Sunteți pe pagina 1din 30

AIRPORTS AUTHORITY OF INDIA

TENDER DOCUMENT

NIT No. AAI/ENGG/AGM(E-C)/MANPOWER/19-20

Name of work: Provision of Data Processing & Technical Assistant


Services to Engineering office (Civil) at AAI/ SR,
Chennai Airport for the year 2019-20.
TENDER DOCUMENT

INDEX

Name of work: Provision of Data Processing & Technical Assistant Services to


Engineering office (Civil) at AAI/ SR, Chennai Airport for the
year 2019-20.

.
Sl. No. Description Page No.

1 General Information & Guidelines for the Bidder (Annex-A) GIG 1- GIG 5

2 E-Tender Notice NIT1 –NIT4

3 Instruction for online bid submission (Annex-B) INS 1- INS 4


4 CPPP under GePNIC, Help Desk Services (Annex-C) HD – 1
5 Special Conditions of Contract (Annex-D) SCC 1 – SCC 8

6 Un conditional Acceptance of Terms of condition of Tender AL-1

7 Affidavit on Minimum Wages (Proforma-1) P-1


8 Undertaking (Proforma-2) P–2
9 Contract of Engagement for Job Contract (Proforma-3) P – 3 to P - 4
10 SOQ SOQ-1
29

CERTIFIED THAT THIS TENDER DOCUMENT CONTAINS PAGES GIG 1 TO 5,NIT1-4, INS 1 TO 4, HD
1, SCC 1 TO 8, AL-1, P 1 TO P 4 AND SOQ -1 (TOTAL 29 PAGES) ONLY.

Asst. General Manager Engg (Civil)


AAI/SR, Chennai Airport
Annexure-A
AIRPORTS AUTHORITY OF INDIA

GENERAL INFORMATION & GUIDELINES FOR THE BIDDERS

Item rate e-Tenders are invited through e-tendering portal on behalf of Chairman, Airports
Authority of India, for the work of : Provision of Data Processing & Technical Assistant Services to
Engineering office (Civil) at AAI/ SR, Chennai Airport for the year 2019-20.

The estimated cost of the work is Rs. 5,07,082/- (excluding GST).

1. The e-Tenders shall be in prescribed Form.

2. The time allowed for carrying out the work shall be 9 months which shall be reckoned from the
next day after the date of issue of this letter.

3. The Accepting Authority Dy. General Manager Engg (Str./-civil), AAI, RHQ/SR Chennai
Airport shall be the Accepting Officer hereinafter, referred to as such for the purpose of this
contract.

5. SCOPE OF TENDER DOCUMENT: -

The scope of work is given below.–

The brief scope of work included in this contract includes assisting in supervision of works at
site, carrying out quality control test, assisting in office for preparation of estimate, preparation of
drawings, assisting Engineers in preparation of bills etc., and also includes works at Office like
Engineering data Entry such as Estimate, bills, SAP, day to day letters, noting etc., for the Civil
Engineering Wing of RHQ/SR Chennai Airport.

No. of persons per No. of months


Sl. No. Type of manpower Month required

1 Data Processing Services (Any degree 1 9


with Minimum 3 years experience in
typing and computer operation
knowledge)

2 Technical Assistant ( Civil Engineering 1 9


Graduate with Minimum 3 years
experience’ /Diploma Holder with
Minimum 5 years’ experience)

Contractors are advised to study the nature of work before submitting the tender and shall be
deemed to have full knowledge of the work and no extra charges consequent on any misunderstanding
or otherwise shall be allowed.

6. TENDER FEE
Tender cost shall be Rs. 1,180/- (including GST) non-refundable. This shall be payable by
Demand Draft , issued by a Nationalized/ Schedule Bank (As per RBI Schedule) payable to Airports
Authority of India, Payable at Chennai.
GIG – 1
EMD of the value of Rs. 10,142/- (Rupees Ten thousand One hundred and forty Two only)
shall be accepted in the form Demand Draft/FDR/BG*. For the earnest money deposit
(EMD) submitted through DD in favour of Airports Authority of India’ payable at Chennai
from Schedule Bank (but not Co-operative/Gramin Bank) a scanned copy shall be
submitted in Envelope-I: Fee Bid Folder on the e-tendering portal.
(* To be deleted which are not applicable)

The original should be posted/courier/given in person to the concerned official/ Bid


Manager, AGM (E-C), RHQ/SR, AAI, Chennai Airport, Chennai -600027, so as to reach latest
by last date and time of bid submission as per critical data sheet. The tenders of the bidders
who fail to submit the original DD towards EMD & tender fee before the stipulated time shall
be rejected outright.

7. REFUND OF EMD:
EMD of unsuccessful bidders shall be initiated within 7 days of their rejection. For all
bidders whose financial bids are opened the refund of EMD except for L1 bidder shall be
processed within 7 days of opening of the Financial Bid.

8. Prices:
The rates quoted shall be in Indian Rupees only. GST should be quoted separately in the BOQ
template. All applicable taxes, duties or any other duty levied by Custom Authorities in respect
of import or any materials, payment to local/Govt./Statutory authorities shall be payable by
the contractor and Airports Authority of India will not entertain any claim whatsoever in this
respect. GST will be paid by AAI as per prevailing Government Orders. Construction Employee
Welfare Cess will be deducted at the time of making payment of running account bill as per
prevailing rates of the respective states. Noting extra will be paid by AAI in this respect.

9. Tenders shall be received through AAI e-tendering portal up to the date and time as
mentioned as per critical data and shall be opened on the date and time as mentioned as per
critical data sheet.

10. Notification of Award of contract will be made in writing to the successful Bidder by the
Accepting Authority or his representative. The contract will normally be awarded to the
qualified and responsive Bidder offering lowest evaluated bid in conformity with the
requirements of the specifications and contract documents and the Accepting Authority shall be
the sole judge in this regard. The Accepting Authority does not bind himself to accept the
lowest or, any tender or go give any reason for his decision.

11. A responsive bidder is one who submits priced Tender and accepts all terms and
conditions of the specifications and contract documents.

12. A major modification is one which affects in any way the quality, quantity and period of
completion of the work or which limits in any way the responsibilities or liabilities of the
Bidder or any right of AAI, as required in the specifications and contract documents.
Any modification in the terms and conditions of the Tender which are not accepted to
AAI shall also be treated as a major modification.

GIG – 2
13. A Tenderer shall submit a responsive bid, failing which his Tender will be liable to be
rejected.

14. The Accepting Authority reserves to himself the right of accepting the whole or any part
of the Tender and Tenderer shall be bound to perform the same at his quoted rates.

15. On accepting of Tender earnest money will be treated as part of the security deposit.

16. Airports Authority of India will return the earnest money where applicable to every
unsuccessful Tenderer except as provided in the Tender documents.

17. Canvassing in connection with Tenders is strictly prohibited and the Tenders submitted
by the Tenderers who resort to canvassing will be liable to rejection.

18. The Tenderer shall not be permitted to tender for works in Airports Authority of India
Engineering Department, responsible for award and execution of contracts, in which his
near relative is posted as Manager Finance & Accounts or Sr. Officer or as an engineer in
any capacity. He shall also intimate the names of persons who are working with him in
any capacity or are subsequently employed by him and who are near relatives to any
officer in Airports Authority of India. Any breach of this condition by the contractor
would render him liable to be debarred from Tendering for next 2 years.

19. The contractors shall give a list of AAI employees related to him.

20. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or


Administrative duties in an Engineering Department of Airports Authority of
India/Govt. of India is allowed to work as a contractor for a period of two years of his
retirement from Airports Authority of India/Government service, without the previous
permission of Airports of India/Govt. of India. The contract is liable to be cancelled if
either the contractor of any of his employees is found at any time to be such a person
who had not obtained the permission of Airports Authority of India/Govt. of India as
aforesaid before submission of the Tender or engagement in the contractor’s service.

21. The Tender for works shall remain open for acceptance for a period of ninety days from
the date of opening of financial bid of tenders. If any Tenderer withdraws his Tender
before the said period or makes any modifications in the terms and conditions of the
Tender which are not acceptable to the Department, then Airports Authority of India
shall without prejudice to any other right or remedy, be at liberty to forfeit the full said
earnest money absolutely.

22. On acceptance of the Tender, the name of the accredited representatives(s) of the
contractor who would be responsible for taking instructions from the Engineer-in-
charge shall be communicated to the Engineer-in-charge.

GIG - 3
23. A tenderer shall submit the tender which satisfies each and every condition laid down in
this notice failing which the Tender will be liable to be rejected. Also if the credential
submitted by the firm found to be incorrect or have some discrepancy which
disqualified the firm then the AAI shall take the following action:

a) Forfeit the entire amount of EMD submitted the firm.


b) Debar the firm for minimum three years to tender for AAI in any name/style.

24. The contractor shall keep necessary books of accounts and other documents for the
purpose of this condition as may be necessary an shall allow inspection of the same by a
duly authorized representative of Airports Authority of India and/or Engineer-in-
charge and further shall furnish such other information/document as the Engineer-in-
Charge may require from time to time.

25. MODE OF SUBMISSION OF TENDERS :


Following 3 envelopes shall be submitted through online at CPP portal by the bidder.

Cover – I: Bid containing scanned copy of Unconditional Acceptance of AAI’s Tender


Conditions, Tender Fee and EMD.

Cover – II: Containing scanned copy of qualifying requirements of Contractors / Firms


as per NIT.

Cover – III: The Financial Bid through CPP portal only.

26. Queries, Replies and Clarifications:

26.1 If the bidder has any query related to the Tender Document of the work they should use
‘Clarification’ tab in CPP-tendering portal to seek clarifications. No other means of
communication in this regards shall be entertained. Last date and time for making query is as
per table of critical date sheet of tender document.

26.2 If any clarification is needed by AAI from the bidder about the deficiency in his
uploaded documents in Cover-I and Cover-II, they will be asked to provide it through
CPP-tendering portal. The bidder shall upload the requisite clarification/documents
within specified time of receipt of such request from AAI, failing which tender will not
be considered for the subsequent stages.

26.3 Issues faced/ queries of the bidders pertaining to technical support on e-portal for
submission of tender documents should normally be addressed to AAI Help Desk
Support (Details as mentioned in the web-NIT). In case of technical support regarding
e-tender portal, if the AAI Help Desk support is non responsive, the Bid Manager, i.e.,
AGM (Engg-Civil), AAI, RHQ/SR, Chennai Airport, Chennai may be contacted at Ph.
No.044 22567558, E-Mail id: majitha@aai.aero.

26.4 Once the bidder has submitted the digitally signed documents as per NIT along with
unconditional acceptance as an attachment, he is not permitted to upload any additional
file or put any remark(s)/ conditions(s) in / along with the Tender Document.

GIG - 4
23. Bids Opening Process:

Cover – I: Shall be opened as per table of critical date sheet of tender document. The
intimation regarding acceptance/rejection of their bid will be intimated to the
contractors/firms through CPP-tendering portal only.

Cover – II: Opening date is as per table of critical date sheet of tender document.

Cover – III: The financial bids of the contractors/firms found eligible in Cover-I & II,
shall be opened as per table of critical date sheet of tender document.

24. The successful Tenderer/contractor, on acceptance of his Tender by the Accepting


Authority, shall within 10 days from the date of award of work sign the contract
agreement with AAI.

Asst. General Manager Engg (Civil)


AAI/SR, Chennai Airport

GIG - 5
No. AAI/ENGG/AGM(E-C)/MANPOWER/19-20 Dated: 21.05.2019

NOTICE INVITING e-TENDER (THREE ENVELOPES OPEN TENDER)


(Bid No. 2019_AAI_26299_1 )
1. Item rate e-tenders are invited through the CPP e-tendering portal by Asst. General
Manager(Engg. – Civil), AAI/SR, Operational office, Chennai Airport, Chennai – 600 027 Ph.
No.044 22567558 on behalf of Chairman, AAI, from eligible contractors for the work of
“Provision of Data Processing & Technical Assistant Services to Engineering office (Civil) at
AAI/ SR, Chennai Airport for the year 2019-20. “ at an estimated cost of Rs. 5,07,082/-
(excluding GST) with period of completion 9 Months. The scope of work includes Provision
of Technical Assistant and Data Processing Services.
The tendering process is online at e-portal URL address
https://etender.gov.in/eprocure/app. Aspiring bidders may go through the tender
document by login “CPP portal”.
Prospective Tenderers are advised to get themselves register at CPP portal, obtain ‘User ID’ &
‘Password’ and go through the instruction available in the Home Page after log into the CPP
portal “http://etenders.gov.in/eprocure/app or www.aai.aero.” 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 through path aai.aero/tender/e-tender/help desk support.
(i) For any technical related queries please call the Helpdesk. The 24x7 Help Desk
details are as below:-
Tel: 0120-4200462, 0120-4001002, Mobile: 91 8826246593, E-mail: support-
eproc@nic.in
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 further technical assistance with regard to functioning of CPP portal the
bidder may contact to the following AAI help desk numbers on all working days only
between
(ii) 08.00 hrs to 20.00 hrs (Mon-Sat) – 011-24632950, Ext-3512(six lines), Email-
eprochelp@aai.aero
(iii) 09.30 hrs to 18.00 hrs (Mon-Fri) – 011-24632950, Ext-3523, Email-
etendersupport@aai.aero , sanjeevkumar@aai.aero and snita@aai.aero.
(iv) 09.30 hrs to 18.00 hrs (Mon-Fri) – 011-24657900, Email-gmitchq@aai.aero

Tender fee of Rs. 1180/- (i/c GST) Non –refundable will be required to be paid offline in the
form of Demand Draft drawn in favour of “Airports Authority of India” payable at Chennai from
Nationalised or any scheduled bank (but not from co-operative or Gramin bank). The original
Demand Draft against tender fee and EMD should reach by post/courier/given in person to the
concerned officials, within 3 days of the last date of bid submission or as specified in the tender
document. The details of Demand Draft/any other accepted instruments, physically sent, should
tally with the details available in the scanned copy and the data entered during bid submission
time.
NIT – 1
2. The following 3 covers shall be submitted through online at CPP portal by the bidders as
per the following schedule:
CRITICAL DATA SHEET
Publishing Date 21.05.2019 at 1800 hrs
Bid Document download/ Sale Start Date / 22.05.2019 from 0930 hrs
clarification start state/Bid submission start
date
Clarification End Date 28.05.2019 upto 1600 hrs

Bid Submission End Date 28.05.2019 upto 1800 hrs


Last Date and time of Submission of Demand 31.05.2019 upto 1800 hrs.
Draft against EMD and Tender Fee, signed
hard copy of AAI Unconditional Acceptance
Letter.
Bid Opening Date: (Cover-I ) 03.06.2019 at 1100 hrs

Bid Opening Date(Cover-II ) 03.06.2019 at 1500 hrs

Bid Opening Date: (Cover-III) 07.06.2019 at 1500 hrs

Tender fee Rs. 1180/- (i/c GST) non-refundable,


Demand Draft drawn in favour of “Airports
Authority of India” payable at Chennai
EMD Rs. 10,142/- In the form of Demand Draft
drawn in favour of “Airports Authority of
India” payable at Chennai
2.1 Cover -I:- containing scanned copy of Unconditional Acceptance of AAI's Tender Conditions ,
Tender fee and EMD:
Cover –I containing
(a) Scanned copy of Tender Fee of value Rs. 1180/- (non-refundable) in the form of
Demand Draft drawn in favour of “Airports Authority of India” payable at Chennai

(b) Scanned copy of earnest money deposit (EMD) of value Rs. 10,142/- in the form of
Demand Draft drawn in favour of “Airports Authority of India” payable at Chennai

(c) Scanned copy of duly signed Unconditional Acceptance of AAI’s Tender Conditions
(Page No: AL-1 of Tender document).

2.2 Cover -II:- Containing Qualifying requirements of contractors / firms:

The tenderer shall submit their application only at CPP portal https://etender.gov.in/eprocure/app.
Tenderer/Contractor are advised to follow the instruction provided in the tender document for
online submission of bids. Bid documents may be scanned with 100 dpi with black and white option
which helps in reducing size of the scanned document

NIT – 2
a) Agency should have permanent Account Number (PAN).
b) GST registration
c) Agency should have valid Registration on the Date of issue of Tender in appropriate
class of CPWD /MES/P&T/ Railways/State PWD / PSU/Municipal Corporations &
Development Authorities of Delhi, Mumbai, Chennai and Kolkata/specialized
agency. The registration should be more than or equal to the estimated cost put to
tender.
(OR)
Should have satisfactorily completed (# Phase / Part completion of the scope of work
in a contract shall not be considered, however pre-determined phasing of the work
will be accepted) three works, each of Rs. 2,39,343/- or two works, each of Rs.
2,99,178/-or one work of Rs 4,78,685/- in single contract of similar nature of works like
provision of data processing services or Providing temporary technical & non-technical
/ministerial services / Annual Maintenance type of works etc., during last seven years ending
last date (extending date) of submission of bid.

“The value of executed works shall be brought to current costing level by


enhancing the actual value of work at simple rate of 7% per annum, calculated from
the date of completion to the last date of submission of bid”

Client certificate for experience should show the nature of work done, the value of
work, date of start, date of completion as per agreement, actual date of completion
and satisfactory completion of work. Firms showing work experience certificate
from non-government/non-PSU organizations should submit copy of tax deduction
at sources certificate in support of their claim for having experience of stipulated
value of work

d) Should have annualized average financial turnover of Rs. 1,79,507/- against works
executed during last three financial years ending 31st March of previous financial
year. As a proof, copy of abridged balance sheet along with profit & loss account
statement of the firm should be submitted along with the application. Firms
showing continuous losses during the last three years in the balance sheet shall be
summarily rejected.
2.3 Cover - III: - The financial e-bid through CPP 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 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, open it and complete the 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 bid will be rejected.

NIT – 3
3. MODE OF SUBMISSION OF ORIGINAL EMD AND HARD COPY OF SIGNED
UNCONDITIONAL ACCEPTANCE LETTER:

(a) Original EMD ,(b) Tender Fee, and (c) hard copy of signed Unconditional Acceptance of AAI’s
Tender conditions to be sent to the Office of Asst. General Manager (Engg. – Civil), AAI, Southern
Region, Operational Office Complex, Chennai Airport, Chennai-600 027 and should reach to Bid
Manager before the date & time mentioned in CRITICAL DATA SHEET. Tender of the tenderer
whose EMD and unconditional acceptance of AAI’s Tender conditions are not received before the
date & time mentioned in CRITICAL DATA SHEET, then their tenders will be summarily rejected.
Any postal delay will not be entertained.
4. Bid Opening Process is as below:-
4.1 Cover-I: Containing Documents as per Cover I (uploaded by the contractors /firms), shall be
opened as per CRITICAL DATA SHEET. The intimation regarding acceptance / rejection of
their bids will be intimated to the contractors / firms through CPP portal.
4.2 Cover-II: Technical bid opening date shall be as mentioned in CRITICAL DATA SHEET.
(Depending on Pre-qualification, any changes in the date shall be intimated through CPP
portal.
If any clarification is needed from the bidder about the deficiency in his uploaded documents in
Cover - I and Cover - II, he will be asked to provide it through CPP portal. The bidder shall upload the
requisite clarification/documents within time specified by AAI, failing which tender will be liable for
rejection

4.3 Cover-III: The financial bids of the contractors/firms found to be meeting the qualifying
requirements and technical critical shall be opened as per CRITICAL DATA SHEET.
(Depending on Cover II evaluation the date shall be intimated through CPPP portal).
5. AAI reserves the right to accept or reject any or all applications without assigning any
reasons. AAI also reserves the right to call off tender process at any stage without assigning
any reason.
6. AAI reserve the right to disallow issue of tender document to working agencies whose
performance at ongoing project(s) is below par and usually poor and has been issued letter
of restrain/Temporary/ Permanent debar by any department of AAI. AAI reserve the right
to verify the credential submitted by the agency at any stage (before or after the award of
work). If at any stage, any information/documents submitted by the applicant is found to
be incorrect/false or have some discrepancy which disqualifies the firm then AAI shall
take following action:
a) Forfeit the entire amount of EMD submitted the firm.
b) The agency shall be liable for debarment from tendering in AAI, apart from any
other appropriate contractual/legal action.
7. Consortium/Joint Ventures companies shall not be permitted. No single firm shall be
permitted to submit two separate applications.

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

Asst. General Manager Engg (Civil)


AAI/SR, Chennai Airport

NIT –4
ANNEXURE-“B”

AIRPORTS AUTHORITY OF INDIA

INSTRUCTION FOR ONLINE BID SUBMISSION

The tender document has been published on the Central Public Procurement Portal
(URL https://etenders.gov.in/eprocure/app). 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 http://etenders.gov.in/eprocure/app

REGISTRATION:

1. 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.

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

3. 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.

4. 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.

5. 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.

6. 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.

SEARCHING FOR TENDER DOCUMENT:

1. 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.

INS - 1
2. 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 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.

3. The bidder 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.

PREPARATION OF BIDS:

1. Bidder should take into account any corrigendum published on the tender document
before submitting their bids.

2. 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. Any deviations from these may lead to rejection of the bid

3. 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.

4. 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.

Note: My documents space is only a repository given to the Bidders to ease the
uploading process. If Bidder has uploaded his documents in My documents space, this
does not automatically ensure these Document being part of Technical Bid.

INS - 2
SUBMISSION OF BIDS:

1. 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.

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

3. 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 Chennai . 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.

4. 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.
(* To be deleted which are not applicable)

5. 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 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 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

6. 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.

7. 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).

INS - 3
8. 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.

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

10. 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.

11. 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.

ASSISTANCE TO BIDDERS:

1. Any queries relating to the tender document and the terms and conditions contained
therein should be addressed to the Tender Inviting Authority for a tender or the relevant
contract person indicated in the tender. 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.

INS – 4
ANNEXURE -C
CPPP under GePNIC, Help Desk Services
1. 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

2. For any Policy related matter / Clarifications Please contact Dept. of Expenditure, Ministry of
Finance.

E-Mail: cppp-doe@nic.in
3. For any Issues / Clarifications relating to the publishing and submission of AAI tender(s)

a. 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
GePNIChttp://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).
b. 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”.
4. 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
1 Help Desk Instant eprochelp@aai.aero 011- 0800-2000
Team Support 24632950, Hrs.
Ext-3512 (MON - SAT)
(Six Lines)
2 Sanjeev After 4 sanjeevkumar@aai.aero 011- 0930-1800
Kumar Hours 24632950, Hrs.
Of Issue Ext-3505 (MON-FRI)
3 S. Nita After 12 snita@aai.aero 011- 0930-1800
AGM(IT) Hours 24632950, Hrs.
Ext-3523 (MON-FRI)
4 Jt. General After 24 ykkaushik@aai.aero 011- 0930-1800
Manager(IT) Hours 24651507 Hrs.
(MON-FRI)
5 General After 03 gmitchq@aai.aero 011- 0930-1800
Manager(IT) Days 24657900 Hrs.
(MON-FRI)
*The Helpdesk services shall remain closed on all Govt. Gazetted Holidays.
5. 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 Bid Manager of AAI.
HD-1
ANNEXURE-D
AIRPORTS AUTHORITY OF INDIA
CHENNAI AIRPORT

SPECIAL CONDITIONS OF CONTRACT


1.0 SCOPE: -
The scope of work for every month is given below.–

Sl .No Type of manpower No. of person per No. of months


month required
1. Data Processing Services 1 9

2. Technical Assistant 1 9

The scope of work included in this contract includes assisting in supervision of works at site,
carrying out quality control test, assisting in office for preparation of estimate, preparation of
drawings, assisting Engineers in preparation of bills etc., and also includes works at Office like
Engineering data Entry such as Estimate, bills, SAP, day to day letters, noting etc., for the Civil
Engineering Wing of RHQ/SR, Chennai Airport.

Contractors are advised to study the nature of work before submitting the tender and shall be
deemed to have full knowledge of the work and no extra charges consequent on any
misunderstanding or otherwise shall be allowed.

1.1. Qualifications required for the manpower:-


i) Data processer should have Graduation in any degree with 3 years experience in
typing knowledge and knowledge in Computer operation.
ii) Technical Assistant (Civil) should have Graduation in Civil Engineering having
minimum 3 years’ Experience in Site / Diploma in Civil Engineering having
minimum 5 years’ Experience in Site.

1.2. The Contractor shall be liable to provide manpower during the entire period of contract
i.e 9 months. In case of absence, leave due to sickness of the deployed personnel then the
contractor shall be liable to arrange a substitute personnel failing which, recovery would
be made @ double the proportionate rate in the monthly bill. However, in case of non-
requirement by AAI on any given day except Sundays, proportionate reduction would be
made in calculation of Job done.

1.3. The Contractor shall submit a list of his personnel who will be deployed along with their
Bank Account No. and any other relevant details as per requirement of this contract. The
PF account no & ESI No of the workers deployed by the contractor for this contract shall
be submitted within one month from the date of award of the contract.

1.4. The Personnel deployed shall report for his/her duty from 0930 Hrs. to 1800 Hrs.
(normal office hours/ lunch Hrs.) for 6 days a week which may vary from time to time at
the discretion of AAI.
SCC-1
2.00 GENERAL: -

2.1 As the work is to be carried out inside the Airport/site office premises, necessary
security/entry pass for workmen and transport shall be arranged by contractor. In this
connection, Police verification of the personnel engaged by the contractor for the work is
mandatory before issuing the passes. AAI will not pay any extra cost for these formalities.
2.2 ACCIDENTS: - Any incident, mishap of contractor's staff shall be the contractor's
responsibility and to his account. All required safety precautions shall be taken by the
contractor and the necessary / mandatory safety gadgets shall be provided to the staff by
the contractor

2.3 The Contractor shall abide by all statutory rules, Labour Laws and safety regulations for
their workers.

3.00 PRICES: -

3.1 The contractor shall not pay less than Rs. 23,251/- & Rs. 26,526/- [excluding GST] per
person per month for Data Processer & Technical Assistant respectively.
3.2 The contractors shall deposit the PF contribution in respect of the person to PF authorities
and submit such challan of PF deposits to Engineer-in-charge for verification failing
which action will be taken against the contractor and suitable penalty shall be levied. In
this regard successful contractor has to submit affidavit declaring that they are fully
observing the Minimum wages Act 1948 and contract labour (Regulation and Abolition)
Act 1970 with respect to payment of minimum wages and timely deposit to the PF
account of the labour.

3.3 Contribution towards E.P.F, E.S.I & payment of bonus amount as applicable as minimum
wages Act-2015 shall be reimbursed on submission of documentary evidence.

3.4 The contractor should make the payments to his employees engaged to AAI within 07th of
every month, failure of which shall attract a penalty @1% of total of the bill amount of that
particular month. Notwithstanding the above, decision of EIC shall be final and binding in
this regard.

SCC-2
4.0 PAYMENT: -

i. On submission of monthly bills (in triplicate), duly signed /verified and completed in all the
manners, the AAI will process and release the payment within a period of 10 days from the
date of receipt. The payment will be made to the Contractor after deduction of any dues,
penalties, taxes, duties, levies and other obligations which would be liable to be deducted
from the Contractor under the provisions of the Contract. 1% labour welfare cess shall be
deducted.

ii. Delay on account of incomplete / late submission / Non-verification of bills by user etc.
will be the responsibility of the Contractor.

iii. Bills should be written properly and in easy-to-understand format/language. Bills with any
kind of over writings cause unnecessary delay in processing. Delay on such accounts shall be
the responsibility of contractor only

iv. List of Documents to be attached with the Contractor bills for payment :

Following documents are to be deposited along with the Contractor bills for payment:

(a) Challan Copies of payment made to authorities of PF and ESIC / manpower employed
by the contractor in the previous month.

(b) Proof of the GST deposited by contractor to appropriate Government Authority, paid by
AAI to contractor in previous month(s).

(c) Bill of the Contractor in duplicate

(d) Any other receipt / document which the contractor likes to attach (Original with one
photo copy).

5.00 DEFECT LIABILITY PERIOD:-

Defect liability period shall be Next day from the certified date of completion.

6.00 PERIOD OF CONTRACT: -

The period of contract will for 9 Months. The AAI reserves the right of additional or
reduction into the quantity of hiring manpower. The contractor will be liable to provide upto
30% additional manpower on the agreed contract rate. The rate beyond 30% of additionally
hired manpower will be decided after mutually agreed negotiated rate.

SCC-3
7.00 SECURITY DEPOSIT:-

10% of the Gross values of work done shall be deducted from the running bills /final bill and
the same shall be refunded only after the expiry of the defects liability period as mentioned
above.

8.00 Penalty:
In case the non-performance of any manpower and the agency does not replace his Man Power
to the entire satisfaction of the above AAI Official, the AAI will be well within its right to
arrange for such Manpower from an alternative source at the risk and cost of the Contractor
refused to accept the presence of such Manpower for duty.

Besides imposing a penalty for Rs. 1000/- per day per person with pro-rata deductions, the
amount incurred over and above the admissible pro-rata amount and incurred on such
arrangements shall be recovered from the monthly bills, Security Deposit OR any other due to
the Contractor.

9.00 CONTRACTORS OBLIGATIONS & LIABILITIES:


9.01 The Contractor shall comply with all the provision of the Minimum wages Act’1948, and
Contract Labour (Regulation and Abolition) Act’1970 amended from time to time and rules
framed there under and other labour law as affecting contract labour that may be brought into
force from time to time. The contractor shall comply with all the provisions of the Employee
Provident Fund & Misc. Provisions Act’1952 and ESI Act, 1948 amended from time to time
and rules framed there under. Some of the provisions are given below:

a) The contractor shall intimate his PF Account code no. allotted by Regional PF
commissioner and ESI Registration No. allotted by ESI corporation, from award of
work shall continue to have valid PF Account code No. and ESI Registration No. till
actual completion of the contract.

b) The contractor shall provide a list of Manpower engaged for contract work along with
their PF Account No & ESI Registration No.

c) The contractor by 20th of every month shall provide a monthly statement showing
recoveries of contribution and proof of remittance of provident fund contribution to
RPFC and ESI contributions to ESI corporation in respect of drivers engaged in
contract work.

d) The contractor shall provide copies of PF & ESI challans of monthly contributions in
respect of contract Manpower engaged for contract work on month to month basis.

AAI reserves the right to withhold minimum amount to withheld 3% of the total
contract of the work during the period considered from the running account
payments, if PF/ESI contributions are not paid by the contractor and proof to that
effect have not been produced regularly on due dates.

10.00 The laws aforesaid shall be deemed to be a part of this contract and any breach thereof shall
be deemed to be a breach of this contract.

SCC-4
11.00 Dispute Resolution Committee:

If a dispute of any kind, whatsoever, arises between the procuring entity and contractor in
connection with or arising out of the contract or the execution of the works, whether during
the execution of the work or after their completion and whether before or after the
repudiation or termination of the contract, including any disagreement by either party with
any action, opinion, instruction, determination, certificate or valuation of the Authority; the
matter in dispute shall in the 1st place, be referred to the Dispute Resolution Committee
(DRC) appointed by the Regional Executive Director, AAI, Southern Region , Chennai. DRC
thus, constituted may act as “conciliator” and will be guided by principles of “conciliation” as
included in part III of Arbitration and Conciliation Act 1996. DRC should take into
consideration, rights and obligations of parties, usage to trade concern 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 out and signed by the parties. DRC will authenticate the
settlement Agreement and furnish a copy to each party. DRC will give its’ report within 45
days of its constitution.

12.00 Adjudication through Arbitration:-

Except where the decision has become final, binding and conclusive in terms of DRC,
disputes or differences shall be referred for adjudication through arbitration by a sole
arbitrator appointed by the Chairman / Member of AAI. If the arbitrator so appointed is
unable or unwilling to act or resigns his appointment or vacates his office due to any reason
whatsoever, another sole arbitrator shall be appointed in the manner aforesaid. Such person
shall be entitled to proceed with the reference from the stage at which it was left by his
predecessor. It is also a term of contract that If the contractor does not make any demand for
appointment of Arbitrator in respect of any claim in writing within 120 (One hundred
Twenty) days of receiving the decision / award from Dispute Resolution Committee, the
claim of contractor(s) will be deemed to have been waived and absolutely barred and the AAI
shall be discharged and released of all liabilities under the contract in respect of these claims.
It is term of this contract that the party invoking arbitration shall give a list of disputes with
amounts claimed in respect of each such dispute along with the notice for appointment of
arbitrator and giving reference to the rejection of their claims by the Dispute Resolution
Committee. It is also a term of this contract that no person, other than a person appointed by
above mentioned appointing authority, should act as arbitrator and if for any reason that is
not possible, the matter shall not be referred to arbitration at all.

SCC-5
The arbitration shall be conducted in accordance with the provisions of the Arbitration and
Conciliation Act, 1996 (26 of 1996) or any statutory modification or re-enactment thereof and
the rules made hereunder and for the time being in force shall apply to the arbitration
proceeding under this clause. It is also a term of this contract that the arbitrator shall
adjudicate on only such disputes as are referred to him by the appointing authority and give
separate award against each dispute and claim referred to him and in all cases where the total
amount of the claims by any party exceeds Rs.1,00,000/-, the arbitrator shall give reasons for
the award. It is also a term of the contract that if any fees are payable to the arbitrator, these
shall be paid equally by both the parties. It is also a term of the contract that the arbitrator
shall be deemed to have entered on the reference on the date he issues notice to both the
parties calling them to submit their statement of claims and counter statement of claims. The
venue of the arbitration shall be such place as may be fixed by the arbitrator in his sole
discretion. The fees, if any, of the arbitrator shall, If required to be paid before the award is
made and published, be paid half and half by each of the parties. The cost of the reference and
of the award (including the fees, if any, of the arbitrator) shall be in the discretion of the
arbitrator who may direct to any by whom and in what manner, such costs or any part thereof
shall be paid and fix or settle the amount of costs to be so paid.

13.00 FORCE MAJEURE :-

If any time, during the continuance of this contract, the performance in whole or in part by
either party of any obligation under this contract is prevented or delayed by reason of any
war, or hostility, acts of the public enemy, civil commotion, sabotage, fires, floods, earth
quake, explosions, epidemics, quarantine restrictions, Bandh, strikes, lockouts or act of God
(Hereinafter referred to as events) provided notice of happenings, of any such eventuality is
given by either party to the other within 21 days from the date of occurrence thereof, neither
party shall by reason of such event be entitled to terminate this contract nor shall either party
have any claim for damages against the other in respect of such on performance or delay in
performance under the contract shall be resumed as soon as practicable after such an event
may come to an end or cease to exist, and the decision of AAI as to whether the services have
been so resumed or not shall be final and conclusive, provided further that if the performance
in whole or part of any obligation under this contract is prevented or delayed by reason of
any such event for a period exceeding 60 days either party may, at his option to terminate the
contract.

14.00 TERMINATION OF CONTRACT:-

14.01 If the AAI considers that the performance of the contractor is unsatisfactory or not up to the
expected standard, the AAI shall notify the same to contractor in writing and specify in detail
the cause of such dissatisfaction. The AAI shall have the option to terminate the contract by
giving 14 days’ notice in writing to the contractor, if contractor fails to comply with the
requisitions contained in the said written notice issued by the AAI and the decision of the EIC
shall be final and binding on the Contractor.AAI may also give Termination Notice and
without compensation to the contractor to terminate the contract if the contractor becomes
unwilling, bankrupt or otherwise insolvent without affecting its right of action or remedy as
hirer.

SCC-6
14.02 The contract can be terminated by issuing 60 days’ notice in writing at any time by either the
party without assigning any reason and the contractor shall not cease to render the service
facility until the AAI makes alternate arrangements thereof and informed the contractor
accordingly. The extended period after expiry of the notice period will not, however, be more
than 30 days in any case.

14.03 Upon termination, under and with reference to this clause, the contractor shall be entitled to
be paid for the work actually performed up to the date of termination in accordance with the
provisions of the contract, but shall not be entitled to any other claim or compensation
whatsoever, including (but not limited to) any claim or compensation for any expenditure
incurred by the contractor in or for any equipment’s, materials or facilities or for any loss in
the profit or anticipated profit of the contractor.

14.04 If at any stage during the period of execution of contract, any case involving moral turpitude
is instituted in a court of law against the contractor or his employees, AAI reserves the
exclusive and special right to the outright termination of the contract and the contractor shall
not be entitled to any compensation from the AAI whatsoever.

14.05 The agreement shall be deemed to have been terminated on the expiry of the contract period
unless AAI has exercised its option to extend this contract in accordance with the provisions,
if any, of this contract.

15.00 SUBLETTING OF CONTRACT:- The work shall not be sublet / assigned directly or indirectly
to any other agencies without prior written consent of the competent authority of the AAI.

16.00 JURISDICTION:-The agreement including all matters with this contract, shall be governed by
the Laws of India for the time being in force and shall be subjected to exclusive jurisdiction of
the Guwahati Court only.

17.00 CONTRACT AGREEMENT:-

17.01 The NIT, General Information and Guidelines, Instructions for online bid submission, help
desk services, Special Condition of contract (S.C.C ), Unconditional Acceptance of AAI’s
tender conditions and all Proforma – 1 to 3 as specified above and Work order placed on
successful bidder or any other relevant letter, shall form the part of the agreement to be made
with the AAI.

17.02 The contract agreement shall be executed on a non-judicial Stamp Paper of value Rs.100/-as
per AAI format within 10 days from the date of award of work and cost of the same shall be
borne by the Contractor.

SCC-7
18.1 It is contractor's responsibility to recruit suitable persons for carrying out the work
entrusted to you under this contract and they shall be your workmen and the company
has no responsibility whatsoever in regard to the workmen so employed by you for
executing the afore said contract.
18.2 The contractor shall execute contract agreement with the employee engaged for this
work on a non-judicial Stamp Paper of value Rs.100/- as per AAI format (Proforma -3)
within 10 days from the date of award of work and cost of the same shall be borne by
the Contractor.
18.3 It shall be contractor's responsibility to obtain the license under the Contractor Labour
(Regulation &Abolition) Act, 1970 after getting the certificate from the company and
the license shall be kept valid by renewing it from time to time as required by the said
Act.
18.4 Contractor shall, in particular, comply with all the conditions stipulated by the
licensing authority in the license granted to you, under Section12 read with Rule 25 of
the Contract Labour Act and the Contract Labour Rules, and in particular it shall be
your responsibility to ensure.
a) That the work men employed by for executing the above job contract are paid at not
less than the minimum wages fixed by the Government or by any Agreement or
Settlement or by the Commissioner of Labour, as the case may be.
b) Similarly, contractor shall ensure that the working hours and other services
conditions are the same as stipulated in the license.
c) It shall be contractor's responsibility to provide all the amenities/ facilities required
to be provided to workmen under the Contract Labour Act. And in particular
provision of canteen services to workmen, restroom, drinking water facility, latrines
and urinals and first aid facility.
d) Contractor shall ensure that the disbursement of wages through bank credit ECS is
do neither presence of our representative who will oversee the payment, as required
by law and authenticate the entries made in the wages register in token of his having
witnessed the actual disbursement of wages.
e) The workmen employed by contractor on our premises for executing the above job
contract shall be under your disciplinary jurisdiction. They shall, however, be
subject to the overall discipline of the company.
f) If any of contractors workmen employed on our premises commit any misconduct it
shall be contractors responsibility to take disciplinary action against them in
accordance with law.
g) Contractor shall be fully comply with the provision of the following Labour
enactments as may be applicable to you
I. Factory Act, 1948
II. Payment of Wages Act, 1936
III. Workmen's Compensation Act,1923
IV. Employees StateInsuranceAct,1948
V. Employees Provident Fund Act, 1952
VI. PaymentofBonusAct,1965
VII. Any other labour enactment that may be applicable to your or to your workmen
for execution of the labour contract.
SCC-8
ACCEPTANCE LETTER
(Refer Clause 2 Envelope-II of Notice Inviting Tender)

To
Asst.Gen. Manager Engg(Civil)
Airports Authority of India,
Operational office, RHQ/SR
Chennai-600027.
Sir,
ACCEPTANCE OF AAI’S TENDER CONDITIONS

1. The tender documents for the work “Provision of Data Processing & Technical
Assistant Services to Engineering office (Civil) at AAI/ SR, Chennai Airport for
the year 2019-20” have been sold to me/us by Airports Authority of India and I/we
hereby certify that I/we have inspected the site and read the entire terms and conditions of
the tender documents made available to me/us by the office of Asst.Gen.. Manager (E-C),
AAI, operational office, RHQ/SR, Chennai Airport 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 work.

3. The contents of clause of Notice Inviting Tender of the Tender documents have been noted
wherein it is clarified that after unconditionally accepting the tender conditions in it’s
entirety, it is not permissible to upload any additional file or put any remarks/conditions
(except unconditional rebate on quoted rates if any) along with tender document and same
has been followed in the present case. In case, this provisions of the tender is found violated
after opening the tender, 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 10% of earnest money.
4. ‘That, I/We declare that I/We have not paid and will not pay any bribe to any officer of
AAI for awarding this contract at any stage during its execution or at the time of payment
of bills, and further if any officer of AAI asks for bribe/gratification, I will immediately
report it to the Appropriate Authority in AAI’.

5. The required earnest money as specified in NIT Para-2 Page NIT-2 for this work has also been
submitted as per said clause.

Yours Faithfully

Date: (Signature of the tenderer)

AL -1
Proforma-1

AFFIDAVIT ON MINIMUM WAGES

I………………..……… (Name), aged …… years, s/o ………………………………….


(Name), Proprietor/ Managing Partner/ Managing Director of ………………………………
(Name of the Agency) do hereby solemnly affirm and state as follows:
I am competent to swear this affidavit on behalf of ……………………. (Name of agency). I
state that, in the event of the work “Provision of Data Processing & Technical Assistant
Services to Engineering office (Civil) at AAI/ SR, Chennai Airport for the year 2019-
20” is awarded to our agency, the wages to be paid to the workers engaged shall not be less
than the minimum wages determined by appropriate Govt. Authorities from time to time.

Dated this, the ………………….. day of ………………… month …………………. Year.

DEPONENT

Place:

Date:

Note: This affidavit is to be attested by a First Class Magistrate / Notary Public on non-
judicial stamp paper of Rs. 100/-. The original Affidavit should be submitted in the
O/o AGM (E-C), AAI, operational office, RHQ/SR, Chennai Airport by L1 bidder.

P -1
Proforma-2

UNDERTAKING

(For the agencies who do not have EPF/ESIC/GSTIN Registration)

I/We (_______________________) hereby undertake that I/We shall produce the EPF,
ESIC & GSTIN (Goods and Service Tax Identification) No. after award of work and I/We
shall continue these valid EPF, ESIC & Goods and Service Tax Registration Number till the
actual completion of the contract, failing which, I/We permit AAI that at the time of making
any payment to me/us for work done under the contract to deduct/withhold an amount as
per terms & condition of contract.

Place:________________

Date:_________________
Signature of the contractor/
Authorized Signatory with rubber stamp

P -2
Proforma-3

(To be entered in Rs100 non judicial stamp paper)

CONTRACT OF ENGAGEMENT FOR JOB CONTRACT OF


TECHNICAL & DATA PROCESSING SERVICES

AGREEMENT FOR ENGAGEMENT made on this day, the----------------between


Mr./Ms. s/o(ord/o) aged years,

Residing at House,_ _District (herein


after called the Employee) of the one part and (herein after called the Contracting
agency),Head /District Office, , District represented by its Authorized Signatory on
the other part.

WHEREAS, the Contracting agency participated in the Tender for job


contract for providing technical & data processing services with Airports Authority of India
(herein after called the Client company),and become successful bidder in the tender.

AND WHERE AS the contracting agency has offered contractual engagement to the
Employee and the Employee has accepted the same.

NOW THEREFORE, THESE PRESENTS WITNESS AND THE parties here to mutually
agree as follows:-

1. The Employee shall remain in the service of the Job contracting company as
(name of the post)from to (here in
after called the contractual period) unless this contract is terminated earlier for execution of the
job contact with AAI.

2. During the period of contract, while functioning as _____________ the Employee will be eligible
for a consolidated salary of Rs. _____________ per month including benefits such as PF & ESI
and as may revised upwardly as per minimum wages notification of the government

3. The engagement of the Employee is purely on contract basis and the Employee will not been
titled to any claims, rights, interest or further benefits in terms of regularization or consideration
of further engagement to the said post or any other post under the contracting company or the
in companies where deployed for Job contracting Engagements (client company).

4. The Employee agrees to perform duties as per the present job description prescribed for the said
post under the agreement conditions and as may be revised from time to time by the Client
Company.

5. In case the Employee avails loss of pay leave without prior sanction from the competent
authority during the contract period, his/her service shall stand automatically terminated with
effect from the date of commencement of absence.

6. The service of the Employee shall stand automatically terminated at the expiry of contract period.

P -3
7. The services of the Employee can be terminated at any time by the competent authority of the
contracting company if the Employee is found to be guilty of any insubordination, in
temperance or other misconduct or nonperformance/noncooperation or similar reports from
Client Company.

8. Not withstanding any thing contained here in above, the contracting company also reserves the
right to terminate this Agreement without assigning any reasons. In such cases, a written notice
of fifteen working days will be given to the Employee.

9. The Employee should give a resignation notice of fifteen working days in order to resign from
the post and terminate this Agreement to facilitate contracting company to post suitable
replacement to Client Company.

Signed by the Employee:


: Name:

Designation in the contracting company:


Signature:

Dated:
Name:

Address:

Dated:
Signed by authorized signatory of the
Company

P -4
Item Rate SOQ
Tender Inviting Authority: Asst.Gen. Manager (Engg– Civil), AAI, RHQ/SR, Chennai
Airport, Chennai - 600027.

Name of work: “Provision of Data Processing & Technical Assistant Services to


Engineering office (Civil) at AAI/ SR, Chennai Airport for the year 2019-20”

Tender ID : (2019_AAI_ 26299_1)


Name of
the Bidder / Bidding Firm
/Company:
NUM TEXT # NUMBE TEXT # NUMBER # NUMBER # TEXT #
BER # R#
Sl. No. Item Description Qty Unit RATE (inclusive of all Total Amount Total
taxes, duties, cess, fee, Amount in
royalty charges etc Words
levied under any
statute but exclusive of
GST) In Figures To be
entered by the Bidder
Rs. P
1 Provision of Data Processing Services 9 Job
on monthly basis to Engineering
Directorate at AAI/ SR, Chennai for 9
months competent for rendering
efficient and expeditious services for the
specification covered under this job
contract. (by deploying 1 Nos any Rate to be
degree with 3 years experience in typing quoted in the
and computer operation knowledge) format
Data processing services for 9 months provided on
CPP Portal.
2 Provision of Engineering services on 9 Job
monthly basis for Engineering wing at
AAI/SR, Chennai for 9 months including
assisting in supervision of works at site,
carrying out quality control test, site
measurements, preparation of drawings
etc., assisting Engineers in preparation of
bills etc. (by deploying 1 Nos. Engineering
Graduate with minimum 3 years/
Diploma Holder with minimum 5 years
experience.)
Technical Assistants for 9 months
Total in Figures (Excluding GST)

Quoted rate in words

Note: 1. Applicable GST as on date is 18% for the above said work and GST will be paid on the
upto date bill amount as per applicable GST at time payment.
2. L1 will be decided based on the total amount excluding GST.

SOQ – 1

S-ar putea să vă placă și