Sunteți pe pagina 1din 34

Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai

Airport.

Tender fees Rs.1120/-

भारतीय िवमानप तन ािधकरण


AIRPORTS AUTHORITY OF INDIA
O/o The Airport Director
Airports Authority of India,
Madurai Airport, Madurai- 625022.

E-TENDER DOCUMENT
(Two bid system)
For

Comprehensive Annual Maintenance Contract of Surveillance CCTV system at


Madurai Airport for the period of one year

E-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018

2018

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 1 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

Contents

S. No. Section Particulars Page No.


1. Section-I Notice Inviting E-Tender. 3
2. Section-II Instructions to Bidders. 7
3. Section-III General Terms & Conditions. 12
4. Section-IV Special Conditions of the Contract. 16
5. Annexure-I Company/Firm details. 22
6. Annexure-II List of works executed. 23
7. Annexure-III Un conditional acceptance letter. 24
8. Annexure-IV Bank Account Details for E payment. 25
9. Annexure-V List of Equipment /items to be maintained under CAMC. 26
10. Annexure-VI Proforma for Bank guarantee. 29
11 Annexure-VII Annexure “MSME –A” 31
12 Annexure-VIII Format of agreement to be submitted by successful bidder. 32
14 Schedule A Sample price schedule. 34

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 2 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

AIRPORTS AUTHORITY OF INDIA


AAI, Madurai Airport.

Ref: AAI/MDU/CNS-22/CCTV CAMC /2018 Date: 21.06.2018


SECTION –I
Notice Inviting e-Tender
[Through Government of India Central Public Procurement Portal (CPPP)]

Scope of Tender

S. No. Name of the Work Estimated Cost EMD (Rs.)


(Rs)
1. Comprehensive Annual Maintenance
Contract of Surveillance CCTV system at 11,67,286/- 23,346/-
Madurai Airport for one year (Inclusive of GST)

1. e-tenders are invited through the CPPP Portal by Airport Director, Airports Authority of India, Madurai
Airport, (Bid Manager), on behalf of Chairman, AAI from reputed contractor/license holders having
experience in providing Maintenance of IP based CCTV cameras during last five years to carry out the work
of “Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai Airport” at
an Estimated cost of Rs.11,67,286 /- (Inclusive of GST).
2. The tendering process is online at e-portal URL address www.etenders.gov.in Aspiring bidders may go
through the tender document by logging in the CPPP Portal. Prospective tenderers are advised to get
themselves acquainted for e-tendering participation requirements at “Instruction for Online Bid
Submission”, register themselves at CPPP portal, obtain ‘User ID’ & ‘Password’ and go through the ‘self-
help files’ available in the home page after login to the CPPP portal “www.etenders.gov.in”. They should
also obtain Digital Signature Certificate (DSC) in parallel which is essentially required for submission of
their application. The process normally takes 03 days’ time. The tenderer may also take guidance from AAI
Help Desk Support.

3. Tender Fee of Rs.1120/- will be required to be paid in the form of Demand Draft drawn in favour of
Airports Authority of India payable at Madurai from Nationalized or any scheduled bank (but not from
co-operative or Grameen bank). The original Demand Draft against Tender fee should be
posted/couriered/delivered in person to the concerned officials latest as specified in the Tender
Document. The details of Demand Draft, physically sent, should tally with the details available in the
scanned copy and the data entered during bid submission time.

4. EMD amounting Rs.23,346 /- (Rupees Twenty Three Thousand Three Hundred and Forty Six only) shall be
accepted in physical form only, i.e. in the form of Demand Draft Drawn in favour of Airports Authority of
India payable at Madurai from a Nationalized or any Scheduled Bank (but not from co-operative or
Grameen Bank).

5. The original Demand Drafts against Tender Fee & EMD shall reach the
Joint General Manager (CNS), O/o The Airport Director,
Airports Authority of India, Madurai Airport,
Madurai – 625 022 on or before date mentioned in clause 10 at the end of this section.
e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 3 of 34
Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

Public procurement policy for Micro, small and medium enterprises registered under NSIC shall be
followed as per the directives of Government of India prevailing at the date of acceptance. Those firms
shall submit / upload valid EMD exemption certificates (NSIC registration Certificate) on CPPP portal
failing which the tenders will be rejected outright. Bidders claiming under MSEs shall submit the proforma
attached in Annexure “MSME – A” duly attested by Notary Public given in Annexure IX along with valid
NSIC registration certificate. The original shall be submitted along with Tender fees and EMD demand
drafts.

6. The tender of bidder who fails to submit the original DD towards Tender Fee & EMD within the stipulated
time shall be rejected out-rightly. Any postal delay will not be entertained.

7. AAI makes no representation or warranty as to the completeness or accuracy of any response, nor does
AAI undertake to answer all the queries that have been posted by the Bidders. In order to provide
reasonable time to bidders to take the amendments into account for preparing their bids, AAI may, at its
discretion, extend the deadline for the submission of bids suitably.

8. Following 2 bids shall be submitted through online at CPPP portal by the bidder.
a. Technical e-bid through CPPP Portal:-
Experience & Technical requirements:
i. Scanned copy of DD against EMD & Tender Fee or Annexure “MSME – A” duly attested by Notary
Public along with valid NSIC registration certificate.
ii. Scanned copy of duly stamped and signed Unconditional Acceptance of AAI’s Tender Conditions.
(Annexure-III)
iii. The Bidder should have executed AMC in the last 5 years, to Government Departments or Public
Undertakings or Private sectors (with in India), as detailed in Section II clause 2 of Tender
document.
iv. The bidder shall also upload all documents as detailed in Section II clause 2 of Tender document
in CPPP portal.
v. During the process of tendering the vendors need not submit / contact any AAI employee for
physical submission of any documents except Tender Fee & EMD, (If applicable Annexure MSME-
A.)
vi. If EMD and unconditional acceptance letter of any bidders are not meeting the AAI’s tender
conditions then their e-bid response will be summarily rejected.
vii. Bidder shall upload e-tender on e-Portal well in advance to avoid last minute hassles. AAI shall
not entertain any queries on such subject after last date of downloading e-tender document

b. Financial e-bid through CPPP Portal:-


All rates shall be quoted in the format provided and no other format is acceptable. If the price bid has
been given as a standard BOQ (Bill of Quantity) format with the tender document, then the same is to be
downloaded and to be filled by all the bidders.
Bidders are required to download the BOQ file in MS Excel format, open it and complete the light blue
coloured (unprotected) cells with their respective financial quotes and other details (such as name of the
bidder).
No other cells should be changed. Once the details have been completed, the bidder should save it and
submit it online, without changing the filename. If the BOQ file is found to be modified by the bidder, the
e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 4 of 34
Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

bid will be rejected.

9. CPPP under GePNIC, Help Desk Services


a. For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk Number 0120-4200462,
0120-4001002
Note- Bidders are requested to kindly mention the URL of the Portal and Tender Id in the subject while
emailing any issue along with the Contact details. For any issues/ clarifications relating to the tender(s)
published kindly contact the respective Tender Inviting Authority.
Tel: 0120-4200462, 0120-4001002. Mobile: 91 8826246593 E-Mail: support-eproc@nic.in
b. For any Policy related matter / Clarifications Please contact Dept. of Expenditure, Ministry of Finance.
E-Mail: cppp-doe@nic.in
c. For any Issues / Clarifications relating to the publishing and submission of AAI tender(s)
In order to facilitate the Vendors / Bidders as well as internal users from AAI, Help desk services have
been launched between 0800-2000 hours for the CPPP under GePNIC http://etenders.gov.in. The help
desk services shall be available on all working days (Except Sunday and Gazetted Holiday) between 0800-
2000 hours and shall assist users on issues related to the use of Central Public Procurement Portal (CPPP).
Before submitting queries, bidders are requested to follow the instructions given in “Guidelines to
Bidders” and get their computer system configured according to the recommended settings as specified
in the portal at “System Settings for CPPP”.
d. In case of any issues faced, the escalation matrix is as mentioned below:

SL. Support Escalation E-Mail Address Contact Timings*


No. Persons Matrix Numbers
i. Help Desk Instant eprochelp@aai. 011-24632950, 0800-2000
Team Support aero Ext-3512 Hrs.
(Six Lines) (MON - SAT)
ii. Jr.Exe.(IT) After 4 sanjeevkumar@ 011-24632950, 0930-1800
Hours of aai.aero Ext-3505 Hrs.
Issue (MON-FRI)
iii. AGM(IT) After 12 snita@aai.aero 011-24632950, 0930-1800
Hours Ext-3523 Hrs.
(MON-FRI)
iv. General After 03 gmitchq@aai.ae 011-24657900 0930-1800
Manager(IT) Days ro Hrs.
(MON-FRI)

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 5 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

10. Critical dates for online submission in CPPP portal by the bidder is given below.

CRITICAL DATE SHEET

Published Date 21.06.2018 (1500 Hrs.)

Bid Document Download/Sale Start Date 22.06.2018 (1600 Hrs.)

Clarification Start Date 25.06.2018 (1000 Hrs.)

Clarification End Date 05.07.2018 (1500 Hrs.)

Bid submission Start Date 27.06.2018 (1000 Hrs.)

Bid Submission End Date 11.07.2018 (1500 Hrs.)

Bid Opening Date 12.07.2018 (1500 Hrs.)

Last date and time for receipt of original separate 12.07.2018 (14.30 Hrs.)
Demand Drafts against EMD and Tender Fee.

For Airport Director, Madurai.

Date: 21/06/2018 CNS In-Charge


Email: dgm-com-md@aai.aero

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 6 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

SECTION – II

INSTRUCTIONS TO BIDDERS

1. DEFINITIONS

1.1 “AAI / The Buyer” means the Airports Authority of India.

1.2 "The Bidder / Vendor" means the individual or firm who participates in this tender and uploads
its bid.

1.3 “Project Leader AAI” means the AAI executive responsible for signing all documents from AAI
side and shall coordinate all the activities of the project with the bidder / contractor.

1.4 "The Supplier / Contractor" means the individual or firm taking up the work as defined under
the Notice Inviting Tender.

1.5 "The Works Order" means the order placed for the supply, installation, testing &
commissioning of systems / works by the Buyer with the Contractor signed by the Buyer
including all attachments and appendices thereto and all documents incorporated by reference
therein.

1.6 "The Purchase Order / Work Order" means the order placed for the supply of items by the
Buyer with the Supplier signed by the Buyer including all attachments and appendices thereto
and all documents incorporated by reference therein.

1.7 “The Contract” means the agreement signed between the Buyer and the Contractor as per the
terms and conditions contained in the Purchase Order / Work Order.

1.8 "The Contract Price" means the price payable to the Contractor under the Purchase Order /
Work Order for the full and proper performance of its contractual obligations.

1.9 “Non-responsive Bid” means a bid, which is not uploaded as per the instructions to the bidders
or Earnest Money Deposit has not been attached, or the required data has not been provided
with the Bid or intentional errors have been committed in the Bid.

2. ELIGIBILITY CRITERIA

Digitally signed, scanned copies of the following documents to be uploaded in the Technical Bid
folder of e- Tender in CPPP.
(Also refer NIT Section – I, clauses 3, 4 & 8)
a. Copy of the PAN card.
b. Scanned copy of Tender fees demand draft. (Original to be submitted before opening of bids)
c. Scanned copy of EMD fees demand draft. (Original to be submitted before opening of bids)
d. Scanned copy of Annexure “MSME – A” duly attested by Notary Public if applicable. (Original to
be submitted before opening of bids). The NSIC registered MSE Vendors who intend to claim
exemption of EMD payment shall submit the proforma attached in Annexure “MSME-A” duly
attested by Notary Public along with valid NSIC registration certificate. In the event of non-
submission of this Notary public attested proforma, they run the risk of their bid being passed
e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 7 of 34
Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

over as “INELIGIBLE” for the benefits applicable to MSEs and their bid will not be considered for
evaluation.
e. Copy of GST Registration number.
f. Financial turn over for the last three years (should be supported with abridged balance sheet and
profit & loss account.) Firms showing continuous losses during the last three years in the balance
sheet shall be summarily rejected.
g. Proof of AMC executed in the last five years. Vendor should have successfully completed works of
Annual Maintenance Contract of Surveillance CCTV System in Government Departments or Public
Undertakings or Private sectors (within India), meeting any one of the following criteria.
• One order of value more than or equivalent to 80% of estimated cost given in NIT.
• Two orders each of value more than or equivalent to 50% of estimated cost given in NIT
• Two orders each of value more than or equivalent to 40% of estimated cost given in NIT.
• Duly filled forms of Annexure I and Annexure II shall be uploaded.
• Proof of satisfactory service with Supporting Documents for the above mentioned works (Work
order, Completion report, schedule of quantities and completion cost), from the same customer
shall be attached in Annexure II. Firms showing work experience certificate from non-
government/non PSU organisation should submit copy of Tax Deduction at Source (TDS)
certificate in support of their claim for having experience of stipulated value of work.
h. Digitally Signed copy of original tender.
i. Signed & scanned copies of Annexures I to VII.

3. PRICE BID:

a. The prices quoted for Comprehensive Annual Maintenance Contract of Surveillance CCTV system at
Madurai Airport.
(Note: Provision of one Highly-skilled Maintenance personnel with Diploma in Electronics qualification
(current minimum wages for Highly skilled labour category is Rs.673 per day). The contractor should
quote the rates very carefully considering current rates of minimum wages & all statutory
requirements. Quoted rates by the firm should include, the following cost components:)
• Total manpower cost per year based on actual wages to be paid as per labour act by the firm
(should not be less than minimum wages notified by Ministry of Labour & Employment,
Government of India)
• Bonus, PF and ESI according to Labour Act. The contractor is required to submit PF registration
number and ESI registration number of their organisation within two months period after award of
work.
• Nominal Dearness Allowance rates variation & Service Charges if any.
Note : The offer shall be firm in Indian Rupees only. AAI will not provide any Form “C” or “D”.
b. The bidder shall quote as per sample price schedule given in Schedule-A in the price bid.
c. The prices quoted by the bidder shall remain firm during the entire period of contract and shall
not be subject to variation on any account.
d. Post offer discount, if any, offered by the bidders shall not be entertained. Bidders’ planning to
offer discount shall therefore modify their offers suitably while quoting and shall quote clearly net
price. However, such discounts from the firm declared as L1 on the basis of post bid negotiations
if any shall be considered and such negotiated offer when agreed by AAI & the bidder shall form
a part of the Price Bid.
e. Taxes as applicable and in force will be paid by as per prevailing rules.

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 8 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

4. COST OF BIDDING

The Bidder shall bear all costs associated with the preparation and submission of the bid. The Buyer,
will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the
bidding process.

5. THE BID DOCUMENTS

BID DOCUMENTS
The required materials, bidding procedures and contract terms are prescribed in the Bid
Documents. The Bid Documents include:-
• Notice Inviting e-Tender
• Instructions to Bidders
• General Terms & Conditions of the Contract
• Special Conditions of the contract
• Annexures I to VIII
• Price Schedule-(Schedule-A)

The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid
Documents. Failure to furnish all information required as per the Bid Documents or submission of
bids not substantially responsive to the Bid Documents in every respect will be at the bidder's risk
and shall result in rejection of the bid.

6. AMENDMENTS TO BID DOCUMENTS


a. At any time, prior to scheduled date of submission of bids, AAI if it deems appropriate to revise any
part of this tender or to issue additional data to clarify and interpretation of provisions of this
tender, it may issue addendum / corrigendum to this tender. Any such addendum / corrigendum
shall be deemed to be incorporated by this reference into this tender and binding on the bidders.
Addendum / corrigendum will be notified through CPPP portal at www.etenders.gov.in
b. If Bidder needs to delete and create a new bid response in case AAI issues amendment
/corrigendum after bidder has created his response, and there is change in line item (new item
added or existing item deleted) or in the price components of any line item he may do so.

7. PERIOD OF VALIDITY OF E-TENDER (BID)

The E- tender (Bid) shall remain valid for a minimum of 180 days from the date of opening of the
bid. The bidder shall not be entitled, to revoke or cancel the offer or to vary any term thereof,
during the said period of validity without the consent in writing of AAI. In case of the bidder
revoking or cancelling the offer or varying any term in regard thereof, the bidder's earnest money
deposit shall be forfeited.

In exceptional circumstances, the Buyer may request the bidder's consent for an extension to the
period of bid validity. The request and the responses thereto shall be made in writing.

8. E-TENDER BID OPENING AND EVALUATION


a. To shortlist technically qualified bidders, Technical bid shall be scrutinized by AAI to ensure whether
the same are in conformity to Technical & Operational Requirement. Bidders shall provide

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 9 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

complete information to substantiate compliance of the technical specification listed in the tender.
In case of incomplete compliance statement or inadequate information, tenders shall be finalised
on the basis of the information available. It shall, therefore, be in the bidders’ interest to give
complete and comprehensive technical particulars while submitting the bid.
b. AAI may seek clarification on technical details or any other information deemed necessary.
c. Tenders meeting Technical bid criteria as specified herein shall only be informed and considered
for opening and evaluation of Price bid.

9. OPENING OF THE FINANCIAL BIDS:


a. Financial Bids of those bidders who qualify in Technical bid evaluation shall be opened by AAI. Date
and Time of opening of financial bid shall be notified to technically eligible bidders. Bidders can
monitor the bid opening process on-Line.
b. No correspondence shall be entertained from the bidders after opening of Financial Bid of the
Tender.

10. CONTACTING THE BUYER:


Canvassing in any form in connection with the tenders is strictly prohibited and the tenders
uploaded by the contractors who resort to canvassing are liable for rejection.
No bidder shall try to influence the Buyer directly or through external source on any matter relating
to its bid, from the time of publication of e-Tender till the time the contract is awarded.
Any effort by a bidder to influence the Buyer in the bid evaluation, bid comparison or contract
award decisions shall result in the rejection of the bid, and such actions will be considered as bad
performance for future Projects.

11. AWARD OF CONTRACT


a. The acceptance of the tender will be intimated to the successful bidder by AAI.
b. AAI shall issue the purchase/work order to successful bidder in duplicate. Successful bidder shall
return one copy of purchase/work order within three working days as a confirmation to acceptance
of terms and conditions of purchase/work order duly signed by him on each page of the order.
c. Successful bidder has to enter into an agreement with AAI on terms and conditions mentioned in
the tender, its corrigendum and technical queries and responses against which purchase/work
order has been issued.
d. AAI shall be the sole judge in the matter of award of contract and the decision of AAI shall be final
and binding.

12. RIGHT TO ACCEPT OR REJECT THE TENDERS


a. The right to accept the tender in full or in part/parts will rest with AAI. However, AAI does not bind
itself to accept the lowest tender and reserves to itself the authority to reject any or all the tenders
received without assigning any reason whatsoever.
b. Tenders not accompanied with prescribed information or are incomplete in any respect, and/or
not meeting prescribed conditions, shall be considered non-responsive and are liable to be
rejected.
c. The Buyer reserves the right to accept or reject any bid or a part of the bid or to annul the bidding
process and reject all bids, at any time prior to award of contract without assigning any reason
whatsoever and without thereby incurring any liability to the affected bidder or bidders on the
grounds for the Buyer’s action.

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 10 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

d. If the bidder gives wrong information in his E-Tender, AAI reserves the right to reject such tender
at any stage or to cancel the contract, if awarded, and forfeit the Earnest Money.
e. Tenders where Earnest Money Deposit (EMD) is not paid OR non submission of related documents
relating to Exemption of EMD which shall be applicable to SSI or PSU shall be rejected outright.
f. Should a bidder have a relation or relations employed in AAI in the capacity of an officer, the
authority inviting tender, shall be informed. In the event of failure to inform and in a situation
where it is established that the relation or relations employed in AAI has / have tried to influence
the tender proceedings then AAI at its sole discretion may reject the tender or cancel the contract
and forfeit the Earnest Money.
g. The requirements indicated in this E tender are the minimum and bids of the firms not complying
with these minimum requirements or having deviations equivalent to the minimum requirements
shall be rejected. However, bids offering higher than the minimum requirements shall be
technically acceptable without any additional Price implication.
h. Any correspondence after the opening of the technical bid, from the bidder, regarding the bid
unless specifically sought by AAI shall not be considered. Such post bid offers / clarifications may
be liable for action as per clause 10 of this section.

13. ANNULMENT OF AWARD:


Failure of the successful bidder to comply with the requirement of Clause 11 of this section shall
constitute sufficient ground for the annulment of the award and forfeiture of the EMD in which
event the Buyer may make the award to any other bidder at his discretion or call for new bids.

14. EXTENSION OF CONTRACT


AAI reserves the right to give Extension order of one more year with the same terms & conditions
as first year after completion of AMC period.

15. AMC CONTRACT MONITORING


a. AAI shall hold regular AMC monitoring meetings after the award of the contract to monitor the
performance of the AMC.
b. First such meeting shall be hold within one month of award of the contract. The date and time of
such meeting shall be intimated to the contractor by fax / post or email. The date and time of
subsequent meetings shall be decided and recorded in previous meetings.
c. The proceedings of each meeting shall be recorded and action as required towards monthly
completion of the AMC shall be initiated promptly by both AAI and the contractor.

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 11 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

SECTION – III

GENERAL TERMS & CONDITIONS OF THE CONTRACT

1. PURPOSE & SCOPE

This document sets out the terms & conditions to be met in connection with the “Comprehensive
Annual Maintenance Contract of Surveillance CCTV system at Madurai Airport,” for the work as per
details given in the notice inviting e-tender.

2. COMPLIANCE

a. The unconditional acceptance of all the terms & conditions of the E-Tender has to be uploaded
through a letter. The format of the letter is attached at Annexure-III.
b. The submission of the tender will imply acceptance of all the tender conditions by the bidder laid
in tender document including all the Annexure & Schedules to the tender document.
c. The submission of unconditional acceptance as described above is essential for the tender
evaluation. The failure to upload the unconditional acceptance statement in the said format shall
result in the bid being rejected.

3. EARNEST MONEY

a. Earnest Money Deposit of the technically unsuccessful bidders shall be returned after the
completion of the technical evaluation process.
b. The EMD of the successful bidder will be returned after receipt of Performance Bank Guarantee
(PBG).
c. The EMD amount shall be forfeited in the following events:
• If the successful bidder fails to enter into a contract with AAI within 30 calendar days after the
receipt of the work order.
• If the successful bidder fails to submit the Contract Performance Bank Guarantee as Stipulated
in Annexure –V .
• In the event of not accepting the conditions of the contract even after agreeing to do so and
up loading the letter of un-conditional acceptance of terms as per letter in Annexure-III.
• In a situation referred in clause 12 of section –II.
• No interest or any other expenses, whatsoever, will be payable by AAI on the EMD in any
manner.

4. SECURITY DEPOSIT
a. The security deposit @ 10% of the quoted value (excluding the taxes) will be deducted from the
first quarterly bill payment or Bidder can submit a Bank guarantee(BG) (Annexure V) after award
of the work within 30 days.
b. The security deposit/BG will be returned to the successful bidder at the end of the period of liability
without interest.
c. The successful bidder will do the Comprehensive Annual Maintenance Contract of Surveillance
CCTV system at Madurai Airport.

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 12 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

5. CORRESPONDENCE
All correspondence would be directly with the bidder and correspondence through agents will not
be entertained.

6. PATENTS, SUCCESSFUL BIDDER'S LIABILITY & COMPLIANCE OF REGULATIONS


a. Successful bidder shall protect and fully indemnify the AAI from any claims for infringement of patents,
copyright, trademark, license violation or the like.
b. Successful bidder shall also protect and fully indemnify the AAI from any claims from successful bidder's
workmen/employees, their heirs, dependents, representatives etc or from any person(s) or bodies/
companies etc. for any act of commission or omission while executing the order.
c. Successful bidder shall be responsible for compliance with all requirements under the laws and shall
protect and indemnify completely the AAI from any claims/penalties arising out of any infringements
and indemnify completely the AAI from any claims/penalties arising out of any infringements.

7. SETTLEMENT OF DISPUTES
If a dispute of any kind whatsoever arises between the AAI and the Contractor in connection with,
or arising out of the Contract or the execution of the works, whether during the execution of the
Works or after their completion and whether before or after repudiation or after termination of
the contract, including any disagreement by either party with any action, inaction, opinion,
instruction, determination, certificate or valuation of the Project Leader or his nominee, the matter
in dispute shall, in first place be referred to the Airport Director, AAI, Madurai who shall act as the
conciliator on the matter. The disputes will firstly be settled by the Conciliator, failing which any
party may invoke arbitration clause.
Unless the Contract has already been repudiated or terminated or frustrated the Contractor shall
in every case, continue to proceed with the works with all due diligence and the Contractor and
AAI shall give effect forthwith to every decision of the Project Leader or his nominee unless and
until the same shall be revised, as hereinafter provided, by the Conciliator or in an Arbitral Award.

8. ARBITRATION AND LAW.

All disputes and differences arising out of or in any way touching or concerning this contract (except
where otherwise provided for in the contract) shall be referred to the sole arbitration of the
Executive Director (CNS-OM), AAI, Rajiv Gandhi Bhavan, New Delhi. The award of the Arbitrator
shall be final and binding on both the parties. The Arbitration and Conciliation Act, 1996 shall be
applicable. It will be no bar if the Arbitrator appointed as aforesaid is or has been an employee of
the Authority and the appointment of the Arbitrator will not be challenged or be open to question
in any Court of Law, on this account Indian laws shall govern this contract.

9. TERMINATION FOR DEFAULT & RISK PURCHASE

a. The AAI may, without prejudice to any other remedy for breach of contract, by written notice of one
month of default, sent to the Contractor, terminate this Contract in whole or in part in any or the
following events if the Contractor fails to perform any other obligation(s) under Contract.

b. If the Contractor, in either of the above circumstances, does not remedy his failure within a period of
30 days (or such longer period as AAI may authorize in writing) after receipt of the default notice from
AAI.

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 13 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

c. As a penalty to the Contractor the AAI shall en-cash Contract Performance Bank Guarantee. The AAI in
such case shall pay for the assessed value of the executed work that can be used. No payment shall be
made for the efforts put in by the Contractor in case the same are of no value to AAI. The balance
unfinished work of the project will be got done by fresh tendering on Contractor’s risk and that extra
expenditure will be recovered.

d. The AMC can be terminated either by AAI or contractor with notice of ONE month. AAI shall reserve
the right to terminate the contract after following the conditions specified in the tender document.
Even then the contractor shall continue to provide the services as per the contract till alternative
arrangements are made by AAI.

e. AAI shall terminate the contract and takeover the maintenance at any time without notice, in case the
services are not found satisfactory. Under such conditions, all the defects shall be rectified at risk and
cost of contractor.

10. TERMINATION FOR INSOLVENCY

The AAI may at any time terminate the Contract by giving written notice of one month to the contractor,
without compensation to the Contractor, if the Contractor becomes bankrupt or otherwise insolvent as
declared by the competent court provided that such termination will not prejudice or affect any right or
action or remedy which has accrued or will accrue thereafter to AAI. In the event of termination for
penalty to the contractor Clause 9-c shall be applicable.

11. SET OFF

Any sum of money due and payable to the contractor (including security deposit refundable to him) under
this contract may be appropriated by the Buyer to set off the same against any claim of the Buyer for
payment of a sum of money arising out of this contract made by the Contractor with Buyer.

12. FORCE MAJEURE

a. 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 contractors control, subject to
what is stated in the following sub paragraphs and to the procedures detailed there in being
followed. Force Majeure is defined as an event of effect that cannot reasonably be anticipated such
as acts of God (like earthquakes, flood, storms etc), acts of states, the direct and indirect
consequences of wars (declared or un-declared), hostilities, national emergencies, civil commotion
and strikes (only those which exceed a duration of ten continuous days) at successful Bidder’s
factory. The successful bidder’s right to an extension of the time limit for completion of the work
in above mentioned cases is subject to the following procedures.

b. That within 10 days after the occurrence of a case of force majeure but before the expiry of the
stipulated date of completion, the bidder informs the AAI in writing about the occurrence of Force
Majeure Condition and that the Bidder considers himself entitled to an extension of the time limit.

c. That the contractor 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.
e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 14 of 34
Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

d. That the contractor proves that the said conditions have actually interfered with the carrying out
of the contract.

e. That the contractor proves that the delay occurred is not due to his own action or lack of action.

f. Apart from the extension of the time limit, force majeure does not entitle the successful bidder to
any relaxation or to any compensation of damage or loss suffered.

13. START OF CONTRACT AND AGREEMENT.

The Contract shall be considered as having come into force from the date of issue of work order by
AAI. The successful bidder has to enter into an agreement with AAI within 30 days of award of
contract as per the format given in Annexure VIII.

**************

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 15 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

SECTION – IV
SPECIAL CONDITIONS OF THE CONTRACT

1. MINIMUM WAGES: - The contractor shall comply the provision of contract labour (Regulation and
Abolition) Act of 1970 and contract labour (Regulation and Abolition) Central Rules 1971 and other
legislations such as EPF * MP Act –1952, Employees state Insurance (ESI) Act-1948 and Minimum
Wages Act- 1948, The payment of wages Act-1936, the workmen’s compensation act-1923 & Rules /
Acts / instructions enforced from time to time by the Central and State Governments. The contractor
has to pay the staff engaged by him minimum wage of central or state Govt. whichever is higher
applicable for the trade/job. Minimum wages must be paid as per THE GAZETTE OF INDIA :
EXTRAORDINARY PART II—SEC. 3(ii)] number 173 notification of the Government of India in the
Ministry of Labour and Employment, , dated the 19th January, 2017 and in S.O. 188(E) for area B.
Applicable CPF, ESI, Bonus, and other statutory requirements should also be included in the cost. Any
variation in DA will be reimbursed on actuals during the contract.

2. BONUS as applicable and prevalent during the contract period shall be payable to the staff employed.
3. EPF, ESI: The contractor shall comply with EPF registration & ESI registration norms as applicable with
up to date amendment and shall get registered to local labour authority of the govt. The contractor
shall submit proof of payment of EPF & ESI payment and the PF account code, ESI card / Pehachan
card of the individual personnel engaged by him within first month of the contract, failing which AAI
will withhold the EPF & ESI amount due to the staff employed for the contract till the submission of
paid receipt is received.
4. The Contractor has to enter into an agreement with AAI as per AAI format after award of work. The
agreement bond cost of Rs 100/- shall be borne by agency only. This tender document will form part
of the agreement.
5. SECURITY CLEARANCE:
a) As the site of work is in the restricted area/ AAI premises the contractor has to arrange for the
security clearance and obtain Airport Entry Passes (AEP) from Security Authorities at Madurai
International Airport for the work force deployed by him under this job contract after making
necessary fees as per the procedures in vogue. Over and above, the identity card issued by the firm
to be displayed while the persons are on duty. In case of loss/renewal of AEP, the cost of making
new passes shall be borne by the contractor. The contractor shall be responsible for misuse of any
AEP and be liable for action by security agencies at the airport.
b) In addition to the above, the contractor has to obtain security clearance for him and his company
from BCAS (Bureau of Civil Aviation Security) and based on that only AEP will be issued to the
employee deployed for the said work.
c) issuance of AEP for the personnel deployed will be done as per BCAS norms. The same will
depend upon the back ground Verification Certificate produced by the Contractor for the
personnel deployed. However a Temporary Pass will be issued to facilitate entry to the work spot
to begin with.
d) Character and antecedents verification for the firm/directors/partner/proprietor by the
competent authority is a must for issue of AEP to personnel deployed. The contractor should
submit relevant forms/details as required within 15 days of commencement of contract for the
same.

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 16 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

e) The charges for issuing the passes should be borne by the contractor. The Contractor shall be
responsible for the above process and also the misuse, if any, of the Passes issued.
6. The Annual Maintenance Contract shall be comprehensive i.e. including the cost of supply of all
spares and replacement of the same in the system as and when required.

7. The CAMC will be valid for a period of one year with effect from the date of signing of agreement
and the contract shall be extendable on mutually agreed terms & conditions for one more year
subject to satisfactory performance and approval of competent authority.
8. The CAMC includes Break Down maintenance and periodic preventive maintenance as mentioned in
the schedule here below. The list of equipment to be maintained & the periodical maintenance
schedules are listed in Annexure-V.
9. Man power Requirement:
a) Trained technician with minimum qualification of Diploma in Electronics who is conversant
with the operation of IP based surveillance CCTV system and has experience in trouble
shooting common faults shall be stationed at the airport Daily from 0930 to 1800 hrs except
Sunday. In addition to this the contractor should provide manpower to attend any number of
complaints on 24hrs basis. In case of major breakdown, additional technical personnel or the
service engineer of the firm may be deputed to this site, if necessary, to assist the resident
technician in rectifying the fault in the shortest possible time i.e. the breakdown time shall be
kept as minimum as possible
b) breakdown to be attended within six Hrs. The breakdown time shall be kept as minimum as
possible.
c) The firm shall provide the Maintenance personnel with a mobile phone and communicate this
mobile number to the engineer-in-Charge of AAI. The firm shall also provide the telephone
number, mobile number, fax number of their main office.
d) During the contract period, the firm’s technician will carry out preventive maintenance of the
system at regular intervals as mentioned in the schedule. He shall also attend to any breakdown
complaint as and when required.
10. This CAMC covers all the Items mentioned in Annexure-V and their associated components including
all cabling, complete software of servers, NAS & Workstations.
11. The SCCTV equipment to be maintained under this CAMC as listed in Annexure-V has to be maintained
by the firm in serviceable condition at all times.
12. Any spares of imported equipment or spares that need to be imported from the OEM shall always be
available locally with the firm or has to be in the firm’s possession at all times to facilitate quick
replacement of spares without any loss of time. Encoders, Fixed/PTZ Cameras, Hard disks of Servers &
workstations and 24VAC/2.5A, 24AC/1.5A,12VDC/1.5A Power adapters shall always be available
locally with the firm for quick replacement.
13. All spares used for rectification of faults shall be genuine and licensed as mentioned in the OEM’s
service manual. If any original spare is currently not available with the OEM, then the firm may use
compatible upgraded versions of the same spare available with the OEM or use a compatible
equivalent spare of any other reputed make by taking prior approval of the engineer-in-Charge of AAI.
The spares used for rectification of a fault shall not affect the original performance of the system or
alter the original parameters and technical characteristics of the system in anyway. If Fixed/PTZ Dome
Cameras cannot be repaired, the same shall be replaced with new ones having the same or better
specifications. The replaced new Fixed/PTZ dome cameras will become the property of AAI.

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 17 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

14. All the cabling including Data Cat6 (UTP cable)/OFC/Power cables/Patch
cords/Rewiring/Replacing/Splicing/Network cable crimping and Terminations related issues are
covered in the scope of this contract.
15. Proper log books for each system/equipment shall be maintained by the Contractor’s maintenance
engineers for preventive as well as breakdown maintenance. Periodic inspections as per the
instructions of AAI shall also be carried out. Maintenance log book(s) and inspection report(s) shall be
handed over to the CNS in charge, AAI or his authorized representative for necessary action / record.
16. Test equipment, tools, ladder, cleaning material etc. shall be the responsibility of the contractor.
17. In case programming or reloading of system software is required, the same shall be done by the
contractor at his own cost. However Licensed Videonetics/ Infinova Software shall be provided by AAI.
18. In case of corruption or damage to software program/Data of the equipment due any reason, the
replacement and reprogramming shall be the responsibility of contractor. Also, the
enhancement/updating of software applications and system software of SCCTV System and its
accessories are included in CAMC cost. The contractor is responsible for maintaining the system by
fulfilling the terms & conditions of the software and hardware licenses wherever applicable.
19. Any features existing in the system which are not activated (e.g. Camera Patterns, selection of pre-
sets, schedule recording’s default PTZ presets etc.) will be activated by the firm’s technician whenever
it is required.
20. Video clippings of recordings, if required for any inquiry have to be retrieved from the system by the
firm’s technician and copied on a CD/DVD as per the directive of AAI Engineer-in-Charge. However,
CDs/DVDs for this purpose will be provided by AAI. The video footage should neither be copied in any
external memory device nor be supplied to external parties with out the knowledge of Engineer-In-
Charge.
21. If any defective equipment covered under this CAMC is taken out of Airport premises for servicing, the
to and fro transport charges will be the responsibility of the contractor and the cost to this effect shall
be borne by the contractor.
22. In case of corruption or damage to the Program/Data due to any reason, the replacement and
reprogramming shall be the responsibility of the contractor and is covered under the scope of this
contract.
23. Apart from the list of Equipment/items listed in Annexure – V, all the cabling including
Rewiring/Replacing/Splicing/Network cable crimping, Termination related issues of Ethernet cables &
OFC cables and power adapters of Cameras and Encoders are covered under this CAMC contract.
24. During the period of maintenance contract, AAI may add or modify certain equipment from the CAMC
contract. The contractor shall have no objection to such addition / reduction carried out by AAI
through a third party and he will continue to maintain the original equipment covered under the Scope
of this CAMC as per the same terms and conditions. AAI will intimate him in advance of such
modification.
25. In case any camera needs to be shifted to a new location for some reason, then the contractor’s staff
at the airport shall carry out the necessary shifting work of cameras as per the direction of the
engineer-in charge of AAI. Dismantling the cameras along with mount from the original location, fixing
the cameras with mount at the new location, terminating the cables on the cameras at the new
location, Testing and commissioning of the shifted cameras at the new location shall be carried out by
the contractor at his own cost. Cost of supply and laying of cables and conduits in such cases shall be
borne by Contractor.

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 18 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

26. The system shall be handed over back to AAI in fully serviceable condition on expiry / termination of
the contact. Any defects etc. observed at that stage shall be rectified at the contractor’ risk and cost.
Decision of AAI officer in charge in this regard shall be final and binding.
27. In case of premature termination of contract by AAI for any reason not attributed to the contractor,
AAI will issue one month’s advance notice to the contractor to this effect. The contractor will also have
the option to terminate the contract by giving one month’s notice without any loss of deposit.
28. If necessary, for any reason whatsoever, AAI may extend the CAMC contract for a period of three
months beyond the date of expiry of this CAMC. In this case, it shall be binding upon the contractor to
continue the CAMC for the extended period of 3 months at the same accepted rates of this CAMC. AAI
will intimate the contractor regarding such extension at least 15 days in advance.
29. The contractor will not be liable for any damages arising out of war, riots and natural calamity such as
fire, storm, earthquake, lightning, floods etc.
30. Any person under this contract, whose work or conduct is found unsatisfactory by AAI, shall be replaced
immediately at no additional cost to AAI.
31. The Contractor shall, at their sole cost and expenses, furnish and provide for rendering services covered
by this contract to the entire satisfaction of Airports Authority of India.
32. The contractor shall comply with all applicable laws, Ordinances, rules & Regulations in respect of this
contract and shall pay all charges in connection therewith.
33. The contractor has to submit the detailed list of staff with their skill at the time of commencement of
contract and as and when changes are there in the deployment.
34. The Contractor shall be responsible for the recruitment, retention and retrenchment of the employee
of their establishment and for settlement of dispute arising out of the terms and conditions of services
of his personnel.
35. The staff engaged by the contractor shall have no claim for any temporary or permanent employment
in AAI.
36. Necessary safety measures shall be taken care of by the contractor for the on-duty personnel engaged
by him. AAI shall not be held responsible for any such accident arising from compromising safety
measures/negligence.
37. If the services rendered by the contractor are not up to the standard as detailed under scope of work,
the same shall be brought to the notice of the contractor with a view to improve the same in a
stipulated period; else shall take necessary action as per the provisions of contract.
38. The contractor has to ensure that the services are not disturbed either due to absenteeism or due to
wilful act of his staff. In case workforce deployed by the contractor resort to any kind of industrial action
the contractor shall arrange to deploy alternate work force of sufficient strength to maintain the
services for which no additional charges will be given.
39. This contract is for a period of one year commencing from “Service Commencing Date” as specified in
work order.
40. TERMS OF PAYMENT:
a) No mobilization advance shall be paid for any activity.
b) Payment will be made to the contractor on a quarterly basis at the end of every quarter after submitting
the following documents for each month.
i. Wage Muster Copy along with copy of staff attendance.

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 19 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

ii. EPF / ESIC / Professional Tax Challans copy along with details of PF / ESIC / Professional Tax
contribution of each worker and employer along with undertaking that working employee and firm
contribution is inclusive in the challans submitted.
iii. Quarterly bill for the services rendered.
c) The payment to staff may be done through A/C payee cheque/RTGS/NEFT only before 2nd week of every
month and necessary document of payments of wages, pay slip, P.F, E.S.I.C and bonus must be
submitted to this office along with the quarterly AMC invoice raised by the contractor. Contractor will
also submit the annual EPF return Form 3 (A) & 6 (A) and ESIC half yearly return form V within one
month period of submission failing which AAI will withhold the EPF and ESI till the submission of paid
receipts.
d) The contractor has to maintain the wage register for his employees and has to be produced as and
when required.
41. PENALTY FOR DELAY IN ATTENDING MAINTENANCE AND ABSENTEEISM
a) AAI shall reserve the rights to fix responsibility for omissions & commissions and to impose a
maximum penalty of 10% of the monthly bill amount for such deficiencies in services after serving
notice and giving fair opportunity to the contractor in respect of following:
1 Complete system failure for more than 2 hrs. 10% of the per day CAMC cost, for the
number of days of un serviceability shall
be deducted from the running bill of each
quarter.
2 For partial failure of the system i.e. device 0.5% of the CAMC cost per day per failed
failure like cameras, encoders, Power adapters, device/function beyond three days shall
computer failure, hard disk failure, stand-by be deducted from the running bill of each
equipment not provided, etc. quarter

3 If preventive maintenance not carried out as Rs.10,000/-will be deducted from the


mentioned above running bill of each quarter

4 Non availability of Service Engineer at site Rs. 500.00 per day for the period of
absence will be deducted from the
running bill of each quarter

42. AAI shall not pay any amount to the contractor towards CAMC for the period of no maintenance. If at
any stage, the contractor fails to provide satisfactory service, AAI shall terminate the contract without
any notice or compensation. Any damage to the installation due to the contractor’s negligence shall
be rectified by AAI at the contractor’s risk and cost.
43. Payment will be released on quarterly basis after successful completion of every quarter and
deduction of penalty, if any on submission of bills along with certified copies of ESI and PF documents
being statutory requirement. AAI shall deduct income tax and make other applicable recoveries from
running bill payments as per prevailing rules. TDS (Tax deducted at source) certificate, however, shall
be issued to contractor. No advance payment shall be made to the firm.
44. For any loss or damage to the AAI installations due to faulty or poor maintenance, the contractor shall
be liable for compensation to the extent of damage done. AAI shall have full authority to get the
damage rectified at the contractor’s risk and cost.

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 20 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

45. After award of work to the firm, a joint inspection will be held immediately at site for assessing the
serviceability of the SCCTV system. Any item found defective during this joint inspection prior to
handing over the SCCTV system to the contractor for CAMC will be jointly noted down by either side
and the same shall be got rectified by Contractor on payment basis as one time measure. AAI will
endeavor to hand over the SCCTV system in fully serviceable condition to the contactor.
46. All calls/complaints along with their status shall be registered and recorded in Log book. The CAMC
vendor shall also provide hard copies of weekly and monthly reports on pending and closed complaints
to the Engineer In-charge of AAI.
47. AAI at its sole discretion may not award a CAMC for all the items included in the NIT and may exclude
some of the items which may have become obsolete over the period of time or may have been
replaced/upgraded by AAI. AAI may also at its sole discretion terminate the contract for some of the
items, which have become obsolete or have been replaced/upgraded by AAI during the tenure of the
contract. The contract value of such items shall not be paid in the subsequent bills.
48. The CAMC can be terminated by either AAI or contractor with notice of three months. Contractor shall
handover the system/equipment in fully serviceable and functional condition at the time of closure of
maintenance contract. Else, the defects shall be rectified at the risk and cost of contractor.
49. AAI shall terminate the contract and takeover the system maintenance at any time without notice, in
case the services are not found satisfactory. Under such conditions, all the defects shall be rectified at
the risk and cost of contractor.
50. Deviation of CAMC/additional units during the CAMC period:
The number of items indicated in the schedule of quantities may vary maximum of 30% during the
contract period at the discretion of the In-Charge of CNS Department, AAI, Madurai Airport.
51. AAI reserves the right to increase the schedule of quantities during the contract period without any
change in unit price and other terms and conditions of the contract. If any changes occurred in
schedule of quantity, the In-Charge of CNS Department, AAI, Madurai Airport shall intimate the same
to the contractor in writing.
52. Subcontracting of CAMC work to other vendor in any form/manner is strictly prohibited. At any point
of time, if it is observed that contract is subcontracted, the contract shall be liable to be terminated
and performance bank guarantee may be forfeited.
53. The bidder shall visit the site prior to submission of tender for the purpose of understanding.

*************

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 21 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

ANNEXURE-I
Company/Firm details.

(To be uploaded in Technical bid folder)

Sl.
Details To be furnished by the vendor
No.

01. Name & Address of the firm

02. PAN No.*

03. Type of organization & year of incorporation. *

Correspondence address with contact person’s


04.
name, telephone number, mobile number etc.

Turnover of the company. Please provide


05. audited Balance Sheets or Income tax return for
last 3 years. *
Value of the job & details of CAMC of CCTV
System maintained till 31.03.18
06. (Attach proof like copy of work order,
performance & completion certificate etc.)

07. Whether Annexure-II filled up with all details Yes / No

* Relevant documents duly self-certified should be attached as Proof.

Signature of the authorized person with Company seal

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 22 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

ANNEXURE-II

LIST OF WORKS EXECUTED DURING LAST 5 YEARS TOWARDS CAMC of IP


based CCTVsystem

Work Period
Name of the Firm Location of order Details of CAMC of of CAMC /
Contract
CCTV system till Remarks
/ Client the work Ref. No. 31.3.2018 Amount (Rs.)
& Date Work

* Relevant documents duly self-certified should be attached as Proof.

Signature of the authorized person with Company


seal

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 23 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

Annexure-III
UN CONDITIONAL ACCEPTANCE LETTER

(To be uploaded along with bid document)


To,

The Airport Director


Airports Authority of India,
Madurai Airport,
Madurai- 625022.

Sub: UNCONDITIONAL ACCEPTANCE OF AAI’S TERMS & TENDER CONDITIONS,


e-Tender NO. AAI/MDU/CNS-22/CCTV CAMC /2018

Name of Work: Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport
Dear Sir,
1. The tender document for the works mentioned above have been provided to me/us by Airports
Authority of India and I/we hereby certify that I/we have inspected the sites and read the entire
terms and conditions of the tender documents made available to me/us, which shall form part
of the contract agreement and I/we shall abide by the conditions/Clauses contained therein.
2. I/We hereby unconditionally accept the tender conditions of AAI’s tender documents in its
entirety for the above works.
3. It is clarified that after unconditionally accepting the tender conditions in its entirety, it is not
permissible to put any remarks / conditions (except unconditional rebates on quoted rates if
any) in the tender enclosed the same has been followed in the present case. In case any
provisions of this tender are found to be violated after opening Technical & Price bids, I / we
agree that the tender shall be rejected and AAI shall without prejudice to any other right or
remedy be at liberty to forfeit the full said earnest money absolutely.
4. I/we declare that I/we have not paid and will not pay any bribe to any officer of AAI for awarding
this contract at any stage during its execution or at the time of payment of bills and further if
any officer of AAI asks for bribe/gratification, I /we will immediately report it to the appropriate
authority in AAI.
5. It is declared that our company/partners or its Directors have not been black listed or any case
is pending or any complaint regarding irregularities is pending, in India or any Indian
State/Central Governments Departments or Public Sector Undertaking of India.

Yours faithfully

Date: (Signature of the bidder with rubber stamp)

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 24 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

Annexure – IV

PROFORMA FOR e-PAYMENT


To,
The Airport Director
Airports Authority of India,
Madurai Airport,
Madurai- 625022.

Subject: Request for E-Payment.

Sir,
Following particulars are given for effecting E-payment in respect of our claim / Bill.
1 Name of Company
2 Company Address
3 City
4 Postal Code
5 Telephone No.
6 Fax no
7 Mobil No
8 Email-Id
9 PAN Number of the Company
10 Company Bank A/c Number
11 Name of Bank / Branch
12 Branch Code
13 Bank Address
14 City
15 Mode of Payment
16 RTGS/NEFT details

We also enclose herewith a cheque duly cancelled of our bank A/c.

Thanking You,

Yours Faithfully

Signature of the authorized person with Company seal

Note: Any erroneous information may lead to harmful transaction for which either AAI or the
Bank will not be liable / responsible.

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 25 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

Annexure-V
LIST OF EQUIPMENTS/ITEMS TO BE MAINTAINED UNDER CAMC:

S.No. ITEM DESCRIPTION Make/Model Qty Compliance

1. High speed Outdoor Videonetics V1725 04


PTZ Camera
2 High speed Outdoor INFINOVA V1749N - M1S2B6 02
PTZ Camera
3 High Speed Indoor Videonetics V1725 07
PTZ Camera
4 High Speed Indoor INFINOVA V1749N - M1S2B6 01
PTZ Camera
5 Fixed Varifocal Dome Videonetics V1725 16
Camera
6 Fixed Varifocal Dome INFINOVA V6621 - M5010RE 11
Camera
7 L3 24 Port Switches H3C/5120 Series 01
8 L2 24 Port Switches 3Com/2928 Series 01
9 L2 8 Port Switches HP/2530-8G J9777A 04
10 Server for NVR Fujitsu / W380 02
11 Workstation with 19" Fujitsu W280 VIEWSONIC - 03
TFT VA2038WM INFINOVA - V2117
12 Workstation with 42" Fujitsu W280 GRASP - T72 INFINOVA 03
TFT - V2117
13 Cat 6 Cable used in 4000 m
the network
14 3 core * 1.5 sq. mm 3500 m
power cable used in
the system
15 RJ45 termination box 108 m
16 OFC 525 m
17 12 Port LIU 08

Maintenance Schedules

Break down maintenance of the system


a) On receipt of a detailed complaint from the CNS Department, Airports Authority of India, the
firm’s technician shall attend the complaint with all possible spares and tools. The fault shall be
rectified by the firm’s technician within the shortest possible time.
b) The fault shall be rectified using genuine and original spares as specified in the manufacturer’s
manual.
c) After rectification of the fault, the quality and performance of the system should be checked by
the firm’s service technician. The performance of the system shall be the same as original and it
shall be up to the satisfaction of the engineer-in-Charge.
d) A service report has to be submitted by the firm’s technician /service engineer to AAI after
rectifying the fault. A record will be maintained by AAI of all such breakdowns attended by the firm.
e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 26 of 34
Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

e) Corrective / breakdown maintenance shall be attended immediately upon receipt of complaint.


Complete system failure shall be set right immediately within 2 hours of reporting the fault on
telephone or in writing in order to avoid penalty. Partial failure or field device/component failure
shall be rectified within three days to avoid penalty. System failure whether partial or not shall be
decided by the Engineer –in-Charge whose decision in this regard shall be final and binding.
f) If servicing of particular equipment is not possible within the shortest possible time then the
contractor must arrange a stand by equipment of the same specification or better as replacement
of restoring the system to the normal operating condition within two days. In the meantime the
original equipment shall be repaired by the contract and put back into the system , else the stand
by equipment shall become the property of AAI.
g) If any equipment is required to be taken by the contractor to their workshop for servicing, then the
gate pass of the equipment must be obtained from the engineer –in charge.
h) At time of servicing in the passenger area contractor should take utmost precaution towards
passenger’s safety.

Preventive maintenance

The firm’s technician available at site shall carry out the preventive maintenance schedule as detailed
below. He may be provided with supporting manpower as and when required to do so. The additional
manpower to be deployed will be at the discretion of the firm. The Preventive Maintenance shall be carried
out with minimum downtime.

Daily Maintenance Schedule:


1. Check UPS voltage (Both input and output) and verify if within permissible limits.
2. Check serviceability status of all cameras by selecting the cameras from the Client workstation
available in the SCCTV Server room.
3. Check serviceability status of Client work stations installed at SCCTV control room and other
positions in the Airport.
4. Check the connectivity with NAS through Client workstation. Check whether the Videos received
from all the cameras are getting recorded.
5. Check the Date/Time stamp on the camera recordings and synchronize if necessary with server.
6. Check the status of all servers and Network attached storage (NAS).

Monthly Maintenance Schedule:

1. Check the Date/Time of all cameras and Synchronize with the server.
2. Check PTZ functions of all PTZ cameras for smooth operation.
3. External cleaning of all the system computers installed in the SCCTV Server room and the other
positions in the Airport.
4. Cleaning of all outdoor and indoor cameras dome/Bubble with soft cloth and Colin.
5. Cleaning of the server rack with a blower/Vacuum cleaner.
6. Check for video clarity of all cameras and take necessary corrective action if the video is not
proper/hazy.
7. Check the recording quality of all cameras and the back-up period of recordings.
8. Check the Analytic functions of Cameras and as per AAI in charge configure the analytic functions
to cameras.

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 27 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

9. Dressing of loose cables, if required, in the LAN switches, SCCTV control room and any camera
points.

Quarterly Maintenance Schedule:


1. Cleaning the UPS externally with a soft cloth.
2. Check the UPS battery Terminals for leakage and clean if necessary.
3. External cleaning of all camera domes/bubbles with a soft muslin cloth & Colin.
4. Cleaning of all LAN switches installed in the field with a blower.
5. Check for virus on Workstations installed at SCCTV control room and other. Positions with Antivirus
software and update virus definitions, if necessary. remove the detected viruses in all consoles
using suitable anti-virus software
6. Dressing of loose cables, if required, in the LAN switches, SCCTV control room and any camera
points.
7. Check functioning of all Server/Client Systems, networking equipment like LAN switches, etc. and
take corrective action, if necessary.

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 28 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

Annexure-VI

PROFORMA BANK GUARANTEE


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

Ref:- Bank Guarantee No:-


Date…………………
To
The Airport Director
Airports Authority of India,
Madurai Airport,
Madurai- 625022.
In consideration of the Chairman, Airports Authority of India [hereinafter called”AAI”] having
offered to accept the terms and conditions of the proposed agreement
between……………………………… and ……..……..………………….. [here-in-after called “the said
Contractor(s)”] for the works ……………………………………………….. [here-in-after called “the said
agreement”] vide Order no. ……………………………… Dated …………………, having agreed to production
of irrevocable Bank Guarantee for Rs.……………….. (Rupees……………….only) as a security / guarantee
from the contractor(s) for compliance of his obligations in accordance with the terms and
conditions in the said agreement.

1. We…………………………. (Indicate the name of the Bank) [herein after referred to as “the
Bank”] hereby undertake to pay to the Chairman, AAI an amount not exceeding Rs……………………
(Rupees…………………only) on demand by AAI.
2. We…………………………(indicate the name of the Bank) do hereby undertake to pay the
amounts due and payable under this Guarantee without any demure, merely on a demand from
AAI stating that the amount claimed is required to meet the recoveries due or likely to be due from
the said contractor(s). Any such demand made on the Bank shall be conclusive as regards the
amount due and payable by the Bank under this Guarantee. However, our liability under this
guarantee shall be restricted to an amount not exceeding Rs………….. (Rupees …………………….. only).
3. We, the said bank further undertake to pay to the Chairman, AAI any money so demanded
notwithstanding any dispute or disputes raised by the contractor (s) in any suit or proceeding
pending before any court or tribunal relating thereto, our liability under this present being absolute
and unequivocal.
4. The payment so made by us under this bond shall be a valid discharge of our liability for
payment there under and the contractor(s) shall have no claim against us for making such payment.
We……………………………(indicate the name of the bank) further agree that the guarantee herein
contained shall remain in full force and effect during the period that would be taken for the
performance of the said agreement and that it shall continue to be enforceable till all the dues of
AAI under or by virtue of the said agreement have been fully paid and its claims satisfied or
discharged or till Project-in-charge on behalf of AAI certified that the terms and conditions of the
said agreement have been fully and properly carried out by the said contractor(s) and accordingly
discharges this guarantee.

5. We ………………………(indicate the name of the bank) further agree with AAI that AAI shall
have the fullest liberty without our consent and without effecting in any manner our obligations
hereunder to vary any of terms and conditions of the said agreement or to extend time of
e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 29 of 34
Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

performance by the said contractor(s) from time to time or to postpone for any time or from time
to time any of the powers exercisable by AAI against the said contractor(s) and to forbear or enforce
any of the terms and conditions relating to the said agreement and we shall not be relived from
our liability by reason of any such variation, or extension being granted to the said contractor(s) or
for any forbearance, act or omission on the part of AAI or any indulgence by the AAI to the said
contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties
would, but for this provision, have effect so relieving us.
This guarantee shall not be discharged due to the change in the constitution of the Bank or the
contractor(s).

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

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).

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 30 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

Annexure VII

ANNEXURE “MSME-A”
(To be submitted in Non-Judicial Stamp Paper value of Rs.100/- and to be uploaded in Technical folder)
Declaration (For MSE Units Only)
I, _______________ on behalf of M/S._________________________ in the capacity of
_______________ (Position) hereby declare that

1. Our MSE Unit(s) is/are availing benefits extended by MSME, Government of India to Micro
and Small Enterprises (MSEs) for the work of _______________________ invited vide Bid
Number_______________
2. Our MSE Unit(s) has/have not been awarded any work/ Supply under MSME benefit during
the current financial year.
OR
Our MSE Unit(s) has/have been awarded work / supply for a total value of
Rs._____________(Rupees_________________________only) under MSME benefits as
on date and same work(s) /Supply is/are “In hand(Progress)/Incomplete” during the
current financial year. Further We confirm that the value of work/supply is /are in hand
(awarded under MSME benefits) during the financial year plus estimated cost of this tender
has not crossed the “Monetary Limit” mentioned in NSIC Certificate.
3. Our firm is participating in this tender under “MSE Unit” or “Open Bidder”.

Note: Strike out the conditions in (2) & (3) whichever is not applicable. Decision on any
discrepancy in this “Declaration” shall be at the discretion of AAI and shall be final and binding.
Signature with Company Seal
Attested by Notary public

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 31 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

Annexure VIII

Proforma of AGREEMENT (To be signed by successful bidder)


(On Rs.100 Non-Judicial Stamp paper)

Sub: - Comprehensive Annual Maintenance Contract of Surveillance CCTV system at


Madurai Airport.

THIS AGREEMENT made this __________ day of ____________ two thousand …… between
the Airports Authority of India, a body corporate constituted by the Central Government under
the Airports Authority Act (Act 55 of 1994) and having its corporate office at Rajiv Gandhi Bhawan,
Safdurjung Airport, New Delhi-110003 and office at Madurai Airport, Madurai represented by
hereinafter called the ‘Authority’ (which term shall, unless excluded by or is repugnant to the
context, be deemed to include its Chairman, or Member, Executive Directors, Airports Directors,
Officers or any of them specified by the Chairman in this behalf, and shall also include its
successors and assigns) of the one part, and ……………………………………. represented by ………………….
of the other part, hereinafter called the ‘Contractor’ (which term shall unless excluded by or is
repugnant to the context, be deemed to include its heirs, representatives, successors and assigns
of the Licensee).

WHEREAS the Authority is entitled in ‘Law’ to grant Annual Maintenance Contract CCTV
system at Madurai Airport, Madurai more fully described in the Annex-V, hereinafter referred to
as the contract.
WHEREAS the Contractor is desirous to render the services to the Authority on the terms
& conditions mentioned hereunder:

AND WHEREAS the Authority is agreeable to grant the contract.

NOW, THEREFORE, this indenture witnesses:

1. That the Contract for the said facility shall be valid for the period of 01(One) year from
__________ to ___________ unless terminated earlier on account of following:

(a) By giving 90 (Ninety) days’ notice in writing from either side without assigning any reason.

(b) By AAI on a short notice on account of un-satisfactory performance.


2. Contractor shall have to depute one maintenance Highly skilled technician
, six days in a week i.e. from Monday to Saturday from 0930 hrs to 1730 hrs, who is well
experienced with maintaining IP based SCCTV System
3. Maintenance coordinator shall familiarize himself with the CCTV System described in
Annexure-V and shall keep the record of these to avoid delay in case of any fault.
4. Preventive maintenance should be carried out at least once in month.
5. The firm should rectify the fault in the same day after getting complaint. If the fault is not
rectified in the same day due to unforeseen circumstances, then the fault has to be rectified
in the next day to the satisfaction of AAI.

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 32 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai
Airport.

6. Failure to rectify the major faults within 48 hours after lodging of the complaint will attract
penalty @ 1% of AMC amount per week per complaint. Part of the week will be counted as
one week. The penalty for delayed maintenance may be waived off by Airport Director if such
delay is found to be due to justified ground.

7. The Firm will maintain adequate spares to ensure service of CCTV System within 24 hours.

8. In case of absence of maintenance coordinator on working days, Penalty of Rs. 100/- per day
will be charged and the same will be deducted from the AMC payment.

9. The payment of the AMC amount of Rs. ……………… will be made in quarterly instalments at the
end of each quarter through ECS only.

10. That the Licensee shall have no objection to the Authority for granting any other Contract for
similar Facility at the airport premises where the contractor is rendering such services.

11. In the event of any default, failure, negligence or breach, in the opinion of the Authority on
the part of the contractor in complying with all or any of the conditions of the contract
agreement, the Authority will be entitled and be at liberty to terminate the Agreement.

12. The Authority and the contractor further agree that they are bound by the General Terms &
Conditions found in Section-III annexed hereto.

13. All the terms and conditions mentioned in NIQ and Quotation document bill be part of the
agreement.

SIGNED BY ------------------------------- DGM (CNS), AIRPORTS AUTHORITY OF INDIA, MADURAI.


AIRPORT, FOR AND ON BEHALF OF THE AIRPORTS AUTHORITY OF INDIA, IN THE PRESENCE OF:

WITNESS:

1.

2.

SIGNED BY CONTRACTOR…………………………………………IN THE PRESENCE OF:

WITNESS:

1.

2.

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 33 of 34


Comprehensive Annual Maintenance Contract of Surveillance CCTV system at Madurai Airport.

Schedule A
(It is Sample Financial quote only. Original must be filled in the BOQ file. Do not quote is this sheet)
Sl. Ite m De scription Quantit Units BASIC RATE HSN / SAC GST TOTAL TOTAL TOTAL AMOUNT including
No. (Prov ision of CAMC for ) y In Figure s To code of GST Pe rce ntage AMOUNT AMOUNT GST
be e nte re d for CAMC of e x cluding GST including GST In Words
by the the Ite m in in
Bidde r Rs. P
Rs. P Rs. P

1 2 4 5 13 49 51 53 54 55

1 High speed Outdoor PTZ Camera 0.00 0.00 INR Zero Only
Videonetics V1725 4 Nos

2 High speed Outdoor PTZ Camera 0.00 0.00 INR Zero Only
INFINOVA V1749N - M1S2B6 2 Nos

3 High Speed Indoor PTZ Camera 0.00 0.00 INR Zero Only
Videonetics V1725 7 Nos

4 High Speed Indoor PTZ Camera 0.00 0.00 INR Zero Only
INFINOVA V1749N - M1S2B6 1 Nos

5 Fixed Varifocal Dome Camera 0.00 0.00 INR Zero Only


Videonetics V1725 16 Nos

6 Fixed Varifocal Dome Camera 0.00 0.00 INR Zero Only


INFINOVA V6621 - M5010RE 11 Nos

7 L3 24 Port Switches 0.00 0.00 INR Zero Only


H3C/5120 Series 1 Nos

8 L2 24 Port Switches 0.00 0.00 INR Zero Only


3Com/2928 Series 1 Nos

9 L2 8 Port Switches 0.00 0.00 INR Zero Only


HP/2530-8G J9777A 4 Nos

10 Server for NVR 0.00 0.00 INR Zero Only


Fujitsu / W380 2 Nos

11 Workstation with 19" TFT 0.00 0.00 INR Zero Only


Fujitsu W280 VIEWSONIC - 3 Nos
VA2038WM INFINOVA - V2117
12 Workstation with 42" TFT 0.00 0.00 INR Zero Only
Fujitsu W280 GRASP - T72 3 Nos
INFINOVA - V2117
13 Cat 6 Cable used in the network 0.00 0.00 INR Zero Only
4000 Nos

14 3 core * 1.5 sq. mm power cable 0.00 0.00 INR Zero Only
used in the system 3500 Meter

15 RJ45 termination box 0.00 0.00 INR Zero Only


108 Meter

16 OFC 0.00 0.00 INR Zero Only


525 Meter

17 12 Port LIU 0.00 0.00 INR Zero Only


8 Meter

18 One experienced Resident 0.00 0.00 INR Zero Only


Service Engineer *
Cost should at least include
minimum wages applicable for 1 year
highly-skilled work which is
currently at Rs 673/- per day.

Total in Figure s 0.00 0.00 INR Zero Only

e-Tender NO.: AAI/MDU/CNS-22/CCTV CAMC /2018 Page 34 of 34

S-ar putea să vă placă și