Professional Documents
Culture Documents
1
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
2
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
INDEX
S. No. Item Description Page No.
1. Cover Page and Index 1-3
3
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
Date: 13/10/2022
1. Bids, in two bid systems, are invited by the General Manager (CNS)-NR on behalf of Chairman, Airports
Authority of India (AAI), for SITC of CCTV System at NATS Complex-IGI Airport with One-year warranty
followed by 5-years CAMC from the reputed OEMs, System Integrators or Authorized Representative
of OEMs through GeM Portal.
The tenderers shall submit their bids only through Gem portal https://gem.gov.in/ following the
instruction provided in the Bid document for online submission of bids.
Eligibility Criteria: -
(i) The bidder shall be the Original Equipment Manufacturer (OEM) or its authorized representative
or System Integrator.
(ii) In the case of System Integrator (SI) or Authorized Representative of OEM, credentials (financial
turnover & experience as mentioned below) of bidder only will be considered for evaluating
eligibility criteria.
4
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
(iii) In the case of an authorized Representative, current authorization from OEM authorizing the
bidder as its authorized representative shall be submitted.
(iv) In the case of OEM, Proof of being an Original Equipment Manufacturer (OEM) shall be submitted.
(v) In the case of System Integrator, valid authorization of OEM(s) firm for CCTV Cameras, NVR,
Storage, Switch and Software authorizing the bidder for the current tender shall be submitted.
(vi) Bidder firm shall submit an undertaking stating its 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. (Annexure-7)
(vii) Experience: The bidder should have successfully executed in last seven years, orders for SITC of
CCTV system, CAMC of CCTV System, meeting the following value criteria: In case the bidder is an
MSE or a start-up and seeking exemption from Experience criteria, valid MSME certificate/UDYAM
registration details must be uploaded to prove his eligibility for evaluation by the buyer.
a. One order of value more than or equivalent to Rs.47,84,540/= (80%)
b. Two orders each of value more than or equivalent to Rs.29,90,337/= (50%)
c. Three orders each of value more than or equivalent to Rs.23,92,270/= (40%)
(viii) Performance/Experience Certificate: Bidder must submit performance/experience certificate in
respect of the works claimed against experience as mentioned under Para (x) 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:
a. Value of order or contract,
b. Scope of order or contract,
c. Order or Contract No., Award date,
d. Order or Contract Completion date,
e. Experience certificate indicating that the performance of the supplied & installed SCCTV
system is satisfactory
(ix) In case of experience of Private sectors, bidder has to submit TDS certificate issued by the
Customer in support of payment received and execution of work.
(x) Annualized Average Financial Turnover: Bidder should have annualized average financial
turnover of at least Rs. 18 Lacs during last three financial years, ending 31st March 2022. As a
proof of financial turnover, copy of abridged Balance Sheet along with Profit & Loss account of
the bidder for last three years should be uploaded. In case the bidder is an MSE or a Start-up and
seeking exemption from Turnover Criteria, valid UDYAM registration details must be uploaded to
prove his eligibility for evaluation by the buyer.
(xi) Earnest Money Deposit
Bidders have to submit the EMD in the form of online payment through Internet banking or Bank
Guarantee (BG) or Demand Draft (DD) to the Beneficiary as per the details provided in the GeM
bid document. Bidder to indicate bid number and name of bidding entity in the transaction details
5
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
field at the time of on-line transfer. Bidder has to upload scanned copy / proof of the Online
Payment Transfer or BG along with bid.
EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting
document for the relevant category as per GeM GTC with the bid. Under MSE category, only
manufacturers for goods and Service Providers for Services are eligible for exemption from EMD.
Traders are excluded from the purview of this Policy.
(xii) Tenderers have to submit UDIN generated Balance Sheet, Profit & Loss and Turnover certificate,
duly certified by CA having UDIN. The documents submitted by bidders without UDIN shall not be
entertained.
(xiii) All bidders are advised to quote single make/model for every BOQ item. Multiband Quoted bid
for individual BOQ item will be rejected.
6
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
2 Tender Document
a. The tender/Bid document consists of three Sections. The bidder should go through all these
sections (Section A – General Information and Guidelines; Section B – Terms & Conditions;
Section C – Operational & Technical Requirements) of the tender document and must
comply with each clause of all the three sections.
b. The instructions given in the tender document are binding on the bidder and submission of
the tender will imply unconditional acceptance of all the terms & conditions by the bidder.
c. Bidder shall be required to demonstrate / practically verify the specific / all features of the
equipment/Products, at their own cost, as deemed fit by AAI, for the evaluation of the bid.
3 Technical Literature & Brochures and Language
a. One set of complete technical brochure meeting the tender specifications of the quoted
make and model shall be up-loaded along with the technical bid.
b. As part of Technical Evaluation of the tenders, the compliance of the offered make and
model to the operational and technical specifications as stated in Section – C, shall be
verified from the technical manuals and documentation of the equipment.
c. The language of all manuals, instructions, technical documentation etc. provided shall be
in English.
d. Successful Bidder also has to execute an agreement with AAI on Rs100/- Non-judicial stamp
paper within 30 calendar days after the acceptance of the purchase order. Format is
attached as Annexure-1.
e. The Successful bidder must furnish the contract Performance Bank Guarantee within 15
days of acceptance of purchase or work order as per GeM GTC. Format is attached as
Annexure-2.
f. AAI shall be the sole judge in the matter of award of contract and the decision of AAI shall
be final and binding.
7
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
4 Consignee
The ordered Products / items shall be delivered to the ultimate consignee at the address given
below:
(a) Consignee Details :
The General Manager (CNS)-NR
Airports Authority of India,
Regional Headquarters, Northern Region
Gurugram Road, New Delhi-110037
E-mail: gmcnsnr@aai.aero
5 Execution of Works
a. The works shall be carried out under the supervision of the AAI officers at NATS Complex-
IGI Airport according to the terms and conditions of the contract.
b. Unacceptable and unauthorized work: All work that does not conform to the requirements
of the contract or specifications will be considered unacceptable to AAI.
6 Warranty
The warranty period of all the supplied items shall be for 1 years. The Warranty starts after the
successful commissioning CCTV System.
The bidder should not be under liquidation, court receivership or similar proceedings, should
not be bankrupt. Bidder to upload undertaking to this effect with bid.
8
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
Since this contract consists of SITC and CAMC, it is not divisible in nature. Accordingly, if L1 is
not a class-1 local supplier, eligible Class -1 (within 20% of L1 price) supplier/s shall be given
opportunity in the increasing order of their quoted price to match the L1 price and shall be
awarded 100% of the contract if concerned bidder agrees for the same as per the MII policy.
9. GST Compliance
In case of non-compliance of GST provision and blockage of any input tax credit, the bidder
shall be responsible for the same and shall indemnify AAI for the loss, if any, suffered by AAI.
Bidder shall submit certificate for this as per Annexure-6.
Declaration: The General Information and Guidelines given in the Tender Document are hereby accepted
unconditionally and shall be complied with.
Signature of Bidder
Name: …........................................
Telephone: ….................................
E-mail : …......................................
Stamp : …......................................
9
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
10
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
make good the difference in the cost of goods procured elsewhere and price set forth
in the order with the successful bidder.
5.2 In the event of rejection of non-conforming goods, the successful bidder shall be
allowed to correct the non-conformities without extension in delivery period. If
successful bidder fails to do so within the stipulated time, the purchaser shall have the
right to take recourse to 5.1.
6 Deductions from Contract Price
6.1 All costs, damage or expenses which the AAI may have paid, for which under the
contract the supplier is liable, will be claimed by the Airports Authority of India (AAI).
All such claims shall be billed by the AAI to the Supplier regularly as and when they fall
due. Such bill shall be supported by appropriate and certified vouchers or explanations
to enable the supplier to properly identify within fifteen days of the receipt of the
corresponding bills and if not paid by the supplier within said period, the AAI may then
deduct the amount from any money due or becoming due to the supplier under the
contract or may be recovered by actions of Law or otherwise, if the supplier fails to
satisfy the AAI of such claims.
7 Right to Accept or Reject the Tenders
7.1 The right to accept the tender in full or in part/parts will rest with AAI. However, AAI
does not bind itself to accept the lowest tender and reserves to itself the authority to
reject any or all the tenders received without assigning any reason whatsoever. AAI
shall not pay any cost incurred in the preparation and submission of any tender or any
cost incidental to it.
7.2 Tenders, in which any of the particulars and prescribed information is vague, missing
or is incomplete, in any respect and/or prescribed conditions are not fulfilled, shall be
considered non-responsive and are liable to be rejected. If the bidder gives wrong
information in his tender, AAI reserves the right to reject such tender at any stage or
to cancel the Contract, if awarded and forfeit the Earnest Money Deposit. AAI reserves
the right to debar such bidders to participate in future Tender.
7.3 Canvassing in any form in connection with the tenders is strictly prohibited and the
tenders submitted by the Contractors who resort to canvassing are liable for rejection.
7.4 Should a bidder have a relation or relations employed in the capacity of an officer of
AAI, the authority inviting tender shall be informed of the fact along with the offer,
failing which AAI, at its sole discretion may reject the tender or cancel the contract and
forfeit the Earnest Money Deposit.
8 Termination of Contract at Purchaser’s Initiative
8.1 The AAI reserves the right to terminate the contract either in part or in full due to the
reasons other than specified herein. The AAI shall in such an event give 15 days’ notice
in writing to the Supplier of their decision to do so.
8.2 The supplier upon receipt of such notice shall discontinue the work on the date and
to the extent specified in the notice, make all reasonable efforts to obtain cancellation
of all orders and contracts to the extent they are related to the work terminated
11
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
and terms satisfactory to the AAI, stop all further subcontracting or purchasing
activity related to the work terminated, and assist the AAI in maintenance protection,
and disposition of the works acquired under the contract by the AAI.
9 Performance Bank Guarantee (PBG)
9.1 1) Performance Bank Guarantee for SITC & during the Warranty Period
The bidder, whose tender is accepted, within 15 calendar days of the award of contract
on GeM, shall submit performance guarantee of 3% of the value of the SITC contract to
AAI in the form of an irrevocable and unconditional bank guarantee, on a Nationalized
/ Scheduled Bank, as per Performa attached as Annexure-2.
12
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
9.7 The performance bank guarantee shall be deemed to govern the following guarantees
from the successful bidder, in addition to the other provisions of the guarantee.
9.7.1 The successful and satisfactory operation of the equipment supplied in
Accordance with the specifications and other relevant documents
9.7.2 The equipment supplied shall be free from all defects of design, material
and workmanship and upon written notice from AAI, the successful bidder
shall fully remedy, free of expenses to AAI, all such defects as developed
under the normal use of the said equipment within the period of
guarantee/warranty.
9.7.3 The performance guarantee is intended to secure the performance of the
entire equipment. However, it is not to be construed as limiting the
damages stipulated in any other clause.
9.8 The performance guarantee will be returned to the contractor without interest, after
he duly performs and completes the contract in all respects but not later than
90(ninety) days of completion of all such obligations including the warranty under the
contract.
10 Force Majeure
10.1 AAI may grant an extension of time limit set for the completion of the work in case the
timely completion of the work is delayed by force majeure beyond the contractor’s
control, subject to what is stated in the following sub paragraphs and to the procedures
detailed there in being followed. Force majeure is defined as an event of effect that
cannot reasonably be anticipated such as acts of God (like earthquakes, floods, storms,
etc.), acts of states, the direct and indirect consequences of wars (declared or un
declared), hostilities, national emergencies, civil commotions and strikes (only those
which exceed a duration of ten continuous days) at successful Bidders factory. The
successful bidder’s right to an extension of the time limit for completion of the work in
above mentioned cases is subject to the following procedures:
10.2 That within 10 days after the occurrence of a case of force majeure but before the
expiry of the stipulated date of completion, the bidder informs the AAI in writing that
the Bidder considers himself entitled to an extension of the time limit.
10.3 That the Successful Bidder produces evidence of the date of occurrence and the
duration of the force majeure in an adequate manner by means of documents drawn
up by responsible authorities.
10.4 That the Successful Bidder proves that the said conditions have actually been interfered
with the carrying out of the Contract.
10.5 That the Successful Bidder proves that the delay occurred is not due to his own action
or lack of action.
10.6 Apart from the extension of the time limit, force majeure does not entitle the successful
bidder for any relaxation or to any compensation of damage or loss suffered.
11 Arbitration and Laws
13
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
11.1 Except where otherwise provided for in the contract, all questions & disputes relating
to the meeting of the specifications, designs, drawings, and instructions herein
before mentioned and as to the quality of workmanship or materials used on the
work or as to any other question, claim, right, matter or thing 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 completion or abandonment thereof shall be settled within thirty
(30) days (or such longer period as may be mutually agreed upon) from the date that
either party notifies in writing that such dispute or disagreement exists. Provided
that any dispute that remains unresolved shall be settled under the Rules of Indian
Arbitration and Conciliation Act, 1996, The venue of Arbitration shall be New Delhi,
India. The arbitration award shall be final and binding upon the parties and judgment
may be entered thereon, upon the application of either party, by any court having
jurisdiction.
11.2 Indian laws shall govern this contract.
12 Price
12.1 Follow the instructions available in GeM portal
13 Training
13.1 The bidder shall impart Operational and Administrative level training to one batch
consisting of minimum 04 AAI executives for a minimum period of 1 day. Training
should cover all operational aspects of the CCTV System, Management, Configuration,
Surveillance Monitoring etc.
14 Payment Terms
14.1 100% of the Payment will be made upon successful completion of the SITC work as per
Tender conditions on submission of the following documents in original.
a) GST Invoice, Certificate of completion of installation, Testing, commissioning,
and Training issued by authorized representative of AAI.
14.2 Payment shall be released after adjusting any compensation for delay which firm might
have rendered themselves liable as per provisions of contract and applicable income
tax and any applicable deductions as per laws and purchase order.
15 Safety
15.1 The contractor is fully responsible for safety precautions, and any accident that may
take place to his staff during the execution of the work and all expenses for his medical
treatment is to be borne by the contractor.
16 Damage to AAI Property
16.1 All required repairs, patchwork, etc. to restore any damages caused to AAI property
during the execution of work or during the CAMC period shall be carried out by the
contractor.
17 Warranty
14
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
17.1 The warranty period of all the supplied items shall be for 1 years. The Warranty starts
after successful commissioning of the CCTV system.
17.2 All goods or material shall be supplied strictly in accordance with the specifications. No
deviation from such specifications of these conditions shall be made without AAI’s
agreement in writing must be obtained before any work against the order is
commenced. All materials furnished by the successful bidder pursuant to the Order
(irrespective of whether engineering/design or other information has been furnished,
reviewed or approved by AAI) are required to be guaranteed to the best quality of
their respective kinds (unless otherwise specifically authorized in writing by AAI) and
shall be free from faulty design to the extent such design is not furnished by AAI. The
goods/material used by the successful bidder and its workmanship should be of proper
quality so as to fulfil in all respects, the operating conditions and other requirements
specified in the order.
17.3 For preventive maintenance, Deployment of 01 (one) Qualified diploma Engineer
having good knowledge of I.T. / CCTV System once in a week (between Monday to
Friday from 09:30 Hrs. to 17:30 Hrs.) for operating and logging parameters and routine
maintenance SCCTV system as per manufacturer recommendation or / as per direction
of Engineer-in-Charge during warranty / defect liability period for 01 Years. In the price
bid, bill of quantity for the item rates may be quoted accordingly. No separate
payment will be done for the same.
The payment to the deployed diploma Engineer will be borne by the bidder as per
minimum wages of ministry of Labour, GOI. However, in case of non-deployment, the
penalty will be imposed with same Labour Laws of GOI from the PBG.
17.4 The contractor shall replace any parts, including the supplied software found defective
during warranty period without any charges whatsoever to AAI.
17.5 In case of any failure of the CCTV system, the operations may be restored at the earliest
not exceeding 48 hrs.
17.6 If any trouble or defect originating from the design, materials, workmanship or
operating characteristic of any materials arise at any time during the warranty and the
bidder is notified thereof, the bidder at his own expense (Including freight, duty and
customs for items sent for repair) and at no cost to AAI, as promptly as possible make
such alterations, repairs and replacements at the site as may be necessary to permit
facilitate the functioning of the equipment in accordance with the specifications. The
warranty period of repaired or replaced goods shall be extended for a period equal to
the turnaround time (out of service period).
17.7 In the event that the materials supplied do not meet the specifications and/or are not
in accordance with the drawings, data sheets and rectification as required at site, AAI
shall inform the bidder giving full details of deficiencies. The Bidder shall, at his own
expense, meet and agree with the representatives of AAI the action required to correct
the deficiencies and shall attend to the deficiencies at his own expense. Replacement
under warranty clause shall be made by the supplier free of all charges at site including
freight, insurance and other incidental charges.
15
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
17.8 Bidder firm shall be overall responsible for guarantee/ warranty to AAI and shall
coordinate with respective OEM(s) and suppliers for effective guarantee/warranty at
its own cost.
17.9 In case of malfunction / failure of the system, breakdown maintenance shall be carried
out and a service report shall be submitted to AAI.
17.10 In the event of irreparability, the ‘Contractor’ shall have to replace the faulty system
with an equivalent one, at no extra cost to AAI.
18 Agreement
18.1 The firm shall enter into agreement with AAI, which will be signed on non- judicial
stamp paper of Rs.100/- (INR Hundred only) within 30 calendar days of issuing of
purchase order. Format is attached as Annexure-1. The cost of the stamp papers will
be borne by the contractor. The terms and conditions of this bid document shall form
part of the agreement.
19 Commissioning
19.1 On successful completion of Supply, Installation, Testing and Training, commissioning
document needs to be submitted by the bidder. The same document will be signed by
the bidder and AAI representatives. The draft copy of system Commissioning document
shall be made available to AAI for approval on or before 5 days of the scheduled
commissioning date.
19.2 CCTV System will be termed as commissioned after signing the commissioning
document.
20 Patents, Successful Bidder’s Liability & Compliance of Regulation
20.1 Successful bidder shall protect and fully indemnify AAI from any claims for infringement
of patents, copy right, trade mark or the like.
20.2 Successful bidder shall also protect and fully indemnify AAI from any claims from
successful bidder’s workmen/employees, their heirs, dependents, representatives etc.
or from any other person(s) or bodies/companies etc. for any act of commission or
omission while executing the order.
20.3 Successful Bidder shall be responsible for compliance with all requirements under
the laws and shall protect and indemnify AAI completely from any claims/penalties
arising out of any infringements.
21 Substitution & Wrong Supplies
21.1 Unauthorized substitution or materials delivered not complying with the description or
quality or supplied in excess quantity or rejected goods shall be taken back by the
successful Bidder at his cost and risk.
21.2 Bidder shall not substitute any item at the time of delivery against the item mentioned
in purchase order unless the item is no longer available in the market due to obsolesce
or any other reason and OEM issues the certificate to this effect. AAI shall accept the
higher version of item of same make and better Technical specifications with the
approval of GM (CNS), NR.
16
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
22 Miscellaneous
22.1 In addition to the above any other information / description, the bidders may wish to
provide, like the features / performance figures specified/indicated should be with
supporting documents / calculations. All figures indicated by the bidders must be fully
qualified and subject to coordinated performance.
22.2 AAI, retains the right to place orders for an additional quantity (generally 30%) in
accordance with the same terms & conditions of the present contract. This will be
applicable within the currency of contract.
23 Comprehensive Annual Maintenance Contract (CAMC) for 5 years after the expiry of
initial warranty period of three years.
23.1 Agreement: The firm shall enter into agreement with AAI, which will be signed on non-
judicial stamp paper of Rs.100/- (INR One Hundred only) before the date of expiry of
the warranty period of the installed system. The cost of the stamp papers will be borne
by the contractor. These term and condition shall for part of the agreement. (Annexure
– 1)
23.2 The Performance Guarantee of 3% of total offer price of CAMC shall be valid for 90 days
after the expiry of the contract of Three years.
The bidder shall submit PBG within 15 calendar days prior to commencement of CAMC,
23.3 3% of the CAMC value to AAI in the form of an irrevocable and unconditional bank
guarantee on a Nationalized / Scheduled Bank, as per Performa attached as Annexure
-2.
23.4 The rate quoted shall remain firm throughout the period of the contract.
23.4 AAI reserves the right to forfeit SITC PBG in case successful bidder fails to enter into
said CAMC.
23.5 Contractor shall undertake full responsibility for ensuring the comprehensive
maintenance which includes preventive maintenance/regular services of the System
and all the accessories/or replacement of all such hardware/software/items necessary
for keeping the system in perfect working order and condition at all the times during
the period of the Comprehensive AMC from any defects/disturbance or any
unscheduled call for corrective and maintenance services, taking appropriate steps on
time to set right the full functioning of the System. The replacement of all spares of
hardware/software is included under the Comprehensive AMC. Defective parts will be
replaced with good and standard quality spares by the vendor without any extra
charges of any kind.
23.6 During the contract period contractor shall implement well defined preventive
maintenance schedule as recommended by the capital equipment manufacturer on
quarterly basis. The proposed shut down maintenance requirement (if required) as per
manufacturer recommendation can be implemented only after providing standby
system without affecting the operation of the facility in view of the operational
constraints.
17
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
23.8 a. Break down calls should be attended within 24 Hours of reporting the complaint
(During working hours). The system down time should not exceed 48 hours from
the time at which the complaint was made. If the down time is more than 48 hours,
the vendor shall provide a standby system.
b. Contractor shall provide address and telephone number / cell phone numbers etc.
of their Engineers/ Executives with Escalation Matrix for contacting on holidays and
off duty hours. The contractor will provide telephonic support for solving the
problems on 24 x 7 basis.
23.9 Timely Servicing / rectification of defects during CAMC period: After having been
notified of the defects / service requirement during CAMC period, Seller has to
complete the required Service / Rectification within 5 days’ time limit. If the Seller fails
to complete service / rectification with defined time limit, a penalty of 0.5% of Unit
Price of the product shall be charged as penalty for each week of delay from the seller.
For this purpose, part of the week will be considered as full week. Seller can deposit
the penalty with the Buyer directly else the Buyer shall have a right to recover all such
penalty amount from the quarterly bills. Cumulative Penalty cannot exceed more than
10% of the total contract value after which the Buyer shall have the right to get the
service / rectification done from alternate sources at the risk and cost of the Seller
besides forfeiture of PBG. Seller shall be liable to reimburse the cost of such service /
rectification to the Buyer.
23.10 CAMC Payment:
The payment for the CAMC will be on quarterly basis against invoice on satisfactory
completion and submission of the maintenance reports. No advance payment for AMC
will be paid. AAI shall not pay any extra charges except AMC charges. All the necessary
recoveries/deductions for which firm has made themselves liable for, shall be deducted
from the bills before releasing the payment. AAI shall deduct Income Tax & make other
applicable recovered from running bill payments as per prevailing rules. TDS (Tax
Deducted at Source) Certificate, however, shall be issued to contractor.
24 Refund of PBG
24.1 After termination/expiry of the contract, the Performance Bank Guarantee held by AAI
will be released to the contractor without interest after a period of 90 days from the
18
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
The terms and conditions given under Section B - General Information and Guidelines are hereby complied
and agreed.
Signature of Bidder
Name : ….…......………………………….
Telephone : ….…......………………………….
E-mail : ….…......………………………….
Stamp : ….…......………………………….
19
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
1 Introduction
1. The Bidder has to take up the contract on turnkey basis, i.e. Supply, Installation, Testing
and Commissioning of CCTV surveillance system with all its hardware and software
support as per the schedule of bill of material mentioned in Annexure - 10 meeting the
specifications mentioned in the Section – C.
2. All necessary cabling / wiring / sockets, terminations and allied infrastructure conforming
to respective quality / standard norms are also included in the scope of this job.
3. The bidders are advised to visit NATS-Complex, IGI Airport with prior intimation and
approval, for site survey before bidding, to help understand the site condition and
requirements before quoting the price.
4. The system will have Cameras which include both indoor and outdoor cameras and a
storage capacity of minimum 30 days of recording.
5. There will be provision of remote locations for viewing the live camera feed and replaying
the cameras footage. All Client PCs should be configured for monitoring the live footage
and replaying of recorded footage.
6. Wherever required, poles are to be mounted & fixed for mounting of outdoor cameras.
7. The Bidder shall provide 01 day Operational and administrative level training on all the
aspects of the CCTV system, various features, management, configuration etc. for at least
4 participants.
8. The bidder shall arrange for all kinds of tools, tackles, testing instruments etc. as required
during all operations for completion of work as per the scope of work.
9. The bidder shall arrange for all kinds of cable laying, fixing and positioning of networking
racks with standard dressing, fixing and positioning of cameras.
10. Storage should be configured with RAID5 which enables to prevent any data loss and
recording should be available for minimum of 30 days.
11. All materials required for the installation of the system to be supplied in sufficient
quantities so that the installation process is smooth. Any components, assemblies, Sub-
systems found defective during installations, to be replaced immediately without any
delay.
20
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
12. The installation and commissioning job should be done without disturbing aesthetics of
the Buildings/surroundings. Any damage to the building/surrounding environment shall
be repaired and restored back to original condition by the bidder.
13. Any other activity / job which may not be specifically mentioned in this scope of work,
but required for successful completion of the work shall be part of the bidder's scope
without any extra cost to AAI.
14. It shall be the responsibility of the Bidder that all necessary safety measures and
precautions are invariably ensured during execution of work. AAI shall not be responsible
for any injuries / accidents occurs during the SITC activities.
15. On completion of the works and before commissioning, the bidder shall provide
documents including manuals and operating instructions, software, lay out diagrams,
hardware details to AAI. Software keys/passwords and training to AAI designated officials
in all aspects of system design, its features, theory of operation of equipment, functional
details, trouble shooting and familiarization with systems are as per this scope of work.
21
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
22
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
23
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
The camera mount should be of the same make as that of camera and suitable
iv. for the model number offered as specified by the manufacturer and should be
an integrated unit.
24
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
25
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
Power supply (Indoor type): Shall have the ability to be powered by PoE 802.3
xiii.
as well as with DC/AC power adapter.
Power supply (Outdoor): Power Supply should be of the same OEM of Camera
xiv.
as per OEM’s design, however generally AC 230 V @ 50Hz input
3.3 Camera Housing & Mount
Housing (Indoor): IP 54, and shall be of same make as of camera.
i. Housing (Outdoor): IP 66 rated, Built in Heater and Blower and shall be of same
make as of camera.
ii. Outdoor Cameras to be IK10 Certified for vandal proof rating.
Mount: Surface/Ceiling/pipe/corner/parapet/pendant with wall mount
iii.
bracket/In Ceiling as required.
The camera mount should be of the same make as that of camera and suitable
iv. for the model number offered as specified by the manufacturer and should be
an integrated unit.
v. Should be compact and indoor/outdoor type as required.
Should support the weight of camera and accessories such as housing in any
vi.
vertical or horizontal position etc.
v. B. PERFORMANCE
vi. Shall have minimum 12K MAC Address.
vii. Shall have minimum 250 active VLANs.
Shall have minimum 128 Gbps switching fabric and
viii. minimum 95 Mbps forwarding rate.
ix. C. IEEE STANDARDS
Should have IEEE Standards of Ethernet: IEEE 802.1D, 802.1s, 802.1w, 802.1x,
802.3ad, 802.3x, 802.1p, 802.1Q,
x.
802.3, 802.3u, 802.3ab, 802.3z, 802.3af. 802.3at.
xi. D. SECURITY
26
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
xiv. E. MANAGEMENT
Shall have Ethernet management port for GUI and
xv. console management for CLI support.
v. B. PERFORMANCE
vi. Shall have minimum 12K MAC Address.
vii. Shall have minimum 250 active VLANs.
Shall have minimum 128 Gbps switching fabric and
viii. minimum 95 Mbps forwarding rate.
ix. C. IEEE STANDARDS
a. Should have IEEE Standards of Ethernet: IEEE 802.1D, 802.1s, 802.1w, 802.1x,
802.3ad, 802.3x, 802.1p, 802.1Q,
x.
802.3, 802.3u, 802.3ab, 802.3z, 802.3af. 802.3at.
xi. D. SECURITY
Switch should support port security, DHCP snooping, Dynamic ARP
xii. inspection, IP Source guard, BPDU Guard,
Spanning tree root guard.
xiv. E. MANAGEMENT
27
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
28
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
TECHNICAL FEATURES:
Keyboard and Joystick: Variable speed Joystick controller with
i. LCD/LED display (for programming and to control the speed dome for PAN /
TILT / Zoom) or keyboard.
ii. Mouse: Optical Mouse with scroll and Mouse Pad
Network Adapter(NIC): Two numbers of Gigabit Ethernet
iii. Ports (10/100/1000 Mbps)
iv. Sound Card: In- Built
v. DVD writer: DVD RW/ Blu -Ray combo internal/external
vi. USB 3.0: 2 nos. at front panel
Operating System: Licensed MS Windows or Linux (Latest
vii. version)
Anti -Virus Software: Anti-Virus Software compatible with Windows/ Linux
viii. along with update subscription valid till
warranty and AMC period
29
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
30
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
The GPS NTP Server shall be equipped with two independent network
ii. interfaces (10/100/1000 Mbps
Ports).
TECHNICAL FEATURES:
NTP Server shall support all the required networking
i.
protocols.
SNMP v3 support for status and configuration and SNMP
ii.
Trap messages.
The GPS NTP Server shall be supplied and configured by bidder, with a GPS
iii. Antenna/Converter Unit and standard
RF/ RG58 coaxial cable, as per site requirement.
31
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
05 KVA Floor Mounted On -Line UPS 1+1 (Three Phase AC Input & single
Phase AC Output) with input/output Isolation Transformer (There shall be
nothing common between input & output connections/leads) and Individual
i.
SMF Battery Bank to provide 15 - 20minutes Battery back -up for each UPS,
RS 232 Serial Port or RJ 45 with Software for Computer Interface and Redundant
Configuration.
UPS operation shall be configured in such a way that
the failure of one UPS shall result in total load to be automatic ally
ii.
transferred to other UPS of the cluster.
32
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
33
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
All the Servers (NVR/Camera, Video Analytics, NTP) shall be installed in 19”
28 U Rack with OEM Rack Mounting
ii.
Kit(s).
34
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
5. Certification : CE,FCC
35
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
The system software shall have recording modes viz. continuous, manual,
or programmed modes on date, time and camera-wise. All modes shall be
disabled and enabled using scheduled configuration. It shall also be possible
x. to search and replay the recorded images on date, time and camera wise.
It shall provide onscreen controls for remote operation of PTZ cameras. It
shall have the facility for scheduled recording. Different recording speeds
(fps) and resolution for each recording mode for each camera shall be possible.
It shall provide programmable motion detection and recording, to be
defined area -wise. Open interface to receive Motion trigger and open
interface to define the areas (at least four different areas) should be available
from the cameras. System must be able to support video motion detection
xi. algorithms to detect and track objects, learn the scene, adapt to a changing
outdoor environment, ignore environmental changes including rain, hail,
wind, swaying trees and gradual light changes. On Detection software must be
able to generate
an alarm (visual/audio) to the operator.
The settings shall be individually configurable for each alarm and each camera,
pre -record duration. This shall allow the Camera Server to capture video
xii. prior to the alarm/event, as well as after the alarm/ event. Shall be selectable
from a list
of values ranging between 0 seconds and 5 minutes.
Data storage should be at a central location in the airport. The Capacity of
storage should be for the period of continuo us 30 days or more. For every 30
xiii. disks one spare disk needs to be configured over and above required capacity.
The storage
system should follow FIFO on recording.
The software shall support web based user connecting via the
xiv.
Internet/Intranet and mobile OS (Android, iOS).
The software shall support a built -in Hardware or Software Watchdog
module. Watchdog shall monitor operation of all services and
xv.
automatically restart them if they are
malfunctioning.
The software should be able to receive alarm signal of the camera and
xvi. should be able to send relay out signal through
the camera.
The software shall provide a facility for any alarm input
xvii
initiating any action in the SVMS system.
The software should provide a reporting utility for tracking but not limited
xvii to the following options. Video and images
shall be stored with reports for documenting events.
a) Alarms, Incidents, Operator logs, Service requests
b) The SMS/Email Alert shall be generated in response to alarms triggered in
SVMS software and sends out email
alerts to a preconfigured list of recipients.
c) It shall be possible to export the settings of various entities within
the SVMS i.e. Archive, Directory,
cameras etc. It shall be possible to print these reports
36
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
37
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
ii. Optical Fibre Cable ducts. Smooth inside & outside surface free from blisters,
shrink, hole, scratches & roughness
Outer diameter: 50 + 0.4 / - 0.0 mm
iii. Wall Thickness: 3.5 +/- 0.2 mm
Crush Resistance: deflection shall be less than 10% with 50 kg load for 1 minute
iv.
and recovery for 5 minutes shall be less than 2%
Impact Strength: There Should be no crack or split when 10 kg load dropped
v.
from 1.5 mtr height after conditioning at 0 deg
vi. Accessories: Coupler, End Plug, Endcap shall be included
vii. Suitable for direct burial applications
38
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
All Terminating connectors, line units and accessories for OF cable shall be
supplied and installed as per site requirements.
All cable incoming and outgoing from any Rack/device shall be appropriately
numbered and marked for easy identification
Networking accessories such as Jack/ Patch panel, Mounting rack, face plate,
mounting cord & connecting cables, Information outlets, modules and
connectors etc. as required for the complete network design shall be supplied
and installed by the bidder within the quoted cost.
a. OFC CONNECTORS
It shall be single mode SC/LC type with push-pull mechanism, fully in
compliance, with latest industry standards. It shall be possible for
selection of wide range of ferrule hole diameter selection.
b. OFC ADAPTORS
39
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
It shall be suitable for single mode SC/LC type fibre cable connectors which shall
be fully in compliance with latest industry standard. It shall be with snap/latch
mechanism.
c. OFC PATCH CORDS
It shall be suitable for single mode SC type fibre cable connectors with plastic
moulded plug type connectors. Standard ceramic ferrules shall be used. It shall
be compact and easy to connect.
d. PATCH CORDS
Push & pull design with latch.
Shall be wired straight through.
Bend relief compliant boots to ensure proper Cat 6 performance.
e. PATCH PANEL
a) Conform to EIA standards.
b) Have Port identification numbers on both front and rear of the panel.
40
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
It shall be suitable for single mode LC type fibre cable connectors with plastic
moulded plug type connectors. Standard ceramic ferrules shall be used. It shall
1
be compact and easy to connect.
41
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
Power & Earthing: The junction box shall be provided with external earthing
iii. lugs 5 socket Power termination with
MCB or More
42
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
43
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
44
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
Annexure -1
(To be executed on Rs. 100/--Non judicial stamp paper)
AGREEMENT
For SITC and CAMC of CCTV System at NATS-Complex, IGI Airport, New Delhi
Between
Airports Authority of India, Rajiv Gandhi Bhavan, Safdarjung Airport, New Delhi-110003, (India)
And
M/s........................................................................................................................................
This agreement, entered into this ----- day of --------Month --------- Year) by and between M/s --------------
----------------------------------- Having its office at ------------------------------------------------------------------ (
hereinafter called the“ Contractor ”) and Airports Authority of India having its office at Rajiv Gandhi
Bhavan, Safdarjung Airport, New Delhi-110003, India (hereinafter called the “AAI”), the expressions
“Contractor” and “AAI” shall mean their successors, legal representatives or assigns, for SITC and
CAMC of CCTV System at NATS-Complex, IGI Airport.
WITNESSETH
Whereas, AAI invited offers for SITC and CAMC of CCTV System at NATS-Complex, IGI Airport.
WHEREAS, the Contractor has offered for SITC and CAMC of CCTV System at NATS-Complex, IGI Airport
in accordance with their price bid dated ---------------------- and AAI has accepted the offer.
NOW, therefore, in consideration and mutual covenants contained herein, the Contractor and the AAI
(hereinafter referred to as the “parties”) agree that the following documents shall be part of this
agreement: -
1. AAI Tender documents for SITC and CAMC of CCTV System at NATS-Complex, IGI Airport
including drawings supplied by AAI.
2. Tender corrigendum no--------------------
3. Bid documents submitted by the contractor dated ------------------in fulfilling the contract
requirements that includes the signed compliance.
4. Unconditional acceptance of AAI tender/Bid conditions as given by the contractor.
5. Queries raised by AAI during Technical evaluation and technical clarifications submitted by the
contractor in response thereof.
6. The price bid of the Contractor which was opened on----------- and accepted by AAI.
7. Reference of work order issued / acceptance of bidder.
8. Novation clause as per point 12.0 of Purchase Order: In the event of AAI transfers the rights to
operate and maintain the airport to a third party(s);
a) AAI shall cause to transfer/novate the contract agreement, in favour of such third
party, on the principle that such transfer/novation would release AAI of all liabilities
45
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
and obligation arising from and after the date of transfer/novation of such rights,
the Contractor, along with third party(s) shall execute necessary documentation or
pot in place necessary agreements for the aforesaid transfer/novation.
b) The Contract period between AAI and the contractor will be from up to the
completion of work (including warranty) or termination of contract or the date of
transfer of the Airport to the third party under PPP mode whichever is earlier.
Signature Signature
Name : Name :
Designation: Designation:
Date: Date:
Signature Signature
Name: Name :
Designation : Designation:
Date : Date:
46
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
Annexure-2
1. 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.................................................. And …………………………………. (here-in-after called the said
Contractor(s)”) for the works “SITC and CAMC of CCTV System at NATS-Complex, IGI Airport”
(here-in-after called “the said agreement”) vide Order no. ............................... Dated
........................, having agreed to production of irrevocable Bank Guarantee for Rs.........................
(Rupees........................................................................... only) as a security/guarantee from the
contractor(s) for compliance of his obligations in accordance with the terms and conditions in the
said agreement.
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.
4. 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.
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 Project-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
47
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
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 or omission on the part of AAI or any indulgence by the
AAI to the said contractor(s) or by any such matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have effect so relieving us.
This guarantee shall not be discharged due to the change in the constitution of the Bank or the
contractor(s).
6. We................................. (Indicate the name of the bank) lastly undertake not to revoke this
guarantee except with the previous consent of AAI in writing.
48
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
Annexure-3
Advisory for Vendor and its PBG Issuing Bank Branch
1. It is to be noted that along with physical BG; AAI have also activated an online facility to view the
issued BG cover message transmitted to ICICI Bank through SFMS platform as per following details.
2. For availability of BG in this platform, it is necessary that BG issuing/amending bank send the BG
advice in the form of message format IFN 760COV (BG Issuance) / IFN 767COV BG Amendment) as
the case may be via SFMS (Structured Financial Messaging System) as provided by RBI.
3. In the event of BG issuing/amending bank not sending the message IFN 760COV/ IFN 767COV or
committing any error while capturing the details at least in the below field, BG confirmation through
online portal would not be updated.
4. 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.
5. Please find below indicative request letter format to be sent to issuing bank for ensuring
transmission of BGs through SFMS.
6. Vendor should attach copy of the SFMS BG confirmation message sent by the BG issuing bank to
ICICI bank along with original PBG.
7. PBG should be signed by bank official with Name, Designation and employee code.
49
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
Annexure-4
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,
Thanking You,
(Vendor)
50
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
Annexure-5
PROFORMA OF LETTER FOR e-PAYMENT
To,
The General Manager (CNS)-NR
Airports Authority of India,
Regional Headquarters, Northern Region
Gurugram Road, New Delhi-110037
Sir,
Following particulars are given for effecting E-payment in respect of our claim / Bill.
1 Name of Company
2 Company Address
3 City
4 Postal Code
5 Telephone No.
6 Fax no
7 Mobile No
8 Email-Id
9 PAN Number of the Company
10 Company Bank A/c Number
11 Account Holder Name
12 IFSC
13 Name of Bank / Branch
14 Branch Code
15 Bank Address
16 City
We also enclose herewith a cheque duly cancelled of our bank A/c.
Thanking You,
Yours Faithfully,
(Authorized Signatory)
With official rubber stamp
Note: Any erroneous information may lead to harmful transaction for which either AAI or the Bank will
not be liable / responsible.
51
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
Annexure-6
GST UNDERTAKING
This is regarding the work: SITC and CAMC of CCTV System at NATS-Complex,
IGI Airport.
1. That, my/our concern is registered under GST and compliance of GST provision.
2. That, In case of noncompliance of GST provisions and blockage of any input credit, I/our
concern shall be responsible to indemnify AAI.
3. That, all input credits have been passed on to AAI by me/our concern.
Page 52
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
Annexure-7
iii) Our firm understands that at any stage, if above statements are found to be false, our firm
shall be liable for debarment from bidding in AAI, apart from any other appropriate
contractual legal action including debarment/ blacklisting, termination of the contract etc. as
deemed fit.
Date:
[Signature and name of the
Authorized signatory of the firm]
With official rubber stamp
Place:
Page 53
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
Annexure-8
In line with Government Public Procurement Order No. P-45021/2/2017-BE-II dt. 15.06.2017 and No.
: P45021/2/2017-PP (BE-II) dt. 04.06.2020 as amended from time to time along with
clarifications/amendments and other references as issued from time to time, we hereby certify that
we, M/s_______________________________________________ (supplier name) are supplier
meeting the requirement of Minimum Local content as per below declaration.
1. That the goods/services/works supplied by me against Tender/Bid No: ___________ for
‘SITC and CAMC of CCTV System at NATS-Complex, IGI Airport’ meets the
‘Minimum Local Content as Class-I / Class-II Local supplier (tick appropriate option) ‘as
defined in the PPP-MII order & the overall Local Content is __________%.
Class-I Supplier (50%) or Class-II Supplier (20%) or Non-Local Supplier (Less than 20%)
2. The cost of transportation, insurance, installation, commissioning, training and after sales
service support like AMC/CMC etc. will not be taken into account for calculating local content
in any item. Refer DPIIT OM No.P-45021/102/2019-BE-II-Part(1) (E-50310) dated 04.03.2021 ,
available on DPIIT Website.
3. The formula for calculating the overall Local Content in case of multiple items (say “X1”, “X2”
and “X3”) is given below:
Local content = ((Sale price of “X1” - Value of imported content in “X1”) + (Sale price of
“X2” - Value of imported content in “X2”) + (Sale price of “X3” - Value of imported content
in “X3”)) * 100/ (Sale price of “X1” + Sale price of “X2” + Sale price of “X3”)
4. That the value addition for the purpose of meeting the ‘Minimum Local Content ‘ has been
made at following locations: -
Page 54
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
Page 55
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
We also understand, false declarations will be in breach of the Code of Integrity under Rule
175(1)(i)(h) of the General Financial Rules 2017 for which a bidder or its successors can be debarred
for up two years as per Rule 151 (iii) of the General Financial Rules 2017 along with such other
actions as may be permissible under law.
Page 56
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
Annexure-9
CHECKLIST
(Format to be filled and submitted by the bidder along with the technical bid, otherwise, the bidder
will not be qualified)
Name of work: SITC and CAMC of CCTV System at NATS-Complex, IGI Airport.
Address:
1
Contact No:
email ID:
Contact person:
Qualifying Criteria Remarks on Uploaded documents
The technical bid document shall contain scanned copy of the following documents
EMD to be paid through Internet
Banking or Bank Guarantee (BG) or
2 EMD (If applicable)
DD. Scanned copy uploaded.
YES / NO
Signed scanned copy of GST
3 GST Undertaking (Annexure-6) Undertaking uploaded
YES/NO
Signed scanned copy of
Undertaking regarding blacklisting/ debarring of the firm
4 Undertaking uploaded
(Annexure-7)
YES/NO
Experience (If Applicable)
Work completion Certificate from clients having Copy of completion certificate
satisfactorily completed One work of Rs.47,84,540/- OR Uploaded
5
Two Works of Rs.29,90,337/- OR Three works of Rs.
23,92,270/- of similar nature of work during last seven YES / NO
years ending on 31.03.2022.
Whether experience from
6 Private clients? YES / NO
Page 57
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
(Annualized average financial turnover equivalent to Balance Sheet and Profit & Loss
Indian Rs. 18 Lakh during the last three financial years Statement (with UDIN of CA)
ending on 31.03.2022), Balance Sheet and Profit & Loss YES / NO
DECLARATION
Place:
Date:
Signature
Authorized Signatory of the Contractor/Firm
Note: If any of the supporting documents is submitted in any language other than English, a self-
attested English Version shall be submitted along with the respective document.
Annexure-10
Page 58
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
Page 59
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
Page 60
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
Annexure-11
ACCEPTANCE LETTER
To
The General Manager (CNS)-NR,
Airports Authority of India,
Regional Headquarters, Northern Region
Gurugram Road, New Delhi-110037
Sub: Submission of E-Bid for “SITC and CAMC of CCTV System at NATS-Complex, IGI Airport”
Sir,
Having examined the conditions of contract and specifications including addenda, I/we, the
undersigned, offer to undertake SITC and CAMC of CCTV System at NATS complex, IGI Airport in
conformity with the specifications, terms & conditions of Tender.
i. I/We agree to abide by the terms and provisions of the said conditions of the contract and
provisions contained in the notice inviting tender. I/We hereby unconditionally accept(s) the
tender 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 tender, 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.
ii. I/We hereby submit the earnest money of [Rs…………..……….……] for the bid for the above-
mentioned work in the form of Internet banking/NEFT.
iii. That, 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 in AAI.
iv. That, 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: ………………………
Email/Stamp………………
Witness…...................
Signature....................
Page 61
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
Address......................
Annexure-12
Bank Guarantee Format for EMD
(To be submitted when the form of EMD submission is BG)
Bank Guarantee
Dear Sir,
Under the terms of said tender, the Bidder is required to provide a bank guarantee in a form
Acceptable to the purchaser for the amount of Rs (amount in figures)(Rupees
) on account of EMD.
Page 62
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport
The determination of the fact of breach and the amount of damages sustained and or liability under
the guarantee shall be in the sole discretion of the purchaser whose decision shall be conclusive and
binding on the guarantor.
This bank guarantee is confirmed and irrevocable and shall remain in effect until
__________________ (the validity shall be six months from the date of opening of Tender) and such
extended periods which may be mutually agreed to. We hereby expressly waive notice of any said
extension of the time for performance and alteration or change in any of the term and conditions of
the said tender.
Truly yours,
______________________________________
Page 63