
structural elements, types of structures envisaged at the area under investigation so as to
enable him to make specific recommendations for the depth, type of foundations and
allowable bearing pressure.

h. The Consultant shall be liable and responsible for the correctness and accuracy of
the data, calculations, analysis and recommendations furnished by them. Should any
inadequacy or discrepancy be observed in the work performed by the Consultant
and recommendation made by them, the Consultant shall at his own initiatives
perform all such survey/investigation and other works as m a y be
necessary for adequacy of the recommendation/requirements without any extra
cost.

i. The report-shall be submitted in triplicate.

A-47
Appendix 11B

Format for Submission of Soil Investigation Report for Building Works


[Refer Section 10.5.14]
SOIL INVESTIGATION REPORT

Name of Work :

Client: Airports Authority of India :

AAI Ref . Letter N0 :

Period of Field
Investigation :

Date of Report :

A-48
CONTENTS
S. No. Description Page no.

Certified that this report contains pages 1to..........pages


Further all the tests have been conducted with high degree of reliability and accuracy.

Signature of Authorized
Signatory ofSoil Consultant dated
Name of Authorized Signatory
Designation of Authorized Signatory

Office Seal of Soil Consultant

Certified that the field investigation/collection of data for the above report has been
carried out at

Signature dated

Name of concerned Engineer of AAI

Designation

A-49
1. Introduction: (Please. give description of work).

2. Site Description: (Please give detailed description of site indicating level w.r.t
surrounding area indicating drain, whether area under investigation is fairly
level or up and down or inclined).

3. Field Investigation Photographs: (Please attach Photographs showing the


field test in progress along with the concerned technician/engineer)

4. Field investigation photographs: (please attach colour photographs showing


the field test in progress along with the concerned technician/ engineer)

A-50
BORE LOG DATA SHEET
Project Name :
Bore Hole No. Bore Hole started on. Bore Hole completed on.
Depth of water Table R. L. Ground Level:
Method of Drilling: Diameter of Bore Hole: Location of Bore Hole:
Notation Particle Shrink Free
Description I.S. N- Atterberg swell CKG/cm  in Deg Dry
2
Depth in meters of soil size In Situ age
of strata Classification strata Value Analysis Limits Limit Index Density

A-51
1. Lab Investigation: (Please provide Summary of various tests carried out in
the lab).

6. Location Map: (Pl. give location map of the area under investigation clearly
indicating Landmarks which can clearly identify the area under
investigation. Further the location plan should also indicate test locations
viz. boreholes, plate load tests, on a Well-Proportionate Scale).

5. Longitudinal Section: (Pl. Provide Longitudinal section of soil profile passing


through various bore holes. The longitudinal section 'must indicate R L, water
table, soil specification etc. at each borehole).

6. The Soil Profile: (PL Provide Detailed description of each layer


/stratification of soil considering all the bore holes, lab & field test).

A-52
7. Recommendations: (Based on the field and lab investigation the consultant
shall give clear cut recommendation for):

a. Modulus of sub-grade Reaction, K-Value (Incase PLT is conducted) — supported


with proper calculation etc.
b. RI. at which foundation of building structure can be placed
c. Recommended foundation type.
d. If open foundation is recommended SBC of soil at 2 — 3 typical depths of
foundation for square, rectangular & strip as well as raft foundation —
supported with proper calculation.
e. Pile capacity for different dia./lengths, if pile foundation is
recommended— supported with proper calculation.
f. SBC & depth of foundation for non-load bearing walls.
g. In case fissures are found in rock at foundation level, consultant shall give
details of joining of two adjacent rocks to avoid splitting under imposed load.
h. Depth up to which the virgin soil need to be removed, if any.
i. Ground improvement required, if any, along with detailed
specifications, procedure for ground improvement including proper
reasoning for valueadded..
j. Local practice being followed, if any, for ground improvement.
k. Local practice being followed, in case of filling areas. The consultant
shall recommend the material for filling along with detailed
specifications for compacting the same.

A-53
SUMMARY OF RECOMMENDATIONS
Sl. SBC Depth Size of Soil Precautions, if any, N-value and For Any other
T/SQ below footing Classificat IN THE Foundation inference drawn detail relevant
MTR G.L. ion Concrete w.r.t in the light of refer information
CLAUSE 8.2.2.4 & cause 6.3.5.2 of PAGE
9.1.2 (TABLE 4,5) IS 1893 (PT-I)
IS 456-2000 i.e., 2002
1. Type of Cement
2. Min. Cement
Content

No of sheets, for any topic, can be increased by Soil Consultant, depending upon length of matter.

A-54
Appendix 12A

Specifications for Carrying out Soil Investigation for Airfield Pavement Work

[Refer Section 10.5.15]

1. GENERAL

The soil consultant shall visit the site and shall carry out soil investigation as per the
scope of work given below and shall submit the soil report as per the enclosed
proforma.

2. OBJECTIVE

To decide safe & cost effective type of foundation, depth of foundation, load bearing
capacity of soil, location of ground water and possible corrosive .effects of soil and
water on foundation material, ground improvement/soil treatment, if any, required
before laying / casting of foundation.

In order to achieve the above objective, following engineering properties of the soil
need to be evaluated:

a) Soil type and its engineering properties

b) Depth of water table


c) Chemical properties of sub-soil and sub-soil water
d) Sub soil profile indicating thicknesses of various soil strata upto the depth
as indicated in

Table-1.

S.No Area Spacing Depth Minimum No


of Bore Holes
1 Runways Random across Cut areas — 3.5m
& pavement at 70m Below Finished Grade 3 Nos.
Taxiways intervals Fill areas — 3.5m Below
Existing Ground*
2 Other 1 Boring per 930 sq Cut areas — 3.5m
areas of m of Area Below Finished Grade 3Nos.
Pavement Fill Areas — 3.5m Below
Existing Ground*
3 Borrow Sufficient Tests to To depth of Borrow
Areas clearly define the Excavation 3Nos.
borrow material

* For deep fills, boring depths shall be sufficient to determine the


extend of consolidation and/or slippage the fill may cause.

A-55
3. SCOPE OF WORK

a. No., spacing and depth of bore holes as per Table-1.


b. Collection of disturbed/undisturbed samples shall be done at 0.5m, 1.25m,
2.0m, 3.0m depth from existing ground level or change of strata
whichever is earlier.
c. Lab CBR tests —
i. CBR test shall be conducted at soil sample at proposed sub-grade level.
ii. Minimum 3Nos. CBR tests shall be conducted on each type of soil.
iii. Total No. of CBR tests shall not be less than 9Nos for the whole area.
d. ## Modulus of sub-grade reaction — 3 No. Plate load tests (PLT) to be
conducted at proposed sub-grade level for each pavement (i.e. for apron,
Runway, taxiway etc.). PLT should be conducted as per 15:9214 with the
following:
i. Circular Plate having 75cm diameter
ii. Minimum 3Nos dial gauges to be used for deflection
measurement.
e. Particle size analysis of soil- to be conducted on all samples.
f. Triaxial Test- minimum 3 nos. tests.
g. Liquid limit, Plastic Limit, Plasticity Index, Swell Index, Shrinkage limit
— to be conducted on all samples for clayey and swelling soils.
h. In situ density, dry density, Natural moisture content of soil - to be
conducted on all samples.
i. Perm eabil it y t ests - to be conducted on granul ar s oils
minimum3No.tests.
j. Determination of organic material in soil by wet combustion -
minimum 3No.tests.
k. Determination of chlorides & sulphates in soil- minimum 3No.tests.
l. Moisture — density relation of soil — to be conducted on all samples.
m. Chemical analysis of ground water - minimum 3No.tests.
n. Elastic modulus of soil at proposed sub-grade level- minimum 3No.tests.
o. Poisson's ratio of soil at proposed sub-grade level- minimum 3No.tests.
p. Recommendation of the consultant including soil stabilization/ground
improvement. The consultant shall provide K/CBR Value at proposed sub -
grade level.
q. In case rock is encountered at a depth less than of equal to 1.5m below the
proposed sub-grade level, tests for soil as stipulated in scope of work need
not be carried out. In that situation, following tests on rocks shall be
carried out:

i. Probing shall be done to ascertain rock profile.


ii. RQD and rock mass rating.
iii. Visual examination
iv. Unit weight
v. Water absorption
vi. Porosity

A-56
vii. Petrographic analysis
viii. Compressive strength
ix . Shear strength
x. Elastic modulus & Poisson's ratio

#- CBR Test to be conducted only for proposed Flexible Pavements


##- K- value Test to be conducted only for proposed Rigid
Pavements.

4. Report shall include the following

a. Introduction: (Please give description of work).

b. Field Investigation: (Please give Summary of various tests carried out in the
field).

c. Field Investigation Photographs: (Please attach Photograph showing the field


test in progress along with the concerned technician / Engineer)

d. Lab Investigation: (Please give Summary of various tests carried out in the lab).

e. Location Map: (Please give Location map of the area under investigation clearly
indicating LONGITUDES (in case of runway/taxiway) or other land marks
which can clearly identify the area under investigation. Further the location plan
should also indicate test locations viz. boreholes, plate load tests, CBR Test. on
a WELL-PROPORTIONATE SCALE),

f. Longitudinal Section: (Please give longitudinal section of soil profile passing


through various bore holes. The longitudinal section must indicate RL, water
table, soil specification etc. at each borehole).

g. The Soil Profile: (Pl. give detailed description of each layer/stratification of soil
considering all the bore holes, lab & field test).

h. Recommendations: (Based on the field and lab investigation the consultant


shall give clear cut recommendation for):

a) CBR Values supported with proper calculation etc. In case CBR is


less than 3, the soil consultant s hall give suitable cost
effective recommendations for ground improvement to raise
the CBR to a minimum value of 3.

ii) Modulus of sub-grade Reaction (K-Value) — supported with proper


calculation etc. In case the K-value is less than 3Kg/cm2/cm,
the soil consultant shall give suitable cost effective
recommendations for ground improvement to raise the K -
value to a minimum value of 3Kg/cm2/cm.
iii) R.L. at which pavement structure can be placed
iv) Depth up to which the virgin soil need to be removed, if any.
v) G r o u n d i m p r o v e m e n t r e q u i r e d , i f a n y.
A-57
vi) Local practice being followed, if any, for ground
improvement.
vii) Local practice being followed, in case of filling areas.
viii) Elastic modulus of soil at proposed sub -grade level. i
x) Poisson's Ratio of soil at proposed sub-grade level.
x) Surface d rainage co ndition of area.

5. TERMS & CONDITIONS

a) Since the entire construction project would be based on soil investigation


report, the accuracy and adequacy of report shall be the criteria of the
contract. Any sort of negligence makes the contractor / consultant
liable to pay damages.

b) The consultant will associate AAI engineers throughout the soil


investigation work and shall provide MI with all the details pertaining to
the studies or works including collection of data.

c) The work at site shall be carried out under full time supervision of a skilled
geotechnical engineer, who shall be capable of coordinating and
responsible for the entire work.

d) Consultant shall make enquiries and verify regarding earlier use of the site,
which can have important bearing on its suitability for the proposed
structure.

e) All standards, specifications and codes of practice referred shall be


latest edition including all applicable official amendments and revisions.

A-58
Appendix 12B

Proforma for Submission of Soil Investigation Report for Airfield Pavement


works
[Refer Section 10.5.15]

SOIL INVESTIGATION REPORT

NAME OF WORK:

CLIENT: AIRPORTS AUTHORITY OF INDIA

AAI REF. LETTER N0.

PERIOD OF FIELD
INVESTIGATION:

DATE OF REPORT:

A-59
CONTENTS
Sl. Description Page no.

Certified that this report contains pages 1 to and further all the test have
Further all the tests have been conducted with high degree of reliability and accuracy.

Signature of Authorized

Signatory ofSoil Consultant dated

Name of Authorized Signatory


Designation of Authorized Signatory
Office Seal of Soil Consultant

Certified that the field investigation/collection of data for the above report has been
carried out at the site.

Signature dated
Name of concerned Engineer of AAI
Designation

A-60
1. Introduction: (Please. give description of work).

2. Field Investigation: (Please give Summary of various tests carried out in


the field).

3. Field Investigation Photographs: (Please attach Photographs showing the


field test in progress along with the concerned technician/engineer)

A-61
BORE LOG DATA SHEET

Project Name :
Bore Hole No. Bore Hole started on. Bore Hole completed on.
Depth of water Table R. L. Ground Level:
Method of Drilling: Diameter of Bore Hole: Location of Bore Hole:
Depth Descr I.S. Notatio N-
in iption Classifi n of Value Dr
Particle size Analysis Atterberg Limits In Situ Triaxial Test y
meters of cation soil
D
strata strata Shrink Free en
Gravel Sand Silt Cla Liquid Plastic Plastic Density Mois age swell CKG/ sit
(%) (%) (%) y Limit Limit city (gm/cm ture Limit Index cm2 y
(%) (%) (%) Index 3) conte in
De
nt g
(%)

A-62
5. Lab Investigation: (Pl. give Summary of various tests carried out in the lab).

6. Location Map: (Pl. give Location map of the area under investigation
clearly indicating LONGITUDES (in case of runway/taxiway) or other land
marks which can clearly identify the area under investigation. Further the
location plan should also indicate test locations viz. Boreholes, plate load
tests, CBR Test. On a WELL-PROPORTIONATE SCALE).

A-63
7. Longitudinal Section: (Pl. give longitudinal section of soil profile passing
through various bore holes. The longitudinal section 'must indicate R L, water
table, soil specification etc. at each borehole).

8. The Soil Profile: (PL give Detailed description of each layer


/stratification of soil considering all the bore holes, lab & field test).

A-64
9. Recommendations: (Based on the field and lab investigation the consultant
shall give clear cut recommendation for):

i) CBR values supported with proper calculation etc. In case CBR is less than
3, the soil consultant shall give suitable cost effective recommendations for
ground improvement to raise the CBR to a minimum value of 3.
ii) Modules of sub-grade Reaction (K-value) – supported with proper
calculation etc. In case the K-value is less than 3Kg/cm2/cm, the soil
consultant shall give suitable cost effective recommendations for ground
improvement to raise the K-value to a minimum value of 3Kg/cm2/cm.
i) R.L. at which pavement structure can be placed.
ii) Depth up to which the virgin soil need to be removed, if any.
iii) Ground improvement required, if any.
iv) Local practice being followed, if any, for ground improvement.
v) Local practice being followed, in case of filling areas.
vi) Elastic modulus of soil at proposed sub-grade level.
vii) Poisson's Ratio of soil at proposed sub-grade level.
viii) Surface drainage condition of area.

No of sheets, for any topic, can be increased by soil Consultant, depending upon
length of matter.

A-65
No of sheets, for any topic, can be increased by Soil Consultant, depending upon length of matter.

SUMMARY OF RECOMMENDATIONS
S.no SBC Depth Size of Soil Precautions, if any, N-value and For Any other
. t/sqmt below footing classifica in the foundation inference detail relevant
r ground tion concrete w.r.t drawn in the refer information
level clause 8.2.2.4 & light of cause page
9.1.2 (table 4,5) is 6.3.5.2 of is
456-2000 i.e., 1893 (pt-i)
1. Type of cement 2002
2. Min. Cement
content

A-66
Appendix-13

List of Remote and disturbed Areas

[Refer Section 10.6.1(ii)]


J & K STATE

1. JAMMU
2. SRINAGAR
3. LEH

NORTH EAST AREA

1. GUWAHATI
2. AGARTALA
3. DIMAPUR
4. IMPHAL
5. SILCHAR
6. JORHAT
7. BARAPANI
8. DIBRUGARH
9. LILABARI
10. LENGPUI
11. TEZU, ARUNACHAL PRADESH.
12. DAPORIZO, ARUNACHAL PRADESH.
13. ITANAGAR, ARUNACHAL PRADESH.
14. PEKYONG, SIKKIM

BIHAR STATE

1. GAYA

WEST BENGAL

1. COOCH BEHAR

Maharashtra State

1. GONDIA
2. AKOLA

A-67
Appendix- 14

Abstract of cost of Original and Revised Estimate


[Refer Section 10.7]
NAME OF WORK:

Sub-heads of Original Estimate Revised Estimate Differences Explanation


Estimate/item
Qty. Unit Rate Amount Qty. Unit Rate Amount
s of work
[Rs. P] [Rs. P] [Rs. P] [Rs. P]

A-68
Appendix – 15
Maintenance of Work Diary
[Refer Section 11.3.3]

To control proper progress of projects “Works Diary” as per the attached Performa should be
maintained for all the works costing more than Rs. 1.00 Cr.

For works costing more than Rs. 1.00 Cr. Engineer-in-charge shall send copies of diary to the
SM/AGM and DGM of the Region or of Headquarter, as the case may be.

WORK DIARY

1. The Works Diary in the attached format should be maintained by SA/Sr. Supdt. / Jr. Exe.
Engg. in respect of contracts of Value more than Rs. 1.00 Cr.
2. SM / AGM and ME should ensure that all entries are correctly filled and the Works Diary is
maintained up to date all the times.
3. Particular care should be taken to record the following: -
(a) Approx quantity of important materials / stores brought at site.
(b) Brief mention of important items of work completed and passed on the date.
(c) Number of skilled, semi-skilled and unskilled persons engaged and working at site.
(d) Details of tools / plants (Government and Contractors) working at site.
(e) Visit of inspecting officers.

A-69
Work Diary PART – A

1. Name of Work………………………………………………………………………
2. Contract Agreement No …………………………………………………………….
3. Date of Acceptance …………………………………………………………………
4. Name and Registered address of Contractor………………………………………
5. Contract Sum and /or percentage on Schedule of Rate……………………………...
6. Period of Contract…………………………………………………………………...
7. Name and local address of Contractor/ Contractor’s Agent ………………………..
8. Date of First Works order……………………………………………………………
9. Date of handing over the site to contractor ………………………………………………
10. Date of Commencement of work …………………………………………………………..
11. Stipulated date of completion of Contract…………………………………………...
12. Suspension orders showing duration and authority………………………………….
13. Extended date of completion with authority ………………………………………..
14. Date of actual completion of work ………………………………………………………
15. Date of work taken over………………………………………………………………..
16. Date of expiry of Maintenance Period ……………………………………………...

A-70
Work Diary PART – B

DAILY RECORD

1. Weather
2. Workers engaged by Contractor

Skilled Unskilled

Category No Category No Category No Category No

Concreter Paviour Glazier Mate


Bricklayer Plumber
Tiller Bhisty
Mason
Carpenter Painter Mazdoor (man)

Joiner Polisher Mazdoor (women)


Mazdoor (boy)

3. Important materials brought on site with approximate quantities (rejection, if any, to be stated).
Schedule ‘B’ materials Contractor’s materials Rejections

Materials Quantity Materials Quantity Materials Quantity

4. Details of plant, equipment and transport and transport working on site.


T & P Hired under Schedule ‘C’ Contractor’s T&P equipment & transport

T&P Quantity Remarks regarding Quantity Remarks regarding


breakdown breakdown maintenance etc
maintenance etc

Road Roller
Concrete.
Mixer Tar
Roller
Transport

A-71
5. Brief particulars of work in progress

6. Important stages completed and passed

7. Remarks of Visiting Officer

Dated signature of Engineer-in-charge Date of signature of contractor or representative or


his authorized agent

A-72
Appendix-16
Completion Certificate

[Refer Section 11.4.3, 11.4.8 and 11.5.1(c)]

Name, Designation
Office address of the issuing officer.
Name of contractor/Agency
1 Name of work :
(with brief particulars)

2 Agreement no. :

3 Date of Commencement of work :

4 Stipulated Date of completion :

5 Actual date of completion :


6 Details of compensation levied for :
delay, If any
7 Tendered amount :
8 (i) Gross Amount of completed works. :
(ii) Amount of work paid on reduced
rates.
9 Brief Scope of work :
10 :
(i) In case of JV, name of lead firm and
its percentage of share.
(ii) Name of partner Firm and its share
in percentage.

(i) Certified that completion for other discipline has been recorded by respective competent authority.

(ii) It is certified that the work has generally been carried out in accordance with specification.
Amended on dt. 26.03.18
“It is certified that the work has generally been carried out satisfactorily and in accordance with
contract specifications.”

Engineer-in-charge
DGM Engg(C)*/GM**
*For all works up to Rs. 300 cr.
** For all works above Rs. 300 Cr.

A-73
Appendix – 17
Format for submission of Survey Report of Buildings/Plants/Equipments
[Refer Section 12.5.1]

Airport
Region
S.N Brief Year of Book Remarks of Remarks Recommendation Sanction
Description Construction/ Value AM/M/SM of the of DGM/GM/ order of
of Commissioning in Rs. explaining Airport APD /RED Chairman
Structure/
Plants/ the reason In charge
Equipments for survey
report and
indicating
Reserve
Price

A-74
Appendix –18
Breakup of Departmental Charges
[Refer Section 13.2]

Breakup of Departmental Charges shall be as under:


S.N. Objective of Repair and Minor Construction Construction Construction
Works Maintenance Works works costing works costing works costing
costing up above Rs. 5 above Rs. 5 to more than Rs. 10
to Rs. 5 Lac. to Rs. 5 10 cr. cr.
Lac cr.

(1) (2) (3) (4) (5) (6) (7)

1. Preparation of - ½% ¼% ¼% ¼%
preliminary
sketches.
2. Preparation of - 1% ¾% ½% ½%
detailed working
drawings.
3. Preparation of ¼% ¼% ¼% ¼% ¼%
preliminary
estimates.
4. Preparation of - ½% ¾% ½% ¼%
detailed
estimates.

5. Preparation of - 1% 1% ¾% ¾%
structural
designs.

6. Execution 19 ¼% 19 ¼% 7 ¾% 4 ¾% 4%

7. T&P ¾% ¾% ¾% ½% ½%
(Machinery &
Equipment)
8. Audit and ¼% 1% ¼% ¼% ¼%
Accounts

9. Pensioner ¼% ¼% ¼% ¼% ¼%

10. Total 20.75% 23.75% 12% 8% 7%

A-75
Appendix –19

Register of Measurement Books

[Refer Section 14.1.3]

Name of office of AGM (Engg.) /SM


AIRPORT
Name of office of Manager/Assistant Manager

S. N. Name of the Date Signature Date of Signature of Remarks


Book Engineer to of of Return Engineer
whom issued Issue Engineer
1 2 3 4 5 6 7

A-76
Appendix 20
Format for Computerized Measurements-for Reinforcement Work
[Refer section 15.1]
Member & Description Bar No. of No. of Nos. per Total Cut LAPS Total Dia. wise length
Dia. Members Sets sheet nos. length length

No. Length 8 mm 10 mm 12 mm 16 mm 20
in mm
meters

Total
Unit Wt.
Weight
Grand Total

Jr. Exec./Assistant Manager Signature of Sr. Manager Signature of contractor

A-77
Appendix 21
Format for Computerized Measurement sheet entry
[Refer Section 15.1]
Sl. Reference to Description of item No. L B Area H Qty.
BOQ Item

Name Name Name

Signature of Signature of Signature of


Jr. Exec./Assistant Manager Sr. Manager Contractor

A-78
Appendix 22
Format for Abstract of cost-MB
[Refer Section 15.3]
Item Description of item Quantity Unit Rate Amount
No.

Grand Total
Recoveries,
Net Payable
Name Name Name

Signature of Signature of Signature of


Jr. Exec./Assistant Manager Sr. Manager Contractor

A-79
Appendix 23
Abstract of cost- Bill Form-I
[Refer section 15.5]
Item Description of Unit Agreement Qty Executed Deviation % Amount of Payment Remarks
ref of item Qty. Upto This Up-to- Percentage Deviation. Up-to Upto This
BOQ. last bill Bill date date last bill
bill
Earth Work
a)
b)
Concrete Work
a)
b)
RCC Work
a)
b)
Centering &
Shuttering
Work
a)
b)
Extra item if
any
Total of civil
works

Signature of Signature of Signature of


Jr. Exec./ Assistant Manager Sr. Manager Contractor
Name Name Name

A-80
Appendix 24
Abstract of cost- Bill Form-II
[Refer section 15.5]
Sl. Description of item Up to date Up to last Since previous
Bill bill
1 Total value of work actually measured, as per
Section 1. “Account for work executed”.

2 Escalation if any.

3 Total Up to-date of materials secured advance on


security of materials as per Col.8 Entry of
“Accounts of Secured Advance”.

4 Mobilization Advance.

5 Recovery of Mobilization Advance.

6 Balance

7 Deduct amount withhold on account of security


deposit.
i) @ 10% of Gross amt. of bill subject to max
of Rs. 10 Lac.
ii) Release of Earnest Money Deposit.
iii) Release of Security Deposit against B.G.

8 Balance i.e. “up to date” payments


9 Deduct towards recoveries on a/c of:
a) Income Tax
b) Works Contract Tax

10 Interest on Mobilization Advance

Net Amount Payable

Name Name Name

Signature of Signature of Signature of

Jr. Exec./Assistant Manager Sr. Manager Contractor

A-81
Appendix 25

Proforma for Reporting loss or damage of M.B. for Write Off

[Refer Section – 19.2]

1. The date on which the M.B. was :


lost/damaged

2. From whose custody it was :


lost/damaged

3. Detailed circumstances leading to :


its loss/ damage

4. What efforts were made to trace the :


M.B.?

5. By whom the last measurement was :


recorded?

6. If any register is maintained to :


watch the movement of the M.B.?

7. Whether the M.B. contained the :


details of any work for which
payment has not been made?

8. Whether any audit objection or :


contractor’s dispute relating to the
M.B. is pending and if so nature
thereof and how it is proposed to
settle up?

9. Whether the work is susceptible of :


measurements again? If not, what
are the proposals to make final
payment for the out- standing bills?

10. Whether SM/AGM (Engg) is :


satisfied that by writing of fresh
measurements on the basis of other
subsidiary record, if any, AAI will
not be put to any loss. If no, what
steps are suggested to safeguard
against any such short coming?

A-82
11. Details of disciplinary action taken :
against persons responsible for the
loss

12. Details of remedial measures taken :


to avoid recurrence of such cases

13. Any other remarks :

Senior Manager/Assistant GM (Engg.)

A-83
Appendix 26

Register of Standard Measurement Books

[Refer Section 20.1.5]

Name of office of AGM (Engg.) /SM AIRPORT

Name of office of Manager/Assistant Manager

Sl. Of Date Name Particulars By whom certified as correct to form Remarks


S.M.B of of basis of
Alphabeti- Issue of works
SA/SS/
cal Annual Repairs Payment of
Jr. Ex estimate contractors
Engg
to Name of Page Name and Date Name and Date
whom Bldg or Designation Designation
structure
issued
1 2 3 4 5 6 7 8 9 10

A-84
Appendix- 27

Statement of Test Check of measurement


[Refer Section 21.1.11(a)]

Name of work

Bill No

Value of test Result of test Total value Total value


check at full check: of check by of check by
Sl. MB No. Page No agreement satisfactory / AM / M SM / AGM
rate unsatisfactory (Engg) (Engg)
1 2 3 4 5 6 7

A-85
Appendix- 28
Part Rate Statement
[Refer Section 21.1.11. (b)]

Name of work

Bill No.

Sl. Agreement Brief Description of Full rate Part rate allowed Reasons of part
item rate
Item No

I II III IV V VI

A-86
Appendix – 29

Recovery Statement on account of Materials issued by Department

[Refer Section 21.1.11.(c)]

Name of work: Bill no.


Agreement number:
Name of the contractor:

Sl. Item Up to date Quantity Quantity Balance


quantity consumed up to recovered up to
quantity to be
issued this bill this bill
recovered

A-87
Appendix –30

Statement for Theoretical Consumption of Cement/Bitumen

[Refer Section 21.1.11.(d)]

Name of work: Bill no.


Agreement number:
Name of the contractor:

Sl. Brief description of Quantity Unit Coefficient of Theoretical


Item executed up consumption quantity of cement
to this bill cement /bitumen /bitumen required

Total

Actual quantity of cement consumed:

Signature of SA/SS/Jr. Exe Engg

AM/Manager Engg

A-88
Appendix 31
First and Final Bill
[Refer Section 21.1.11(e) and Section 21.3.1]
O/o Sr. Manager

O/o AM

Name of work (in case of bills for work done) Cash Book Voucher no Dated

Name of Items of Reference to Quantity Rate Unit +Amount Total amount Payee’s dated Dated Dated certificate of
Contractor or work or recorded payable to the signature in signature of disbursements
supplier and suppliers measurement Date of contractor or token of (1) witness
reference to (grouped and date supplier acceptance of
agreement under “ sub- Writ ten order Actual In In bill and (2) Mode of Paid
heads” and to commence compl- figure word acknowledge payment by me
sub-works work etion of payment cash or
of estimate) of cheque
work (number
and date
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15

Book No – Page No - Date Rs. P Rs. P Rs. P

Dated

Pay Rs. in cash and Rs. Signature and designation of officer preparing the bill
by cheque

Dated Signature and designation of officer authorizing payment

For use in Accounts office Checked Passed for payment Paid vide cheque no.

DGM (F&A) dated C.V. No

Manager (F&A) SM/AGM (F&A) SM/AGM (F&A) dated

Manager (F&A)

A-89
Appendix – 32

Running Account Bill (lump-sum contract)

[Refer Section 21.3.2]

(To be used for “intermediate payments” to contractors on lump-sum contracts)

Cash Book Voucher No : dated


Name of Contractor :
Name of work :
Agreement number :
Serial No. of the bill :
No. and date of this previous
Bill for this work :
Reference to agreement :
Date of written order to
Commence work :

A-90
I Account work
Rs P.
1 Approximate value of work done up to date excluding the
measured up additions and alterations.
2 Value of measured up additions and alterations -------- -------
3 Deduct amount to be withheld
4 Balance i.e. “up-to-date” intermediate payment (Item 1+2+3)
5 Deduct intermediate payment already made as per entry “ K” of -------- -------
the last Running Account Bill.
6 Intermediate payment now to be made (Item 4-5) D
7 Amount of Secured advances as per entry “E” of Account II -------- -------
8 Total payments now to be made as detailed below: -
(a) By recovery of amount creditable to this work G

(b) By recovery of amounts creditable to other works or


heads of account.

(c) By Cheque H

II ACCOUNT OF SECURED ADVANCES ALLOWED (FORM AS PER APPENDIX- )

A-91
III CERTIFICATES AND SIGNATURES
I have satisfied myself by* that the value of work done up to date excluding the measured up additions
and alternations is not less than Rs. conformably with the contractor’s agreement and that with the exception of authorized additions
and alternations the work has been done according to the prescribed drawings and specification.
2. The detailed measurements of authorized additions and alterations up to date were made by _ on and are recorded at page
of Measurement Book No. .

3. Certified that the plus quantities of materials shown in column 3 of Account II above have actually been brought by the contractor to the site
of the work and the contractor has not previously received any advance on their security (2) that those materials are imperishable nature and are all
required for use on the work for which a lump sum for finished work has been agreed upon and (3) that a formal agreement signed and executed by
the contractor in accordance with paragraph 10.2.24 (a) of the Central P.W.A. Code is recorded in the Accounts Office.

Signature of Contractor

Date signature of officer


preparing the bill Designation

Pay + (Rs. only)

Date signature of officer


Authorising the payment Designation

IV. ACQUITTANCE

Received ++ (Rs. Rupees as an intermediate payment in connection with the contract referred to above.

Signatures of Witness Full Signature of Contractor

A-92
*Here specify the method employed for estimating the value of work.
+ Here specify the net amount payable; vide Item 8 (c) of Account I.
++ The payee’s acknowledgement should be for the gross amount paid as per item 8 (a+b+c) of account. I
$ Payment should be attested by some known person when the payee’s acknowledgement is given by mark, seal or thumb impression.

Paid by me Cash
Cheque dated

Dated initials of the person actually


Making the payment Designation

V REMARKS

(This space is reserved for any remark which the Disbursing Officer or the Manager (F&A) may wish to record in respect of the execution of the
work, check of measurements or the state of contractor’s account)
For use in Account Office

Checked

Manager (F&A) Senior Manager (F&A)

A-93
Appendix – 33
Final Bill (Lump Sum Contract)
[Refer Section 21.3.2]
(To be used for “final payments” to contractors on lump sum contracts)

Cash Book Voucher No : dated


Name of Contractor :
Name of work :
Agreement number :
Serial No. of this bill :
No. and date of this previous
bill for this work :
Reference to agreement :
Date of written order to
Commence work :
Date of actual completion of work :

1. Accounts of Work Executed

Sub-work, sub- Rate Unit Up-to-date Remarks


head or item of
work
Quantity Amount
Rs. Lump sum Rs
for each

Total

Additional work

Deduct
commissions

A-94
Total Value of
works done up to F
date

II CERTIFICATES AND SIGNATURE


I certify that the work has been completed in accordance with the prescribed drawings and
specification and after taking into account all the authorized additions and alterations, the value of work
done, up to date, conformably with the terms of the contractor’s agreement, is
Rs .

2. The detailed measurements of the authorized additions and alternations mentioned above were
made by _ on and are recorded at page of Measurement Book No.
and I am satisfied that they are correct.

Signature of Contractor.
Dated signature of the certifying Engineer* Rank

*This certificate must be signed by the SM /AGM(Engg) or any officer empowered by the local
Administration to sign it.

III Memorandum of Payments

Rs. P.
1. Total value of work done up to date as
per ‘F’ of Account I of this bill
2. Deduct: -
(i) Up to date intermediate
payment already made as
per entry ‘K’ of Account 1
of last Bill no. dated
(ii) Total Secured Advances D
outstanding as per entry
‘C’ of Account II last Bill
E
No. Dated

A-95
3 Payment now to be made: -
G
(a) By recovery of amounts
creditable to this book
(b) By recovery of amounts
creditable to other work or
heads of
account
(c) By Cheque H

+ Pay (Rs ) Rupees

Date signature of officer


authorizing payment Designation

+ Here specify the net amount payable, vide item 3(c) of Account III

A-96
IV. ACQUITTANCE

* Received ( Rs. ) Rupees as above in full


settlement of all demands on account of the contract.

Amount in Vernacular.

Stamp

Signature of Witness Full Signature of Contractor

Paid by me by --- - Cash

Cheque no dated

Dated initials of person actually


Making payment. Designation

*The payee’s acknowledgement should be for the gross amount as per item 3 (a-b+c) of Account
III.

+ Payment should be attested by some known person when the payee’s acknowledgement is
given by a mark, seal or thumb impression.

A-97
V. Remarks

This space is reserved for any remarks which the Disbursing Officer or the Divisional Officer
may wish to record in respect of the execution of the work, check of measurements or the state of
contractor’s account.)

For use in Account Office

Checked

Manager (F&A) Senior Manager (F&A)

A-98
Appendix- 34
Running Account Bill

[Refer Section 21.3.2]

(For Contractors- This form provides for (1) Advance Payments and (2) Payments for Measured Works
for Item rate or percentage rate contract. The form of Account secured Advances, which has been
printed separately should be attached, where necessary.)

Name of the office of AGM/SM Name of office of M/AM

Cash Book Voucher No. Dated


Name of Contractor
Name of work
Agreement number
Serial No. of the bill
No. and date of the previous bill for this work
Reference to Agreement No of
Date of written order commence work
Date of actual completion of work

I. Account of Work Executed

Items of Unit Rate Quantity Payment on the basis Remarks


work executed up-to- of actual
(grouped date as per measurements
under “sub- measurement
Up-to- Since
head” and book
date previous
“sub-works”
bill
of estimate)
1 2 3 4 5 6 7

Rs. P Rs. P Rs. P

Total value of work done to date (A)


Deduct value of work shown on previous
A-99
bill .
Net value of work since previous bill (F)
Figure (F) in words Rupees

N.B. – When there are two or more entries in column 6 relating to each sub-head of estimate they
should in the case of works the accounts of which are kept sub-head wise, be totalled and the total
recorded in column 7 posting the Works Abstract.

A-100
II Certificates and Signatures

1. The measurements on which are based the entries in columns 1 to 6 of Account I, were made by
on and are recorded at page of
measurement Book no. _ .
2. Certificated that in addition to and quite apart from the quantities of work actually executed as
shown in column 4 of account I, some work has actually been done in connection with several items
and the value of such work (after deducting there from the proportionate amount of secured
advances, if any, ultimately recoverable on account of the quantities of materials used therein) is in
no case, less than the advance payments as per item 2 of the memorandum of payments made or
proposed to be made, for the convenience of the contractor, in anticipation of and subject to the
results of, detailed measurements, which will be made as soon as possible.

Dated signature of officer


Preparing the bill Designation

SA/SS/Jr. Exe/AME/ME

* * Dated signature of officer and Designation authorizing payment

Dated signature of
Contractor

III Memorandum of Payments.


1. Total value of work actually measured, as per Acct. 1 Rs. P.
Col 5 Entry (A).
2. Total “up –to-date” advance payments for work not yet measured, as per details given below: -

*This certificate must be signed by the SA/SS/Jr. Exe or AME/ME.


** This signature is necessary only when the officer who prepares the bill is not the officer who
authorizes the payment. In such a case the two signatures are essential.
(b) Total as per previous bill (B)
(c) Since previous bill as per page of MB No. (D)

3. Total “up-to-date” secured advances on security of materials as per Annexure Col .8, Entry. (C).
4. Total (items 1+2+3)
5. Deduct amount withhold

Figure for works abstract:

A-101
(a) From previous bill as per last Running Account Bill Rs P
Rs P .
5
(b) From this bill

6. Balance i.e “up-to-date” payment (Items 4-5)


(K)*
7. Total amount of payments already made as per Entry (K) of last Running Account Bill No.
of forwarded with accounts for _ _20 .
8. Payments now to be made, as detailed below:

(a) By recovery of amounts (a) Rs. P


creditable to this work

Total 5 (b) + 8 (a) .. .. (G) >8

(b) By recovery of amount (b)


creditable to other works or head
of account

(c) By Cheque.
Total 8 (b)+(c) .. .. (H)

Pay Rs ++ (
(by cheque).

Dated initials of disbursing Officer


Received Rs. ++ ( )
as per above memorandum on account of this work.

Dated 20

Stamp

A-102
** Witness Signature of Contractor

Paid by me, vide cheque no. dated 20

Dated initials of person actually making the payment.

* This figure should be tested to see that it agrees with the total of items 7 and 8.
++ If the net amount to be paid is less than Rs. 10 and it cannot be included in a cheque the payment
should be made in cash, this entry being altered suitably and the alteration attested by dated initials.
+ Here specify the net amount payable, vide item 8(c)
+

++ Payee’s acknowledgement should be for the gross amount paid as per item 8 (i.e a+b+c).
** Payment should be attested by some known person when the payee’s acknowledgement is given by a
mark, seal or thumb impression.
IV. REMARKS

(This space is reserved for any remarks which the Disbursing officer may wish to record in respect of
the execution of the work, check of measurements or the state of contractor’s amount).

FOR USE IN ACCOUNTS OFFIECE

Checked.

Manager (F&A) Senior Manager (F&A)

A-103
Appendix 35
Account of Secured Advance

[Refer Section 21.3.2]

Name of office of AGM/SM


Name of office of M/AM
Name of Contractor Cash Book Voucher no_ dated
Name of work
Serial No. of the bill to which the
Account pertains
Reference to agreement Account of secured advances allowed on the security of materials brought to site

Quantity outstanding Deduct quantity *Quantity Out- Full rate as Description Unit Reduced rate ** Up-to-date Reference to Reasons for
utilized in work standing assessed by of on which amount of Divisional non clearance
from previous bill
measured since (including the materials advance is advance Officer’s of advance
previous bill quantity competent made written order when
brought to site authority authorizing outstanding
since previous the advance more than 3
bill) month
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

A-104
Total amount outstanding as per this account (C)

Deduct amount outstanding as per entry (C) of Annexure to the previous bill
Net amount since previous bill (in words) Rupees (E)
* Entries relating to each description of materials should be posted thus in column 3. First enter the difference between quantities in Cols. 1& 2 then show
below this entry, the quantities.
If any material, brought to site against which a further advance has been authorized their entries being prefixed by the plus sign. Finally, strike the total of the
two entries which will represent quantity outstanding.
** Entries in column 8 will indicate the money values of the total quantities outstanding as per column 3.
+Certified (1) that the plus quantities of materials shown in column 3 of the Account above have actually been brought by the Contractor to the site of the
work and the contractor has not previously received any advance on their security (2) that these material are an imperishable nature and are all required by the
Contractor for use on the work in connection with items for which rates for finished work have been agreed upon and (3) that indenture of secured advance
has already been executed.
Dated signature of officer preparing the bill (Designation)
++ Dated signature of officer authorizing Payment (Designation)

+ These Certificates must be signed by M/AM or AGM/SM


+ Both signatures are essential when officer who prepares the bill is different than the officer who has authorized the payment.

A-105
Appendix 36
Indenture for Secured Advances
[Refer Section 21.3.2]

(For use in cases in where the contract is for finished item of work and the contractor has entered into an
agreement for the execution of a certain specified quantity of work within a specified time.)

This indenture made on the day of 20 _ BETWEEN


(hereinafter called the contractor which expression shall where the context so admits or implies be deemed to
include his executors, administrators and assigns) of the one part and The Chairman, Airports Authority of
India (hereinafter called the Chairman which expression shall where the context so admits or implies be
deemed to include his successors in office and assigns) of the other part.
Whereas by an agreement dated (hereinafter called the said agreement) the contractor has
agreed.
AND WHEREAS the Contractor has applied to the Chairman that he may be allowed advances on the
security of materials absolutely belonging to him and brought by him to the site of the works the subject of
the said agreement of use in the construction of such of the works as he has undertaken to execute at rates
fixed for the finished work (inclusive of the cost of materials and labour and other charges) AND
WHEREAS The Chairman has agreed to advance to the Contractor the sum of Rupees on
the security of materials the quantities and other particulars of which are detailed in Accounts of Secured
Advances attached to the Running Account Bill for the said works signed by the Contractor on and the
Chairman has reserved to himself the option of making any further advance or advances on the security of
other materials brought by the Contractor to the site of the said work. NOW THIS INDENTURE
WITNESSTH that in pursuance of the said agreement and in consideration of the sum of Rupees on or
before the execution of these presents paid to the Contractor by the Chairman (the receipt where of the
Contractor doth hereby acknowledge) and of such further advances (if any) as may be made to him as
aforesaid the Contractor doth hereby covenant and agree with the Chairman and declare as follows: -

1. That the said sum of Rupees so advanced by the Chairman to the Contractor as
aforesaid and all or any further sum or sums advices as aforesaid shall be employed by the
Contractor in or towards expediting the execution of the said works and or no other purpose
whatsoever.
2. That the materials detailed in the said Account of Secured advance which have been offered to and
accepted by the Chairman as security are absolutely the Contractor’s own property and free from
encumbrances of any kind and the Contractor will not make any application for or receive a further
advance on the security of materials which are not absolutely his own property and free from
encumbrances of any kind and the Contractor indemnifies the Chairman against all claim to nay
materials in respect of which an advance has been made to him as aforesaid.
3. That the materials detailed in the said Account of Secured advances and all other materials on the
security of which any further advance or advances may hereafter be made as aforesaid (hereinafter
called the said materials) shall be used by the contractor solely in the execution of the said works in
accordance with the directions of the AGM (Engg.) (hereinafter called the Engineer-
in-Charge) and in the terms of the said agreement.
4. That the Contractor shall make at his own cost all necessary and adequate arrangements for the
proper watch, safe custody and protection against all risks of the said materials and the until used in
construction as aforesaid the said materials shall remain at the site of the said works in the
Contractor’s custody and on his own responsibility and shall at all times be open to inspection by the
A- 106
Engineer-In-charge or any other authorized by him. In the event of the said materials or any part
thereof being stolen, destroyed or damaged or becoming deteriorate in a greater degree than is due
to reasonable use and wear thereof the Contractor will forth with replace the same with other
materials of like quality or repair and make good the same as required by the Divisional Officer.
5. That the said materials shall not on any account be removed from the site of the said works except
with the written permission of the Engineer-In-charge or an officer authorized by him on that behalf.
6. That the advances shall repayable in full when or before the Contractor receives payment from the
Chairman of the price payable to him for the said works under the terms and provisions of the said
agreement. Provided that if any intermediate payments are made to the Contractor on account of
works done than on the occasion of each such payment the Chairman will be at liberty to make a
recovery from the Contractor’s bill for such payment by deducting there form the value of the said
materials then actually used in the construction and in respects of which recovery has not been made
previously, the value for this purpose being determined in respect of each description of materials at
the rates at which the amounts of the advances made under these presents were calculated.
7. That if the Contractor shall at any time make any default in the performance of observation in any
respect of any of the terms and provisions of the said agreement of these presents the total amount of
the advance or advance that may still owing to the Chairman shall immediately on the happening of
such default be repayable by the Contractor to the Chairman together with interest thereon at _
percent per annum from the date or respective dates of such advance or advance to the date of
repayment and with all costs charges damage and expense incurred by the Chairman in or for the
recovery thereof or the enforcement of this security or otherwise by reason of the default of the
Contractor and the Contractor hereby covenants and agrees with the Chairman to repay and pay the
same respectively to him accordingly.
8. That the Contractor herby charges all the said materials with the re payment to the Chairman of the
said sum of Rupees and any further sum or sums advanced as aforesaid and all costs
charges, damages and expense payable under these presents Provided Always and it is hereby agreed
and declared that notwithstanding anything in the said agreement and without prejudice to the powers
contained therein if and whenever the covenant for payment and repayment hereinbefore contained
shall, become enforceable and the money owing shall not be paid in accordance there with the
Chairman may at any time thereafter adopt all or any of following course as he may deem best: -
(a) Size and utilize the said materials or any part thereof in the completion of the said works on
behalf of the Contractor in accordance with the provision in that behalf contained in the said
agreement debiting the Contractor with the actual cost of effecting such completion and the
amount due in respect of advances under these presents and crediting the Contractor with the
value of work done as if he had carried it out in accordance with the said agreement and at
the rates thereby provided. If the balance is against the Contractor he is to pay same to the
Chairman on demand.
(b) Remove and sell by public auction the seized materials or any part thereof and out of the
moneys arising from the sale retain all the sums aforesaid repayable or payable to the
Chairman under these presents and pay over the surplus (if any) to the Contractor.
(c) Deduct all or any part of the moneys owing out of the security deposit or any sum due to the
Contractor under the said agreement.

9. Except in the event of such default on the part of the Contractor as aforesaid interest on the said
advance shall not be payable.

10. That in the event of any conflict between the provisions of these presents and the said agreement the
provisions of these presents shall prevail and in the event of any disputes or difference arising over
the construction or effect of these presents the settlement of which has not been hereinbefore
expressly provided for the same shall be referred to the DGM/Jt.GM (Engg.)
(Engg) whose decision shall be final and the provision of the Indian Arbitration
Act for the time being in force shall apply to any such reference.

A- 107
In witness whereof the said and by the order and under the
direction of the Chairman have hereunto-set their respective hands the day and year first above
written.

Signed, sealed and delivered by Signed by _ by the order and


the said contractor in the presence of direction of the Chairman in the presence of
Signature Signature

Witness Name For and on behalf of Chairman, Airports


Authority of India.
Address
Witness Name
Address _

A- 108
Appendix 37
Hand Receipt
[Refer Section 21.3.3]

(To be used as a simple form of voucher for all types of miscellaneous payments and advances for which
none of the special forms are suitable)

Cash Book Voucher No. dated

Cheque*
(1) Pay by Cash* Rupees to
(2) Paid by me +

Received from the Engineer-in- charge of work AAI


a sum of Rs .

Name of work ++ or purpose for which payment is made: -

(Amount in vernacular)

Stamp

// Witness Signature of payee.

*The officer authorizing payment should put his dated initial on pay order after scoring out the word.
‘cheque’ or ‘cash’ as the case may be.
+ The person actually making the payment should put his dated initial on payment certificate (2).
++ In the case of works the accounts of which are kept by sub-head the amount chargeable to each
sub- head should be specified by the disbursing officer.

A- 109
// Payment should be countersigned by some known person to both the parties if the payee’s
acknowledgment is being given in the form of a mark, seal or thumb impression.

For use in Account Office

Checked

Manager (F&A) Senior Manager (F&A)

A- 110
Appendix -38

Format of Bank Guarantee to be submitted for Securing Lump-Sum Mobilization Advance


(On Non-Judicial Stamp Paper)

[Refer Section No. 23.1.4]


To

The Airports Authority India

1. In consideration of the Airports Authority India having its head office at New Delhi
(hereinafter called “AAI” which expression shall unless repugnant to the subject or context
include its administrators, successors and assigns) having agreed under the terms and
conditions (Contract Agreement No. dated made between
* and AAI in connection with the work of (hereinafter called “the
said contract”), to make at the request of the Contractor a lump-sum advance of Rs.
(Rupees only) for utilizing it for the purpose of the
Contract on his furnishing a guarantee acceptable for AAI we, the Bank (hereinafter referred
to as “the said Bank”) and having our registered office at do hereby guarantee the due
recovery by AAI of the said advance with interest thereon -as provided according to the terms
and conditions of the Contract. If the said Contractor fails to utilize the said advance for the
purpose of the Contract and/or the said advance together with interest thereon as aforesaid is
not fully recovered by AAI we, the Bank hereby unconditionally and
irrevocably undertake to pay to AAI on demand and without demur to the extent of the said
sum of Rs (Rupees only) any claim
made by AAI on us for the loss or damage caused to or suffered by AAI by reason of not
being able to recover in full the said sum of Rs (Rupees
only) with interest, as aforesaid.

2. We, the Bank, further agree that AAI shall be the sole judge of and as to
whether the said Contractor has not utilized the said advance or any part thereof for the
purpose of the Contract and the extent of loss or damage caused to or suffered by AAI on
account of the said advance together with interest not being recovered in full and the decision
of AAI that the said Contractor has not utilized the said advance or any part thereof for the
purpose of the Contract and as to the amount or amounts loss or damage caused to or suffered
by AAI should be final and binding on us.

3. We, the said Bank, further agree that the Guarantee therein contained shall remain in full
force and effect during the period that would be taken for the performance of the said
Contract and till the said advance with interest has been fully recovered and its claims
satisfied or discharged and till the Accepting Authority of the contract certifies that the said
advance with interest has been fully recovered from the said Contractor, and accordingly on
discharges this guarantee subject, however, that AAI shall have no claim under this
Guarantee after 90 (Ninety) days from the date of completion of the said contract, i.e.,
(date) or from the date of cancellation of the said Contract, as the case
may be, unless a notice of the claim under this Guarantee has been served on the Bank before
the expiry of the said period in which case the same shall be enforceable against the Bank
notwithstanding the fact, that the same is enforced after the expiry of the said period.

4. AAI shall have the fullest liberty without effecting in any way the liability of the Bank under
this Guarantee or Indemnity, from time to time to vary any of the terms and conditions of the
said Contract or the advance or to extend time of performance by the said Contractor or to
A- 111
postpone for any time and from time to time any of the powers exercisable by it against the
said Contactor and either to enforce a forbear from enforcing any of the terms and conditions
governing the said Contract or the advance or securities available to AAI and the said Bank
shall not be released from its liability under these presents by any exercise by AAI of the
liberty with reference to the matters aforesaid or by reason of time being given to the said
Contractor or any other forbearance, act or omission on the part of AAI or any indulgence by
AAI to the said Contractor or of any other matter or thing whatsoever after I which under the
law relating to sureties would but for this provisions have the effect of so releasing the Bank
from its such liability.

5. It shall not be necessary for AAI to proceed against the Contractor before proceeding against
the Bank if and the Guarantee herein contained should be enforceable against the Bank
notwithstanding any security which AAI may have obtained or obtain from the Contractor
shall at the time when proceedings are taken against the Bank hereunder be outstanding or
unrealised.

6. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except
with the previous consent of AAI in writing and agree that any change in the Constitution of
the said Contractor or the said mess Bank shall not discharge our liability hereunder.

In presence of: Dated this Day of 200_

WITNESS

1. For and on behalf of (The Bank)

Signature

2. Name & Designation

Authorisation no.
Name & Place
Bank’s Seal

The above Guarantee is accepted by Airports Authority of India.


for and on behalf of Airports Authority of India.

Signature
Name & Designation

Dated

A- 112
Note:

*For Proprietary Concerns

Sh. son of’ resident of carrying on


business under the name and style of at (hereinafter called “the said
Contractor” which expression shall unless the context requires otherwise include his heirs, executors,
administrators and legal representatives).

For Partnership Concerns


1. Sh. son of resident of

2. Sh. son of resident of


carrying on business in co-partnership under the name and style of at
(hereinafter collectively called “the said contractor” which expression shall unless the context requires
otherwise include each of them and their respective heirs, executors administrators and legal
representatives).

For Companies
M/s a Company registered under the Companies Act, 1956 and having its
registered office in the State of (Hereinafter called “the said Contractor” which expression shall unless
the context requires otherwise include its administrators, successors and assigns).

A- 113
Appendix – 39

Categorisation of Material for Payment of Secured Advance


[Refer Section23.2.1]

Category-A
[Items against which secured advance can be paid]

CIVIL: -

1. Bricks
2. Stone and Brick aggregate
3. Stone
4. Finished products of brass, iron or steel such as doors and window frames, wire mesh gate, GI
sheets etc.
5. Pre-cast RCC products, such as pipes, jail, water, storage tanks, etc.
6. Doors and windows fittings
7. Pipes and sanitary fittings of CI, SCI and HCI
8. Aluminium items & fittings

ELECTRICAL

1. Steel conduits
2. CI/GI Pipes
3. Distribution Boards
4. HT/LT Panels
1. CI Boxes
2. IC Boards
3. Switch gears [HT&LT]
4. ACSR Conductors
5. AC Plant & Machinery
6. Pumps
7. Generating sets [without oil]
8. Fans
9. Electric light fittings (without Tubs/Bulbs)
10. GI Sheets
11. Grills & Diffusers
12. other E&M Equipments

Category-B

[Items against which secured advance can be paid after obtaining insurance cover]

CIVIL: -

1. Glazed tiles, Terrazzo tiles and similar articles


2. Marble Slab
3. Asbestos cement products
4. Finished timber products, such as doors, windows flush doors, particle boards [subject to
mandatory tests being satisfactory] etc.
5. Bitumen in sealed drums
6. Bitumen felt
A- 114
7. Polythene pipes and fittings
8. Sanitary fittings and pipes of S.W Porcelain and Chinaware materials
9. Laminated/Safety, one way vision and Bullet proof glasses
10. Chemicals required for anti-termite treatment [in sealed drums]
11. Paints, Varnishes, Distemper, Pigment, Sprit etc.
12. Cement
13. Sand and Moorum

ELECTRICAL: -

1. Transformers
2. Oil filed switch gears
3. LT & HT Cables
4. Fans
5. Storage & Dry Batteries
6. Epoxy cable compounds
7. Electric cable compounds
8. Electric light fittings
9. Wood battens, casing and capping and wooden boards
10. Flexible wires
11. PVC materials
12. Oil and Lubricants
13. Glass wool thermo Cole and other insulating material
14. Porcelain HT & LT insulators

Category-C

[Items against which no secured advance can be paid]

CIVIL: -

1. Glass products other than those indicated in Category-B


2. Chemical compounds other than those under Category-B

ELECTRICAL: -

1. Glass globes and shades


2. Bulbs and tubes
3. Petrol / Diesel
4. Refrigerant gases
5. Oil & Lubricants
6. Batteries

A- 115
Appendix 40

Procedure of Maintaining Bank Guarantees


[Refer Para No. 23.2.7]

Against civil and electrical work/contracts, Bank Guarantees are generally accepted from the
contractors in lieu of security deposit, mobilization advance, performance bond/guarantee, earnest
money (bid bond) etc. These bank guarantees are to be issued by the scheduled banks but not any Co-
operative Bank/Gramin Bank.
Bank guarantee to be submitted by the contractor at the first instance should be valid for the period
stipulated in contract. Generally period of validity is till the expiry of warrantee period or as
stipulated in the contract.
In case due to any reason validity of bank guarantee is required to be got extended, a notice for the
same must be given to the contractor well in advance at least a month before expiry of BG with a
copy to the bankers who have issued the said Bank Guarantee with a request that in case contractor
doesn’t approach bank for extension before its expiry of validity period of BG the same should be
encashed and full amount must be paid to AAI. Engineer-in-charge is to ensure that letters addressed
to contractor as well as Bank are positively delivered and acknowledgement for the same is obtained
and kept in record.
In spite of above action if written confirmation is not received from Bank regarding extension of
validity period of BG at least 03 working days before actual expiry date of validity of BG, another
letter should be delivered to the bank specifically asking for encashment of bank guarantee and
payment of amount to the AAI.
The bank guarantee are important legal documents in term of agreement, therefore the agreement
signing authority shall be responsible for safe custody of this Bank Guarantee of as well as
maintenance of all subsidiary records in this regard. In order to have a counter check on Bank
Guarantee a parallel record should also be maintained by F&A department and agreement signing
department should review the performance guarantee/bank guarantee periodically and take necessary
preventive action in advance.
Concerned SM/Assistant GM Engg should maintained proper register incorporating there in details
of the Bank Guarantees submitted by contractors agreement wise. Every month this register should
be personally checked by SM/ Assistant GM Engg to ensure that validities of the Bank Guarantees
are not expired. SM/ Assistant GM should ensure that necessary action is initiated two month before
the expiry date of validity period of each bank guarantee concerned to get validity period extended
for further period to cover the actual maintenance period in case of security deposit or to the date of
total recovery of principle amount and thereof in case of mobilization advances. This action should
be coordinated with the concerned Account Unit in time.

A- 116
(Amended on Dated : 26.03.2018) Appendix 40

Procedure of Maintaining Bank Guarantees


[Refer Para No. 23.2.7]
Against civil and electrical work/contracts, Bank Guarantees are generally accepted from the
contractors in lieu of security deposit, mobilization advance, performance bond/guarantee, earnest
money (bid bond) etc. These bank guarantees are to be issued by the scheduled banks but not any Co-
operative Bank/Gramin Bank.
Bank guarantee to be submitted by the contractor at the first instance should be valid for the period
stipulated in contract. Generally period of validity is till the expiry of warrantee period or as stipulated
in the contract.
In case due to any reason validity of bank guarantee is required to be got extended, a notice for the
same must be given to the contractor well in advance at least a month before expiry of BG with a copy
to the bankers who have issued the said Bank Guarantee with a request that in case contractor doesn’t
approach bank for extension before its expiry of validity period of BG the same should be encashed
and full amount must be paid to AAI. Engineer-in-charge is to ensure that letters addressed to
contractor as well as Bank are positively delivered and acknowledgement for the same is obtained and
kept in record.
In spite of above action if written confirmation is not received from Bank regarding extension of
validity period of BG at least 03 working days before actual expiry date of validity of BG, another
letter should be delivered to the bank specifically asking for encashment of bank guarantee and
payment of amount to the AAI.
The bank guarantee are important legal documents in term of agreement, therefore the agreement
signing authority shall be responsible for safe custody of this Bank Guarantee of as well as maintenance
of all subsidiary records in this regard. In order to have a counter check on Bank Guarantee a parallel
record should also be maintained by F&A department and agreement signing department should review
the performance guarantee/bank guarantee periodically and take necessary preventive action in
advance.
Concerned Engineer-in-Charge should maintained proper register incorporating there in details of the
Bank Guarantees submitted by contractors agreement wise. Every month this register should be
personally checked by Engineer-in-Charge to ensure that validities of the Bank Guarantees are not
expired. Engineer-in-Charge should ensure that necessary action is initiated two month before the
expiry date of validity period of each bank guarantee concerned to get validity period extended for
further period to cover the actual maintenance period in case of security deposit or to the date of total
recovery of principle amount and thereof in case of mobilization advances. This action should be
coordinated with the concerned Account Unit in time.
Register of Bank Guarantees
Sl. Name of Name of Agreement. Details of Valid up Extended Remarks
work contractor No. BG with amt. to up to about final
etc. disposal
(1) (2) (3) (4) (5) (6) (7) (8)

A- 117
Appendix - 41

Format of letter to be issued to Contractor for rectification of Defective Work and removal of
rejected material from the site:

[Refer Section 24.1.1]

To
M/s /Sh.-----------------------------------------

Subject: Construction ------------------------------------------ Agreement no. ---------------------------

1. WHEREAS the above work has been awarded to you under the subject contract and the same
is in progress/the same has been completed.

2. WHEREAS the items of works as detailed in schedule attached herewith have been executed
with unsound, imperfect and unskilful workmanship/with materials of inferior description and that
materials and/or articles provided for the execution of the work are unsound and of a quality
inferior to that contracted for.

3. WHEREAS the material and/or articles provided by you for execution of the work as detailed
in the Schedule hereto are unsound and of quality inferior to that contracted for.

4. NOW you are hereby called upon to rectify or remove and reconstruct forthwith each item or
work as detailed in the said schedule of work in whole or in part as the case may require with
sound perfect and the skilful workmanship and/or with materials and articles of sound and
proper quality as per the Contract at your own cost and charge.

5. I -------------------------------------------------- Engineer-in-charge in exercise of the powers


conferred on me by the aforesaid agreement, for and on behalf of the Chairman, AAI, hereby
give you Notice to remove the cause set out above within --------------------------- days to my
satisfaction failing, which action will be taken against you under clause (s) nos. (to be
indicated by Senior Manager [Engg.] of the agreement.)

For and on behalf of the Chairman, AAI

Senior Manager/Assistant GM (Engg.)


Engineer-in-Charge

A- 118
Appendix-42

Letter to be written by Senior Manager (Engg.) / Assistant GM (Engg) to Contractor for Provisional
Reduction in Rate for Sub-Standard Work

[Refer Section24.2.1]

To,

M/s -----------------------------------------------------------------------------

Dear Sir[s]

Subject: Construction --------------------------------------------- Agreement no. ---------------------

1. The Chairman, AAI considers that the items of work [specified in the statement appended
herewith] relating to the above mentioned work undertaken by you ---------------------------------
----- in terms of the above agreement have not been executed in accordance with the prescribed
specifications and/or in a workmanlike manner and therefore, cannot be accepted in terms of
the above said agreement for payment at the rates specified in the agreement.

2. The Chairman, AAI however, is willing to consider acceptance of the same should you agree to
receive payment at rates suitably reduced taking into consideration the sub-standard nature of
the said items of work. The DGM / JGM will determine as to what suitable reductions in the
rates should be made from the agreed rates for the said items. His decision shall be final.
Pending such decision of the DGM/JGM Engg, however, the payment for the said items of
work will be made at the provisional rates indicated against each item.

3. If you agree to the aforesaid conditions for acceptance of payment for the said items of work
you may please return the enclosed form duly executed by you.

4. If no reply is received from you within three weeks of the date of receipt of letter, it shall be
presumed that the offer is not acceptable to you. In the said event the offer shall stand
withdrawn, without prejudice to the right and remedies of the Chairman, AAI in terms of the
contract.

Yours faithfully,

Senior Manager/ AGM (Engg.)


For and on behalf of the Chairman, AAI

A- 119
Appendix-43

Format of letter to be written by Contractors for acceptance of provisional reduction of rate


for Sub-Standard Work

[Refer Section24.2.1]

To

-----------------------------------------------------------------------------------

-----------------------------------------------------------------------------------

Subject: - Construction of ---------------------------------------------------

Reference: - Your letter no. -------------------------------------------------

Sir,

I/We have carefully read the terms and conditions offered in your letter dated ----------------- and
they are acceptable to me/us.

Pending the decision of the DGM / JGM of the final rates of payment against the items of work
specified in the statement attached to your above letter, which will be final and binding. I/We agree
to the same being paid at the provisional rates indicated against each of the said item of work for
the above work as mentioned in your statement.

Yours faithfully,

Contractor[s]

A- 120
Appendix 44
Bill Register
[Refer Section 25.1]

Name of the office of AGM/SM Year

Sl. Date of Name Name of Amount MBs Date of Date of Date of Signature Date on Sing. of Date of Reference Remarks
no. receipt of contractor of the bill No. prepara completion last of which SS returns of C.V
of work / Agency tion of of work if payment receiving cheque is (F&A) MB no. and
Bill bill by final bill if running clerk in drawn date
AM/M account Division
Engg bill
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15

A- 121
Appendix-45
Register of Material at Site Accounts (MAS)
[Refer Section 25.2.3]

1. Name of work Issue Rate

2. Description of item

3. Make / Brand of material

4. Invoice/ Challan no.

Sl. Date of Received from Receipts Issue Balance Sign. of Remarks


Receipt / Issued to SA/SS/
/ Issues Jr. Ex/ AM/M

(1) (2) (3) (4) (5) (6) (7) (8)

Comments
This form is meant for materials at site accounts. The materials issued direct to the work should be brought
on account.

In case of materials received direct from suppliers full details of the articles received should at the same time
been entered in Measurement Book.

A- 122
Appendix - 46

Cement Register
[Refer Section 25.3]

Date of Qty. Progressiv Date Qty. Items Qty. Total Daily Contractor’s SA/ SS/ Remarks AM/M/
Receipt received e total of issued of work returned issued balance initial Jr. Exec. SM/AGM(Engg.) at
issue for at the at hand initial periodical check
which end of
issued the day
1 2 3 4 5 6 7 8 9 10 11 12

A- 123
Appendix-47

Register of Dismantled Materials


[Refer Section 25.4.1]

1. Name of work
2. Name of the office of AGM / SM

Sl. Date of Reference Full Opening Qty. Total Reference Qty. Closing Dated
receipt to MB particulars balance to its issued or balance initials of
received Date and Remarks
number of of disposal disposed SA/SS/
remarks
and page materials of Jr. Ex. of
giving size
verificati
etc.
on of
balance
by
AM/M
1 2 3 4 5 6 7 8 9 10 11 12 13

A- 124
Appendix-48
CASH BOOK
[Refer Section 25.7.1]

Name of office AGM/SM


Cash Book of for the month of 20

Receipt Side Payment Side

Date No. of From Amount Classification Date of No. of To Payments Classification


of voucher or whom (Cash) of Receipts Payment vouchers whom
receipt Receipt received paid Cash Bank or Treasury
etc.
No. of Amount
cheque (with
no. of cheque
Book)
1 2 3 4 5 6 7 8 9 10 11 12
Rs. Rs. Rs.
P P P

Period to

Total.

A- 125
Appendix-49

Template for Linking of Fund Centre and Creation of New Fund Centre
(Refer Section 27.2.1(c) & 27.3.1)

Project level WBS


Project Description FUND CENTRE Fund Centre Description
Code

A- 126
Appendix-50

Template for Re-appropriation of funds

(Refer Section 27.3.2)

Fund Centre Fund Centre Fund Centre Fund Centre Fund Centre Fund Centre
(wherefrom (wherefrom (wherefrom (wherefrom (wherefrom (wherefrom
amount is to amount is to amount is to amount is to amount is to be re- amount is to be
be re- be re- be re- be re- appropriated) re-appropriated)
appropriated) appropriated) appropriated) appropriated)

A- 127
Appendix-51

Methodology for creation of new fund centre


(Refer Section 27.3.3)

In some cases where fund centre is not available in budget (like re appropriation), new fund centre is to be
created and request for same has to be forwarded to finance wing in the prescribed format.

Fund centre is 13 digit numbers In respect of each Capital Budget line item. Brief description for creating
fund centre is as follows:-

a. First letter is as per Chapter code


b. Next five digits will signify the respective profit centres.
c. Next seven digit will be series.

Appendix –A
AIRPORTS AUTHORITY OF INDIA
Chapter Code PARTICULARS

(Fund
AERODROME WORK
Management)

A a) AERODROME WORK-KOLKATA
B b) AERODROME WORK- CHENNAI
(ii) NON-METRO AIRPORTS

C a) AERODROME WORK-EASTERN REGION

D b) AERODROME WORK-NORTH EASTERN REGION

E c) AERODROME WORK-NORTHERN REGION

F d) AERODROME WORK-WESTERN REGION

G e) AERODROME WORK-SOUTHERN REGION


AIR NAVIGATIONAL SERVICES
H ANS-Equipment including GAGAN

I ANS-Engg. Works – ANS

J AIRPORT SYSTEMS

K INFORMATION & TECHNOLOGY

L GSS-EQUIPMENT &TECH

M Security Equipment

N Security Schemes

A- 128
CONTRIBUTION IN JV COMPANIES
MISCELLANEOUS

O A Sustainable Development Schemes **

P B Lump Sum Provision For Urgent Operational / Security /


Safety requirement which are unforeseen.

Whenever new fund centre is to be created user must provide the suggested fund centre leaving last four
digits blank (for e.g. B20000100----) so that fund management may go to correct placeholders.

A- 129
Appendix-52

Format of Notice Inviting Quotation (NIQ)


(Refer Section 29.1.3)
Performa for call of Quotation for award of work on Work Order basis

Name of work Dated

Name of Office

1. Quotations are here by invited from the agencies interested in executing following items of
work.

2. The scope of work involves execution of following items.

3. Agencies are requested to quote their rates in following format.

Sl. Description of Item Unit Rate Amount Remarks

4. The quotations shall be submitted in the office of-----------------------------------------------------


on or before 3.00 PM on-----------------------

5. The quotations shall be opened at 3.30 PM on same day in presence of agencies present at the
above time.

6. The completion time for the work shall be --------------------------weeks after award of work.

Name ………………….

Signature of the officer

A- 130
Appendix 53

Format for award of work on Work Order Basis

[Refer Section 29.1.8]

Name of work:

Name of office:

Work Order No. Dated

Order for work described below has been awarded to M/s ................................................... contractor
To be executed as per conditions attached at the rates given below.
Time of completion...............................................
Schedule of work
Sl. Description of Item Unit Qty Rate Amount Remarks

Total in figures

Total Amount in words

Name of Agency
Signature of Contractor
Signature of Work Order Issuing Authority

A- 131
Appendix- 54

Terms and Conditions of Work Order


[Refer Section 29.1.8]

Airports Authority of India


O/o

No. Dt.
To,

Sub: Work Order for

Dear Sir,

1. Reference your quotation for the above work opened on


2. On behalf of the Chairman, Airports Authority of India, I hereby accept your quotation for
the work mentioned above at the rates quoted by you, for the
sum of Rs. (Rupees
only).
3. You are directed to start the work at once as per Schedule-A attached. The work shall be
executed as per terms and conditions mentioned in succeeding paragraphs.
4. Period of completion of the work is which shall be reckoned from
the date of placing the work order. If you fail to complete the work within the stipulated
period and no justifiable reasons are found for the delay, you shall be liable to pay the
compensation for delay at the rate of one percent of the total value of work order per week
of delay subject to a maximum, of Rs. (Rupees
only) in case the above work is declared
urgent / emergent. The amount of compensation for delay or waiving of compensation for
delay in case of justified reasons shall be decided at the discretion of _
and same shall be final and binding on you.

A- 132
5. The work shall be executed as per CPWD specification with
upto date correction slip and shall be approved in stages by the SM/AGM(Engg) of
who will be Engineer-In-Charge for this job. Materials
not approved by the Engineer-In-Charge shall not be used in executing the work.
6. The quantity shown in Schedule-A may vary during actual execution of work. You shall
carry out the work as per actual site requirement. Increase in quantity of item or items of
work shall be executed by you at the quoted rates up-to a limit so that the total increase does
not exceed more than of the work ordered value.
7. On completion of work, each item of work shall be jointly measured by you or your
authorized representative and the Engineer-In-Charge or his representative, and shall be
recorded in the measurement book. All debris, unused materials, painting stains on walls or
floors, etc. developed at site during the course of execution of work shall be removed and
the area shall be left clean by you as directed by the Engineer-In-Charge without any extra
cost.
8. You will be allowed running payments once in a month for which interim / running bills
shall be submitted by you the Engineer-In-Charge. Ten percent of total value of work done
shall be deducted as security deposit from each running bill.
9. On satisfactory completion of work, final bills shall be submitted by you the Engineer-In-
Charge and same shall be progressed with following documents:-
a. Your final bill
b. Measurement book jointly signed by you and Engineer-In-Charge or his
representative.
c. Completion certificate issued by Engineer-In-Charge.
d. Other relevant documents, if any.
10. You should be responsible to make good and remedy at your own expense of any defect
which may develop or may be noticed within the defects liability period which shall be
reckoned as months from the certified date of completion. The security
deposit shall be refunded only after expiry of defects liability period.
11. This work order is allotted the number which shall be
quoted by you for all future correspondence in connection with this work order.
12 Engineer-In-Charge of the work will accept or reject the work executed according to his
judgment.

13 The decision of the engineer-in-charge regarding the meaning of the specification, design,
drawing, shall be final. In case of dispute regarding workmanship or quality of materials
used in the work , or as to any other question, the matter shall be referred for appointment of
sole arbitrator to RED/Airport Director (ED Level)/ Principal CATC/ED(Engg.), AAI.
There shall not be any objection if arbitrator so appointed is a Airports Authority of India

A- 133
official or he had to deal with the matter to which this agreement relates and that in the
course of his duties as Airports Authority of India official he had expressed views on all or
any of the matters under dispute.

14 The award of the arbitrator so appointed shall be final, conclusive and binding on all parties
to this contact.

15 The contractor shall be responsible for making good any damage caused to building or
services during execution of this work. In the event of his refusal or failing to do so,
the damage shall be repaired at his expense by the engineer-in-charge, who shall deduct
the cost from any sums due, or which may become due, to the contractor and the
decision of the engineer-in-charge shall be final.
16 No workmen below the age of eighteen years shall be employed on the work.

17 The contractor shall not pay less than fair wages to workmen engaged by him or by his sub
contactors on the work, “Fair Wage” means wage whether for time or piece work notified at
the time of inviting tenders for the work and where such wages have not been so notified the
wages prescribed by the Airports Authority of India for the district in which the work is
done.

18 In respect of all labour employed directly or indirectly on the works by the contractors, he
shall comply with Labour Regulations as applicable form time to time in regards to
payment of wages, wage period, deduction from wages, reason of recovery for wages not
paid and unauthorized deductions made, maintenance of wage register, wage cards
publication of scale of wages and other terms of employment, inspection and submission of
periodical returns and all other matters of a like nature.

a. The SM or AGM concerned shall have the right to deduct, from the dues to the
contractor any sum required to make good losses suffered by worker by reasons of
non-fulfilment of the conditions of the contract.

b. The regulation aforesaid shall be deemed to be a part of this contract and any breach
thereof shall be deemed to be breach if this contract.

19 The contractor shall at his own expense provide or arrange for the provisions of all safety
equipments as per requirement for working at the site to the satisfaction of the Engineer-in-
charge, and on his failure to do so Airports Authority of India shall be entitled to provide the
same and recover the cost from the contractor.

20 In respect of all labour directly or indirectly employed in the works for the performance of
the contractor’s part of this agreement, the contractor shall comply with or cause to be
complied with all the rules and framed by Airports Authority of India from time to time for
the protection of health and sanitary arrangements of workers employed by contractors.

21 In every case in which by virtue of the provisions of section 12 sub-section (1) of the
Workmen’s Compensation Act 1923 Airports Authority of India is obliged to pay
compensation to a workman’s employed by the contractor, in execution of the works,
Airports Authority of India will recover from the contractor the amount of the compensation
so paid.

A- 134
Appendix 55
Suggestive packages for call of composite tenders
[Refer Section30.1.1& 30.1.5]

These packages are suggestive. However NIT approving authority may decide about the packaging of
different works as per local site requirement with the approval of next higher authority but ED, Engg will
have the full power.

Sl. Name of work Suggestive packages


1 Construction of Building and Airports These works can be clubbed in
2 Water Proofing Works for Buildings one group and may be included as
subhead 1 of main contract
3 Anti- Termite Treatment in Buildings
4 Structural Glazing In Buildings
5 Pilling Works for Foundation of Building
6 Providing Internal Electrical Installations.
7 SITC of substation equipments including Transformer, HT
& LT Switchgear
8 SITC of DG Sets along with associated works.
9 Providing external lighting & power distribution system.
10 SITC of Wet Riser System These works can be clubbed in
one group and may be included as
11 SITC of Sprinkler System subhead 2 of main contract.
12 SITC of fire alarm system
13 SITC of HVAC system These works can be clubbed in
14 Providing Ventilation for basements. one group and may be included as
subhead 3 of main contract
15 SITC of Smoke Extraction System
16 SI of Refrigerator, Water Coolers.
17 SITC of Cold Storage & Deep Freezer System
18 SITC of Hot Water Generator & Steam Boiler
19 SITC Public Address System, Conferencing System. These works can be clubbed in
20 SITC of Sound Reinforcement System one group and may be included as
subhead 4 of main contract
21 SITC of Video Recording and Multimedia Projection
System.
22 SITC of Baggage Handling System These works can be clubbed in
23 SITC of Passenger And Goods Lift. one group and may be included as
subhead 5 of main contract
24 SITC of Escalators and Travellators
25 SITC of Hydraulic Platform and Lifts
26 SITC of CCTV Security and CCTV Display System. This can be independent package
27 SITC of Hand held and Door Frame Metal Detector. under subhead 6.
Even this package can be further
28 SITC of X-Ray Baggage Scanner sub-divided as per functional
29 SITC of Boom Barrier and Vehicle Scanner requirement of project/work with
30 SITC of Gas Based Fire Fighting System the approval of ED.
31 Repairs and calibration of various measuring instrument & This can be independent package
relays under subhead 7.
32 SITC of Runway Approach Lights, Taxiway Lights etc These works can be clubbed in
one group and may be included as
subhead 8 of main contract
33 Construction of Pavement-Runway, Taxi Track, Apron etc These works can be clubbed in
one group and may be included as
subhead 9 of main contract

A- 135
Appendix 56

Format for Tripartite Agreement in Case of Composite Contracts

[Refer Section30.4.4]

1. We M/s hereby inform the department that works covered under


following subheads shall be executed by M/s on our behalf and will
act as specialised Agency. They will execute complete work according to scope of work
and tender specification under agreement no. dated . The rates,
terms and conditions and performance of the system are hereby promised as per our
obligations in the above agreement.

Sl. Nature of work Subhead no. Value of work under this


subhead
1.1
1.2
1.3

2. We M/S......................here by agree to undertake the specialised items/ jobs covered


under subheads indicated above on behalf of main Agency. We hereby agree to abide by
followings as specified in the agreement No.....................dated ...........executed between
main agency M/s and AAI.

2.1 We M/S......................here by confirm that we have studied complete scope of work and
tender specifications for the subheads to be executed by us.

2.2 The work shall be executed by us as per specifications of work & terms and conditions of
the contract under above subheads.

2.3 The performance tests of the system shall be conducted and results are promised to meet
requirement indicated in tender specification.

2.4 We also promise to provide warranty for the system/components during defect liability
period.

2.5 We agree to undertake AMC/CMC for the system after plant/system is taken over by the
department.

3. We as main contractor M/s agree to the arrangement of deduction of


security deposit, income tax and part rate for incomplete work or deduction required for
other reason shall be made as per contract conditions from our each running bill.

4. We as main contractor M/s agree to the arrangement of direct payment to


M/s @ % of net payment (The value of net payment due shall
be determined after deduction under Para 3 above) of each running account bill for above
subheads which has been agreed by our associates M/s .

A- 136
5. We M/s as associate of M/s agree to complete the specialised
work within our scope of work including testing and commissioning of the systems along
with completion of main work.

6. We M/s as associate of M/s agree to attend all meetings by AAI


as and when called for. We also agree to abide by instructions/directions issued by AAI
time to time.

7. We M/s as associate of M/s agree to abide by all security


instructions and directions during execution of work.

8. I on behalf of Chairman, AAI agree to the conditions signed by other two parties.

Name Name
Signature Signature
On behalf of M/s On behalf of M/s
Main contractor Associate agency
For specialized work.
Name
Signature
Designation
On behalf of AAI

A- 137
Appendix 57
Bank Guarantee towards Bid Bond (Global Tender)
[Refer Section 31.4.6& 38.3.3 ]

To
The Chairman,
Airports Authority Of India
Rajiv Gandhi Bhawan,
Safdarjung Airport
New Delhi – 110003.

BID BOND DATE BOND EXECUTED

Principal

Surety

SUM OF BOND EXPRESS-IN WORD AND FIGURES DATE OF BID

CONTRACT NUMBER / AWARD LETTER:


Know all men by these presents, that we, (FULL NAME AND ADDRESS OF SURETY) (herein
after referred to as Surety) are held firmly bound to the Chairman, Airports Authority of India,
(hereinafter, called the Chairman) in the sum stated above, for the payment of which sum well and
truly to be made, we unconditionally bind ourselves, our heirs executors administrators, and
successors jointly and severally, firmly by these presents. The condition of this obligation is such,
that where as the principal has submitted the accompanying bid date as shown above, now, therefore,
if the principal shall not withdraw the said bid within the period specified therein or any extension
thereof after opening of the same, or if such period be specified, within one hundred and eighty days
after said opening and shall within the period, specified therefore or if no period specified are
presented to him for signature, executed such further contractual documents, if any, as may be
required by the terms of the bid as accepted, and given bonds with good and sufficient surety or
sureties, as may be required for the faithfully performance and proper fulfilment of the resulting
contract, and for the protection of all persons supplying labour and material in the execution of the
work provided for in such contract, or in the event of the withdrawal of the said bid within the period

A- 138
specified or the failure to enter into such contract and give such bonds within the time specified, the
principal shall pay to the Chairman, the differences between the amount specified in said bid and the
amount for which the Chairman may procure the required work, supply and services obligation
should be void and of no effect, otherwise shall remain in full force and virtue.

IN WITNESS WHERE OF, the above, we have executed this instrument under our seal on the
date indicated above.

Notwithstanding anything contained herein above our liability under this guarantee is
restricted up to a sum of US$ payable in equivalent in Indian Rupees and shall expire
on unless a demand or claim under this guarantee is received by us in writing on or
before , all your rights under this guarantee shall be forfeited and we shall stand relieved
and discharged from all liabilities there under.

This instrument should be returned to us upon its expiry or settlement of claim(s), if any,
there under, whichever is earlier.

(SIGNATURE AND SEAL OF SURETY)

A- 139
(Letter of understanding from the Depositor to Bank to be submitted along with Bid Bond to Airports
Authority of India)

The Branch Manager,

………………... Bank,

……………….……….

Sub: My / Our Bank Guarantee bearing No………… dated for ………… amount …………..
issued in favour of Airports Authority of India A/c ………………

Sir,

The subject Bank Guarantee is obtained from your branch for the purpose of security / Earnest
Money on account of contract awarded/to be awarded by M/s AAI to me/us.

I hereby authorize the Airports Authority of India in whose favour the deposit is made to close the
subject Bank Guarantee before maturity / on maturity towards adjustment of dues without any
reference /consent/notice from me our side and the bank is fully discharged by making the payment
to Airports Authority of India.

Signature of the Depositor

Place :

Date:

A- 140
INSTRUCTIONS FOR COMPLETION OF BID-BOND

1. This form shall be used for construction work or the furnishing of supplies or services
whenever a bid bond is required. There shall be no deviation from except as authorised by the
Airports Authority of India.

2. The name including full Christian name and business or residence address of each individual
party to the bond should be inserted in the space provided therefore and each of such party
shall sign the bond with his usual signatures on the line opposite the serial scale, and adhesive
seal shall be affixed opposite the signature.

3. If the principals are partners, their individual names shall appear in the space provided thereof
with the receipt that they are partners composing a firm, naming it, and all the members of the
firm shall execute the bond as individuals.

4. If the principal or surety is a corporation, the name of the state in which incorporated shall be
inserted in the space provided in there form and said instrument shall be executed and attested
under the corporate/seal as indicated in the form. If the corporation has no corporate seal the
fact shall be stated in which case a scrolled adhesive seal shall appear following the
corporation name.

5. The official character and authority of the person or persons executing the bond for the
Principal of a corporation, shall be certified by the secretary or Asstt. Secretary; according to
the form herein provided. In lieu of such certificate there may be attached to the bond copies
of such of the records of the corporation as will show the official character and authority of
the officer signing duly certified by the secretary or Assistant secretary under the corporate
seal to the true copies.

6. The date of this bond must not be of the date of the instrument in connection with which it is
given.

A- 141
Appendix-58
BID BOND (Global Tender)
[Refer Section 31.4.6 and 38.3.3]

To

The Chairman,
Airports Authority of India
Rajiv Gandhi Bhawan,
Safdarjung Airport
New Delhi– 110003.

BID BOND DATE BOND EXECUTED

Principal

Surety
SUM OF BOND EXPRESS-IN WORD AND FIGURES DATE OF BID
CONTRACT NUMBER / AWARD LETTER:
Know all men by these presents, that we, the principal and surety above named are held firmly bound
to the Chairman, Airports Authority of India, hereinafter, called the chairman in the sum stated
above, for the payment of which sum well and truly to be made, we unconditionally bind ourselves,
our heirs executors administrators, and successors jointly and severally, firmly by these presents. The
condition of this obligation is such, that where as the principal has submitted the accompanying bid
date as shown above, now, therefore, if the principal shall not withdraw the said bid within the period
specified therein or any extension thereof after opening of the same, or if such period be specified,
within one hundred and eighty days after said opening and shall within the period, specifies therefore
or if no period specified are presented to him for signature, executed such further contractual
documents, if any, as may be required by the terms of the bid as accepted, and given bonds with good
and sufficient surety or sureties, as may be required for the faithfully performance and proper
fulfilment of the resulting contract, and for the protection of all persons supplying labour and
material in the execution of the work provided for in such contract, or in the event of the withdrawal
of the said bid within the period specified or the failure to enter into such contract and give such
bonds within the time specified, the principal shall pay to the Chairman, the differences between the

A- 142
amount specified in said bid and the amount for which the Chairman may procure the required work,
supply and services obligation should be void and of no effect, otherwise shall remain in full force
and virtue.

The bid bond is valid from until . IN WITNESS WHERE OF, the above bounded
parties have executed this instrument under their several seals on the date indicated above, the name
and corporate seals of each corporate party being hereto affixed and these presents duly signed by its
undersigned representative pursuant to authority of its governing bodies.

Our liability under this guarantee is restricted up to a sum of US$ and shall expire on
unless a demand or claim under this guarantee is received by us in writing on or before
, all your rights under this guarantee shall be forfeited and we shall stand relieved and
discharged from all liabilities there under.

This instrument should be returned to us upon its expiry or settlement of claim(s), if any, there under,
whichever is earlier.

(Signature and Seal of Principals)

IN WITNESS OF

Format for Issue of Award/Acceptance letter for Global Tender [Refer Section 31.5.3]

A- 143
(Amended on Dated : 26.03.2018)

Appendix- 59
Format for Issue of Award/Acceptance letter for Global Tender
[Refer Section 31.5.3]

No. Dt:
To,

Sub: (Correct name of work as entered in tender document).

Refer 1. Your Tender dated

2. Your letter No. dated

Dear Sir(s),
1. Your tender for the work mentioned above is hereby accepted on behalf of Chairman,
Airports Authority of India, at the item rates/percentage rate quoted by you (along with the
negotiated rates for items nos. -------) totaling to Rs. (Rupees
only) which is
% above the estimated cost put to tender of Rs. Lac
2. DGM/JGM/ GM (C/E), AAI, Airport, , shall be the
Engineer – in – charge of the work. You are requested to attend the office of
DGM/JGM/GM (C/E), AAI, by
to sign and complete the contract agreement. The contract agreement
shall be executed on a non-judicial stamp paper of value Rs. (Rupees only)
and the cost of the stamp paper shall be borne by you.

3. The earnest money amount of Rs…………….(Rupees………………) received along wih


your tender will be treated and converted as part of security deposit as per Clause No…..
on page no.;…. Of contract document. Please deposit
Rs………………………(Rupees…………) towards security deposit within 10 days from
the date of issue of this letter failing which, the same will be deducted as per condition of
Clause no………..at page no….of contract document.

4. Within 30 days of issue of acceptance letter, you shall submit to AAI, a performance
Guarantee as per condition of clause on page for an amount of Rs
(Rupees only) in the form of
Bank Guarantee on the Proforma appended at Annexure – on of Contract
Document.( If it is applicable).

5. You are requested to comply with the provision of Contract labour (Regulation and
Abolition) Act 1970 and contract labour (Regulation and Abolition) Central rules 1971
Child Labour (Prohibition & Regulation) Act 1986, Construction Workers (Regulation of
A- 144
Employment and Condition of Service) Act 1996, Building and other construction Workers
Welfare Cess Act 1996 as specified in Clause ….. on page no……….of GCC of tender and
rules of Central and State Government.

6. You are also directed to contact DGM/JGM/ GM (C/E) immediately who will arrange to
hand over the site to you.

7. Please note that the time allowed for carrying out the work shall be ( ) months and same
shall be reckoned from the 10th day after issue of this letter.

8. Any further correspondence in connection with the contract should normally be addressed
to the Engineer – in –charge.

9. Please acknowledge the receipt and return the duplicate copy of this letter enclosed
herewith after signing it to the undersigned as a token of acceptance.

Yours faithfully,

DGM/JGM/GM (Engg)
For and on behalf of the Chairman,
Airports Authority of India.
Copy to:
1. RED, AAI, Region.
2. GM (Engg), AAI, Region.
3. GM (F&A), AAI, Region
4. DGM Engg (C), AAI, _ Region.
5. DGM Engg (E), AAI, _ Region
6. S.M. (Aero), AAI, Region.
7. S.M. Engg (C), AAI, Region………comparative statement of tenders
received is also enclosed.
8. Labour Commissioner, .
9. Regional Provident Fund Commissioner, .
Internal:
1. Executive Director (Engg.), AAI, CHQ.
2. Executive Director (F & A), AAI, CHQ.
3. Executive Director (Plg), AAI, CHQ.
4. Executive Director (PMQA), AAI,CHQ.
5. Executive Director (CNS-Plg), AAI, CHQ.
6. General Manager, Engg (Elect.) AAI, CHQ.
DGM/JGM/GM (Engg)

A- 145
Appendix- 59
Format for Issue of Award/Acceptance letter for Global Tender
[Refer Section 31.5.3]

No. Dt:
To,

Sub: (Correct name of work as entered in tender document).

Refer 1. Your Tender dated

2. Your letter No. dated

Dear Sir(s),
1. Your tender for the work mentioned above is hereby accepted on behalf of Chairman,
Airports Authority of India, at the item rates/percentage rate quoted by you (along with the
negotiated rates for items nos. -------) totaling to Rs. (Rupees
only) which is
% above the estimated cost put to tender of Rs. Lac
2. DGM/JGM/ GM (C/E), AAI, Airport, , shall be the
Engineer – in – charge of the work. You are requested to attend the office of
DGM/JGM/GM (C/E), AAI, by
to sign and complete the contract agreement. The contract agreement
shall be executed on a non-judicial stamp paper of value Rs. (Rupees only)
and the cost of the stamp paper shall be borne by you.

3. The earnest money amount of Rs…………….(Rupees………………) received along wih


your tender will be treated and converted as part of security deposit as per Clause No…..
on page no.;…. Of contract document. Please deposit
Rs………………………(Rupees…………) towards security deposit within 10 days from
the date of issue of this letter failing which, the same will be deducted as per condition of
Clause no………..at page no….of contract document.

4. Within 30 days of issue of acceptance letter, you shall submit to AAI, a performance
Guarantee as per condition of clause on page for an amount of Rs
(Rupees only) in the form of
Bank Guarantee on the Proforma appended at Annexure – on of Contract
Document.( If it is applicable).

5. You are requested to comply with the provision of Contract labour (Regulation and
Abolition) Act 1970 and contract labour (Regulation and Abolition) Central rules 1971
Child Labour (Prohibition & Regulation) Act 1986, Construction Workers (Regulation of

A- 146
Employment and Condition of Service) Act 1996, Building and other construction Workers
Welfare Cess Act 1996 as specified in Clause ….. on page no……….of GCC of tender and
rules of Central and State Government.

6. You are also directed to contact DGM/JGM/ GM (C/E) immediately who will arrange to
hand over the site to you.

7. Please note that the time allowed for carrying out the work shall be ( ) months and same
shall be reckoned from the 10th day after issue of this letter.

8. Any further correspondence in connection with the contract should normally be addressed
to the Engineer – in –charge.

9. Please acknowledge the receipt and return the duplicate copy of this letter enclosed
herewith after signing it to the undersigned as a token of acceptance.

Yours faithfully,

DGM/JGM/GM (Engg)
For and on behalf of the Chairman,
Airports Authority of India.
Copy to:
1. RED, AAI, Region.
2. GM (Engg), AAI, Region.
3. GM (F&A), AAI, Region
4. DGM Engg (C), AAI, _ Region.
5. DGM Engg (E), AAI, _ Region
6. S.M. (Aero), AAI, Region.
7. S.M. Engg (C), AAI, Region………comparative statement of tenders
received is also enclosed.
8. Labour Commissioner, .
9. Regional Provident Fund Commissioner, . Internal:
1. Executive Director (Engg.), AAI, CHQ.
2. Executive Director (F & A), AAI, CHQ.
3. Executive Director (Plg), AAI, CHQ.
4. Executive Director (PMQA), AAI,CHQ.
5. Executive Director (CNS-Plg), AAI, CHQ.
6. General Manager, Engg (Elect.) AAI, CHQ.

DGM/JGM/GM (Engg)

A- 147
Appendix- 59 A

Standard format for issue of Letter of Intent (L.O.I.)

[Refer section no. 30.2.5/31.5.3]

No . Dt.

To,

Sub: - (Correct name of work as entered in NIT).

Ref: 1. E-bid Invitation No.


2.Your technical bid dated opened on and financial bid dated opened on
through CPP Portal.
3.Refer - i, ii, iii of correspondence letters.

Dear Sir (S),

1. Your tender for the work mentioned above is hereby accepted on behalf of Chairman,
Airports Authority of India, at the item rates quoted by you totaling to Rs.
(Rupees) only) which is %
above the estimated cost put to tender of Rs. Lac.

2. You are here by requested to start mobilization/preparatory activities for the commencement
of work. Please note the time allowed for completion of the work is months.

3. Any further correspondence in connection with the contract should normally be addressed to
the SM/AGM [C/E] Engg, AAI, Airport.

4. Kindly note that this LOI forms part of the agreement and the detailed work order follows.

Kindly acknowledge the receipt of LOI and convey your acceptance for the same.

Copy to:

1. RED, AAI, Region.


2. GM (Engg), AAI, Region.
3. GM (F&A), AAI, Region.
4. DGM Engg (C ), AAI, _ Region.
5. DGM Engg (E ), AAI, _ Region.
6. SM (Aero),, AAI, Region.
7. SM Engg (C ), AAI, Region .

A- 148
Internal:
1. Executive Director (Engg.), AAI,CHQ.
2. Executive Director (F & A.), AAI,CHQ.
3. Executive Director (Plg), AAI,CHQ.
4. Executive Director (PMQA),AAI, CHQ
5. Executive Director (CNS-Plg), AAI,CHQ.
6. General Manager (Engg ) AAI, CHQ.

For and on behalf of Chairman


Airports Authority of India

A- 149
Appendix 60
EMD for (Global Tender)
[Refer Section 31.7, 38.3.3 & 38.3.2 (e)]

To

THE CHAIRMAN,
AIRPORTS AUTHORITY OF INDIA
RAJIV GANDHI BHAWAN,
SAFDARJUNG AIRPORT
NEW DELHI – 110003.

Dear Sir,

We (full name of the banker) hereby refer to the tender for (Fill in the name of work) between
the Airports Authority of India as purchaser and M/s. (fill in the name of firm) as tenderer providing
in substance for the work “------------------------------------------------------------------”. Particularized in
said tender, to which specific reference is made. Under the terms of said tender, the tenderer is
required to provide a bank guarantee in a form acceptable to the purchaser for the amount of US $
on account of EMD.

In view of the foregoing and pursuant to the terms of the said tender, which tender is referred to
and made a part thereof as fully and to the same extent as if copied at length hereon, we hereby
absolutely and unconditionally guarantee to the purchaser, performance of the terms and conditions
of the said tender. The guarantee shall be construed as an absolute, unconditional and direct
guarantee of the performance of the tender without regard to the validity, regularity or enforceability
of any obligation of the parties to the tender.

The purchaser shall be entitled to enforce this guarantee without being obliged to resort initially
to any other security or to any other remedy to enforce any of the obligations herein guaranteed any
may pursue any or all of its remedies at one or at different times. Upon default of the tender, we
agree to pay to the purchaser on demand and without demur the sum of US $ or any part
thereof, upon presentation of a written statement by the purchaser that the amount of said demand
represents damages due from the tenderer to the purchaser by virtue of breach of performance by the
tender under the terms of the aforesaid tender. The determination of the fact of breach and the

A- 150
amount of damages sustained and or liability under the guarantee shall be in the sole discretion of the
purchaser whose decision should be conclusive and binding on the guarantor.

It is mutually agreed that the purchaser shall have the fullest liberty without affecting in any
manner our obligation hereunder with or without our consent to vary any of the terms of the said
tender or to extend the time for performance by the tenderer, from time to time any of the powers
exercisable by the purchaser against the tender and either to forebear or on force any of the terms and
conditions relating to the said tender and we shall not be relieved from our liability by reasons of any
variation of any extension being granted to the tender or for any forbearance act or commission on
the part of the purchaser or any indulgence by the purchaser to the tenderer or by any such matter or
thing whatsoever which under the law relating to the sureties would but for this provision have effect
of so relieving our obligation.
This guarantee is confirmed and irrevocable and shall remain in effect until
(the validity should be 180 days from the date of opening of technical bid) and such extended
periods, which may be mutually agreed to. We hereby expressly waive notice to any said extension
of the time for performance and alternation or change in any of the terms and conditions of the said
tender.

Very truly yours,

A- 151
(Letter of understanding from the Depositor to Bank to be submitted along with EMD to Airports
Authority of India)

The Branch Manager,

………………... Bank,

……………….……….

Sub: My / Our Bank Guarantee bearing No………… dated for ………… amount …………..
issued in favour of Airports Authority of India A/c ………………

Sir,

The subject Bank Guarantee is obtained from your branch for the purpose of security / Earnest
Money on account of contract awarded/to be awarded by M/s AAI to me/us.

I hereby authorize the Airports Authority of India in whose favour the deposit is made to close the
subject Bank Guarantee before maturity / on maturity towards adjustment of dues without any
reference /consent/notice from me our side and the bank is fully discharged by making the payment
to Airports Authority of India.

Signature of the Depositor

Place :

Date:

A- 150
Appendix-61

FORM. “C”- format for Bank Guarantee towards Security Deposit (Global Tender)
(To be submitted on a Non- Judicial stamp paper of worth INR 100.00)

(Refer Section-31.8.2.1)

To,
THE CHAIRMAN,
AIRPORTS AUHTORITY OF INDIA,
RAJIV GANDHI BHAWAN,
SAFDARJUNG AIRPORT,
NEW DELHI – 110003, INDIA.

1. In consideration of the Airports Authority of India having its head office at New Delhi
(hereinafter called the “AAI” which expression shall unless repugnant to the subject or
context include its administrators, successors and assigns) having agreed under the terms and
conditions of Order No. dated made between M/s a company having its
registered office in the state of (hereinafter called the “the said contractor” which
expression shall unless the context requires otherwise include its administrators, successors
and assigns) and AAI in connection with the work of
(hereinafter called the said contract), to accept Deed of
Guarantee as herein provided’ for (fill the amount in
appropriate currency) in lieu of the Security Deposit to be made by the contractor or in lieu of
the Security be made from the contractor’s bills, for the due fulfillment by the said contractor
of the terms and conditions contained in the said Contract. We, the bank
(hereinafter referred to as hereby undertake and agree to indemnify and keep indemnified
AAI from time to time to the extent of (fill the amount in appropriate
currency) against any loss or damage, costs, charges and expenses caused to or suffered by or
that may be caused to or suffered by AAI by reason of any breach or breaches by the said
contractor of any of the terms and conditions contained in the said contract and to
unconditionally pay the amount claimed by AAI on demand and without demur to the extent
aforesaid.

2. We, the Bank, further agree that AAI shall be the sole judge of & as to
whether the said contractor has committed any breach or breaches of any of the terms and
conditions of the any breach or breaches of any of the terms and conditions of the said
contract and the extent of loss, damage, costs, charges & expenses caused to or suffered by or
that may be caused to or suffered by AAI on account thereof and the decision of AAI that the
said contractor has committed such breach or breaches & as to the amount or amounts of loss,
damage, costs, charges & expenses caused to or suffered by or that may be caused to or
suffered by AAI from time to time shall be final & binding on us.

3. We, the said Bank, further agree that the Guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said contract and
till all the dues of AAI under the said contract or by virtue of any of the terms and conditions
governing the said contract have been fully paid and its claims satisfied or discharged and till
the Accepting Authority of the contract certifies that the terms and conditions of the said
contract certifies that the terms and carried out by the said contractor and accordingly
discharges this guarantees subject, however that AAI shall have no claim under this guarantee
after 90 (Ninety) days from the date of expiry of the Defects Liability Period as provided in
the said Contract, i.e., (date) or from the date of cancellation of the said

A- 151
contract, as the case may be , unless a notice of the claim under this Guarantee has been
served on the Bank before the expiry of the said period in which case the same shall be
enforceable against the Bank notwithstanding the fact, that the same is enforced after the
expiry of the said period.

4. AAI shall have the fullest liberty without affecting in any way the liability of the Bank under
this Guarantee or Indemnity from time to time to vary any of the terms and conditions of the
said contract or to extend time of performance by the said contractor or to postpone for any
time and from time to time any of the powers exercisable by it against the said of terms and
conditions governing the said contract or securities available to AAI and the said Bank shall
not be released from its liability under these presents by any aforesaid or by reason of time
being given to the said contractor or any other forbearance, act or omission on the part of AAI
or any indulgence by AAI to the said contractor or any other matter or thing whatsoever
which under the law relating to sureties would but for this provisions have the effect of so
releasing the Bank from its such liability.

5. It shall not be necessary for AAI to proceed against the contractor before processing against
the Bank and the Guarantee herein contained shall be enforceable against the Bank,
notwithstanding any security which AAI may have obtained or obtain from the Contractor at
the time when proceedings are taken against the Bank here under be outstanding or
unrealized.

6. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except
with the previous consent of AAI in writing and agree that any charge in the Constitution of
the said Contractor or the said Bank shall not discharge our liability hereunder.

Dated this Day of

In presence of:

WITNESS

1.
2.

For and on behalf of (The Bank)

Signature
Name & Designation
Authorization No.
Name & Place
Bank’s Seal

The above Guarantee is accepted by Airports Authority of India


For and on behalf of Airports Authority of India
Signature
Name
Designation
Dated

A- 152
Appendix-62

FORM. “C 1”-format for Letter of undertaking from the Depositor to Bank (Global Tender)
(To be submitted along with Security Deposit to Airport Authority of India)

(Refer Section-31.8.2.1)

(To be submitted in the Letter head of the firm)

The Branch Manager,


………………..Bank,
…………………….

Sub: - My / Our Bank Guarantee bearing No……..dated ……. for amount……. Issued in favour
of Airport Authority of India A/c……………

Sir,

The subject Bank Guarantee is obtained from your bank for the purpose of Security Deposit/
Earnest Money /Performance Guarantee on account of contract awarded / to be awarded by M/s
Airports Authority of India to me / us.

I hereby authorized the Airport Authority of India in whose favour the deposit is made to
close the subject Bank Guarantee before maturity/ on maturity toward adjustment of dues without
any reference /consent /notice from me / our side and the bank is fully discharged by making the
payment to Airport Authority of India.

Signature of the Depositor

Place:

Date:

A- 153
Appendix-63

FORM-“D”-form of Performance Bank Guarantee for Performance of Contract(Global Tender)


(Refer Clause 19 of Tender Document of Section – GCC)
(Refer Section-31.9.1)
(To be stamped in accordance with stamp Act)
(The non-judicial stamp paper should be in the name of issuing bank)

To
THE CHAIRMAN,
AIRPORTS AUTHORITY OF INDIA,
RAJIV GANDHI BHAWAN,
SAFDARJUNG AIRPORT,
NEW DELHI - 110 003, INDIA.

Dear Sir,

In consideration of the Chairman, Airports Authority of India (hereinafter called “AAI”) having
offered to accept the terms and conditions of the proposed agreement between AAI and
……..(hereinafter called the said Contractor(s)) for the work ……….(hereafter called ‘the said
agreement’) having agreed to production of a irrevocable Bank Guarantee for (fill the
amount in appropriate currency) as a performance / guarantee from the contractor(s) for compliance
of his obligations in accordance with the terms and conditions in the said agreement.

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 ……(amount)…… on demand by
AAI.

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 due 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 …..(amount)…….

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.

A- 154
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 continue 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 discharged or
till Engineer-in-charge on behalf of AAI certified that the terms and conditions of the said 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 without 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 of so relieving us.

6. This guarantee will not be discharged due to the charge 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.

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 …...(amount)……. or
the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand
discharged.

Dated this Day of

In presence of:

WITNESS

A- 155
1.

2.

For and on behalf of (The Bank)

Signature
Name & Designation
Authorization No.
Name & Place
Bank’s Seal

The above Guarantee is accepted by Airports Authority of India.


For and on behalf of Airports Authority of India.
Signature
Name

Designation
Dated

A- 156
Appendix-64

FORM “D1”-format for letter of understanding from the Depositor to Bank(Global Tender)
(To be submitted along with Performance Guarantee to Airports Authority of India)

(Refer Section-31.9.1)
(To be submitted in the Letter head of the firm)

The Branch Manager,


……………….Bank,
……………………

Sub:- My /Our Bank Guarantee bearing No………..dated ……. for amount……. issued in
favour of Airports Authority of India A/c……………

Sir,

The subject Bank Guarantee is obtained from your branch for the purpose of Security
Deposit/Earnest Money/Performance Guarantee on account of contract awarded/ to be awarded by
M/s Airports Authority of India to me / us.

I hereby authorize the Airports Authority of India in whose favour the deposit is made to
close the subject Bank Guarantee before maturity/ on maturity towards adjustment of dues without
any reference/consent/notice from me/our side and the bank is fully discharged by making the
payment to Airports Authority of India.

Signature of the Depositor

Place:
Date:

A- 157
Appendix -65

List of documents to be submitted for release of 70% of FOB cost against imported equipments
covered under SOQ-1 of global tender

Refer Section 31.16.1(b)

1. Signed Commercial invoice in original and four copies.

2. Bill of Lading / Waybill.

3. Certificate of country of origin issued by independent bodies like Chamber of Commerce, in


duplicate.

4. Packing List.

5. Supplier’s test certificate and confirmation that the system dispatched meets the contract
specifications and relevant standards in all respects.

6. Dispatch Instruction certificate Issued by AAI inspector.

7. Insurance certificate with related documents.

A- 158
Appendix – 66

List of documents required for release of 10% payment of the FOB cost of SOQ-1 for global
tenders

[Refer Section31.16.1(c)]

The 10% of the FOB cost of SOQ-1 (subject to L.D if any as per clause ) shall be released at
respective airports on receipt of material. Following documents shall be submitted by the
contractor for release of this payment to the airport in charge at each airport.
A) Certificate of receipt of Equipments received in good condition issued by AAI’s Engineer-in-
charge in duplicate.

B) Certificate issued by Engineer In-charge in which it is clearly mentioned the payment to be


released after adjusting all dues/recoveries etc which the firm might have rendered themselves
liable as per provision of contract.

Payment would be released after adjusting any adjustments/withholdings/recoveries towards


liquidated damages/compensation for delay, if any which the firm might have rendered
themselves liable as per provision of contract.

A- 159
Appendix -67

List of documents required for release for 20% payment of FOB cost for global tender

[Refer Section 31.16.1(d)]

On successful completion of installation testing and commissioning of equipment/systems at each


designated Airport, 20% of FOB value of each airport will be released (subject to L.D if any as
per clause ) on submission of following documents

A) Certificate of completion issued by AAI’s Engineer in charge in duplicate.

B) Certificate issued by AAI’s Engineer in charge that the requisite factory training has been
given to AAI Engineers by the tenderer in duplicate.
C) Certificate issued by Engineer In-charge in which it is clearly mentioned the payment to
be released after adjusting all dues/recoveries etc which the firm might have rendered
themselves liable as per provision of contract.

Payment would be released after adjusting any adjustments/withholdings/recoveries towards


liquidated damages/compensation for delay, if any which the firm might have rendered
themselves liable as per provision of contract.

A- 160
Appendix 68
List of works for execution of which contractors must possess electrical license

[Refer Section 33.2.1]

Sl. Nature of work Whether electrical license required


or not for registered electrical
contractor/specialized firms

Erection / Installation, Testing and


Commissioning of
1 Sewage treatment plant. No
2 HT and LT Switchgear. Yes
3 Air-conditioning plants. No
4 Lifts, escalators and conveyors No
5 Simultaneous interpretation systems. No
6 Transformers. Yes
7 Diesel generating sets. Yes
8 Refrigerators No
9 Cold storage plant. No
10 Water coolers. No
11 Hot water/steam boilers. No
12 Public address system; conferencing system, No
13 Stage lighting. Yes
14 Ground Lighting Facilities such as Runway No
lighting, taxiway lighting and approach
lighting system including Constant Current
Regulators, relays and control panels
15 Supply and erection of High Mast lighting. Yes
16 Temporary illumination, security lighting Yes
and wiring for power outlets for metal
detectors in connection with VVIP
Movements, Inauguration of Buildings etc.
17 Security system and alarm No
18 Building automation system. No
19 Firefighting equipment (including wet riser No
and sprinkler system, portable fire
extinguishers), fire detection and alarm and
any other co-related items.
20 Hydraulic platform/lift: No
21 Internal EI works/External lighting works Yes
including street lighting and flood lighting
works.
22 Repairs and calibration of various types of Yes
measuring instruments and relays etc.
23 Energy conservation measures for lighting. No

24 Testing of transformer oil and dehydration Yes


and other type of high potential test.

A- 161
Note: For all works involving installation, testing, commissioning /maintenance/ up-
gradation of electrical systems / facilities/electrical control panels / switchgears /
electrical cabling / jointing, ground lighting etc, persons working on such system
must possess valid appropriate electrical wireman/ electrician / Supervisor license as
applicable / competency certificate issued by the appropriate licensing authority of
Central / State Govt. for that particular State / Region etc.

A- 162
Appendix 69

Format for Comparison of tenders on Recall

[Refer Section No. 34.5.3]

Name of work :

Date of 1st Call :

Date of 2nd Call:

S. Item Unit Qty Estimated Lowest tender


Justified Lowest tender Remarks
N. No. of 1st Call of 2nd Call
Rate Amount Rate Amount Rate Amount Rate Amount
1 2 3 4 5 6 7 8 9 10 11 12 13

Total

Reasons for difference in cost of 1st call and second /subsequent call:-

Asstt. Manager/Manager Engg AM/Manager (Finance) Accepting Authority

A- 163
Appendix – 70

Guarantee Bond for Water Proofing and Anti-Termite Treatment

[Refer Section 35.4.3]

This agreement made this ------------ day of ------------ Two thousand and ---------------- between M/s
------------------------------------------------------------------------------- [hereafter called the Guarantor] of
the one part and the Chairman, Airports Authority of India [hereinafter called the Authority] of the
other part.

Whereas this agreement is supplementary to the contract (thereinafter called the contract) dated ------
--------- made between the GUARANTOR of the one part and Authority of the other part whereby
the contractor inter-alia undertook to render the buildings and structures in the said contract recited
completely Termite proof /water & leak proof.

And whereas the GUARANTOR agreed to give a guarantee to the effect that the said structure will
remain Termite-proof/Water and leak proof for 5 years to be reckoned from the date after the
maintenance period prescribed in contract expires.

During this period of guarantee the guarantor shall make good all defects and for that matter, shall
replace at his risk and cost such wooden members etc. as may be damaged by termites and in case of
any other defect being found he shall render the building termite proof/water and leak proof at his
cost to the satisfaction of the Engineer-in-charge and shall commence the works of such rectification
within 7 days from date of issuing notice from the Engineer-in-charge calling upon him to rectify the
defects failing which the work shall be got done by the Department by some other contractor at the
GUARANTOR’S cost and risk and in the latter case the decision of the Engineer-in-charge as to the
cost recoverable from the Guarantor should be final and binding.

That, if the Guarantor fails to execute the Anti-Termite treatment/Water Proofing Treatment or
commits breaches hereunder, then the Guarantor will indemnify Authority and his successors against
all loss, damage, cost, expense, or otherwise which may be incurred by him by reason of any, default
on the part of the GUARANTOR in performance and observance of this supplemental agreement. As
to the amount of loss and/or damage and/or cost incurred by the Authority the decision of the
Engineer-in-charge will be final and binding on the parties.

IN WITNESS WHEREOF these presents have been executed by the obligator ---------------------------
----------------------------------------------------------- and by ------------------------------ for and behalf of
the Airports Authority of India on the day, month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of: -

1.

2.

A- 164
SIGNED for and on behalf of THE AIRPORTS AUTHORITY OF INDIA by ---------------------------
in the presence of: -

1.

2.

CONTRACTOR SENIOR MANAGER ENGINEER [CIVIL]

A- 165
Appendix -71

Performa of Tender Opening Register

[Refer to Para no. 37.3.5& 37.5.2]

1. Name of work
2. A/A&E/S number with Date and Amount
3. Number and date of T/S
4. Technically sanctioned Amount
5. Estimated Cost put to tender
6. Nos. of application received
7. Nos. of application rejected
8. Nos. of tender issued

Sl Date of Name of Percentage Total Earnest Money Signature of Remarks


Opening Tenderer above of amount Amount Details representative
below quoted deposited of FD/ of the
quoted in in case Demand tenderer
case of of item Draft
percentage rate etc.
rate tender tender
or
lump-
sum
tender

1 2 3 4 5 6 7 8 9

Certified that out of tenders issued, only tenders as mentioned above and no
other are received at 15:00 hrs. on and opened today at 15:30 hrs. and that no departure from
authorized procedures have occurred in the manner of receipt and opening of above tenders.

1. Signature with date of officer opening tender 2. Signature with date of officer opening tender
Name Name
Designation Designation

A- 166
Appendix -72

Time Schedule for Scrutiny of Tenders

[Refer Section 36.12.2 and Section 37.6.9]

Classification of tenders Assistant SM/AGM DGM / GM / ED WAB


Manager (Engg) JGM
/Manager
Tenders within the powers of 7 days ---- ---- ---- ----
AM/Mgr (Engg.) award

Tenders within the powers of ---- 7 days ---- ---- ----


SM/AGM ( Engg) to award

Tenders requiring orders of ----


authority higher than SM/AGM
(Engg)
a] Scrutiny & disposal 9 days 07 10 days 10 days
days
b] Disposal by SM/AGM(Engg) 03 days
after receipt of orders from higher
authority

NOTE: The time schedule given above relates to tenders other than lump-sum tenders. For the
later type of tenders, two days more may be allowed at each stage, except for serial-3 [b].

A- 167
Appendix 73
Memo forwarding Tenders to
Higher Authorities

[Refer Section 37.6.12]

1. Name of work :

2. Ref. to Administrative. Approval &


Expenditure Sanction

(i) No. & Date :

(ii) Amount :

(iii) Proportionate amount available for the :


work included in the present tender

3. Ref. to Tech. Sanction:

(i) No. & Date :

(ii) Amount :

4. Scope of work for which tenders have :


been called for. Clearly indicating the
items omitted from the sanction estimate

5. Ref. to Approval of NIT.

(i) Authority :

(ii) No. & Date :

A- 168
(iii) Est. Amt. put to tender :

6. Ref. to Publicity :

(i) Date on which notice inviting tender was :


placed on notice board
(ii) Date on which it was circulated to other :
offices
(iii) Name of Newspapers (With dates) in :
which the Notice Inviting tender was
actually advertised.

7(i) The date and time at which tenders were :


due to be received

(ii) Postponed Date and time, if any :

(iii) Reasons for postponement :

(iv) Reference to publicity in regard to :


postponement of tenders

8. The date from which tenders were :


available for sale to contractors

9. Particulars of contractors to whom tenders


Were sold quoting authority for issue of
Tenders to contractors not eligible to tender:

Name of contractor Class in Department in which Date of Remarks


which enlisted issue of
registered tenders

1 2 3 4 5
(i)

(ii)

A- 169
(iii)

(iv)

(v)

10. Opening of tenders
(i) Date and time at which tenders were due :
to opened
(ii) (a) Date and time at which tenders were :
actually opened

(b) Name & Designation of officers who :


actually opened the tenders

(iii) Names of contractors present at the time :


of opening of tenders

(iv) Name and designation of any other person :


present

(v) Have all the contractors deposited E.M. :

11. Positions of tenders received

Name of contractor Tender amount/ Net tendered amount or


%age after taking into
Percentage above
consideration the financial
or below effect of conditions

1 2 3

12. (i) Justified percentage as worked out by:

(a) SM/AGM Engg :

(b) DGM/JGM/GM Engg :

A- 170
13. Date of which validity of tenders expires :

14. Remarks and recommendations of the


Senior manager (Engg):
(i) Availability of site :

(ii) Availability of stipulated materials :

(iii) Approval to layout plans :

(iv) Approval to buildings, plans, clearance :


from local body

(v) Comments on the capabilities of three :


lowest tenders including their financial
and technical resources

(vi) List of works in hand with three lowest :


tenders indicating the name of work,
tendered amount, date of start, stipulated
period, progress made and remarks

(vii) Is this the first call of tenders? If not, :


details of previous calls & results

(viii) Justification :

(ix) Comments on the tender :

(x) Recommendation of the SM/AGM(Engg.) :

SM/AGM (Engg)

A- 171
(Amended on Dated : 26.03.2018)

Appendix- 74
Standard format for issue of award Letter
[Refer section no. 37.8.7]

No . Dt.

To,

Sub: - (Correct name of work as entered in tender document).

Ref: 1) Your E- tender dated

2) Your letter no. dated

Dear Sir (S),

1. Your E- tender for the work mentioned above is hereby accepted on behalf of Chairman,
Airports Authority of India, at the item rates/ percentage rate quoted by you (along with the
negotiated rates for items nos. …….) totaling to Rs. (Rupees
only) which is %
above/below the estimated cost put to tender of Rs. Lac.

2. SM/ AGM/ DGM/ JGM / GM (C/E), AAI, Airport, , shall be


the Engineer-in-charge of the work. You are requested to attend the office of SM/ AGM/
DGM/ JGM / GM (C/E), AAI by
to sign and complete the contract agreement. The contract agreement
shall be executed on a non-judicial stamp paper of value Rs. - (Rupees
only) and the cost of the stamp paper shall be borne by you.

3. The earnest money amount of Rs…………….(Rupees………………) received along wih


your tender will be treated and converted as part of security deposit as per Clause No…..
on page no.;…. Of contract document. Please deposit
Rs………………………(Rupees…………) towards security deposit within 10 days from
the date of issue of this letter failing which, the same will be deducted as per condition of
Clause no………..at page no….of contract document.

4. Within 30 days of issue of acceptance letter, you shall submit to AAI, a Performance
Guarantee as per condition of clause on page for an amount of Rs
(Rupees only) in the form of
Bank Guarantee on the Proforma appended at Annexure – on of Contract
Document. ( If it is applicable).

5. You are requested to comply with the provision of Contract labour (Regulation and
Abolition) Act 1970 and contract labour (Regulation and Abolition) Central rules 1971
Child Labour (Prohibition & Regulation) Act 1986, Construction Workers (Regulation of
Employment and Condition of Service) Act 1996, Building and other construction Workers
A- 172
Welfare Cess Act 1996 as specified in Clause ….. on page no……….of GCC of tender and
rules of Central and State Government.

6. You are also directed to contact SM/ AGM/ DGM/ JGM / GM (C/E) immediately who will
arrange to hand over the site to you.

7. Please note that the time allowed for carrying out the work shall be months and same
shall be reckoned from the 10th day after issue of this letter.

8. Any further correspondence in connection with the contract should normally be addressed
to the Engineer-in-charge.

9. Please acknowledge the receipt and return the duplicate copy of this letter enclosed
herewith after signing it to the undersigned as a token of acceptance.

Yours faithfully,

SM/ AGM/ DGM/ JGM / GM (C/E)


For and on behalf of the
Chairman, Airports
Copy to: Authority of India.
1. RED, AAI, Region.
2. GM (Engg), AAI, Region.
3. GM (F&A), AAI, Region.
4. DGM Engg (C ), AAI, _ Region.
5. DGM Engg (E ), AAI, _ Region.
6. SM (Aero),, AAI, Region.
7. SM Engg (C ), AAI, Region - comparative statement of tenders received are
also enclosed.
8. Labour Commissioner, .
9. Regional Provident Fund Commissioner, .

Internal:
1. Executive Director (Engg.), AAI,CHQ.
2. Executive Director (F & A.), AAI,CHQ.
3. Executive Director (Plg), AAI,CHQ.
4. Executive Director (PMQA), AAI,CHQ.
5. Executive Director (CNS-Plg), AAI,CHQ.
6. General Manager, Engg (Elect) AAI, CHQ.

--SD--
SM/ AGM/ DGM/ JGM / GM (C/E)

A- 173
Appendix 75
Form of Bank Guarantee against Earnest Money Deposit (Indian Bidder)

[Refer Para no. 38.3.2 (d)]

WHEREAS, contractor (Name of contractor) (hereinafter called “the


contractor”) has submitted his tender dated _ (date) for the construction of “
”(name of work) (hereinafter called “the TENDER”).

KNOW ALL PEOPLE by these presents that we (name of bank) having our
registered office at _ (hereinafter called “the bank”) are bound unto
(Name of Senior Manager) (hereinafter called “the Engineer-in-charge”) in the
sum of Rs. (Rs. In words ) for which payment well truly
to be made to the said Engineer-in-charge the bank binds itself, his successors and assigns by these
presents.

SEALED with the Common Seal of the Bank this day of 20


.
THE CONDITIONS of this obligation are:
(2) If after tender opening the Contractor withdraws, his tender during the period of validity of
tender (including extended validity of tender) specified in the Form of Tender.

(3) If the contractor having been notified of the acceptance of his tender by the engineer-in-charge.

a) Fails or refuses to execute the form of Agreement in accordance with the instructions to
contractor, if required –
OR
b) Fails or refuses to furnish the performance guarantee, in accordance with the provisions of
tender document and instructions to contractor,
OR
c) Fails or refuses to start the work, in accordance with the provisions of the contract and
instructions to contractor,
OR
d) Fails or refuses to submit fresh bank guarantee of an equal amount of this bank guarantee
against security deposit after award of contract.

We undertake to pay to the engineer-in-charge either up to the above amount or part thereof upon
receipt of his first return demand, without the engineer-in-charge having to substantiates his demand,
provided that in his demand the engineer-in-charge will note that the amount claimed by him is due
to him owing to the concurrence of one or any of the above conditions, specifying the occurred
condition or conditions.
This guarantee will remain in force up to and including the date* after the deadline
for submission of tender as such deadline is stated in the instructions to contractor or as it may be
A- 174
extended by the engineer-n-charge , notice of which extension (s) to the bank is hear by waived. Any
demand in respect of this guarantee should reach the bank not later than the above date.

DATE ……………………….. SIGNATURE OF THE BANK


WITNESS ……………………….. SEAL
(SIGNATURE NAME AND ADDRESS)

 Date to be worked out on the basis of validity period of 6 months from last date of receipt of
tender.

A- 175
Appendix 76
Format of Bank Guarantee in lieu of Security Deposit in Individual Contract

(On Non-Judicial Stamp Paper)


[Refer Section 39.2.1]

To
The Airports Authority India

1. In consideration of the Airports Authority India having its head office at New Delhi
(hereinafter called the “AAI” which expression shall unless repugnant to the subject or
context include its administrators, successors and assigns) having agreed under the terms and
conditions of Contract Agreement No. dated made between
and AAI in connection with the work of
(hereinafter called the said contract), to accept Deed of
Guarantee as herein provided’ for Rs. (Rupees
only) in lieu of the Security deposit to be made by the contractor or
in lieu of the deduction to be made from the contractor’s bills, for the due fulfilment by the
said Contractor of the term and conditions contained in the said Contract. We, the
bank (hereinafter referred to as “the said Bank” and having our registered
office at do hereby undertake and agree to indemnify and keep indemnified
AAI from time to time to the extent of Rs. (Rupees
only) against any loss or damage, costs, charges and expenses
caused to or suffered by or that may be caused to or suffered by AAI by reason of any breach
or breaches by the said Contractor of any of the terms and conditions contained in the said
contract and to unconditionally pay the amount claimed by AAI on demand and without
demur to the extent aforesaid.

2. We, the Bank, further agree that AAI shall be the sole judge of and as
to whether the said Contractor has committed any breach or breaches of any of the terms and
conditions of the said contract and the extent of loss, damage, costs, charges and expenses
caused to or suffered by or that may be caused to or suffered by AAI on account thereof and
the decision of AAI that the said Contractor has committed such breach or breaches and as to
the amount or amounts of loss, damage, costs, charges and expenses caused to or suffered by
or that may be caused to or suffered by AAI from time to time shall be final and binding on
us.

3. We, the said Bank, further agree that the Guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said Contracts and
till all the dues of AAI under the said Contract or by virtue of any of the terms and conditions
governing the said Contract have been fully paid and its claims satisfied or discharged and till
the Accepting Authority of the contract certifies that the terms and conditions of the said
Contract have been fully and properly carried out by the said Contractor and accordingly
discharges this guarantee subject, however that AAI shall have no claim under this Guarantee
after 90 (Ninety) days from the date of expiry of the Defects Liability Period as provided in
the said Contract, i.e., (date) or from the date of cancellation of the said
Contract, as the case may be, unless a notice of the claim under this Guarantee has been
served on the Bank before the expiry of the said period in which case the same shall be
enforceable against the Bank notwithstanding the fact, that the same is enforced after the
expiry of the said period.

A- 176
4. AAI shall have the fullest liberty without affecting in any way the liability of the Bank under
this Guarantee or Indemnity from time to time to vary any of the terms and conditions of the
said contract or to extend time of performance by the said Contractor or to postpone for any
time and from time to time any of the powers exercisable by it against the said Contactor and
either to enforce or forbear from enforcing any of terms and conditions governing the said
Contract or securities available to AAI and the said Bank shall not be released from its
liability under these presents by any exercise by AAI of any liberty with reference to the
matters aforesaid or by reason of time being given to the said Contractor or any other
forbearance, act or omission on the part of AAI or any indulgence by AAI to the said
Contractor or any other matter or thing whatsoever which under the law relating to sureties
would but for this provisions have the effect of so releasing the Bank from its such liability.

5. It shall not be necessary for AAI to proceed against the Contractor before proceeding against
the Bank and the Guarantee herein contained shall be enforceable against the Bank,
notwithstanding any security which AAI may have obtained or obtain from the Contractor at
the time when proceedings are taken against the Bank hereunder be outstanding or unrealised.

6. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except
with the previous consent of AAI in writing and agree that any change in the Constitution of
the said Contractor or the said Bank shall not discharge our liability hereunder.

In presence of: Dated this Day of

WITNESS

1. For and on behalf of (The Bank)

Signature
2. Name & Designation

Authorisation No.
Name & Place
Bank’s Seal

The above Guarantee is accepted by Airports Authority of India.


For and on behalf of Airports Authority of India.
Signature
Name
Designation
Dated

Note:
*For Proprietary Concerns

Sh. son of’ resident of carrying on


business under the name and style of at (hereinafter called “the said
Contractor” which expression shall unless the context requires otherwise include his heirs, executors,
administrators and legal representatives).

For Partnership Concerns


1. Sh. son of resident of

A- 177
2. Sh. son of resident of carrying on business in co-partnership under the name
and style of at (hereinafter collectively called “the said contractor” which
expression shall unless the context requires otherwise include each of them and their respective
heirs, executors administrators and legal representatives).

For Companies

M/s a Company registered under the Companies Act, 1956 and having its
registered office in the State of (Hereinafter called “the said Contractor” which expression shall
unless the context requires otherwise include its administrators, successors and assigns).

A- 178
Appendix –77

Format for Performance Bank Guarantee

Bank Guarantee Bond

[Refer Section 39.4.2]

1. In consideration of the Chairman, AAI (hereinafter called “AAI”) having offered to accept the terms
and conditions of the proposed agreement between
………………………………….and…………….. [herein after called the said Contractor(s)] for the
work ……………………………. (Hereinafter “the said agreement”) having agreed to production of
a 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.

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 AAI.

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 due 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 his 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 continue 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 discharged or
till Engineer-in-charge on behalf of AAI certified that the terms and conditions of the said agreement
have been fully and properly carried out by the said contactor(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 without 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 in the said contractors (s) and to forebear or enforce any of the
terms and conditions relating to the said agreement and we shall not be relived from our liability by

A- 179
reason of any such variation, or extensions 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 of so relieving.

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) or the extended date of expiry of this guarantee all our
liabilities under this guarantee shall stand discharged.

In presence of: Dated this Day of

WITNESS

1. For and on behalf of (The Bank)

Signature
2. Name & Designation

Authorisation No.
Name & Place
Bank’s Seal

The above Guarantee is accepted by Airports Authority of India.


For and on behalf of Airports Authority of India.
Signature
Name
Designation
Dated

Note :- * Date of validity should be schedule date of completion + six months.

A- 180
Appendix 78

Guarantee for Removal of Defects

Guarantee to be Executed by Contractors for removal of defects after Completion in Respect of


Water Proofing Works

[ReferSection41.3.1]

The Agreement made this ------------------------------- day of -------------------------- One thousand nine
hundred and -------------------- between ----------------------------------- son of -------------------------------
---- of -------------------------------- [hereinafter called the Guarantor of the one part] and the Chairman,
AAI [hereinafter called the Authority of other part].

WHEREAS THIS agreement is supplementary to a contract [hereinafter called the Contract] dated ---
------------------- and made between the GUARANTORY OF THE ONE PART and the Chairman,
AAI, whereby the Contractor, inter-alia undertook to render the buildings and structures in the said
contract recited completely water and leak proof.

AND WHEREAS THE GURANTOR agreed to give a guarantee to the effect that the said structures
will remain water and leak proof for five years from the date of giving of water proofing treatment.

NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him will
render the structures completely leak proof and minimum life of such water proofing treatment shall
be five years to be reckoned from the date after the maintenance period prescribed in the contract.

Provided that the guarantor will not be responsible for leakage caused by earthquake or structural
defects or misuse of roof or alteration and for such purpose.

[a] Misuse of roof shall mean any operation which will damage proofing treatment, like
chopping of firewood and things of the same nature which might cause damage to the
roof.
[b] Alteration shall mean construction of an additional storey or a part of the roof or
construction adjoining to existing roof whereby proofing treatment is removed in parts.
[c] The decision of the Engineer-in-charge with regard to cause of leakage shall be final.

During this period of guarantee the guarantor shall make good all defects and in case of any defect
being found render the building water proof to the satisfaction of the Engineer-in-charge at his cost
and shall commence the work such rectification within 7 days from the date of issue of the notice
from the Engineer-in-charge calling upon him to rectify the defects failing which the work shall be
got done by the department by some other contractor at the GUARANTOR’s cost and risk. The
decision of the Engineer-in-charge as to the cost, payable by the Guarantor should be final and
binding.

That if Guarantor fails to execute the water proofing or commits breach there under then the
Guarantor will indemnify the Principal and the successors against all loss, damage, cost, expense or
otherwise which may be incurred by him by reasons of any default on the part of the GUARANTOR
in performance and observance of this supplementary agreement. As to the amount of loss and / or
damage and / or cost incurred by the Government the decision of the Engineer-in-charge will be final
and binding on the parties.

A- 181
IN WITNESS WHEREOF these presents have been executed by the Obligator ------------------- and
by ------------------------------------- and for an on behalf of the Chairman, AAI on the day, month and
year first above written.

SIGNED, SEALED AND delivered by OBLIGATOR in the presence of: -

1.

2.

SIGNED FOR AND ON BEHALF OF CHAIRMAN, AAI ------------------------------------- IN


THE PRESENCE OF: -

1.

2.

A- 182
Appendix –79

Form of Supplementary Agreement


[Refer Section 42.7.1]

This Agreement made this day the …………… ….. between ………..hereinafter called the First party
which expression shall include his heirs, executors and administrators / their successors and assigns
and the Chairman, Airports Authority of India through ……….. hereinafter called the Second party
which expression shall include his successors assigns, shown as under:-

1. That this Agreement shall be called as Supplementary Agreement to the Agreement No.
…………….relating to the construction of ……………. entered into by the parties to this
agreement.

2. That WHEREAS the first party has substantially completed the execution of the work described
in and covered by the Agreement No. ……….. except the item mentioned in the schedule
annexed to this Agreement And whereas the items of the work mentioned in the schedule
annexed to this Agreement can’t now be executed on account of non completion of the sanitary
work, electric installation and some other work; and whereas both the parties are desirous that
the items mentioned in the schedule annexed to this agreement should be executed by the fist
party after the completion of the sanitary work, electric installation and some other work, it is
hereby further agreed as under:-

(a) That the first party shall and will execute the work covered by the items mentioned in the
schedule annexed to this agreement at the rates and as per the terms and conditions of the
original Agreement no. ………. whenever called upon to do so by the Engineer-In-Charge,
within a period of one year from the date hereof.

(b) That the first party shall have absolutely no claim of whatsoever nature against the second
party for doing the work mentioned in the schedule annexed to this Agreement as required
under clause (a) above, except that which he would be entitled to under the original
Agreement No………………

(c) That the first party shall be liable to execute all other items arising out of the original
Agreement No…………….. which in the opinion of the Engineer-In-Charge are necessary.

(d) That the first party shall start with the work of the remaining items mentioned in the
schedule annexed to this Agreement within …………….. days from …………. on the
receipt of a letter to the effect from the Engineer-In-Charge or from any date fixed in the
said letter and shall complete the said work within the time fixed by the said Engineer-In-
Charge or as extended by him from time to time.

(e) That on the due execution and completion of this agreement by the parties, the bill of the
first party in relation to the work already done by him under the original Agreement
No…….. shall be provisionally finalized by the second party and payment on account, if
any amount is due, shall be made to the first party provided that the second party shall

A- 183
have a right to retain such amount as is considered reasonable by him as a security for the
execution of the work mentioned in the scheduled annexed to this agreement and the
second party shall have a right to deal with the said amount of security as the thinks proper
under the terms and conditions of the original agreement. Further, on the due execution
and completion of this agreement, the first party should be entitled to claim back his
security deposit relating to the work in question, subject to the right of the second party to
retain such amount as he thinks reasonable as mentioned above soon after the maintenance
period of month(s), as the case may be mentioned in Clause …………. of the original
agreement, is over.

(f) That the final bill relating to the entire work under the two agreements should be prepared
after the completion of the entire work covered by Agreement No……………… and this
agreement.

3. Except as modified by this agreement the said Agreement No……….. shall remain in full force
and effect.

IN WITNESS WHEREOF THE ABOVE MENTIONED PARTIES HAVE PUT THEIR signature on
this day the…………………..

(Signature of Contractor) (Signature of accepting authority


For and on behalf of Chairman,
Airports Authority of India

(Signature of Witness) (Signature of Witness)

Name & address Name & address


of witness of witness

A- 184
Appendix – 80
Proforma for Site Order Book

[Refer Section No. 43.1]

1. Name of Work: : -------------------------------------------------------------

2. Agreement No. : -------------------------------------------------------------

3. Name of Contractor : -------------------------------------------------------------

4. Stipulated date of Commencement: -------------------------------------------------------------

5. Stipulated Date of Completion : -------------------------------------------------------------

SN Remarks of the Inspecting officer Action taken and by whom Remarks


or Contractor
(1) (2) (3) (4)

A- 185
Appendix – 81
Format for issue of inspection report for Works

[Refer Section No. 43.1.3]

1. Name of the work :


2. Location :
3. Name of the contractor/agency :
4. Cost of the work (estimated and :
contract)
5. Date of award of contract :
6. Date of commencement of work :
7. Scheduled date of completion of work :
8. List of documents maintained at site :
9. Quality of the work- Does it confirm :
to the prescribed specifications? If
not, what are the reasons.
10. Physical progress of the work (%)
b. Targeted: :
c. Achieved: :
11. Highlight the delays that have :
occurred or anticipated:
12. Likely effect of the delays on over all :
targets:
13. Actual expenditure incurred :
14. Physical progress (Total work done in :
money value)
15. Whether the actual expenditure
commensurate with the physical
progress of the construction work? If
not, reasons thereof :
16. Inspection resume :
17. Remedial Measures
(a) Progress of Work :

Signature of the
Inspecting officer

A- 186
Appendix-82

Show-cause Notice under Clause 3 of Agreement

(Refer Section 45.5)

To,

Sub: Name of the work

Agreement No.

Dear Sir (s),

WHEREAS it appears to the undersigned that by reason of your wrongful delay or


suspension of work or slow progress, the work entrusted to you under the agreement referred to
above will not be completed/ has not been completed within the stipulated / extended date of
completion.
Therefore, I, in exercise of the powers conferred on me by the aforesaid agreement, for and
on behalf of the Chairman, AAI, hereby give you notice to show cause within ……………… to my
satisfaction why an action under Sub-clause 3 (a) and / or 3 (b) of the above agreement will not be
taken against you on account of the breach of contract on your part. Please note that in case no cause
is shown by you within the stipulated period or the cause shown is not to my satisfaction, I shall take
such action against you as are contemplated under clause 3 and sub-clauses there under of the said
agreement and / or other clauses thereof, without further notice.

Yours Faithfully

(Engineer-In-Charge)
For and on behalf of the Chairman, AAI

Note: While determining the contract any of the sub-clause (i) to (vii) of clause 3 for causes other
than the causes as mentioned above (viz..Wrongful delay or suspension of work or slow progress)
suitable modification may be made.

A- 187
Appendix-83

Notice of Final Action under Clause 3 of the Agreement

(Refer Section 45.5)


To,

Sub: Name of the work

Agreement No.

Dear Sir (s),

Whereas under Clause 3 of the aforesaid agreement the Engineer-in-charge shall have powers
to take action under one or more of the sub-clause 3 (a) & (c) in the event of delay of suspension in
the execution of the aforesaid work by the contractor so that in the opinion of the Engineer-in-charge
(which shall be final and binding) the contractor will be unable to secure completion of the work by
the stipulated/have already failed to complete the work by the extended* date of completion, whereas
you have delayed / suspended the execution of the aforesaid work and as per the opinion of the
undersigned, the Engineer-in-charge (which have already failed to complete the work by the
extended* date of completion and, whereas you were served with a show cause notice in this regard
under this office no. dated which has not been replied to the satisfaction of the
Engineer-in-charge by the date specified in the show cause notice, therefore under powers delegated
to me under sub-clause 3 (a) & (c), I the Engineer-in-charge for the
aforesaid work under the aforesaid agreement, for and no behalf of the Chairman AAI, hereby –

a) Determine/ rescind the contract as aforesaid upon which determination/ recession your earnest
money deposit, security deposit already recovered and Performance Guarantee stand absolutely
forfeited to the AAI, and
b) Take out such part of the work out of your hand, as remains unexecuted, for giving it to another
contractor to complete the work, and you shall have no claim to compensation for any loss
sustained by you by reasons of your having purchased or procured any materials or entered into
any engagements or made any advances on account of or with a view to the execution of work
or the performance of the contract. You are also hereby served with notice to the effect that the
work executed by you will be measured up on for which you are asked to attend for
joint measurement failing which the work will be measured by the department unilaterally in
your absence and result of measurement will be final and will be binding on you.

This is without prejudice to AAI’s right to take action under any other clauses or sub-clauses of the
agreement and to realize AAI dues and losses and damages whatsoever under such clauses or sub-
clauses.

Yours Faithfully

(Engineer-In-Charge)
For and on behalf of the Chairman, AAI
*Score out which is not applicable.

A- 188
Appendix – 84

Stipulation of time of completion for work

[ReferSection46.1.1]

S. Type of building
Contract period (in months) for total plinth area of buildings in all floors
No including basement.
Upto 250 251 to 500 501 to 1001 to 2501 to Every
Sqm Sqm 1000 2500 5000 Sqm additional
Sqm Sqm 2500 Sqm
A. FOR BUILDING WORKS
1 SINGLE 4 6 8 10 11 1
STOREYED
LOAD
BEARING
STRUCTURES
2 SINGLE 5 7 9 11 12 1
STOREYED
FRAMED
STRUCTURES
Extra for every additional storey (for load bearing as well as framed structures): 1.5 months

(B) For Modern Building with Steel Structure


S. No Type of Building Contract period (in months) for total plinth area of
buildings in all floors including basement.
Up to 5000 Sq m Every additional 2500
Sqm
1 For Modern Building with Steel 11 1
Structure, curtain glazing and profile
sheet roofing

(C) For Pavement Works


S. No Estimated Cost of Work Contract period (in months)
1. For Works up to Rs. 5.00 Cr. ores 3–6
2. For Works beyond Rs. 5.00 to Rs. 10.00 Cr. 6–9
3. For Works beyond Rs. 10.00 to Rs. 15.00 Cr. 10 – 12
4. For Works above Rs. 15.00 Cr. 13 – 18

Notes:

1. This Schedule is applicable for works where construction of buildings of total plinth area upto
25,000 sqm. is involved. For bigger works, the NIT approving authority shall decide the contract
period based on the merits of the individual case.

2. This schedule is to serve as a general guide for fixing contract periods for building works under
normal conditions, in large cities like Delhi, Kolkata, Chennai etc. where the building trade is
well organized. For small or out of the way places where normal facilities for construction of

A- 189
building may be lacking, contract periods should be fixed suitably after taking into consideration
the local conditions, subject to a maximum increase in time period of 33-1/3%.

3. When the contract period runs through monsoons, extra period may be allowed for the same on
the assumption that progress during monsoons is about half of the progress in fair weather. For
example in Delhi, where the monsoons last for about 2 months one month may be added, and in
places like Kolkata and Mumbai, where monsoons last four months, two months may be added.

4. Where a basement is to be provided, an extra period of 3 to 4 months may be added depending on


the extent of basement and depth of sub-soil water table.

5. This schedule takes into account the normal building specifications as per standard CPWD Plinth
Area Rate. Extra period may be allowed for works having special features such as (i) domes,
shells and coffered roofs, (ii) extensive stone work, stone veneering and sculpturing and (iii)
special finishes and architectural feature.

6. In case of works consisting of number of small units, such as a group of residential quarters,
scattered over a large area, an extra period of 1 to 3 months may be allowed depending on the
number of units and their disposition.

7. When work is to be executed in congested areas and on small sites, the period may be suitably
increased because of difficulties in storage of building materials.

8. This schedule takes into account about 3 months for foundations in the case of multi-storeyed
buildings of five or more storeys. In case of buildings on piles, normally the work of the piles
would be executed through a separate contract and the time required for the superstructure
should be fixed by reducing the period determined on the basis of the schedule by about 3
months.

9. Contract periods for internal and external services should be fixed according to the programme
for completion of the building taking into consideration the local conditions.

10. For particular cases of urgent nature of cases where completion period is fixed and cannot be
postponed and cases of national importance, workable time period may be fixed preferably by
holding a pre-bid conference with the prospective bidders.

D. Extra Time for Remote / Difficult Area

For works in North Eastern Region, extra time of 20% will be allowed.
For works in Srinagar, extra time of 30% will be allowed.
For works in Leh, Portblair and Agatti, extra time of 50% will be allowed

A- 190
Appendix – 85

Format of Application to be submitted by Contractors for Seeking Extension of Time

[PART-1]

[Refer Section 46.5.1(a)]

1. Name of Contractor

Name of work as given in the agreement

Agreement no.

Estimated cost put to tender/contract amount

Date of commencement of work as per agreement

Period allowed for completion of work as per agreement

Date of completion stipulated (in agreement)/actual

Period for which extension of time has been given previously:

a] 1st Extension Vide SM’s No Dated Months Days

b] 2nd Extension Vide SM’s no Dated Months Days


.
c] 3rd Extension Vide SM’s no Dated Months Days

d] 4th Extension Vide SM’s No Dated Months Days


.
Total extension previously given.

Reasons for which extensions have been previously given.


[Copies of the previous applications should be attached]

Period for which extension is applied for

Hindrances on account of which extension is applied for with dates on which hindrances occurred
and the period for which these are likely to list.

a] Serial No.
b] Nature of hindrances
c] Date of occurrence
d] Period for which it is likely to last
e] Period for which extension required for this particular hindrance
f] Overlapping period if any with reference to item
g] Net extension applied for
h] Remarks; if any

A- 191
Total period for which extension is now applied for on account of hindrances mentioned above.

Month Days

Extension of time required for extra work

Details of extra work and the amount involved: -

a] Total value of extra work


b] Proportionate period of extension of time based on estimated amount put to tender on account of
extra work.

Total extension of time required for 11 & 12

Submitted to the Assistant Manager/ Manager ----------------------------------------------------------------

Signature of Contractor

Dated

APPLICATION FOR EXTENSION OF TIME – [PART-2]


[To be filled in by AM/Manager (Engg) ]

1. Date of receipt of application from -----------------------------------------------

2. Contractor for the work of --------------------------------------- in the O/o AM/Mgr.

3. Acknowledgement issued by AM/Manager. Vide his no. ------------------- dated ---------------

4. Acknowledgement issued by AM/Mgr. vide his reasons given by the contractor are correct and what
extension; if any; is recommended by him. If he does not recommended the extension reasons for
rejection should be given.

Signature of AM/Manager [Engg.]


Dated:

A- 192
[To be filled in by the Senior Manager/AGM (Engg)]

1. Date of receipt in the Divisional Office

2. Senior Manager (Engg) remarks regarding hindrances mentioned by the Contractor:

i] Serial No.

ii] Nature of hindrance

iii]Date of occurrence

iv] Period for which hindrances 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. Senior Manager [Engg] recommendations : The present progress of the work should be stated 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 amount of compensation is proposed to be levied under
clause no. of the agreement.

Signature of SM/AGM [Engg]


Date:
DGM/JGM Engg’s recommendations

Signature of DGM/JGM [Engg]


Date:
GM (Engg)’s recommendations
Signature of GM [Engg]
Date:
Executive Director‘s recommendations
Signature of ED
Dated:

A- 193
Appendix -86

Format of letter to be written to the Contract for Submission of application for Extension of
Time
(PART-I)

[Refer Section No.46.9.1]

By Registered Post AD

Date:

M/s --------------------------

Sub: Extension of Time

Ref: 1) Agreement No. ----------------------------- for the work of ---------------------


2) Refer Site order entry no. --------------- of the date.

Dear sir,

Your attention is invited to the above referred Agreement and relevant site order entry. You are
required to submit your application for final extension of time as per the enclosed format (Ref clause
no. ------- under ----------- conditions of the contract)

In this connection you may kindly note that the actual date of completion as per our record is ---------.
The application in the prescribed format shall be submitted within 21 days from the date of issue of
this letter. If the details are not received within the prescribed period (or) if the details are not
submitted within the date committed by you, AAI shall be finalizing the final Extension of Time
based on the details available with this office.

Receipt of this letter should be acknowledged.


Yours faithfully,

(Name and Designation)


Engineer-in-charge
Copy to 1) The DGM in-charge for the Region/Airport for information.

NOTE: If the contractor requests extra time to furnish the details due to valid reason, beyond
time specified above Engineer-in-charge may consider the same based on its merit. However, if
the contractor fails to finalize the statements as per above letter. However, the contractor
should be informed well in time about his failure to submit the details within the extended time
in writing.

A- 194
(Amended on Dated : 26.03.2018)
Appendix 87

Hindrance Register

[Refer Section No. 46.11.1]

Name of work:

Agreement no.:

Sl. Nature of Items of Date of Date of Over- Net Sign. of Weightage Net Sign. Of Remarks of
No. Hindrance work that Start of removal of lapping hindrance AM of this effective SM/AGM Reviewing
could not Hindrance hindrance period if in days /Mgr hindrance days of (Engg)/ Officer
be any (Engg) hindrance Engineer-
executed in-Charge
due to this
hindrance

1 2 3 4 5 6 7 8 9 10 11 12

A-195
Appendix –88
Weather Report
[Refer Section No. 46.11.2(b)]

Name of Work:
Month:-

3 2 10 9
1 8
4
11
5 7 14
6
12

13
Week No.

Week Start Rain Fall Rain Fall


Week No.
Week End Week End
Week Start

17 16
24 23
15
18 22

25
19 21
28
20
26

27
Week No.
Week Start Rain Fall
Rain Fall
Week No.
Week End
Week Start Week End
LEGEND
31 30

29
1. Fair & Clear

2. Cloudy
Week No.
3. Rain
Week Start

4. Partly Rain
Rain Fall A- 196

Week End
32

4
1
Dat
7
5
6

A- 197
Appendix -89

Format for conveying Provisional Extension of Time


[Refer Section 46.12.1]
No._______________ Dt ______________

To,
_________________________

_______________________________________________

___________________________

SUB: Construction of Agreement no.

Dear Sir(s),
1. Reference your letter no. dated regarding grant of extension of time for completion of the above
work.
2. The stipulated date of completion for the above mentioned work was as per agreement.
3. Provisional extension of time for completion of the above mentioned work is being granted upto
without prejudice to the right of AAI to recover the liquidated damages in accordance with the
provision of clause 32 of the said contract agreement.
4. Provided notwithstanding the extension hereby granted time is and shall still continue to be the
essence of the said agreement.

Yours faithfully

SM/AGM Engg
For and on behalf of the Chairman Airports Authority of India

A- 198
NOO

The DGM/JGM Engg _______________


The AM/Mgr (Engg) _______________
The AM/Mgr, RAU/SAU _______________ Region.

SM/AGM Engg

A- 199
Appendix 90

Calculation of cost of supervision charges of AAI for the period of delay [Refer
Section 46.12.4 (a)]

Annexure
-A

S.No. PARTICULARS FINANCIAL IMPLICATIONS - MIDDLE OF T

NAME OF THE POST ED ASSTT. SM


GM
PAY SCALE E-9 E-4 E-1

(A) PAID THROUGH SALARY BILL BASIC PAY (MIDDLE OF SCALE) 7100 41800
0

VDA 4778 28131


3
LEASE/HRA 3195 18810
0
RATING – ATC 1200 24000
0
MEDICAL 3750 3000
PERKS & ALLOWANCE -46 % OF BASIC PAY
3266 19228
0

TOTAL (A) 154675 134969 113328

(B) OTHER PAYMENTS CPF 1425 8392


4

EL ENCASHMENT 9900 5828


GRATUITY 5711 3362
DIWALI GIFT 1775 1045
PLI
UNIFORM 458 458
EMPLOYEES CONTRIBUTION TOWARDS
SOCIAL SECURITY SCHEMES
1. HOUSE BUILDING ADVANCE 294 294
2. GROUP INSURANCE (ACCIDENTAL) 138 138
3. GROUP INSURANCE (LIFE) 1266 1266

TOTAL (B) 3379 24125 20783 17107


5
TOTAL IMPLICATION PER MONTH (TOTAL
(C) TOTAL (A) + TOTAL (B) 178800 155753 130435

(D) OVERHEAD 30% ON TOTAL (A) + TOTAL (B) 6988 53640 46726 39130
2

(E) GRAND TOTAL GRAND TOTAL (C) + (D) 232440 202478 169565

S.No. PARTICULARS

SR. SUPD JR.


SR. SR. SR.
NAME OF THE POST SUPDT. T. ASSTT. ASST T. ATTDT. JR.
SUPDT.(SG ASSTT. ATTDT. ATTDT.
NE-9 NE-8 NE-5 NE-4
PAY SCALE - NE-10

(A) PAID THROUGH SALARY BILL 28250 -


BASIC PAY (MIDDLE OF
27450 24000 21950 20500 18750 17750
SCALE)

VDA 19012 18474 16152 14772 13797 12619 11946


LEASE/HRA 8475 8235 6585 6150
2531 2313 1925 1925
RATING - ATC
2500 2333 1833 1666
MEDICAL
12995 12627 10097 9430
PERKS & ALLOWANCE -46 11040

73763 71432 57162 53468


TOTAL (A) 62519 48894 46139

(B) OTHER PAYMENTS CPF 5671 5511 4407 4116

3939
EL ENCASHMENT 3827 3061 2858
2272 2208 1766 1649
GRATUITY
DIWALI GIFT 731 706 686 631 549 513 415
1250 1250 1250 1250
PLI / PRP ADV 1250 1250
458 458 458 458
UNIFORM 458 458 458
294
1. HOUSE BUILDING 294
294 294 294 294 294
ADVANCE
138
GROUP INSURANCE (ACCIDENTAL) 138 138 138 138
1266 138 138 138 138
GROUP INSURANCE (LIFE) 1266 1266
1266 1266 1266 1266 1266

15995 15638
TOTAL (B) 1410 13187 12541

(C) TOTAL 89758


TOTAL IMPLICATION PER MONTH (TOTAL (A) 7662
87070 70350 66009
+ TOTAL (B) 0

(D) OVERHEAD 30% ON TOTAL (A) + TOTAL 26927 26121 2298 21105 19803

(E) GRAND TOTAL GRAND TOTAL (C ) + (D) 120428 116686 113191 104540— 91455 85811 78852 74691 70172

EL ENCASHMENT 4078 3939 3827 3521 33 3061 2858 2614 2475 2315
GRATUITY 2353 2272 2208 2031 19 1766 1649 1508 1428 1335
DIWALI GIFT 731 706 686 631 60 549 513 469 444 415
PLI / PRP ADV 1250 1250 1250 1250 12 1250 1250 1250 1250 1250
UNIFORM 458 458 458 458 45 458 458 458 458 458
EMPLOYEES CONTRIBUTION TOWARDS
SOCIAL SECURITY SCHEMES

1. HOUSE BUILDING ADVANCE 294 294 294 294 29 294 294 294 294 294
GROUP INSURANCE (ACCIDENTAL) 138 138 13 138 138 138 138 138
138 138 8
GROUP INSURANCE (LIFE) 1266 1266 1266 1266 1266 1266 1266
1266 1266 12
TOTAL (B) 16441 15995 15638 14658 14101 13187 1254 11761 11316 1080
3
TOTAL IMPLICATION PER MONTH (TOTAL
(C) TOTAL (A) + TOTAL (B) 92637 89758 87070 80415 76620 70350 66009 60655 57455 53978

26927
(D) OVERHEAD 30% ON TOTAL (A) + TOTAL (B) 27791 26121 24125 22986 21105 19803 18197 17236 16193
116686
113191 91455 85811 70172
(E) GRAND TOTAL GRAND TOTAL (C ) + (D) 120428 104540— 99606 78852 74691
(Amended on Dated : 26.03.2018)
Appendix 90
Calculation of cost of supervision charges of AAI for the period of delay
(Refer Section 46.12.4 (a)
S.No. Particulars Financial Implications – Middle of T Annexure-A
Name of Post ED GM JGM DGM AGM SM MGR AM Jr. Exe.
Pay Scale E-9 E-8 E-7 E-6 E-5 E-4 E-3 E-2 E-1

(A) Paid through Basic Pay (Middle of Scale) 71000 62150 54600 49300 45450 41800 37700 33550 16400
Salary Bill

VDA 47763 41827 36764 33179 30588 28131 25372 22579 11037
Lease / HRA 31950 27970 24570 22185 20460 18810 16965 15100 12810
Rating – ATC 12000 24000 24000 24000 24000 24000 24000 24000 24000
Medical 3750 3667 3500 3333 3166 3000 2833 2666 2500
Perks & Allowance – 46% of Basic Pay 32660 28589 25116 22678 20907 19228 17342 15433 7544

Total (A) 199143 188203 168532 154675 144571 134969 124212 113328 74291

(B) Other CPF 14254 12477 10961 9897 9125 8392 7569 6735 3292
Payments

EL Encashment 9900 8666 7613 6874 6337 5828 5257 4678 2287
Gratuity 5711 4999 4392 3965 3656 3362 3032 2699 1319
Diwali Gift 1775 1554 1365 1233 1136 1045 943 839 410
PLI
Uniform 458 458 458 458 458 458 458 458 458
Employee Contribution Towards Social
Security Schemes
1.House Building Advance 294 294 294 294 294 294 294 294 294
2. Group Insurance (Accidental) 138 138 138 138 138 138 138 138 138
3. Group Insurance (Life) 1266 1266 1266 1266 1266 1266 1266 1266 1266
Total (B) 33795 29852 26487 24125 22410 20783 18965 17107 9464
(C) Total Total Implication per month = 232938 218055 195019 178800 166980 155753 143168 130435 83756
Total (A) + Total (B)
(D) Overhead 30% on Total (A) + Total (B) 69882 65416 58506 53640 50094 46726 42950 39130 25127
(E) Grand Total Grand Total (C) + (D) 302820 283471 253525 232440 217074 202478 186119 169565 108882

A-200
S.No. Particulars Financial Implications – Middle of T Annexure-B
Name of Post Sr. Sr. Supdt. Super- Sr. Asstt Asstt Jr. Sr. Attdt. Jr.
Supdt. Supdt. visor Asstt. Attdt. Attdt.
(SG)
Pay Scale NE-10 NE-9 NE-8 NE-7 NE-6 NE-5 NE-4 NE-3 NE-2 NE-1

(A) Paid through Basic Pay (Middle of Scale) 29250 28250 27450 25250 24000 21950 20500 18750 17750 16600
Salary Bill

VDA 19685 19012 18474 16993 16152 14772 13797 12619 11946 11172
Lease / HRA 8775 8475 8235 7575 7200 6585 6150 5625 5325 4980
Rating – ATC 2531 2531 2313 2158 2127 1925 1925 1692 1537 1537
Medical 2500 2500 2333 2166 2000 1833 1666 1583 1416 1250
Perks & Allowance – 46% of Basic 13455 12995 12627 11615 11040 10097 9430 8625 8165 7636
Pay

Total (A) 76196 73763 71432 65757 62519 57162 53468 48894 46139 43175

(B) Other CPF 5872 5671 5511 5069 4818 4407 4116 3764 3563 3333
Payments

EL Encashment 4078 3939 3827 3521 3346 3061 2858 2614 2475 2315
Gratuity 2353 2272 2208 2031 1930 1766 1649 1508 1428 1335
Diwali Gift 731 706 686 631 600 549 513 469 444 415
PLI / PRP Adv 1250 1250 1250 1250 1250 1250 1250 1250 1250 1250
Uniform 458 458 458 458 458 458 458 458 458 458
Employee Contribution Towards
Social Security Schemes
1.House Building Advance 294 294 294 294 294 294 294 294 294 294
2. Group Insurance (Accidental) 138 138 138 138 138 138 138 138 138 138
3. Group Insurance (Life) 1266 1266 1266 1266 1266 1266 1266 1266 1266 1266

Total (B) 16441 15995 15638 14658 14101 13187 12541 11761 11316 10803

(C) Total Total Implication per month = 92637 89758 87070 80415 76620 70350 66009 60655 57455 53978
Total (A) + Total (B)

A-201
(D) Overhead 30% on Total (A) + Total (B) 27791 26927 26121 24125 22986 21105 19803 18197 17236 16193

(E) Grand Total Grand Total (C) + (D) 120428 116686 113191 104540 99606 91455 85811 78852 74691 70172

A-202
Appendix-91

Format for granting Extension of Time


[Refer Section No. 46.13]

To
Name
Address of the Contractor

Subject:

Dear Sir(s),

Reference your letter no. dated in connection with the grant of extension of time
for completion of the work .
The date of completion for the above mentioned work was as stipulated in the
agreement No. .
Extension of time for completion of the above mentioned work is granted up to
without prejudice to the right of the Airports Authority of India to recover liquidated damages in
accordance with the provisions of clause—(here refer the relevant clause no.) of the said contract
agreement.
Provided that notwithstanding the extension hereby granted, time is and shall still continue to be
the essence of the said agreement.

Yours faithfully

For and on behalf of the Chairman


Airports Authority of India

A-203
Appendix 92
Draft show cause notice under Clause 2
Refer Section 46.14.2 (a)

SHOWCAUSE NOTICE UNDER CLAUSE 2 OF AGREEMENT

To,

Sub: Name of the work ________________________________


Agreement No.___________________________________
Dear Sir (s),
The stipulated date of completion for the above mentioned work was
as per agreement No.
Under clause 2 of the aforesaid agreement you have rendered yourself liable to pay
compensation.
You are, therefore, requested to show-cause within a fortnight of the issue of this letter as to
why the compensation should not be levied upon you under the above referred clause of the
General Conditions of Contract for delay in performance of the contract and to maintain the
progress. If no reply is received from you within the above p eriod it will be construed that you
have nothing to say in the matter and the necessary action will be taken. This is issued with
the approval of Competent Authority, prescribed under clause 2 of agreement.

Yours faithfully,

(Engineer-In-Charge)

A-204
Appendix-93

Proforma for intimating the Contractor for Levy of Compensation--Under Clause 2


[Refer Section no. 46.14.2(b)]
To
Name
Address of the Contractor

Name of work:
Agreement Number ----------------

Dear Sir(s),
The date of completion for the above mentioned work was as stipulated in the agreement
(here give the number and date etc. of the agreement).
Extension of time for completion of the above mentioned work was granted up to without
prejudice to the right of AAI to recover the liquidated damages in accordance with the provision of clause
(here give relevant clause no.) of the said contract agreement.
In exercise of the powers conferred on me under clause (here refer the relevant clause no.) of the
agreement, 1 the Engineer decide and determine that you are liable to pay Rs. as
and by way of compensation as stipulated in clause--- (here refer the relevant clause no.) of the
agreement. The said amount of compensation is hereby levied on you for the period of* and at
the rate of as determined by me of the contract value of the work and you are hereby called
upon to pay the same to the Airports Authority of India within (here mention the period)
failing which said amount should be recovered by the Airports Authority of India from your security
deposit or other dues lying with the AAI.
Yours faithfully,

Engineer
*Duration of delay ------------days i.e. from to

A-205
Appendix– 94

Format of letter for appointment of Arbitrator

(Reference Section 47.7.3)

AIRPORTS AUTHORITY OF INDIA

No. Dated, the ..................... 20……..

Subject: In the matter of arbitration between ……………. and AAI, regarding the work
……………………………..Agreement no. ………………….

Whereas…………………….has/have written to me vide his/their letter


no………….………dated…………. that certain disputes have arisen between the above noted parties in
respect of the above noted work. I, ………………,Chairperson/Member planning/ED Engg, AAI by
powers conferred on me under Clause 25 of the said Agreement hereby appoint Sh. ……… Arbitrator,
as Sole Arbitrator to decide and make his award regarding the claims/disputes by the contractor, if any, as
shown in the statements enclosed subject always, however, to their admissibility under clause 25 of the
aforesaid agreement.

Chairperson/Member planning/ED Engg, AAI

**The amount of the claim(s) in dispute being Rs.1,00,000/-* or above Rs.1,00,000/- the Arbitrator shall
give reasons for the award.
[*Score out what is not applicable

Note: **This para is to be omitted in cases where the amount of claim(s) is less than Rs.1,00,000 ]

To
1. Shri………………………………….
Arbitrator
2. M/s ………… Contractor, with reference to his/their letter no. ……… dated …………...................
Copy to:
1. Shri …………. General Manager Engg, ……….AAI, ………...with reference to letter no.
………dated………….

2. Shri ………….AGM Engg., ………AAI ………. with reference to his letter no.
……………………… dated ………… Arrangements may please be made to defend the case
effectively. Legal assistance of the Counsel/ may be obtained wherever necessary. AGM should
ensure that the bills of the contractors are finalized immediately, if not already done.

Chairperson/Member planning/ED Engg, AAI

A-206
Appendix-95

[Annexure A]
EVALUATION OF PERFORMANCE OF CONTRACTORS/FIRMS
Period of report: ………………………………………..
PART I

1. Work
(a) Name
(b) Contract Agreement No.
(c) Contract Amount
(d) Date of Commencement
(e) Date of completion
(f) Progress till report
(Approximate percentage)
2. Contractor
(a) Name
(b) Address
(c) Registered with (Department, Class and Reg. No.)

PART II

[Sr. Manager (Engg)/Asstt GM (Engg)’s Assessment] (Weightage 40%) Evaluation by

DGM/JGM GM
1. Work program me, (Engg) (Engg)
(Uses latest methods/ software for project management has qualified [Weightge [Weightge
staff, frequently updates and uses construction management 30%] 30%]
techniques to achieve targets).

1 2 3 4 5 6 7 8 9 10

Generic Latest

3. Mobilization
(Has sufficient machinery, technology, trained manpower and
mobilizes
Machinery in time to deliver on timelines / targets)

1 2 3 4 5 6 7 8 9 10

Slow Prompt

A-207
4. Site Supervision
(Engages sufficient qualified/experienced staff for supervision
& staff is Convergent with specifications and tries to adhere to
same with due Diligence)

1 2 3 4 5 6 7 8 9 10

Adequate Good

2. Progress Monitoring and Reporting Mechanism

1 2 3 4 5 6 7 8 9 10

Avg. Excellence

5. Quality of work.
(Establishes quality control laboratory with sufficient equipment and
is quality conscious)

1 2 3 4 5 6 7 8 9 10

Avg. Excellence
6. General considerations:-

1 2 3 4 5 6 7 8 9 10
(i) Material
Used
(Proactively
engages in
bringing /
using quality
raw
materials)
(ii) Structural
work- (Latest
technology,
hoisting
equipments,
quality
joinery,
welding
finish,
surface
finishing
accuracy etc.

A-208
(iii) Finishing
(Engages
suitable
skill /
Highly
skilled
manpower)
iv) Speed of
execution

(Arranges inputs for speedy execution and has a motivated team.)


Avg. Excellence

7. Safety code
(As per relevant GCC conditions. Ensures that site is accident
free and follows aviation safety guidelines).

1 2 3 4 5 6 7 8 9 10

Not really concerned Adequate concern


& securitizes staff /
Manpower

8. Labour welfare
(Provides proper accommodation & minimum level of

Sanitation/welfare facilities to construction workers)

1 2 3 4 5 6 7 8 9 10

Not concerned Adequate concern

9. Environment protection and adherence to other environment


Clearance guidelines
(As per Environmental clearance guidelines)

1 2 3 4 5 6 7 8 9 10

Avg. Adequate

A-209
10. Methodic stacking and clean site
(Stacks material at designated place properly and maintains
Cleanliness at site for safety of workers/employees)

1 2 3 4 5 6 7 8 9 10

Avg. Adequate

11. Carrying out instructions of Engineer-in-charge


(Due diligence is shown in following instructions and follows
Suggestions/ Advice given at site or reviewed meetings at corporate
HQ.

1 2 3 4 5 6 7 8 9 10

Argumentative Immediate

12. Behavior of contractor and his employees with AAI officials.


(Generally well behaved)

1 2 3 4 5 6 7 8 9 10

Strained Cordial

13. Vendors Management


(Management of specialized agencies/ vendors and maintains
timeline
As per work program and has cordial relations with vendors)

1 2 3 4 5 6 7 8 9 10

Problem Area Smooth management

14. Was work delayed?


(Yes/No. If yes, approximate value below).
(a) Were reasons beyond control; of contractor?
(b) Was delay due to lack of contractor’s resources or lack of
Adequate efforts by contractor?
(c) Whether any compensation was levied?

A-210
15. Sub-Standard/Defective Work executed;
(Yes/No. If yes, approximate value below).
(a) Defective works rejected.
(b) Sub-Standard work standard work accepted at reduced rates.

16. Is contractor financially sound? (Yes/No)


17 (a) Is contractor litigious? (Yes/No)
(b) Does he habitually prefer boosted up claims for arbitrations (Yes/ No)
(c) If yes total amount claimed?

18. Overall performance of contractor

1 2 3 4 5 6 7 8 9 10

Unsatisfactory

19. Any other Remarks.

Sign. & Date


(Name)
Sr. Manager (Engg)/Asstt. GM (Engg)

(Note- In case of Composite Contract input from project electrical


engineering shall also be enclosed for electrical packages and shall
also be taken into consideration while evaluating the overall
performance of the contractor weightage shall be proportioned to
value of work)

Date:

Specific feedback/recommendation
Of concerned DGM/ Jt.GM/ GM
As regard to future issue of
Tender documents.

Concerned DGM/ Jt. GM/ GM

GM (Engg)

A-211
Annexure-B
UNDERTAKING

I/We M/s ……………………….. having registered office situated at


…………………………………………………………………………….. hereby undertake that Airports
Authority of India may carryout Performance Evaluation for the work of
……………………………………………………….. being executed by us under this contract. I/We further
undertake that the outcome of Performance Evaluation by AAI shall be final and binding on us
and that I/We will be liable for restrainment for a period of one year.

Signature of Main Contractor Signature of Authorized signatory


(With Seal) (Approved Vender/Supplier)

Name…………………
Designation…………………
Company Seal…………………

A-212
Appendix-96

List of Civil Items to be procured through MSE

Refer Section 50.2.1

S.No Item Description


1 Aluminium builder's hardware
2 Augur (Carpenters)
3 Barbed wire
4 Bath tubs
5 Bituminous Paints
6 Bolts sliding
7 Brackets other than those used in Railways
8 Braces
9 Copper nail
10 Copper pipes
11 Expanded Metal
12 Ghamellas (Tasllas)
13 Handles wooden and bamboo (Procurement can also be made from
State Forest Corporation. And State Handicrafts Corporation)
14 Hinges
15 Mallet Wooden
16 Manhole covers
17 M.S.Tie Bars
18 Oil Bound Distemper
19 Paint remover
20 Pans Lavatory Flush
21 Plaster of Paris
22 Post Picket (wooden)
23 RCC Pipes up to 1200 mm.dia
24 Rolling shutters
25 Sanitary Plumbing fittings
26 Slauice Valves
27 Snapfastner (Excluding 4 pcs. ones)
28 Steel and aluminium windows and ventilators
29 Stone and stone quarry rollers
30 Taps
31 Tarpaulins
32 Teak fabricated round blocks
33 Tent poles
34 Tiles
35 Tentage civil/Military and Saliath Jute for Tentage
36 Valves Metallic
37 Varnish Black Japan
38 Washers all types
39 Water proof paper
A-213
40 Water proof covers
41 Welded Wire mash
42 Wire Fencing and fittings
43 Wire nettings of gauze thicker than 100 mesh size
44 Wooden Boards
45 Wooden Flush Door Shutters
46 Zip Fasteners
47 Artistic Wooden Furniture

A-214
Appendix 97

List of Stationary Items to be procured through MSE

[Refer Section 53.2.2]

S. No Item Description
1 Blotting Paper
2 Corrugated Paper Board and Boxes
3 Drawing and Mathematical Instruments
4 Glue
5 Gum tape
6 Paper conversation products-paper bags , envelops, Ice-cream,
cup , paper cup and saucers and paper plates.

7 Paper Tapes (Gummed)


8 Polythene bags
9 Stapling Machine
10 Bamboo file tray, Baskets, Pencil stand , side racks etc.
11 Jute bags, file cover
12 Wooden paper weight ,racks etc.

A-215
Appendix 98

List of Vehicle/ Machinery items to be procured through MSE

[Refer Section 50.2.3]

S. No Item Description
1 Ambulance stretcher
2 Automobile Head lights Assembly
3 Beam scales (up to 1.5 tons)
4 Bench Vices
5 Bonnet covers and Radiators Muff. to
spec.Drg.Lv7/NSN/IA/130295
6 Diesel engines up to 15 H.P.
7 Grease Nipples and Grease guns
8 Gun cases
9 Gun Metal Bushes
10 Hand presses
11 Hand Pump
12 Hydraulic Jacks below 30 ton capacity
13 Invalid wheeled chairs
14 Lubricators
15 Pulley wire
16 Trolley
17 Trolleys - drinking water
18 Tyres and Tubes (Cycles)
19 Weighing scale
20 Wheel barrows
21 Wing Shield Wipers (Arms and Blades only)

A-216
Appendix 99

List of Items required for Management / Admin Section to be procured through MSE

[Refer Section 53.2.4]

S.
No. Item Description
1 Badges cloth embroidered and metals
2 Bags of all types i.e. made of leather , cotton, canvas and jute etc. including kit bags,
mail bags, sleeping bags and water proof bags.
3 Basket cane (Procurement can also be made from state forest Corp. And State
Handicrafts Corporation)
4 Boot Polish
5 Boots and Shoes of all types including canvas shoes
6 Bowls
7 Boxes leather
8 Boxes made of metal
9 Brief cases (other than molded luggage)
10 Brooms
11 Brushes of all types
12 Buckets of all types
13 Candle wax carriage
14 Water proof Deliver, Bags to spec.No.IS-1440/70
15 Capes cotton and woolen
16 Capes waterproof
17 Chappals and sandals
18 Claw bars and wires
19 Cleaning powder
20 Clinical Thermometers
21 Dust Bins
22 Dusters cotton all types expect the items required in khadi
23 Garments (excluding supply from Indian Ordnance Factories)
24 Lockers
25 Naphthalene Balls
26 PVC footwear
27 Steel Almirah
28 Steel beds stead
29 Steel chair
30 Steel desks
31 Steel racks/shelf

A-217
32 Steel stools
33 Steel trunks
34 Steel wool
35 Umbrellas
36 Cane furniture Handlooms

A-218
Appendix 100
List of Electricals Items to be procured through MSE

[Refer Section 53.2.5]


S. Item Description
No
1 AAC/and ACSR Conductor up to 19 strands
2 Air/Room Coolers
3 Ammeters/Ohm meter/Volt meter(Electromagnetic up to class I accuracy)
4 Battery charger
5 Battery Eliminator
6 Ceiling roses up to 15 Amp
7 Centrifugal steel plate blowers
8 Centrifugal pumps suction and delivery 150 mm. X 150mm
9 Chokes for light fitting
10 Conduit pipes
11 Distribution Board up to 15 amps.
12 Domestic Electric applications as per BIS specifications:- Toaster Electric, Elect.
Iron, Hot Plates, Elect. Mixer, Grinders, Room heaters and convectors and ovens.
13 Domestic (House wiring) P.V.C. Cables and wires (Aluminium) conforming to the
prescribed BIS specifications and upto 10.00sq.mm nominal cross section.

14 Electric call bells/buzzers/door bells


15 Electric soldering Iron
16 Electric transmission line hardware items like steel cross bars, cross arms clamps
arching horn, rackets etc
17 Electronic door bell
18 Emergency light (Rechargeable type)
19 Exhaust Muffler
20 Fuse Cut outs
21 Fuse units
22 Inventor domestic type up to 5 KVA
23 Lamp holders
24 Lightning Arresters-up to 22 kv
25 Metal clad switches (up to 30 Amps)
26 Plugs and sockets electric up to 15 Amp
27 PVC Insulated Aluminium Cables (up to 120 sq.mm) ( ISS:694)
28 Railway carriage light fittings
29 RCC poles pressurized
30 Roof light fittings
31 Squirrel cage Induction Motors up to and including 100 KW440 volts 3 phase
32 Street light fittings
33 Toggle Switches
34 Transformer type welding sets conforming to IS:1291/75 (up to 600 amps)
35 Transistorized Insulation-Testers
36 Tubular poles
37 Voltage Stabilizers including C.V.T's
A-219
Appendix 101

List of Miscellaneous Items (Common to all Directorates) to be procured through MSE


[Refer Section 53.2.6]
S.No Items Description
1 Anklets web khaki
2 Bolts and Nuts
3 Bone Meal
4 Brass Wires
5 Cane valves/stock valves (for wayer fittings only)
6 Cans metallic (for milk and measuring)
7 Castor oil
8 Chaff Cutter Blade
9 Chains lashing
10 Chamois Leather
11 Chrome Tanned leather (Semi-finished Buffalo and cow)
12 Circlips
13 Cloth covers
14 Cloth Jaconet
15 Cloth Sponge
16 Coir fiber and Coir yarn
17 Coir matters cushions and matting
18 Coir rope hawser laid
19 Copper sulphate
20 Cord Twine Maker
21 Cordage others
22 Cotton Absorbent
23 Cotton belts
24 Cotton carriers
25 Cotton cases
26 Cotton cord Twine
27 Cotton hosiery
28 Cotton packs
29 Cotton Pouches
30 Cotton Ropes

A-220
31 Cotton Singles
32 Cotton Sling
33 Cotton Straps
34 Cotton tapes and laces
35 Cotton wool (Non absorbent)
36 Crates wooden and plastic
37 Crusibles Graphite up to no.200
38 Crusibles Graphite up to no.500
39 Other Crucibles up to 30kg
40 Cumblies mosquito
41 Cutters
42 Dibutyl phthalate
43 Dimethyl Phthalate
44 Disinfectant Fluids
45 Drums and Barrels
46 Dust sheild leather
47 Dyes
48 Azo Dyes (Direct and Acid)
49 Basic Dyes
50 Enamel wares and Enamel Utensils
51 Equipments camouflage Bamboo support
52 Eyelets
53 Film Polythene-including wide width film
54 Film spools and cans
55 Foot powder
56 French polish
57 Funnels
58 Gas mantels
59 Gauze cloth
60 Gauze surgical all types
61 Glass Ampules
62 Glass and pressed wares
63 Hand drawn carts of all types
64 Hand lamps railways
65 Harness leather
66 Hasps and Staples

A-221
67 Haver sacks
68 Hob nails
69 Holdall
70 Hand numbering machine
71 Hand tools of all types
72 Helmet Non-Metalic
73 Honey
74 Horse and Mule shoes
75 Insecticides Dust and sprayers (Manual only)
76 Iron (dhobi)
77 Key board wooden
78 Kit boxes
79 Lace leather
80 Lamp signal
81 Lanterns’ posts and bodies
82 Lanyard
83 Latex foam sponge
84 Link clip
85 Linseed oil
86 Lint oil
87 Lathies
88 Letter boxes
89 Machine Screws
90 Magnesium sulphate
91 Measuring tapes and sticks
92 Metal polish
93 Metalic containers and drums oter than N.E.C.(not elsewhere classified)
94 Metric weights
95 Microscope for normal medical use
96 Nail cutters
97 Miniature bulbs (for torches only)
98 Newar
99 Nickel Sulphate
100 Nylon stocking
101 Nylon stocking
102 Nylon Tapes and laces

A-222
103 Pad locks of all types
104 Palma Rosa oil
105 Palmgur
106 Oil stoves (wick stoves only)
107 Pappads
108 Pickels and Chutney
109 Piles fabric
110 Plastic blow moulded containers up to 20 litre excluding Poly Ethylene
Terphthalate (PET) containers.
111 Pillows
112 Plastic cane
113 Playing cards
114 Postal lead seals
115 Polythene pipes
116 Potassium Nitrate
117 Pouches
118 Pressure Die Casting up to 0.75 kg
119 PVC pipes up to 110 mm
120 Quilts , Razaias
121 Rags
122 Rakes Ballast
123 Razors
124 Riverts of all types
125 Rubber balloons
126 Rubber cord
127 Rubber hoses(unbranded)
128 Rubber tubling (excluding braided tubling)
129 Rubberised Garments cap and caps etc
130 Rust/Scale removing composition
131 Safe meat and milk
132 Safety matches
133 Safety pins(and other similar products like paper pins, staples pins etc.)
134 Sanitary towels
135 Scientific laboratory glass wares (barring sophisticated items)
136 Screws of all types including high tensile
137 Sheep skin all type

A-223
138 Shellac
139 Shoe laces
140 Shovels
141 Sign boards painted
142 silk ribbon
143 silk webbing
144 ski boots and shoes
145 soap carbolic
146 soap curd
147 soap liquid
148 soap soft
149 soap washing or laundry soap
150 soap yellow
151 socket/pipes
152 sodium nitrate
153 sodium silicate
154 sole leather
155 spectacle frames
156 spiked boot
157 Stockinet
158 stoneware wire
159 stranded wire
160 student microscope
161 studs (excluding high tensile)
162 surgical gloves(except plastic)
163 Table knives (Excluding Cutlery)
164 Textiles manufacturers other than N.E.C. (not elsewhere classified)
165 Tin boxes for postage stamp
166 Tin can unprinted up to 4 gallons capacity (other than can O.T.S)
167 Tin Mess
168 Tip Boots
169 Trays
170 Trays for postal use
171 Utensils all types
172 Whistle
173 Wicks cotton
A-224
174 Wire brushes and fibre brushes
175 Wire nails and horse shoe nails
176 Wood wool
177 Wooden ammunition boxes
178 Wooden box for stamps
179 Wooden boxes and cases N.E.C.(not elsewhere classified)
180 Wooden packing cases all sizes
181 Wooden pins
182 Wooden plugs
183 Wooden veneers
184 Woolen hosiery
185 Zinc sulphate
186 Jute furniture
187 Woolen and silk carpets
188 Harness leather
189 Hasps and staples
190 Haver sacks
191 Hob nails
192 Honey
193 Holdall
194 Lamp signal
195 Lanterns posts and bodies
196 Lanyard
197 Latex foam sponge
198 Link clip
199 Linseed oil
200 Lint plain
201 Nail cutters
202 Palma Rosa oil
203 Postal lead sales
204 Wax sealing
205 Waxed paper

A-225
Appendix – 102

Register of observation Memos received from the Chief Technical Examiner

[Refer Section56.3.4]

S.No No. & Date of Name of Work and Name of Remarks regarding subsequent
Observation Memo Agreement No. Contractor development and disposal
1 2 3 4 5

A-226
Appendix-103

Empanelment/Selection of Architectural Consultant

[Section 58.6(a)]

Preparation of List of Eligible Applicants

Check List for Primary Eligibility Criteria for Architectural Consultancy

To be filled by the applicant

NAME OF THE APPLICANT:

ADDRESS:

CONTACT DETAILS:

Submissions for Ascertaining Eligibility of Applicant Firm.

Sl. No Details Details related to formats/


submissions

Work Experience (with Self certified


documentary proof including copy of
Appointment letter/ Work order and letter
of successful completion from the client) for
works executed during last 07 years ending
last day of previous month in which tender
is called

1. One work of Architectural Consultancy To be submitted as per format-I.


Services in Aviation Buildings/
Infrastructures Projects/ Township Project/
5 Start Hotels/ Commercial Complexes in
India & Abroad along with associated works in
India and Abroad of Value of80% of Estimated
Cost.

Two works of Architectural Consultancy To be submitted as per format-I


OR Services in Aviation Buildings/
Infrastructures Projects/ Township Project/
5 Start Hotels/ Commercial Complexes in
India and Abroad of Value of 50% of
Estimated Cost.

OR Three works of Architectural Consultancy To be submitted as per format-I


Services in Aviation Buildings/
Infrastructures Projects/ Township Project/
5 Start Hotels/ Commercial Complexes in
India and Abroad of Value of 40% of
Estimated Cost.

Details of Existence of firm

A-227
1. Details of Incorporation Self certified copy of Certificate
of Incorporation

Annualized Average Turnover (For Last


Three FY, ending last financial year in
which tender is called)

2. More than 30% of (0.09 x Estimated Cost). Documentary proof by way of


CA certified abridged balance
sheet along with profit & loss
account statement.
(International currency rates
shall be applicable on the last
date of submission).

3. Details of PAN Self certified copy of PAN.


In case of Foreign firms, the firm
shall be required to establish an
office in India and also obtain
registration from Income Tax
authorities including Service Tax
of purpose of receiving payments
for the works which would be
made in Indian Currency.

4. Service Tax Details Self certified copy of Certificate


of Registration

Note:
- Pleaseprovidesufficientinformationandvalidproofforeachparameter/factorassignedinthePrimary Eligibility
Criteria. Ifs sufficient information and valid proof is not available about some parameter/factor during
eligibility check, the applicant may be rendered ineligible for evaluation.
- AAI reserves the right to take decisions at its sole discretion in case of any doubt regarding any eligibility
criteria and the proof thereof

A-228
Appendix 104

Empanelment/Selection of Project Monitoring Consultant

[Section 59.6(a)]

Preparation of List of Eligible Applicants

Check List for Primary Eligibility Criteria for Project Monitoring Consultant

To be filled by the applicant

NAME OF THE APPLICANT:

ADDRESS:

CONTACT DETAILS:

Submissions for Ascertaining Eligibility of Applicant Firm.

Sl. No Details Details related to formats/


submissions

Work Experience (with Self certified


documentary proof including copy of
Appointment letter/ Work order and letter
of successful completion from the client) for
works executed during last 07 years. The
value of completed works shall be brought
to current costing level by enhancing at a
simple rate of 7% per annum ending
previous day of last date of submission of
tenders.

1. One work of PMC Services Aviation To be submitted as per format-I.


Buildings/ Infrastructures Projects/
Township Project/ 5 Start Hotels/
Commercial Complexes in India & Abroad
along with associated works in India and
Abroad of Value of80% of Estimated Cost.

Two works of PMC Services in Aviation To be submitted as per format-I


OR Buildings/ Infrastructures Projects/
Township Project/ 5 Start Hotels/
Commercial Complexes in India and Abroad
of Value of 50% of Estimated Cost.

OR Three works of PMC Services in Aviation To be submitted as per format-I


Buildings/ Infrastructures Projects/
Township Project/ 5 Start Hotels/
Commercial Complexes in India and Abroad
of Value of 40% of Estimated Cost.

Details of Existence of firm

A-229
1. Details of Incorporation Self certified copy of Certificate
of Incorporation

Annualized Average Turnover (For Last


Three FY, ending last financial year in
which tender is called)

2. More than 30% of (0.09 x Estimated Cost). Documentary proof by way of


CA certified abridged balance
sheet along with profit & loss
account statement.
(International currency rates
shall be applicable on the last
date of submission).

3. Details of PAN Self certified copy of PAN.


In case of Foreign firms, the firm
shall be required to establish an
office in India and also obtain
registration from Income Tax
authorities including Service Tax
of purpose of receiving payments
for the works which would be
made in Indian Currency.

4. Service Tax Details Self certified copy of Certificate


of Registration

A-230
Appendix-105

Empanelment/Selection of Project Monitoring Consultant

(Refer section 59.6.c)


A Engagement of “Outside India” Consultants

The words “Outside India” in the context of this technical evaluation, for various fields of
specialization shall mean,

i) Expatriate Architectural firm of International repute outside India with global


presence, having planned & executed International Airport works of International
quality standards/repute at global level (including India) in minimum 2 countries
outside the country of origin. Out of which one work should be of minimum area equal
to 80% of the area of the proposed building , in last 7 years ending the last date of the
month preceding the month during which the tender has been called
OR
Two (02) International Airports works (of minimum capacity equal to the handling
capacity of the proposed building)anywhere in the world including originating country
in last 7 years ending the last date of the month preceding the month during which the
tender has been called and Chief Architects with experience in similar works.
ii) Indian Architectural firm having global presence and having planned & executed
International Airport works of International quality standards/repute at global level
(excluding India) in minimum 2 countries outside India of having experience of
International Airport outside India (out of which one work of minimum area equal to
80% of the area of the proposed building) in last 7 years ending the last date of the
month preceding the month during which the tender has been called and Chief
Architects with experience in similar works.
iii) It will be ensured by the PMC that architects under “Outside India” category with
experience in design of prestigious Airport terminals are engaged for design of the
terminal up to concept and schematic stage. Such architects will provide concept &
schematic stage inputs i.r.o various fields of specializations/packages as brought out in
the technical evaluation criteria.

iv) Such architects can form a working arrangement with an Indian architect with
requisite qualifications/experience (Alternatively an Indian Architect can form a
working arrangement with an Expatriate Architect as per definition of “Outside India”)
satisfying eligibility criteria as defined further in the technical evaluation criteria. The
Indian counterpart can embed his team with the Expatriate / “Outside India” Architect
at concept/ schematic design stage and shall be further responsible for further
detailing of the concept/schematic stage inputs (as approved by AAI).

v) “Outside India” architect to ensure during execution stage that the work is being
carried out by following the concept /schematic stage inputs provided by him (as
approved by AAI).

A-231
vi) Indian Architect shall be responsible to ensure that the drawings/ designs by various
specialist consultants (Refer Technical Evaluation Criteria) are well coordinated to
ensure efficient execution of the project.

A-232
Appendix-106

Empanelment/Selection of Project Monitoring Consultant

(Refer section 59.6.c)


TECHNICAL EVALUATION
NAME OF THE APPLICANT:

ADDRESS:

CONTACT DETAILS:

Relative Assessment of the PMC (Max marksT1= 08): Name of Firm (PMC):
(Self-attested documents to be submitted for all parameters. Onus for providing correct
documentation shall rest with bidder)
vii)

Sl. No Details Specify

I Global Presence (4.0 marks) – Provide self-certified documentary proof

1. Completed Consultancy works for Projects undertaken in maximum upto 8


countries
Note- 4.00 marks shall be allotted to the bidder with highest global
presence in 8 countries. Pro-rata marks shall be given for lesser no
of countries.

II Highest Value [Project Cost] PMC Works (1.00 marks) - Provide self-
certified documentary proof -
1. Completed Consultancy works for Projects specify top 5 projects

Note- 1.00 marks shall be allotted to the bidder with highest


overall value of 5 works. Pro-rata marks shall be given for lesser no
of projects.

III Airport Terminal building works ( 3.0 marks) - Provide self-certified


documentary proof
1 Completed Consultancy works for Projects of Airport Terminal Building
Projects - specify top 6 projects
Note- 3.0 marks shall be allotted to the bidder with 6 Airport
Terminal building Projects .Pro-rata marks shall be given for lesser
no of airport projects.
Sub Total X1
Note: Highest value Projects (under para II above), cost should be more than highest value
Project as per eligibility criteria for PMC.
Evaluation Methodology: Highest feasible score shall be treated as equivalent to 08 marks.
Note: All completion cost to be compounded @ of approved percentage per annum up to last 7
years ending the last date of the month preceding the month during which the tender has been
called Value to be calculated including the month of Bid submission (for months as part of the
year on proportionate basis)

A-233
Appendix-107

Empanelment/Selection of Architectural Consultant/ Project Monitoring Consultant

(Refer section 58.6.c & 59.6.c)


TECHNICAL EVALUATION
NAME OF THE APPLICANT:

ADDRESS:

CONTACT DETAILS:

Architectural Consultancy (Architectural Consultancy firm) Total Marks T2= 20


Section A (Max. Marks 10)

For Engagement of Expatriate/ “Outside India” Architect for concept/ schematic stage
planning
(Self attested documents to be submitted for all parameters. Onus for providing correct
documentation shall rest with bidder)
The PMC shall ensure submission of following documents in respect of Expatriate/ “Outside India”
architect proposed to be engaged for concept/ schematic stage planning of the project.

Relative assessment of Expatriate/ “Outside India” Architect


(Self-attested documents to be submitted for all parameters. Onus for providing correct
documentation shall rest with bidder)

Max Marks
Sl. No Details

A Work Experience (with documentary proof) for works


executed during last 07 years ending the last date of
the month preceding the month during which the
tender has been called
1. Two works of International Airport Terminal Building 60
(out of which one work having minimum area equal to
80% of the area of the proposed building outside
the country of origin) OR Two (02) International
Airports works (of minimum capacity equal to
the handling capacity of the proposed
building)anywhere in the world including
originating country in last 7 years ending the
last date of the month preceding the month
during which the tender has been called*

Note: *
1) For additional experience of International Airport
Terminal works additional 2% of total 60 marks for
each work (having area equal to 80% of the area
of the proposed building OR minimum 03
million pax handling capacity per annum) in

A-234
excess of numbers of works mentioned under
each of the above categories (maximum up to
total 05 additional works executed during the
last 07 years ending the last date of the month
preceding the month during which the tender
has been called to be considered).
2) Further additional 2% on 60 marks shall be
given for completed works, area of which is
more than 1.5 times (i.e. 1.5 x equal to 80% of
the area of the proposed building OR works of
minimum 1.5 x 03 = 4.5 Millions pax per annum
handling capacity) the maximum criteria
specified.
3) For experience in planning & designing
(architectural) of GRIHA/ LEED/ Internationally
Equivalent rated buildings additional 2% marks
for each work mentioned under each of the
above categories (maximum up to total 05
additional works executed during the last 07
years ending the last date of the month
preceding the month during which the tender
has been called to be considered.) shall be given.

B Years of existence of firm (Documentary proof to be


submitted)
1. More than 10 years 20
2. More than 05 years and up to 10 years 15

C Professionals proposed to be engaged for


architectural planning & designing (up to Schematic
Design stage) (with documentary proof)

1. Chief Architect * (1 no.), Expatriate/ “Outside India”


Category
Qualification: Post Graduate in Architecture 40
Qualification: Graduate in Architecture 30
Experience more than 20 years* 30
Experience more than 15 years* 20

Senior Architects (2no.), Expatriate/ “Outside India”


Category
Qualification: Post Graduate in Architecture 20
Qualification: Graduate in Architecture 15
Experience more than 15 years 20
Experience more than 10 years 15
Specialist Consultants/Experts in the fields of façade,
HVAC, Plumbing and Fire Fighting, Structural Steel
A-235
Design, Airport Systems- Services Specialist, Interior
Design, Landscape/Horticulture and Environmental
Specialist or Lead Greha Specialist of Specializations
(8Nos.), Expatriate/ “Outside India” Category
Qualification: Post Graduate 40
Qualification: Graduate 32
Experience more than 15 years 40
Experience more than 10 years 32
Subtotal X2

Evaluation Methodology: Highest feasible score shall be treated as equivalent to 10 marks. Marks
obtained shall be worked out on proportionate basis based on the overall score under this section.
(T2-A)
Note: Submission of documents

1. Name of Architectural firm/ Country of Origin/ Year of incorporation


2. Documents sufficient to satisfy eligibility under “Outside India” category as defined above.
3. Details of major Airport terminal Project for which services rendered in last 7years.
4. Consent letter from the Architectural firm for providing concept/ schematic stage services
for the project including performing the required site visits/ inspections to ensure that the
project is being executed in line with the concept/ schematic design.
Copy of working arrangement/ contract agreement finalized with the “Outside India” Architect by
the PMC.

A-236
Appendix-108

Empanelment/Selection of Architectural Consultant/ Project Monitoring Consultant

(Refer section 58.6.c & 59.6.c)


TECHNICAL EVALUATION
NAME OF THE APPLICANT:

ADDRESS:

CONTACT DETAILS:

Section B (Max. Marks 10)


(For Architectural Planning and Designing/ Detailing in r/o Architect associated with
Expatriate/ “Outside India” Architect- refer section A above)
(Self-attested documents to be submitted for all parameters. Onus for providing correct
documentation shall rest with bidder)

Sl. No Details In India Outside India #


Name of Firm

A Work Experience (with documentary proof) for works


executed during last 07 years ending the last date of
the month preceding the month during which the
tender has been called
2. One work of Airport Terminal Building/5 Star 30 39
Hotel/Malls/ Hospitals/ Institutional Buildings central air
conditioned having minimum area equal to 80% of the
area of the proposed building * (30/39 as applicable
marks) or
3. Two works of Terminal Buildings / 5 Star Hotel/Malls/ 30 39
Hospitals/ Institutional Buildings central air conditioned
having minimum area equal to 50% of the area of
the proposed building * (15/19.5 as applicable marks
for each work) or
4. Three works of Terminal Buildings / 5 Star Hotel/Malls/ 30 39
Hospitals/ Institutional Buildings central air conditioned
having minimum area equal to 40% of the area of
the proposed building * (10/13 as applicable marks
for each work)
*
1) Additional marks shall be given for experience in 12.5% for 25% for each
planning & designing (architectural) of an airport each work work
terminal.
2) For experience of additional works, additional
2% of total marks for each work in excess of
numbers of works mentioned under each of the
above categories (maximum up to total 05 works
executed during the last 07 years ending the last
date of the month preceding the month during
which the tender has been called to be
considered in each category) shall be accepted
as follows:
i. 2% on 30/39(as applicable) marks for
each additional works for area of building

A-237
equal to 80% of the area of the proposed
building.
ii. 2% on 15/19.5 (as applicable) marks for
each additional works for area of building
equal to 50% of the area of the proposed
building.
iii. 2% on 10/13 (as applicable) marks for
each additional works for area of building
equal to 40% of the area of the proposed
building.

3) For experience in planning & designing (architectural)


of GRIHA / LEED / Internationally Equivalent rated
buildings additional 2%marks for each work in excess of
nos. of works mentioned under each of the above
categories (maximum up to total 05 works executed
during the last 07 years ending the last date of the month
preceding the month during which the tender has been
called to be considered in each category) shall be given.

B Years of existence of firm (Documentary proof to be


submitted)
3. More than 10 years 15 16.5
More than 05 years and up to 10 years 10 11

C Professionals proposed to be engaged for


architectural planning & designing (up to tender
stage) (with documentary proof)
4. Chief Architect * (1 no.)
Qualification: Post Graduate in Architecture 25 31.25
Qualification: Graduate in Architecture 20 25
Experience more than 20 years* 25 31.25
Experience more than 15 years* 20 25

* Additional 10% marks shall be given for experience in


planning & designing (architecture) of at least one airport
terminal
Senior Architects (1no.)
Qualification: Post Graduate in Architecture 8
Qualification: Graduate in Architecture 6
Experience more than 15 years 8
Experience more than 10 years 6
Architects (2 nos.)
Qualification: Post Graduate in Architecture 8
Qualification: Graduate in Architecture 6
Experience more than 08 years 8
Experience more than 05 years 6
Project Planner (1 no.)
Qualification: Post Graduate in Architecture 8
Qualification: Graduate in Architecture 6

A-238
Experience more than 20 years 8
Experience more than 15 years 6
QS – Architecture (1 no.)
Qualification: Graduate in Architecture 8
Qualification: Diploma in Architecture 6
Experience more than 10 years 8
Experience more than 05 years 6
QS – Civil & Structures (1 no.)
Qualification: Graduate in Civil Engg 8
Qualification: Diploma in Civil Engg 6
Experience more than 10 years 8
Experience more than 05 years 6
. QS – MEP (1 no.)
Qualification: Graduate in Mech./Electrical Engg 8
Qualification: Diploma in Mech./Electrical Engg 6
Experience more than 10 years 8
Experience more than 05 years 6
. PHE Expert (1 no.)
Qualification: Post Graduate in Environmental/Civil Engg 8
Qualification: Graduate in Environmental/Civil Engg 6
Experience more than 15 years 8
Experience more than 10 years 6
. Road (Traffic Engg. Expert) (1 no.)
Qualification: Post Graduate in Civil Engg 8
Qualification: Graduate in Civil Engg 6
Experience more than 15 years 8
Experience more than 10 years 6
. Environmental Engg. Expert (1 no.)
Qualification: Post Graduate in Environmental/Civil Engg 8
Qualification: Graduate Environmental/Civil Engg 6
Experience more than 15 years 8
Experience more than 10 years 6
. Airport Systems/Services Planner (1 no.)
Qualification: Post Graduate in Mechanical / Electrical / 8
Electronics Engineering
Qualification: Graduate in Mechanical / Electrical / 6
Electronics Engineering
Experience more than 15 years 8
Experience more than 10 years 6
Sub total Y2

Evaluation Methodology: Highest feasible score shall be treated as equivalent to 20 marks. Marks
obtained shall be worked out on proportionate basis based on the overall score under this section.
(T2-B).
T2 = (T2-A) + (T2-B)

A-239
The words “Outside India” in the context of this technical evaluation, for various fields of
specialization shall mean,
a) Expatriate Architects of International repute outside India with global presence, having
planned & executed works (minimum 2 countries outside the country of origin) of
International quality standards/repute at global level (including India) and chief architects
with experience in similar works.
Indian architects having global presence and having planned & executed works (minimum 2
countries outside the country of origin) of International quality standards/repute at global level
(excluding India) and chief architects with experience in similar works.

A-240
Appendix-109

Empanelment/Selection of Architectural Consultant/ Project Monitoring Consultant

(Refer section 58.6.c & 59.6.c)


TECHNICAL EVALUATION
NAME OF THE APPLICANT:

ADDRESS:

CONTACT DETAILS:

Cost Consultant (Max .Marks T3= 06)


(Self attested documents to be submitted for all parameters. Onus for providing correct
documentation shall rest with bidder)

Sl. No Details Marks


A Work Experience (with documentary proof)
for works executed during last 07 years
ending the last date of the month preceding
the month during which the tender has been
called
1. One work [full QS Service] of Airport Terminal / 30
5 Star Hotel/Malls/Commercial Building having
minimum area equal to 80% of the area of the
proposed building * (30 marks) or
2. Two works [full QS Service] of Airport Terminal/ 30
5 Star Hotel/Malls/Commercial Building having
minimum area equal to 50% of the area of the
proposed building * (15 marks for each work) or
3. Three works [full QS Service] of Airport 30
Terminal/ 5 Star Hotel/Malls/Commercial
Building having minimum area equal to 40% of
the area of the proposed building * (10 marks for
each work)
*
1) Additional 10% marks shall be given for
experience in Cost consultancy of an airport
terminal.
2)For experience of additional works, additional
2% of total marks for each work in excess of
numbers of works mentioned under each of the
above categories (maximum up to total 05 works
executed during the last 07 years ending the last
date of the month preceding the month during
which the tender has been called to be considered
in each category) shall be accepted as follows:

i. 2% on 30 marks for each additional works for


area of building equal to 80% of the area of
the proposed building.

A-241
ii. 2% on 15 marks for each additional works for
area of building equal to 50% of the area of
the proposed building.
iii. 2% on 10 marks for each additional works for
area of building equal to 40% of the area of
the proposed building.

B Years of existence of firm (Documentary proof


to be submitted)
1. More than 10 years 15
2. More than 05 years and up to 10 years 10

C Professionals proposed to be engaged for Cost


consultancy (up to tender stage) (with
documentary proof)
1. Senior QS (1 no.).
Qualification: Post Graduate in Civil Engg 10
Qualification: Graduate in Civil Engg 8
Experience more than 15 years 10
Experience more than 10 years 8
2. Quantity Surveyors (2 nos.)
Qualification: Graduate in Civil Engg 8
Qualification: Diploma in Civil Engg 6
Experience more than 8 years 8
Experience more than 6 years 6
Sub- total
X3

Evaluation Methodology: Highest feasible score shall be treated as equivalent to 06 marks.


Marks obtained shall be worked out on proportionate basis based on the overall score under this
section(T3)

A-242
Appendix-110

Empanelment/Selection of Architectural Consultant/ Project Monitoring Consultant

(Refer section 58.6.c & 59.6.c)


TECHNICAL EVALUATION
NAME OF THE APPLICANT:

ADDRESS:

CONTACT DETAILS:

Structural Design Consultancy


(For Structural Design) (Max. Marks T4= 10)
(Self attested documents to be submitted for all parameters. Onus for providing correct
documentation shall rest with bidder)

Sl. No Details Marks


A Name of Firm

Work Experience (with documentary proof)


for works executed during last 07 years
ending the last date of the month preceding
the month during which the tender has been
called
1. One work of Airport Terminal Building /5 Star 30
Hotel/Malls/Corporate Office/High-rise Towers
having minimum area equal to 80% of the area of
the proposed building *
(30 marks) or
2. Two works of Airport Terminal Buildings/5 Star 30
Hotel/Malls/Corporate Office/High-rise Towers
having minimum area equal to 50% of the area of
the proposed building *
(15 marks for each work) or
3. Three works of Airport Terminal Buildings / 5 30
Star Hotel/Malls/ Corporate Office/High-rise
Towers having minimum area equal to 40% of the
area of the proposed building *
(10 marks for each work)
*
1) Additional 10% marks shall be given for
experience in planning & designing (structural) of
an airport terminal.
2) For experience of additional works, additional
2% of total marks for each work in excess of
numbers of works mentioned under each of the
above categories (maximum up to total 05 works
executed during the last 07 years ending the last
date of the month preceding the month during
which the tender has been called to be considered

A-243
in each category) shall be accepted as follows:

B Years of existence of firm (Documentary proof


to be submitted)
1. More than 10 years 15
2. More than 05 years and up to 10 years 10

C Professionals proposed to be engaged for


Structural Design consultancy(up to tender
stage) (with documentary proof)

1. Chief Structural Designer (1 no.)


Qualification: Post Graduate in Structural/Civil 10
Engg
Qualification: Graduate in Civil Engg 8
Experience more than 20 years 10
Experience more than 15 years 8
2. Senior Structural Designer (01 no)
Qualification: Post Graduate in Structural/ Civil 8
Engg
Qualification: Graduate in Civil Engg 6
Experience more than 15 years 8
Experience more than 10 years 6
3. Designer- 1 nos.
Qualification: Graduate in Civil Engg 6
Experience more than 08 years 6
Experience more than 05 years 4
Subtotal X4

Evaluation Methodology: Highest feasible score shall be treated as equivalent to 10 marks. Marks
obtained shall be worked out on proportionate basis based on the overall score under this section.
(T4)

A-244
Appendix-111

Empanelment/Selection of Architectural Consultant/ Project Monitoring Consultant

(Refer section 58.6.c & 59.6.c)


TECHNICAL EVALUATION
NAME OF THE APPLICANT:

ADDRESS:

CONTACT DETAILS:

Façade consultancy
(Façade and BMU (Building maintenance units) (Max .Marks T5=04)
(Self attested documents to be submitted for all parameters. Onus for providing correct
documentation shall rest with bidder)

Sl. No Details Marks


In India Outside
India
Name of Firm

A Work Experience (with documentary proof)


for works executed during last 07 years
ending the last date of the month preceding
the month during which the tender has been
called
1. One work of Airport Terminal Building /5 Star 30 33
Hotel/ Malls/ Corporate Office / High-rise
Towers having minimum area equal to 80% of
the area of the proposed building *(30/33
marks as applicable) or
2. Two works of Airport Terminal Buildings /5 30 33
Star Hotel/ Malls/ Corporate Office / High-rise
Towers having minimum area equal to 50% of
the area of the proposed building *(15/16.5
marks as applicable for each work) or
3. Three works of Airport Terminal Buildings /5 30 33
Star Hotel/ Malls/ Corporate Office / High-rise
Towers having minimum area equal to 40% of
the area of the proposed building *(10/11
marks as applicable for each work)
*
1) Additional 10% marks shall be given for
experience in planning & designing Facade of
an airport terminal building.
2) For experience of additional works,
additional
2% of total marks for each work in excess of
numbers of works mentioned under each of the

A-245
above categories (maximum up to total 05
works executed during the last 07 years ending
the last date of the month preceding the month
during which the tender has been called to be
considered in each category) shall be accepted
as follows:

i. 2% on 30/33 (as applicable) marks for


each additional works for area of building
equal to 80% of the area of the proposed
building.
ii. 2% on 15/16.5 (as applicable) marks for
each additional works for area of building
equal to 50% of the area of the proposed
building.
iii. 2% on 10/11 (as applicable) marks for
each additional works for area of building
equal to 40% of the area of the proposed
building.
3) For experience in planning & designing
(architectural) of GRIHA / LEED /
Internationally Equivalent rated buildings
additional 2%marks each work in excess of nos.
of works mentioned under each of the above
categories (maximum up to total 05 works
executed during the last 07 years ending the
last date of the month preceding the month
during which the tender has been called to be
considered in each category) shall be given.
B Years of existence of firm (Documentary
proof to be submitted)
1. More than 10 years 15
2. More than 05 years and up to 10 years 10

C Professionals proposed to be engaged for


planning & designing(up to tender stage)
(with documentary proof)
1. Senior Façade Expert (1 no.)
Qualification: Post Graduate in Structural/Civil 10
Engg
Qualification: Graduate in Civil Engg 8
Experience more than 15 years 10
Experience more than 10 years 8
2. Façade Engineer (1 no.)
Qualification: Graduate in Civil Engg 6
Experience more than 10 years 8

A-246
Experience more than 05 years 6
Sub-total X5

Evaluation Methodology: Highest feasible score shall be treated as equivalent to 04 marks. Marks
obtained shall be worked out on proportionate basis based on the overall score under this section(T5)

A-247
Appendix-112

Empanelment/Selection of Architectural Consultant/ Project Monitoring Consultant

(Refer section 58.6.c & 59.6.c)


TECHNICAL EVALUATION
NAME OF THE APPLICANT:

ADDRESS:

CONTACT DETAILS:

MEP consultancy
For MEP (Fire Fighting / HVAC / Electrical /Plumbing / Mechanical& Equipment)
(Max .Marks T6=08)
(Self attested documents to be submitted for all parameters. Onus for providing correct
documentation shall rest with bidder)

Sl. No Details Marks


Name of Firm

A Work Experience (with documentary proof)


for works executed during last 07 years ending
the last date of the month preceding the month
during which the tender has been called
1. One work of Airport Terminal Building/5 Star Hotel/Malls/ 30
Hospitals/ Institutional Buildings central air conditioned
having minimum area equal to 80% of the area of the
proposed building * (30 marks) or
2. Two works of Terminal Buildings / 5 Star Hotel/Malls/ 30
Hospitals/ Institutional Buildings central air conditioned
having minimum area equal to 50% of the area of the
proposed building * (15 marks for each work) or
3. Three works of Terminal Buildings / 5 Star Hotel/Malls/ 30
Hospitals/ Institutional Buildings central air conditioned
having minimum area equal to 40% of the area of the
proposed building * (10 marks for each work)
**1) Additional 10% marks shall be given for
experience in planning & designing (MEP) of an
airport terminal.
2) For experience of additional works, additional
2% of total marks for each work in excess of
numbers of works mentioned under each of the
above categories (maximum up to total 05 works
executed during the last 07 years ending the last
date of the month preceding the month during
which the tender has been called to be considered
in each category) shall be accepted as follows:
i. 2% on 30 marks for each additional works for
area of building equal to 80% of the area of the
A-248
proposed building.
ii. 2% on 15 marks for each additional works for
area of building equal to 50% of the area of the
proposed building.
iii. 2% on 10 marks for each additional works for
area of building equal to 40% of the area of the
proposed building.
3) For experience in planning & designing
(architectural) of GRIHA / LEED / Internationally
Equivalent rated buildings additional 2%marks
each work in excess of nos. of works mentioned
under each of the above categories (maximum up
to total 05 works executed during the last 07 years
ending the last date of the month preceding the
month during which the tender has been called to
be considered in each category) shall be given.
B Years of existence of firm (Documentary proof
to be submitted)
1. More than 10 years 15
2. More than 05 years and up to 10 years 10

C Professionals proposed to be engaged for MEP


consultancy (up to tender stage) (with
documentary proof)
1. Lead Manager MEP/ HVAC ( 01 No)
Qualification: Post Graduate in Mech/Electrical 10
Engg
Qualification: Graduate in Mech/Electrical Engg 8
Experience more than 15 years 10
Experience more than 10 years 8
2. Senior Engineer – HVAC ( 01 No)
Qualification: Graduate in Mech/Electrical Engg 8
Experience more than 15 years 10
Experience more than 10 years 8
3. Senior Engineer – Plumbing and Fire Fighting ( 01
No)
Qualification: Graduate in Civil Engg 8
Experience more than 15 years 10
Experience more than 10 years 8
4. Senior Engineer – Electrical ( 01 No)
Qualification: Graduate in Electrical Engg 8
Experience more than 15 years 10

A-249
Experience more than 10 years 8

Sub total X6

Note: Eligibility criteria to be satisfied by the lead consultant in any of the categories. Lead
consultant can form working arrangement/ association with other specialist consultants.
Evaluation Methodology: Highest feasible score shall be treated as equivalent to 08 marks. Marks
obtained shall be worked out on proportionate basis based on the overall score under this section.
(T6)
Note: In respect of specialist consultants involving multidisciplinary works it will be ensured
by PMC that single agency is engaged for such packages. However, in case of practical
constraints the single agency proposed by PMC shall act as the lead consultant who
can form working arrangement/association with specialist consultants in the
remaining fields of activities, categories/ disciplines of work the number of such sub
consultants should be kept to the minimum. Work experience criteria details shall be
submitted for such single agency of the lead consultant. It will be ensured by the lead
consultant that such sub consultants meet the basic work experience criteria.

(Amended vide TI No. 08 dtd. 31.12.2018)

Independent checking of Façade System – In addition to the specialized façade consultant


engaged by the PMC / Engg. / Architectural consultant, in all projects where the cost of
structure / curtain glazing component is more than Rs. 50 Lakhs, AAI shall engage an
independent façade consultant (IFC). The façade consultant shall be reputed with relevant
experience on Airport facades design and construction.
Before releasing payment for the items of structure / curtain glazing and Façade items,
the Engg. In-Charge shall ensure inspection & issue of compliance certificate by the IFC
for the work done up to that stage.
Please refer TI No. 8 dtd. 31.12.2018 for Scope of Work and Role of IFC.

A-250
Appendix-113

Empanelment/Selection of Architectural Consultant/ Project Monitoring Consultant

(Refer section 58.6.c & 59.6.c)


TECHNICAL EVALUATION
NAME OF THE APPLICANT:

ADDRESS:

CONTACT DETAILS:

Airport System / Services Consultancy


For (FIDS, CCTV, PA System, BMS, IT Infra, Wi-Fi etc.) (Max .Marks T7= 04)
(Self attested documents to be submitted for all parameters. Onus for providing correct
documentation shall rest with bidder)

Sl. No Details Marks


Name of Firm

A Work Experience (with documentary proof)


for works executed during last 07 years
ending the last date of the month preceding
the month during which the tender has been
called
1. One work of Airport Terminal Building/ 5 Star 30
Hotel/ Malls/ Corporate Office having minimum
area equal to 80% of the area of the proposed
building * (30 marks) or
2. Two works of Airport Terminal Buildings/ 5 Star 30
Hotel/ Malls/ Corporate Office having minimum
area equal to 50% of the area of the proposed
building * (15 marks for each work) or
3. Three works of Airport Terminal Buildings/ 5 30
Star Hotel/Malls/ Corporate Office having
minimum area equal to 40% of the area of the
proposed building * (10 marks for each work)
*
1) Additional 10% marks shall be given for
experience in Airport System/ Services of an
airport terminal building.
2) For experience of additional works, additional
2% of total marks for each work in excess of
numbers of works mentioned under each of the
above categories (maximum up to total 05 works
executed during the last 07 years ending the last
date of the month preceding the month during
which the tender has been called to be
considered in each category) shall be accepted as

A-251
follows:
i. 2% on 30 marks for each additional works
for area of building equal to 80% of the area
of the proposed building.
ii. 2% on 15 marks for each additional works for
area of building equal to 50% of the area of
the proposed building.
iii. 2% on 10 marks for each additional works for
area of building equal to 40% of the area of
the proposed building.
B Years of existence of firm (Documentary
proof to be submitted)
1. More than 10 years 15
2. More than 05 years and up to 10 years 10
C Professionals proposed to be engaged for
Airport System/ Services consultancy (up to
tender stage) (with documentary proof)
1. Lead Manager Airport system ( 01 No)
Qualification: Post Graduate in Electronics/IT 10
Engg
Qualification: Graduate in Electronics/IT Engg 8
Experience more than 15 years 10
Experience more than 10 years 8
2. Senior Engineer – Airport System ( 01 No)
Qualification: Post Graduate in 10
Electronics/IT/Electrical Engg
Qualification: Graduate in 8
Electronics/IT/Electrical Engg
Experience more than 15 years 10
Experience more than 10 years 8
3. Senior Engineer – Acoustic ( 01 No)
Qualification: Graduate in Electronics Engg 8
Experience more than 15 years 10
Experience more than 10 years 8
4. Senior Engineer – Electronics ( 01 No)
Qualification: Graduate in Electronics Engg 8
Experience more than 15 years 10
Experience more than 10 years 8
5. Senior Engineer – IT ( 01 No)
Qualification: Graduate in IT Engg 8

A-252
Experience more than 15 years 10
Experience more than 10 years 8

Subtotal X7

Eligibility criteria to be satisfied by the lead consultant in any of the categories. Lead consultant can
form working arrangement/ association with other specialist consultants.
Evaluation Methodology: Highest feasible score shall be treated as equivalent to 04 marks. Marks
obtained shall be worked out on proportionate basis based on the overall score under this section.
(T7)
Note: In respect of specialist consultants involving multidisciplinary works it will be ensured
by PMC that single agency is engaged for such packages. However, in case of practical
constraints the single agency proposed by PMC shall act as the lead consultant who
can form working arrangement/association with specialist consultants in the
remaining fields of activities, categories/ disciplines of work the number of such sub
consultants should be kept to the minimum. Work experience criteria details shall be
submitted for such single agency of the lead consultant. It will be ensured by the lead
consultant that such sub consultants meet the basic work experience criteria.

A-253
Appendix-114

Empanelment/Selection of Architectural Consultant/ Project Monitoring Consultant

(Refer section 58.6.c & 59.6.c)


TECHNICAL EVALUATION
NAME OF THE APPLICANT:

ADDRESS:

CONTACT DETAILS:

Interior Design work (Max .Marks T8=04)


(Self attested documents to be submitted for all parameters. Onus for providing correct
documentation shall rest with bidder)

Sl. No Details Marks


In India Outside
India
Name of Firm

A Work Experience (with documentary proof)


for works executed during last 07 years
ending the last date of the month preceding
the month during which the tender has been
called
1. One Interior Design work of Airport Terminal 30 33
Building/ 5 Star Hotel/MNC Building having
minimum floor area equal to 12 % of the area of
the proposed building *(30/33 as applicable
marks) or
2. Two Interior Design works of Airport Terminal 30 33
Building / 5 Star Hotel/MNC Buildings having
minimum floor area equal to 10 % of the area of
the proposed building *(15/16.5as applicable
marks for each work) or
3. Three Interior Design works of Airport Terminal 30 33
Building / 5 Star Hotel/ MNC Buildings having
minimum floor area equal to 08 % of the area of
the proposed building *(10/11as applicable
marks for each work)
*
1) Additional 10% marks shall be given for
experience in Interior Design of an airport
terminal building.
2) For experience of additional works, additional
2% of total marks for each work in excess of
numbers of works mentioned under each of the
above categories (maximum up to total 05 works
executed during the last 07 years ending the last

A-254
date of the month preceding the month during
which the tender has been called to be
considered in each category) shall be accepted as
follows:
i. 2% on 30/33 as applicable marks for each
additional works for area of building 6800
sqm.
ii. 2% on 15/16.5 as applicable marks for each
additional works for area of building 4200
sqm.
iii. 2% on 10/11 as applicable marks for each
additional works for area of building 3400
sqm.

B Years of existence of firm (Documentary


proof to be submitted)
1. More than 10 years 15
2. More than 05 years and upto 10 years 10

C Professionals proposed to be engaged for


Interior Design consultancy (up to tender
stage) (with documentary proof)
1. Senior Architect (1 no.)
Qualification: Post Graduate in Architecture 10
Qualification: Graduate in Architecture 8
Experience more than 15 years 10
Experience more than 10 years 8
2. Architect (1 no.)
Qualification: Graduate in Architecture 6
Experience more than 10 years 8
Experience more than 8 years 6
3. Lighting Expert ( 01 No)
Qualification: Graduate in Electrical Engg 6
Experience more than 10 years 8
Experience more than 8 years 6
4. Signage Expert ( 01 No)
Qualification: Graduate in Electrical Engg 6
Experience more than 10 years 8
Experience more than 8 years 6
Subtotal X8

A-255
Evaluation Methodology: Highest feasible score shall be treated as equivalent to 04 marks. Marks
obtained shall be worked out on proportionate basis based on the overall score under this section.
(T8)

A-256
Appendix-115

Empanelment/Selection of Architectural Consultant/ Project Monitoring Consultant

(Refer section 58.6.c & 59.6.c)


TECHNICAL EVALUATION
NAME OF THE APPLICANT:

ADDRESS:

CONTACT DETAILS:

Real Estate Consultancy firm


(For Retail Space/Media Planning Expert) (Max .Marks T9=04)
(Self attested documents to be submitted for all parameters. Onus for providing correct
documentation shall rest with bidder)

Sl. No Details Marks

Name of Firm

A Work Experience (with documentary proof)


for works executed during last 07 years
ending the last date of the month preceding
the month during which the tender has been
called
1. Five (5) Airport related assignment or at least 5 30
assignments covering tenancy mix and/or
product formulation strategy for retail assets in
last 07 years of similar nature * or

2. Minimum three (3) Airport related assignment or 20


at least 3 assignments covering tenancy mix
and/or product formulation strategy for retail
assets in last 07 years of similar nature * or

3. Minimum two (2) Airport related assignment or 10


at least 2 assignments covering tenancy mix
and/or product formulation strategy for retail
assets in last 07 years of similar nature *
*
1) Additional 10% marks shall be given for
experience in retail space /media planning of an
airport terminal.

B Years of existence of firm (Documentary


proof to be submitted)
1. More than 10 years 15
2. More than 05 years and up to 10 years 10

A-257
C Professionals proposed to be engaged for Real
estate consultancy (up to tender stage) (with
documentary proof)

1. Airport Expert (1 no.)


Qualification: MBA 8
Experience of work more than 15 years 8
Experience more than 10 years 6
2. Retail Expert (1 no)
Qualification: MBA 8

Experience more than 12 years 6


Experience more than 10 years 4
Subtotal X9

Evaluation Methodology: Highest feasible score shall be treated as equivalent to 04 marks.


Marks obtained shall be worked out on proportionate basis based on the overall score under this
section. (T9)

A-258
Appendix-116

Empanelment/Selection of Architectural Consultant/ Project Monitoring Consultant

(Refer section 58.6.c & 59.6.c)


TECHNICAL EVALUATION
NAME OF THE APPLICANT:

ADDRESS:

CONTACT DETAILS:

Landscape / Horticulture Design (Max .Marks T10=02)


(Self attested documents to be submitted for all parameters. Onus for providing correct
documentation shall rest with bidder)

Sl. No Details Marks


Name of firm

A Min. Work Experience (with documentary


proof) for works executed during last 07
years ending the last date of the month
preceding the month during which the tender
has been called
1. Landscape Architecture for Airport Terminal Buildings /5 30
Star Hotel/Malls/Corporate Office/ Commercial Building
/Institutional campus/ Heritage Gardens / mixed-used
development project :
i) One work of having land parcel more than 8000
sqm.*. (30 marks for one work)
ii) Two works of having land parcel more than
5000 sqm.*. (15 marks for each work)
iii) Three works of having land parcel more than
4000 sqm.*. (10 marks for each work)

(*) For experience of additional works, additional 2%


of total marks for each work in excess of numbers of
works mentioned under each of the above categories
(maximum up to total 05 additional works executed
during the last 07 years ending the last date of the
month preceding the month during which the tender
has been called to be considered).
Explanatory note :
i. 2% on 30 marks for each additional
works having minimum land parcel
area of 8000 sqm.
ii. 2% on 15 marks for each additional
works having minimum land parcel area of
5000 sqm.

iii.2% on 10 marks for each additional


works having minimum land parcel area of
A-259
4000 sqm.

B Years of existence of firm (Documentary proof


to be submitted)
1. More than 10 years 15
2 More than 05 years and up to 10 years 10

C Professionals proposed to be engaged for


Landscape / Horticulture Design consultancy
(up to tender stage) (with documentary proof)

1. Senior Landscape / Horticulture Architect (1 no.)


Qualification: Post Graduate in 10
Agriculture/Architecture
Qualification: Graduate in Agriculture/ 8
Architecture
Experience more than 20 years 10
Experience more than 15 years 8
2 Landscape /Horticulture Architect (1 nos.)
Qualification: Post Graduate in Agriculture/ 8
Architecture
Qualification: Graduate in Agriculture/ 6
Architecture
Experience more than 10 years 8
Experience more than 8 years 6
Subtotal X10

Evaluation Methodology: Highest feasible score shall be treated as equivalent to 02 marks. Marks
obtained shall be worked out on proportionate basis based on the overall score under this section
(T10)

A-260
Appendix-117

Empanelment/Selection of Architectural Consultant/ Project Monitoring Consultant

(Refer section 58.6.c & 59.6.c)


TECHNICAL EVALUATION
NAME OF THE APPLICANT:

ADDRESS:

CONTACT DETAILS:

Approach & Methodology (Max .MarksT11= 02) -(max. 10 pages)


Each of the bidders should ensure visiting the site of work and submit a write–up detailing his ideas
about the project conceptualisation, approach and methodology which should, inter alia, cover the
PMC’s proposed approach regarding building types / plans, elevations and design efficiencies,
preferably with a perspective/artist view, use of Innovative technologies if any for conservation of
energy, Green building / GRIHA-4 concept and renewable energy implementation Highlighting soft-
wares available / to be put to use with its applicability for the project for effective and optimized
design of the project.

AAI shall subjectively evaluate this submission of the bidders and a maximum score of
02 (Two) shall be allotted to the best submission.

Sl. Details Marks


No

1. Maximum marks 02 marks 02


Sub total T 11

Evaluation Methodology: Highest feasible score shall be treated as equivalent to 02marks.

A-261
Appendix-118

Empanelment/Selection of Project Monitoring Consultant

(Refer section 59.6.c)


TECHNICAL EVALUATION
NAME OF THE APPLICANT:

ADDRESS:

CONTACT DETAILS:

Project Supervision and Contract Management team (Max .MarksT12= 08)


(Self attested documents to be submitted for all parameters. Onus for providing correct
documentation shall rest with bidder)

Sl. No Details Marks

Name of Firm In Outside


India India

Work Experience (with documentary proof)


A for works executed during last 07 years
ending the last date of the month preceding
the month during which the tender has been
called
1. One work of Airport Terminal / 5 Star Hotel/ 30 33
Malls/Corporate Office having minimum area
equal to 80% of the area of the proposed
building * (30/33 as applicable marks) or
2. Two works of Airport Terminal /5 Star Hotel/ 30 33
Malls/ Corporate Office having minimum area
equal to 50% of the area of the proposed
building * (15/16.5 as applicable marks for each
work) or
3. Three works of Airport Terminal / 5 Star 30 33
Hotel/Malls/ Corporate Office having minimum
area equal to 40% of the area of the proposed
building * (10/11 as applicable marks for each
work)
*
1) Additional 10% marks shall be given for
experience in Construction Supervision of an
airport terminal.
2) For experience of additional works, additional
2% of total marks for each work in excess of
numbers of works mentioned under each of the
above categories (maximum up to total 05 works
executed during the last 07 years ending the last
date of the month preceding the month during

A-262
which the tender has been called to be
considered in each category) shall be accepted as
follows:

i. 2% on 30/33 as applicable marks for each


additional works for area of building equal to
80% of the area of the proposed building.
ii. 2% on 15/16.5 as applicable marks for each
additional works for area of building equal to
50% of the area of the proposed building.
iii. 2% on 10/11 as applicable marks for each
additional works for area of building equal to
40% of the area of the proposed building

B Years of existence of firm (Documentary


proof to be submitted)
1. More than 10 years 15
2. More than 05 years and upto 10 years 10

C Professionals proposed to be engaged for


Construction Supervision (with documentary
proof)
Key professionals

1 Project Director (51 months + 1 months DLP)


Post Graduate in Civil Engineering / 30 33
Architecture
Graduate in Civil Engineering / Architecture 25 27.5
Experience more than 20 years 20 22
Experience more than 15 years 15 16.5
2 Project Architect (24 months intermittent)
Post Graduate in Architecture 10
Graduate in Architecture 8
Experience more than 15 years 10
Experience more than 10 years 8
3 Interior designer (01 nos.)
(06 Months intermittent)
Post Graduate in Architecture 10
Graduate in Architecture 8
Experience more than 10years 10
Experience more than 08 years 8
4 Land- Scape Architect (01 nos.) (06 Months

A-263
intermittent during project execution)
Post Graduate in Architecture/Agriculture 10
Graduate in Architecture/Agriculture 8
Experience more than 10 years 10
Experience more than 08 years 8
5 Structural Design Engineer (01 nos.) (24
Months intermittent during Project
execution)
Post Graduate in Structural/Civil Engineering 10
Graduate in Civil Engineering 8
Experience more than 10 years 10
Experience more than 08 years 8
6 Engineer – Airport systems (01 nos.) (16
Months intermittent during Project
execution + 02 Months during DLP)
Post Graduate in Electrical/Mechanical 10
Engineering
Graduate in Electrical/Mechanical Engineering 8
Experience more than 10 years 10
Experience more than 08 years 8
7 Façade Engineer (01 no) (16 Months
Intermittent during Project execution + 01
Months during DLP)
Post Graduate in Civil Engineering 10
Graduate in Civil Engineering 8
Experience more than 10 years 10
Experience more than 08 years 8
Sub Professionals
8 Senior Engineer- Civil ( 01 no) (51 Months
during Project execution + 01 Months during
DLP)
Graduate (Preferably Post Graduate ) in Civil
Engineering with more than 10 years
Experience
9 Engineer- Civil (02 nos.) (51 Months during
Project execution + 06 Months during DLP)
Graduate (Preferably Post Graduate ) in Civil

A-264
Engineering with more than 08 years
Experience
10 Senior Engineer- Electrical( 01 no) (32
Months during Project execution + 02
Months during DLP)
Graduate (Preferably Post Graduate ) in
Electrical Engineering with more than 10 years
Experience
11 Engineer- Electrical( 01 no) (51 Months
during Project execution + 06 Months during
DLP)
Graduate (Preferably Post Graduate ) in
Electrical l Engineering with more than 08
years Experience
12 Quality Assurance and Quality Control- Civil,
Plumbing and Fire-fighting ( 01 no) (51
Months during Project execution)
Graduate (Preferably Post Graduate ) in Civil
Engineering with more than 10 years
Experience
13 Quality Assurance and Quality Control- HVAC
and Electrical ( 01 no) (32 Months
intermittent during Project execution)
Graduate (Preferably Post Graduate ) in
Electrical Engineering with more than 10 years
Experience
14 Quantity Surveyor – Civil (2 nos.) (51 Months
during Project execution + 03 Months during
DLP)
Diploma (Preferably Graduate ) in Civil
Engineering with more than 08 years
Experience
15 Quantity Surveyor – MEP (2 nos.) (32 Months
intermittent during Project execution + 03
Months during DLP)
Diploma (Preferably Graduate ) in
Electrical/Mechanical Engineering with more
than 08 years Experience
16 HSE (Health, Safety & Environment)
Manager (01 no) (12 Months Intermittent
during Project execution)
Diploma (Preferably Graduate ) in
Health/Safety/Environmental Engineering with
more than 08 years Experience
17 Industrial relations Officer (01 no ) (03
A-265
Months Intermittent during Project
execution)
Graduate (Preferably Post Graduate ) in
Engineering/Commerce with more than 08
years Experience
18 Environment Engineer (01 no) (06 Months
Intermittent during Project execution)
Graduate (Preferably Post Graduate ) in Civil
Engineering with more than 08 years
Experience
Sub Total X12

Evaluation Methodology: Highest feasible score shall be treated as equivalent


to 08 marks. Marks obtained shall be worked out on proportionate basis based
on the overall score under this section. (T12)

Note: The above mentioned Man months are minimum indicative for deployment
during execution of contract and subsequent DLP. The PMC may
increase/redeploy/swap between the personals as per the requirement of the
project / progress of work during contract/ extended period, based on mutually
agreed (with AAI) work program.

A-266
MAKE IN INDIA

PUBLIC PROCUREMENT LINKED WITH LOCAL CONTENT (PP-LC) ORDER 2017.

Public procurement (Preference to Make in India policy 2017) (PP-LC) has been notified
and effected vide order dated 15-06-2017 of Govt. of India with up to date amendment to
encourage and promote manufacturing and production of goods and services in India with a
view to enhancing income and employment.
In order to implement ‘Make in India’ public procurement policy 2017 (PP-LC) following
shall be considered and applicable uniformly for procurement of goods and service
including turn-key works, across all disciplines in Airports Authority of India (AAI).
1. LOCAL SUPPLIER:-
Local Supplier’ means a supplier or service provider whose product or service offered for
procurement meets the minimum local content i.e. 50% of total value of the product or
services.
2. LOCAL CONTENT:-
‘Local content’ means the amount of value added in India in the total value of the item
procured (excluding net domestic indirect taxes) minus the value of imported content in the
item (including all customs duties) as a proportion of the total value in percent.
CALCULATION OF LOCAL CONTENT IN GOODS / SERVICES:
Sr. BOQ Total Value of the Item procured (Foreign Local Percent Location
No Item component after conversion into INR including content in age of at which
No. Custom duty + Domestic component excluding INR i.e. local Value
GST) value content addition is
addition (S ⁄ T) x done in
done in 100 India
India (S)
CIF Applica Foreign Domestic Total
Amount ble compon compone Value of
in INR custom ent nt the Item
(Conver duty includin excludin procure
sion rate excludin g g GST in d in INR
at the g IGST custom INR T = (R +
time of on (P) in duty and (S) S)
Publicit INR excludin
y of this (Q) g IGST
Bid) in INR
(P) R = (P +
Q)
1
2
For the purpose of local content salary / professional fees paid in Indian Rupees (INR) to
Indian based foreign employees will be treated as local content, if they are ordinarily
resident in India for a longer period (6 months or more). However, salary / professional fees

A-267
paid to foreign professionals coming to India on short term basis, or payments made in
foreign currency, will not be treated as local content.

Note:
Above currency conversion rates is only for calculation of local content for
eligibility of Make in India.

i) The local supplier shall be required to provide a following certificate from the
statutory auditor or cost auditor of the company (in the case of companies) or from a
practicing cost accountant or practicing chartered accountant (in respect of suppliers
other than companies) giving the percentage of local content

ii) We _________ the statutory auditor or cost auditor of the company (in the case of
companies) of M/s ________ (name of the bidder) hereby certify that
M/s__________ (name of manufacturer) meet the mandatory Local Content
requirements of the Goods and services i.e. _____ quoted vide offer No.______
dated ______ against AAI’s tender No._____ by M/s ________ (Name of the
bidder).

Signature

Stamp of Auditor

A-268
3. DEFINITION OF L1:-
‘L1’ means the lowest tender or lowest bid or the lowest quotation received in a
tender, bidding process or other procurement solicitation as adjudged in the
evaluation process as per the tender or other procurement solicitation.
4. MARGIN OF PURCHASE PREFERENCE:-
‘Margin of purchase preference’ means the maximum extent to which the price
quoted by a local supplier above the L1 for the purpose of purchase preference,
shall be 20 %, which shall be firm during particular procurement transaction.
5. INCREASE OF LOCAL CONTENT:-
Local content can be increased through partnership, cooperation with local
companies establishing production units in India or Joint Ventures (JV) with
Indian suppliers, increasing the participation of local employees in services and
training them. The following conditions shall also be applicable.
(a) Consortium of firms should not comprise more than two firms.
(b) Joint venture firm as a single unit or each member of consortium should have
Permanent Account Number (PAN).
(c) Both the members of consortium must meet fully, jointly or as a single unit of
Joint Venture (JV) the required PQC.
(d) A detailed and valid agreement exists between the consortium members defining
clear role, responsibility and scope of work of each member along with
nomination of leader for the purpose of work under consideration commensurate
with their experiences and capabilities and a confirmation that the members of
the consortium assume joint and several responsibilities. It shall be mandatory
for lead partner to attend all progress review meetings and shall be answerable to
all issues relating to the project.
(e) In all procurements, the leader of the consortium of firm shall meet 80% of the
qualification criteria of NIT and shall accept overall responsibilities of
contractual obligations for the total scope of work during execution and up to
defects liability period. Second local partner of the consortium shall meet 40% of
the PQC (Pre-Qualification Criteria).

Note: - Percentage figures in clause no. 5(e) above are modifiable with the prior approval of
ED / Member concerned where ever needed or applicable. For example: -

i. Procurements with imported superior technology seldom used earlier in India,


local firm is interested to participate but does not have sufficient experience
and low competition is anticipated.
ii. Procurements with imported superior technology but never used before in
India, local firm is interested to participate but does not have sufficient
experience and low competition is anticipated.

There may be other situation also needing application of this measure.

A-269
(f) Both the consortium firm should jointly possess the required Tools & Plants,
Machinery and manpower and should produce self-attested documentary
proof of owning and possessing required machinery.
6. Manufacture under license / technology collaboration agreements with phased
indigenization:-
(a) If the product developed abroad, is being manufactured in India with the stipulated
percentage (50%) of local content, under license from foreign manufacturer who
holds intellectual property right and having technology collaboration agreement/
transfer of technology agreement with Indigenous manufacturer, is acceptable under
this policy. Nodal Ministry may also reduce the requirement of stipulated local
content subject to clear phasing of increase of local content.
(b) Local content being manufactured in India but supplied by overseas bidder who has
venture and bona-fide agreement with Indian manufacturer under License
/Technology Collaboration agreements with phased Indigenization, the payment can
be made in foreign currency to non-local bidder also subject to adjustment of taxes
as applicable and prevailing regulation of RBI & Government of India. It can also be
given in Indian National Rupees [INR] to local manufacturer through bona-fide
bidder, subject to implementation of prevailing regulation of Government of India &
RBI.
7. Verification of local content:-
a) The local supplier at the time of tender, bidding or solicitation shall be
required to provide self-certification that the item offered meets the minimum
local content and shall give details of the location(s) at which the local value
addition is made.
b) In case of procurement for a value in excess of Rs. 10 crores, the local
supplier shall be required to provide a certificate from the statutory auditor or
cost auditor of the company (in the case of companies) or from a practicing
cost accountant or practicing chartered accountant (in respect of suppliers
other than companies) giving the percentage of local content.
c) False declarations will be in breach of the Code of Integrity under Rule
175(1)(i)(h) of the General Financial Rules for which a bidder or its
successors can be debarred for up to two years as per Rule 151 (iii) of the
General Financial Rules along with such other actions as may be permissible
under law.
8. Exemption of small purchases: Notwithstanding anything contained in paragraph 3,
procurements where the estimated value to be procured is less than Rs. 5 lakhs shall be
exempt from this Order. However, it shall be ensured by procuring entities that
procurement is not split for the purpose of avoiding the provisions of this Order.
9. Requirement for specification in advance: The minimum local content, the margin of
purchase preference and the procedure for preference to Make in India shall be
specified in the notice inviting tenders or other form of procurement solicitation and
shall not be varied during a particular procurement transaction.

A-270
10. A local supplier or bidder shall be considered to be from a country if (i) the entity is
incorporated in that country, or (ii) a majority of its shareholding or effective control of
the entity is exercised from that country; or (iii) more than 50% of the value of the item
being supplied has been added in that country. Local supplier / bidder shall mean those
entities which meet any of these tests with respect to India.
11. PURCHASE PREFERENCE (LINKED WITH LOCAL CONTENT) (PP-LC) AND
ITS IMPLEMENTATION:-

According to Make in India policy 2017, Purchase preference shall be given to


local suppliers in all the procurement, in the manner as given in following
clauses, if nothing otherwise notified by MOCA.
11.01 It is presumed that sufficient local capacity and local competition exist in country
for procurement of goods where the estimated value of procurement is Rs.50 lacs
or less but above Rs.5 lacs, & only local supplier shall be eligible.
11.02 In-procurement of goods, up-to and less than Rs. 5 lacs, shall be exempted from
implementation of public procurement linked with local content policy to the
bidder being small purchases. However, it shall be ensured by procuring entities
that procurement is not split for purpose of avoiding the provisions of this policy.
11.03 In-procurement of goods where the estimated value of procurement is more
than Rs. 50 lacs and which are divisible in nature, the following procedure
shall be followed.
a) Among all qualified bids, the lowest bid will be termed as L1, if L1 is from a
local supplier, the contract for full quantity will be awarded to L1.
b) If L1 bid is not from a local supplier, 50% of the order quantity shall be awarded
to L1. Thereafter, the lowest bidder among the local suppliers, will be invited to
match the L1 price for the remaining 50% quantity subject to the local suppliers
quoted price falling within the margin of purchase preference, and contract for
that quantity shall be awarded to such local supplier subject to matching the L1
price. In case such lowest eligible local supplier fails to match the L1 price or
accepts less than the offered quantity, the next higher local supplier within the
margin of purchase preference shall be invited to match the L1 price for
remaining quantity and so on, and contract shall be awarded accordingly. In case
some quantity is still left uncovered on local supplier, then such balance quantity
may also be ordered on the L1 bidder.
c) Local suppliers / bidders are further classified as Make in India (MII) bidder or
MSME bidder if so, the purchase preference shall be considered for award as per
illustrations given below in table 1.

A-271
Examples:

Table-1
Case-1 100 % order quantity will be awarded to L-1
If bid participation trend is that - All bidder.
the bids are from MII (local
bidders) and no MSME (local
bidder).
Case-2 80% of order quantity will be awarded to L-1
If bid participation trend is that - bidder and 20% of order quantity will be
(a) L-1: MII (local bidder). awarded to lowest MSME (local bidder), ready
(b) Lowest MSME (local bidder) to match price of L-1.
falling within price preference of
15%.
(c) No Non - local bidder

Case-3 (i) 50 % of order quantity will be awarded to L-


If bid participation trend is that - 1.
(a) L-1:Non-local bidder. (ii) Remaining 50 % of order quantity to be
(b) Lowest MII (local bidder). awarded to lowest MII (local bidder) if falling
(c) No MSME (local bidder). within 20 % price preference, provided, ready
to match price of L-1.
Case-4 (i) 50 % quantity will be awarded to L-1.
Where lowest MSME ( local (ii) 40 % of order quantity will be awarded to
bidder) quote is higher than the lowest MII (local bidder) and 10 % of order
lowest MII (local bidder). quantity will be awarded to lowest MSME (local
And bid participation trend is that - bidder) provided, ready to match the price of L-1.
(a) L-1: Non-local bidder.
(b) Lowest MII (local bidder) falling
Within price preference of 20% and his
price is lower than the MSME vendor.
(c) Lowest MSME falling within
Price preference of 15%.
Case-5 (i) 50% of order quantity will be awarded to
Where lowest MII (local bidder) L-1.
quote is higher than the lowest (ii) Remaining 50% of order quantity will be
MSME (local bidder). awarded to lowest MSME (local bidder)
And bid participation trend is that – provided, ready to match L-1 price.
(a) L-1: Non-local bidder.
(b) Lowest MSME (local bidder)
falling within price preference of 15%.
(c) Lowest MII (local bidder) falling
within price preference of 20%.

A-272
11.04 In-procurement of goods where the estimated value of procurement is
more than Rs. 50 lacs and which are not divisible in nature, the following
procedure shall be followed.
a) Among all qualified bids, the lowest bid will be termed as L1, if L1 is from
a local supplier, the contract for full quantity will be awarded to L1.

b) If L1 is not from a local supplier, the lowest bidder among the local suppliers,
will be invited to match the L1 price subject to local supplier’s quoted price
failing within the margin of purchase preference of 20 % of L-1 price, and the
contract shall be awarded to such local supplier subject to matching the L1
price.

c) In case such lowest eligible local supplier fails to match the L1 price, the local
supplier with the next higher bid within the margin of purchase preference
shall be invited to match the L1 price and so on and contract shall be awarded
accordingly. In case none of the local suppliers within the margin of purchase
preference matches the L1 price then the contract may be awarded to the L1
bidder.

A-273
A-274
A-275
A-276
ANNEXURE – A

UNDERTAKING TO BE SUBMITTED BY AGENCIES WHO WISH TO CLAIM


PREFERENCE UNDER MAKE IN INDIA POLICY
(To be submitted in Envelope- II)

Name of work: ………………………………………………………………………………

Name of Contractor / Firm………………. ………………………………………………


Bid No.:- ……………………………………………………………………………………

I / we have applied for above tender for the work of “……………………………………


………………………………………………………………...’ and hereby undertake that: -

• I / we have gone through the “Make in India Policy” mentioned in the tender document and
have understood the provisions available in the policy.

• I/ we have quoted the make in India local content not less than 50% of the total quoted
amount as per BOQ.

• I / we will submit the details as per Form – III i.e. calculation of actual local content in
goods / services provided in make in India policy available in tender document. This detail
will match with the rates quoted in Schedule of Quantities (i.e. submitted price bid). Failing
which AAI shall have full rights to consider my / our bid as non-make in India bid and
price preference as per the provision of Make in India policy shall not be applicable even
though the local content is more than 50%.

• I / we will submit filled and signed Forms – I, II, III & IV in sealed envelope (Make in
India envelope) to bid manager in original hard copy such that the documents will reach
before scheduled date of opening of price bid or as directed by AAI. In case of non-
submission of these documents till scheduled time and date, my / our bid shall be treated as
non- make in India bid.

Signature of Contractor:
Date:

A-277
FORM – “I”

Make of items / materials / accessories sourced from India


(To be submitted in hard copy)

S. No. Description of Accessories & Items Make of Accessories & Items proposed

Signature of tenderer with seal

A-278
FORM – “II”

Make of Imported items and accessories


(To be submitted in hard copy)

S. No. Description of Accessories & Items Make of Accessories & Items proposed

Signature of tenderer with seal

A-279
FORM – “III”

CALCULATION OF LOCAL CONTENT IN GOODS / SERVICES:


(To be submitted in hard copy)
Sr. BOQ Total Value of the Item procured (Foreign component after conversion Local Percentag Location
No. Item into INR including Custom duty + Domestic component excluding GST) content in e of local at which
No. INR (i.e. content Value
value addition is
addition done in
done in India
India)

CIF Amount Applicable Foreign Local Total


in INR custom component content Value of
(Conversion duty including excluding the Item
rate at the excluding custom duty GST in INR procured
time of IGST on and excluding in INR
submission (P) in INR IGST in INR
of Bid)

(P) (Q) R = (P + Q) (S) T = (R + (S) (S ⁄ T) x


S) 100

Signature of tenderer with seal

A-280
FORM – “IV”

Certificate from the statutory auditor or cost auditor of the company


(To be submitted in hard copy)

i) The local supplier shall be required to provide a following certificate from the statutory
auditor or cost auditor of the company (in the case of companies) or from a practicing
cost accountant or practicing chartered accountant (in respect of suppliers other than
companies) giving the percentage of local content

ii) We _________ the statutory auditor or cost auditor of the company (in the case of
companies) of M/s ________ (name of the bidder) hereby certify that M/s__________
(name of manufacturer) meet the mandatory Local Content requirements of the Goods
and services i.e. _____ quoted vide offer No.______ dated ______ against AAI’s
tender No._____ by M/s ________ (Name of the bidder).

Signature
Stamp of Auditor

A-281
PERFORMA-I

CERTIFICATE OF NET WORTH FROM CHARTERED ACCOUNTANT

“It is to certify that as per the audited balance sheet and profit & loss
account during the financial year ……………………., the Net Worth of M/s
……………………………(Name & Registered Address of individual / firm /
company), as on ……………………………(the relevant date) is Rs.
…………………………….. after considering all liabilities. It is further certified
that the Net Worth of the company has not eroded by more than 30% in
the last three years ending on (the relevant date).”

Signature of Chartered Accountant

………………………………………

Name of the Chartered Accountant

……………………………………...

Membership No. of ICAI

………………………………………

Date and Seal

A-282
PERFORMA-II

FINANCIAL DATA

(WORK DONE DURING THE LAST FIVE FINANCIAL YEARS)

Name of the Tenderer:-

Sl. Description Financial data for Last 5 Audited Financial Years


No
.
Year Year Year Year Year
2014-15 2015-16 2016-17 2017-18 2018-19
1 2 3 4 5 6 7
1. Maximum value of Civil
Engineering works
executed in any one
year during the last 5
(five) years (updated
the completed works to
current costing level of
enhancing at a simple
rate of interest @7%
per annum.
Note:
1. All such documents reflect the financial data of the tenderer or member in case
of JV / Consortium, and not that of sister or parent company.
2. The financial data in above prescribed format shall be certified by Chartered
Accountant / Company Auditor under his signature and stamp in original along with
membership no.

Signature

Chartered Accountant

Signature

Authorized Signatory of the Contractor / Firm

A-283
PERFORMA-III

WORKS IN HAND

As on first day of the month of tender submission

Applicant’s legal name


………………………………Date……………………………………

Page……………………of………………………..pages

Name and Brief Name of Contract Value of Value of work to


particulars of client with Value in balance work be done in ’T’ i.e.
contract telephone Rupees (Give yet to be …...(d)……
(Clearly Number only the value done in (Completion
indicate the and fax of Work Rupee as on Period of the
part of the number assigned to …….(m)…… Project) …(m)……
Work assigned the .. (Submission End
to the applicant(s) date)
applicant(s))
From From
………. ………
to .
……….. to
………
..

Note: The financial data in above prescribed format shall be certified by


Chartered Accountant / Company Auditor in original under his signature &
stamp.

Signature

Chartered Accountant

Signature

Authorized Signatory of the Contractor / Firm

A-284

You might also like