TCBGEMBAT - 4 - Arun Kumar Jain

You might also like

You are on page 1of 12

Additional Terms and conditions of BID (Replacement of UPS batteries Under Buyback)

a) Annualized Average Financial Turnover: Should have annualized average financial turnover of 201750 (30 % of
estimated cost) against work executed during last three financial years ending 31st march of the previous financial
year. As a proof, Photo copy of Annual Reports / Balance Sheets / Profit & Loss Accounts of the firm duly audited by
Charted Accountant should be submitted along with the application.
b) Bidder have to submit UDIN generated documents like balance sheet/turn over certificate, working capital
certificate(work done during last 3 financial years and work in hand), net worth certificate, Tax deduction at
source(TDS) certificate for Non- Govt. work as per BID conditions duly certified by CA and having UDIN. The
documents submitted by bidders without UDIN shall not be entertained.
c) 10% of quoted cost Bank Guarantees submitted by successful Bidders/contractors will be verified through
structured financial Messaging system(SFMS) of ICICI Bank. SOP for verification through SFMS of ICICI bank has
been issued by Finance deptt. as per Annexure-A.
d) The bidder/ contractor will also submit letter to the issuing bank as per format attached (Annexure- 2).
e) In BOQ bidder have to fill Rate as per follows:
Rate of New battery- Rate of OLD Battery(Inclusive all Taxes) while GST on old battery will be 18%.
f) An Earnest Money Deposit of 2% of total estimated cost i.e. Rs. 13450/- have to be submit by all bidders in favor of
AAI Udaipur. Details is as follows:
Bank Name: State Bank of India Pratap nagar Udaipur
A/c no. : 33783057199
IFSC code : SBIN0031592
g) In case of authorized representative, current authorization from OEM authorizing the
bidder as its authorized representative shall be submitted/ O.E.M. certificate.
h) Experience: The bidder should have successfully executed in last three years, orders for similar work in PSU/Govt.
department/private Sector/MNCs, meeting any one of the following three criteria:
 One order of value more than or equivalent to
Rs.538001 /- (80% of the estimated cost)
 Two orders each of value more than or equivalent to
Rs. 336256/-(50% of the estimated cost)
 Three orders each of value more than or equivalent to
Rs. 269000- (40% of the estimated cost)
i) Bidder must upload performance/experience certificate (TDS certificate along with completion is
mandatory in case of PO of private Enterprise) in respect of the works claimed against
experience as mentioned above. These certificates should be issued by the end user agencies
for whom the works have been carried out and endorsed by the bidder. Such
performance/experience certificates should clearly indicate the following:
i) Value of order or contract,
ii) Scope of order or contract,
iii) Order or Contract No., Award date,
iv) Order or Contract Completion date,
v) That the supplied & installed System has performed satisfactorily after
commissioning.
vi) Valid Address and Contact Number of the end user agency for whom Works has been
carried out. Certificates having ambiguous addresses or contact numbers which cannot be verified will
not be considered.

LIST OF DOCUMENTS TO BE SUBMITTED IN THE ELIGIBILITY BID (TECHNICAL BID):

SNO. ELIGIBILITY BID DOCUMENTS(PDF) FILE : NAMED AS


1 Unconditional acceptance (Annexure-1) Acceptance letter
2 Undertaking that Firm, its partner or its directors UBL
have not been black listed.(Annexure –IV)
3 Proof of Experience of Works claimed .(copy of Experience PO-01
relevant pages of PO /Work order issued by Experience PO-02
Customer), Proof of completion (completion Experience PO-03
Certificate issued, TDS(TRACE) certificate in case of CC-01,CC-02,CC-03
PO of private Enterprise) with complete details of
works claimed. In case of GEM contract order,
Submit copy of GEM contract along with CRAC as
per Experience.
4 Annualized Average Financial Turnover Turnover
5 Compliance statement Bill of Compliance statements
Quantities(Annexure-III)
6 PROOF OF SUBMISSION OF EMD EMD

7 Make In India annexure-V Undertaking and formI,II and III

8 Authorization from OEM Authorization


Annexure-1
Unconditional Acceptance Letter
(To be submitted on company letter head)

To

The Airport Director Udaipur

Airports Authority of India,

Maharana Pratap Airport,

Udaipur-313022

Sub: “Supply and Installation of UPS batteries at M. P. Airport Udaipur under buyback scheme”

Sir,

Having examined the conditions of contract and specifications including addenda, I/we, the undersigned, offer to
undertake “Supply and Installation of UPS batteries at M. P. Airport Udaipur under buyback scheme” in conformity
with the specifications, terms & conditions of GEM BId.

I/We agree to abide by the terms and provisions of the said conditions of the contract and provisions contained in the
BID. I/We hereby unconditionally accept(s) the BID conditions of AAI’s Bid documents in its entirety for the above work.
It is certified that I/we have not stipulated any condition(s) in our Bid offer. In case any condition(s) are found in our Bid
offer violated after opening Bid, I/We agree that the Bid shall be rejected and AAI shall without prejudice to any other
right or remedy be at liberty to forfeit the EMD absolutely.
I/We hereby submit the earnest money online of *INR…………..……….…… for the Bid for the above mentioned work .
Bid uploaded by us is digitally signed, and prepared so as to prevent any subsequent alteration and replacement.
I/We declare that I/we have not paid and shall not pay any bribe to any officer of AAI for awarding this contract at any
stage during its execution or at the time of payment of bills, and further if any officer of AAI asks for bribe/gratification, I
shall immediately report it to the Appropriate Authority of India( AAI).
I/We undertake that AAI’s Bid document shall form part of contract agreement.
We understand that you are not bound to accept the lowest or any bid, you shall receive.

Thanking you
Yours faithfully

Dated:
Signature of Bidder

Name: ………………………….
Telephone:………………………
Fax/Email/stamp
Annexure -2

Request letter: Transmission of Bank Guarantee cover message (to be submitted by applicant to BG issuing bank)

Date:------------------------------------------------

The Manager,

(Bank),

(Branch)

Sub: Inclusion of unique identifier code of AAI while transmitting BG cover messages where beneficiary bank is ICICI Bank
(IFSC-ICIC0000007).

Dear Sir/Ma'am,

I/We,----------------------------------------- , request you to include unique identifier------AAIUDAIPUR------ in field 7037 of the


SFMS cover messages IFN COV 760 (for BG issuance) and IFN COV 767 (for BG amendment) while transmitting the same
to the beneficiary bank (ICICI Bank-IFSCICIC0000007).

Thanking You,

------------------------------------------------

(Vendor/Customer/Concessionaire)
Annexure-A

'Sub: SOP for BG Verification through SFMS of ICICi Bank.

AAI has made 'arrangement for Verification of Bank Guarantees received by AAI from
. Vendors/Customers/Concessionaires through Structured' Financial Messaging " System
(SFMS) of ICICI bank.

1. The following bank details need to be incorporated in the bid document so that
, the prospective successful bidder, may submit BG(PBG1BG-SD/FBG) in accordance with
the bank details

CORPORATE NAME: AIRPORTS AUTHORITY OF INDIA


BANK NAME: ICICI BANK
IFSC CODE: ICIC0000007
BG ADVISING MESSAGE: IFN760COV(BG ISSUE)
IFN767COV(BG AMMENDMENT)
UNIQUE IDENTIFIER CODE 7037 AAIUDAIPUR OR AS PER ANNEXURE A-1
Annexure-
A1

Advisory: For Applicant and its BG Issuing Bank Branch.

BG advising message - IFN 760COV/IFN 767COV via SFMS


IFSC CODE: ICICOOOOOO7
Corporate Name- Airport Authority of India
Field Number Particulars to be mentioned in Row 1)

7037 <AAIUDAIPUR>

Please note that the issuing bank while issuing/amending the BG, should ensure that the
above information is correctly captured in the message i.e. IFN 760COV/IFN 767COV.

Please find below indicative request letter format to be sent to issuing bank for ensuring
transmission of BGs through SFMS.

S.No. Name of AAI Unit email id Unique identified code (7037)


1 Udaipur bgv.udaipur@aai.aero AAIUDAIPUR
COMPLIANCE STATEMENT: ANNEXURE-III

S no Batteries Specifications Warranty Compliance(Yes/no)


1 SMF VRLA 12V/100AH MIN. 02 YEARS OR HIGHER
WHICHEVER IS PROVIDED BY OEM
2 SMF VRLA 12V/65AH MIN. 02 YEARS OR HIGHER
WHICHEVER IS PROVIDED BY OEM
3 SMF VRLA 12V/42AH MIN. 02 YEARS OR HIGHER
WHICHEVER IS PROVIDED BY OEM
4 SMF VRLA 12V/26AH MIN. 02 YEARS OR HIGHER
WHICHEVER IS PROVIDED BY OEM
5 SMF VRLA 12V/07AH MIN. 02 YEARS OR HIGHER
WHICHEVER IS PROVIDED BY OEM
ANNEXURE –IV

DECLARATION BY THE CONTRACTOR/TENDERER


( To be submitted on company letter head)

I /We, the undersigned do hereby declare that, I /We have never ever been blacklisted and /or
there were no debarring actions against us for any default in supply of material /equipments by
the Airports Authority of India. The firm or its partners or its Directors have not been black
listed or any case is pending or any complaint regarding irregularities is pending, in India
or abroad, by any global international body like World Bank/International Monetary Fund/
World health Organization etc.., or any Indian State/Central Governments Departments
or Public Sector Undertaking of India

In the event of any such information pertaining to the aforesaid matter found at any given point
of time either during the course of the contract or at the bidding stage, my bid /contract shall
be liable for truncation /cancellation /termination without any notice at the sole discretion of
the purchaser.

Signature of the Bidder


Name
Date:
Seal:
E-mail Address:
ANNEXUREV

UNDERTAKING TO BE SUBMITTED BY AGENCIES WHO WISH TO CLAIM PREFERENCE UNDER MAKE IN


INDIA POLICY

(To be printed on Company’s Letter head)


(TO BE SUBMITTED WITH ENVELOPE-I)

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 scan copy of filled and signed Forms I, II & III in Envelope-I. In case of non-
submission of these documents, their bid shall be treated as non-make in India bid.

Signature of the Contractor

Date:
FORM – “I”

Make of Items / materials / accessories sourced from India (To be submitted in Envelope-I)

S. No. Description of Accessories & Items Make of Accessories & Items proposed

Signature of tenderer with seal


FORM – “II”

Make of imported items and accessories (To be submitted in Envelope-I)

S. No. Description of Accessories & Items Make of Accessories & Items proposed

Signature of tenderer with seal


FORM – “III”

CALCULATION OF LOCAL CONTENT IN GOODS / SERVICES


Sr. No. BOQ Item No. Total Value of the Local content in Percentage of Location at which
Item procured INR local content Value addition is
(i.e. value done in India
addition done in
India)

Total

(To be submitted in Envelope-I)

Signature of tenderer with seal

You might also like