Sunteți pe pagina 1din 111

भारतीय िवमानप तन प्रािधकरण

AIRPORTS AUTHORITY OF INDIA

राजीव गांधी भवन


सफदरजंग िवमानप तन, नई िद ली – 110 003
RAJIV GANDHI BHAWAN
SAFDARJUNG AIRPORT, NEW DELHI -110 003

[िनिवदा शु क/ TENDER FEE: INR 11800.00 or USD 160.00]

वैि वक ई-िनिवदा/ E- Tender (GLOBAL)

ऑनलाइन िरवसर् ऑक्शन


Online Reverse Auction

िनिवदा पत्र
TENDER DOCUMENT

Name of Work: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) at


various Airports with 03 years on-site Warranty with spares.

Tender No: (AS)-14/2018-19 Tender ID: 2018_AAI_16277_1

Bid Manager: K.G.MOHANAN


Telephone No: +91 11 24632950
Extension No: 3540
Mobile No: +91 9497162295
Email ID: kgmohanan@aai.aero
Fax No: +91 11 24697343

कायर्पालक िनदे शक (िवमानप तन प्रणाली)/ Executive Director (CNS-P)-I


भा.िव.प्रा. िनगिमत मख्
ु यालय, राजीव गांधी भवन/ AAI CHQ, Rajiv Gandhi Bhawan
सफदरजंग िवमानप तन, नई िद ली-110003/ Safdarjung Airport, New Delhi- 110003

Signature & Seal of Bidder Firm


CONTENTS

Sl. # ITEM Page No.


1. Index 1
2. Important Notes for bidders: 2-5
3. Important Milestones Dates: 6
4. Notice Inviting Tender (Press Notification) 7
5. Envelope “A” Eligibility Requirements (Section-I) 8 - 25
6. Envelope “B” (Section- A, B & C) 26
7. General Information & Guidelines (Section A) 27 - 30
8. Terms & Conditions (Section B) 31 - 55
9. Scope of Work, Technical & Qualitative Requirements 56 - 64
(Section- C)
10. Format for Submission of “Eligibility Requirements and 65 - 66
Undertaking” (Annexure-I)
11. Performa for EMD-Bank Guarantee (Annexure-II) 67 - 68
12. Format for Power of Attorney (Annexure-III) 69
13. PQ Checklist (Annexure –IV) 70 - 73
14. Performa for Undertaking (Annexure-V) 74

15. Pre-Contract Integrity Pact (Annexure-VI) 75 - 81


16. Unpriced Bill of Material (Annexure-VII) 82
17. Envelope “C” 83
18. Instructions for Filling Price Schedule On CPP Portal 84
19. Price Bid (Annexure VIII) 85 - 86
20. Ultimate User Consignee (Annexure-IX) 87
21. Declaration regarding OEM or AR/IA (Annexure-X) 88
22. Performance Security Bank Guarantee Bond (Annexure-XI) 89 - 90
23. Technical Demo – Non-Linear Junction Detector (NLJD) 91- 94
Test Procedure (Annexure-XII)
24. Undertaking (Annexure-XIII) 95
25. Performa for Submitting Details of Foreign Nationals 96
attending the Technical Demo (Annexure-XIV)
26. Make in India policy (Annexure-XV) 97 - 103
27. Purchase preference policy- Make in India (Annexure-XVI) 104 - 109
28. General E-PROCUREMENT Tender Guidelines 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
Important Notes for bidders:

All queries by bidders may be referred to AAI through Central Public Procurement Portal (URL
https://etenders.gov.in/eprocure/app) only using CPP portal under reference, before due date
and time for receipt of queries by AAI. The queries submitted to AAI by means other than
the CPP portal will not be replied.

1. Any queries received after the stipulated “last date of receipt of queries by AAI” will not be
considered for reply.
2. Bidders shall quote only prices in the prescribed BOQ format (which is in excel format) on
CPP portal.
3. Calculation of Net Cost to AAI shall be done by AAI only.
4. Hard copy may be sought by AAI offline for verification/clarification, after opening of the e-bid
response on CPP portal (e-Procurement) at https://etenders.gov.in/eprocure/app. Hard
copies of the EMD shall be submitted positively for confirmation by AAI.
5. For any difference/discrepancies between hard and uploaded e-bid responses on CPP portal,
then the copy available to AAI through CPP portal only shall be taken into cognizance not the
hard copy.

6. The bidders are required to submit soft copies of their bids electronically on the CPP Portal,
using valid Digital Signature Certificates. The instructions given below are meant to assist the
bidders in registering on the CPP Portal, prepare their bids in accordance with the
requirements and submitting their bids online on the CPP Portal. More information useful for
submitting online bids on the CPP Portal may be obtained at
https://etenders.gov.in/eprocure/app

7. REGISTRATION

a. Bidders are required to enroll on the e-Procurement module of the Central Public Procurement
Portal (URL https://etenders.gov.in/eprocure/app ) by clicking on the link “Click here to Enroll”
on the CPP Portal Enrolment which is free of charge.

b. As part of the enrolment process, the bidders will be required to choose a unique username and
assign a password for their accounts.

c. Bidders are advised to register their valid email address and mobile numbers as part of the
registration process. These would be used for any communication from the CPP Portal.

d. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate
(Class II or Class III Certificates with signing key usage) issued by any Certifying Authority
recognized by CCA India (e.g. Sify/TCS/ nCode/ eMudra etc.) with their profile.

e. Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.

f. Bidder then logs in to the site through the secured log-in by entering their user ID/ password and
the password of the DSC/e- Token.

8. SEARCHING FOR TENDER DOCUMENT

a) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include organization name, location,
date value, etc. There is also an option of advanced search for tenders, wherein the bidders
may combine a number of search parameters such as organization name, form of contract,
location, date, other keywords etc. to search for a tender published on the CPP Portal.
b) Once the bidders have selected the tenders they are interested in, they may download the
required documents/tender schedules. These tenders can be moved to the respective ’My

Page 2 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
Tenders folder. This would enable the CPP Portal to intimate the bidders through SMS/e-mail in
case there is any corrigendum issued to the tender document.

c) The bidders should make a note of the unique Tender ID assigned to each tender, in case they
want to obtain any clarification/help from the Helpdesk.

9. PREPARATION OF BIDS

a) Bidder should take into account any corrigendum published on the tender document before
submitting their bids. Please go through the tender advertisement and the tender document
carefully to understand the documents required to be submitted as part of the bid. Please note
the number of covers in which the bid documents have to be submitted, the number of
documents – including the names and content of each of the document that need to be
submitted.

b) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document/schedule and generally, they can be in PDF/SLS/RAR/DWF formats. Bid
documents may be preferably scanned with 100 dpi with black and white option.

c) To avoid the time and effort required in uploading the same set of standard documents which
are required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to
the bidders. Bidders can use “My Space” area available to them to upload such documents.
Those documents may be directly submitted from the “My Space” area while submitting a bid,
and need not to be uploaded again and again. This will lead to a reduction in the time required
for bid submission process.

10. SUBMISSION OF BIDS


a) Bidders should log into the site well in advance for bid submission so that he/she upload the bid
in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to
other issues.

b) The bidder has to digitally sign and upload the required bid documents one by one as indicated
in the tender document.

c) Bidder has to select the payment option as “offline” to pay the Tender Fee & EMD as applicable
and enter details of instrument. The bidder shall submit a non-refundable tender fee in the form
of Bank Demand Draft from nationalized /Schedule Bank under Reserve Bank of India (RBI)
Schedule, having a branch in India, in a sealed envelope in favor of Airports Authority of
India, payable at New Delhi. The original should be posted/courier/given in person to the
concerned official, so as to reach latest by last date and time of bid submission.

d) Bidder should prepare the EMD as per the instructions specified in the tender document. The
original should be posted/courier/given in person to the concerned official, so as to reach latest
by last date and time of bid submission. The details of the DD/Bank Guarantee, physically sent,
should tally with the details available in the scanned copy and the data entered during bid
submission time otherwise the tender will be summarily rejected.

e) The tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the
difficulties faced during the submission of bids online by the bidders. The bidder should see that
the bid documents submitted should be free from virus and if the documents could not be
opened, due to virus, during tender opening, the bid is liable to be rejected.

f) Bidders are required to note that they should necessarily submit their financial bids in
the format provided and no other format is acceptable. The price bid has been given as a
standard BoQ format (BoQ_xxxx.xls) with the tender document, then the same is to be
downloaded and to be filled by all the bidders. Bidders are required to download the
BoQ file, open it and complete the green colored (unprotected) cells with their respective

Page 3 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
financial quotes and other details (such as name of the bidder). No other cells should be
changed. Once the details have been completed, the bidder should save it and submit it
online, without changing the filename. If the BoQ file is found to be modified by the
bidder, the bid will be rejected.

g) The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders, opening
of bids etc. The bidders should follow this time during bid submission. The bidders are
requested to submit the bids through online e-tendering system to the TIA well before the bid
submission end date & time (as per Server System Clock).

h) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained
using the secured Socket Layer 128 bit encryption technology. Data storage encryption of
sensitive fields is done.

i) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.

j) Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date & time of
submission of the bid with all other relevant details.

k) The bid summary has to be printed and kept as an acknowledgement of the submission of the
bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

11. ASSISTANCE TO BIDDERS

a) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the General Manager (Airports Systems), Airports Authority of India,
CHQ, Directorate of Airport Systems, Safdarjung Airport, New Delhi - 110 003, Tele Fax: +91-
11-2469 7343.

b) Any queries relating to the process of online bid submission or queries relating to CPP Portal in
general may be directed to the 24x7 CPP Portal Helpdesk. For any Technical queries related to
Operation of Central Public Procurement Portal, contact at : Mobile Numbers: 91 7878007972,
91 78788007073, 91 7574889871, 91 7574889874, 91 8826246593, Tel: The 24x7 Toll Free
Help Desk Number 1800 3070 2232 , Other Tel: 0120-4200462, E-mail : cppp-nic@nic.in. For
AAI in house support, the team shall be available on help desk numbers Exchange numbers-
011-24642950/24632950 extension numbers 3512 between 0800-2000Hrs. (Except Sundays
and gazetted holidays)

c) In case of any issues faced, the escalation matrix is as mentioned below:

SL. Support Persons Escalation E-Mail Address Contact Timings*


No Matrix Numbers
1. Help Desk Team Instant eprochelp@aai.aero 011- 0800-2000Hrs.
Support 24632950, (MON - SAT)
Ext-3512
(Six Lines)
2. Sanjeev Kumar, After 4 Hours etendersupport@aai.aero 011- 0930-1800 Hrs.
Mgr (IT) of Issue or 24632950, (MON-FRI)
sanjeevkumar@aai.aero Ext-3523
3. Sh. Prabhakar After 12 prabhakar@aai.aero 011- 0930-1800Hrs.
Bajpai Hours 24629344 (MON-FRI)
Jt.GM(IT)

Page 4 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
4. General After 03 Days gmitchq@aai.aero 011- 0930-1800Hrs.
Manager(IT) 24657900 (MON-FRI)

*The Helpdesk services shall remain closed on all Govt. Gazetted Holidays.

d) The above mentioned help desk numbers are intended only for queries related to the issues on
e-procurement portal and help needed on the operation of the portal. For queries related to the
tenders published on the portal, bidders are advised to contact concerned

12. Reverse Auction

1. Reverse Auction will be conducted with techno commercially acceptable vendors/ tenderers.

2. In case of submission of erroneous OR incorrect financial bid (BOQ) which led to the rejection
of the bid, total bid submitted by the vendor / tenderer, will be summarily rejected even if the
vendor / tenderer participated in reverse auction.

3. Reverse action process shall be conducted as per guidelines available & through
e-Procurement Portal at https://etenders.gov.in/eprocure/app.

Page 5 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

Important Milestones Dates:

S. # Activity Date
1. Date & Time of Publishing of E-Tender on CPP portal 24.10.2018 at 1500 hours
2 Document download/Sale start Date & Time 24.10.2018 at 1500 hours
3. Bid Submission start Date & Time 24.10.2018 at 1500 hours
4. Seek Clarification start Date & Time 24.10.2018 at 1500 hours
5. Seek Clarification end Date & Time 29.10.2018 at 1500 hours
6. Reply to Clarification by AAI 31.10.2018 at 1500 hours
Last Date of sale / Bid response Submission end Date 28.11.2018 at 15:00 hours
7.
& Time
8. Date of Opening of Eligibility Bid 29.11.2018 at 15:30 hours

Page 6 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

NOTICE INVITING TENDER (PRESS NOTIFICATION)

AIRPORTS AUTHORITY OF INDIA


Notice Inviting Tender (GLOBAL)

e- Procurement - Online Reverse Auction

Tenders are invited by Executive Director (CNS-P)-I on behalf of Chairman, Airports


Authority of India (AAI), Rajiv Gandhi Bhawan, Safdarjung Airport, New Delhi –
110003, from eligible bidders for:

Name of work: Supply of 39 Numbers of Non-Linear Junction Detector


(NLJD) with 03 years onsite Warranty with spares.

Tender No.: (AS) - 14/2018-19 Tender ID: 2018_AAI_16277_1

Estimated Cost: INR 5,49,12,000.00 / USD 742,857.00

For further details like tender, corrigendum/addendum and registration please visit
CPP portal at Website: https://etenders.gov.in/eprocure/app

E-mail: gmas@aai.aero; edcnspchqnad@aai.aero; Tele-Fax: +91-11-24651120

Executive Director (CNS-P)-I

Page 7 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

ENVELOPE “A”

SECTION – I

ELIGIBILITY REQUIREMENTS

Page 8 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
SECTION I: ELIGIBILITY REQUIREMENTS

Item rate tenders are invited from eligible bidders by Executive Director (CNS-P)-I on behalf of
Chairman, Airports Authority of India (AAI) for the works as detailed below:

1. Name of work: SUPPLY OF 39 NUMBERS OF NON-LINEAR


JUNCTION DETECTOR (NLJD) WITH 03 YEARS
ONSITE WARRANTY WITH SPARES.

2. Estimated Cost: INR. 5,49,12,000.00 OR


USD 742,857.00 only

3. Earnest Money Deposit (EMD): INR 10,98,240.00 OR


USD 14,857.00 only.
(Exchange rate of US Dollar = INR 73.92 as on 08.10.2018)

4. Tender documents shall be obtained from Airports Authority of India through Central Public
Procurement Portal (URL https://etenders.gov.in/eprocure/app) only, Bidders are required to
enrol on the e-Procurement module of the Central Public Procurement Portal (URL:
https://etenders.gov.in) by using valid Digital Signature Certificates.

5. Bidders, who have positive intent to participate, can create a bid response only through CPP
Portal, after offline payment of non-refundable Tender Fee. Tender Fee shall be paid through
Demand Draft issued by a Nationalized/Schedule Bank (as per RBI Schedule) payable to
Airports Authority of India, Payable at New Delhi. Duly complete e-bid response shall be
submitted on the CPP Portal only, along with the scanned copy of Tender Fee and EMD. Any
amendment or corrigendum to the tender document shall be posted only on CPP portal
(e-Procurement) URL (https://etenders.gov.in/eprocure/app).

6. Bidders are requested to go through “Guidelines to bidders”, “Self-help files” & “FAQ’s &
system setting” links available on the Login Page of the CPP portal for guidelines, procedures
& system requirements. In case of any technical difficulty, bidders may contact on the help
desk numbers & email ids provided under tab “Contact us/Helpdesk Support Contact details”
on the portal.

7. The Tender Fee shall be (inclusive of GST) of Rs.11,800.00 or USD 160.00 and shall be non-
refundable. Bidders shall be allowed to register, login to AAI's e-Procurement portal, and down
load tender document, free of cost. Tender fee shall be paid to AAI off-line after registration.
Tender Fee shall be paid through Demand Draft issued by a Nationalized/ Schedule Bank (as
per RBI Schedule) payable to Airports Authority of India, Payable at New Delhi. The original
Demand Draft should be posted/courier/given in person to the concerned official, so as to
reach latest by last date and time of bid submission.

8. ELIGIBILITY CRITERIA DETAILS

8.1. The bidder firm shall be Original Equipment Manufacturer (OEM) of offered Non-
Linear Junction Detector (NLJD) or its Authorized Representative (AR)/Indian
Agent (IA).

8.1.1. If Authorized Representative (AR)/Indian Agent (IA) purchase bid documents and submit
the bid response in its own name, then following criteria shall be followed for eligibility:

a. In respect of past experience criteria, the experience of the Original Equipment


Manufacturer (OEM) or the Indian Agent (IA) or Authorized Representative (AR) firm
shall be considered.
b. In respect of financial criteria, the credential of the bidder firm only shall be

Page 9 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
considered.

8.2. ANNUALIZED AVERAGE FINANCIAL TURNOVER

The bidder firm shall have Annualized Average Financial Turnover of at least
INR 1,64,73,600.00 or USD 222,858.00 or equivalent during last three financial years,
ending 31st March or 31st December of previous year as per practice prevailing in the
country of the firm. As a proof of financial turnover for the last THREE YEARS, a
certificate from Chartered Accountant shall be submitted by bidder. Copy of abridged
Balance Sheet along with Profit & Loss account of the firm (bidder) for last THREE
YEARS shall also be submitted.

8.3. EXPERIENCE

The bidder shall have successfully executed orders conforming to any one of a1 to a4
listed below, for Supply of Non-Linear Junction Detector (NLJD) during last SEVEN
YEARS. The bidder shall submit copies of relevant purchase orders in proof of
experience of works claimed by him under this Para.

Value Criteria (a1 to a3) or Quantity Criteria (a4)


a1) One order of value more than or equivalent to INR 4,39,29,600.00 Crore or
USD 594,286.00
Or
a2) Two orders each of value more than or equivalent to INR 2,74,56,000.00 Crore or
USD 371,429.00
Or
a3) Three orders each of value more than or equivalent to INR 2,19,64,800.00 Crore
or USD 297,143.00
Or
a4) Minimum 10 % quantity of total tendered quantity i.e. Qty. 04 Nos. of Non-
Linear Junction Detector (NLJD) System must have been supplied through a
single order during last 7 years.

8.3.1. For all those bidders/contractors submitting experience certificate issued by Private
Organizations and not by Govt./Semi Govt./PSU, the bidder is required to submit
TDS Certificate for the cost of work done.

8.4. PERFORMANCE/EXPERIENCE CERTIFICATE

8.4.1. Bidder shall submit Performance/Experience Certificate in respect of the works


claimed against experience as mentioned under Para 8.3. These certificates may be duly
attested and issued by the end-user agencies for whom the works have been carried
out and shall be endorsed by the bidder, clearly indicating the following:
a) Name & scope of work
b) Date & No. of contract/order
c) Contract value/quantity
d) Date of completion of work
e) Contact Details like Postal Address, Email, Phone No., Fax No.
f) Certificate that the supplied & installed systems have performed satisfactorily after
commissioning.

8.4.2. In case bidder finds difficulty in getting the past performance certificate from the End User
due to Non-Disclosure Agreement or any similar difficulty/ clauses, the bidder can request
AAI to send a direct request to the end user agency for submission of Performance
Certificate. However, in such cases, the bidder is only responsible for requirement of any

Page 10 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
follow up action for obtaining the certificate and AAI is no way responsible.

8.4.3. Under such circumstances, if the bidder fails to get the Performance certificate from end
user, his tender offer is liable to be rejected.

8.5. MAINTENANCE SET-UP IN INDIA

Bidder firm shall have its maintenance setup in India. Bidder Firm shall submit Postal
Address, Fax & Telephone numbers of their maintenance set-up functional in India.

Alternatively, firm shall submit an undertaking that the bidding firm shall establish its own
maintenance set-up in India at least within THIRTY days of the SAT at first site, and it shall
be functional for the duration of lifetime of the equipment (estimated to be SEVEN
YEARS).

9. ELIGIBILITY DETAILS AND UNDERTAKINGS

9.1. If an Authorized Representative (AR) or Indian Agent (IA) purchase bid documents and
submit the bid response in its own name, then credential towards eligibility criteria for
Pre-Qualification shall be as per Clause 8.1.1 above, for evaluation.

9.2. In case of OEM firm, proof of being Original Equipment Manufacturer (OEM) for the offered
Non-Linear Junction Detector (NLJD) shall be submitted. OEM firm shall also submit an
undertaking (Annexure-X) that the offered product(s) are not declared obsolete or end-of-
life by OEM, and shall undertake to provide spares, sales, service and software support, in
India for the life-time of the equipment i.e. estimated to be SEVEN years.

9.3. OEM Authorized Representative (AR) or Indian Agent (IA) firm, shall submit current
authorization from OEM (Annexure- X) authorizing the bidder as its representative for the
product(s) offered in the tender shall be submitted along with authorization for its
product(s), spares, sales, service and software support, in India for the life-time of the
equipment i.e. estimated to be SEVEN years. AR/IA firm shall also submit proof of being
OEM from their respective OEM.

9.4. Bidder firm(s) shall submit an undertaking (As per Performa at Annexure- V) stating:

i) Bidder firm, or its Partners or its Directors have not been blacklisted or any case is
pending or any complaint regarding irregularities is pending, in India or abroad, by any
global international body like World Bank/International Monetary Fund/World Health
Organization, etc. or any Indian State/Central Governments Departments or Public
Sector Undertaking of India. Bidder firm(s) not meeting this criterion may not apply. At
any stage of evaluation, if it is found that bidder firm has given wrong or misleading
information, then bid of such bidder firm(s) shall not be evaluated further and shall be
liable for rejection. In such cases, the corresponding bidder firm’s EMD shall be
forfeited and the bidding firm shall be blacklisted for a period of FIVE YEARS in AAI.

ii) Bidder firm and its authorized Partner firm shall jointly possess the required tools,
plants, skilled manpower, etc. required for execution of the subject scope of work in the
tender at site.

iii) Bidder firm shall not sublet or outsource any part of the scope of work to any third party
without written consent from AAI. The requisite consent of AAI, in this regard, may be
taken by the successful bidder after award of work and before commencement of work.

iv) The complete responsibility to carry out works as per the scope of tender and
completion of the work shall be of the bidder firm only.

v) No bidder firm or its subsidiary firm or its parent firm shall be allowed to submit
alternate or partial bids.

9.5. The tender for the offered system cannot be submitted both by the OEM and its authorized

Page 11 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
representative. In such case, the application of OEM alone will be considered and the tender
of the authorized representative will be rejected.

9.6. The bidder as authorized representative can participate on behalf of only one OEM.

9.7. The offered equipment/items must be manufactured by the OEM firm at a manufacturing
facility having valid ISO Certification. The ISO certificates in respect of OEM manufacturing
facility for the offered product(s) shall be uploaded along with the Envelop B - Technical Bid.

9.8. The date of Publishing of NIT in press shall be taken as reference for the evaluation of this
tender and for assessing the eligibility, technical & financial criteria.

9.9. The bidder as OEM or OEM Authorized Representative (AR)/Indian Agent (IA) can
participate in the tender for all full quantities of scope of work.

9.10. The bidder firms who have qualified the eligibility criteria shall only be considered for opening
of Technical and/or Commercial Bid.

9.11. Foreign/Principal OEM/OIM firms shall enclose all details of their Indian
Partners/Firms/Representatives along with Irrevocable Letter of Representation valid up
to the concurrency of present tender/contract.

9.12. The bidder firm (applicable in case of foreign registered firms having permanent
establishment (PE) in India and Indian registered bidder firms only) shall have valid PAN,
GST Registration in respect of bidder firm and shall submit same with the Pre-Qualification
bid in Envelope A.

9.13. The bid response shall be submitted in the name of the firm, in whose name bid documents
has been purchased.

9.14. Tender Documents and submittals shall be signed only by the bidder Firm’s
Authorized Signatory & not by any representative.

9.15. Bidder Firm(s) shall submit complete contact details (Name, Designation, Postal address,
Telephone, Fax, Email) of the authorised signatory along with Power of Attorney
(Annexure-III) on a NON-JUDICIAL STAMP PAPER of Rs. 100/- signed by Authorised
Director(s) of Firm, so that AAI can refer its queries and receive authorised replies from the
authorised signatory. No replies/queries from other than the Authorised signatory shall be
accepted/considered by AAI.

9.16. At any stage of evaluation of tender by AAI, if it is found that the firms in competition has
formed a cartel or consortium to mislead AAI, then such bids shall be summarily rejected
without assigning any reason to bidder firms. Such firms shall be dealt by AAI according to
other provisions of the tender.

10. EARNEST MONEY DEPOSIT (EMD): Each tender shall accompany the EARNEST MONEY
DEPOSIT (EMD) in the following form:

EMD of the value of INR 10,98,240.00 OR USD 14,857.00 shall be accepted in the form of
Demand Draft or in the form of Bank Guarantee (BG), as per Proforma (Annexure-II) from a
Nationalized/Schedule Bank (As per RBI Schedule). For the earnest money deposit (EMD)
submitted through Bank Guarantee (BG) of value stipulated in the Notice Inviting Tenders a
scanned copy shall be submitted in Packet-1: Fee Bid Folder on the e-tendering portal. The
original should be posted/courier/given in person to the concerned official/Bid Manager,
GM (Airport Systems), AAI, Hanger Building, Safdarjung Airport, New Delhi-110 003), so as
to reach latest by last date and time of bid submission. Vendors shall also note that they are
not required to contact any AAI employee or submit any documentary evidence of
submission of EMD to any AAI employee during the process of the tender. In no scenario the

Page 12 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
vendors are required to submit/contact any AAI employee for physical submission of any
documents before opening of the bids. The tenders of the bidders who fail to submit the
original BG towards EMD before the stipulated time shall be rejected outright. In case, a
tenderer is eligible for exemption from payment of EMD, documentary proof to this effect
must be enclosed.
OR
Authorized Partners/representatives in India of foreign bidder firm can also submit EMD in
Indian Rupees on behalf of their Foreign Principal Bidders only.

10.1. EMD BANK GUARANTEE

10.1.1. For the Earnest Money Deposit (EMD) submitted through Bank Guarantee (BG) of value
as stipulated in the Notice Inviting Tender, a scanned copy shall be submitted in “PQQ
Folder” on the CPP portal. In this scenario, the original BG is required to be submitted to
the Bid Manager (Address –O/o Executive Director (CNS-P)-I, AAI, CHQ, Hanger
Building, Safdarjung Airport, New Delhi 110003) within 48 hours (Two working days) of
opening of the Bid (First Envelop for 2 or 3 bid system).

10.1.2. The tenders of the bidders who fail to submit the original BG towards EMD before the
stipulated time shall be rejected outright.

10.1.3. EMD Bank Guarantee (EMD BG) shall be valid for a period of Six Months from the
notified date of opening of the tender without any conditions by the bidder.

10.1.4. In case of any extension of tender opening date, bidder shall arrange to extend validity of
such EMD Bank Guarantee, suitably, within two weeks, at no cost to AAI.

10.1.5. Bidder shall provide name, designation address, Fax & phone of the bank issuing BG for
confirmation purpose.

10.1.6. Bidder firm shall not change or alter or modify, in any way, the language/ contents of
Annexure-I (Performa for submitting Eligibility requirements and Undertaking) &
Annexure-II (EMD Bank Guarantee).

10.1.7. Any bid submitted with changed or altered or modified language/contents of the said
Annexure-I & II, then the Bid of the firm shall be liable for rejection.

10.1.8. No interest or any other expenses, whatsoever, shall be payable by AAI on the EMD in
any manner.

10.1.9. EMD exemption:

In case, a tenderer is eligible for exemption from payment of EMD, documentary proof to
this effect must be enclosed with the document of Eligibility Cum Technical bid.

10.1.10. Refund of EMD:

The refund of EMD to bidders who fail to qualify the eligibility/technical stage shall be
intimated within seven days of their rejection. For all bidders who qualify and their
financial bids are opened, the refund of EMD of all venders except L1 shall be processed
within seven days of opening of the financial bid.

10.1.11. If due to some reason AAI cancels this tender, then EMD of all bidders without any
interest shall be returned back.

NOTE: EMD in the form of Cash or any other form shall not be accepted. “EMD
Bank Guarantee” shall be from a Nationalized/Scheduled Bank (as per RBI Schedule but
not cooperative bank) having office in India, in the Prescribed Performa as per
Annexure-II.

Page 13 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
11. 0 Micro & Small Enterprises (MSEs) & Bidders registered with NSIC

11.1 For Bidders registered as Micro & Small Enterprises (MSEs)

11.1.1 Exemption from paying Tender fees & Earnest Money Deposit.

Micro and Small Enterprises (MSEs) – registered with District Industries Centres or Khadi and
Village Industries Commission or Khadi and Village Industries Board or Coir Board or National
small Industries Corporation or Directorate of Handicraft and Handloom or any other body
specified by the Ministry of Micro, Small and Medium Enterprises as MSMED Act, 2006 , for
goods produced and services rendered – shall be issued Tender Documents free of cost and
shall be exempted from paying Earnest Money Deposit (EMD).

Note:

(A) The benefit as above to MSEs shall be available only for goods/services produced and
provided by MSEs for which they are registered.
(B) MSEs seeking exemption and benefits should enclose an attested/self-certified copy of
valid Registration Certificate, giving details of such validity, stores/services etc., failing which
they run the risk of their bid being passed over as ineligible for the benefits applicable
to MSEs.

11.2 Bidders registered with NSIC:

11.2.1 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.

11.2.2 In case a tenderer is eligible for any concession/exemption under this clause, documentary
proof to this effect must be enclosed. It may be noted that submission, if any, of
reference(s) of Govt. notification(s) pertaining to concessions/exemptions must be
supported by copy(s) of such notification(s) duly certified by the department(s) issuing such
notification(s) to the effect that the same is/are current.

11.3 The following procedure is adopted for the bidders registered with NSIC:

11.3.1 Bidder shall download the tender.

11.3.2 In case a tenderer is eligible for any concession/exemption under registration with NSIC,
documentary proof to this effect must be enclosed. During bid evaluation, EMD
exemption shall be granted to the NSIC registered firm if found eligible. Scanned copy of
valid NSIC certificate along with scanned copy of Govt. notification(s) pertaining to
concessions/exemptions shall be submitted by the firm for claiming exemption of paying
EMD.

11.3.3 In case NSIC registration certificate is found invalid during evaluation, the bid of such
bidder shall be rejected and tender fee shall not be refunded.

12 Purchase preference to Central Public Sector Undertaking shall be applicable as per the
directives of Govt. of India prevalent on the date of acceptance.

13 Purchase Preference Under the Policy of Government of India – Public


Procurement (Preference to Make in India), Order 2017 dated 15.06.2017:

13.1 Purchase preference policy (linked with Local Content) (PP-LC) Public Procurement
(Preference to Make in India), Order 2017 notified vide letter No. P-4502/2/2017-B.E.-II
dated 15th June 2017 of Government of India, Ministry of Commerce and Industry,
Department of Industrial Policy and Promotion, Udyog Bhawan, New Delhi attached as
Annexure-XVI shall be applicable in this tender. Bidders seeking benefits, under
Purchase Preference Policy (linked with Local Content) (PP-LC) shall have to comply
Page 14 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
with all the provisions specified in the Policy and Annexure- XV, attached and shall have
to submit all undertakings/documents applicable for this policy.

13.2 JOINT VENTURES: With reference to Annexure-XVI, Public Procurement (Preference


to Make in India), Order 2017 dated 15.06.2017 Para “Whereas local content can be
increased through partnerships, cooperation with local companies, establishing
production units in India or Joint Ventures (JV) with Indian suppliers, increasing the
participation of local employees in service and training them”, the following conditions
shall also be followed:

13.2.1 Consortium of firms should not comprise more than two firms.
13.2.2 Joint venture firm as a single unit or each member of consortium should have Permanent
Account Number (PAN).
13.2.3 A detailed and valid agreement exists between the consortium members defining clearly
role, responsibility and scope of work of each member along with nomination of leader for
the purpose of work under consideration commensurate with their experiences and
capabilities and a confirmation that the members of the consortium assume joint and
several responsibilities. It shall be mandatory for lead partner to attend all progress review
meetings and shall be answerable to all issues relating to the project.
13.2.4 The leader of the consortium of firm shall meet 80% of the qualification criteria of NIT and
shall accept overall responsibilities of contractual obligations for the total scope of work
during execution and up to defects liability period. Second partner of the consortium shall
meet 40% of the Pre-Qualification Criteria (PQC).

13.3 With reference to Para 13-Manufacture under license / technology collaboration agreement
with phased indigenization, Public Procurement (Preference to Make in India), Order
2017 dated 15.06.2017 (attached as Annexure-XVI)- In case of participation under
technology collaboration agreement / transfer of technology agreement for indigenous
manufacture of the item, following additional documents/details shall be submitted. The
conditions as mentioned in Para 13.2 - Joint Ventures shall not be compulsory, if bidder,
having intellectual property rights, participates under this clause.
a) Self-attested copy of technology collaboration agreement/transfer of technology
agreement.
b) Self-attested copy of certificate for intellectual property rights held by foreign
manufacturer.
c) Name and address, contact numbers, email Ids

14 All queries by bidders may be referred to AAI through CPP portal only through “Seek
Clarification” menu. The queries submitted to AAI by any means other than CPP portal
will not be replied.

15 Any queries received by AAI after the stipulated “last date of receipt of queries” will not
be considered for reply.

16 Bidders, who have positive intent to participate, can create a bid response only through
CPP portal, after offline payment of non-refundable tender fee. Duly complete e-bid
response shall be submitted on the CPP portal only along with the copy of EMD.

17 All submissions by bidder firm on CPP portal shall be in English language and
documents shall be digitally signed using appropriate class of digital certificate issued by
Indian Digital Certificate issuing authority.

18 Any amendment or corrigendum to the tender document shall be posted only on


CPP portal. It is the bidders’ responsibility to check for any amendment/corrigendum on
the Central Public Procurement website or check for the same from the tender issuing
authority before submitting their duly completed bids.

Page 15 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
19 COMPULSARY COMPLIANCE CONFORMATIONS BY ALL PARTICIPATING
BIDDERS

19.1 The instructions given in the tender document are binding on the bidder and submission
of the tender shall imply unconditional acceptance of all the items & conditions by the
bidder.

19.2 Each and every page of submitted tender document including documentation shall be
serially numbered & indexed. Bidders shall enclose relevant documents in their bid
document to support their claims of experience/eligibility/compliance meeting criteria
mentioned under different clauses of the tender.

19.3 In case of false information submitted by any bidder in support of experience,


performance certificate, financial turnover, etc., then the bidder’s tender shall be rejected
and EMD shall be forfeited.

19.4 Bidders not submitting/offering their offered equipment against this tender on AAI
request, for the tests by AAI within stipulated time shall be considered
non-compliant/non-responsive. Such bidders are liable to be technically disqualified by
AAI and commercial bids of such bidders shall not be considered by AAI for opening.

19.5 AAI shall be the sole judge in the matter of short listing of bidders at all stages of the
tender and the decision of AAI shall be final and binding on the bidders.

20 LANGUAGE

20.1 The language of all submissions shall be in English.

20.2 Certified English translation must be submitted along with the documents, which are not
in English language.

21 ADDRESS FOR CORRESPONDENCE

All completed tender documents and enquiries regarding clarification/ interpretation in


connection with this tender by authorised signatory shall be addressed to:

Executive Director (CNS-P)-I


Airports Authority of India CHQ
Directorate of Airport Systems
Safdarjung Airport, New Delhi - 110 003
Tele Fax: +91-11-2469 7343
E-mail: edcnspchqnad@aai.aero;

22 TENDERING PROCEDURE

22.1 Bid response complete in all respects as per tender shall be uploaded and submitted as
per CPP portal, latest by 27.11.2018 up to 15:00 IST. AAI shall not be responsible in any
form for any loss of document or incorrect uploading/submission of tenders on CPP
Portal. (For training on use of CPP portal, bidder shall contact AAI IT Department.)

22.2 Bid responses uploaded and submitted on CPP portal as per instructions on CPP portal
and available for opening at the schedule time of opening shall only be considered for
opening by AAI on 28.11.2018 at 15:30 IST ONLINE only, in the O/o Executive Director
(CNS-P)-I, AAI CHQ, IT Building, Safdarjung Airport, New Delhi– 110 003 by the duly
constituted committee.

22.3 If required, Hard copies of ENVELOPE A response, uploaded by bidders on AAI


CPP portal may be asked by AAI from bidders, as clarifications/ confirmation of contents.

Page 16 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
22.4 Airports Authority of India (AAI) reserves the right to reject any or all the tenders or part
thereof without assigning any reason there-of, and to call for any other details or
information from any of the bidder.

22.5 AAI shall not be responsible for delay/loss/non-receipt of CPP bid response or for loss of
contents submitted on CPP portal.

22.6 Bidder’s E-bid response documents on CPP Portal once opened on CPP Portal is final.
No amendment in any portion of the bid is permitted / possible through CPP Portal, after
opening of the 1st stage of e-bid responses, on CPP Portal by AAI.

22.7 One bidder firm shall submit only one e-bid solution response on AAI CPP portal.

22.8 The e-tender documents response shall consist of THREE Envelopes: Envelope “A”
– Tender Fee & EMD, Undertakings and Pre-Qualification documents, Envelope
“B” - Technical Bid only and Envelope “C” - Financial Bid only.

22.9 The Fee/Pre-Qualification Bid Documents (each page numbered and along with an
index page) to be uploaded in “Envelope A” of e-bid response are listed as under:
Sl. # Pre-Qualification Bid Documents Upload File (PDF) named
as
A. Index Page A00_Index.pdf
01. Undertaking of unconditional acceptance, as A01_Undertaking_1.pdf
per Annexure-I
02. Tender Fee A02_Tenderfee
Earnest Money Deposit (EMD) Bank Guarantee
in the form Demand Draft or in the form of Bank A02_EMD.pdf
Guarantee (BG), as per Proforma (Annexure-II)
from a Nationalized/ Schedule Bank (As per RBI A02_MSME_NSIC
Schedule).

Copy of MSE/NSIC Certificate if exemption is


claimed towards payment of Tender Fee or EMD
03. Power of Attorney in respect of the Authorized A03_POA.pdf
Signatory, as per Annexure-III
04. Duly filled and signed PQ Bid Checklist as per A04_PQ_Checklist.pdf
Annexure-IV
05. Undertaking for Para 9.4 – Eligibility details and A05_Undertaking_5.pdf
undertaking, as per Annexure-V
06. Duly signed Integrity Pact as per Annexure-VI A06_Integrity_Pact.pdf
07. Credentials as an Indian or Foreign registered A07A_Company_Cred.pdf
bidder firm [Articles of Memorandum of A07B_GST_PAN.pdf
Association or Partnership Deed or
Proprietorship Deed, Certificate of Company A07C_Ind_Firm_Details.pdf
Registration, GSTIN and PAN]. A07D_Ind_Firm_LOR.pdf
Details of Indian Partners/Firms/
Representatives along with irrevocable Letter
of Representation (LOR) valid up to
concurrency of tender/contract
08. Declaration/Undertaking as per Annexure-X A08_OEM_MAF.pdf
and Proof of being OEM or AR of OEM or IA of
OEM

09. Certificate from Chartered Accountant A09A_Certificate_CA.pdf


certifying financial turnover for the last THREE A09B_ABS_2017
YEARS and Certified copies of Abridged Audited

Page 17 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
Balance Sheets along with Profit & Loss A09C_ABS_2016
Account.
A09D_ABS_2015
10. Copies of relevant purchase orders in proof of A10A_Exp_PO_01.pdf
experience of works claimed by the bidder in A10B_Exp_PO_02.pdf
Para 8.3.
A10C_Exp_PO_03.pdf
11. Performance/Experience certificates duly self- A11A_Certificate.pdf
attested and issued by the end user, as per Para A11B_Certificate.pdf
8.4 above
A11C_Certificate.pdf
12. Unfilled Tender document along with all pre-bid A12A_Tender_Doc.pdf
query replies and corrigendum, after A12B_Corrigendum.pdf
endorsement (signed) by the bidder on each
A12C_PB_Query_Reply.pdf
page or digitally signed using appropriate class
of digital certificate issued by Indian Digital
Certificate issuing authority
13. Details of Maintenance setup in India as per A13_Maint_Setup
Section-I Clause 8.5
13. Any other documents A14_Other_Docs.pdf

22.10 The Technical Bid Documents (each page numbered and along with an index page) to
be uploaded in “Envelope “B” e-bid response are listed as under:
Sl. # Technical Bid Documents Upload file (PDF) named
as
B. Index Page B00_Index.pdf
1. The Declaration/ Compliance Statement (DCS) B01A_DCS_Sec_A.pdf
for Section-A (General Information & guidelines), B01B_DCS_Sec_B.pdf
Section-B (Terms & conditions and Section-C B01C_DCS_Sec_C.pdf
(Technical & Qualitative Requirement), complete
in all respects duly signed and stamped by the
bidding firm’s authorized signatory
2. Technical Compliance statement for Section– B02_Sup_OEM_Docs.pdf
C: ‘Complied’ and ‘Not complied’ shall be given
against each statement and specification of
Operational and Technical requirement and
should be duly substantiated and supported by
appropriate documentation of the
product/item. Additionally, in Section C
(Operational and technical requirements),
tenderer is required to mention
corresponding Page and Para number of the
OEM Documentation/Test Reports enclosed
with the tender, in support of the compliance for
each Para, for verification. Without such
reference the tender may not be considered
for evaluation and is liable to be rejected.
3. Test reports of the offered equipment, if B03_Sup_Test_Repo.pdf
applicable, from Govt. Approved/ internationally
accredited test labs in support of technical
compliance.
4. A complete list of deliverables with Make and B04_List_of_Dlvrbls.pdf
Model Number of offered equipment(s) and
accessories, as per items mentioned in the price
schedule tendered against this bid WITHOUT
INDICATING THE PRICE (ANNEXURE- VII).
5. ISO certificate(s), in respect of the OEM(s) B05_ISO_Certificate.pdf
facility manufacturing the offered product(s).

Page 18 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
6. Details of supplies/installations of offered B06_Details_of_inst.pdf
equipment that have been carried out in the past
three years, clearly stating details of contact
person of the user agencies (name & email etc.)
7. The proof of satisfactory operation of the B07_Pr_Stsftry_Oprn.pdf
offered/similar equipment issued by the end user
agency.
8. One set of hard and soft copy of operation B08A_Oprn_Manual.pdf
manuals and technical documentations of the B08B_Tech_Dcmnts.pdf
offered equipment.
9. An OEM authorization confirming the B09_OEM_Auth_Cmpl.pdf
compliance for functional software, hardware,
technical specifications and terms and conditions
as mentioned in the tender, along with OEM
authorization letter.
10. Any other documents B10_Other_Docs.pdf

22.11 It shall be clearly understood that Technical Bid is only for technical evaluation of
solution offered by bidder firm to AAI as per scope of this tender. No conditional offer
to different sections of this tender shall be submitted to AAI.

22.12 Technical bid shall not contain Price of quote/information; otherwise the technical bid of
such bidding firm shall be technically disqualified.

22.13 ENVELOPE “C” - PRICE BID

22.13.1 Envelope-C “PRICE BID” for items in Annexure-VIII shall be filled/ punched by bidder
firm in electronic form on CPP portal only (HARD COPY OF PRICE BID SHALL NOT
BE SUBMITTED TO AAI).

22.13.2 The pricing schedule indicating itemized cost of equipment, accessories and services
should be in given FORMAT. In case of any missing, discrepancy or vague information
on the above, the bid is liable to be rejected.

22.13.3 The rates shall be in whole numbers and shall be entered in figures on
CPP website.

22.13.4 NO CONDITION, WHATSOEVER, SHOULD BE STIPULATED IN THIS PART.

22.13.5 Non-submission of any of the aforesaid documents or submission of any of the


aforesaid documents in a manner which is in non-conformance with the relevant clause
of the tender document shall result in rejection of tender.

22.13.6 All changes, alterations, corrections in the bid shall be signed in full, with date, by the
person(s) signing the bid. Erasure and or overwriting on correcting fluid are not
permissible.

22.13.7 Tenders, in which any of the particulars and prescribed information are missing or are
incomplete, in any respect and/or prescribed conditions are not fulfilled, shall be
considered non-responsive and are liable to be rejected.

22.13.8 It is the responsibility of every bidder to upload its bid on CPP Portal well in time. If any
bidder is not able to upload its bid on CPP Portal for reasons, whatsoever, AAI will not
be responsible for the same.

23 OPENING OF TENDER DOCUMENT

Page 19 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
23.1 In step 1, “Envelope A” e-bid responses shall be opened online on CPP Portal in
respect of bidders whose bids are positively submitted and available on CPP portal on
the designated date of opening of tender/e-bid response online.
23.2 Envelope A e-bid response in soft copy available on CPP portal along with clarifications,
if any, shall be evaluated by Eligibility Requirements as specified in the tender
(ELIGIBILITY REQUIREMENTS SECTION-I).
23.3 In step 2, Content of Envelope “B” containing Submissions/Compliances against
different Para’s of Section A, B & C shall be checked/verified by AAI along with
clarifications if any submitted by bidders on CPP Portal, against AAI queries. Every
Bidder shall ensure that his offered equipment have complied with the Scope of Works
(SoW), Technical and operational/ functional capabilities as per the requirements given
in SECTION-C (Technical Specifications) of this tender.
23.4 Every bidder shall submit his offered equipment at his own cost for Technical
Demonstration as a part of technical evaluation. AAI appointed committee will witness
technical demonstration tests on the offered equipment by bidders at New Delhi/NCR to
evaluate its operational/ functional capabilities as per requirements of this tender. The
tentative date for conducting technical demo shall be 08.01.2019 to 10.01.2019 and
bidders are advised to be in readiness to offer their equipment for conducting
technical demo from 08.01.2019 to 10.01.2019. Venue of technical demonstration will
be intimated to all bidder companies in due course of time. The technical demonstration
will be for equipment along with all associated items. The Technical Trial Directives of
Non-Linear Junction Detector (NLJD) is enclosed at Annexure–XII. It is the duty of
bidder to test and demonstrate the Non-Linear Junction Detector (NLJD) performance
to the inspectors, ensuring that offered equipment meets the tender specifications. No
bidder shall be given any exemption from technical demonstration due to any earlier trial
conducted in India or abroad. In case the bidder representative/s participating in the
technical demo happens to be a foreign national, then their details must be
submitted in the format as per Annexure-XIV.

23.5 AAI appointed Factory Acceptance Test (FAT) committee shall verify all the specification,
Operational/functional capabilities provided in SECTION-C of this tender (Non-Linear
Junction Detector (NLJD). The bidder has to submit FAT Procedure of the equipment
and associated parts offered, duly certified by OEM and preferably adopted by security
agencies to whom the item has been supplied earlier, so that the technical specifications
of the equipment can be verified/confirmed by AAI. In case at the time of FAT, the
offered equipment fails to meet the technical specification, Operational/functional
capabilities requirements given in SECTION-C of this tender, then the EMD of such
bidders shall be forfeited. In addition, AAI may consider debarring such bidder for a
suitable period not exceeding 03 years.

23.5.1 Bidders meeting/not meeting Tender criteria even after clarifications sought by AAI and
technical demonstration, shall be informed for meeting/not meeting the eligibility or
technical criteria. The EMD of unsuccessful bidders shall be returned and no further
communication regarding progress of this tender shall be made by AAI to such bidders.
They shall not be considered for further participation in the tender.

23.6 In Step 3, Envelope C, Price bid of short-listed vendors in step 1 and 2 shall be opened
on CPP portal (Suitable date shall be informed by AAI in due course to all the bidders
through CPP Portal).

23.6.1 Price Bid opened on CPP portal only shall be evaluated by AAI as per tender conditions.

24. To short-list bidders in step 2, opened e-bids responses of eligible bidders shall be
scrutinised by AAI to ensure whether the same are in conformity with the tender
requirements. Bidder shall provide complete information to substantiate compliance of
the requirements listed in the tender. In case of incomplete compliance statement or
inadequate information, tender shall be finalized on the basis of the information available.

24.1 It shall, therefore, be in the bidders' interest to give complete and comprehensive

Page 20 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
particulars, description and details while submitting their e-bid responses. However, AAI
may seek clarifications on tender requirements or any other information deemed
necessary.

24.2 The queries raised shall be replied positively within the time specified and through
CPP Portal only, failing which the evaluation shall be done on the basis of the
information available.

25 ONLINE REVERSE AUCTION

General Information:

25.1 This E-Tender shall be decided on the basis of online Reverse Auction.

25.2 Reverse Auction will be conducted with techno commercially acceptable vendors/ tenderers.

25.3 In case of submission of erroneous OR incorrect financial bid (BOQ) which led to the
rejection of the bid, total bid submitted by the vendor/tenderer will be summarily rejected
even if the vendor/tenderer participated in reverse auction.

25.4 Reverse action process shall be conducted as per guidelines available & through
e-Procurement Portal at https://etenders.gov.in/eprocure/app.

25.5 Process to be followed:

25.5.1 Reverse Auction will be conducted after financial bid opening on L1 price, where-in only L1
overall price shall be visible to the purchaser. (Vendor details shall not be available at this
stage to any one). If any bidder(s) quoted “Zero” in any of the item(s), such value will
not be considered as L-1 Base price for Reverse Auction in CPP portal and Next
Higher quoted value shall be taken as L-1 base price for Reverse Auction. After
Auction end time, System will generate price comparative chart, which will show the
names and rates of bidders quoted in the tender as well as (L1) rates quoted by
them in the auction.

25.5.2 The L-1 rate arrived in Auction shall be applied for such item(s) for those bidder(s)
who have quoted “Zero” for such item(s) in financial bid and not participated in the
reverse auction.

25.5.3 In case of submission of erroneous or incorrect financial bid which led to the rejection of
the bid, total bid submitted by the vendor/tenderer will be summarily rejected even if the
vendor/tenderer participated in reverse auction after opening of financial bid.

25.5.4 Reverse auction will be conducted online with vendors from their own offices. For Training
on reverse auction, online help shall be available through the CPP Portal.

25.5.5 Reverse auction process will be conducted for a period of one hour where the bidders will
be allowed to reduce the price from the beginning. Thereafter, the price shall be reduced
repeatedly.

25.5.6 In case any bidder submits the price within 5 minutes of closing of reverse auction timing,
the system will automatically extend the reverse auction time to further 15 minutes. All
participant tenderers can reduce the price during this time.

25.5.7 If the above situation repeats, i.e. a bidder submits price reduction in last 5 minutes of
closing of auction, further 15 minutes extension will be automatically allowed.

25.5.8 The number of extensions in RA cannot be restricted. System has the provision to
perform auto extension. When auto extension is selected, elapse time can be configured
to the required period and it extends without restriction of counts.
Page 21 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
25.5.9 System will allow the Bidder to quote between the Limit which is decided by Max Seal
Percentage that has to be defined by the purchaser as X percent (%) at the time of
Auction Creation. The Value should be in the Multiple of Decrement Value mentioned by
AAI. Max Seal Percentage shall be decided by AAI.

25.5.10 Minimum decrement: Minimum decrement shall be the minimum amount a


supplier/vendor have to reduce in order to beat a higher bid. This shall only be in ‘absolute
value’ fixed by AAI and will be available as “Decremental value” in e-auction ‘Basic
Details’ window. This minimum decrement shall be decided by AAI and that can be
defined at the time of auction creation.

25.5.11 After Auction end time, System will generate price comparative chart, which will show the
names and rates of bidders quoted in the tender as well as (L1) rates quoted by them in
the auction.

25.5.12 Detailed guidelines and procedure (with screenshots) is available in the e-Procurement
Portal at https://etenders.gov.in/eprocure/app

26 REJECTION & RETURN OF TENDER

26.1 AAI reserves the right to reject any or all parts of tender without assigning any reason. The
hard copy of bid documents and/or clarifications, if any, sought from bidders will not be
returned back by AAI.

26.2 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.

26.3 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.

26.4 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.

26.5 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.

26.6 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.

26.7 Should a bidder have a relation or relations employed in the capacity of an officer of AAI,
the authority inviting tender shall be informed of the fact along with the offer, failing which
AAI, at its sole discretion shall reject the tender or cancel the contract and forfeit the Earnest
Money Deposit.

26.8 Should a bidder feel that it shall not participate/compete further in the tender, then such
bidders shall communicate to AAI in writing about its intention before opening of Envelope-C
“PRICE BID”. Bids of such bidders shall be rejected by AAI. EMD of such bidders shall be
returned by AAI.

27 DECLARATION OF SHORT-LISTING

27.1 The acceptance of the tender shall be intimated to the successful bidder by AAI through
FAX/letter/telephone/e-mail, etc.
27.2 AAI shall be the sole judge in the matter of short-listing and the decision of AAI shall be

Page 22 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
final and binding.

28 CURRENCY OF QUOTE

28.1 Currency of quote shall be INR/USD only. This tender shall be an item rate tender and
rate quotes of items shall be valid during the concurrency/pendency of the contract
including extension of time limits any granted by AAI.

28.2 In case foreign bidder offers Indian supplies, payment can be made by AAI in Indian
currency to Indian Authorized firm of foreign bidder provided foreign bidder, on affidavit,
undertakes that it shall make no further claims in future to AAI for payments made by AAI
to its authorized Indian firm.

28.3 The rate quoted for all items (Imported and Indigenous) shall be in INR/USD only and
inclusive of all patents, Taxes, Duties, Work Contract Tax, applicable customs duties,
installation, testing & commissioning charges, Freight & Insurance, Inland Transportation,
Incidental Charges, Octroi, Permits, Handling Charges, etc. and shall be quoted in the
relevant row/ column of price Bid format. In case of imported items, the rate quoted shall
be inclusive of all patents, taxes and levies of the country of origin also. Nothing extra to
quoted price shall be paid to any firm on any account. However, for variation in quantities,
the payment shall be made on actual, if it can be evaluated or on pro-rata basis.

28.4 The bidder must deliver all items at site within the time schedule contract period, failing
which any increase in amount due to change in foreign exchange rate /duty/taxes/levies
fluctuation shall be on account of the bidder and the same shall be borne by the bidder.
The rates shall remain same during the pendency of the contract irrespective of any
change in foreign currency rate.

28.5 The bidder shall arrange import license in the name of AAI, if required, to import
equipment/components in the tender with no extra cost to AAI. All items shall be fully
insured by the bidder. The cost of Insurance and Freight shall be paid by the bidder. The
documents in support of dispatch shall be submitted to AAI by the bidder before shipment.
The bidder shall dispatch the goods to consignee i.e. AAI owned ultimate user consignee
site in a fully packed condition as per requirement of component/equipment and fully
insured.

29 PAYMENT BY AAI

29.1 PAYING AUTHORITY: Executive Director (CNS-P)-I


Airports Authority of India
Corporate Headquarters
Directorate of Airport Systems,
Safdarjung Airport, New Delhi-110003

29.2 Payment terms to the contractor will be as per the Clause No. 15 (Payment Terms)
mentioned in “SECTION–B: TERMS & CONDITIONS” of this tender document.

29.3 In addition, the bidder should also comply the following.

29.3.1 This tender shall be an item rate tender and rates shall be valid during the concurrency/
pendency of the contract including extension of time limits any granted by AAI. Currency of
price quote(s) shall be INR/USD only. Bidder shall quote the rates in figures on CPP portal.
The rates quoted in figures shall be in International numerals and whole numbers. The
amount for each item shall be worked out and the all requisite totals given.

29.3.2 Prices quoted by the bidder shall be inclusive of all the taxes and duties applicable in the
country of origin as well as in India. All the overseas taxes, overseas freight & insurance,

Page 23 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
handling charges, inland freight and insurance, all applicable inland taxes in India such as
Custom Duties, Goods & Service Tax, Octroi, Entry Tax, Work Contract Tax, Labour Cess
and any other tax and handling charges, as applicable, shall be included in supply item
rates. NOTHING EXTRA SHALL BE PAID ON ANY ACCOUNT. Custom duties, CVD and
Cess etc. in India for the imported items, shall be paid by AAI as per actuals directly to
respective authorities of Government of India in the form of EPCG/CDEC under served
from India scheme. However, while making payment, necessary adjustment shall be
carried out by AAI.

29.3.3 Since this shall be an indivisible work contract, which includes supply of items as per the
schedule of quantities and their installation, testing and commissioning, the contractor is
responsible for ensuring the items reach the site in good condition. The bidder shall survey
the RAIL/ROAD/SEA ROUTE for transporting the system to respective site. If Road Permit
is required, requisite request shall be made well in advance to ensure timely delivery as
per the terms of contract by the bidder from Ultimate User Consignee site. Charges for
the Road Permit shall be paid by the contractor.

30 Integrity pact programme:

30.1 Signing of Integrity Pact (Annexure-VI) is mandatory for every bidder participating in this
tender and the contractor who is awarded the work. The Pact signed on each page by the
person authorized by bidder/sub-contractor/associate to sign the bid for submission or the
person authorized to sign the contract on behalf of successful bidder shall be submitted by
the bidder in Envelop-A along with EMD and be enclosed with the agreement by the
contractee.

30.2 IP shall be signed on plain papers, which is pre-signed by tender issuing authority/contract
signing authority.

30.3 All sub-contractors/associates whose contribution in the project is Rs. 0.50 Crores (Rupees
Zero point Five Crores) or above shall sign Integrity Pact with the Authority after the work
is awarded to the successful bidder. All bidder shall inform their sub-contractors/associates
accordingly.

30.4 The Independent External Monitor (IEM) for this work shall be Dr. Anup K. Pujari, IAS
(Retd.) and Sh. M. P. Juneja, (Retd. Addl. Member Of Railway Board). All
correspondences to him regarding implementation of Integrity Pact, shall be addressed to
Dr. Anup K. Pujari and Sh. M. P. Juneja C/o Chairman, Airports Authority of India, Rajiv
Gandhi Bhawan, Safdarjung Airport, New Delhi – 110003. E-mail id of IEMs is anup@nic.in
and mp.juneja@yahoo.com respectively.

30.5 Integrity Pact in downloadable format is available on the AAI’s website:


http:/infosaarthee/pages/infosaarthee.aspx.

30.6 Integrity Pact Programme guidelines may be perused on AAI’s website:


http:/infosaarthee/pages/infosaarthee.aspx.

30.7 No bid procedure related query shall be referred to Independent External Monitors
(IEMs). Any Bid related issue / query pertaining to technical support or otherwise on CPP
portal (URL: https://etender.gov.in/eprocure/app) for submission of tender documents
should be addressed to AAI help Desk Support as below:

(i) Call Helpdesk 24 X 7 Help Desk Details are as below

Tel: 0120-4200462, 0120-4001002, Mobile: +91-8826246593 or can send email at


support-eproc@nic.in

Page 24 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
Bidders are requested to mention URL of the Portal and Tender ID in the e-mail sent
along with their contact details

(ii) For any further technical assistance with regard to functioning of CPP portal, the bidder
should contact personnel at following AAI help desk number on all working days as
below:

08:00 hours to 20:00 hours (Mon-Sat)


011-24632950, Extn: 3512 (Six Lines) email: eprochelp@aai.aero

09:30 hours to 18:00 hours (Mon-Fri)


011-24632950, Extn: 3523
email: etendersupport@aai.aero; sanjeevkumar@aai.aero; and prabhakar@aai.aero

09:30 hours to 18:00 hours (Mon – Fri)


011-24657900 email: gmitchq@aai.aero;

In case of technical support regarding e-tender portal, if AAI Help Desk is non-responsive, the Bid
Manager can be contacted as below on all working days from 09:30 hours to 18:00 hours.

Bid Manager: K.G.MOHANAN


Telephone No: +91 11 24632950
Extension No: 3540
Mobile No: +91 9497162295
Email ID: kgmohanan@aai.aero
Fax No: +91 11 24697343

All bid procedure related queries to be referred to HELP DESK as above and then to Bid
Manager only. Please note that under no circumstances bid procedure related queries shall
be referred to the IEMs

Executive Director (CNS-P)-I


Declaration:

The terms and conditions given in Section-I given in the Tender Document are read, understood
and hereby accepted unconditionally and shall be complied with. I/We agree to abide by the
Terms and Conditions, contained in this section of Tender Document and which shall form part of
contract conditions and provisions. I/We hereby unconditionally accept(s) these Terms and
Conditions of AAI’s tender documents in its entirety for the Tender No. (AS)-14/2018-19 for
“Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with 03 years onsite
warranty with spares”. It is certified that I/we have not stipulated any condition(s) in our tender
offer. In case any condition(s) are found in our tender offer, the same shall be treated as
withdrawn.

Signature of bidder firm authorized Signatory

Name: __________________________________________

On behalf of: ___________________________________

Firms Stamp: __________________________________

Page 25 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

ENVELOPE “B”

SECTION – A, B & C

TECHNICAL BID

Page 26 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
SECTION – A: GENERAL INFORMATION AND GUIDELINES

1. GENERAL

2. This tender e-bid response is to be submitted in three parts i.e. 1st part “Tender Fee/ EMD
and ELIGIBILITY REQUIREMENT BID”, 2nd part “TECHNICAL BID” & 3rd part “PRICE
BID”. The ELIGIBILITY BID and TECHNICAL BID documents are to be uploaded on
CPP portal in the e-tender under reference, as digitally signed scanned documents not
larger than 10 MB, (DOC, PDF, JPG, ZIP, RAR) and 3rd part “PRICE BID” i.e.
ANNEXURE-VIII Price quotes against the items are to be punched on CPP portal in
online electronics form only in the e-tender under reference.

2.1. All submissions by bidder firm on CPP portal shall be in English language and documents
shall be digitally signed using appropriate class of digital certificate issued by Indian
Digital Certificate issuing authority.

2.2. All queries by bidders may be referred to AAI through CPP portal only using “Seek
Clarification” menu of CPP Portal before opening of bids. The queries submitted to
AAI by means other than CPP portal (e-procurement) will not be replied. Any queries
received by AAI after the stipulated “last date of receipt of queries” will not be considered
for reply.

2.3. Only Pre-Qualification Cum Technical Bid and Price Bid positively submitted (by pressing
Submit action button) before Last date and time of submission, by bidding firm through
CPP portal, tender under reference web page, shall be available to AAI for opening on
designated dates of opening of Pre-Qualification Cum Technical Bid and Price Bid.

2.4. Positively submitted Eligibility/Technical/Price Bids of bidders available to AAI on CPP


portal only, at the Time of Opening of Bid stage response, for opening shall be opened on
AAI e- tender portal and examined by AAI.

2.5. Communication shall be sent by AAI to both qualified and not qualified bidders.

2.6. Technical Bid of only bidders qualifying eligibility requirement criteria evaluated by AAI
shall be opened on the CPP portal for further participation in the bid.

2.7. Price Bid of only technically qualified bidders (evaluated by AAI) shall be opened on the
CPP Portal.

2.8. Price Bid of technically qualified bidding firms opened on CPP portal by AAI shall then be
examined and evaluated by AAI for overall economy, as per tender terms & conditions,
and the overall lowest economical quote against the complete scope of work defined in this
tender shall be considered for award.

2.9. This tender sets out the terms and conditions, general, operational and qualitative
requirements to be met for Tender No. (AS)-14/2018-19 for Supply of 39 Numbers of
Non-Linear Junction Detector (NLJD) at Various Airports with 03 years onsite
Warranty with Spares, as per specifications given in Section-C of the tender Document.
The requirement is for 39 Airports, as mentioned in Annexure - IX.

2.10. This tender document includes requirements in respect of description of items, their
quantities, dispatch & delivery schedules, support services, etc.

2.11. The bidder firm shall assume complete responsibility for the design and
performance of the equipment/items, to satisfy all technical and
functional/qualitative requirements as described in Section- C.

3. TENDER DOCUMENT

Page 27 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
3.1. This tender document consists of Three Sections. The bidder firm shall read, understand
and shall comply with all the sections, without any conditions, i.e. Section-A, Section-B and
Section-C.

3.2. The instructions given in the CPP document are binding on the bidding firm and
submission of the CPP bid response by bidders shall imply unconditional acceptance of all
the terms & conditions by the bidder firm.

3.3. Deviations to the tender conditions contained in three sections are not permitted to
any bidder firm on any account of any registration/ certification.

3.4. No Deviations to the offered items is acceptable.

4. TECHNICAL LITERATURE & BROCHURES, LANGUAGE OF TECHNICAL BID

4.1. If required, AAI may ask the bidders to submit hard copy of Eligibility Requirement
Bid/Technical Bid (not Price Bid), as uploaded on CPP portal as per Section-A Para 1 &
2. The hard copies may be submitted at:

O/o Executive Director (CNS-P)-I


AAI CHQ, Directorate of Airport Systems
Safdarjung Airport, New Delhi- 110003

4.2. The Technical Bid document shall contain details of system/sub-system


specifications/functional description and other such information which helps in easy
understanding and Technical evaluation of the offered system.

4.3. As part of Technical Evaluation of the tenders, the compliance of the offered equipment to
the specifications as stated in Section–C, may be verified by AAI from the Technical
Bid/functional demonstration, declaration/ undertaking of OEM(s) submitted with the tender
document and demonstration of the offered equipment/items. The bidder firm must fill
the compliance statement clearly mentioning the Page/Para No. of the OEM
Brochure/Technical Document which confirms the compliance of offered products
with tender specifications without which the tender shall not be considered for
evaluation and is liable to be rejected.

4.4. Unpriced Bill of Material may be enclosed along with Technical Bid (ANNEXURE-VII).
The ISO certificates in respect of OEM(s) for the product(s) offered by the bidder shall be
uploaded along with the Technical Bid.

5. This is an item rate tender, only rates quoted in Annexure-VIII on CPP portal shall be
considered. If agency fails to quote the price of any items on CPP Portal, then it shall be
considered free to AAI up to the destination and shall be assumed to be included in the
total tendered amount.

6. OPENING OF TENDER TECHNICAL BID DOCUMENTS

6.1. Technical Bid response shall be opened on the designated date of opening of tender on
CPP portal. Technical Bid shall be evaluated for overall solution to tender criteria’s in
different sections of this tender document and shall be informed of meeting/not meeting
tender criteria.

6.2. Bidder firm(s), whose Technical Bid is meeting tender requirements in different sections
shall be considered as technically qualified bidder(s) & shall only be approved for opening
of Price Bid on CPP portal. Price Bid of Bidder firms not considered as qualified
technically by AAI shall not be approved for opening of price bid.

Page 28 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

6.3. AAI shall not be liable for any loss/delay in receipt/submission of complete tender
document on account of any reason. No correspondence shall be entertained from the
bidder firm after opening of Price Bid of the Tender.

6.4. Date of acceptance and opening of tender can be extended on discretion of Executive
Director (CNS-P)-I.

7. COMPARISON AND EVALUATION OF TENDERS

7.1. The tenders positively submitted & opened on CPP portal only shall be evaluated by AAI to
ascertain the complete scope contained in the tender document.

7.2. In the evaluation of tenders, the overall quality and economy of the system offered shall be
kept in view. Such offers which necessitate, additional expenditure required to be made by
AAI may have to be loaded to make the offer compatible with the tender document
requirement.

7.3. The tenders shall be compared on the basis of price quoted by the bidder firm for the entire
scope of proposal on CPP portal. All the tenders shall be evaluated for the supply cost of
equipment, accessories and expenditure towards services like installation, training,
transportation, insurance, comprehensive maintenance contract with spares and all
applicable quotes.

7.4. The lowest Tender shall be decided on the basis of Net Cost to AAI.

8. AWARD OF CONTRACT

8.1. The acceptance of the tender shall be intimated to the successful bidder firm by AAI
through FAX/letter/telephone/e-mail, etc.

8.2. AAI shall be the sole judge in the matter of award of contract and the decision of AAI shall
be final and binding on bidding firm.

9. CONSIGNEE

The ordered equipment/ items shall be delivered to the Ultimate User consignee sites as
mentioned in Annexure –IX.

9 EXECUTION OF WORKS

9.1 The works shall be carried out under the supervision of the concerned
CNS In-charge/nominated project officer at the Airport by AAI, according to the terms and
conditions of this tender/contract.

9.2 All supervision/additional works requirement justifications/measurements/performance


feedback and warranty under defect liability/warranty of works shall be supervised by the
CNS In-charge/Engineer In-charge of the concerned Airport.

9.3 All information regarding Para 9.1 & 9.2 at respective sites shall be brought to the notice of
ED (CNS-P)-I, GM (Airport Systems) & Airport Director.

DECLARATION:

The General Information and Guidelines given in Section-A of the Tender Document are read,
understood and hereby accepted unconditionally and shall be complied with. I/We agree to abide
by the General Information and Guidelines, contained in this section of Tender Document and

Page 29 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
shall form part of contract conditions and provisions. I/We hereby unconditionally accept these
General Information and Guidelines of AAI’s tender documents in its entirety for the Tender
No. (AS)-14/2018-19 for “Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) at
Various Airports with 03 years onsite Warranty with Spares.”

It is certified that I/we have not stipulated any condition(s) in our tender offer. In case any
condition(s) are found in our tender offer, the same shall be treated as withdrawn.

Signature of bidder firm authorized Signatory

Name: __________________________________________

On behalf of: ___________________________________

Firms Stamp: __________________________________

Page 30 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

SECTION – B: TERMS & CONDITIONS


For stating Compliance: Write “C” in the third column below.
For stating Non-compliance: Write “NC” in the third column below.
For stating Partial compliance or conditional compliance: Write “PC” in the third column
below.
Details of Compliance and Highlighted reference Page No. & Clause No. of attached
document must be submitted along with Technical Bid.

S. No. REQUIREMENT Statement of


compliance
1. STANDARDS & PROVEN PRODUCT
1.1. State of the art technology shall be deployed in the equipment for the
system offered and all designs, materials, manufacturing techniques
and workmanship shall be in accordance with the highest accepted
international standards for this type of equipment.

1.2. The bidder shall also state, where applicable, the National or other
International Standard(s) to which the whole, or any specific part, of the
equipment or system complies.

1.3. The equipment/system offered for supply should be proven product.


Offered/Similar equipment/system shall be in operation (not as an
evaluation system) at two or more major international
airports/Government departments, proof of which shall be submitted.

The proof of satisfactory operation of the Offered/similar equipment/


system issued by the end user agency to be submitted along with
tender.

1.4. The offered equipment shall be currently under production.


Offered/similar equipment shall be under supply or shall have been
supplied in last three years.

Details of such supplies/installations having been carried out in the past


three years shall be submitted along with the tender, clearly stating
details of contact person of the user agencies (name & email etc.)

2. TIME/DELIVERY OF SUPPLIES & INSTALLATION SCHEDULE:

2.1. Factory Acceptance Testing/Sample Verification of offered major


equipment with all accessories by AAI shall be at OEM(s) premises.
The contractor shall give TWENTY-ONE Calendar days’ notice to AAI
for the purpose.

2.2. Contractor shall start shipping the AAI verified model of offered
equipment only after acceptance of FAT results and issue of dispatch
instructions by AAI. Any delay of more than FIFTEEN Calendar days in
resolving the FAT issues not attributed to AAI shall be to contractor’s
account.

2.3. For Supplies:

Supply of complete equipment with accessories at AAI owned ultimate

Page 31 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
user consignee sites to be completed within ONE HUNDRED AND
TWENTY (120) Calendar days from the date of issue of purchase
order/issue of dispatch Instructions.
2.4. For Installation:
At site, THIRTY Calendar Days, from availability of equipment at site or
on declaration of readiness of the respective site by AAI, whichever is
later.

3. LIQUIDATED DAMAGES
3.1. In case of delay in completion of the contract or each milestone of
contract for supplies, SAT and training attributed to contractor,
liquidated damages (L.D.) shall be levied @ 1% of the total value of the
uncompleted portion of work per week (part of week to be treated as
one week) subject to a maximum of 10% of total contract value.

3.2. AAI, if satisfied that the works can be completed by the bidder firm
within a reasonable time after the specified time for completion, may
allow further extension of time at its discretion with or without the levy of
L.D. In the event of extension granted with levy of L.D., AAI shall be
entitled without prejudice to any other right or remedy available in that
behalf, to recover from the bidder firm an agreed compensation amount
calculated @ 1% of the total value of the uncompleted portion of work
per week or part thereof subject to a maximum of 10% of total contract
value.

3.3. Extension of Time: In case of work is getting delayed beyond the


stipulated date of completion of the work then firm may apply for
Extension of Time to keep the contract alive, well before the actual
stipulated date of completion. Authority shall issue provisional
Extension of Time up to the expected date of completion. This
provisional extension of time will be granted without prejudice to the
right of AAI to recover the liquidated damages in accordance of
provision of relevant clause of agreement.

On actual completion date of the work, grant of Final EOT shall be


processed on application by the contractor on prescribed EOT
application form; Same can be obtained from the office of General
Manager (Airport Systems), CHQ.
4. TIME: THE ESSENCE OF CONTRACT
The time and date of completion of the works, as contained in the
tender and as agreed to contractually, shall be final and binding upon
the contractor in the event of Force Majeure as described under Para
11 of this section and delay in site readiness.
5. DELAY & NON-CONFORMANCE
5.1. In case of time schedule including approved delay with or without levy
of liquidated damages, for late delivery of supplies or late completion of
training, whichever if applicable. as contained in Para 2 & 3 above, not
being adhered to, AAI has shall have the right to cancel the order wholly
or in part thereof, without any liability of cancellation charges and shall
have right to procure the goods/services elsewhere in which case the
bidder firm shall pay for the loss to AAI the difference in the cost of
goods procured elsewhere against price set forth in the purchase order
with the bidder firm.
5.2. In the event of rejection of non-conforming goods, the bidder firm shall

Page 32 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
be allowed to correct the non-conformities without extension in supply/
delivery period. If bidder firm fails to do so within THIRTY calendar
days, on notice, the purchaser shall have the right to take recourse to
Para 5.1.

6. DEDUCTIONS FROM CONTRACT PRICE


All costs, damage or expenses which the AAI may have paid, for which
under the contract the bidder firm is liable, shall be claimed by the
Airports Authority of India (AAI). All such claims shall be billed by the
AAI to the bidder firm regularly as and when they fall due. Such bills
shall be supported by appropriate and certified vouchers or
explanations to enable the bidder firm to properly identify within
FIFTEEN Calendar days of the raising of the corresponding bills and if
not paid by the bidder firm within the period or if the bidder firm fails to
satisfy AAI of such claims within the aforesaid FIFTEEN Calendar days
period, then AAI may deduct the amount from any money due or
becoming due to the bidder firm under the contract or may be recovered
by actions of Law or otherwise.
7. RIGHT TO ACCEPT OR REJECT THE TENDERS
7.1. The right to accept/reject the tender in full or in part/parts shall rest with
AAI. However, AAI does not bind itself to accept the lowest tender and
reserves to itself the authority to reject any or all the tenders received
without assigning any reason whatsoever.
7.2. Tenders, in which any of the particulars and prescribed information is
missing or is incomplete, in any respect and/or prescribed conditions
are not fulfilled, shall be considered non-responsive and shall be
rejected may be without any queries from AAI.
8. TERMINATION OF CONTRACT AT PURCHASER’S INITIATIVE
8.1. The AAI reserves the right to terminate the contract either in part or in
full due to the reasons other than specified herein in this tender, in fact
not for convenience, Then AAI shall in such an event give THIRTY
calendar days’ notice in writing to the bidder firm of their decision to do
so.
8.2. The bidder firm upon receipt of notice under Para 8 .1, shall discontinue
the work on the date and to the extent specified in the notice, make all
reasonable efforts to obtain cancellation of all orders and contracts, to
the extent they are related to the works terminated, at terms satisfactory
to the AAI, stop all further subcontracting or purchasing activity related
to the work terminated, and assist the AAI in maintenance protection,
and disposition of the works acquired under the contract by the AAI.
9. EARNEST MONEY DEPOSIT (EMD)

(i) Each tender shall accompany the EARNEST MONEY DEPOSIT, as


indicated in the eligibility criteria.
If due some reason AAI cancels this tender then EMD of all bidder firms
(ii)
without any interest.
10. PERFORMANCE BANK GUARANTEE (PBG)
10.1. The Performance Bank Guarantee shall be furnished @ 10% of Total
Awarded Cost given in the PO (Purchase Order) within Thirty calendar
days of issue of purchase order.

The Performance Guarantee shall be valid for 6 months beyond


the scheduled date of completion of work including warranty, and
shall remain valid as per provisional extension granted by the

Page 33 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
Project -In-charge. If the agency fails to extend the validity of the
Performance Guarantee, the same shall be en-cashed by AAI and
shall be returned only as per other provision of contract at
discretion of AAI.

In case the bidder firm fails to submit the Performance bank guarantee
within stipulated period for complete concurrency period of contract, no
payment for the work done in respect of first running account bill shall
be released to the bidder firm.
Moreover, interest @ 1 Percent pm to max of @ 12 Percent p.a. on
Performance Guarantee amount would be levied (non-refundable) for
delayed period of submission. The same shall be deducted from
running bills.

10.2. Successful Bidder firm shall not change the language contents of PBG
language; if any successful bidding firm PBG is found not conforming to
the language then AAI may ask to resubmit the same within the
stipulated period or else AAI may at its discretion foreclose or rescind or
cancel the purchase order without giving reasons and forfeit the
EMD/PBG.
10.3. The performance guarantee amount shall be payable to AAI without any
condition whatsoever and the guarantee shall be irrevocable by the
bidder firm.
10.4. The performance guarantee shall be deemed to govern the following
guarantees from the successful bidder firm, in addition to the other
provisions of the guarantee.
10.5. The successful and satisfactory operation of the equipment supplied in
accordance with the specifications and other relevant documents.
10.6. The equipment supplied shall be free from all defects of design,
material and workmanship and upon written notice from AAI, the
successful bidder firm shall fully remedy, free of expenses to AAI, all
such defects as developed under the normal use of the said equipment
within the period of guarantee/warranty.
10.7. The performance guarantee is intended to secure the performance of
the entire equipment. However, it is not to be construed as limiting the
damages stipulated in any other clause.
10.8. The performance guarantee shall be returned to the bidder firm at the
end of the period of defect liability or warranty as per Para 16 without
interest.
11. FORCE MAJEURE
11.1. AAI may grant an extension of time limit set for the completion of the
work, in case the timely completion of the work is delayed by force
majeure beyond the AAI/bidder firm's control, subject to the following
terms:
Force majeure is defined as an event of effect that cannot reasonably
be anticipated such as acts of God (like earthquakes, floods, storms,
etc.), acts of states, the direct and indirect consequences of wars,
hostilities, national emergencies, civil commotions and strikes (only
those which exceed a duration of ten continuous days) at bidder firm
manufacturing premises, etc.
The bidder firm’s right to an extension of the time limit for completion of
the work in above mentioned cases is subject to the following
procedures:
11.2. That within TEN days after the occurrence of a case of force majeure
but before the expiry of the stipulated date of completion of the
milestone, the bidder firm informs the AAI in writing that the bidder firm

Page 34 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
considers himself entitled to an extension of the time limit.
11.3. That the bidder firm produces evidence of the date of occurrence and
the duration of the force majeure in an adequate manner by means of
documents drawn up by responsible authorities.
11.4. That the bidder firm proves that the said conditions have actually been
interfered with the carrying out of the Contract.
11.5. That the bidder firm proves that the delay occurred is not due to his own
action or lack of action.
11.6. Apart from the extension of the time limit, force majeure does not entitle
the bidder firm for any relaxation or to any compensation of damage or
loss suffered.
12. DISPUTE RESOLUTION, ARBITRATION & JURISDICTION
12.1. If any dispute of any kind whatsoever arises between the authority (AAI)
and contractor in connection with or arising out of contract or the
execution of works, whether during execution of works or after their
completion and whether before or after the repudiation or termination of
contract, including any disagreement by either party with any action,
opinion, instruction determination, certificate or valuation of engineer;
the matter in dispute shall in first place, be referred to the Dispute
Resolution committee (DRC) appointed by Chairman, AAI.
12.2. DRC thus constituted may act as ‘conciliator’ and will be guided by
principles of ‘conciliation’ as included in part III of Arbitration &
conciliation Act 1996. DRC should take into consideration, rights and
obligations of parties, usage to trade concerned and circumstances
surrounding the dispute(s), including any previous business practices
between parties. Efforts of DRC should be to come to an amicable
settlement of outstanding disputes. If parties agree a written settlement
will be drawn up and signed by the parties. DRC will authenticate the
settlement agreement and furnish a copy to each party.
12.3. DRC will give its report within FORTY FIVE days of its constitution.
12.4. If the dispute between the parties is not resolved by the DRC, then
matter shall be referred to a sole arbitrator to be appointed by the
Chairman, Airports Authority of India in accordance to the provisions of
The Arbitration and Conciliation Act, 1996 of India. The governing law
will be Indian Law and the award of the arbitrator shall be final and
binding on the parties. The venue of the arbitration shall be at New
Delhi.
12.5. All questions, disputes or difference arising under and out of, in
connection with the contract if concluded shall if required to be referred
to any court of law, be referred to the courts in India at New Delhi and
the said court shall have jurisdiction and decide matters according to
the laws of India.
13. PRICE
13.1. The bidder firm shall confirm that quoted prices shall be firm and fixed
and subject to no escalation whatsoever till the validity period of the
tender/contract.
13.2. All the bidder firm including foreign bidder firm have to quote the tender
in Indian rupees only inclusive of all taxes and levies of the country of
origin also.
13.3. The foreign bidder firm & Indian Bidder firm shall bid on supply at site
basis i.e. supply at site for foreign/Indigenous supplies.
13.4. For works involving Installation, Testing and Commissioning services,
the bidder firm/service providers shall separately and clearly indicate
the Service Tax component, if any.
13.5. Only normal rates of Service Tax shall be considered. Bidder firm shall

Page 35 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
be responsible for quotes of service tax at wrong rates and shall defend
itself at its own cost with government/ Tax authorities.
13.6. In case of no service tax quote is indicated in the price bid then the
bidder price quoted shall be loaded at current applicable rates, for
evaluation of bid. AAI shall deduct service tax amount at applicable
rates from all items involving service components by bidder in the price
bid from bidder firm running bills awaiting payments without explanation
to /consent of Bidder firm. The payment of Service Tax shall be
released to the Contractor against submission of documentary proof of
payment of Service Tax.
13.7. The imported material shall be imported in the name of Airports
Authority of India to avail benefits of SERVED FROM INDIA SCHEME
and Insurance Policy shall be in the name of AAI. The successful bidder
shall not make payment to customs authority directly for items
mentioned in the tender, as AAI issues Customs duty exemption
certificates under the “SERVED FROM INDIA SCHEME” by the Director
General of Foreign Policies under Foreign Trade Policy Act 2004-2009.
Hence, the bidder firm is required to make all documentation for
importing in such a way which is acceptable to Customs Authorities for
utilizing the exemption certificates by AAI. The High Seas Sales
agreement will be executed by AAI and Custom Duty Exemption
certificate will be provided by AAI to bidder company within FIFTEEN
days of submitting related documents by successful bidder company to
AAI. The amount of customs duty exemption certificate used/issued
under this scheme shall be adjusted in RA bill.

13.8. In case the Custom duty entitlement certificate under the above
mentioned scheme is not accepted for any reason by the Custom
Authorities, the Custom duty shall be paid by the Bidder firm to the
Custom Department directly. In the event of bidder firm paying customs
duty directly to custom department, the bidder firm shall submit the
proof of customs duty paid for imported items to AAI, so that AAI shall
not deduct any custom duty from its bills.
13.9. If actual custom duty paid, either through CDEC issued by AAI or by
bidder in case of CDEC not accepted for any reason by custom
authorities, is less than custom duty value indicated by the bidder in the
price bid, the custom duty indicated by the bidder in the price bid shall
be deducted from the bidder’s bill. If actual custom duty paid, either
through CDEC issued by AAI or by bidder in case of CDEC not
accepted for any reason by custom authorities, is more than custom
duty value indicated by the bidder in the price bid, the actual custom
duty paid shall be deducted from the bidder’s bill.
13.10. The bidder firm must fully insure, pay relevant freight,
taxes/duties/levies and deliver all items relevant to a site, at site within
the contract period, failing which any increase in amount due to change
in foreign exchange rate shall be on account of the bidder firm and the
same shall be borne by the bidder firm. At no extra cost to AAI the
bidder firm shall arrange import license in the name of AAI, if required,
to import equipment/components.
13.11. The cost of Insurance and Freight shall be paid by the bidder firm. The
documents in support of freight, insurance, policies, taxes, duties, levies
shall be submitted to AAI. The payment on account of taxes, GST,
duties and levies shall be made by AAI to successful bidder on actual
basis against receipts or the quoted amount, whichever, is less.
13.12. The bidder firm shall be solely responsible to ensure the following:

Page 36 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
 Sound packing of equipment/components.
 Shipment of the items by the due date as per schedule.
 Overseas Insurance of equipment(s).
 Custom Clearance and handling of items at port of entry in India.
 Forwarding and trans-shipment of equipment/ components up to
the destination (as per Annexure-IX).
 Insurance of Inland trans-shipment.
 Receipt of equipment at site and handover safe custody to AAI till
they are installed, tested and commissioned.
 Testing and commissioning of the equipment as specified in the
tender.
 Handing over of equipment with accessories after successful SAT
to the authorized representative of AAI.
 On site Guarantee/Warranty.

13.13. Bidder firm quoting in High sea sale (HSS) shall be responsible to ship,
custom clear and dispatch items to site and shall include all such
charges in its quote. If required AAI shall enter into an Agreement for
supplies on High Sea Sale and all expenses borne by bidder firm shall
be included in the price quoted. Nothing extra shall be paid.
Demurrage & Detention, forwarding & clearing/handling Charges,
Coordination for Road permit, if required, payment of Inland Charges,
other Central and State Govt. levies/duties/taxes, etc. shall be included
in its quoted price. Overseas/Inland Demurrage if any shall be to the
account of Bidder firm. Bidder firm shall make all effort for expeditious
clearing of supplied items from custom/government authorities and for
deliver the goods to AAI at ultimate end user sites in Annexure IX.

13.14. Prices opened in Annexure-VIII format at AAI


E-Procurement tender portal only shall be considered for price
comparison.
13.15. Bidder firm has to quote the prices strictly as per tender directives
13.16. In case, LC is not opened by Principal supplier for foreign supplies, AAI
shall pay in INR directly to Indian PE or Indian Agent duly authorized by
Principal supplier. In such case, payment shall be made to Indian
supplier in INR against invoice duly endorsed by principal supplier on
receipt of items in good condition. Payment can also be made to
Principal supplier directly in INR provided bidder fulfils all the
requirement of Indian Banker and produces proof towards payment of
GST, etc.
13.17. Payment to Indian PE or Indian Agent on behalf of Principal supplier
shall be construed as full discharge of AAI obligation to foreign supplier
as per agreement. Principal supplier has to give an undertaking that in
case the Indian supplier raise any dispute and financial claim against
AAI, the same will be dealt by the foreign supplier at his own risk and
cost without any liability to AAI.
14. VALIDITY OF TENDER
The tender must remain valid for a minimum of ONE HUNDRED
EIGHTY days from the last date of submission of tender.
15. PAYMENT TERM:
Payment to the bidder firm shall be made in the following manner:-
15.1. FOR FOREIGN SUPPLIES/SERVICES:
(To Foreign Bidder Only, on request, Payment through non-

Page 37 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
confirmed Letter of Credit by AAI). Letter of Credit shall be opened
upon submission of Performance Bank Guarantee as per Para 10 or
else the payment shall be in Indian Rupees only to the bidder firm or its
100 Percent wholly owned PE in India or to its Authorized Indian firm in
India upon submission of PBG.
In case of foreign supply of material AAI can open LC for the amount
equivalent to 100 Percent of the quoted INR amount against supply
components. The LC can be opened in any major convertible currency
as per request of foreign bidder firm only.
To calculate equivalent foreign currency, the currency conversion rate
shall be rate applicable on the date of opening of LC. The LC charges
shall be payable by AAI in India and by the bidder firm outside India.
Being a rupee contract, the total amount payable shall be firm in Indian
rupees as per Price quote/bid of the bidder firm. Therefore, any
fluctuation in the exchange rate shall be on the account of Bidder firm.

i. 60% of LC amount for supply cost of imported equipment &


accessories including documentation, 100% of Overseas Freight &
Insurance against the submission of following documents in
ORIGINAL confirming dispatch of items:

 Invoice + 2 copies.
 Itemized Packing list with cost of each item + 2 copies
 Bill of Lading or Air Way Bill (whichever is applicable) + 2 copies
as proof of dispatch of equipment/items.
 Certificate for Country of origin
 Certificate of Factory Acceptance Test issued by authorized
representative of AAI or certificate from Quality Control
Department of OEM complete with all test reports along with AAI
letter for FAT waiver.
 Proof of receipt of items at AAI owned Ultimate User consignee
sites for supplies made from India in packed good condition. (In
case payment is through LC to Principal supplier in INR)
 Tax Withholding Certificate U/S 197 or 15 CB as applicable as
per the income tax act 1961

ii. Balance amount of purchase order price for supply cost of


equipment & accessories including documentation, 100% of Indian
Inland Freight & Insurance, Inland taxes/duties, 100% installation,
testing, commissioning and training charges, upon successful
completion of SAT, against submission of the following documents
in ORIGINAL:
 Invoice + 2 copies
 Proof of receipt of items at AAI owned ultimate user consignee
sites for supplies made from India in packed good condition
 Certificate of completion of successful SAT and training, issued
by authorized representative of AAI.
 Tax Withholding Certificate U/S 197 or 15 CB as applicable as
per the income tax act 1961
 All Payments shall be released after adjusting any compensation

Page 38 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
for delay which firm might have rendered themselves liable as
per provisions of contract and applicable income tax and any
applicable deductions.
15.2. FOR INDIAN SUPPLIES/SERVICES to Indian firm duly authorized by
foreign bidder firm or Indian bidder firms only:

i. 60% of purchase order price for supply cost of equipment and


accessories supplied from Indian indigenous source including
documentation, 100% of taxes/duties, against receipt of goods at
site in good condition on submission of the following documents in
ORIGINAL:
 Invoice + 2 copies
 Itemized Packing list with cost of each item + 2 copies
 Certificate of Factory Acceptance Test issued by authorized
representative of AAI.
 Proof of dispatch of equipment/items
 Certificate of goods received at site in physically good condition
duly signed by authorized representative of AAI.

ii. 40% of purchase order price for supply cost of equipment &
accessories, 100% installation, testing, commissioning and training
charges, upon successful completion of above mentioned activities
against submission of Certificate of completion of successful SAT
and Training, issued by authorized representative of AAI.
All Payments shall be released after adjusting any compensation for
delay which firm might have rendered themselves liable as per
provisions of contract and applicable income tax and any applicable
deductions.
16. GUARANTEE/WARRANTY
16.1. All goods or material shall be supplied strictly in accordance with the
specifications. No deviation from such specifications of these conditions
shall be made without AAI's agreement in writing, which shall be
obtained before any work against the order is commenced. All materials
furnished by the bidder firm pursuant to the Order (irrespective of
whether engineering/ design or other information has been furnished,
reviewed or approved by AAI) are required to be guaranteed to be of
the best quality of their respective kinds (unless otherwise specifically
authorized in writing by AAI) and shall be free from faulty design to the
extent such design is not furnished by AAI. The goods/material used by
the bidder firm and its workmanship shall be of proper quality so as to
fulfil in all respects, the operating conditions and other requirements
specified in the order.
16.2. If any trouble or defect originating from the design, materials,
workmanship or operating characteristic of any materials arise at any
time prior to THIRTY SIX (36) calendar months from the date of
successful SAT at site, and the bidder firm is notified thereof, the
bidder firm at his own expense and at no cost to AAI, make such
alterations, repairs and replacements at the site within 48 hours as
may be necessary to permit facilitate the functioning of the equipment in
accordance with the tender specifications.
16.3. Warranty period of the system, unit-wise, shall be extended by one
week per week of unserviceability, (part of week to be treated as one
week), for each default, in case of failure to set right the system to the

Page 39 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
satisfaction of AAI Engineer In-charge within 48 hours of the lodging of
complaint by AAI to company.
16.4. In the event that the materials supplied do not meet the specifications
and/or are not in accordance with the drawings, data sheets and
rectification as required at site, AAI shall inform the bidder firm giving
full details of deficiencies. The bidder firm shall, at his own expense,
meet and agree with the representatives of AAI the action required to
correct the deficiencies and shall attend to the deficiencies at his own
expense. Replacement under warranty clause, within FIFTEEN
calendar days, shall be made by the bidder firm free of all charges at
site including freight, insurance and other incidental charges.
16.5. Bidder firm shall obtain guarantee/warranty certificates and declaration
from OEM(s) for requisite period as specified in Para 16.2 and
provide/extend all guarantee/warranty certificates from OEM(s) in case
of supplies to AAI.
16.6. Bidder firm shall be overall responsible for guarantee/ warranty to AAI
and shall coordinate with respective OEM(s) and suppliers for effective
guarantee/warranty as per Para 16.2 at its own cost.
16.7. Replacement under warranty clause as per Para 16.2 shall be made by
the bidder firm free of all charges at site including freight, insurance
and other incidental charges.
16.8. Any custom duty to be paid in case foreign supply during concurrency
of warranty shall be paid by the bidder firm.
16.9. Contractor shall maintain a log book for defect liability period and keep
record of all preventive maintenance and break down maintenance, etc.
in the logbook. All entries in the logbook must be duly endorsed by AAI
In-charge of respective site. Those details must be made available and
submitted for periodical check on demand to the Engineer-In-charge of
AAI. Maintenance record shall be property of AAI.
16.10. AAI shall evaluate overall performance of bidder firm after completion of
defect liability/guarantee/warranty period and may decide to deduct
amount from PBG to be refunded/ returned, for every loss in AAI
intended operational requirements by awarding this works, due to
failure on part of bidder firm to provide effective guarantee/warranty at
site. Hence, it shall be mandatory on part of bidder firm to have proper
effective agreement with OEM(s) to provide effective
guarantee/warranty to AAI as per Para 16.2 at site.
17. FACTORY/PRE-DELIVERY INSPECTION
17.1. Factory/Pre-delivery inspection of complete equipment shall be made
by Inspectors nominated by AAI, in accordance to AAI approved/agreed
to Test documents, at the OEM premises. Cost of such Inspection shall
be borne by the successful bidder firm. Travel, boarding and lodging
expenses shall be borne by AAI for AAI nominated FAT Inspectors.
17.2. The bidder firm shall give TWENTY-ONE calendar days written notice
of readiness of any material, document for the purpose of Factory
Acceptance Test. Such tests shall be to the bidder firm’s account.
Factory Acceptance Test documents shall be comprehensive and list all
the procedures that shall be used to satisfy inspectors on specifications
test results. Factory Acceptance documents submitted by bidder firm
shall be approved by AAI before Tests.
17.3. The inspector shall as soon as possible, but not exceeding TEN
working days from the date of completion of inspection, give notice in
writing to the bidder firm about successful completion of FAT or any

Page 40 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
deficiency in the equipment or workmanship, which in his opinion is not
in accordance with the contract.
The bidder firm shall give due consideration to such objections within
FIFTEEN Calendar days or any other time agreed by AAI and shall
carry out repairs, alterations that may be necessary to correct the said
objections and arrange for the Supplementary FAT giving TEN calendar
days’ notice to AAI (for which the to and fro travel expenses and
boarding and lodging expenses are to be borne by the bidder firm).
After, the Supplementary FAT has been completed at bidder firm’s
works; the inspector shall issue a certificate to this effect, but not
exceeding TEN working days after completion of the tests.
17.4. The completion of these tests or issue of certificate by the inspector
shall not bind AAI to accept the equipment shall the equipment, after
installation and use, be found not complying with the specifications
stipulated in the contract.
17.5. AAI shall intimate in writing to the bidder firm, in case it does not depute
the inspector(s) for Factory Acceptance Tests and in such case the
Inspection Certificate, issued by the Quality Control Department of the
manufacturer shall be considered for acceptance of equipment by AAI.
17.6. The certificate issued by the Quality Control Department, complete with
all test results as contained in the FAT Document, shall be sent to ED
(CNS-P)-I immediately after receiving the advice from ED (CNS-P)-I
that no inspector is being deputed for FAT.
17.7. If any deficiency is pointed out by AAI within 10 working days then the
bidder firm shall within 30 calendar days or any other time agreed by AAI
give due consideration to such objections and shall carry out repairs,
alterations that may be necessary to correct the said objections and
arrange for the Supplementary FAT giving TEN working days’ notice to AAI
(for which the to and fro travel expenses and boarding and lodging
expenses are to be borne by the bidder firm). After, the Supplementary
FAT has been completed at bidder firm’s works; the inspector shall issue a
certificate to this effect, but not exceeding TEN working days after
completion of the tests.
17.8. Even after supplementary FAT, if the equipment is found not in
conformance to tender technical requirements stipulated in Section-C of
this tender, then AAI shall cancel the contract and shall resort to action
given in Section B - Para 5, 6, 8 and 12.
17.9. Equipment shall be dispatched by bidder firm only on specific dispatch
confirmation/advice from AAI. Acceptance of FAT certificate and advice for
dispatch of equipment shall be issued by AAI within THIRTY working days
of the receipt of the certificate.
17.10. Equipment along with all accessories shall be dispatched by bidder firm to
AAI respective consignee sites as listed in Annexure -IX
17.11. Each set, for respective Airports/sites as per list in Annexure-IX, consist of
Non-Linear Junction Detector (NLJD), peripherals, accessories,
components etc. should be packed properly while delivery at consignee
sites.
18. SITE ACCEPTANCE TEST (SAT) & COMMISSIONING

18.1. It shall be the responsibility of the bidder firm to submit the Non-Linear
Junction Detector (NLJD) test procedure for conducting the post-
installation site acceptance testing. The procedure submitted by the bidder
firm shall be drafted in line with the standard practices followed in the
industry and shall be in accordance with the test procedures & practices
specified by the OEM. The acceptance test procedure on approval by AAI
shall become the document for acceptance of the equipment after
installation at the site.

Page 41 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
18.2. The draft copy of Non-Linear Junction Detector (NLJD) test procedure
shall be made available to AAI before THIRTY calendar days of the
schedule site acceptance date.
18.3. The bidder firm shall supply, demonstrate, test and commission all
hardware and software (if any) as per the requirement of the tender with
the Non-Linear Junction Detector (NLJD). Bidder firm shall supply
Technical documents (hard and soft copy - one set each) at Ultimate User
consignee site with each Equipment.
18.4. The system shall be commissioned after successful completion of – SAT
approval, operational & maintenance training and all the works under the
scope of the tender.
18.5. Completion Certificate: Completion Certificate shall be recorded by
AAI, on completion of the work in all respect and the same shall be
issued to the contractor on request. The completion certificate shall
specify the date of successful completion and completion cost of work,
with other details.

19. PACKING AND MARKING


19.1. All packing shall be strong enough to withstand rough handling during
loading, un-loading and transporting of the packages. Fragile articles shall
be packed with special precaution and shall bear the marking like ‘Fragile’,
‘Handle with care’ and 'This Side Up', etc.
19.2. All delicate surfaces of equipment/goods shall be carefully protected and
painted with protective paint/compound and wrapped to prevent rusting
and damage.
19.3. Attachments and spare parts of equipment and all small pieces shall be
packed in wooden crates with adequate protection inside the crates and
wherever possible shall be sent along with the major equipment. Each item
shall be provided an identification so as to identify it with the main
equipment and part number and reference number shall be indicated.
19.4. All protrusions and threaded fittings shall be suitably protected and
openings shall be blocked by covers.
19.5. Wherever required equipment material shall be packed in polyethylene
bags and silica gel or similar dehydrating compound shall be put inside the
bags to protect the equipment. Pipes/tubes made of stainless steel,
copper, etc. shall be packed in wooden crates irrespective of their sizes.
The bidder firm shall be held liable for all damages or breakage of the
goods attributable to defective or insufficient packing as well as for
corrosion due to insufficient protection.
19.6. On three sides and top of package, markings as desired by AAI, shall be
provided with indelible paint.
20. PATENTS, LIABILITY & COMPLIANCE OF REGULATIONS
20.1. Bidder firm shall protect and fully indemnify AAI from any claims for
infringement of patents, copyright, trademark or the like.
20.2. Bidder firm shall also protect and fully indemnify AAI from any claims from
bidder firm’s workmen/employees, their heirs, dependents,
representatives, etc. or from any other person(s) or bodies/companies, etc.
for any act of commission or omission while executing the order.
20.3. Bidder firm shall be responsible for compliance with all requirements under
the laws and shall protect and indemnify AAI completely from any
claims/penalties arising out of any infringements by bidder firm or its
workmen/employees.
20.4. Limitation of Liability
(a) Notwithstanding any other term, there limitation of liability in case of
any damages for bodily injury (including death) and damage to real

Page 42 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
property and tangible personal property due to gross negligence and
wilful misconduct of the other party shall not exceed the contract value
and in no event shall either party (including the Successful bidder and
subcontractors) be liable to the other for any indirect, incidental,
consequential, special or exemplary damages, nor for any damages as
to lost profit, data, goodwill or business, nor for any reliance or cover
damages in respect thereof, even if it was advised about the possibility
of the same. Neither Party, however, shall be liable under the
agreement, if he proves that he or his agent had taken all necessary
measures to avoid the damage or that it was impossible for him or them
to take such measures. However, in case of any dispute between the
two parties the decision of court shall be final.

(b) In all other cases not covered by Para (a) above, the total liability of
either party under the terms of the contract shall not exceed maximum
of contract value and in no event shall either party (including the
Successful bidder and subcontractors) be liable to the other for any
indirect, incidental, consequential, special or exemplary damages, nor
for any damages as to lost profit, data, goodwill or business, nor for any
reliance or cover damages even it was advised about the possibility of
the same.

(c) Neither Party shall be liable to the other for delay in discharging its
obligations, to the extent that such delay or failure is attributable to the
other Party. In case of such delay, the delayed Party shall be entitled to
an extension of time to perform its obligations and, unless otherwise
agreed (with or without levy), the period of the extension will be equal to
the amount of delay.
20.5. Monitoring the Performance of the contractor:

The Performance of the Contractor shall be monitored by AAI on


regular basis. The delay/default shall be examined and if required a
‘show cause’ Notice shall be issued to the Contractor bringing out the
short-comings and default.

The contractor’s reply shall be carefully scrutinized with respect to the


factual position and following action will be taken:

i) In case it is found that Contractor is not fully responsible for


delay/default, the Firm may be debarred for participation in AAI
tendering in future for a limited period.

ii) In case, it is established that contractor is fully responsible for


unsatisfactory performance, the Firm may be blacklisted.

21. SUBSTITUTION & WRONG SUPPLIES


Substitution shall be limited to makes meeting technical and functional
requirements. Unauthorised substitution is not permitted and, materials
delivered not complying with the description or quality or supplied in
excess quantity or rejected goods shall be taken back by the bidder firm at
his cost and risk.

22. INSURANCE AND FREIGHT


22.1. The bidder firm shall make arrangements at no additional cost to AAI for
transporting the equipment to the ultimate consignee site as the same has
been included in price quote.
Page 43 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
22.2. Packing lists, consignment details in terms of volume/weight, size, number
of boxes and container load, etc. shall be provided by the bidder firm.
23. DISPATCH OF DOCUMENTS
23.1. Foreign Supplies: The bidder firm shall forward two sets of the following
documents one each to the Executive Director (CNS-P)-I, and ultimate
user sites as per Annexure IX, as soon as goods are dispatched.
a. Invoice (copy)
b. Itemized Packing list with cost of each item. (copy)
c. Proof of dispatch in the form of Bill of Lading or Air-Way bill (Whichever
is applicable) (Copy)
d. Factory Acceptance Test Report or QCD Certificate of OEM, as
applicable.
e. Copy of Insurance of the items.
f. Certificate of the country of origin

23.2. Indian Supplies: The bidder firm shall forward two sets of the following
documents one each to the Executive Director (CNS-P)-I, and ultimate
user sites as per Annexure IX, as soon as goods are dispatched.

a. Invoice (copy)
b. Itemized Packing list with cost of each item. (copy)
c. Proof of dispatch in the form of Transporter Way Bill or Proof of
receipt at site.
d. Factory Acceptance Test Report or QCD Certificate of OEM, as
applicable.
e. Copy of Insurance of the items.

24. TAXES, PERMITS AND LICENCES


24.1. Bidder firm shall be liable to pay any and all Indian/non-Indian taxes,
duties, levies, lawfully assessed against AAI or bidder firm, in
pursuance of the contract. In addition, bidder firm shall be responsible
for payment of all Indian duties, levies and taxes lawfully assessed
against bidder firm for both corporate and personal Income and also all
other taxes, etc. relevant and applicable in respect of his property.
24.2. The bidder firm shall evaluate all possible Indian tax liability on his own.
Foreign bidders not having office in India are to obtain tax withholding
Certificate from Income Tax Department, at its own cost and submit the
same to AAI for release of Payments.
24.3. The payment on account of taxes (other than GST), duties and levies
shall be made by AAI to successful bidder on actual basis against
receipts or the quoted amount, whichever is less.
25. MISCELLANEOUS
25.1. In addition to the above any other information/description, the bidder
firm may wish to provide, like the features/performance figures
specified/indicated shall be with supporting documents/calculations. All
figures indicated by the bidder firm must be fully qualified and subject to
co-ordinate performance.
25.2. AAI reserves the right to change the item quantity to be supplied to the
extent to ± 50 Percent for an item and subject to overall variation of ±
30 Percent of the total contract value of the tendered quantity, at the
time of placement of purchase order.
25.3. Price applicable at the time of placement of purchase order for the
equipment and accessories shall be valid for the period of concurrency
of contract or one year from the date of award of contract, whichever is
later.

Page 44 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
25.4. AAI reserves the right to place repeat order, with the same terms &
conditions as for the first order, and the quantity of repeat order shall
not exceed 50 Percent of quantity supplied in the original order.
25.5. AAI also reserves the right to negotiate or fix charges of Installation &
Commissioning or AMC on pro-rata basis if AAI exercises ± 50 Percent
change in quantities/items.
26. THIRD PARTY INSURANCE
Before commencing the execution of works the contractor (but without
limiting his obligations and responsibilities) shall insure against all
damage, loss or injury, which may occur to any property (including that
of the employer) or to any person, including any employee of the
employer by or arising out of the execution of the works or temporary
works or in carrying out of the contract.
This insurance cover shall be for the period up to system acceptance by
AAI upon issue of Completion Certificate.
27. RATES
Rates shall be quoted clearly for the entire schedule of quantities,
item-wise (Please see notes for guidance of tenderers for filling up the
schedule of quantities).
28. DEVIATION
No deviation on terms & conditions and clauses of NIT shall be
entertained.
29. INSTALLATION AND COMMISSIONING STANDARDS:
a Installation shall be carried out by technically well qualified and certified
personnel as per the requirements.
b Contractor shall not outsource any part of the contract to any other
vendor/third party contractor, without prior written permission of AAI.
c Liability, if any, arising out of such third party contracts to any other vendor
by contractor shall be to contractors account.
d In no case AAI shall be liable on behalf of contractor to any other third
party contractor/Government of India/State/ Regulatory Authorities.
e Any liabilities arising out of such third party contracts by contractor or its
men working at site shall be only to contractors account and shall be
deducted out of its running bills.

Other terms & Conditions

30. When Contract can be Determined


A. Subject to other provision contained in this clause, the Engineer-in-Charge
may, without prejudice to his any other rights or remedy against the
contactor in respect of any delay, inferior workmanship, any claims for
damages and/or any other provisions of this contract or otherwise, and
whether the date of completion has or has not elapsed, by notice in writing
absolutely determine the contract in any of the following cases.
i. If the contractor having been given by the Engineer-in-Charge a notice
in writing to rectify, reconstruct or replace any defective work or that
the work is being performed in any inefficient or otherwise improper or
unprofessional manner shall omit to comply with the requirement of
such notice for a period of seven day thereafter.

ii. If the contractor has, without reasonable cause, suspended the


progress of the work or has failed to proceed with the work with due
diligence so that in the opinion of the Engineer-in-Charge (which shall
be final and binding) he will be unable to secure completion of the
work by the date for completion and continues to do so after a notice

Page 45 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
in writing of seven day from the Engineer-in-Charge.

iii. If the contractor fails to complete the work within the stipulated date or
items of work with individual date of completion, if any stipulated, on or
before such date(s) of completion and does not complete them within
the period specified in a notice given in writing in that behalf by the
Engineer-in-Charge.

iv. In the contractor persistently neglects to carry out his obligations


under the contract and / commits default in complying with any of the
terms and conditions of the contract and does not remedy it or take
effective steps to remedy it within 7 days after a notice in writing is
given to his in that behalf by the Engineer-in-Charge.

v. If the contactor offers or give or agree to give to any person in AAI


service or to any other person on his behalf any gift or consideration of
any kind as an inducement or reward for doing or forbearing to do or
for having done or forborne to do any act in relation to the obtaining or
execution of this or any other contract for AAI.

vi. If the contractor enters into a contract with Airport Authority of India in
connection with which commission has been paid or agreed to be paid
by him or to his knowledge, unless the particulars of any such
commission and the terms of payment thereof have been previously
disclosed in writing to the Engineer-in-Charge.

vii. If the contractor obtains a contract with AAI as a result of wrong


tendering or other non-bonafide methods of competitive tendering.

viii. If the contractor being an individual, or if a firm, any partner thereof at


any time be adjudged insolvent or have a receiving order or order for
administration of his estate made against his or shall take any
proceedings for liquidation or composition (other than a voluntary
liquidation for the purpose of amalgamation or reconstruction) under
any Insolvency Act for the time being in force or make any
conveyance or assignment of his effects for composition or
arrangement for the behalf of his creditors or purport so to do, or if any
application be made under any Insolvency Act for the time being in
force for the sequestration of his estate or if a trust deed be executed
by him for behalf of his creditors.

ix. If the contractor being a company passes a resolution or the court


makes an order that the company shall be wound manager on behalf
of a creditor shall be appointed or if circumstances shall arise which
entitle the court or the creditor to appoint a receiver or a manager or
which entitle the court to make a winding up order.

x. If the contractor suffer an execution being levied on his goods and


allow it to be continued for a period of 21 days.

xi. If the contractor assigns, transfers, sublets (engagement of labour on


a piece-work basis or of labour with materials not to be incorporated in
the work, shall not be deemed to be subletting) or otherwise parts with
or attempts to assign, transfer, sublet or otherwise parts with the entire
work or any portion thereof without the prior written approval of the
Engineer-in-Charge.

When the contractor has made himself liable for action under any of

Page 46 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
the cases aforesaid, the Engineer-in-Charge on behalf of AAI shall
have powers:

a. To determine the contract as aforesaid (of which termination notice in


writing to the contractor under the hand of the Engineer-in-Charge
shall be conclusive evidence). Upon such determination, the Earnest
Money Deposit, Security Deposit already recovered and Performance
Guarantee under the contract shall be liable to be forfeited and shall
be absolutely at the disposal of the AAI.
b. After giving notice to the contractor to measure up the work of the
contractor and to take such whole, or the balance or part thereof, as
shall be un-executed out of his hands and to give it to another
contractor to complete the work. The contractor whose contract is
determined as above shall not be allowed to participate in the
tendering process for the balance work.

In the event of above courses being adopted by the


Engineer-in-Charge, the contractor shall have no claim to
compensation for any loss sustained by him by reasons of his having
purchased or procured any materials or entered into any engagements
or made any advances on account or with a view to the execution of
the work or the performance of the contract. And in case action is
taken under any of the provision aforesaid, the contractor shall not be
entitled to recover or be paid any sum for any work thereof or actually
performed under this contract unless and until the Engineer-in-Charge
has certified in writing the performance of such work and the value
payable in respect thereof and he shall only be entitled to be paid the
value so certified.
B In case, the work cannot be started due to reasons not within the
control of the contractor within 1/8th of the stipulated time for
completion of work, either party may close the contract. In such
eventuality, the Earnest Money Deposit and the Performance
Guarantee of the contractor shall be refunded, but no payment on
account of interest, loss of profit or damages etc. shall be payable at
all.
31. Work to be Executed in Accordance with Specifications, Drawings,
Orders etc.
(i) The contractor shall execute the whole and every part of the work in the
most substance and workman like manner both as regards materials and
otherwise in every respect in strict accordance with the specifications. The
contractor shall also conform exactly, fully and faithfully to the design,
drawings and instructions in writing in respects to the work signed by the
Engineer-in-Charge and the contractor shall be furnished free of charge
one copy of the contract documents together with specifications, designs,
drawings and instructions as are not included in the standard specifications
or in any Bureau of Indian Standard or any other published standard or
code or schedule of Rates or any other printed Publication referred to
elsewhere in the contract. The contractor shall comply with the provisions
of the contract and with the care and diligence execute and maintain the
works and provide all labour and materials, tools and plants including for
measurements and supervisions of all works, structural plans, and other
things of temporary or permanent nature required for such execution and
maintenance in so far as the necessity for providing these, is specified or is
reasonably inferred from the contract. The contractor shall take full
responsibility for adequacy suitability any safety of all the works and
methods of execution.

Page 47 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
(ii) The Engineer-in-Charge shall have power (i) to make alteration in,
omissions form, additions to or substitutions for the original specifications,
drawings, designs and instructions that may appear to him to be necessary
or advisable during the progress of the work, and (ii) to omit a part of the
works in case of non –availability of a portion of the site or for any other
reasons and the contractor shall be bound to carry out the works in
accordance with any instructions given to him in writing signed by the
Engineer-in-Charge such alterations, omissions, additions or substitutions
shall form part of the contract as if originally provided therein and any
altered, additional or substituted work which the contractor may be directed
to do in the manner specified above as part of the works, shall be carried
out by the contractor on the same conditions in all respects including price
on which he agreed to do the main work except as hereafter provided.
32 Deviations /Variations Extent And Pricing
(i) The time for completion of the work shall, in the event of any deviations
resulting in additional cost over the tendered value sum being ordered, be
extended, if requested by the contractor, as follows.

I. In the proportion which the additional cost of the altered, additional or


substituted work, bears to the original tendered value plus

II. 25% of the time calculated in (i) above or such further additional time as
may be considered reasonable by the Engineer-in-Charge.

III. In case of extra deviation substitute items, which are required to be


imported from out of country, the contractor shall be given additional
time of four weeks to deliver items at site.
(ii) Deviation, Extra Items and Pricing
In the case of extra item (s) (items that are completely new, and in
additional to the items contained in the contract) the contractor may within
fifteen days of receipt of order or occurrence of the item(s) claim rates,
supported by proper analysis, for the work and the Engineer-in-Charge
shall within Six weeks of the receipt of the claims supported by analysis,
after giving consideration to the analysis of the rates submitted by the
contractor, determine the rates on the basis of the market rates and the
contractor shall be paid in accordance with the rate so determined.
(iii) Deviation, Substituted Items Pricing
In the case of substituted items, (items that are taken up with partial
substitution or in lieu of items of work in the contract) the rate for the
agreement item (to be substituted) and substituted item shall also be
determined in the manner as mentioned in the following para.

a) If the market rate for the substituted item so determined is more than
the market rate of the agreement item (to be substituted), the rate
payable to the contractor for the substituted item shall be the rate for the
agreement item (to be substituted).

b) If the market rate for the substituted item so determined is less than the
market rate of the agreement item (to be substituted), the rate payable
to the contractor for the substituted item shall be the rate for the
agreement item (to be substituted) so decreased to the extent of the
difference between the market rate of substituted item and the
agreement item (to be substituted).
(iv) Deviation, Deviated Quantities, Pricing
In the case of contractor items, substituted item, contract cum substituted
items, which exceed the limits laid down in contract, the contractor may
within fifteen days of receipt of order of occurrence of the excess, claim

Page 48 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
revision of the rates, supported by proper analysis for the work in excess of
the above mentioned limits, provided that if the rates so claimed are in
excess of the rates specified in the schedule of quantities, of Engineer-in-
Charge shall within Six weeks of receipt of the claims supported by
analysis, after giving consideration to the analysis of the rates submitted by
the contractor, determine the rate on the basis of the market rates and the
contractor shall be paid in accordance with the rates so determined.
(v) The provisions of the preceding paragraph shall also apply to the decrease
in the rates of items for the work in excess of the limits laid down in
contract and the Engineer-in-Charge shall after giving notice to the
contractor within one month of occurrence of the excess and after taking
into consideration any reply received from him within fifteen days of the
receipt of the notice, revise the rates for the work in question within one
month of the expiry of the said period of fifteen days having regards to the
market rates.
(vi) The contractor shall send to the Engineer-in-Charge once every two
months, an upto-date account giving complete details of all claims for
additional payments to which the contractor may consider himself entitled
and of all additional work ordered by the Engineer-in-Charge, which he has
executed during the preceding quarter failing which the contractor shall be
deemed to have waived his right. However, the Executive
Director (CNS-P)-I may authorize consideration of such claims on merits.
(vii) Any operation incidental to or necessarily has to be in contemplation of
tenderer while filing, tender, or necessary for proper execution of the item
included in the Schedule of quantities or in the schedule of rates
mentioned above, whether or not, specifically indicated in the description
of the item and the relevant specifications, Shall be deemed to be included
in the rate quoted by the tenderer or the rate given in the said schedule of
rate, as the case may be. Nothing extra shall be admissible for such
operations.
33. Foreclosure of contract due to Abandonment or Reduction in Scope
of Work
If at any item after acceptance of the tender. AAI shall decide to abandon
or reduce the scope of the works for any reason whatsoever and hence not
require the whole or any part of the work to be carried out, the Engineer-in-
Charge shall give the notice in writing to that effect to the contractor and
the contractor shall act accordingly in the Matter. The contractor shall have
no claim to any payment of compensation or otherwise whatsoever, on
account of any profit or advantage which he might have derived from the
execution of the works in full nut which he did not derive in consequence of
the foreclosure of the whole or part of the works.
The contractor shall be paid at contract rates, full amount for works
executed at site and in addition, a reasonable amount as certified by the
Engineer-in-Charge for the item hereunder mentioned which could not be
utilized on the work to the full extend in view of the foreclosure:
i. Provided that the contractor shall be paid the cartage charges only of
materials actually and bonafide brought to the site of work by the
contractor and rendered surplus and then taken back by the
contractor, provided AAI shall have the option to take over
contractor’s materials or any part thereof either brought to site or of
which the contractor is legally bound to accept delivery from
suppliers (for incorporation in or incidental to the work). For materials
taken over or to be taken over by AAI. Cost of such materials as
detailed by Engineer-in-Charge shall be paid. The cost shall,
however, take into account purchase price cost of transportation and
deterioration or damage which may have been caused to materials
whilst in custody of the contractor.

Page 49 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

ii. If any materials supplied by AAI are rendered surplus, the same
except normal wastage shall be returned by the contractor to AAI at
rates not exceeding those at which these were originally issued, less
allowance for any deterioration or damage which may have been
caused whilst the materials were in the custody of in contractor. In
addition, cost of transporting such materials from site to AAI stores, if
so required by AAI, shall be paid.
The contractor shall, if required by the Engineer-in-Charge, furnish to
him book of account and other relevant documents and evidence as
may be necessary to enable him to certify the reasonable amount
payable under this condition.
34. Suspension of Work
i. The contractor shall, on receipt of the order in writing of the Engineer-
in-Charge, (whose decision shall be final and binding on the contractor)
suspend the progress of the works or any part thereof for such time
and in such manner as the Engineer-in-Charge may consider
necessary so as not to cause any damage or injury to the work already
done or endanger the safety thereof for any of the following reasons:
a) On account of any default on the part of the contractor or;
b) For proper execution of the works or part thereof for
reasons other than the default of the contractor; or
c) For safety of the works or part thereof.

The contractor shall, during such suspension, properly protect and secure
the works to the extent necessary and carry out the instructions given in
that behalf by the Engineer-in-Charge

(ii) If the suspension is ordered or reasons (b) and (c) in sub –para (i)
above:

a) The contractor shall be entitled to an extension of time equal to the


period of every such suspension PLUS 25% for completion of the
item or group of items of work for which a separate period of
completion is specified in the contract and of which the suspended
work forms a part, and;

b) The total period of all such suspensions in respect of an item or


group of items or work for which a separate period of completion is
specified in the contract exceeds thirty days, the contractor shall, in
addition, be entitled to such compensation as the Engineer-in-
Charge may consider reasonable in respect of salaries and /or
wages paid by the contractor to his employees and labour at site,
remaining idle during the period of suspension, adding thereto 2%
to cover indirect expenses of the contractor provided the contractor
submits his claim supported by details to the Engineer-in-Charge
within fifteen days of the expiry of the period of 30 days.

(iii) If the works or part thereof is suspended on the orders of the


Engineer-in-Charge for more than three months at a time, except
when suspension is ordered for reasons (a) in sub-para (i) above,
the contractor may after receipt of such order serve a written notice
on the Engineer-in-Charge requiring permission within fifteen days
from receipt by the Engineer-in-Charge of the said notice, to
proceed with the work or part thereof in regards to which progress
has been suspended and if such permission is not granted within

Page 50 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
that time, the contractor, if he intends to treat the suspension,
where it affects.

Only a part of the works as on omission of such part by AAI or


where it affects whole of the works, as an abandonment of the
works by AAI, shall within ten days of expiry of such period of 15
days give notice in writing of his intention to the Engineer-in-
Charge. In the event of the contractor treating the suspension as an
abandonment of the contract by AAI, he shall have no claim to
payment of any compensations on account of any profit or
advantage which he might have derived from the execution of the
work in full but which he could not derive in consequence of the
abandonment. He shall, however, be entitled to such
compensation, as the Engineer-in-Charge may consider
reasonable, in respect of salaries and/or wages paid by him to his
employees and labour at site, remaining idle in consequence
adding to the total thereof 2% to cover indirect expenses of the
contractor provided the contractor submits his claim supported by
details to the Engineer-in-Charge within 30 days of the expiry of the
period of 3 months.

Provided, further, that the contractor shall not be entitled to claim


any compensation from AAI for the loss suffered by him on account
of delay by AAI in the supply of materials in Section ‘B’ where such
delay is covered by difficulties relating to the supply of wagons,
force majeure including non-allotment of such materials by
controlling authorities, act of God, acts of enemies of the
state/country or any reasonable cause beyond the control of the
AAI.
35. Contractor to Supply Tools & Plants etc.
The contractor shall provide at his own cost all materials (except such
special materials, if any, as may in accordance with the contract be
supplied from the Engineer-in-Charge’s stores) machinery, tools & plants
as per contract. In addition to this, appliances, implements, other plants
ladders, cordage, tackle scaffolding and temporary works required for the
proper execution of the work, whether original altered or substituted and
whether included in the specifications or other documents forming part of
the contract or referred to in these conditions or not, or which may be
necessary for the purpose of satisfying or complying with the requirements
of the Engineer-in-Charge as to any matter as to which under these
conditions he is entitled to be satisfied or which he is entitled to require
together with carriage therefor to and from the work the contractor shall
also supply without charge the requisite number of persons with the means
and materials, necessary for the purpose of setting out works, and
counting, weighting and assisting the measurement for examination at any
time and from time to time of the work or materials. Failing his so doing,
the same may be provided by the Engineer-in-Charge at the expense of
the contractor and the expenses may be deducted, from any money due to
the contractor, under this contract or otherwise and/or from his security
deposit or the proceeds of sale thereof, or of a sufficient portions thereof.
36. With-holding and lien in respect of sums due from contractor
(i) Whenever any claims for payment of a sum of money arises out of or
under the contractor or against the contractor, the Engineer-in-Charge
or the AAI shall be entitled to withhold and also have a lien to retain
such sum or sums in whole or in part from the security, if any
deposited by the contractor and for the purpose aforesaid, the
Engineer-in-Charge or the AAI shall be entitled to withhold the security
deposit if any, furnished as the case may be and also have lien over
Page 51 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
the same pending finalization or adjudication of any such claim. In the
event of the security being insufficient to cover the claimed amount or
amounts or if so security has been taken from the contractor, the
Engineer-in-Charge or the AAI shall be entitled to withhold and have
lien to retain to the extent of such claimed amount or amounts referred
to above from any sum or sums found payable or which may at any
thereafter become payable to the contractor under the same contract
or any other contract with the Engineer-in-Charge of the AAI or any
contracting person through the Engineer-in-Charge pending
finalization of adjudication of any such claim.

(ii) It is an agreed term of the contract that the sum of money or moneys
so withheld or retained under the lien referred to above by the
Engineer-in-Charge or AAI will be kept withheld or retained as such by
the Engineer-in-Charge or AAI till the claim arising out of or under the
contract is determined by the arbitrator. (If the contract is government
by the arbitration clause) by the competent court, as the case may be
and that the contractor will have no claim for interest or damages
whatsoever on any account in respect of such withholding or retention
under the lien referred to above and duly notified as such to the
contractor. For the purpose of this clause, where the contractor is a
partnership firm or a limited company, Engineer-in-Charge or the AAI
shall be entitled to withhold and also have a lien to retain towards
such claimed amount or amounts in whole or in part from any sum
found payable to any partner/ limited company as the case may be,
whether in his individual capacity or otherwise.

(iii) AAI shall have the right to cause an audit and technical examination of
the works and the final bills of the contractor including all supporting
vouchers, abstract, etc., to be made after payment of the final bill and
if as a result of such audit and technical examination any sum is found
to have been overpaid in respect of any work done by contractor
under the contract or any work claimed to have been done by the him
under the contract and found not to have been executed, the
contractor shall be liable to refund the amount of over payment and it
shall be lawful for AAI to recover the same from him in the manner
prescribed in sub-clause (i) of this clause or in any other manner
legally permissible; and if it is found that contractor was paid less than
what was due to him under the contract in respect of any work
executed by him under it, the amount of such under payment shall be
duly paid by AAI to the contractor, without any interest thereon
whatsoever.

Provided that the AAI shall not be entitled to recover any sum overpaid,
nor the contractor shall be entitled to payment of any sum paid short where
such payment has been agreed upon between the Executive
Director (CNS-P)-I / General Manager Airport Systems on the one hand
and the contractor on the other under any term of the contract permitting
payment for work after assessment by the Executive Director (CNS-P)-I /
General Manager Airport System.

37 Lien in respect of claims in other Contracts


Any sum of money due and payable to the contractor (including the
security deposit returnable to him) under the contract may be withheld or
retained by way of lien by the Engineer-in-Charge against any claim of the
Engineer-in-Charge or AAI or such other person or persons in respect of
payment of a sum of money arising out of or under any other contract

Page 52 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
made by the contractor with the Engineer-in-Charge or the AAI or with
such other person or persons.
It is an agreed term of the contact that the sum of money so withheld or
retained under this clause by the Engineer-in-Charge or the AAI will be
kept withheld or retained as such by the Engineer-in-Charge or the AAI or
till his clam arising out of the same contact or any other contract is either
mutually settled or determined by the arbitration clause or by the
competent court, as the case may be and that the contractor shall have no
claim for interest or damages whatsoever on this account or on any other
ground in respect of any sum of money withheld or retained under this
clause and duly notified as such to the contractor.
38 Return of Surplus materials
Notwithstanding anything contained to the contrary in this contract, where
any materials of the execution of the contract are procured with the
assistance of AAI either by issue from AAI stock or purchase made under
orders or permits or licenses issued by AAI, the contractor shall hold the
said materials economically and solely for the purpose of the contract and
not dispose of them without the written permission of the AAI and return, if
required by the Engineer-in-Charge, all surplus or unserviceable materials
that may be left with him after the completion of the contract or at its
termination for any reason whatsoever on being paid or credited such
prices as the Engineer-in-Charge shall determine having due regard to the
condition of the materials. The price allowed to the contractor however
shall not exceed the amount charged to him excluding the element of
storage charges. The decision of the Engineer-in-Charge, shall be final
and conclusive. In the event of breach of the aforesaid condition, the
contractor shall in addition to through himself open to action for
contravention of the terms of the license or permit and / or for criminal
breach of trust, be liable to AAI for all moneys, advantages or profits
resulting or which in the usual course would have resulted to him by
reason of such breach.
39 Carrying out part work at risk & cost of contractor
If contractor:

a. At any time makes default during currency of work or does not


execute any part of the work with due diligence and continues to do
so even after a notice in writing of 7 days in this respect from the
Engineer-in-Charge or

b. Commits default in complying with any of the terms and conditions


of the contract and does not remedy it or takes effective steep to
remedy it within 7 days even after an notice in writing is given in
that behalf by the Engineer-in-Charge; or Fails to complete the
work(s) or items of work with individual dates of completion, on or
before the date(s) so determined, and does not complete them
within the period specified in the notice given in writing in that
behalf by the Engineer-in-Charge. The Engineer-in-Charge may,
without prejudice to any other applicable contract clause right or
remedy against the contractor which have either accrued or accrue
thereafter to Government, by a notice in writing to take the park
work / part incomplete work of any item(s) out of his hands and
shall have power to:

(a) Take possession of the site and any materials, constructional


plant, implements, stores etc., thereon, and/or
(b) Carry bout the part work /part incomplete work of any item(s) by
any means at the risk and cost of the contractor.

Page 53 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

The Engineer-in-Charge shall determine the amount, if any, is recoverable


from the contractor for complete of the part work/part incomplete work of
any item(s) taken out of his hands and execute at the risk and cost of the
contractor, the liability of contractor on account of loss or damage suffered
by Government because of action under this clause shall not exceed 10%
of the tendered value of the work.

In determining the amount, credit shall be given to the contractor with the
value of work done in all respect in the same manner and at the same rate
as if it had been carried out by the original contractor under the terms of
his contract, the value of contractor’s materials taken over and
incorporated in the work and use of the plant and machinery belonging to
the contractor. The certificate of the Engineer-in-Charge as to the value of
work done shall be final and conclusive against the contractor provided
always that action under this clause shall only be taken after giving notice
in writing to the contractor. Provided also that if the expenses incurred by
the department are less than the amount payable to the contractor at his
agreement rates, the difference shall not be payable to the contractor.

In the event of above course being adopted by the Engineer-in-Charge the


contractor shall have no claim to compensation for any loss sustained by
him by reason of his having purchased or procured any materials or
entered into any engagements or made any advance on any account or
with a view to the execution of the work or the performance of the
contract.”
40 Monitoring the Performance of the contractor:

Performance of the Contractor shall be monitored by AAI on regular basis.


The delay/default shall be examined and if required a ‘show cause’ Notice
shall be issued to the Contractor bringing out the short-comings and
default.

The contractor’s reply shall be carefully scrutinized with respect to the


factual position and following action will be taken:

i) In case it is found that Contractor is not fully responsible for


delay/default, the Firm may be debarred for participation in AAI
tendering in future for a limited period.

ii)In case, it is established that contractor is fully responsible for


unsatisfactory performance, the Firm may be blacklisted.
41 Special Conditions of contract
i. Foreign bidders must submit an undertaking as per the format
given in Annexure-XIII that they would employ and train Indian
personnel to the maximum possible extent in commissioning and
only Indian personnel in operation and maintenance.
ii. Contract Agency shall give details of persons to be deployed for
Supply, Operation and maintenance of the equipment and obtain
prior clearance from AAI before their deployment for this work.
AAI reserves the right to reject the application of person(s)
submitted for engagement without assigning any reason thereof
iii. In case the contracting firm is found indulging in acts inimical to
India’s national security, the license/tender/ contract will be
terminated.

Page 54 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

Declaration:

The terms and conditions given in Section-B given in the Tender Document are read, understood
and hereby accepted unconditionally and shall be complied with. I/We agree to abide by the
Terms and Conditions contained in this section of Tender Document and shall form part of
contract conditions and provisions. I/We hereby unconditionally accept(s) these Terms and
Conditions of AAI’s tender documents in its entirety for the Tender No. (AS)-14/2018-19 for
“Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with 03 years onsite
warranty with spares” and not stipulated any condition(s) in our tender offer. In case any
condition(s) are found in our tender offer, the same shall be treated as withdrawn.

Signature of Bidder firm authorized Signatory

Name: ………………………………………………..…...

On behalf of: ……………….……………………………

Firms Stamp: …….…………………………………..…

Page 55 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

SECTION- C: SCOPE OF WORK, TECHNICAL & QUALITATIVE REQUIREMENTS

NOTE:

The tenderer shall submit only one proposal that meets the specification of this tender
document, indicating clearly the make and model of each item of equipment being offered.
Other product or alternative offer shall not be accepted or considered for evaluation. In
respect of different items of equipment required for the system, only the offered item of each type
of equipment shall be submitted in the technical bid. Any tenderer who submits complete range of
models for each individual item of equipment or offers multiple alternatives as a choice for
individual item without clearly indicating the model that is actually offered for this work, shall have
his tender out-rightly rejected without any correspondence.

i) For stating compliance: Write “C” in the third column below.


ii) For stating Non-compliance: Write “NC” in the third column below.
iii) For stating Partial compliance or conditional compliance: Write “PC” in the third column
below.
iv) Against each compliance statement, write specific Para and page of supporting technical
documentation (from which the stated compliance could be verified in fourth column below).
v) Specifications of the equipment better than those mentioned below shall be accepted.

The specifications detailed hereunder are the minimum requirements. Bidders may offer
System/Equipment/Accessories/Software of better specifications as per system design proposed
by the bidder. However, no preference or weightage shall be given to bidder for offering such
System/Equipment/Accessories/Software of specifications higher than the tender specification.

S. No. Requirement Statement of Reference page


compliance & para no. of
supporting
document (as
per Section-A
Para 4.3)
1. Scope of work:
A The Bidder shall supply, integrate, test and
commission Non-Linear Junction Detector
(NLJD), complete with all accessories, etc.
options, overseas patents with 03 Years
onsite warranty, onsite training and
documentation as specified in the tender at
AAI owned Ultimate User consignee sites as
per Annexure IX & should confirm to
minimum specifications of BCAS Circular
02/2007 Appendix “G”.
2 General specifications:
A The contractor shall supply Non-Linear Junction
Detector (NLJD) at various Airports in India in
accordance with the operating concept and
performance specifications detailed herein.
B The contractor shall furnish all equipment, parts,
material, and any other supply required to
satisfactorily effect the complete installation of the
proposed system in a professional manner.
C Fully competent workmen shall perform the work
herein specified in a thorough professional

Page 56 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
manner. All materials furnished by the contractor
shall be new, and shall confirm to applicable
Indian standards or any International standards.
D All fastening and supports shall be adequate to
support their loads with a safety factor of THREE.
All switches, connectors, outlets etc. shall be
clearly, logically and permanently marked during
installation. Adhesive tape markers & screen-
printed markers liable to erasure during use will
not be accepted.
E The contractor shall take such precautions that
are necessary to guard against electromagnetic
and electrostatic interference, provide adequate
ventilation and install the equipment ensuring
maximum safety to the operators and other
personnel in the area.
F Care shall be taken in wiring so as to avoid
damage to cables and equipment. All joints and
connections shall be made with resin-cored
solder and/or with suitable connectors. All wiring
shall confirm to the code of practice for electrical
wiring/installations.
G All cables shall be marked and colour coded for
easy identification. Proper cable ends or plugs/
sockets/multi-pin connectors shall be used for
ending of each cable. Cable ends & terminating
points shall be marked in such a way that it can
be connected without referring to the Technical
Manual every time.
H Cost of connectors and other accessories
required for completion of work is deemed to be
included in the quoted prices.
I The system shall be designed to work from 230V
50Hz AC Mains supply or battery as required.
Fluctuation of voltage up-to 10% or any other
type of transients should not cause
malfunctioning of operational functions or affect
the working of the system in any way.

J Equipment should have rugged weather proof


construction and shall consist of plug-in sub-
assembly units or cards so that fault could be
located by eliminating/ substitution process.

K While designing the system, particular attention


should be given to the maintenance part.
Mechanical designs shall be such that all the
inside components of different units of the system
are clearly visible & easily approachable for the
purpose of testing & servicing the units. Modular
concept using Plug-in type of modules shall be
used. Wires used for interconnecting these PCBs
shall be neatly bunched and routed. These wires
shall be connected to the PCBs through multi-pin,
plug-in type of connectors to facilitate easy
removal of PCBs for servicing.
L Test points are to be provided & marked at all the

Page 57 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
required points in the equipment units/
installations. Voltages/data flow chart etc. shall
be given in the technical manual.
M OEM and bidders shall clearly state in their
documents deviations if any, from AAI
requirements.
N It is clearly spelt in this tender that the bidder
shall be responsible for :
a) Supply items as per specification in Section C
to all AAI owned ultimate user consignee sites
with necessary documentation & accessories.
b) To provide Training, Documentation,
Guarantee/Warranty at each AAI owned ultimate
user consignee sites.

3 Technical specifications:
3.1 The Non-Linear Junction Detector (NLJD) is
intended for searching devices containing
semiconductors. The equipment should have the
capability for simultaneous reception of the
second and third harmonics of the probe signal
and provision for audio & video indication for the
operator to identify the semiconductors and
bimetal / corrosive junctions
3.2 Weight of operational unit: Should not exceed 6
Kg including battery.
3.3 Telescopic Pole: Should be of collapsible type
with a minimum extended length of 80 cms and
should have firm clamps fasteners
3.4 Operational Environment

a) Operating temperature: between 0° C to 50° C


b) Storage temperature: -20° C to + 70° C
c) Humidity: 90% at 30° C

3.5 Technology: State of art technology using


Digital signal processing (DSP)
3.6 Transmitted Power: RF power variable from 100
milliwatts to 5 watts and to be

i. DSP controlled
ii. ii. Manually selected

3.7 Operating frequency: Spectrally pure RF


fundamental frequency between 850 MHz and
1005 MHz.
3.8 Receiver sensitivity: -130 dbm or better

3.9 Transmitter / Receiver antenna Polarization:


Linear / Circular configuration
3.10 Display

i. LED Bar graph in the sweep head for the


measurement of received signal strength of
the 2nd and 3rd Harmonic.
i. LCD Display on control unit panel for the
indication of strength of both 2nd & 3rd

Page 58 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
harmonics, battery status and modes of
operation.
3.11 Mode of operation: Should have operational
modes likely comparison, 2nd & 3rd harmonics
3.12 Audio Alarm: Provision from in built and
detachable head phone (s)
3.13 False alarm rate: Less than 3 %

3.14 EMI Interference: Should not activate radio


controlled devices with operating frequency within
HF/VHF range in close proximity
3.15 Power Requirement:
i. Should operate on rechargeable DC power
supply
ii. Battery charger designed for fast recharging
3.16 Operating time: Should work continuously for 04
Hours at optimum RF power output.
3.17 Discrimination of semiconductor junction &
corrosive / bimetal junctions: Should be
capable to detect and identify semiconductor &
corrosive /bimetal junction
3.18 Detection Capability: The NLJD should be
capable of real time detection of all kinds of
semiconductor devices such as: diodes,
transistors, integrated circuits, microprocessors,
micro controllers, diacs, triacs, thermistors,
thyristors.
3.19 Detection range: The equipment should have
long range detection of devices with
semiconductor corrosive / bimetal junction
components buried under various types of Dry
soil / wet soil. The minimum (qualifying) range of
detection for specimen devices buried under
Dry/wet soil conditions are as under:

Sl Specimen Depth under


No Dry Soil Wet Soil
(in inches) (in inches)
1 Single diode 8 5
2 Single Transistor 6 4
3 IC Chip 8 4
4 Two Transistor 19 7
circuit
5 Digital Watch 10 7
6 Micro processor 10 7
7 Electronic Delay 15 9
circuit
8 Any Other 18 12
Electronic
Devices /
Circuits/
semiconductor
corrosive /
bimetal junction
components
3.2 All types of accessories, expandable and
consumable items, connecting cables essential

Page 59 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
with one set of spare cables, operators Manual,
Service Manual and Recovery software CD /DVD
3.21 Validity and authenticity of lab test reports
and certificates:
(a) OEM to provide the latest lab test reports
from a National / International accredited Lab.
The OEM should also confirm that no product
changes related to ballistic rating/ testing or
material have taken place since the last test.

(b) All the test reports and certificates must


invariably have the name address, web site,
e-mail address and contact Numbers of the
testing agencies / lab. There should also be a
point of contact provided for each testing lab.
3.22 COMMISSIONING AND TESTING
Testing & Commissioning shall be carried out by
trained Engineer as per Manufacturer (OEM)
recommendations and guidelines in true
professional manner. Any accessories or part
items required to complete the installation
satisfactorily shall be included.
3.23 MAINS POWER SUPPLY
3.23.1 Complete offered equipment shall operate with
an interrupted AC power 230 Volts (±10%) single
phase 50 Hz ± 5%. Reliable over voltage and
over current protection circuits shall be provided
in the power supply units of offered solution. The
power supply units in complete offered solution
shall be self-protecting, and protect connected
equipment against conducted interference,
noise, voltage dips and surges & impulses.
3.23.2 Mains Power Supplies used in offered
solution/equipment shall be rugged enough to
withstand variation in mains voltage and
frequency over a long period of time so that the
failures in the equipment due to power supply
are minimized.
3.24 RELIABILITY
3.24.1 To ensure high availability and high reliability, the
offered equipment design by the bidder and its
OEM partner shall employ the most suitable
engineering techniques, materials and
dependable components, field proven design
and rigorous inspection during manufacturing to
ensure a very high MTBF (Mean Time between
Failures) of equipment.
3.24.2 The offered equipment by the bidder and its
OEM partner shall indicate the MTBF. The basis
of these shall be clearly defined.
3.25 INSTALLATION STANDARDS:
3.25.1 Contractor shall depute suitable technically
qualified and certified personnel for
demonstration of the NON-LINEAR JUNCTION
DETECTOR (NLJD) and accessories, as per the
OEM recommendations and requirements.

Page 60 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
3.25.2 Contractor shall not outsource any part of the
contract to any other vendor/third party
contractor, without prior written permission of
AAI,
3.25.3 Liability, if anything, arising out of such third
party contracts to any other vendor by contractor
shall be to contractors account.
3.25.4 In no case AAI shall be liable on behalf of
contractor to any other third party
contractor/Government of India/State/ Regulatory
Authorities.
3.25.5 Any liabilities arising out of such third party
contracts by contractor or its men working at site
shall be only to contractors account and shall be
deducted out of its running bills.
3.25.6 Contractor shall submit Police Verification
Certificates for Airport Entry Permit required for
contractor’s personnel to work at AAI premises.
3.26 TESTING AND COMMISSIONING
STANDARDS:
3.26.1 Testing and commissioning shall be carried out
by technically well qualified and contractor’s
certified personnel as per the OEM guidelines
and requirements.
3.26.2 All Bidder firms are required to submit the
Standard Operating Procedures (SOP)
prescribed by the manufacturer (OEM) to AAI
along with their bid.

3.27 QUALITY ASSURANCE STANDARD


3.27.1 The contractor shall use Quality Assurance
procedure compliant with ISO 9001 Quality
Management and Assurance standards, for
System Design, Development, Manufacturing,
Testing and Servicing.
3.28 TECHNICAL MANUALS/ DOCUMENTATION
3.28.1 All manuals and documents shall be in English
language and in such a way that a qualified
engineer/technician is able to fully understand and
do the preventive as well as breakdown
maintenance with the help of these manuals.
3.28.2 The Operation and Technical manuals of offered
NON-LINEAR JUNCTION DETECTOR (NLJD)
and Accessories should also be supplied along
with the technical bid for technical evaluation.
3.28.3 The contractor shall provide one complete set
(Hard Copy & Soft Copy on CD/DVD/USB) of the
following documents with each system to be
supplied:
a. Block diagram of the system with brief
descriptions.
b. Working diagram of the complete system.
c. Servicing/Maintenance Instructions including
preventive Maintenance schedule. Indicate
type of test equipment to be used for
maintenance.
d. Trouble shooting chart with proper test

Page 61 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
sequence, Voltage and data at various test
points.
3.28.4 Contractor shall provide one set of Operation
manual for each NON-LINEAR JUNCTION
DETECTOR (NLJD) at the time of testing &
commissioning, at each airport.
3.29 TRAINING
3.29.1 Operation Usage Training:
a) The bidder shall provide Operation Usage
Training to the minimum 05 officials nominated by
AAI at each site for 02 days.
b) The operational training shall be designed and
structured so that on successful completion of the
training the participants shall be able to perform:

i. Basics of NON-LINEAR JUNCTION


DETECTOR (NLJD).
ii. Understanding system is functional or not.
iii. Basic fault /fault log monitoring.
iv. Logging into the system.
v. Operation

3.29.2 Operation, Technical and Maintenance


Training:
The bidder firm along with OEM Partner Firm, shall
provide Technical and Maintenance Training to
minimum 05 AAI executives at respective site
(Annexure IX) as per details given below:
a. Basics of NON-LINEAR JUNCTION
DETECTOR (NLJD)s
b. System setting up and Configuration of
offered system
c. Preventive maintenance of the system
d. Configuration, calibration and operation of the
system with the help of the documents and
software supplied along with the NON-
LINEAR JUNCTION DETECTOR (NLJD)
e. Fault isolation up to Card/Module level using
diagnostic tools and general purpose test
equipment
f. Installation procedures for system hardware &
software, configuration recovery, reloading of
software drivers/modules of operating system
and application software
3.29.3 The bidder and OEM firm shall identify the
prerequisite for the trainees for each of the
training program. Complete training syllabus shall
be submitted by the bidder in consultation with
OEM in the technical bid.

3.29.4 TRAINING MATERIALS:


b. The various training courses to be provided by
the bidder’s shall be supported by the provision
to the trainee's adequate number of training
documentation and training aids.
c. To enable the maximum value to be derived
from the training, it is mandatory that all the

Page 62 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
necessary training documentation and materials
(e.g. software documentations equipment
handbooks, training manuals) shall be made
available to AAI trainees undergoing the
relevant training course conducted by the
contractor.
d. All training instructions and document during
training and on the job training shall be written in
English language.
e. The contractor shall arrange and conduct
training by the most efficient and effective
techniques with qualified and experienced
personnel.
f. Complete training syllabus along with the
recommended duration for each of the training
programs shall be submitted by the bidder in the
Technical Bid.
PROCEDURE TO BE FOLLOWED BY THE
4
TENDERER AFTER AWARD OF WORK
4.1 Contractor, on award of work, shall contact the
AAI Engineer In-Charge & sign agreement on
non-judicial stamp paper of appropriate amount.
4.2 A work-schedule chart/bar-chart indicating the
time schedule for commencement of various
activities of work like inspection & delivery of
materials, commencement of work, completion of
work etc. required for the execution & timely
completion of work shall be submitted by the
tenderer to the Engineer-in charge for approval
within fifteen days of the date of acceptance of
the tender.
4.3 It shall be the responsibility of the contractor to
adhere to this work-schedule and complete the
work in the specified time. Any deviation from this
schedule, for any reason, shall be brought to the
notice of the Engineer-In-Charge immediately to
enable the Engineer-In-Charge take corrective
action for achieving the timely completion of
work. Failure to submit the work-schedule chart
within the specified time or meeting the various
committed deadlines shall be treated as delay on
the part of the tenderer and shall be dealt as per
Section-B Clause 5 of the Conditions of Contract
unless the said work is completed in the
scheduled time.

4.4 The Contractor shall at all times, during the


period of execution of works keep in mind the
specified completion time and other terms &
conditions of contract as specified in the NIT
which is, and shall remain the essence of the
contract. On completion of the installation, the
tenderer shall conduct a system acceptance test.

4.5 The Contractor shall rectify any deficiencies


encountered during the acceptance tests, at no
additional cost to AAI.

Page 63 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

4.6 AGREEMENT
Contractor or his authorised representative, within one
week of award of work, shall contact the AAI Engineer-In-
Charge & sign agreement on non-judicial stamp paper of
appropriate amount.
These terms & conditions shall form part of the agreement.
The contractor shall sign the separate agreement for
guarantee & defects liability period of the system.
Executive Director (CNS-P)-I, AAI, CHQ, shall sign
agreement, on behalf of AAI.
4.7 CORRUPT PRACTICES: The contractor shall not offer or
give or agree to give to any person in the employment of
AAI (the Purchaser) or working under the orders of the
Purchaser any gift or consideration of any kind as an
inducement or reward for doing or forbearing to do or
having done or for borne to do any act in relation to the
obtaining or execution of the contract or any other contract
with the purchaser or for showing or forbearing to show
favour or disfavour to any person in relation to the contract
or any other contract with the purchaser. Any breach of the
aforesaid condition by the Contractor, or any one employed
by him or acting on his behalf whether with or without the
knowledge of the Contractor, or by any one employed by
him or acting on his behalf shall entitle the Purchaser to
cancel the Contract and all or any other Contracts with the
Contractor and to recover from the Contractor the amount
of any loss arising from such cancellation in accordance
with the provisions of this contract.

Declaration:

The terms and conditions given in Section C given in the Tender Document are read, understood
and hereby accepted unconditionally and shall be complied with. I/We agree to abide by the
Terms and Conditions, contained in this section of Tender Document and shall form part of
contract conditions and provisions. I/We hereby unconditionally accept(s) these Terms and
Conditions of AAI’s tender documents in its entirety for the Tender No. (AS)-14/2018-19 for
“Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with 03 Years Onsite
Warranty with Spares”.

It is certified that I/we have not stipulated any condition(s) in our tender offer. In case any
condition(s) are found in our tender offer, the same shall be treated as withdrawn.

Signature of Bidder firm authorized Signatory


Name: ………………………………………………..…...
On behalf of: ………………….…………………………
Firms Stamp: .….…………………………………..….

Page 64 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
ANNEXURE- I

PROFORMA FOR SUBMITTING ELIGIBILITY REQUIREMENT UNDERTAKING FOR


SUBMITTING BID

[TO BE SUBMITTED WITH ELIGIBILITY CRITERIA (ENVELOPE “A”)]

To,
Executive Director (CNS-P)-I
Airports Authority of India
Rajiv Gandhi Bhawan
Safdarjung Airport
New Delhi - 110 003

Subject: Submission of Bid – Tender No: (AS)-14/2018-19

Name of work: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with 03


Years Onsite Warranty with Spares.

Sir,
Having examined the conditions of contract and specifications including addenda, I/we, the
undersigned, offer to undertake Tender No. (AS)-14/2018-19 - Supply of 39 Numbers of
Non-Linear Junction Detector (NLJD) with 03 Years Onsite Warranty with Spares, in
conformity with the specifications, terms & conditions of Tender.

1. I/We agree to abide by the terms and provisions of the said conditions of the contract and
provisions contained in the notice inviting tender and Price Bid. I/We hereby unconditionally
accept the tender conditions of AAI’s tender documents in its entirety for the above work. It is
certified that I/we have not stipulated any condition(s) in our Price offer. In case any
condition(s) are found in our tender offer, the same may be treated as withdrawn.

2. E- Bid response submitted by us is prepared as per the tender document and submitted on
CPP portal.

3. We understand that AAI is not bound to accept the lowest or any bid. AAI may change, at its
discretion tendered quantities maximum by ± 50 percent.

4. I/We hereby submit the earnest money of Rs………………. for the tender for the above
mentioned work.

5. That, I/We declare that I/We have not paid and shall not pay bribe to any officer of AAI for
awarding this contract at any stage during its execution or at the time of payment of bills, and
further if any officer of AAI asks for bribe/gratification, I shall immediately report it to the
Appropriate Authority in AAI.

6. That, I/We undertake that AAI’s tender document shall form part of contract agreement.

7. We understand that only the Prices quotes available to AAI on opening of Price Bid at CPP
portal (without conditions and options) shall only be taken for Price Comparison.
8. We also undertake that we are offering only make and model of Hardware & Software
solution in conformity to Make, Model, Type, Quantity and Quality of the equipment against
Section C of Technical Bid, for which compliance statement is submitted for perusal and
have quoted Prices on CPP portal for the same.

Contd .. 2

Page 65 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
9. Bid submitted on CPP portal are as per the instructions contained in Section A, B & C of
Tender and we also understand that if it is found to be contrary our Bid offer stands
summarily rejected by AAI.

Thanking you,
Yours faithfully,

Dated:
Signature of the bidder
Name: _______________________
Telephone: __________________
Fax: _________________________
E-mail: ______________________
Stamp: ______________________
Witness: ......................
Signature: ....................
Address: ......................

List of enclosures:

a.

b.

Note: This duly filled in undertaking shall be submitted in the ENVELOPE “A” without
which the bid of the bidder firm shall be liable for rejection.

Page 66 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
ANNEXURE – II
PROFORMA FOR EMD - BANK GUARANTEE
(On Non-judicial stamp paper of Rs.100.00)
The Chairman
Airports Authority of India
CHQ, Rajiv Gandhi Bhawan
Safdarjung Airport
New Delhi- 110 003 (INDIA)

Dear Sir,

We ___________________________________________(full name of the banker) hereby


refer to the tender for Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with 03
Years Onsite Warranty with Spares between the Airports Authority of India as purchaser and
M/s. _______________________________ (fill in the name of bidder) as bidder providing in
substance for the provision for Non-Linear Junction Detector (NLJD) at various airports as
particularized in said tender, to which specific reference is made. Under the terms of said tender,
the bidder is required to provide a bank guarantee in a form acceptable to the purchaser for the
amount of Rs. ________ on account of EMD.

In view of the foregoing and pursuant to the terms of the said tender, which tender is
referred to and made a part thereof as fully and to the same extent as if copied at length hereon,
we hereby absolutely and unconditionally guarantee to the purchaser, performance of the terms
and conditions of the said tender. The guarantee shall be construed as an absolute, unconditional
and direct guarantee of the performance of the tender without regard to the validity, regularity or
enforceability of any obligation of the parties to the tender.

The purchaser shall be entitled to enforce this guarantee without being obliged to resort
initially to any other security or to any other remedy to enforce any of the obligations herein
guaranteed any shall pursue any or all of its remedies at one or at different times. Upon default of
the tender, we agree to pay to the purchaser on demand and without demur the sum of
Rs.___________ or any part thereof, upon presentation of a written statement by the purchaser
that the amount of said demand represents damages due from the bidder to the purchaser by
virtue of breach of performance by the bidder under the terms of the aforesaid tender. The
determination of the fact of breach and the amount of damages sustained and or liability under the
guarantee shall be in the sole discretion of the purchaser whose decision shall be conclusive and
binding on the guarantor.

It is mutually agreed that the purchaser shall have the fullest liberty without affecting in any
manner our obligation hereunder with or without our consent to vary any of the terms of the said
tender or to extend the time for performance by the bidder, from time to time any of the powers
exercisable by the purchaser against the tender and either to forebear or on force any of the terms
and conditions relating to the said tender and we shall not be relieved from our liability by reasons
of any variation of any extension being granted to the tender or for any forbearance act or
commission on the part of the purchaser or any indulgence by the purchaser to the bidder or by
any such matter or thing whatsoever which under the law relating to the sureties would but for this
provision have effect of so relieving our obligation.

This guarantee is confirmed and irrevocable and shall remain in effect until ________ (the
validity shall be six months from the date of opening of Tender) and such extended periods
which shall be mutually agreed to. We hereby expressly waive notice of any said extension of the
time for performance and alternation or change in any of the terms and conditions of the said
tender.

Very truly yours,


_____________________

(Authorized Signatory of the Bank)

Page 67 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

PROFORMA FOR EMD - BANK GUARANTEE (Contd.)

(Letter of understanding from the Depositor to Bank to be submitted along with EMD to
Airports Authority of India)

The Branch Manager


_____________ Bank
_____________

Sub: My/Our Bank Guarantee bearing No. _____________ dated ________ for an amount
of _____________ issued in favour of Airports Authority of India

Sir,

The subject Bank Guarantee is obtained from your branch for the purpose of Earnest Money on
account of contract awarded/to be awarded by M/s AAI to me/us.

I hereby authorize the Airports Authority of India in whose favour the deposit is made to close the
subject Bank Guarantee before maturity/on maturity towards adjustment of dues without any
reference/consent/notice from me/our side, and the bank is fully discharged by making the
payment to Airports Authority of India

Signature of the Depositor

Place:

Date:

Page 68 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

ANNEXURE – III

Power of Attorney Format for the Authorized Person(s)

(Bidder shall submit irrevocable power of attorney on a non-judicial stamp paper of Rs.100/-
signed by authorized signatory as per Memorandum of Articles authorizing the persons, who are
signing this bid on behalf of the company)

POWER OF ATTORNEY

BY THIS POWER OF ATTORNEY executed on ______________________ we


_____________________________________, a Company incorporated under the provisions of
companies Act, 1956 having its Registered Office at
_________________________________________ (hereinafter referred to as the “Company”)
do hereby severally appoint, constitute and nominate __________________________,
official(s) of the Company, so long as they are in the employment of the Company
(hereinafter referred to as the “Attorneys”) to sign agreement and documents with regard Bid No.
____________ due on _____________ invited by Airports Authority of India, Rajiv Gandhi
Bhawan, Safdarjung Airport, New Delhi – 110 003 for Tender No: (AS)-14/2018-19 “Supply of
39 Numbers of Non-Linear Junction Detector (NLJD) with 03 Years Onsite Warranty” and
to do all other acts, deeds and things the said Attorneys may consider expedient to enforce and
secure fulfilment of any such agreement in the name and on behalf of the Company.

AND THE COMPANY hereby agrees to ratify and confirm all acts, deeds and things the said
Attorneys shall lawfully do by virtue of these authorities hereby conferred.

IN WITNESS WHEREOF, this deed has been signed and delivered on the day, month and year
first above written by Mr. ___________________ Authorized Signatory, duly authorized by the
Board of Directors of the Company vide it’s resolution passed in this regard.

By order of the Board

For _____________________
( ____________________________)
Authorized Signatory
Witness:

1.
2.

Attorney Signature of Mr. ___________________ ----------------------------------------------


Attorney Signature of Mr. ___________________ ----------------------------------------------
---------------------------------------------
(Attested)
( ____________________________)
Authorized Signatory

Page 69 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
ANNEXURE – IV

PQ PERFORMA/ CHECK-LIST FORMAT TO BE SUBMITTED


BY THE BIDDER ALONG WITH PQ BID (ENVELOPE- “A”)

Name of work: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with 03


years onsite warranty with spares
1.1 Bidder Agency Name:
Postal Address:

Tel., Fax No. and


e-mail address of the bidder

1.2 Authorized Signatory Name: ___________________________


(Name, Designation and contact details). Designation: ______________________
Agency: __________________________
Address: _________________________
Confirm the details has been submitted _________________________________
on non-judicial stamp paper as per Phone: __________________________
Section-I clause 9.15 of tender along with FAX: ____________________________
Power of Attorney as per Annexure-III Email: ___________________________
Power of Attorney as per Annexure III is
enclosed
(Document Reference/Page No. ___)
2.1 Confirm whether the bidder firm is OEM. Tick on one appropriate box only:
Has the bidder submitted Declaration OEM: □
as per Annexure-X?
Yes / No
2.2 Is the bidder a registered firm in India or in Bidder firm is registered in India or
any other country? _______________ (Specify Country)
Credential as Indian/Foreign registered
bidder firm enclosed
(Document Reference/Page No. ___)
2.3 Foreign/Principal OEM/OIM firms shall Indian Partners/ Firms/ Representatives:
enclose all details of their Indian Partners/ Agency Name: ____________________
Firms/ Representatives along with Authorized contact person:
irrevocable Letter of Representation valid ________________________________
up to concurrency of tender/contract. Postal Address: ___________________
Tel., FAX, Email: _________________

Irrevocable Letter of Representation valid


up to concurrency of tender/contract
enclosed

(Document Reference/Page No. ___)

Page 70 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
2.4 In case the bidder is OEM of offered Declaration/Undertaking as per Annexure-
equipment, has the bidder attached X enclosed
declaration/ undertaking as per Annexure-
X? (Document Reference/Page No. ___)
2.5 Has the bidder enclosed unconditional Undertaking as per Annexure I is enclosed
acceptance of the bid as per Annexure-I? (Document Reference/ Page No. ____).
2.6 Has the bidder submitted undertaking for Undertaking for tender clauses 9.4 as per
tender clauses 9.4 as per Annexure- V? Annexure-V is enclosed (Document
Reference/Page No. ___)
2.7 Indian bidder firms and Foreign Firms PAN: _______________
having permanent establishment in India GST No. ___________________
shall provide the details of PAN and GST
No. (Document Reference/Page No. ___)
3.0 Experience details as per Tender
Clause 8.3 a1) to a4)
3.1 Work No. 1
3.1.1 Name of work

3.1.2 Name and Address of the


organization/department where work has
been executed
3.1.3 Date of completion
3.1.4 Completion cost
3.1.5 Purchase/Work Order Copy enclosed
(Document Reference/Page No. ___)
3.1.6 Performance/Experience Certificate Copy enclosed
(Document Reference/Page No. ___)
3.1.7 Whether the work experience from Govt. In case the work experience of private
Organizations or private client? client, TDS certificate from the respective
client is enclosed
(Document Reference/Page No. ___)
3.2 Work No. 2
3.2.1 Name of work

3.2.2 Name and Address of the


organization/department where work has
been executed
3.2.3 Date of completion
3.2.4 Completion cost
3.2.5 Purchase/Work Order Copy enclosed
(Document Reference/Page No. ___)
3.2.6 Performance/Experience Certificate Copy enclosed
(Document Reference/Page No. ___)
3.2.7 Whether the work experience from Govt. In case the work experience of private
Organizations or private client? client, TDS certificate from the respective

Page 71 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
client is enclosed
(Document Reference/Page No. ___)
3.3 Work No. 3
3.3.1 Name of work

3.3.2 Name and Address of the


organization/department where work has
been executed
3.3.3 Date of completion
3.3.4 Completion cost
3.3.5 Purchase/Work Order Copy enclosed
(Document Reference/Page No. ___)
3.3.6 Performance/Experience Certificate Copy enclosed
(Document Reference/Page No. ___)
3.3.7 Whether the work experience from Govt. In case the work experience of private
Organizations or private client? client, TDS certificate from the respective
client is enclosed
(Document Reference/Page No. ___)
3.4 Work No. 4 (Qty. Criteria)
3.4.1 Name of work

3.4.2 Name and Address of the


organization/department where work has
been executed
3.4.3 Date of completion
3.4.4 Completion cost
3.4.5 Purchase/Work Order Copy enclosed
(Document Reference/Page No. ___)
3.4.6 Performance/Experience Certificate Copy enclosed
(Document Reference/Page No. ___)
3.4.7 Whether the work experience from Govt. In case the work experience of private
Organizations or private client? client, TDS certificate from the respective
client is enclosed
(Document Reference/Page No. ___)
4.1 Annual Financial Turnover Enclosed Balance Sheet with Profit & Loss
Account and Annual Turnover certified by
Chartered Accountant

(Document Reference/Page No. ___)


4.1.1 Year 2015-16 Rs. __________
4.1.2 Year 2016-17 Rs. __________
4.1.3 Year 2017-18 Rs. __________
4.1.4 Average Rs. __________
5.1 Details of Tender Fee paid. DD No…………dt…… Bank……………
Amount: ……………………

Page 72 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
5.2 Details of EMD 1. DD No…………dt……. Bank……….
Amount : …………………. OR
2. Bank Guarantee No. ____________
______________ Date ____________
Bank __________________________
Amount ________________________
Validity _____________________ OR
3. NSIC Registration Certificate (In case
EMD exemption claimed)

(Document Reference/Page No. ___)


6. Details of Maintenance setup in India as
per Section-I Clause 8.5 (Document Reference/Page No. ___)
6.1 Has the bidder read all the Sections and
Annexure contained in this tender, and Yes/No
corrigendum and pre-bid queries replies
(if any)?
7.1 Has the bidder submitted Integrity Pact
duly signed by authorized signatory and Yes/No
witness?
7.2 Has the bidder numbered all pages of the
submitted documents and enclosed an Yes/No
index page with document reference?

I (________________________) hereby declare that the information as stated above and the
supporting documents uploaded are true and correct. In case any information/document is found
fake/incorrect at any stage, the EMD may be forfeited and action as deemed fit by AAI can be
taken against me.

Place: Signature:
Date: Authorized Signatory of the bidder

I (________________________) hereby declare that the information as stated above and the
supporting documents uploaded are true and correct.

In case any information / document is found fake/incorrect at any stage, the EMD may be forfeited
and action as deemed fit by AAI can be taken against me.

Place: Signature:
Date: Authorized Signatory of the bidder

Page 73 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
ANNEXURE- V

PROFORMA FOR UNDERTAKING AS PER SECTION- I CLAUSE 9.4

[TO BE SUBMITTED WITH PQ CUM TECHNICAL BID (ENVELOPE “A”)]

To,

Executive Director (CNS-P)-I


Airports Authority of India
Rajiv Gandhi Bhawan
Safdarjung Airport
New Delhi - 110 003

Ref.: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with 03 Years Onsite
Warranty with Spares

Sub: Undertaking

Sir,

In compliance with the tender requirement for the above-referred work:

1. I/We undertake that, our firm or none of our firm’s Partners or Directors have been
blacklisted or any case is pending or any complaint regarding irregularities is pending, in
India or abroad, by any global international body like World Bank/International Monetary
Fund/World Health Organization, etc. or any Indian State/Central Governments
Departments or Public Sector Undertaking of India.

2. I/We undertake that, our firm possess the required tools, plants, skilled manpower, etc.
required for execution of work as per scope of the tender. I/We also undertake that no part
of the scope of work shall be sublet or outsourced to any third party without written
consent from AAI.

3. I/We undertake that, the complete responsibility to carry out the works and their
completion as per scope of the tender, shall be of our firm only.

4. I/We undertake that, our firm or our subsidiary firm or our parent firm has not submitted
alternate or partial bid(s).
Dated:
Signature of the authorised signatory
Name: _______________________
Telephone: ___________________
Fax: _________________________
E-mail: ______________________
Stamp: ______________________

Page 74 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
ANNEXURE – VII

UNPRICED BILL OF MATERIAL WITH MAKE & MODEL TO BE SUBMITTED


BY THE BIDDER ALONG WITH TECHNICAL BID (ENVELOPE- B)

Name of work: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with 03


Years onsite Warranty with Spares.

S. No. DESCRIPTION MAKE MODEL


OFFERED OFFERED
1 Non-Linear Junction Detector
(NLJD)

2 Accessories (As required)

3 Any other item required

4 Tool Kit

Dated:
Signature of the bidder

Name: _______________________
Agency: _____________________
Stamp: ______________________

Page 82 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

ENVELOPE “C”

PRICE BID

Page 83 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
INSTRUCTIONS FOR FILING PRICE SCHEDULE AS PER ANNEXURE- VIII ON
AAI E-PROCUREMENT PORTAL

TENDER NO. (AS)- 14/2018-19

INSTRUCTIONS FOR FILING PRICE SCHEDULE


ON CPP E-PROCUREMENT PORTAL

Name of work: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with 03


Years Onsite Warranty with Spares.

1. Prices quoted by the bidder shall be inclusive of all the patents, taxes and duties applicable
in the country of origin as well as in India. All the overseas taxes, overseas freight &
insurance, handling charges, inland freight and insurance, all applicable inland taxes in India
such as Custom Duties, Goods & Service Tax, and any other tax and handling charges as
applicable, shall be quoted in the price schedule. Nothing extra shall be paid on any account.

2. Bidders are advised not to quote “Zero” (‘0’) under any of items in the Schedule of the
Quantity.

3. Details of Price Bid items are to be referred strictly as per the format provided in
Annexure-VIII.

4. Rate for each item should be quoted by each bidder for all items of BOQ”

5. Bidder has to confirm the specific category of item such as foreign or indigenous
item. Rate of such item shall be quoted associated component of relating to the
mentioned category of tax and duties in the column of BOQ for each item as
applicable. For example, in case of foreign item, custom duty, freight, insurance etc.
shall be applicable. Whereas in case of indigenous item GST is applicable. Bidder is
requested to take extra precaution while considering taxes & levies along with basic
cost of item. Prices Filled in Annexure-VIII equivalent format on CPP portal at Website:
https://etenders.gov.in/eprocure/app shall only be taken for Price Comparisons.

6. Any type of concessional forms such as Form C or D shall not be supplied by AAI.

7. If any bidder does not write a quote against any item of Annexure-VIII which shall be
construed as cost is included in some other item & it is presumed free of cost to the AAI up
to the destination including all Taxes and Duties, Freight and Insurance Charges, Customs
Duty, Handling Charges, Octroi and Entry Tax. Any other taxes, permits, duties, levies,
charges payable within or outside India in respect of such (supply/service) item/s shall be
borne by the supplier and delivered to AAI at site.

Page 84 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

ANNEXURE- VIII

PRICE BID MAY BE REFERRED ON CPP E-PROCUREMENT PORTAL

FOR BIDDER QUOTING IN INR / USD


Name of work: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with Three Years Onsite Warranty with spares
BoQ
NUMBER TEXT NUMBER TEXT TEXT NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER TEXT
Sl. Item Description Quantity Units Quoted BASIC RATE Overseas Custom Duty IGST per unit Inland GST per Total Total Total Amount TOTAL
No. Currency per unit Freight & with CVD & all to be entered Freight & unit Taxes Amount with Taxes AMOUNT
in INR / to be entered Insurance, cess per unit by the Bidder Insurance to be Without In Words
USD by the Bidder forwarding/ to be entered by in quoted Charges entered by Taxes
to be in quoted handling the Bidder in currency per unit the Bidder in
entered currency Charges, quoted currency to be quoted
by the clearing entered by currency
Bidder charges per the Bidder
unit in quoted
to be entered currency
by the Bidder
in quoted
currency
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15
1 Supply Cost of 39 EACH
Non-Linear
Junction
Detector (NLJD)
(as per list of
deliverables)
with
rechargeable
battery set,
battery charger,
suitable
container/ box,
all accessories,
consumables,
one set of hard
and soft copy of
documentation,
Page 85 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

options and
overseas patents
with 36 months
onsite warranty
as per Section C
2 Indigenous 39 SET
Component (If
Any)
3 Cost of 39 EACH
Integration,
Testing and
Commissioning
of complete
system for items
in Sl. No. 1 at all
39 sites
4 39 EACH
Cost of
Technical and
Maintenance
Training for AAI
Nominated
officials as per
the Tender
specifications.
5 Cost of 39 EACH
Operational
Onsite Training
at site for AAI
nominees as per
Section C

Page 86 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
ANNEXURE- IX

ULTIMATE USER CONSIGNEE SITES


Name of work: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 Years Onsite Warranty with Spares

S.NO. CONSIGNEE Qty

1. CNS In-charge, ACS, AAI, Lucknow Airport 1 set


2. CNS In-charge, ACS, AAI, Jodhpur Airport 1 set
3. CNS In-charge, ACS, AAI, Indore Airport 1 set
4. CNS In-charge, ACS, AAI, Dibrugarh Airport 1 set
5. CNS In-charge, ACS, AAI, Patna Airport 1 set
6. CNS In-charge, ACS, AAI, Ranchi Airport 1 set
7. CNS In-charge, ACS, AAI, Bhopal Airport 1 set
8. CNS In-charge, ACS, AAI, Vadodara Airport 1 set
9. CNS In-charge, ACS, AAI, Coimbatore Airport 1 set
10. CNS In-charge, ACS, AAI, Mangalore Airport 1 set
11. CNS In-charge, ACS, AAI, Vizag Airport 1 set
12. CNS In-charge, ACS, AAI, Bhubaneswar Airport 1 set
13. CNS In-charge, ACS, AAI, Gaya Airport 1 set
14. CNS In-charge, ACS, AAI, Tirupati Airport 1 set
15. CNS In-charge, ACS, AAI, Trichy Airport 1 set
16. CNS In-charge, ACS, AAI, Udaipur Airport 1 set
17. CNS In-charge, ACS, AAI, Dehradun Airport 1 set
18. CNS In-charge, ACS, AAI, Khajuraho Airport 1 set
19. CNS In-charge, ACS, AAI, Bhuj Airport 1 set
20. CNS In-charge, ACS, AAI, Jorhat Airport 1 set
21. CNS In-charge, ACS, AAI, Lilabari Airport 1 set
22. CNS In-charge, ACS, AAI, Silchar Airport 1 set
23. CNS In-charge, ACS, AAI, Tejpur Airport 1 set
24. CNS In-charge, ACS, AAI, Port Blair Airport 1 set
25. CNS In-charge, ACS, AAI, Dimapur Airport 1 set
26. CNS In-charge, ACS, AAI, Aurangabad Airport 1 set
27. CNS In-charge, ACS, AAI, Madurai Airport 1 set
28. CNS In-charge, ACS, AAI, Rajkot Airport 1 set
29. CNS In-charge, ACS, AAI, Surat Airport 1 set
30. CNS In-charge, ACS, AAI, Juhu Airport 1 set
31. CNS In-charge, ACS, AAI, Safdarjung Airport 1 set
32. CNS In-charge, ACS, AAI, Agatti Airport 1 set
33. CNS In-charge, ACS, AAI, Jabalpur Airport 1 set
34. CNS In-charge, ACS, AAI, Gorakhpur Airport 1 set
35. CNS In-charge, ACS, AAI, Kanpur Airport 1 set
36. CNS In-charge, ACS, AAI Rajahmundry Airport 1 set
37. CNS In-charge, ACS, AAI, Vijayawada Airport 1 set
38. CNS In-charge, ACS, AAI, Belgaum Airport 1 set
39. CNS In-charge, ACS, AAI, Tuticorin Airport 1 set

Page 87 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
ANNEXURE- X

PROFORMA FOR DECLARATION REGARDING ORIGINAL EQUIPMENT MANUFACTURER


(OEM) OR AUTHORIZED REPRESENTATIVE (AR)/ INDIAN AGENT (IA) OF OEM BIDDER
[TO BE SUBMITTED WITH ELIGIBILITY CRITERIA (ENVELOPE “A”)]
To,
Executive Director (CNS-P)-I
Airports Authority of India
Rajiv Gandhi Bhawan
Safdarjung Airport
New Delhi - 110 003

Ref.: Supply of Non-Linear Junction Detector (NLJD) with 3 Years Onsite Warranty with
Spares.
Sub: Declaration/Undertaking regarding Original Equipment Manufacturer (OEM) or
Authorized Representative (AR)/ Indian Agent (IA) of OEM Bidder

Sir,

I/We,__________________________________ (Manufacturer Name with Address) who are


established and reputed manufacturer of Non-Linear Junction Detector (NLJD) having factory
at _______________________________________________ (Address).

1. I/We are participating in the tender as OEM.


OR
2. I/We do hereby authorize _____________________ (Bidder Name with complete
Address) to participate in this tender as Authorized Representative/Indian Agent of M/s.
____________________ (OEM).

I/We confirm that the quoted equipment have not been declared end of life as of date of this
tender, and we shall supply our products as per published tender specifications and bid offer.

I/We also confirm to provide Warranty and Post Warranty support for offered products, availability
of product spares, sales, service and software support for 6 (SIX) years in India as per this tender.

Thanking you,
Yours faithfully,
Dated:

Signature of the authorised signatory of OEM


Name: ___________________
Agency: __________________
Telephone: _______________
Fax: _____________________
E-mail: ___________________
Stamp: ___________________

Page 88 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
ANNEXURE- XI

FORM OF PERFORMANCE SECURITY (GUARANTEE) BANK GUARANTEE BOND


(To be stamped in accordance with Stamp Act)
(The non-judicial stamp paper should be in the name of issuing Bank)

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 “Contractor”] for
the work “Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with 03
Years Onsite Warranty with Spares” [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 for compliance of his obligations in accordance with the terms and conditions in
the said agreement.

We __________________________________________ (indicate the name of the Bank)


[hereinafter referred to as “the Bank”] hereby undertake to pay to the Chairman, AAI an
amount not exceeding Rs. ____________ (Rupees
_________________________________________ only) on demand by AAI.

2. We __________________________________________ (indicate the name of the Bank)


do hereby undertake to pay the amounts due and payable under this Guarantee without
any demure, merely on a demand from AAI stating that the amount claimed is required to
meet the recoveries due or likely to be due from the said Contractor. 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 in any suit or proceeding
pending before any court or tribunal relating thereto, our liability under this present being
absolute and unequivocal. The payment so made by us under this bond shall be a valid
discharge of our liability for payment there under and the Contractor shall have no claim
against us for making such payment.

4. We __________________________________________ (indicate the name of the bank)


further agree that the guarantee herein contained shall remain in full force and effect
during the period that would be taken for the performance of the said agreement and that it
shall continue to be enforceable till all the dues of AAI under or by virtue of the said
agreement have been fully paid and its claims satisfied or discharged or till Engineer-In-
charge on behalf of AAI certified that the terms and conditions of the said agreement have
been fully and property carried out by the Contractor and accordingly discharges this
guarantee.

5. We __________________________________________ (indicate the name of the bank)


further agree with AAI that AAI shall have the fullest liberty without our consent and without
effecting in any manner our obligations hereunder to vary any of terms and conditions of
the said agreement or to extend time of performance by the Contractor 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 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 Contractor or for any forbearance, act of
omission on the part of AAI or any indulgence by the AAI to the Contractor or by any such

Page 89 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
matter or thing whatsoever which under the law relating to sureties would, but for this
provision, have effect so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or
the Contractor.

7. We __________________________________________ (indicate the name of the bank)


lastly undertake not to revoke this guarantee except with the previous consent of AAI in
writing.

8. This guarantee shall be valid up to _______________ unless extended on demand by AAI.


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

Dated the _________ (Day) of _________ (Month), _________ (Year)

For _____________________________________________ (indicate the name of bank)

Page 90 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

ANNEXURE- XII
Tender No. (AS)-14/2018-19

Name of the Work: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with 03 years onsite warranty with spares

TRIAL DIRECTIVES OF NON-LINEAR JUNCTION DETECTOR (NLJD)

A. QR PARAMETERS TRIAL DIRECTIVES Observations/Remarks


1. Purpose: The non-linear junction detector is
intended for searching devices containing
semiconductors. The equipment should have the
capability for simultaneous reception of the second
and third harmonics of the probe signal and
provision for audio & video indication for the
operator to identify the semiconductors and bimetal /
corrosive junctions.
2. General Specifications
i) Weight of operational unit: Should not exceed 6 Weight of the equipment along with its Pass: □ / Fail: □
Kg including battery. operational accessories in hand. The weight of
the equipment should not exceed 6 Kgs including Weight:---------------
batteries. To be physically checked by BOO.
ii) Telescopic Pole: Should be of collapsible type with Check for the minimum extended length of Pass: □ / Fail: □
a minimum extended length of 80 cms and should 80 cms and check for firm clamp fasteners. To
have firm clamps fasteners. be physically checked by BOO. Length of the pole:---------

iii) Operational Environment Check for certification from an International /


a) Operating temperature : between 0 0 C to 50 0 C National Accredited Labs. These certificates Pass: □ / Fail: □
b) Storage temperature : -20 0C to + 70 0 C issued should be Latest not exceeding one year
c) Humidity : 90% at 30 0 C from the date of Technical Demo.
3. Technical Specification
i) Technology: State of art technology using Digital The equipment should work on the principle of
signal processing (DSP). Digital Single Processing (DSP). The BOO to Pass: □ / Fail: □
check for necessary certification from accredited

Page 91 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

International / National Labs and physical


verifications.
ii) Transmitted Power : RF power variable from 100 To be physically checked by BOO for Pass: □ / Fail: □
mill watts to 5 watts and to be transmitting power in DSP control mode and also
in manual selection mode. Also, to check for Power in DSP mode:______
i. DSP controlled documentation on operation for RF power
ii. Manually selected variable from 100 mW to 5 W. Also, check for Power in manual mode:_____
certification / test reports.
3. Operating frequency : Spectrally pure RF To be physically checked by BOO for operation Pass: □ / Fail: □
fundamental frequency between 850 MHz and 1005 on various frequencies between 850 MHz and Frequency Range ___________
MHz. 1005 MHz.
4. Receiver sensitivity: -130 dbm or better. The receiver sensitivity should be of -130 dbm or Pass: □ / Fail: □
better. To be physically checked by BOO.
Documentations to be verified. Receiver Sensitivity ________
5. Transmitter /Receiver antenna polarization : BOO to check for documentation/brochures. Pass: □ / Fail: □
Linear/circular configuration Type of Polarization _________

6. Display: To be physically checked by BOO for different


a. LED Bar graph in the sweep head for the modes, battery status, Indication of strength of
measurement of received signal strength of the both 2nd & 3rd harmonics on the Display panel of Pass: □ / Fail: □
second and third harmonic. equipment. Check the test reports / certifications
b. LCD Display on control unit panel for the brochures.
indication of strength of both second & third
harmonics, battery status and modes of
operation.
7. Mode of operation : Should have operational To be physically checked by BOO. Pass: □ / Fail: □
modes likely comparison , 2nd & 3rd harmonics
8. Audio Alarm : Provision from in built and To be physically checked by BOO. Pass: □ / Fail: □
detachable head phone (s)
9. False alarm rate : Less than 3 % The BOO to take 12 single diodes and make 20 Pass: □ / Fail: □
pits at equal distance in a straight line. These 12
diodes should be randomly placed in 20 pits and False Alarm Rate:___________
make a record of it on paper. The firm
representative has to scan 20 pits in sequence

Page 92 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

decided by the BOO 20 times and maintain the


record of detection for each firm. The false alarm
rate should be less than 3 %.
10. EMI Interference : Should not activate radio To be physically checked by BOO.
controlled devices with operating frequency within Pass: □ / Fail: □
HF/VHF range in close proximity
11. Power Requirement : To be physically checked by BOO.
i) Should operate on rechargeable DC power supply Pass: □ / Fail: □
ii) Battery charger designed for fast recharging
12. Operating time: Should work continuously for 4 Hrs To be physically checked by BOO. Pass: □ / Fail: □
at optimum RF power output. Start Time:_________ Hours
End Time:__________Hours
Total Time:__________ Hours
13. Discrimination of semiconductor junction & To be physically checked by BOO.
corrosive /bimetal junction: Should be capable to Pass: □ / Fail: □
detect and identify semiconductor & corrosive /
bimetal junctions
14. Detection Capability :The NLJD should be capable The BOO to ensure that the testing ground /area
of real time detection of all kinds of semiconductor is free from metals and e-waste. Pass: □ / Fail: □
devices such as: diodes, transistors, integrated a) Take a Diode and place it on the ground and
circuits, microprocessors, micro controllers, diacs, measure the maximum distance of detection Detection at 40 cms:______
triacs, thermistors, thyristors . from the Diode on which it gives the Audio and
Visual detection indications. The minimum Detection at 15 cms:______
distance of detection should be at least
40 cms.
b) Dig a pit underground and place the Diode at
a depth of approximately 15 cms and check
for detection.

Page 93 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

15. Detection range: The equipment should have long a) Dig a pit in dry soil and place the semi-
range detection of devices with semiconductor conductors as per list in QR at the depth as Pass: □ / Fail: □
corrosive / bimetal junction components buried mentioned in the chart and check for detection
under various types of Dry soil/ wet soil. The and measure the minimum distance of detection Specimen Depth Under
minimum (qualifying) range of detection for from the ground. Dry Soil Wet
specimen devices buried under Dry/wet soil b) Dig a pit in wet soil and place the semi- (in Soil (in
conditions are as under: conductors as per list in QR at the depth as inches) inches
mentioned in the chart and check for detection Single diode
S. Specimen Depth Under and measure the minimum distance of detection Single
No. Dry Soil Wet Soil from the ground. Transistor
(in (in The BOO to take the measurements as per IC Chip
inches) inches) distance of detection and record the same. Two
1. Single diode 8 5 Transistor
2. Single Transistor 6 4 circuit
3. IC Chip 8 4 Digital
4. Two Transistor 19 7 Watch
circuit Micro
5. Digital Watch 10 7 processor
6. Micro processor 10 7 Electronic
7. Electronic Delay 15 9 Delay
circuit circuit
8. ABCD 18 12 ABCD

Remarks:…………………………………………………………………………………………………………………………………………………

………………………………………………………………………………………………………………………………………………………………………

………………………………………………………………………………………………………………………………………………………………………

………………………………………………………………………………………………………………………………………………………………

Note: All certification and Test reports should be from Accredited International / National Test Laboratories. OEM to provide certificate from a
NABL / International accredited lab. OEM has to provide contact details of Accredited Test Laboratories like Contact person, phone number,
address, e-mail address & website of the lab. Authenticity of the certificate must be confirmed by BOO.

Page 94 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

ANNEXURE- XIII

PROFORMA FOR UNDERTAKING FOR FOREIGN BIDDERS

[TO BE SUBMITTED WITH ELIGIBILITY CRITERIA (ENVELOPE “B”)]

To,
Executive Director (CNS-P)-I
Airports Authority of India
Rajiv Gandhi Bhawan
Safdarjung Airport
New Delhi - 110 003

Ref.: Name of work: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 Years Onsite Warranty with Spares

Sub: Undertaking

Sir,

In compliance with the tender requirement Section – B, Clause No: 41 (Special Conditions of
Contract) for the above-referred work, I/We undertake that, in case the work is awarded to us, we
shall employ and train Indian personnel to the maximum possible extent in commissioning and
only Indian personnel in operation and maintenance of 39 Numbers of Non-Linear Junction
Detector (NLJD).

Dated:

Signature of the authorised signatory

Name: _______________________

Telephone: ___________________

Fax: _________________________

E-mail: ______________________

Stamp: ______________________

Page 95 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

ANNEXURE- XIV

PROFORMA FOR SUBMITTING DETAILS OF FOREIGN NATIONALS ATTENDING THE


TECHNICAL DEMO AS BIDDER REPRESENTATIVE

Sl. No. Description Details


1. Name of the Employer
2. Address of the Employer

3. Name of the foreign national


4. Nationality
5. Passport Number
6. Permanent Address

7. Present Address

8 Mobile Number

Bidder is required to submit copies of following supporting documents with this Annexure:

1. Copy of Passport
2. Proof of permanent address if it is different from the permanent address indicated on the
Passport
3. Proof of present address if it is different from the present address indicated on the Passport

Page 96 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
Annexure- XV

Name of Work : Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with


03 years onsite warranty with spares covered under Purchase preference Policy (linked
with Local Content) (PP-LC)

Purchase preference policy (linked with Local Content) (PP-LC) Public Procurement
(Preference to Make in India), Order 2017 notified vide letter no. No. P-4502/2/2017-B.E.-
IIdated 15th June 2017 of Government of India, Ministry of Commerce and Industry, Department
of Industrial Policy and Promotion, Udyog Bhawan, New Delhi shall be applicable for the subject
tender.

1. In case a bidder is eligible to seek benefits under PP-LC policy as well as Public
Procurement Policy for MSEs-Order 2012, then the bidders should categorically seek
benefits against only one of the two policies i.e. either PP-LC or MSE policy. If a bidder
seeks free of cost tender document under the MSE policy, then it shall be considered that
the bidder has sought benefit against the MSE policy and this option once exercised
cannot be modified subsequently.

2. Bidders seeking Purchase preference (linked with Local Content) (PP-LC) shall be
required to meet/ exceed the target of Local Content (LC) of 50%.

2.1 Such bidders shall furnish following undertaking on letter head along with their Pre-
qualification bid. The undertaking shall become a part of the contract.

“We ___________ (Name of Manufacturer) undertake that we meet the


mandatory minimum Local Content (LC) requirement i.e. ________ (to be filled
as notified at Enclosure I of the policy) for claiming purchase preference linked
with Local Contents under the Govt. policy against under tender no.
_____________.”

2.2 Above undertaking shall be supported by the following certificate from Statutory
Auditor engaged by the bidder, on the letter head of such Statutory Auditor.

“We _________ the statutory auditor of M/s ________ (name of the bidder)
hereby certify that M/s__________ (name of manufacturer) meet the mandatory
Local Content requirements of the Goods and/or Services i.e. _____ (to be
filled as notified at Enclosure I of the policy) quoted vide offer No.______ dated
______ against AAI’s tender No._____ by M/s ________ (Name of the bidder).
Note:
a. In case of bidder(s) for whom Statutory Auditor is not required as per law required
certificates shall be provided by a practicing Chartered Accountant.

b. In case the manufacturer himself is bidding then the certificate shall be submitted by
the Statutory Auditors of the manufacturer

c. In case the tender scope covers testing, installation and commissioning and any
other services in respect of the supplied goods/equipment then such costs shall also
be considered in LC for which the bidder shall provide certificate from the Statutory
Auditors or the Chartered Accountants as the case may be.

2.3 At the bidding stage the bidder shall provide Break-up of Local Component
and Imported Component in the prescribed format enclosed and is to be
submitted / uploaded (in the e-procurement portal in case of e-tender) along
with their price as an attachment of Bill of quantity (BoQ). (Enclosure B)

3. Eligible (techno-commercially qualified) LC bidder shall be granted a purchase preference of


20% i.e. where the evaluated price is within 20% of the evaluated lowest price of Non Local

Page 97 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
Content (NLC) bidder, other things being equal. Accordingly, purchase preference shall be
granted to the eligible (techno-commercially qualified) LC bidder concerned, at the lowest valid
i.e. NLC price bid.

3.1 Only those LC bidders whose bids are within 20% of the NLC L1 bid would be allowed an
opportunity to match L1 bid. All the eligible LC bidder shall be asked to submit their
confirmation to match their price. Envelopes of the bidders shall be opened and award
shall be made to the lowest evaluated TA/CA (Techno-Commercially Acceptable) bidder
among the eligible LC bidders. In case the lowest eligible LC bidder fails to match L1
price, the next eligible LC bidder will be awarded the prescribed quantity and so on. In
case none of the eligible LC bidders matches the L1 bid, the actual bidder holding L1
price will secure the order.

4. Order for supply of 50% of the tendered quantity would be awarded to the lowest techno
commercially qualified LC bidder, subject to matching with valid NLC L1 price. The remaining
quantity will be awarded to L1 (i.e. NLC bidder). Prescribed 50% tendered quantity for LC
bidders shall not be further sub-divided among eligible LC bidders.

4.1 However, if L1 bidder happens to be a LC bidder, the entire procurement value shall
be awarded to such bidder.

5. For the purpose of this policy, all terms used vide aforesaid policy shall be governed by the
definitions specified at para 2 of the policy document notified vide letter No. No. P-
4502/2/2017-B.E.-IIdated 15th June 2017ofGovernment of India, Ministry of Commerce and
Industry, Department of Industrial Policy and Promotion.

6. The successful bidder shall be obliged to fulfil the requirements of quality and delivery time in
accordance with the provisions of the Purchase order/contract.

AAI shall have the right to satisfy itself of the production capability and product quality of the
manufacturer.

7. Determination of LC

7.1 LC shall be computed on the basis of the cost of domestic components in goods
compared to the whole cost of product. The whole cost of product shall be constituted of
the cost spent for the production of goods, covering direct component (material) cost,
direct manpower cost, factory overhead cost and shall exclude profit, company overhead
cost and taxes for the delivery of goods.

7.2 The criteria for determination of the Local Content cost shall be as follows :
a) In the case of direct component (material), based on country of origin.
b) In the case of manpower based on INR component and
c) In the case of working equipment/facility, based on the country or origin.
7.3 The calculation of LC of the combination of several kinds of goods shall be based on the
ratio of the sum of the multiplication of LC of each of the goods with the acquisition price
of each goods to the acquisition price of the combination of goods.

8. Calculation of LC and Reporting

8.1 LC shall be calculated on the basis of verifiable data. In the case of data used in the
calculation of LC being not verifiable, the value of LC of the said component shall be
treated as nil.
8.2 A format for the calculation of LC of goods is given in this document.

9. Certification and Verification

10.1 Bidder seeking Purchase Preference under the policy, shall be obliged to verify the LC of

Page 98 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
goods as follows:

10.1.1 At bidding stage:

a) Price Break-up

(i) The bidder shall provide break-up of Local Component and Imported Component along
with the price bid as per provisions under clause 2.3.
(ii) Bidder must have LC in excess of the specified requirement.

b) Undertaking by the bidder

(i) The bidder shall submit undertaking along with the techno-commercial bid as per clause
no .2.1; such undertaking shall become a part of the contract.
(ii) Bidder shall also submit the list of items / services to be procured from Indian
manufacturers / service providers.

c) Statutory Auditor’s Certificate

The Undertaking submitted by the bidder shall be support by a certificate from Statutory
Auditor as per clause 2.2.

10.1.2 Post Contract Award

a) In the case of procurement cases with the value less than Rs. 5 crore (Rupees Five
Crore), the LC content may be calculated (self-assessment) by the supplier of goods
and/or the provider of services and certified by the Director/Authorized Representative of
the Company.

b) The verification of the procurement cases with the value Rupees Five Crore and above
shall be carried out by a Statutory Auditor engaged by the bidder.

10.2 Each supplier shall provide the necessary Local Content documentation to the statutory
auditor, which shall review and determine the local content requirements have been met
and issue of local content certificate to that effect on behalf of AAI, stating the percentage
of local content in the good or service measured. The Auditor shall keep all necessary
information obtained from suppliers for measurement of Local Content confidential.

10.3 The Local Content certificate shall be submitted along with each invoice raised. However,
the % of local content may vary with invoice while maintaining the overall % of local content
for the total purchase of the pro-rata local content requirement. In case, it is not satisfied
cumulatively in the invoices raised up to that stage, the supplier shall indicate how the local
content requirement would be met in the subsequent stages.

10.4 Where currency quoted by the bidder is other than Indian Rupee then the bidder claiming
benefits under PP-LC shall consider exchange rate prevailing on the date of opening of
Financial Bid as notified in ‘The Economic Times for the calculation of Local Content.

10.5 AAI shall have the authority to audit as well as witness production processes to certify the
achievement of the requisite local content.

11. Sanctions

11.1 AAI shall impose sanction on bidder/manufacturers/service providers for not fulfilling LC of
goods/services in accordance with the value mentioned in certificate of LC.

11.2 The sanctions may be in the form of written warning, financial penalty and blacklisting.

Page 99 of 110
Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
11.3 If the bidder does not fulfill his obligation after the expiration of the period specified in such
warning. AAI shall initiate action for blacklisting such bidder/ successful bidder.

11.4 A bidder who has been awarded the contract after availing Purchase Preference is found to
have violated the LC provision, in the execution of the procurement contract of goods
and/or services shall be subject to financial penalty over and above the PBG value
prescribed in the contract and shall not be more than an amount equal to 10% of the
Contract Price.

11.5 In pursuance of the clause No.11.4 above, towards fulfilment of conditions pertaining to
Local Contents in accordance with the value mentioned in the certificate of LC, the bidder
shall have to submit additional Bank Guarantee (format attached at Enclosure A)
equivalent to the amount of PBG.

Page 100 of 110


Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
Enclosure-A

Proforma of Bank Guarantee towards Purchase Preference - Local Content

Ref. No.________________________ Bank Guarantee No. _______________


Dated ___________________________
To
Airports Authority of India
______________________
India

Dear Sirs,

1. In consideration of _____________________________________________________
_________________________________________________ (hereinafter referred to as
AAI, which expression shall, unless repugnant to the context or meaning thereof, include all
its successors, administrators, executors and assignees) having entered into a CONTRACT
No.______________________ dated _________________ (hereinafter called the
CONTRACT which expression shall include all the amendments thereto) with M/s
_______________________ having its registered/head office at
_____________________(hereinafter referred to as the CONTRACTOR ) which expression
shall, unless repugnant to the context or meaning thereof include all its successors,
administrators, executors and assignees) and AAI having agreed that the
CONTRACTOR shall furnish to AAI a Bank guarantee for India Rupees/US$
_____________ for the faithful fulfilment of conditions pertaining to Local Content in
accordance with the value mentioned in the certificate of Local Content submitted by the
contractor for claiming purchase preference under the Purchase Preference Policy (linked
with Local Content).

2. We (name of the bank) _____________________________ registered under the laws of


_________ having head/registered office at __________________________ (hereinafter
referred to as the Bank , which expression shall, unless repugnant to the context or
meaning thereof, include all its successors, administrators, executors and permitted
assignees) do hereby guarantee and undertake to pay to AAI immediately on first demand in
writing any / all money to the extent of Indian Rs./US$ (in figures)
________________________ (Indian Rupees/US Dollars (in words)
___________________________) without any demur, reservation, contest or protest and/or
without any reference to the CONTRACTOR. Any such demand made by AAI on the Bank
by serving a written notice shall be conclusive and binding, without any proof, on the bank
as regards the amount due and payable, notwithstanding any dispute(s) pending before any
Court, Tribunal, Arbitrator or any other authority and/or any other matter or thin whatsoever,
as liability under these presents being absolute and unequivocal. We agree that the
guarantee herein contained shall be irrevocable and shall continue to be enforceable until it
is discharged by AAI in writing. This guarantee shall not be determined, discharged or
affected by the liquidation, winding up, dissolution or insolvency of the CONTRACTOR and
shall remain valid, binding and operating against the bank.

3. The Bank also agrees that AAI at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor, in the first instance, without proceeding against the
CONTRACTOR and notwithstanding any security or other guarantee that AAI may have in
relation to the CONTRACTOR s liabilities.

4. The Bank further agrees the AAI shall have the fullest liberty without our consent and
without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said CONTRACT 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
exercise of any of the powers vested in AAI against the said CONTRACTOR(s) and to
forbear or enforce any of the terms and conditions relating to the said agreement and we

Page 101 of 110


Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
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 AAI to the said CONTRACTOR(s) or any such matter or
thing whatsoever which under the law relating to sureties would, but for this provision, have
effect of so relieving us.

5. The Bank further agrees that the Guarantee herein contained shall remain in full force during
the period that is taken for the performance of the CONTRACT and all dues of AAI under or
by virtue of this CONTRACT have been fully paid and its claim satisfied or discharged or till
AAI discharges this guarantee in writing, whichever is earlier.

6. This Guarantee shall not be discharged by any change in our constitution, in the constitution
of AAI or that of the CONTRACTOR.

7. The Bank confirms that this guarantee has been issued with observance of appropriate laws
of the country of issue.

8. The Bank also agrees that this guarantee shall be governed and construed in accordance
with Indian Laws and subject to the exclusive jurisdiction of Indian Courts of the place from
where the purchase CONTRACT has been placed.
9. Notwithstanding anything contained herein above, out liability under this Guarantee is limited
to Indian Rs./US$(in figures) __________ (Indian Rupees/US Dollars (in words)
______________________) and our guarantee shall remain in force until
_____________________(indicate the date of expiry of bank guarantee).

Any claim under this Guarantee must be received by us before the expiry of this Bank
Guarantee. If no such claim has been received by us by the said date, the rights of AAI under
this Guarantee will cease. However, if such a claim has been received by us within the said
date, all the rights of AAI under this Guarantee shall be valid and shall not cease until we have
satisfied that claim.

In witness whereof, the Bank through its authorized officer has set its hand and stamp on this
__________ date of _______ 20___ at ____________________

WITNESS NO.1

_____________ _____________
(Signature) (Signature)
Full name and official address Full name, designation and address
(in legible letters) Stamp (in legible letters)
With Bank
WITNESS NO.2
Attorney as per power of
_____________ Attorney No._____________
(Signature) Dated __________________
Full name and official address
(in legible letters) Stamp

Page 102 of 110


Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
Enclosure-B
ATTACHMENT TO BOQ
FORMAT FOR CALCULATION OF LOCAL CONTENT IN GOODS:

CALCULATION OF LOCAL CONTENT- GOODS

Name of Calculation by manufacturer Cost


Manufacturer per one unit of product
Cost component Cost Cost (Imported Cost Total %Domestic
(Domestic component)
component) Rs./ Foreign Component
b
a Currency (To be d = a/c
specified by the
manufacturer) c
=a+b
1 2 3 4 5
I. Direct material
cost
II. Direct labour
cost
III. Factory
overhead
IV. Total production
cost

Note:
Total cost (IV.c) ʹ - Total imported component cost (IV.b)
% LC Goods= X 100
Total Cost (IV.c)

Total domestic component cost (IV.a)


% LC Goods= X 100
Total Cost (IV.c)

As regards cases where currency quoted by the bidder is other than Indian Rupee, exchange rate
prevailing on the date of opening of Financial Bid as notified in ‘The Economic Times shall be
considered for the calculation of Local Content. (Applicable for Foreign Purchase / Global
Tenders)

Page 103 of 110


Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares
Annexure-XVI

Page 104 of 110


Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

Page 105 of 110


Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

Page 106 of 110


Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

Page 107 of 110


Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

Page 108 of 110


Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

Page 109 of 110


Tender No: (AS)-14/2018-19: Supply of 39 Numbers of Non-Linear Junction Detector (NLJD) with
03 years onsite warranty with spares

GENERAL E-PROCUREMENT TENDER GUIDELINES

Please refer to https://eprocure.gov.in/cppp/ for Help, FAQ, Bidders Manual Kit, etc.

Page 110 of 110

S-ar putea să vă placă și