25
- 0 - ¼ããÀ¦ããè¾ã ãäÌã½ãã¶ã¹ã¦¦ã¶ã ¹ãÆããä£ã‡ãŠÀ¥ã AIRPORTS AUTHORITY OF INDIA TENDER DOCUMENT Tender ID:- 2017_AAI_2846_1 (NIT No. AAI/ASR_AAI_VEHICLE_NEED/2017) Name of work:- Tender for Providing vehicles on need Basis for AAI at Shri Guru Ram Dass Ji International Airport Amritsar (PUNJAB) for a period of “Two Years. Prepared by: Recommended by: Approved by: Nachhatar Singh Sanjeev Kumar Airport Director Supdt E-2 (Tech) Manager (Tech) SGRDJI, Airport, Amritsar

¼ããÀ¦ããè¾ã ãäÌã½ãã¶ã¹ã¦¦ã¶ã ¹ãÆããä£ã‡ãŠÀ¥ã fileUNCONDITIONAL ACCEPTANCE LETTER (ANNEXURE-I) 13-14 07. ... Maruti Suzuki Swift Dzire AC or equivalent

  • Upload
    vungoc

  • View
    218

  • Download
    5

Embed Size (px)

Citation preview

- 0 -

¼ããÀ¦ããè¾ã ãäÌã½ãã¶ã¹ã¦¦ã¶ã ¹ãÆããä£ã‡ãŠÀ¥ã

AIRPORTS AUTHORITY OF INDIA

TENDER DOCUMENT

Tender ID:- 2017_AAI_2846_1

(NIT No. AAI/ASR_AAI_VEHICLE_NEED/2017)

Name of work:-

“Tender for Providing vehicles on need Basis for AAI at Shri Guru Ram

Dass Ji International Airport Amritsar (PUNJAB) for a period of “Two

Years”.

Prepared by: Recommended by: Approved by: Nachhatar Singh Sanjeev Kumar Airport Director Supdt E-2 (Tech) Manager (Tech) SGRDJI, Airport, Amritsar

- 1 -

AIRPORTS AUTHORITY OF INDIA

TENDER SUMMARY

TENDER NO. AAI/ASR_AAI_VEHICLES_NEED/2017

1 NIT NO. : AAI/ASR_AAI_VEHICLES_NEED/2017

2 TOTAL NIT PAGES : 24 (Twenty four)

3 NAME OF THE WORK

:

“Tender for Providing vehicles on Need Basis

for AAI at Shri Guru Ram Dass Ji

International Airport Amritsar (PUNJAB) for a

period of “Two Years”.

4 ESTIMATED WORK COST

(for Two Year contract)

:

Rs. 403830.00 (Including GST)

5 EARNEST MONEY

:

Rs. 10096.00

6 COST OF TENDER : Rs 1000.00 + ST @ 18%

= Rs 1180.00 (Rs One Thousand One Hundred Eighty

only).

7 TIME ALLOWED : 24 Months+ 06 months extension

(i) LAST DATE FOR DOWNLOAD OF

TENDER DOCUMENT

:

22.09.2017 upto 1500 hrs

(ii)

LAST DATE FOR SUBMISSION OF

QUERIES BY BIDDERS

:

15.09.2017 upto 1200 hrs

(iii) LAST DATE FOR RESPONSE TO

BIDDER‟S QUERIES BY AAI

:

18.09.2017 upto 1200 hrs

(iv) LAST DATE & TIME FOR SUBMISSION

OF PRE- QUALIFICATION - CUM TECHNICAL AND FINANCIAL BIDS

: 22.09.2017 upto 1600 hrs

(v) OPENING OF TECHNICAL BIDS

:

23.09.2017 at 1700 hrs

(vi) OPENING OF FINANCIAL BIDS Will be intimated later to the shortlisted

Technically qualified bidders.

- 2 -

“Tender for Providing Vehicles on Need Basis for AAI at Shri Guru Ram Dass Ji International Airport Amritsar (PUNJAB) for a period of “Two Years”.

TABLE OF CONTENTS

SL.NO. DESCRIPTION PAGE No

01. PRESS NOTICE INVITING TENDER 03-06

02. INSTRUCTION FOR CONTRACTOR 07-09

03. DECLARATION 10-10

04. NOTICE INVITING TENDER 11-12

06. UNCONDITIONAL ACCEPTANCE LETTER (ANNEXURE-I) 13-14

07. PERFORMA OF BANK GUARANTEE FOR E.M.D (ANNEXURE-II) 15-16

08. GENERAL CONDITIONS OF CONTRACT 17-18

09. SPECIAL TERMS AND CONDITIONS OF CONTRACT 19-22

10. DECLARATION BY THE CONTRACTOR / TENDERER

23-23

11. SCHEDULE OF RATES /PRICE BID (ANNEXURE-III) 24-24

This is to certify that, this E-Tender document contains total pages 24 Nos. (Twenty four only).

O/O THE AIRPORT DIRECTOR

MANAGER (TECH) (TECHNICAL – SECTION)

AIRPORTS AUTHORITY OF INDIA, SHRI GURU RAM DASS JI INTERNATIONAL AIRPORT

AMRITSAR (PUNJAB)

- 3 -

¼ããÀ¦ããè¾ã ãäÌã½ããâ¹ã§ã¶ã ¹Çãããä£ã‡ãŠÀ¥ã

AIRPORTS AUTHORITY OF INDIA Ñããè ØãìÁ Àã½ã ªãÔã •ããè ‚ãâ¦ãÀãÃÓ›Èãè¾ã ÖÌããƒÃ ‚ã¡¡ã ‚ã½ãð¦ãÔãÀ ¹ãâ•ããºã 143101

SHRI GURU RAM DASS JI INTERNATIONAL AIRPORT Amritsar (PUNJAB) 143101

Ref: AAI/NR/Tech./Hiring of Vehicle on Need Basis/2017/ DATE: 04.09.2017

E-TENDER NOTICE

TENDER ID:- 2017_AAI_2846_1

Item rate tenders are invited through the e-tendering portal https://etenders.gov.in/eprocure/app by

Manager (Technical), Airports Authority of India, Shri Guru Ram Dass JI International

Airport Amritsar (PUNJAB) on behalf of Chairman, AAI, for the work

“Tender for Providing Vehicles on Need Basis for AAI at Shri Guru Ram Dass Ji International

Airport Amritsar (PUNJAB) for a period of “Two Years” with an estimated cost of Rs.

4,03,830.00 (Including GST) under below details.

Sr. No

Name of vehicles Model and Type of Vehicles

Nos. of vehicles

01. Maruti Suzuki Swift Dzire AC or equivalent

Model 2015 onward 01 (One)

02. 52 Seater Bus or equivalent - 01 (One)

Note :

The contract period shall be for Two year with the provision of further extension of another Six Months.

The tendering process is on line at e-portal URL address https://etenders.gov.in/eprocure/app

Start date and time of sale of Tender 09.09.2017 at 1600 hrs. Following sealed envelopes shall be submitted through online at e-portal by the bidder.

Last date for the online submission of e-bid (Envelope-I, & II) is at hours up to :-

22.09.2017 upto 1600 hrs

Envelope-I:-Eligibility criteria and processing fee for on line e-Tendering.

Bidder shall upload scanned copy of documents in readable form at

https://etenders.gov.in/eprocure/app Portal corresponding to each criterion. Cost of tender fee

Rs. 1180/-(Rupees One Thousand One Hundred Eighty only) (Non-refundable) will be

required to be paid offline through Demand Draft in favor of Airports Authority of India payable

at Amritsar.

- 4 -

Qualifying requirements of contractors / firms is as below

a) Contractors / firms should have satisfactorily completed works of providing similar type of service to Govt. or Pvt. firms during last 3 (Three) years ending on march 2017, should either of following:

Work Value (Rs)

1. Three similar completed work costing not less than

OR

Rs. 80,766.00

2. Two similar completed work costing not less than

OR

Rs. 1,00,956.00

3. One similar completed work costing not less than Rs. 1,61,532.00

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. Firm 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.

b) Should have valid Permanent Account Number (PAN) from Income tax Deptt.

c) Should have annualized average annual financial turnover of Rs. 60,575.00 against

works executed during last three years ending 31st March of the previous financial

year. As a proof, copy of Abridged Balance Sheet along with Profit and 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.

d) Should possess valid GST certificate.

The tenderer shall submit their Tender on the e-tendering portal

https://etenders.gov.in/eprocure/app along with firm’s bio-data and self attested

documents in support of their meeting each criterion mentioned above by 22.09.2017

upto 1600 hrs .

Envelope I: - The Technical e-Bid through e-portal.

For documents submitted as eligibility documents bid shall be opened on 23.09.2017 at

1700 hrs for the bidders who have submitted the application. The intimation regarding

eligible / non-eligible for participation in the tendering will be intimated to the agencies

through e-tendering portal before opening of financial bid.

Unconditional acceptance, EMD and signed tender document.

EMD of the value of INR 10,096/- shall be accepted in the form Demand Draft or in the

form of Bank Guarantee (BG), as per Performa (Annexure-II) from a Nationalized/ Schedule

Bank (As per RBI Schedule). For the earnest money deposit (EMD) submitted through Bank

Guarantee (BG) of value stipulated in the Notice Inviting Tenders a scanned copy shall be

- 5 -

submitted in Packet-1: Fee Bid Folder on the e-tendering portal. The original should be

posted/courier/given in person to the concerned official/ Bid Manager (Manager Tech),

AAI, SGRDJI Airport, Amritsar - 143101, so as to reach latest by last date and time of bid

submission. Vendors shall also note that they are not required to contact any AAI employee

or submit any documentary evidence of submission of EMD to any AAI employee during the

process of the tender. In no scenario the vendors are required to submit/contact any AAI

employee for physical submission of any documents before opening of the bids. The

tenders of the bidders who fail to submit the original BG towards EMD before the stipulated

time shall be rejected outright. In case, a tenderer is eligible for exemption from payment

of EMD, documentary proof to this effect must be enclosed.

REFUND OF EMD: EMD of unsuccessful bidders shall be returned 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.

Other Requirements:

Tender Cost: Tender cost shall be Rs. 1180/-(Rupees One Thousand One Hundred

Eighty only) 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 Amritsar.

Preparation of Bids:

Bids shall be prepared and submitted in two parts: The first part shall be “Technical bid”, and second part shall be “Financial Bid” specifying the price offer. The following documents shall be submitted for evaluation of submission of fee:

Sr. no.

Eligibility Criteria Documents required & to be attached.

1 Non-refundable Tender Fee of INR 1180/-

(Rupees One Thousand One Hundred Eighty

only. Tender Fee shall be paid through Demand Draft issued by a Nationalized/ Schedule Bank (as per RBI Schedule) payable to Airports Authority of India, Payable at Amritsar.

Scanned copy of D.D. shall be attached. The original should reach latest by last date and time of bid submission.

2. Earnest Money Deposit (EMD): EMD of the

value of INR 10096/- shall be accepted in

the form Demand Draft or in the form of Bank Guarantee (BG), as per Performa (Annexure-II) from a Nationalized/ Schedule Bank (As per RBI Schedule).

Scanned copy of D.D. or BG to be attached. The original should reach latest by last date and time of bid submission.

3 In case a tenderer is eligible for any concession / exemption under registration with MSME/NSIC, documentary proof to this effect must be enclosed.

Scanned copy of valid Exemption certificate of MSME/NSIC.

- 6 -

Tender duly digitally signed to be uploaded well in time along with authorization letter/Power of attorney, if any, required. Envelope-II: - The Financial e- Bid through e-portal. The financial bids of the vendors, who are meeting the eligibility and technical criteria, the date of opening will be intimated to the shortlisted Technically Qualified bidders. Clarifications, if any, may be sent through https://etenders.gov.in/eprocure/app e-tendering portal only. AAI reserves the right to accept or reject any or all applications without assigning any reason. AAI also reserves the right to call off the process of tendering at any stage without assigning any reason. AAI reserves the right to disqualify the working agencies whose performance at ongoing project(s) is below par or unusually poor. If at any stage, any information/documents submitted by the applicant is found to be false, the agency shall be liable for debarment from tendering in AAI, apart from any other appropriate/legal action. Consortium/Joint Ventures companies shall not be permitted. No single firm shall be permitted to submit two separate applications. Purchase preference to Central Public Sector Undertaking shall be applicable as per the directives of Govt. of India prevalent on the date of acceptance. Tenderers are requested to get themselves acquainted for e-tendering process from “Guidelines for bidders” and register themselves at e-tendering portal https://etenders.gov.in/eprocure/app and obtain digital signature certificate as specified in the guidelines for bidders at the e-tendering portal. Tenderers are advised to go through the “Guidelines for bidders” given on the e-tendering portal https://etenders.gov.in/eprocure/app for online guidance, before online registration and submission of their applications/bids and submit their applications.

O/O THE AIRPORT DIRECTOR

MANAGER (TECH) (TECHNICAL – SECTION)

AIRPORTS AUTHORITY OF INDIA,

SHRI GURU RAM DASS JI INTERNATIONAL AIRPORT AMRITSAR (PUNJAB)

Pin 143101

- 7 -

INSTRUCTIONS TO THE CONTRACTORS/BIDDERS FOR THE E-SUBMISSION OF THE

BIDS ONLINE THROUGH TENDER SITE https://etenders.gov.in/eprocure/app.

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 1 REGISTRATION: a. Bidders are required to enroll on the e-Procurement module of the Central Public Procurement

Portal (URL https://etenders.gov.in/eprocure/app) by clicking on the link “Click here to Enroll” on the CPP Portal Enrolment which is free of charge.

b. As part of the enrolment process, the bidders will be required to choose a unique username and

assign a password for their accounts. c. Bidders are advised to register their valid email address and mobile numbers as part of the

registration process. These would be used for any communication from the CPP Portal. d. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate

(Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify/TCS/ nCode/ eMudra etc.) with their profile.

e. Only one valid DSC should be registered by a bidder. Please note that the bidders are

responsible to ensure that they do not lend their DSC’s to others which may lead to misuse. f. Bidder then logs in to the site through the secured log-in by entering their user ID/ password

and the password of the DSC/e- Token. 2 SEARCHING FOR TENDER DOCUMENT: a) There are various search options built in the CPP Portal, to facilitate bidders to search active

tenders by several parameters. These parameters could include organization name, location, date value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as organization name, form of contract, location, date, other keywords etc. to search for a tender published on the CPP Portal.

b) Once the bidders have selected the tenders they are interested in, they may download the

required documents/tender schedules. These tenders can be moved to the respective ’My 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 PREPARATION OF BIDS: a) Bidder should take into account any corrigendum published on the tender document before

submitting their bids. Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of

- 8 -

documents – including the names and content of each of the document that need to be submitted.

b) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the

tender document/schedule and generally, they can be in PDF/SLS/RAR/DWF formats. Bid documents may be preferably scanned with 100 dpi with black and white option.

c) To avoid the time and effort required in uploading the same set of standard documents which

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

4 SUBMISSION OF BIDS: a) Bidders should log into the site well in advance for bid submission so that he/she upload the bid

in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.

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

in the tender document. c) Bidder has to select the payment option as “offline” to pay the Tender Fee & EMD as applicable

and enter details of instrument. The bidder shall submit a non-refundable tender fee in the form of Bank Demand Draft from nationalized /Schedule Bank under Reserve Bank of India (RBI) Schedule , having a branch in India, in a sealed envelope in favor of Airports Authority of India, payable at Amritsar. The original should be posted/courier/given in person to the concerned official, so as to reach latest by last date and time of bid submission.

d) Bidder should prepare the EMD as per the instructions specified in the tender document. The

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

e) The tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the

difficulties faced during the submission of bids online by the bidders. The bidder should see that the bid documents submitted should be free from virus and if the documents could not be opened, due to virus, during tender opening, the bid is liable to be rejected.

f) Bidders are required to note that they should necessarily submit their financial bids

in the format provided and no other format is acceptable. The price bid has been given as a standard BoQ format (BoQ_xxxx.xls) with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the green colored (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected.

g) The server time (which is displayed on the bidders’ dashboard) will be considered as the

standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission. The bidders are requested

- 9 -

to submit the bids through online e-tendering system to the TIA well before the bid submission end date & time (as per Server System Clock).

h) All the documents being submitted by the bidders would be encrypted using PKI encryption

techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done.

i) The uploaded tender documents become readable only after the tender opening by the

authorized bid openers. j) Upon the successful and timely submission of bids, the portal will give a successful bid

submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.

k) The bid summary has to be printed and kept as an acknowledgement of the submission of the

bid. This acknowledgement may be used as an entry pass for any bid opening meetings. 5 ASSISTANCE TO BIDDERS: a) Any queries relating to the tender document and the terms and conditions contained therein

should be addressed to the TIA i.e. Manager (Tech), Airports Authority of India, SGRDJI AIRPORT, AMRITSAR - 143101 (Telephone Number 0183-2204341).

b) Any queries relating to the process of online bid submission or queries relating to CPP Portal in

general may be directed to the 24x7 CPP Portal Helpdesk. For any Technical queries related to Operation of Central Public Procurement Portal , contact at : Mobile Numbers: 91 7878007972, 91 78788007073, 91 7574889871, 91 7574889874, 91 8826246593, Tel: The 24X 7 Toll Free Help Desk Number 1800 3070 2232 , Other Tel: 0120-4200462, E-mail : [email protected]. For AAI in house support, the team shall available on help desk numbers Exchange numbers-011-24642950/24632950 extension numbers 3512 between 0800-2000Hrs.

- 10 -

DECLARATION

I (----------------------------------------) hereby declare that the documents submitted/enclosed are true and correct. In case any document at any stage found fake/incorrect, my EMD may be forfeited. Place: Date:

Signature with Stamp Authorized Signatory of the Firm/Contractor

- 11 -

AIRPORTS AUTHORITY OF INDIA NOTICE INVITING TENDER

1. Sealed item rate Tenders are invited on behalf of The Chairman, Airports Authority of

India for the work as mentioned in Schedule A. The estimated cost of the work is

mentioned in Schedule A. This estimate, however, is given merely as rough guide. 2. The time allowed for carrying out the work will be 24 Months from the date of start

as defined in schedule „A‟ or from the first date of handing over of the site,

whichever is later, in accordance with the phasing, if any, indicated by AAI in the

Tender documents. 3. 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 to give any reason for

his decision. A responsive bidder is one who submits priced tender and accepts all terms and

conditions of the specifications and contract documents.

4. Canvassing in connection with tenders is strictly prohibited and the tenders submitted

by the tenderers who resort to canvassing will be liable to rejected. 8. On acceptance of Tender Earnest Money will be treated as part of the Security

Deposit.

9. Airports Authority of India will return the Earnest Money where applicable to every

unsuccessful tenderer except as provided in the Tender documents. 10. The Tenderer shall not be permitted to Tender for works in Airports Authority of

India Technical Department, in which his near relative is posted as Officer

responsible for award and execution of contracts. 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, the contract liable to be

rejected. 11. No Engineer or other Officer employed in Engineering or Administrative duties in an

Technical Department of the Airports Authority of India is allowed to work as a

contractor for a period of one year after his retirement from service, without the

previous permission of the Airports Authority of India in writing. This contract is liable

to be cancelled if either the contractor or any of his employees is found any time to

be such a person who had not obtained the permission of AAI as aforesaid before

- 12 -

submission of the tender or engagement in the contractor’s service, as the case may

be. 12. The Tender for works shall remain open for acceptance for a period of 180 (One

Hundred Eighty) Days from the date of opening 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.

O/O THE AIRPORT DIRECTOR MANAGER (TECH)

(TECHNICAL – SECTION) AIRPORTS AUTHORITY OF INDIA,

SHRI GURU RAM DASS JI INTERNATIONAL AIRPORT

AMRITSAR (PUNJAB)

- 13 -

ANNEXURE-I UNCONDITIONAL ACCEPTANCE LETTER

(TO BE SUBMITTED WITH ENVELOPE NO.I)

To, AIRPORTS AUTHORITY OF INDIA O/o---------------------------------------------- --------------------------------------------------- --------------------------------------------------- --------------------------------------------------- Sir, I/We have read and examined the following documents relating to the work of “Tender for Providing Vehicles on need Basis for AAI at Shri Guru Ram Dass Ji

International Airport Amritsar (PUNJAB) for a period of “Two Years”.

a) Notice inviting tender b) Section –A, - General information and Guidelines. c) Section –B, - Conditions of Contract. d) Section-C, - Special conditions. I/We hereby tender for execution of the work referred to in the aforesaid documents upon the terms & conditions contained or referred to therein and in accordance in all respects with the specifications and other relevant details for the period (S) of completion as stipulated at Sl. No. 1 in Section “A”. In consideration of I/We being invited to tender and promise by AAI to consider the award of work if I/We are found to be the lowest responsive bidder as stipulated in the condition of the contract, I./We agree to keep tender open for acceptance for one hundred twenty (180) days from the due date of submission thereof and not to make any modifications in its terms & conditions which are not acceptable to AAI, I/We agree that AAI shall, without prejudice to any other right or remedy, be at liberty to forfeit the fully said earnest money absolutely and I/We shall not be considered as unsuccessful tendered for the purpose of return of earnest money as provided in the notice inviting tender. Should this tender be accepted, I/We hereby agree to abide by and fulfil all terms, conditions & provisions of aforesaid documents. If after the tender is accepted, I/We fail to commence the execution of the works as provided in the conditions I/we agree that AAI shall without prejudice to any other right or remedy, be at liberty the forfeit to fully said earnest money absolutely and take suitable action against me/us as deemed fit under the terms & conditions of the contract.

I/We agree that should AAI decide to forfeit earnest money as aforesaid, unless a sum equal to the earnest money mentioned above is paid by me/us forthwith, AAI may at its option recover it out of the deposit and in the event of deficiency, out of any other moneys due to me/us of otherwise. If the tender is accepted, I/We agree that the earnest money deposited at the time of tender shall be treated as part of security deposit and the balance security deposit shall be paid by me/us in terms of terms & condition of Contract. 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,

- 14 -

and further if any officer of AAI asks for bribe/gratification. I will immediately report it to the Appropriate Authority in AAI. Whereas I/We have carefully read the terms incorporated in the general conditions of the contract as well as terms & condition of work and whereas I/We do agree to abide by rules and regulations and obligations to be fulfilled under this tender documents.

(Signature of the Tenderer) Contractor Name-------------------------------------------------------------------

Agency /Firm /Party Name---------------------------------------------------------

Seal---------------------------------------------------------------------------------

Address-----------------------------------------------------------------------------

e-mail-------------------------------------------------------------------------------

Contact Phone Nos---------------------------------------------------------------

Date--------------------

- 15 -

ANNEXURE - II

PROFORMA FOR BANK GUARANTEE (for E. M. D.)

(On Non-Judicial stamp paper of an appropriate value) The Airport Director Airports Authority of India Shre Guru Ram Dass Ji International Airport Amritsar (PUNJAB) 143101 Dear Sir, We (full name of the banker) hereby refer to the tender for (fill in the name of work) between the Airports Authority of India as purchaser and M/s. ( fill in the name of firm) as tenderer providing in substance for the provision for ……………………… as particularised in said tender, to which specific reference is made. Under the terms of said tender, the tenderer is required to provide a bank guarantee in a form acceptable to the purchaser for the amount of Rs ……………. on account of EMD. In view of the foregoing and pursuant to the terms of the said tender, which tender is referred to and made a part thereof as fully and to the same extent as if copied at length hereon, we hereby absolutely and unconditionally guarantee to the purchaser, performance of the terms and conditions of the said tender. The guarantee shall be construed as an absolute, unconditional and direct guarantee of the performance of the tender without regard to the validity, regularity or enforceability of any obligation of the parties to the tender. The purchaser shall be entitled to enforce this guarantee without being obliged to resort initially to any other security or to any other remedy to enforce any of the obligations herein guaranteed any may pursue any or all of its remedies at one or at different times. Upon default of the tender, we agree to pay to the purchaser on demand and without demur the sum of Rs………………. or any part thereof, upon presentation of a written statement by the purchaser that the amount of said demand represents damages due from the tenderer to the purchaser by virtue of breach of performance by the tenderer under the terms of the aforesaid tender. The determination of the fact of breach and the amount of damages sustained and or liability under the guarantee shall be in the sole discretion of the purchaser whose decision shall be conclusive and binding on the guarantor. It is mutually agreed that the purchaser shall have the fullest liberty without affecting in any manner our obligation hereunder with or without our consent to vary any of the terms of the said tender or to extend the time for performance by the tenderer, from time to time any of the powers exercisable by the purchaser against the tender and either to forebear or on force any of the terms and conditions relating to the said tender and we shall not be relieved from our liability by reasons of any variation of any extension being granted to the tender or for any forbearance act or commission on the part of the purchaser or any indulgence by the purchaser to the tenderer or by any such matter or thing whatsoever which under the law relating to the sureties would but for this provision have effect of so relieving our obligation. This guarantee is confirmed and irrevocable and shall remain in effect until ……………. (The validity shall be 180 days from the date of opening of technical bid) and such extended periods which may be mutually agreed to. We hereby expressly waive notice of

- 16 -

any said extension of the time for performance and alternation or change in any of the terms and conditions of the said tender. “Notwithstanding anything contained hereinabove our liability under this Guarantee is restricted to Rs............................................ (Rs.......................................................................... only) and this Guarantee is valid upto..............201..... . We shall be released and discharged from all liability hereunder unless a written claim for payment under this Guarantee is lodged on us within 03 (Three) months from the date of expiry of the Guarantee i.e. on or before ...............201....irrespective of whether or not the original Guarantee is returned to us”. We (Name of the Bank) undertake not to revoke this guarantee during its currency without written consent of the authority.

Very truly yours, Note to Suppliers: 1. BANK GUARANTEE submitted by you should be sent to us directly by the issuing bank under Registered Post (A.D). Note to Issuing Bank:

In case the supplier desires to submit the BANK GUARANTEE directly to us, it is requested to send by Registered Post (A.D) an unstamped duplicate copy of the guarantee directly to us with a covering letter to compare with the original BGs and confirm that it is in order.

- 17 -

AIRPORTS AUTHORITY OF INDIA AMRITSAR AIRPORT, AMRITSAR

GENERAL CONDITIONS OF CONTRACT

1. Tenders are invited on behalf of the Chairman, Airports Authority of India for the work as mentioned at serial No. 1 in PNIT.

2. The Tender shall be in the prescribed form.

3. Tenders are invited on the basis of two envelopes system as detailed in NIT.

4. The time period of contract shall be as mentioned at serial no. 1 in PNIT.

5. A contractor shall submit not more than one tender for the same work.

6. No two or more concerns/firms in which an individual is interested as Proprietor and/or

Partner shall tender for the execution of the same works, if they do so, all such tenders shall

be liable to be rejected. 7. The Authority as mentioned at serial no. 1 in N.I.T. shall be the Accepting officer herein

after referred to as such for the purpose of this contract. 8. Submission of a tender by a tenderer implies that he has read this notice and all other

contract documents and has made himself aware of the scope and specifications of the job to be done and of conditions and local conditions and other factors bearing on the execution of the nature of specified job.

9. All rates shall be quoted in Price Bid only {As per Performa given in the Annexure –III of

the tender form.}

10. In this item rate tenders, only rates quoted shall be considered. Any tender containing

percentage below/ above the rates quoted is liable to be rejected. 11. Notification of award of contract will be made in writing to the successful bidder by the Accepting

authority. The contract will normally be awarded to the technically qualified and responsive Bidder offering and lowest evaluated bid in technically are commonly conformity with the requirements of the specifications and contract documents. 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 to give any reason for his decision.

12. A responsive bidder is one who submits priced tender and accepts all terms and conditions of the

specifications and contract documents without any major modifications.

12.1 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 acceptable to AAI, shall also be

treated as a major modification.

12.2 A tenderer shall submit a responsive bid, failing which his tender will be liable to be rejected.

13. On acceptance of tender earnest money will be treated as part of the security.

- 18 -

14. Airports Authority of India will return the earnest money, where ever applicable, to every

unsuccessful tenderer 15. On acceptance of the tender, the name of the accredited representative (s) of the contractor who

would be responsible for taking instructions from Airports Authority of India.

16. Taxes as applicable in respect of this contract shall be payable by the contractor and may be

deducted at source. Airports Authority of India will not entertain any claim whatsoever in this respect. 17. This tender document shall form part of the contract document/agreement. 18. All the tenderers must indicate the capacity & authority of the individual signing tender. 19. Airports Authority of India does not take responsibility for submission of tenders sent by post.

Delayed tenders shall not be considered.

O/O THE AIRPORT DIRECTOR MANAGER (TECH)

(TECHNICAL – SECTION) AIRPORTS AUTHORITY OF INDIA,

SHRI GURU RAM DASS JI INTERNATIONAL AIRPORT

AMRITSAR (PUNJAB)

- 19 -

AIRPORTS AUTHORITY OF INDIA O/O THE AIRPORT DIRECTOR

AMRITSAR AIRPORT, AMRITSAR

Special Terms & Conditions of Contract

NAME OF WORK - “Tender for Providing Vehicles on Need Basis for AAI at Shri

Guru Ram Dass Ji International Airport Amritsar

(PUNJAB) for a period of “Two Years”.

1. Providing of vehicles on hire basis as per details given below:-

Sr. No

Name of vehicles Model and Type of Vehicles

Nos. of vehicles

01. Maruti Suzuki Swift Dzire AC or equivalent

Model 2015 onward 01 (One)

02. 52 Seater Bus or equivalent - 01 (One)

1.1 The vehicle mentioned above in Sr. No. 1 & 2 have to be provided on

need basis.

1.2 The vehicles should be in good working condition, hygienically cleaned and well

maintained. The vehicle should always have the RTO related documents, including

PUC, Comprehensive Insurance Policy, Mini Fire Extinguisher and First Aid Box.

1.3 Any vehicle having year of manufacturing prior to 2014 will not be accepted. The vehicles shall be with Commercial Registration with related documents.

1.4 The contractor shall take prior permission of AAI for substitution of any vehicle in case

of breakdown/ maintenance.

1.5 The Contractor shall arrange Character & Incident verifications & pay the fees required

for Airport Entry Pass issued by BCAS and necessary Driving Permit from the

concerned Airport officials in respect of MTD & Vehicle Entry Permit & pay the fees as

required for use of Vehicles inside Operational areas of the Airport, as applicable.

Introduction of GST:-

1.6 All tendered rates should be inclusive of all taxes including GST.

Wherever supplies/services involve imports, the same should be

identified separately. Basic custom duty will be paid by AAI by utilizing

EPCG license/duty scrip under SEI scheme of GOI. GST shall be paid to

bidder for any taxable supply/services against a valid Tax Invoice.

1.7 The bidder is required to provide Tax type and Tax percentage in all bids

other than that of civil works.

- 20 -

1.8 In case of change in rate of Tax or any provision relating to levy of Tax

resulting in increase in burden of Tax on the contractor, the contractor

shall be entitled to receive any compensation for such increase in

quantum of Tax payable by the contractor. Similarly recovery shall be

made from the contractor on account of decrease of rate of Tax or any

provision relating to levy of Tax.

1.9 The Toll tax, wherever applicable, will be borne by contractor which will be

reimbursed by the AAI on production of original toll booth receipt.

1.10 Before the requirement day of vehicle an e-mail or through telephonically

you will be informed about the requirement of vehicle along with vehicle

duty slip. The contractor have to fill up all the relevant details in vehicle duty

slip and the same will be forwarded to finance deptt. for the billing purpose

with authorized signature of concerned deptt.

2. Registrations:

2.1 Firm must have below mentioned registrations with appropriate government

authorities related for providing skilled drivers for job works on hire basis:

2.2 GST registration no.

2.3 Permanent Account Number (PAN).

2.4 On award of work, the execution of work by such tenderers shall be allowed only

after deposition of above certificates.

3 LOG BOOKS

3.1 The log book or day sheets provided by AAI, for the purpose of various vehicles will be maintained by the contractor to record kms. covered for verification. In case of failure of km. reader, the actual distance traveled shall be assessed by AAI, whose decision in this regard shall be final and binding. The contractor shall repair/ replace such km. reader with in one day or otherwise pro-rata Km per day will be paid.

4 MISCELLANEOUS

4.1 Income tax or any other taxes as applicable form time shall be deducted as per

provisions of the act from the bill of contractor. 4.2 Contractor shall be responsible for compliance with all obligations and restrictions

imposed under the Motor Vehicle Act and rules made there under as applicable on

date. 4.3 The contractor shall be responsible for the acts/and accidents committed by the

person employed by him either inside or outside operational area of Airport.

- 21 -

4.4 The contractor shall defend, indemnify and hold harmless from any liability of penalty which may be imposed by the central, state or local authorities by reason of any violation by the contractor or such laws, regulation or requirements and also from all claims, suits or proceedings that may be brought against the AAI arising under, growing out of or by reason of the work provided for by this contract whether brought by employees of contractor, by third parties or by central authority or any political subdivision thereof.

5 RUNNING & MAINTENANCE 5.1 The vehicle will have to be kept in good operating condition at all the times, procurement

of fuel, Lubricants; spare etc. will have to be arranged by the contractor at his own cost. All repair maintenance; checkup etc will have to be arranged by contractor.

5. 6. PAYMENTS:-

6.1 The bill shall be raised monthly by the contractor in triplicate along with necessary records of vehicles use as decided by AAI and to be submitted to Airport Director and payment thereof shall be made by AAI, (by Electronic Money transfer directly to the account ) within fortnight subject to Undisputed claim.

6.2 Along with bill following documents are to be submitted: 6.2.1 Certificate regarding GST as per applicable. 6.2.2 Day duty slip/sheet/Log Book of the vehicle signed by user of AAI.

6.3 In the event of any dispute the decision of AAI shall be final and binding on contractor.

Following documents are to be deposited alongwith the Contractor bills for payment : (a) Bill of the Contractor in triplicate.

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

11. ARBITRATION

All disputes or differences whatsoever arising between the parties out of or relating to the operation or effect of this contract or breach thereof shall be settled by arbitration for which Arbitrator will be appointed by AAI. The applicable law will be the laws of India

in force. The jurisdiction for all disputes will be within limits of Amritsar Courts only.

12. TERMINATION OF CONTRACT

12.1 Without prejudice to the right of termination provided under the GCC or without prejudice to any other remedy available to the contract in this behalf, the either party may terminate the contractor at any time on giving the contractor not less than 30 days notice in writing, if AAI, finds the quality or efficiency of the work performed by the contractor, to be unsatisfactory of which the Airport Director, AAI, Amritsar Airport, Amritsar shall be the sold judge.

12.2 Upon termination, under and with reference to this clause, the contractor shall be entitled to be paid for the work actually performed upto the date of termination in accordance with the provisions of the contract, but shall not be entitled to any other claim or compensation what so ever, including (but not limited to) any claim or

compensation for any expenditure incurred by the contractor in or for any equipments, materials or facilities or for any loss in the profit or anticipated profit of the contractor.

- 22 -

12.3 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 out right termination of the contract and the contractor shall not be entitled to any compensation from the AAI whatsoever.

12.4 The AAI reserves the right to cancel/terminate the contract, withdraw the order of

award of work. Any further execution of work including forfeiting the security deposit/EMD or both and to blacklist /debar the contractor for a period as deemed fit against any fraudulent conduct of Contractor or his Employee, submission of falls/doctored documents and information for obtaining the contract or during the currency of the contract.

14. QUANTUM OF WORK The AAI does not guarantee the quantum of work and reserves the right to appoint one or more contractors for the part of work at any stage/ time. No claim for compensation from the contractor shall be entertained for any variation whatsoever of the estimated quantities and amount mentioned in the tender.

16. EARNEST MONEY AND SECURITY DEPOSIT:

16.1 A sum of Rs. 10,096.00 only being the earnest money shall have to be deposited by the tenderer by Demand Draft in favour of AAI payable at Amritsar, failing which the tender may not be considered and rejected outright. The earnest money deposit by the successful tenderer shall be adjusted against security deposit. The earnest money of unsuccessful tenders will be refunded back without interest.

16.3 After termination/ expiry of the contract, the security deposit held by the AAI will be

released to the contractor within a period of three months subject to realisation of dues,

if any to be made from the contractor.

17. SUBLETTING OF CONTRACT:-

The work shall not be sublet/assigned directly or indirectly to other agencies without prior written consent of the competent authority of the AAI.

18. AGREEMENT :

The NIT, scope of work, specifications, General Conditions of Contract, General terms and condition as specified above and work order placed on successful Tenderer shall form the part of the agreement to be made with the AAI .

- 23 -

DECLARATION BY THE CONTRACTOR/ E-TENDERER

I/We hereby declare that none of the members or my/our relatives is relative of any

employee of AAI and I/We also further declare that no Director/ employee of Airports Authority of India is/are a Director/ partner of my/our firm/Company/Partnership/Proprietor.

-------------------------------------------------------------------------------------------

Signature of the E-Tenderer : …………………………………………………………………..

Name : …………………………………………………………………..

Date : …………………………………………………………………..

Seal : …………………………………………………………………... E-Mail Address : ……………………………………………………………………

24

ANNEXURE – III