Sunteți pe pagina 1din 52

AIRPORTS AUTHORITY OF INDIA

AAI OFFICE COMPLEX,


SAFDARJUNG AIRPORT
NEW DELHI 110 003

GLOBAL TENDER NO. : 04/2015

TENDER DOCUMENT
FOR
Supply of 25 Nos. Airport Rotating Beacons (ARB)

at

Sadarjung Airport , New Delhi

-1-

SUMMARY
GLOBAL TENDER NO. 04/2015

1.

Name of Work

2.
3.

Estimated Cost of Work


Earnest Money

4.

Cost of Tender

5.

Time Allowed

6.

Last Date for download of :


tender document
27 May 2015 upto 1000 hrs.

7.

Last date for submission of :


queries by bidders
25 May 2015 upto 1000 hrs.

8.

Last Date for response to :


bidders queries by AAI
26 May 2015 upto 1000 hrs.

9.

: 27 May 2015 up to 1130 hrs.

Last Date & time for


submission of
Prequalification, Technical
and Financial bids through
AAI E-Tender portal
10. Date & time of opening of
Prequalification Bids
11. Opening of Technical Bids

12. Opening of Financial Bids

: Supply of 25 Nos. Airport Rotating Beacons


(ARB) at Safdarjung Airport, New Delhi
: Rs.85,66,439/: Rs.2,14,161/- (INR Two lacs fourteen
thousand one hundred sixty one only)
Or US$ 3393 (US Dollar three thousand
three hundred ninety three only)
Or 3133
(Euro Three thousand one
hundred thirty three only)
: Rs.1700/- or US $27 or Euro 25 Nonrefundable (cost of tender document is
inclusive of service tax). The cost of tender
shall be paid to AAI, on-line, after
registration in e-Procurement portal.
: 6 Months

27 May 2015 at 1200 hrs.


: Will be intimated later to the short listed
parties who have qualified the
prequalification criteria
: Will be intimated later to the short listed
technically qualified bidder.

-2-

INDEX
GLOBAL TENDER NO. 04/2015
NAME OF WORK: Supply of Supply of 25 Nos. Airport Rotating Beacons
(ARB)at Safdarjung Airport , New Delhi

S.NO.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.

DESCRIPTION
Notice Inviting Tender (PRESS)
Notice Inviting Tender (Website)
Section A: General Information and Guidelines
Section B: Conditions of Contract
Section C: Special Conditions
Section D: Technical Specifications - Airport Rotating Beacons
Letter of Acceptance- Annexure-I
Annexure II for price of common replacement spares for All
Bidders
FINANCIAL BID Annexure III(a) - for Indian Firms
FINANCIAL BID Annexure III(b) - for Indian Firms quoting in
Indian Rupees on the basis of High Sea Sale agreement
FINANCIAL BID Annexure III (c) for foreign firms
PROFORMA FOR BANK GUARANTEE Security Deposit
Annexure IV
Proforma of High Seas Sales Agreement - Annexure V

-3-

PAGE NO.
4
5
6-21
22-38
39-40
41-42
43-44
45
46
47
48
49-50
51-52

Notice Inviting
g Tenderr (PRESS
S)

AIR
RPORTS AU
UTHORITY
Y OF INDIA
A
NOTICE INVITING E-GLOBALTENDER (PRESS N
NOTICE)
o. 04/2015))
(Tender No
Tenders (on
nline tende
ers) are he
ereby invite
ed on beha
alf of the Chairman,
C
E-T
Airp
ports Autho
ority of Ind
dia, AAI O
Office Comp
plex, Safda
arjung Airp
port, New
Delhi under three bid system fo
or Supply of 25 No
os. Airport Rotating
acons (ARB
B). Estima
ated Cost: Rs.85,66,439/-. Last d
date for su
ubmission
Bea
of Tender: 27
7.05.2015 up to 113
30 hrs. Fo
or further details,
d
ple
ease visit
ebsite; htttp://etende
er.aai.aero/irj/portal
or
www.aai.aero.
We
Further
clarification/co
orrigendum, if any, willl be upload
ded only on
n AAI webssite. For
y technical assistance on e-porta
al (IT related issues), ccontact help desk at
any
++9
91-11-2462
26632 orr 24632950 Ext-3
3512, Mo
ob: 08510
0096161,
085
510096262& 0851009
96363.

General Mana
ager (Tech
h.),
Tel no.01
11-2463579
99.
Ce
entenary Ce
elebration o
of Civil Avia
ation in Indiia

Notice Inviting Tender (Website)


E-Tendering : This tender is an e-Tender hosted on AAIs e-Procurement site.
Vendors can download tender documents, pay tender processing fee, and submit
Prequalification bid, Technical bid & Financial Bid online through AAIs eProcurement portal. For participating in this e-Tender, the Vendors shall register
themselves. Registration is free of cost. Please visit our e-Procurement portal of AAI,
http://etender.aai.aero/irj/portalfor Registration.

-5-

1. SECTION A: GENERAL INFORMATION AND GUIDELINES

1.1.

Purpose and Scope of Tender Document:


1.1.1. Airports Authority of India (AAI) manages a total of 125 Airports which
includes 11 International Airports, 08 Customs Airports, 81 Domestic
Airports and 25 Civil Enclaves at Defence Airfields. On behalf of
Chairman, AIRPORTS AUTHORITY OF INDIA, General Manager
(Tech.), Airports Authority of India, AAI Office Complex, Safdarjung
Airport New Delhi 110003 (INDIA) (Telefax : 011-24635799) invites
item rate e-tenders in three Bids system, i.e. Prequalification, Technical
& Financial for Supply of 25 Nos. Airport Rotating Beacons (ARB) at
Safdarjung Airport, New Delhi.
1.1.2. This tender document includes requirements in respect of description
of work, details of end locations, delivery schedules, payment
schedules, support services etc.
1.1.3. The bidder shall assume complete responsibility for the Supply of 25
Nos. Air Port Rotating Beacons.

1.2.

Eligibility conditions for participating in the Tender :


1.2.1. Profile:- The manufacturing firms/OIMs (both Indian and foreign) or
their subsidiaries or Authorized Representatives in India who are in the
business of Airfield lighting equipment and systems /Airport Rotating
Beacons in India or abroad for a minimum period of last 3 years (as on
31.03.2015) are eligible to participate in the tender.
1.2.2 Indian Associate:- The case of Foreign supplier, the firm shall have an
association with only one Indian firm having adequate infrastructure
and resources including the required expertise in terms of men &
material so as to provide effective after sales and service facilities as
per the requirement of the tender and companys policy. The Indian
Associate shall have the experience in the field of commissioning /
servicing including repair of Airfield Lighting System / Airport Rotating
Beacons for a minimum period of last three years (as on 31.03.2015).
1.2.3. Experience: Either OIM or its Subsidiary or Authorized
Representatives(AR) should have successfully executed the orders for
manufacturing/supply of Airport Rotating Beacons in compliance with
the ICAOs/FAAs standard during last 07 years ending 31st March,
2015, in line with any one of the following criteria :i.

Three similar orders of not less than 10 Nos. ARBs each or three
similar orders of not less than an amount of Rs.34.27 lacs. each
Or
ii. Two similar orders of not less than 12 Nos. ARBs each or two
similar order of not less than an amount of Rs. 42.83 lacs each
Or

-6-

iii. One similar order of not less than 18 Nos. ARBs each or one
similar order of not less than an amount of Rs.61.7 lacs each
Or
iv. Tenderer should have completed similar contracts as per
ICAOs/FAAs standard requirement to total not less than 20 Nos,
for last 03 years
1.2.4. Turnover: Average Annual Turnover of the bidding firm for last three
financial years ending 31st March, 2014 or 31st December of previous
year, as per practice prevailing in the country of the firm should be at
least 30% of the estimated cost i.e. Rs.85,66,439/-.
1.2.5. The bid for same item shall not be submitted both by the OIM firm or
AR firm. In such case, the bid of OIM firm alone shall be accepted and
the bids of the AR firm shall be rejected
1.2.6. The bidder as AR firm shall participate in a tender on behalf of only one
OIM firm.
1.2.7. Only one AR firm shall be authorized by OIM firm for the offered
product in the tender.
1.2.8. If the entity participating in any of the tenders is a private or public
limited company, Partnership Firm or Sole Proprietor and any of the
Directors/Partners/Sole 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, then the said entity may not be allowed in AAI
tenders.
1.2.9. The firm shall offer only one make/model of Airport Rotating Beacon.
The tenderer quoting alternate offer shall be rejected.
1.3.

Firms registered with NSIC:- - Any concessions to the bidders registered


with NSIC shall be applicable as per the directives of Govt. of India, prevalent
on the date of acceptance of the bid. In case a tenderer is eligible for any
concession / exemption under this clause, documentary proof to this effect
must be enclosed to the effect that the same is / are currently valid.

1.4.

Tender Cost: -The cost of tender document shall be Rs.1700/- or US $27 or


Euro 25 and will be non-refundable. The cost of tender shall be paid to AAI,
on-line after registration. Bidders shall be allowed to register, login to AAIs eProcurement portal and down load tender document, free of cost. However
bidders shall be allowed to submit their tender, both Technical & Financial
bids only after paying Tender Processing Fee on-line.

-7-

1.5.

E- Tendering.
1.5.1. Following department of AAI will be carrying out the tender processing
through e - tendering.
Department Tender
Estimated cost
details
Department Supply of 25 Rs.85,66,439/of Technical Nos.
Airport
Rotating
Beacons
(ARB)

1.5.2

Earnest Money Deposit


(EMD)
Rs.2,14,161/- (INR Two lacs
fourteen
thousand
one
hundred sixty one only)
Or US$ 3393 (US
Dollar
three
thousand
three
hundred ninety three only)
Or 3133
(Euro
Three
thousand one hundred thirty
three
only)
should
be
submitted through the ETender portal via bank
transfer in the form of RTGS
/NEFT mode. The payment
gateway
of
IndusInd
Bank/HDFC Bank integrated
for the purpose with the AAI
E-Tender portal shall be
used.

PC / Laptop setting for E-Tendering :1.5.2(a)

Java: To view some of the components, you need to install


Java Internet component from https://cds.sun.com/isbin/INTERSHOP.enfinity/WFS/CDS-CDS_DeveloperSite/en_US/-/USD/ ViewProductDetail-Start?ProductRef=jre6u23-oth-JPR@CDS-CDS_Developer.

1.5.2(b)

Proxy: If you are unable to access AAI e-Procurement site or


Bid Documents, check if you are using proxy to connect to
internet or if your PC is behind any firewall. Contact your
system administrator to enable connectivity. Please note that
standard Port for HTTP (443) connectivity should be enabled
on your proxy/firewall. Dial-up internet connectivity without
Proxy settings is another option.

1.5.2(c)

Pop-ups: Pop-ups should be enabled on AAI e-Procurement


URL and Bid Documents URLs. This is required to view
tender documents.

1.5.2(d)

Active-x controls: Maintain the settings as described in


Internet Explorer settings document to enable digital
signature signing and verification.

-8-

Parameter
Allow Scrip lets
Automatic prompting for ActiveX controls
Binary and script behaviours
Download signed ActiveX controls
Download unsigned ActiveX controls
Initialize and script ActiveX controls not
marked as safe
Run ActiveX controls and plug-ins
Script ActiveX controls marked safe for
scripting
Use Pop-up Blocker
1.5.2(e)

Value
Enable
Enable
Enable
Enable
Enable
Enable
Enable
Enable
Disable

Digital signature client SW/component: To use Digital


Signature, a client level Software is required. This is third
party software from (n)code. This is installed automatically,
once you start working on OILs e-procurement system. A
popup will come before it starts installation. You need to
ensure you have administrative rights on the PC or the
laptop. This installation is one time activity for a PC or
Laptop.

1.5.3. E-Tendering Participation Requirements: Vendors are required to


carry out the following activities:
1.5.3(a)

Registration: Registration shall be on AAIs e-Procurement


Portal free of cost, at http://etender.aai.aero/irj/portal.

1.5.3(b)

Login id: Bidder shall click Apply for Access Authentication


and fill in the required details as reflected on screen. After
saving the details, a password for the registered bidder shall
be generated by the system and the password shall be sent
to the e-mail id provided by the bidder during registration. On
receipt of email, the login Id is ready with the bidder to
proceed further.

1.5.3(c)

General guidelines for bidders: Guidelines to proceed


further in the tender process are available in the AAIs eprocurement portal under Self Help Files Tab. Bidders are
advised to go through these guidelines before submitting
their bids, on-line.

1.5.3(d)

Digital Certificate: Bidder shall have a legally valid class III


digital certificate as per Indian IT Act, 2000, from the licensed
Certifying Authorities, operating under the Root Certifying
Authority of India (RCAI), Controller of Certifying Authorities
(CCA) of India (Please see www.cca.gov.in). Licenced CA's
in India are:

a) Safescrypt
e) MTNLTrustline

b) NIC
f) GNFC

-9-

c). IDRBT
g). e-MudhraCA

d) TCS

1.5.4. Online Tendering: For all AAI tenders hosted on AAI eprocurement site, the Prequalification, Technical and Financial
Bids shall be submitted on-line only. Upload the tender in multiple
files (by breaking the same into multiples files), each file should not be
of more than 10MB. However, documents which have to be submitted
in originals like EMD or any other such documents mentioned in the
tender documents will have to be physically submitted as advised in
this tender document.
1.5.4(a)

On-line training & technical assistance for interested bidders


shall be available as follows:

1.5.4(b)

Bidders training support system: Detailed information in


this regard have been provided to the bidders at AAIs eProcurement Portal i.e. http://etender.aai.aero/irj/portal under
the Self Help Tab. However, training support systems is
given inside the portal and are visible to the registered
bidders only.

1.5.5. Help Desk Services


1.5.5(a)

In order to facilitate the Vendors/Bidders as well as internal


users from AAI, Help Desk services have been launched
between 0800-1900 hours for the e-tender portal
http://etender.aai.aero/irj/portal. The Help desk services shall
be available on all working days (except Sunday) between
0800-1900 hours and shall assist users on technical issues
related to the use of the e-tender portal.

1.5.5(b)

For any technical assistance with regard to the functioning of


the portal the bidders as well as AAI users may contact
according to the escalation matrix as mentioned below:

Sl.
No.
1.

Contact Person

2.

Mr Mukesh Kumar
Manager (IT)
09.30 Hrs to 17.30 Hrs

3.

Mr A. K. Sharma
Jt. GM (IT)
09.30 Hrs to 17.30 Hrs
General Manager (IT)
09.30 Hrs to 17.30 Hrs

4.

Help Desk
Timings Between
08:00 Hrs to 19:00 Hrs

Telephone
Numbers
011-24626632,
011-24632950
Ext-3512,
08510096161,
08510096262,
08510096363
011-24632950,
Extn-3505

Escalation
Matrix
----------

E-mail address

after 4 hours
of issue

etendersupport
@aai.aero

011-24647596

after 12
hours

aniruddhasharm
a@aai.aero

011-24656414

after 24
hours

gmit@aai.aero

- 10 -

esap1@aai.aero

1.5.5(c)

1.6.

The above mentioned help desk numbers are intended only


for queries related to the issues on e-tendering 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 from AAI.

Tender document
1.6.1 The tender document consists of four sections. The bidder shall go
through all these sections;
Section A: General Information and Guidelines (GIG)
Section B: General Conditions of Contract and (GCC)
Section C: Special Conditions of the tender document (SCC)
Section D: Technical Specifications
Bidders shall comply with each clause of all the four sections.
1.6.2. Bidders willing to participate may download the digitally signed tender
document
on-line
from
AAIs
e-Procurement
portal
at
http://etender.aai.aero/irj/portal and submit digitally counter signed
tender document on-line at the same portal.
1.6.3. The instructions in the tender document are binding on the bidder and
submission of the tender shall imply unconditional acceptance of all the
terms and conditions by the bidder.

1.7

Schedule of Important Activities.


Activity

Last Date
document

for

download

Date
tender

27 May 2015 upto 1000 hrs.

Last date for submission of queries by


bidders

25 May 2015 upto 1000 hrs.

Last Date for response to bidders


queries by AAI
Last Date & time for submission of
Prequalification, Technical and Financial
bids through AAI E-Tender portal
Date
&
time
of
opening
of
Prequalification Bids
Opening of Technical bids

26 May 2015 upto 1000 hrs.

Opening of Financial bids

of

27 May 2015 up to 1130 hrs.

27 May 2015 at 1200 hrs.


Will be intimated later to the short listed parties
who have fulfilled the prequalification criteria
Will be intimated later to the short listed technically
qualified bidder.

1.8.

Transfer of Tender document: Tender documents are not transferable.

1.9.

Amendment to Tender document: At any time, prior to scheduled date of


submission of bids, AAI if it deems appropriate to revise any part of this tender
or to issue additional data to clarify and interpretation of provisions of this
tender, it may issue addendum / corrigendum to this tender. Any such
addendum / corrigendum shall be deemed to be incorporated by this

- 11 -

reference into this tender and binding on the bidders. Addendum /


corrigendum will be notified through AAIs e-Procurement portal at
http://etender.aai.aero/irj/portal
1.10. Clarifications of Bid Documents: Bidder, requiring any clarification of the
tender Document, may submit their queries, if any, through provision of AAIs
e-Procurement Portal at http://etender.aai.aero/irj/portal in the format given
below in Microsoft Excel.
Name of Bidder:
S.No.
Section
No.

Clause
No.

Page Number
in Section

Existing Provision in
Clause

Clarification
Sought

1.10.1

Request for clarifications received from bidders shall be responded


by AAI till the schedule indicated in para. 1.7 above or as extended
thereto by AAI.

1.10.2

Replies to Clarifications by AAI will be uploaded through AAIs eProcurement Portal. The bidders are advised to visit AAIs eProcurement portal at http://etender.aai.aero/irj/portal regularly.

1.10.3

Clarifications and other documents, if and when issued by AAI, shall


be in relation to the tender and hence shall be treated as their
extension.

1.10.4

AAI makes no representation or warranty as to the completeness


or accuracy of any response, nor does AAI undertake to answer all
the queries that have been posted by the Bidders.

1.10.5

In order to provide reasonable time to bidders to take the


amendments made by AAI into account for preparing their bids, AAI
may, at its discretion, extend the deadline for the submission of bids
suitably.

1.11. EMD :1.11.1. Submission of EMD Amount:- EMD of the value of Rs.2,14,161/(INR Two lacs fourteen thousand one hundred sixty one only) Or US$
3393 (US Dollar three thousand three hundred ninety three only) Or
3133 (Euro Three thousand one hundred thirty three only) shall be
accepted online , only through the E-Tender portal via bank transfer
in the form of RTGS/NEFT. Vendors shall use the payment gateway
of IndusInd bank/HDFC bank integrated for the purpose with the AAI
E-Tender portal.
1.11.1(a). EMD in the form of cash /Demand Draft /or any other
form shall not be accepted.
1.11.1(b). Vendors shall note that they are not required to contact
any AAI employee or submit any documentary evidence
of submission of EMD via Bank Transfer in the form of

- 12 -

RTGS/NEFT to any AAI employee during the process of


tender.
1.11.1(c). Tenders of the bidders who fail to submit the EMD
amount before the stipulated time shall be rejected
outright.
1.11.2.

Refund of EMD Amount:- EMD of unsuccessful bidders received


through bank transfer mode (RTGS/NEFT) shall be refunded online
through the same mode (BT) only and it shall be refunded in the
Bank Account whose details are provided on the portal at the time of
submission of the tender. The refund of EMD to bidders who fail to
qualify the eligibility / technical stage shall be initiated automatically
within 7 (seven) days of their rejection. For all bidders whose
financial bids are opened the refund of EMD except for L 1 bidder
shall be processed within 07 days of opening of the financial bid.

1.12. Period of Validity of Bids: The Bids shall remain valid for 180 days from the
scheduled date of submission of bids. AAI shall summarily reject a bid as nonresponsive if found valid for a shorter period. Only in exceptional
circumstances, AAI may request the bidder's consent for an extension to the
period of bid validity. The request and the responses thereto shall be made in
writing.
1.13. Composition of Bids and General Guidelines for bid process
1.13.1.

Bidders shall submit their bids as per scheduled date & time
through
AAIs
e-Procurement
portal
at
http://etender.aai.aero/irj/portal only.

1.13.2.

Bidders shall submit the tender before the deadline specified in


para.1.7 of this tender document. AAIs e-Procurement system shall
not allow bidders to submit their tender, after the scheduled date &
time.

1.13.3

The Technical bids and the Financial bids will be opened online by
AAI at the time and date intimated later on after opening of the
Prequalification bids. All the statements, documents, certificates
etc., uploaded by the bidders shall be downloaded and verified for
prequalification &technical evaluation.

1.13.4

The clarifications, particulars, if any, required from the bidders, will


be obtained through query provision available in AAIs eProcurement portal.

1.13.5

The result of Pre-qualification bid evaluations shall be displayed on


AAIs e-procurement portal and shall be visible to all the bidders
who have participated in this Tender.

- 13 -

1.14. On-line E-Tendering General Guidelines


1.14.1.

System shall not permit upload of bids after the scheduled time of
submission.

1.14.2

The bidder may correct, modify or withdraw his bid after submission
but prior to scheduled last date & time of submission of Prequalification, Technical and Financial bids.
Subject to Clause 1.14.2 above, no bid shall be modified
subsequent to the schedule time of submission of bids.

1.14.3.

1.14.4.

To assist in the examination, evaluation and comparison of bids AAI


may, at its discretion ask the bidder for the clarification /
confirmation of compliance of its bid. The request for clarification /
confirmation of compliance and the response shall be through query
provision available in AAI ASP E-Tendering portal.

1.14.5.

Bidders may submit their response to AAI queries through provision


of AAI ASP E-Tendering Portal Only

1.14.6.

No post bid clarification / confirmation of compliance at the initiative


of the bidder, shall be entertained.

1.15. Preparation of Bids: Bids shall be prepared and submitted in three parts: the
first part be the Prequalification Bid ; second part shall comprise the
technical aspects of the bid Technical bid; and the third part shall be the
Financial bid specifying the price offer.
1.16. Prequalification bid submission: The following documents shall be
submitted on-line for Eligibility bid evaluation:
1.16.1.

In case of manufacturer, copy of registration with Commissioner of


Industries / appropriate authority as a proof of being Original Item
Manufacturer for Airport Lighting Equipment and Systems.
Or
In Case of AR Firm (Only one) of OIM, Current authorization from
OIM firm authorizing it as its representative for tender being
submitted.

1.16.2.

Proof of being in business for Airfield lighting Equipment and


Systems for a minimum period of last 3 years (as on 31.03.2015) in
the case of authorised Representative / Indian Associate (to be
submitted by the foreign firm)

1.16.3.

Copy of agreement been the Indian Associates and manufacturer in


case of the foreign firms quoting the rates.

1.16.4

Bidder firm shall submit undertaking stating that its Partners or its
Directors have not been black listed or any case is pending or any

- 14 -

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 Government Departments or Public Sector
Undertaking of India.
1.16.5

EMD through the E-Tender portal via bank transfer in the form of
RTGS/NEFT as per clause 1.11.1

1.16.6.

Unconditional acceptance form as per ANNEXURE-I.

1.16.7

A copy of Permanent Account Number issued by Income Tax Deptt.


(To be submitted by Authorized Representatives and for Foreign
firms to be submitted for their Indian Associates).

1.16.8

Documents in support of experience: Bidder shall submit


following documents in respect of the works claimed by him for
meeting eligibility criteria. Certified English translation shall be
enclosed, if language is other than English (scanned copies). :a). Copy of purchase order/agreement
b) Copy of invoice / bill
c) Commissioning / Installation Report /receipt certificate issued
from the user.
d) Certificate from the end user that supplied / installed
equipment has been performing / have performed satisfactorily
at least for six months after the date of commissioning /
installation.
e) Address/addresses, email and telefax of end user agencies
with detail of the contact person at present.

1.16.9.

Certified copies of abridged balance sheets along with profit & loss
account of the firm (bidder) in support of annualized average
financial turnover during last three financial year i.e FY 2011-12,
2012-13 and 2013-14 or 31st December of previous year, as per
practice prevailing in the country of the firm.
1.16.10. Letter for authorised signatory(ies) (with Capacity and authority) for
signing tender documents/contract
1.16.11. Complete address of the Company with landline No, Mobile No. ,
Fax No. , E-mail address for correspondence.
1.16.12

AAI may place a purchase order for common replacement spares


costing upto 4 % of the ARBs along with detailed order. The firm
shall submit scanned copy of common replacement spares as given
in Annexure-II without indicating price in the list.
(Note: please see clause no. 1.20.3)

- 15 -

1.17. Documents submitted on-line at AAIs e-Procurement portal during


Prequalification, Technical & Financial bids submission, shall only be
accepted. No separate documents (hardcopies) shall be acceptable or
considered by AAI.
1.18.

Technical bid submission: The following documents shall be submitted on-line for
technical bid evaluation:

1.18.1.

Technical
Literature
&
brochure
etc.,
meeting
requirements/technical specification as given in Section D of Tender
Document, in English language.

1.18.2.

Compliance (clause-wise) Sheet of Technical Specification of NIT.


Deviations if any from the laid down requirements of this tender
shall be prepared indicating the para number and page number of
the tender document in which the bidder prefers to have deviation
shall be uploaded on-line during Technical bid submission, to verify
the compliance. Without such reference, tender may not be
considered for evaluation and is liable to be rejected.

1.18.3.

The language of all manuals, instructions, technical documentation ,


etc. provided under this contract shall be English. As part of
technical evaluation of the tender, the compliance of the offered
service to the specifications as stated in Section D of Tender
Document shall be verified from the documents that have been
submitted.

1.19. Post Tender Qualification for Technical Evaluation:


Apart from the eligibility conditions as specified in the tender, the following
shall also be considered for the evaluation:
1.19.1.

Tenderer should have resources in place, as specified in eligibility


conditions. If required, the Technical Evaluation Team may visit the
premises of the firm as well as assess the manufacturing/repair &
maintenance facility of compressors available with them.

1.19.2.

If any document submitted in Technical Bid is found to be false or


fabricated, the EMD shall be forfeited, besides black listing of the
bidder.

1.19.3.

Airports Authority of India reserves the right to reject any or


all tenders, without assigning any reasons thereof, and to call for
any other details or information from any of the bidder.

- 16 -

1.20. Financial bid submission: The following shall be the guide lines for on-line
submission of financial bid:
1.20.1

The Financial bid shall be submitted on-line at AAIs e-Procurement


portal.

1.20.2.

The submission of price schedule will be submitted as per the


ANNEXURE III (a) or (b) or (c) whichever is applicable.

1.20.3

Price breakup of common replacement spares as mentioned in para


1.16.12 shall be submitted in the collaboration folder in the e-tender
portal of AAI after completion of Technical evaluation, and getting
intimation about the result of the Technical evaluation.

1.20.4.

Prices quoted by the bidder shall be inclusive of all expenses on


FOR destination basis. However, Octroi and State Entry Tax will be
paid extra. It will be responsibility of the firm to find out Excise Duty,
VAT and other duties and levies which are imposed by central
government / different states of India, while the stores are in transit
mode or at destination. Such duties and levies will be included in
the net cost quoted by the firm.

1.20.5.

Indian Bidders if quoting the rate in Indian Rupee for the imported
items may quote the rate keeping in view that High Sea Sale
Agreement may be signed between AAI and the bidder under the
following terms:
(i)

After despatch of material from origin & prior to its arrival at


destination, the High Sea Sale Agreement shall be signed
between successful bidder & AAI.

(ii)

Necessary documentation for High Sea Sale shall be the


responsibility of the supplier (successful bidder).

(iii) Supplier shall arrange clearance of the goods from the


customs at their sole risk and responsibility.
(iv) No Sales Tax/Value Added Tax will be charged as goods shall
be sold to actual buyer (i.e. AAI) on High Sea Sale basis.
(v)

Reimbursement/payment towards customs duties and all other


levies, imposed by custom authorities at the port of entry in
India shall be made by AAI (Duty Credit Scrips may be used
under Served From India Scheme) the contractor is to ensure
that duties are correctly assessed by custom authorities failing
which excess payment made in this case will be recovered
from the contractor.

- 17 -

1.21

1.20.6.

The prices quoted by the bidder shall remain firm during the
entire period of contract and shall not be subject to variation
other than changes in Taxes / Levies revised by Govt.

1.20.7.

Original document of Financial Bid shall not be submitted as


hardcopy to AAI in any case.

Bid Opening and Evaluation


1.21.1

Opening of Prequalification Bids: AAI shall open Prequalification


Bids as per scheduled Tender Opening Date and Time specified in
para 1.7 of Section A: General Information & Guidelines. Bidders
may remain present at the venue i.e. AAIs premises during the
opening of Prequalification bid.

1.21.2

Evaluation of Prequalification bid :


1.21.2(a). AAI shall evaluate the bids to determine whether they
are complete, the documents have been properly
signed and the bids are in order.
1.21.2(b). AAI will determine the substantial responsiveness of
each bid to the Bid documents. For purposes of these
clauses, a substantially responsive bid is one which
conforms, to all the terms and conditions of the Bid
Documents
without material deviations. AAI's
determination of bid's responsiveness is to be based on
the contents of the bid itself without recourse to extrinsic
evidence. A bid determined as substantially nonresponsive will be rejected by AAI.
1.21.2(c).

The tenders received and accepted shall be evaluated


by AAI to ascertain the complete scope contained in the
tender document.

1.21.2(d). Prequalification bid shall be opened on the designated


date of opening of tender as mentioned para 1.7 of
Section A: General Information & Guidelines.
1.21.2(e). Tenders meeting Prequalification bid criteria as
specified herein shall only be informed and considered
for opening and evaluation of Technical and Financial
bid. However, tenders not meeting Prequalification bid
criteria shall be informed for not meeting the
prequalification bid criteria.

- 18 -

1.21. Opening of the Technical Bids:


Technical Bids of those bidders who qualify in Prequalification bid evaluation
shall be opened by AAI. Venue, Date and Time of opening of Technical bid
shall be notified to successful bidders through AAIs e-Procurement Portal.
Bidders may present at the venue during opening of Technical bid.
1.23

Evaluation of Technical Bids:


1.23.1. To shortlist technically qualified bidders, the Technical Bids shall be
scrutinized by AAI to ensure whether the same are in conformity to
Technical specifications as per tender. Bidders shall provide
complete information to substantiate compliance of the technical
specification listed in the tender. In case of incomplete compliance
statement or inadequate information, tenders shall be finalised on the
basis of the information available. It shall, therefore, be in the bidders
interest to give complete and comprehensive technical particulars
while submitting the bid.
1.23.2. However AAI may seek clarification on technical details or any other
information deemed necessary. Such queries raised on-line on AAIs eProcurement portal shall be replied on-line positively by the bidder,
within the time specified, failing which the evaluation shall be done on
the basis of the information available.
1.23.3. At no cost to AAI, as a part of Technical Evaluation, bidders
participating in this tender may be required to demonstrate operational
and technical requirements or specifications, at a location considered
fit by bidder in consultation with AAI.

1.24

Opening of the Financial Bids:


1.24.1.

Financial Bids of those bidders who qualify in Technical bid


evaluation shall be opened by AAI. Venue, Date and Time of opening
of Financial bid shall be notified to successful bidders through AAIs
e-Procurement Portal. Bidders may present at the venue during
opening of Financial bid.

1.24.2.

No correspondences / representations shall be entertained from the


bidders after opening of Financial Bid of the Tender on tendering
process and on any other technical bids.

1.24.3

Date of submission and opening of tender can be extended on sole


discretion of the Competent Authority.

- 19 -

1.25

Evaluation of Financial bid:


1.25.1. The tenders shall be compared on the basis of price quoted by the
bidders for Supply of 25 nos. Airport Rotating Beacons. The amount
indicated in the pricing schedule shall be taken for price comparison,
as per the given format.
1.25.2. The lowest bidder shall be decided on the basis of lowest price
quoted by the bidders in schedule of quantity for the item.
1.25.3. The bidders who are quoting as per format Annexure-III(c), will load
the custom duty at the rate specified in the e-tender format. Any
change in the custom duty rate will be adjusted on account of AAI.
However, Custom duties, CVD and Cess etc. in India for the imported
items, shall be paid by AAI as per the actual value directly, to
respective authorities of Government of India, in the form of CDEC
under EPCG/Served from India Scheme/ other scheme applicable, by
AAI.
1.25.4. AAI reserves the right to reject any or all tenders without assigning
any reason. The Financial bids of the bidders who do not qualify in
Technical bid evaluation shall not be opened. AAI also reserves the
right at its sole discretion not to award any order under the tender
called. AAI shall not pay any cost incurred in the preparation and
submission of any tender or any cost incidental to it.
1.25.5. 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.
1.25.6. The information contained in the tender shall be comprehensive and
to the point. The tenders containing information other than sought,
with a motive to confuse or delay the finalization process are likely to
be rejected.
1.25.7. 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.
1.25.8. Should a bidder have a relation or relations employed in the capacity
of an officer in AAI, the authority inviting tender shall be informed of
the fact along with the offer, failing which AAI, at its sole discretion
shall reject the tender or cancel the contract and forfeit the Earnest
Money Deposit.
1.25.9. AAIs decision in the evaluation process shall be final and binding on
all Bidders.

- 20 -

1.25.10 Bidders shall not try to influence AAI on any matter relating to its bid,
from the time of the bid opening till the time the contract is awarded.
Any effort by a bidder to influence AAI in the bid evaluation, bid
comparison or contract award decisions shall result in the rejection of
the bid.
1.25.11 AAI reserves the right to accept or reject any bid, and to annul the
bidding process and reject all bids, at any time prior to award of
contract without assigning any reason whatsoever and without
thereby incurring any liability to the affected bidder or bidders on the
grounds for the AAI's action. The documentation submitted by
tenderers shall not be returned.
1.26. Award of Contract
1.26.1. The acceptance of the tender shall be intimated to the successful
bidder(s) by AAI through FAX / letter / telephone / e-mail etc.
1.26.2. AAI shall be the sole judge in the matter of award of contract and the
decision of AAI shall be final and binding.
1.27

Address for Correspondence:


The General Manager (Technical)
Airports Authority of India
AAI Office Complex, Safdarjung Airport,
New Delhi 110003
Telefax:+11-24629353
E-mail: gmtechchq@aai.aero

- 21 -

2.

SECTION B: CONDITIONS OF CONTRACT

2.1.

Definitions: The 'Contract' means the documents forming the tender, and
acceptance thereof and the formal agreement executed between the
Chairman, Airports Authority of India and the contractor, together with the
documents referred to therein including these conditions, the specifications,
designs, drawings and instructions issued from time to time by the General
Manager (Tech) and all these documents taken together shall be deemed to
form one contract and shall be complementary to one another.

2.2.

In the contract, the following expressions shall, unless the context otherwise
requires, have the meanings, hereby respectively assigned to them:
a) The Chairman means the "Chairman", Airports Authority of India or his
successors.
b) The term General Manager (Tech.) means "the head of Technical
Department, Airports Authority of India.
c) The Authority or Airports Authority of India shall mean the "Chairman,
Airports Authority of India " .
d) General Manager (Tech.) will be in charge of the work and shall sign the
contract on behalf of the Chairman.
e) Acceptance of Tender means the letter of memorandum communicating
to the Contractor regarding acceptance of his tender. This includes an
advance acceptance of his tender.
f) The Purchaser means the Chairman, Airports Authority of India, New
Delhi-110003 or his representative.
g) Stores to be supplied at :- As per name of consignees mentioned in tender
document/supply order.
h) The Contractor means the persons/firm or company with whom the order
for the stores is placed and shall be deemed to include the contractors
successors (approved by the purchaser) representatives executors and
administrators as the case may be unless excluded by the terms and the
contract.
i) The Inspecting Officer means the persons, firm or department authorized
by the purchaser to inspect the stores on his behalf. This includes
representatives of the inspecting officers so nominated.
j) Specifications means a specification accepted or approved by the
purchaser for the compliance by the contractor.

2.3.

Parties: The parties to the contract are the Contractor and the Purchaser.

- 22 -

2.4.

Address of the Contractor and Notices and communications on behalf of the


purchaser;
2.4.1. For all purpose of the contract, including arbitration their under, the
address of the Contractor mentioned in the tender shall be address to
which all communications addressed to the Contractor shall be sent,
unless the contractor has notified any change by a separate letter
containing the other address for communication and sent by registered
post acknowledgement due to the General Manager (Tech.), Airports
Authority of India, AAI Office Complex, Safdarjung Airport, New Delhi
110 003.
The contractor shall be solely responsible for the
consequence of any omission to notify any change of address in the
matter aforesaid.
2.4.2. Any communication or notice on behalf of the purchaser, in relation to
the contractor may be issued to the Contractor by Purchaser and all
such communication and notices may be served on the Contractor at
his notified address either by registered post or under certificate of
posting or by ordinary post or by hand delivery or by e-mail at the
option of the Purchaser
2.4.3. Purchaser: Airports Authority of India.

Clauses:
2.5.

Compensation of Delay
2.5.1. The contractor is to supply and commission the equipment on or before
the dates mentioned in the Order. If the contractor fails to complete the
supply/commissioning as per the delivery schedule, the purchaser has
the right to cancel the order or get the supplies/equipment from an
alternative source at the risk and cost of the contractor. However in
exceptional cases, the purchaser may agree to receive the equipment
even beyond the delivery schedule subject to levy of Liquidated
Damages/penalty calculated @ 0.5% of the basic /FOB value of
undelivered portion of supply per week for delays up to two weeks and
1% of the basic /FOB value of undelivered portion of supply per week
for delays beyond two weeks and less than four weeks.
2.5.2. The amount of compensation may be adjusted or set-off against any
sum payable to the Contractor under this or any other contract with
Purchaser.
2.5.3. If the contractor shall be hindered in the supply of the Airport Rotating
Beacons so as to necessitate an extension of the time allowed in this
tender, he shall apply in writing to the General Manager (Tech), who
shall grant it in writing if reasonable ground be shown for it and without
such written authority of the General Manager (Tech), the contractor
shall not claim exemption from the fine livable under the clause.

- 23 -

2.5.4. The contractor shall give notice to the General Manager (Tech.) of his
intention of making delivery of Airport Rotating Beacons, on the items
being approved and a receipt shall be granted to him by the General
Manager (Tech) or his assistant and no Airport Rotating Beacons will
be considered as delivered until so approved.
2.5.5. On the completion of delivery of Airport Rotating Beacons, the contractor shall be furnished with a certificate to that effect by the General
Manager (Tech.), but the delivery will not be considered complete until
the contractor shall have removed all rejected items, and shall have the
approved items stocked or placed in such position as may be pointed
out to him.
2.6.

If at any time after the commencement of the supplies the Chairman shall for
any reason whatever not require the whole or part thereof as specified in the
tender to be supplied, the General Manager (Tech) shall, in addition to his
power to annul the contract in case of default on the part of the contractor,
have power to terminate all liability of the Chairman there under at any time
after giving due notice in writing to the contractor of his desire to do so. In the
event of such a notice being given:
2.6.1 The General Manager (Tech) shall be entitled to direct the contractor to
complete the supply of the Airport Port Rotating Beacons which are
ready for delivery upto the date of the expiry of the notice and
thereafter to cease their supply of all the articles or supplies received
and accepted upto that date shall be paid for at the tendered rate; and
2.6.2 The contractor shall have no claim to any payment or compensation
whatsoever on account of any profit or advantage which he might have
derived in consequence of the full execution of the contract but which
he did not obtain owing to its premature termination, or for any loss
which he might have sustained on this account.
Nothing herein contained shall operate to create in favour of the bank any
rights or equities vis-a-vis the Chairman.

2.7.

The Airport Rotating Beacons shall be of the best description and in strict
accordance with the specifications, and the contractor shall receive payment
for such Compressors only as are approved and passed by the General
Manager (Tech).

2.8.

In the event of the Airport Rotating Beacons being considered by the General
Manager (Tech) to be inferior to that described in the specifications, the
contractor shall, on demand in writing, forthwith remove the same at his own
charge and cost, and in the event of his neglect to do so within such period as
may be named by the General manager (Tech) that officer may have such
rejected Airport Rotating Beacons removed at the contractor's expense and
the expenses incurred being liable to be deducted from any sums due or
which may become due, to the contractor.

- 24 -

2.9.

No Airport Rotating Beacons shall be brought to site or delivered on Sundays


and other holidays without the written permission of the General Manager
(Tech ).

2.10. This contract shall not be sublet without the written permission of the General
Manager (Tech). In the event of the con tractor subletting his contract without
such permission he shall be considered to have thereby committed a breach
of contract, and shall forfeit his security deposit and shall have no claim for
any compensation for any loss that may accrue from the equipment he may
have collected or engagements entered into.
2.11. Airports Authority of India shall not be bound to contest any claim made
against it under Section 12, subsection (1) of the Workmen's Act 1923, except
on the written request of the contractor and upon his giving of Authority full
security for all costs for which Authority might become liable in consequence
of contesting such claim.
2.12. Whenever any claim against the contractor for the payment of a sum or
money arises out of or under the contract, Authority shall be entitled to recover
such sum by appropriating, in part or whole, the security deposit of contractor,
and to sell any Government Promissory Notes etc., forming the whole or part
of such security. In the event of the security being insufficient or if no security
has been taken from the contractor, then the balance or the total sum recoverable, as the case may be, shall be deducted from any sum then due or which
at any time thereafter may become due from the contractor under this or any
other contract with Airports Authority of India. Should this sum be not
sufficient to cover the full amount recoverable, the contractor shall pay to
Airports Authority of India on demand the balance remaining due.
2.13. Cost of Freight and Insurance
2.13.1.

2.13.2.

2.13.3.

Successful bidder is responsible for delivering the items up to


ultimate consignee (Central E&M Workshop , Safdarjung Airport ,
New Delhi-110003) and shall also make his own arrangement for
obtaining Road permits/entry passes for transporting the system to
ultimate consignee, however, AAI will provide the requisite
documents for obtaining road permits.
Successful Bidder shall arrange insurance up to consignee and
bidder shall be responsible for making insurance claims in case of
damage or loss of insured items.
The Overseas bidder must indicate the freight & insurance charges
of entire supply by Sea/ Air from the country of despatch to
Consignee Airport . Total freight and insurance charges for entire
supply must be indicated in the pricing schedule & will be taken for
the purpose of price comparison. In case of supply by Sea, AAI
reserves the right to nominate the freight forwarded for the whole
consignment as per Government of India Guidelines. Bidder shall
indicate Overseas and Inland Freight and Insurance charges
separately.

- 25 -

2.13.4.

Indian suppliers shall quote the price in Indian Rupees for freight &
insurance charges from ex-works to the ultimate consignee in the
pricing schedule along with other statutory taxes like Excise duty,
Sales Tax, etc. Octroi / Entry Tax.

2.14. Custom handling and clearing charges:


Bidder shall indicate the custom handling and clearing charges in INR and
payment shall also be made in the same currency either to the bidder or its
authorized custom clearing agent as per the quoted value by bidder.
2.15. Taxes, Permits & Licences:

2.16

2.15.1

The Contractor shall be responsible for payment of all duties, levies


and taxes lawfully assessed by the appropriate authority under the
law of the land. The Purchaser shall have the right to deduct any
taxes, duties at source, if liable to do so under any India law.

2.15.2

Service Tax:
As per CENVAT Credit rules-2004 the service tax paid by AAI for
Services in India are claimed as 100 % CENVAT credit while
discharging AAIs own service tax liability under the head Airport
service and will be reimbursed by AAI against proof of payment in
form of Service Tax Challan.
OR
Otherwise AAI shall calculate the Service Tax on the cost of
Services rendered to AAI and deposit to Government of India.

2.15.3

In case, any overseas bidders not having Service Tax number in


India, is obtaining the services of Indian agent then bidder is
responsible for paying Service Tax directly to its Indian agent and
the same cannot be charged from AAI or otherwise bidder shall
indicate the name of Indian agent with his service Tax number who
will provide the services on behalf of bidder. Bidder shall give
undertaking that in case the Indian Service Provider raises any
dispute and financial claim against AAI , the same will be dealt by
the foreign supplier at his own risk and cost. AAI shall reimburse
service tax directly to Indian agent in INR against his Invoice
indicating service Tax number duly endorsed by principal Supplier
and obtain the CENVAT benefit towards service Tax.

Terms of Payment:
2.16.1

In case of Indian Firms:


2.16.1(a) 90% of payment (Basic value of an order) shall be made
on satisfactory inspection by AAIs representative at firms
premises and despatch of equipment and remaining 10%
(of Basic price of the equipment) with all taxes, duties,

- 26 -

freight, transit insurance, octroi / state entry tax etc. on


receipt/commissioning of the equipment at site in good
condition on production of receipts/challans, after
deducting for security deposit and all other penalties to
which the firm might have rendered itself liable as per
terms of agreement. Payment/reimbursement against
inland freight, insurance, will be released on actual basis
or quoted amount whichever is lesser in favour of AAI.
2.16.1(b) In the case of High Sea Sales agreement, 90% payment
of the contract value against proof of despatch of
equipment from port of entry to Central E&M Workshop,
Safdarjung Airport, New Delhi-110003 and remaining
10% on receipt /commissioning of the equipment in good
condition after deducting for security deposit and all other
penalties to which the firm might have rendered itself
liable
as
per
terms
of
agreement.
Payment/reimbursement against inland freight, insurance,
will be released on production of receipts/challans on
actual basis or quoted amount whichever is lesser in
favour of AAI. The payment/reimbursement towards
octroi/state entry tax will be released on actual basis.
2.16.2

In case of Foreign Firms:


a) 90 % of FOB value against despatch proof through opening of
irrevocable letter of credit, remaining 10% on receipt of material
at site, submission of taking over certificate and security deposit
in the form of bank guarantee as per clause 2.22.
b) Insurance & freight charges from Port of Despatch to the Port of
Entry will be paid as per actuals or an amount quoted in the
tender whichever is lesser in AAI favour. Above said charges
and custom clearing & forwarding charges shall be payable in
Indian Rupees either to the bidder or its authorized agent, on
production of invoices.
c) Payment of inland transportation / freight charges, insurance
charges and other charges, shall be made either to the bidder to
its authorized agent, on receipt of material at site/s after
submission of the bills/receipts/challans on actual basis or
quoted amount whichever is lesser in AAI favour. Payment /
reimbursement towards octroi/state entry tax will be released as
per actual.
d) Irrevocable Letter of Credit (LC) shall be opened within one
month by AAI from the issuance of the detailed order. However
the payment of security deposit by the supplier and signing of
the agreement has to be completed within 15 days of placement
of detailed order.

- 27 -

e) If the supplier needs confirmation of the Letter of Credit, the


confirmation charges are to be borne by the supplier.
f) The bank charges for opening Letter of Credit to be levied by
Indian Bankers shall be paid by AAI and that of the foreign
Bankers by the supplier.
2.16.3

The security deposit will be released only after successful


completion of the guarantee/defect liability period i.e. two years
from actual date of commissioning of the last in India.

2.16.4

Payment shall be made by Corporate Headquarter, Rajiv Gandhi


Bhawan, Safdarjung Airport, AAI, New Delhi after receipt of Invoice
raised in the name of Airports Authority of India (AAI) and received
by the General Manager (Technical), by Letter of Credit or
Electronic transfer.

2.16.5

In either case (FOB or Indian Contract) no advance payment shall


be made.

2.16.6

Part payment shall be released as and when part supply of


equipment is received in lots.

2.17. Packing, Forwarding and Shipment:


2.17.1

The Contractor wherever applicable, shall properly pack all


equipment in such a manner so as to protect them from
deterioration and damage during Air/Rail/Sea and Road
Transportation to the site and the Contractor shall be held
responsible for all damages due to improper packing. The cost of
damages or replacement of store will be on the account of the
Contractor.

2.17.2

The Contractor shall notify the purchaser of the date of each


despatch and the expected date of arrival at the destination, for the
information of the Purchaser.

2.17.3

The Contractor shall also give all despatch information concerning


the right size and the content of each packing including any other
information the Purchaser may require.

2.17.4

The Contractor shall prepare detailed packing list of all packages


and container bundles and loose material forming each and every
consignment despatch to site. The Contractor shall further be
responsible for making all necessary arrangement at his cost for
loading unloading and other handling rights from his works upto the
site.

- 28 -

2.17.5.

Supplier has to send the Invoice, packing list etc at least 15 days in
advance before the despatch of consignment for the purpose of
verification to avoid any delay in custom clearance. Any discrepancy
in papers will result in delay in verifying the invoices and packing
duties and AAI shall not be responsible for such delay. Any
demurrage on this account shall be borne by successful bidder.
Supplier has to complete all the documents well in advance for the
purpose of custom clearance.

2.18. Submission of Documents :


(a)

In Case of Foreign Supplies : The successful bidder shall forward two


Nos. of the following documents, one each to the General Manager
(Tech.) and the port consignee as soon as goods are despatched.
a. Invoice (copy)
b. Itemized Packing list with cost of each item.(copy)
c. Proof of despatch in the form of Bill of Lading or Air Way Bill
(whichever is applicable) (copy)
d. Certificate for Country of origin (copy)
e. Factory Acceptance Test report (copy).

(b)

In Case of Indian Supplies : The successful bidder shall forward two


Nos. of the following documents, one each to the General Manager
(Tech.) and the port consignee as soon as goods are despatched.
a. Invoice + 2 copies
b. Itemized Packing list with cost of each item + 2 copies
c. Certificate of Factory Acceptance Test issued by authorized
representative of AAI.
d. Proof of despatch of equipment / items
e. Certificate of goods received at site in physically good condition

2.19. Time is the Essence of this Contract: The time and date of completion of
the supply as stipulated in the Purchase Order and accepted by the supplier
without or with modification if any and so incorporated in the Purchase order
shall be deemed to be the essence of the contract. The contractor shall so
organize his resources and perform his work to complete it not later than the
specified time.
2.20. Change in Quantity & Variation in Prices: The Purchaser reserves the right
to vary the quantity of items or group of items to be ordered as specified in the
accompanying Technical specification as may be necessary, during the
execution of the contract; but such variations unless otherwise specified in the
accompanying Technical specification shall be limited to 50% of the original
quantity ordered during the currency of the contract.
2.21. Security Deposit:
2.21.1

The successful tenderer, awarded with the work, shall furnish


Security Deposit, in the form of Bank Guarantee in the
following form:

- 29 -

Bank guarantee to the extent of an amount to a sum equal to @


10% on first Rupees one Lakh, 7.5% on second Rupees one Lakh
and 5% on balance amount of basic cost of ordered value
(excluding taxes, duties, transportation charges, if any) to AAI as
prescribed in Annexure- IV attached with this tender document,
from a Nationalised Bank /Schedule Bank as per RBI Schedule (but
not from any co- operative or Gramin Bank), acceptable to the
purchaser. This BG shall be submitted within 30 days of placement
of detailed order, before the agreement is executed, between the
purchaser and the contractor. The security deposit in the form of
Bank Guarantee shall remain valid till the expiry of the guarantee
and defects liability period of the stores.
2.21.2.

No other form of security than the above shall be acceptable.

2.21.3

The bank guarantee to be submitted by the manufacturers /


contractors / suppliers (on whom the contract / order is being
awarded) should be sent to Airports Authority of India directly by the
issuing bank under Registered Post (AD).

2.21.4

The Contractor further guarantees that, the Airport Rotating


Beacons supplied by him shall be free from all defects in design,
material and workmanship and shall, upon written notice from the
purchaser fully remit, free of expenses to the purchaser such
defects as developed under the normal use of the compressors
within a period of guarantee specified in the relevant clause of the
general terms and conditions of the Purchase Order.

2.21.5

All manufacturers warranties of various unit components of store


will be passed on to purchaser at the time of handing over, of
consignment.

2.22. Deductions from Contract Price: All costs, damages or expenses which the
purchaser may have paid, for which under the contract the Contractor is liable,
will be deducted from any payments due; or becoming due to the Contractor
under this contract.
2.23. Force Majeure Clause:
2.23.1

Force Majeure is herein defined as any cause, which is beyond the


control of the contractor or the Purchaser as the case may be which
they could not foresee or with a reasonable amount of diligence
could not have foreseen and which substantially affect the
performance of the contract such as:a.

Natural Phenomena, including but not limited to floods, riots,


earthquakes and epidemics.

b.

Acts of any Govt. including but not limited to war declared or


undeclared, priorities, mutiny quarantines embargoes.

- 30 -

2.23.2

The Contractor or the Purchaser shall not be liable for delay in


performing his obligations resulting from any Force Majeure clause
as referred to and or defined above. The date of completion will
subject to herein after provided, by extended by a reasonable time.

2.24. Patent Rights and Royalties: Royalties and fees for patents covering
materials, articles, apparatus, devices equipment or processes used in the
works shall be deemed to have been included in the contract price. The
Contractor shall satisfy all demands that may be made or any time for such
royalties or fees and he alone shall be liable for any damages or claims for
patent infringements and shall keep the Purchaser indemnified in that regard.
The Contractor shall at his own cost and expense, defend all suits or
proceeding that may be instituted for alleged infringement of any patents
involved in the works and in case of an award of damages , the Contractor
who shall also satisfy comply any degree, order, order of award made against
the Purchaser. But it shall be understood that no such machine, plant , work
material or thing has been used by the purchaser for any purpose or any
manner other than that for which they have been furnished and installed by
Contractor and specified under these specifications. In the event of any
apparatus or equipment or any part there of furnished by the Contractor is in
such Suit or proceeding held to constitute infringement, and its use is
enjoined, the Contractor shall , at his option and at his own expense, either
procure for the Purchaser, the right to continue use of said infringing
apparatus or modify it, so it becomes non-infringe.
2.25. Termination of Contract at Purchasers Initiative:
2.25.1

The Purchaser reserves the right to terminate the contract either in


part or in full due to any reasons other than terms and conditions
specified herein, by giving 15 days notice in writing to the contractor
of his intention to do so.

2.25.2

The contractor upon receipt of such notice shall discontinue the


work on the date and to the extent specified in the notice, make all
reasonable efforts of obtain cancellation of all orders and contracts
to the extent they are related to the work terminated and terms
satisfactory to the purchaser, stop all further sub-contracting or
purchasing activity related to the work terminated.

2.25.3. In the event of such termination the contractor shall be paid


compensation to the actual loss incurred by him, against production
of proper proof to the satisfaction of the Purchaser and all material
available at site or at the manufacturing unit for which compensation
is claimed shall become the property of the Purchaser.
2.26. Arbitration and Laws:
2.26.1

Except where otherwise provided for in the contract all questions


and disputes relating to the meaning of the specifications, designs,

- 31 -

drawings and instructions wherein before mentioned and also as to


the quality of workmanship or material used on the work or as to
any other questions, claim right, matter or thing whatsoever in any
way arising out of or relating to the contract, design, drawing,
specifications, instructions, orders or these conditions or otherwise
concerning the works, or the execution of failure to execute the
same whether arising during the progress of the work or after the
completion or abandonment there of shall be referred to Sole
Arbitrator as may be appointed by the Chairman, Airports Authority
of India. There will be no objection, if the Arbitrator so appointed is
an employee of Airports Authority of India and that he had to deal
with the matters to which the contract relates and that in the course
of his duties as such he had expressed views on all or any of the
matters in dispute or difference. The Arbitrator to whom the matter
is originally referred being transferred or vacating his office or being
unable to act for any reasons. The Chairman, Airports Authority of
India at the time of such transfer, vacation of officer on inability to
act, shall appoint another person to act as an Arbitrator in
accordance with the terms of the contract, and such person shall be
entitled to proceed with the reference from the stage at which it was
left by predecessor. It shall also form term of this contract that no
person other than a person appointed by the Chairman,
AIRPORTS AUTHORITY OF INDIA as aforesaid should act as
Arbitrator If for any reason that if not possible, though the matter is
not to be referred to Arbitration in all cases where the amount of the
claim in dispute is Rs. 50,000/- (Rupees Fifty Thousand only) and
above the Arbitrator shall give reasons for the award subject as
aforesaid the provision of the Arbitration and conciliation Act 1996
or any statutory modification or re-enhancement thereof and the
rules made there under and for the time being force shall apply to
the arbitration proceeding under this clause. In case of disputes
between two, Govt. of India Undertakings, provisions mentioned in
bureau of Public Enterprises letter No Bre/GI-001/16/MAN-2(10075-BPE) (GM-1) dated 1-1-1976 and its amendments from time
shall apply. It is a term of the contract that the party invoking
arbitration shall specify the dispute or disputes to be referred to
arbitration under this clause together with the amounts claimed in
respect of each such dispute. The arbitrator (s) may from time with
consent of the parties enlarge the time, for making and publishing
the award.
2.26.2

The work under the contract shall, if reasonable possibly, continue


during the Arbitration proceedings and no payment due or payable
to contractor shall be withheld on account of such proceedings.

2.26.3

The Arbitrator shall be deemed to have entered on the reference on


the date he issued notice to both the parties fixing the date of the
first hearing.

- 32 -

2.26.4

The Arbitrator shall give a separate award in respect of each


dispute or difference referred to him.

2.26.5

The venue of arbitration shall be such place as may be fixed by the


Arbitrator in his sole discretion.

2.26.6

The award of the Arbitrator shall be final, conclusive and binding on


all parties to this contract.

2.26.7

This contract shall be governed by the Indian Laws for the time
being in force.

2.27. Inspection or Testing:


2.27.1

Inspecting Authority: The General Manager (Tech.), Airports


Authority of India, AAI Office Complex, Safdarjung Airport, New
Delhi 110 003 or his authorised representative.

2.27.2

The Supplier shall intimate the Purchaser, when the consignment is


ready for inspection and sampling, in the lots as per tender notice.
Each lot before producing for inspection shall be 100% inspected by
the quality engineers of the company and certify that Airport
Rotating Beacons are confirming to the Technical Specifications
and in terms of material, manufacture, process and quality.

2.27.3.

The Authority's authorized representative shall have full power to


inspect drawings of any portion of the work, examine the materials
and workmanship at the manufacturer's work or at any other place
from which the material or equipment shall be despatched.
However, any defects so noticed shall in no way relieve the
contractor of his responsibility for meeting the requirements of the
specifications, but shall have to be paid by the contractor in case
the equipment or work is found defective or of inferior quality.

2.27.4.

Cost of Inspection:-The contractor shall provide , without any extra


charge , all materials , tools , labour and assistance of every kind
which the inspector / Purchaser may demand of him for any
test/inspection and examination which he shall require to be so
made on the contractors premises and shall bear and pay all costs
attendant thereon. The cost of travelling , boarding or lodging of AAI
Inspecting Officer(s) to the site of inspection shall be borne by AAI.

2.27.5

The Contractor shall give 15 (Fifteen) days written notice of any


store being ready for testing. Cost of such tests shall be to the
contractors account except for the expenses by the inspector.

2.27.6.

Total eight (08) Nos. samples at random shall be drawn by the


Inspector for the purpose of conducting Test of Acceptance as per
the Technical Specifications.

- 33 -

2.27.7

Before despatch of the stores to Airports Authority of India the


supplier will carry out a joint inspection alongwith the
Designated/Authorized representative of Airports Authority of India.
A thorough pre-inspection of each delivery shall be carried out by
the supplier to satisfy himself that the stores fully conform to the
specifications of the contract as quoted in his tender. The test result
obtained in the joint inspection report during pre-inspection shall be
submitted along with the consignment tenderer for inspection at the
site of delivery.

2.27.8

One point guarantee shall be extended by the contractor for all


equipment / appliances, components, sub-assemblies used in the
equipment / appliances supplied by the contractor.

2.27.9

Routine type tests for the various items of equipment shall be


performed at the manufacturer's works and test certificates
furnished. The contractor shall permit the Authority's authorized
representative to be present during any of, or all, the tests. After
notification to the Authority that the airport rotating beacons are
ready for despatch, the contractor shall make under the direction
and in the presence of the General Manager (Tech.) or his
authorized representative such tests and inspection as have been
specified or as the General Manager (Tech.) or his authorized
representative shall consider necessary to determine whether or not
the full intent of requirements of the drawings and specifications
have been fulfilled. In the event of the Inspection and or tests
proving unsatisfactory and resulting in non-acceptance of the item
or any portion whereof, the cost re-inspection and/or tests (including
the traveling and halting expenses incurred if any or such portion
thereof as may be determined by the competent authority) shall be
borne by the contractor.

2.27.10

The Test of Acceptance shall be carried out by Inspector, at


manufacturers premises, if approved test facilities exist for all tests
or part thereof. In case test facilities are not available samples shall
be sent for testing to any approved test laboratories at the cost and
responsibility of supplier.

2.27.11

Every Airport Rotating Beacon including the ones sent for testing
shall be marked by inspector for identification /certification.

2.27.12

The supplier shall despatch the consignment after receipt of


satisfactory test report from inspector/approved test laboratory.

2.27.13

The Purchaser or his duly authorized representative shall have at all


reasonable time access to the store being installed and shall have
the powers at all reasonable time to inspect and examine the
material and workmanship of the equipment during the
manufacturing facility.

- 34 -

2.27.14. The Inspector shall within 15 (fifteen) days from the date of
inspection give notice in writing to the Contractor of any objection to
any store and workmanship which in his opinion is not in
accordance with the contract. The Contractor shall give due
consideration to such objections and shall either make the
modification that may be necessary to meet the said objections or
shall confirm in writing to inspector that no modifications are
necessary to comply with the contract.
2.27.15. When the factory inspection/test has been completed at
Manufacturer(s) work place the Inspector shall issue a certificate to
this effect within 15 (fifteen) days after completion of test. But, if the
tests are not witnessed by the Inspector, the certificate shall be
issued by him within 15 (fifteen) days of the receipt of Contractors
test certificate. Failure of the Inspector to issue such certificate shall
not prevent the Contractor from proceeding with the works.
2.27.16

Inspection by inspector and issue of Inspection Certificate thereon


shall in no way limit the liabilities and responsibilities of the
contractor.

2.28. Rejection of Defective Plant:


2.28.1.

If equipment or its part thereof, being rejected by the inspector or


purchaser the contractor fails to make satisfactory supplies or rectify
the faulty work thus executed within the stipulated period of
delivery/completion period, the purchaser shall be at liberty to:
i.

Allow the contractor to re-submit the equipment or parts in


replacement of those rejected, within a time to be specified, the
contractor bearing the cost of freight if any, on such replacement
without being entitled to any extra payments on that account; or

ii.

Purchase/execute or authorise the purchase/execution of


quantity/work of the equipment or parts rejected or others of a
similar description (when equipment or parts exactly complying
with specifications are not in the opinion of the purchaser which
shall be final, readily available) to the contractor at his risk and
cost and without affecting the contractor's liability as regards
supply under the contract; or

iii.

Cancel the contract and purchase/execute or authorise the


purchase/execution of the equipment or others of a similar
description (when equipment or parts exactly complying with
specifications are not in the opinion of the purchaser, which shall
be final, readily available) at the risk and cost of the contractor. In
the event of action being taken under such clause above or this
clause the provision of delivery clause apply as far as applicable.

- 35 -

2.28.2.

Inspector's decision as to rejection final: - The Inspector's decision


as regards the rejection shall be final and binding on the contractor.

2.29. Delivery of Stores/Equipment:


2.29.1

The time allowed for completion of supply is 06 months which shall


be reckoned from the 15th day of placement of supply order.

2.29.2

A completion certificate will be issued by the purchaser after


satisfactory delivery/commissioning of store at site.

2.30. Defence of Suits: If any action in court is brought against the Purchaser or an
officer or agent of the Purchaser for the failure of neglect on the part of the
Contractor to perform any acts, matters, covenants or things under the
contract, or for damage or injury caused by the alleged omission or negligence
on the part of the Contractor, his agent, representatives or his sub-contractors,
workman, suppliers or employees the Contractor shall in all such cases
indemnify and keep the Purchaser, harmless or indemnified against and from
all to liabilities incurred or arising of such action.
2.31. Bye Laws:
2.31.1

The contractor shall comply with all bye-laws and regulations of


local and statutory authorities having jurisdiction over the works and
shall be responsible for payment of all fees and other charges and
the giving and receiving of all necessary notices and keep the
General Manager (Tech.) informed of the said compliance with the
bye-laws, payment made, notices issued and received.

2.31.2

The contractor shall indemnify the Authority against all claims in


respect of patent right, design, trademarks of name or other
protected rights in respect of any plant, machine work or equipment
used for or in connection with the works or temporary works and
against all claims, demands, proceedings, cost, charges and
expenses whatsoever in respect of or in relation thereto. The
contractor shall defend all action arising from such claims and shall
himself pay all royalties, license fees, damages, cost and charges of
all and every sort that may be legally incurred in respect thereof.

2.32. Contract Document: The agreement shall be executed on a non-judicial


stamp paper of value of Rs.100/- (Rupees one hundred only) and cost of the
stamp paper shall be borne by contractor.
2.33. The contractor shall not be entitled for any extra payment whatsoever on
account of above special conditions of contract.
2.34. The conditions published in the News Paper while inviting tender,
specifications, Undertaking from the tenderer, information to be tenderer,
Profoma for Bank guarantee for contract performance and equipment

- 36 -

performance and General Terms and Conditions of purchase order shall form
part of this contract agreement.
2.35. The scope of work includes selection of proper material, labour and to
manufacture to the highest standards & finish. Proper care shall be taken for
the best workmanship of the manufacture.
2.36. The tenderers shall quote their rates in the (Financial Bid) only.
2.37. The Airport Rotating Beacons shall be handed over to the consignee, General
Manager (Technical ), AAI, Central E&M Workshop , Safdarjung Airport , New
Delhi 110003
2.38. After completion of supplies the firm shall submit bill in triplicate along with
excise duty, VAT, gate pass, sales tax declaration and guarantee certificate
etc.
2.39. Terms availability of Spares

2.40.

2.39.1.

The contractor shall guarantee the availability of spares to the


purchaser for a period of seven years as and when demanded. The
contractor shall guarantee that before going out of production of
spare parts of the equipment covered under the contract even after
seven years , he shall give the purchase at least 12 months
advance notice so that the later may order his bulk requirements of
spares if he so desires. The same provision will also available to
sub-contractors.

2.39.2.

The contractor shall provide to the purchaser with a Directory of


subcontractors giving full addresses and other particular etc. The
Purchaser so desires, shall have the right to procure the spares
directly from the sub contactors.

Instruction Manuals
2.40.1.

The contractor shall submit instructions Manuals for all the


equipment covered under the contract within the time agreed upon
between the Purchaser and Contractor. Instructions Manual shall
contain full details and drawings of all the equipment, testing
operation, installation and maintenance procedures of the
equipment.

2.40.2.

The contractor shall also provide spare parts catalogue to the


purchaser.

2.41. Training
2.41.1.

Contractor shall impart training to the Purchasers staff whom the


purchaser may nominate from time to time for proper operation and
maintenance of the Equipment/Appliance. Cost for providing such

- 37 -

training in India or abroad shall be deemed to have been included


within the cost quoted for equipment/Appliances. Expenses on
travelling, Lodging and Boarding of AAI officials shall be on AAI
account
2.41.2.

Such types of on job training at consignee place, New Delhi on all


aspects of operation and maintenance shall be provided by the
contractor or his authorized representative to the concerned AAI
officials/operators/users for a period of 02 working days.

- 38 -

3.
Name of work:

SECTION C: SPECIAL CONDITIONS

Supply of 25 Nos. Airport Rotating Beacons (ARB) at


Safdarjung Airport, New Delhi.

3.1.

The following special conditions shall be read in conjunction with


General Conditions of contract and amendments / corrections thereto.
If there are any provisions in these Special Conditions which are at
variance with the provisions in the mentioned documents, the
provisions in these special conditions shall take precedence.

3.2.

Inspection of Site: For the purpose of inspection of site and relevant


documents, the contractor is required to contact the concerned
General Manager (Tech) who shall give reasonable facilities for
inspection of the same. The contractor shall be deemed to have
satisfied himself as to the nature of the site of work, local facilities
of access availability of equipment and all other matters affecting
his prices for the execution and completion of work. He is
required to make himself fully acquainted with the nature and
scope of works.

3.3.

Sufficiency of Tender: The contractor shall be deemed to have


satisfied himself before tendering as to the correctness and sufficiency
of his tender for the works and of the rates and prices quoted in the
Schedule of Works/Items/Quantities or in Bills of Quantities which rates
and prices shall, except as otherwise provided, cover all his obligations
under the contract, and all matters and things necessary for the proper
completion and maintenance of the works.

3.4.

Contractor's Representatives, Agents and Workmen: The


contractors shall employ only Indian Nationals and verify their
antecedents and loyalty before employing them on the work. He shall
ensure that no person of doubtful antecedent and nationality is in any
way, associated with the works.

3.5.

Stores and materials: All the stores and materials except materials
stipulated for issue by the Authority, required for the satisfactory
completion of the work shall be arranged by contractor from his own
sources/open market. No claim whatsoever shall be entertained by the
Authority on account of delay in either providing these materials or nonavailability of these materials in the market.

3.6.

Site for Plants, Equipment and Stocking of materials: The


contractor shall stock materials at the site of work strictly as per the
instructions of General Manager (Tech.) keeping in view the
operational requirements of the Director General of Civil Aviation and
Airports Authority of India.

3.7.

Co-ordination: The contractor shall cooperate with Authority's other


contractors, compare plans, specifications and time schedules and so

- 39 -

arrange his work that there will be no interference. The contractor shall
forward to the General Manager (Tech) all correspondence and
drawings so exchanged. Failure to check plans and conditions will
render the contractor responsible for bearing the cost of any
subsequent change found necessary.
3.8.

Standard for workmanship: To determine the acceptable standard of


workmanship, the contractor shall execute a portion of the items of
work as a sample for approval of General Manager (Tech) before
taking up the actual execution of the particular item of work. These
samples on approval of the General Manager (Tech) shall be guiding
samples for execution of the particular item of work. Work not
conforming to approved samples shall be rejected.

3.9.

Programme of work and Progress Reports: The contractor shall


submit within fourteen days from the date of acceptance of the tender,
detailed schedule showing the program and order in which the
contractor proposes to carry out the work with dates and estimated
complete on times for various parts of the work. Such schedules shall
be got approved from the General Manager (Tech) before starting of
the work and shall be bound on the contractor. If required by the
General Manager (Tech), contractor shall furnish fortnightly or other
periodical progress reports.

3.10. Guarantee and Defects Liability Period: The contractor shall


guarantee that the equipment shall be free from any defect due to the
defective material and bad workmanship and that the equipment shall
operate satisfactorily and that the performance and efficiencies of the
equipment shall not be less than the guaranteed values. The
guarantee shall be valid for a period of twenty four months from the
date of commissioning. Any parts found defective during guarantee
period shall be replaced by the contractor without any charges what so
ever. The services of contractor's personnel if requisitioned during this
period, for such work shall be made available free of any cost to the
Authority.
If the defects are not remedied within a reasonable time as mentioned
in the written notice, the Authority shall proceed to do so at the
contractor's risk and expense without prejudice to any other right.

- 40 -

4. SECTION D: TECHNICAL SPECIFICATIONS - AIRPORT ROTATING


BEACONS
1.

The Technical Specification of the Airport Rotating Beacons should be in


compliance with the FAAs standard: FAA AC 150/5345-12:L-802A (latest
edition dated Sept. 24, 2010) and the detail given below at para2.

2.

The main features of Airport Rotating Beacon are:


a. The beacon must be designed as a rotating type using steady burning
lamps to operate from a standard line voltage of 220 Volt , 50 Hertz ,
alternating current
b. The Beacon shall show green flash alternating with white flash.
c. The frequency of total flashes shall be from 20 to 30 per minute.
d. The Beacon must appear, at any point throughout 360 degree azimuth, as
a light source emitting flashes of white and / or coloured light rates, colour
and intensities.
e. Effective light intensity must be as per the following details:
Beacon Type

L-802A

Elevation Angle in
degrees
1 and 2
3 to 7
8 to 10

Minimum Effective
Intensity of Flash in cd
37500
75000
37500

Note: the intensities are expressed in white light.


The effective intensity of coloured lights must not less than the values
specified for white light multiplied by the following factors:- Yellow- 0.40,
Green 0.15.
f. The vertical light distribution shall extend upwards from an elevation of not
more than 1 degree to an elevation determined by the appropriate
authority to be sufficient to provide guidance at a maximum elevation at
which the beacon is intended to be used and the effective intensity of the
flash shall not less 2000 cd.
g. The lamps used in beacon must be with a minimum rated life of atleast
4000 hours at rated voltage.
h. Drive motors used on beacons must have sufficient torque capacity to both
start and operate the beacon under the environment conditions given
i. Beacon should incorporate an additional bulb which will take place of the
bulb in operation in case of getting fuse automatically & gives the
indication accordingly and / or conforming FAAAC 150/5345-12E-802
Advisory Circular.
3.

Test Procedure: Test Procedure for acceptance will be as per Chapter 4 of


FAA AC 150/5345-53-12E-802 Latest Edition.

- 41 -

4.

Spares:
AAI may place a purchase order for common replacement spares costing upto
4 % of the ARBs along with detailed order. The firm shall submit scanned
copy of common replacement spares as given in Annexure-II without
indicating price in the list.
(Note: please see clause no. 1.20.3)

5.

Tools & Maintenance Kit:


Tools necessary for routine testing and servicing shall be provided with each
set along with one set of maintenance spares.

6.

Warranty:
Airport Rotating Beacons shall be supplied with warranty against
manufacturing defects for 24 months from the date of commissioning.

7.

Instruction Book and Parts Catalogue:


An instruction book in English, for the guidance of user including both
operating & normal maintenance procedure and safety precautions shall be
supplied. The book must include on itemized and illustrated spare parts list,
giving reference numbers to all parts.

8.

Corrosion Protection:
Beacon metallic surfaces must be protected from corrosion. Exterior surface
must be painted with a primer coat and two finish coats of paint. The colour
must either international orange, colour code 12197, or aviation yellow colour
no. 13538.

9.

Name Plate:
Permanent plate with the following minimum information must be affixed to
the beacon:Light Beacon
i.
Identification No. : FAA L-...............
ii.
Voltage: ...... Wattage : .......
iii. Manufacturers Part No.: ...........
iv. Manufacturers Name or Trade Mark :...............

- 42 -

ANNEXURE-I
ACCEPTANCE LETTER
(on Companys Letterhead)
SUPPLY OF 25 Nos. AIRPORT ROTATING BEACONS AT SAFDARJUNG
AIRPORT , NEW DELHI
I/We hereby tender for the execution for the Chairman, Airports Authority of
India, of the supply specified in the underwritten memorandum within the time
specified in such memorandum at the rates specified therein, and in accordance in
all respects with specifications, design, drawings and instructions in writing referred
to in Rule-1, hereof and the conditions of contract, design, and with such the items as
are provided for, by and in all respects in accordance with such conditions so far as
possible.
2.

Memorandum :
(a) General description
:
(b)
Estimated Cost :
(c)
Earnest money :

(d)

(e).

3.

Supply of 25 Nos. Airport Rotating Beacons


(ARB) at Safdarjung Airport , New Delhi.
Rs.85,66,439/Rs.2,14,161/- (INR two lacs fourteen thousand
one hundred sixty one only)Or Or US$ 3393 (US
Dollar three thousand three hundred ninety three
only) Or 3133 (Euro Three thousand one
hundred thirty three only)

Security Deposit :
The successful tenderer, awarded with the work, shall furnish Security
Deposit, in the form of Bank Guarantee in the following form:
Bank guarantee to the extent of an amount to a sum equal to @ 10%
on first Rupees one Lakh, 7.5% on second Rupees one Lakh and 5%
on balance amount of basic cost of ordered value (excluding taxes,
duties, transportation charges, if any) to AAI as prescribed in
Annexure- IV attached with this tender document, from a Nationalised
Bank /Schedule Bank as per RBI Schedule (but not from any cooperative or Gramin Bank), acceptable to the purchaser. This BG shall
be submitted within 30 days of placement of detailed order, before the
agreement is executed, between the purchaser and the contractor. The
security deposit in the form of Bank Guarantee shall remain valid till
the expiry of the guarantee and defects liability period of the stores.
Time allowed for the work from the date of written order to commence
as detailed below:
(i) Commencement of work __01__ month of Purchase Order.
(ii) Time for entire supply ___06 months of Purchase Order.

Should this tender be accepted, in whole or in part, I/We hereby agree (i) to
abide by and fulfill all the terms and provisions of the said conditions annexed
hereto and all the terms and provisions contained in notice inviting tenders so
far as applicable and/or in default thereof forfeit to and pay to the Chairman,
Airports Authority of India or his successors in office the sum of money
mentioned in the said conditions.

- 43 -

4.

5.

6.

7.

A sum of Rs. 2,14,161/- Or Or US$ 3393 (US Dollar three thousand three
hundred ninety three only) Or 3133 (Euro Three thousand one hundred thirty
three only) is hereby submitted as earnest money deposit through the ETender portal via bank transfer in the form of RTGS/NEFT.
I/We agree to execute all the works referred to in the tender documents upon
the terms and conditions contained in Tender Document, to make any
alterations in, omissions from, additions to or substitutions for, the original
specifications, drawings, designs, and instructions mentioned herein and to
carry out such deviations as may be ordered up to a maximum of 50% of the
ordered quantity at the rates quoted in this tender document, if the repeat order
is placed within one year of placement of the original award letter.
It is clarified that after unconditionally accepting the tender conditions in its
entity it is not permissible to put any remarks/conditions (except unconditional
rebate on quoted rates if any) in the financial bid and the same has been
followed in the present case. In case this provision of the tender is found
violated, we agree without prejudice to any other right or remedy, AAI be at
liberty to forfeit the full said earnest money absolutely.
That, I/We declare that I/We have not paid and will not pay any bribe to any
officer of AAI for awarding this contract at any stage during its execution or at
the time of payment of bills, and further if any officer of AAI asks for bribe /
gratification, I will immediately report it to the Appropriate Authority in AAI.

Dated the _____________ day of ______________2015.

Signature of contractor before submission of tender


Name :
__________________
Address :
__________________
Contact No. __________________ Fax ___________ E.mail ______________
Signature of witness to contractor's signature.
Name _______________________________
Address______________________________
Contact No. __________________ Fax ___________ E.mail ______________
The above tender is hereby accepted by me on behalf of the Chairman,
Airports Authority of India.
Dated the ________________ day of _____________2015.

Signature of the officer by whom accepted.

- 44 -

ANNEXURE II

Annexure II for price of common replacement spares


for All Bidders
E-Tender format for filling Financial bid
NAME OF THE WORK: Supply of common replacement spares for ARB
Particulars of common replacement
Sl. No spares

Unit
Rate

Qty

Amount

i)
ii)
iii).
iv)
v)
vi)
vii)
Total
Conversion rate in Indian Rupees _____________________ (applicable in case
of foreign firms)
Note : 01. In case of foreign bidders:
a. Rate means FOB in Euro/Dollar + Overseas Freight in Euro/Dollar +
Overseas Insurance in Euro/Dollar + Customs Duty in INR + Custom
Clearing Charges in INR + Inland Freight in INR + Inland Insurance in
INR + other charges in INR.
b. For the purpose of Financial evaluation, prices by the bidder in a
currency other than Indian Rupees will be converted into Rupees as
TT Selling Rates, on the date of opening of tender (Prequalifying Bid)
as notified in The Economic Times on the following day.
02. In case of Indian Manufacturer: Rate means Basic Value + Excise Duty +
Packing & Forwarding + Sales Tax/VAT (without form C & D) + Inland Freight
+ Inland Insurance + other charges in Rupees.
03. In case of Firms quoting on High Sea Sales Basis: Rate means Landed Price
(CIF Cost) + Custom Duty + Custom Clearing Charges + Inland Freight +
Inland Insurance + other charges.
04. Unit rate for components of price in the format are based on average basis.

- 45 -

ANNEXURE III(a)
FINANCIAL BID (INDICATIVE)
FOR INDIAN FIRMS QUOTING IN INDIAN RUPEES
E-Tender format for filling Financial bid
Subject: Supply of 25 Nos. Airport Rotating Beacons (ARB)

Sl. No.
1
2
3
4
5
6
7

Per Unit Price


(in Rupees)

Particulars

Amount (For 25
Nos.)
(in Rupees)

Rate
Excuse Duty
Packing & Forwarding
Sales Tax/ VAT without Form C
&D
Inland Freight
Insurance Inland
Other Charges
TOTAL

NOTE :1) Rate means Basic Value Ex-Works in Indian Rupees.


2) Excise Duty, Sale Tax/VAT, Transportation, Transit Insurance and any other
charges should be clearly and firmly quoted. AAI will not provide any Form C
and D.
3) Inland freight means Transportation charges up to consignees place in Indian
Rupees
4) Insurance Inland means Transit Insurance Charges upto consignees place in
Indian Rupees.
5) Other charges means any other charges in average which are not mentioned
above in the price bid.
6) Unit rate for components of price in the format are based on average basis.
7) Octroi / State Entry Tax shall be paid by AAI as per actual, on production of
documentary proof.

- 46 -

ANNEXURE III(b)
FINANCIAL BID (INDICATIVE)
FOR INDIAN FIRMS QUOTING IN INDIAN RUPEES ON THE BASIS OF HIGH
SEA SALE AGREEMENT
E-Tender format for filling Financial bid
Subject: Supply of 25 Nos. Airport Rotating Beacons (ARB) at Safdarjung
Airport , New Delhi
Amount in
Per Unit
Sl.
Rupees
Particulars
Price in
No.
(For 25 Nos.)
Rupees
1
Rate
2
Custom Duty
3
Custom Clearing Charges
4
Inland Freight
5
Insurance-Inland
6
Other Charges
TOTAL
NOTE :1.1 Rate means Basic value which is equal to CIF charges (FOB price + Overseas Freight +
Overseas Insurance) in Indian Rupees (INR)
1.2 Inland Freight means Inland freight of goods from port of entry to the sites including
loading and unloading in Indian Rupees
1.3 Insurance-Inland means Inland Transit Insurance from port of entry to the sites in
Rupees
1.4 Other charges mean any other charges wherever applicable and which are not
mentioned above in the price bid.
1.5 Unit rate for components of price in the format are based on average basis.
1.6 Octroi / State Entry Tax shall be paid by AAI as per actual, on production of

documentary proof.

- 47 -

ANNEXURE III (c)


FINANCIAL BID (INDICATIVE)
FOR FOREIGNS FIRMS QUOTING IN US $ / EURO
E-Tender format for filling Financial bid
NAME OF THE WORK: Supply of 25 Nos. Airport Rotating Beacons (ARB)

Sl.
No.

Amount
Unit Rate

Particulars

1
2
3
4
5
6
7
8

Rate
Overseas freight
Insurance Overseas
Custom Duty [@26.428% of assessable value]
Custom Clearing Charges
Inland Freight
Insurance-Inland
Other Charges
Total Cost (1+2+3+4+5+6+7+8)
Conversion rate in Indian Rupees _____________________
Note : 1)
Rate means FOB charges in USD / Euro
2)
Overseas freight means Freight Value from port of despatch to port of entry in
Indian Rupees (INR)
3)
Insurance overseas means Insurance Value from the port of despatch to port of
entry in Indian Rupees (INR)
4)
Assessable value will be taken as 1.01 times of CIF Value. CIF Value means Rate
(cost)+ Overseas Freight + Insurance Overseas (1+2+3)
5)
Inland Freight means Inland freight of goods from port of entry to the sites including
loading and unloading in Rupees
6)
Insurance-Inland means Inland Transit Insurance from port of entry to the sites in
Rupees
7)
Other charges mean any other charges which are not mentioned above in the price
bid.
8)
Unit rate for components of price in the format are based on average basis
9)
Insurance & freight charges from Port of Despatch to the Port of Entry will be paid
as per actuals or an amount quoted in the tender whichever is lesser in favour of
AAI and payable in Indian Rupees.
10) For the purpose of Financial evaluation, prices by the bidder in a currency other
than Indian Rupees will be converted into Rupees as TT Selling Rates, on the date
of opening of tender (Prequalifying Bid) as notified in The Economic Times on the
following day.
11) It will be responsibility of Bidder to find out and fill correct custom duty applicable in
the above case. The custom duty will be directly paid by AAI. The release of
payment shall be by adjusting custom duty on actual basis or the custom duty
quoted in the Financial bid whichever is lesser.
12) Bidder has to calculate custom duty on imported items @ 26.428% of assessable
value. Any deviation in custom tariff due to reclassification or change in custom
duty rates by Govt. of India will be on account of AAI.
13) Octroi / State Entry Tax shall be paid by AAI as per actual, on production of
documentary proof.

- 48 -

ANNEXURE IV

PROFORMA FOR BANK GUARANTEE Security Deposit


(On Non-Judicial stamp paper of appropriate value)

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 .. [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. 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
(Rupeesonly) 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.

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-incharge 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.

- 49 -

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 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).
We.(indicate the name of the bank) lastly undertake not to
revoke this guarantee except with the previous consent of AAI in writing.

6.

This guarantee shall be valid upto ..unless extended on demand by


AAI.
Notwithstanding anything mentioned above, our liability against this guarantee
is restricted to Rs (Rupees ..only) and unless a
claim in writing is lodged with us within six months of the date of expiry or the
extended date of expiry of this guarantee all our liabilities under this
guarantee shall stand discharged.

Dated the .(day) of.. . (Month), (Year)

For . (indicate the name of bank).

- 50 -

ANNEXURE V

High Seas Sale Agreement


(on Rs. 100 Stamp Paper)
(Applicable only for the bidder participating under High Seas Sale Agreement)
Buyer

Seller
___________________________
___________________________
___________________________
___________________________

General Manager (Tech.)


Airports Authority of India
New Office Complex,
Safdarjung Airport,
New Delhi110 003

High Seas Sales Agreement No. ________________________


Know all men by these present that we ___________________ (seller),
address___________________, made this High Seas Sale Agreement on
__________ (date), as per following terms and conditions:
Name of Seller

IEC Code of Seller

Name of Buyer

Airports Authority of India


AAI Office Complex
Safdarjung Airport
New Delhi 110003

IEC Code of Buyer

0599039876

Name of Foreign supplier


Description of Goods
Total Quantity
Buyers Order No. & date
H.S.S. Value
Country of Origin
Bill of Lading No. & Date
Port of Shipment
Port of Discharge
Import Licence No.
Payment

:
:
:
:
:
:
:
:
:
:
:

DELIVERY
All rights and title of the above goods will be transferred by Sellers to the actual
Buyer by endorsing the above Bill of Lading in favour of the said Buyer after the
documents have been retrieved from the bank.

- 51 -

IMPORT DUTY AND CUSTOM CLEARANCE


In view of the disposal of the goods on High Seas Sales, the Seller shall arrange
clearance of the goods from the Customs on behalf of the Buyer at his sole risk and
responsibility and the Custom Duty will be borne by the Buyer. But the seller is not
responsible for any demurrage due to delay in payment the custom duty which will
be to buyers account.
OTHER TERMS & CONDITIONS
Apart from the HSS (High Seas Sales) value as mentioned above, the buyer shall
reimburse Custom Clearance Charges, Inland Freight, Insurance Inland & other
charges as per agreed terms.
SALES TAX
No Sales Tax will be charged as above goods are being sold to the actual buyer on
High Seas Sales Basis.
INSURANCE CLAIM
As regards and loss damages / shortages and or any other claim to the consignment
Buyer shall nominate and subrogate rights to the seller to recover the amount from
the insurance company / shipping agencies and / or customs authorities and enable
the seller to deal with concerned authority
In witness thereof the seller and actual buyer here to have act their respective hands
on the date mentioned above. Please return to us the duplicate copy of this contract
duty sealed and signed.

SELLER

BUYER

WITNESS

WITNESS

- 52 -

S-ar putea să vă placă și