0% found this document useful (0 votes)
238 views44 pages

Airport Calicut - Staffing

The document is a notice inviting tender for Annual Maintenance Contract for AOCC operation and FIDS data entry at Calicut International Airport. Key details include: estimated cost is Rs. 1246830, EMD is Rs. 24937, and tender fee is Rs. 560. The period of contract is one year, extendable by another year. Eligibility criteria for bidders and documents required are also specified. The last date for bid submission is July 6, 2020 at 15:30 hrs.

Uploaded by

Rafikul Raheman
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
238 views44 pages

Airport Calicut - Staffing

The document is a notice inviting tender for Annual Maintenance Contract for AOCC operation and FIDS data entry at Calicut International Airport. Key details include: estimated cost is Rs. 1246830, EMD is Rs. 24937, and tender fee is Rs. 560. The period of contract is one year, extendable by another year. Eligibility criteria for bidders and documents required are also specified. The last date for bid submission is July 6, 2020 at 15:30 hrs.

Uploaded by

Rafikul Raheman
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 44

AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

TENDER FEE: Rs.560/-

भारतीय वमानप तन ा धकरण


AIRPORTS AUTHORITY OF INDIA
CALICUT INTERNATIONAL AIRPORT

TENDER DOCUMENT

for

AMC FOR AOCC OPERATION AND FIDS DATA ENTRY AT CALICUT INTERNATIONAL AIRPORT

TENDER NO: AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

E-tender portal: https://etenders.gov.in/eprocure/app

Note: The Signed and Sealed copy of all pages of this tender document with the entries of offer to be
filled up and duly attached with the original page(s) without disturbing the original page format and shall
be uploaded with digital signature along with the Technical Bid in the CPP portal . The changes in the
content of the tender Document in any-other form will be considered as non-responsive offer.

Prepared by Approved by
AGM (CNS) Jt.GM (CNS)

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
1
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

TABLE OF CONTENTS

S No Section PARTICULARS PAGE

1 NIT Notice Inviting Tender 3-8

2 e-tender Guidelines for E-tendering Process 9-12

3 Section-A General Information & Guidelines 13-20

4 Section-B Terms & Conditions 21-30

5 Section -C Guide lines for filling financial bid 31-32

6 Schedule- A Sample financial bid 33

6 Annexure-I Unconditional Acceptance Letter 34

Annexure-II Undertaking of Not Black listed 35

9 Annexure-IV Performance Bank Guarantee 36-38

10 Annexure-V Performa of Letter for E-Payment 39

11 Annexure-VII Format of Agreement 40-41

12 Annexure-VII BCAS clearance Certificate 42

13 Annexure-VIII Check list for technical bid 43

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
2
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

NOTICE INVITING TENDER

TENDER NO: AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

AMC FOR AOCC OPERATION AND FIDS DATA ENTRY AT


CALICUT INTERNATIONAL AIRPORT.

E-Tenders are invited by Airport Director, Airports Authority of India, Calicut International
Airport on behalf of The Chairman, Airport Authority of India from the eligible bidders for
the works as detailed below.

CPP portal: https://etenders.gov.in/eprocure/app


1. Details of work:

Sl.No. Name of Work Estimated Cost (Rs.) EMD e-tender


(Rs.) fee
1 Annual Maintenance Contract
for AOCC operation and FIDS
data entry at Calicut
1246830.00 24937.00 560/-
International Airport

2. Critical Dates.

Sl. Activity Date Time in IST


No. From To
1 Period of down Loading of 23-06-2020
06-07-2020 1330 Hrs
e-tender document 10:00
2 Last date and time for
submission of duly completed 06-07--2020 1530 Hrs
Bids
3 Last date of receipt of original
1730 Hrs
DD for Tender fee and EMD 08-07-2020
3 Date and Time of opening
1100 Hrs
Technical Bid 09-07-2020
4 Date and Time of opening Price Upon acceptance of technical bid
Bid

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
3
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

3. Period of contract: One year from the date of acceptance of work order and extendable for
one more year on satisfactory completion on the same terms and condition. The AMC should
be started with in 30 Days of issuance of work order.
4. Eligibility Criteria

4.1 NA
4.2 NA
4.3 NA
4.4 NA
4.5 Bidder firm shall submit an undertaking stating its firm or its partners or its Directors
have not been black listed or any case is pending or any complaint regarding irregularities
is pending, in India or abroad, by any global international body like World
Bank/International Monetary Fund/ World Health Organization etc.., or any Indian
State/Central Governments/ Departments or Public Sector Undertaking of India.
(Annexure II )
4.6 NA
5 Annualized average financial turn over: Bidder should have annualized average financial
turnover of at least Rs. 374050.00 (30% of estimated cost) during last three financial
years, ending 31st March 2020/2019. As a proof of financial turnover, copy of Abridged
Balance Sheet along with Profit & Loss account of the bidder for last three years should be
submitted.
6 Experience:
The bidder should have successfully executed in last seven years, orders for data entry
work of FIDS or similar works meeting any one of the following criteria.
a. One order of value more than or equivalent to Rs. 997465.00 (80% of estimated cost)
b. Two orders each of value more than or equivalent to Rs. Rs.623415.00 (50% of
estimated cost)
c. Three orders each of value more than or equivalent to Rs. 498732.00 (40% of estimated
cost)
7. Performance/Experience Certificate:

7.1 Bidder must submit performance/experience certificate in respect of the works claimed
against experience as mentioned under Para 6. These certificates should be issued by the end
user agencies for which the works have been carried out and endorsed by the bidder. Such
performance/experience certificates should clearly indicate the following:

i. Value of order or contract,

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
4
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

ii. Scope of order or contract,

iii. Order or Contract No., Award date

iv. Order or Contract Completion date.

v. That the works have been carried out satisfactorily.

7.2 The scope of works in respect of experience claimed against Para 7 above, should be
substantiated by submission of appropriate documentation such as relevant portion of the
contract.
8. The bidder should have valid GST registration. Date of publishing of NIT in AAI site will be
taken as reference for assessing the eligibility criteria.

8.1 NA
8.2 NA
8.3 No bidder firm or its subsidiary firm or its parent firm shall be allowed to submit alternate
bids. Such bids shall be summarily rejected.
8.4 The bidder firm shall possess the required tools, plants, skilled manpower, etc. required
for execution of the subject scope of work in the tender.
8.5 Any firm who wishes to sublet or outsource to any third party then it shall bring to notice
of AAI in submittals to this bid itself. AAI may or may not agree or accept such intentions /
proposals of out sourcing or subletting of scope of work in the tender.
8.6 Bidder firm shall also submit an undertaking that if any portion of the work is outsourced
or subcontracted then it shall accept all AAI objections within the scope of work or shall
change/ replace subcontractor if required by AAI and shall undertake work itself without
any compensation.
8.7 Concessions to the bidders registered with NSIC, shall be applicable as per the directives
of Govt. of India. However bidders shall be allowed to submit their tender, (Technical &
Financial bids) only after paying Tender Processing Fee. The Tender fee will be
reimbursed for NSIC/MSME holders as per Govt of India orders on verification of the
certificates for the validity, area of product or service etc. submitted by them. In case
NSIC registration certificate is found invalid during evaluation the bid of such bidder shall
be rejected and tender fee shall not be refunded.
8.8 The tender fee will be Rs.560/- (Rupees Five hundred sixty only) (Rs.500 plus 12 % GST).
The tender fee is non-refundable except for bidders mentioned in 8.7. Bidders shall pay
the tender fee in the form of Demand Draft from Nationalized/ Scheduled Banks under
the Reserve Bank of India (RBI) Schedule, having a branch in India in favor of Airports
Authority of India, Payable at Calicut and download the tender form. The original DD
AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
5
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

should be posted/couriered/given in person to the address given in Para 9, so as to


reach latest by the last date and time of bid submission
9. Earnest Money Deposit (EMD)

Each tender shall accompany with the Earnest Money Deposit of Rs.24937.00 ( Twenty
four thousand nine hundred and thirty seven only. Earnest Money Deposit shall be paid
off line, in the form of Demand Draft from Nationalized/ Scheduled Banks under the
Reserve Bank of India (RBI) Schedule, having a branch in India, in favor of Airports
Authority of India, Payable at Calicut.

The EMD and Tender fee should reach to

The Joint General Manager (CNS)

Airports Authority of India,

Calicut International Airport,

Calicut 673647. Fax: 0483 2711406

E-mail: cnsicvocl@aai.aero

The original DD should be posted/couriered/given in person to the above address, as


to reach latest by the date mentioned in the para “critical dates” of Tender document.

9.1 Procedure for exemption of EMD for NSIC registered firm.

Bidders shall pay the EMD in the form of Demand Draft from Nationalized/ Scheduled
Banks under the Reserve Bank of India (RBI) Schedule, having a branch in India in favor of
Airports Authority of India, Payable at Calicut. Scanned copy of the details of the EMD
payment shall be uploaded along with Technical Bid documents.

NSIC/MSME Bidders shall upload valid registration Certificate online. During bid
evaluation EMD exemption shall be granted to the NSIC/MEME registered firm. In case
NSIC/MEME registration certificate is found invalid during evaluation the bid of such
bidder shall be rejected. NSIC/MSME registration shall be in related work/ supply of the
Tender specified work/ Supply.

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

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
6
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

b AAI is liable to return EMD amount subjected to terms and conditions of the Tender.
c All bank charges shall be deducted from bidder’s account.
d Bidders shall provide to AAI requisite Bank Account details for return of EMD as per
Annexure V.
e The EMD of the unsuccessful bidder shall be returned subject to terms and conditions of
the Tender, on award of contract to successful bidder and EMD of bidder who are not qualified
in initial eligibility requirement or Technical qualification, EMD shall be refunded after Pre-
qualification/Technical evaluation.
f If any successful shortlisted bidder, due any unsatisfactory reason in view of AAI, does not
want them to further participate in the tender process, then EMD in any form of such bidders
shall be en-cashed and forfeited.
g. If due some reason AAI cancels this tender then EMD of all bidders without any interest
shall be returned back.

10. The bidder shall have a registered office/service center within 200 KM radius of Calicut
International Airport. The bidder shall submit the proof for having Registered office/ Service
center within the given area.

11. Tender documents shall be downloaded from CPP e-tendering portal


https://etenders.gov.in/eprocure/app. Only one tender document shall be submitted by a
single party either a firm or an individual. The proprietor of more than one company or firm
will be considered as single party and one legal entity. Downloaded tender documents
digitally signed shall be submitted through E-tendering process described in above said
portal along with the details of the tender fee. Any amendment or corrigendum to the
tender document shall be posted only on CPP portal only.
12. The E-Bid completed in all respect should be uploaded in e-tender portal as per the
schedules given.

13. The E-Bid shall be opened as per critical dates given in the Tender document and the
financial bid shall be opened later for the vendors found to be meeting the technical
eligibility criteria which will be intimated in CPP portal.

14. The Technical bid will be opened in the CPP portal, in presence of bidders or their agents
in the O/O Joint General Manager (CNS) Airports Authority of India, Calicut International
Airport-673647 by duly constituted committee.

15. Clarification needed if any may be sought through the e-tendering portal. Bidders are
advised to visit the e-tendering portal to get the details in this regard.

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
7
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

16. NA

17. AAI reserves the right to accept or reject any or all applications without assigning any
reasons. AAI reserves the right to call off process of short-listing of bidders at any stage
without assigning any reason.

18. AAI shall not be responsible for delay/loss/non-receipt of application/tender document if


bidder fails to upload tender in time

Sd/-

Joint General Manager (CNS),

Airports Authority of India

Calicut International Airport

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
8
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

GENERAL E- TENDERING PROCEDURE GUIDELINES


Instructions for Online Bid Submission:
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.
19. More information useful for submitting online bids on the CPP Portal may be obtained at:
https://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
“Online bidder Enrollment” on the CPP Portal 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 / nCode / eMudhra 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 DOCUMENTS
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 Tender ID, 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.
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.

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
9
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

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 / XLS / RAR /
DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white
option which helps in reducing size of the scanned document.
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” or ‘’Other Important
Documents’’ area available to them to upload such documents. These documents may
be directly submitted from the “My Space” area while submitting a bid, and need not
be uploaded again and again. This will lead to a reduction in the time required for bid
submission process.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that they can 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 the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document.
The original should be posted/couriered/given in person to the concerned official, latest by
the last date of bid submission or as specified in the tender documents. The details of the
DD/any other accepted instrument, physically sent, should tally with the details available in
the scanned copy and the data entered during bid submission time. Otherwise the uploaded
bid will be rejected.
5) Bidders are requested to note that they should necessarily submit their financial bids 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 white 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
AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
10
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

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 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.
7) 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. Any bid document that is uploaded to the server is
subjected to symmetric encryption using a system generated symmetric key. Further this
key is subjected to asymmetric encryption using buyers/bid openers public keys. Overall,
the uploaded tender documents become readable only after the tender opening by the
authorized bid openers.

8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
9) Upon the successful and timely submission of bids (ie after Clicking “Freeze Bid Submission”
in the portal), 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.
10) The bid summary has to be printed and kept as an acknowledgement of the submission of
the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
11) ASSISTANCE TOBIDDERS:
CPPP under GePNIC, Help Desk Services

For any technical related queries please call the Help desk. The 24x7 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: 918826246593

E-Mail: support-eproc@nic.in

1. For any Policy related matter/Clarifications Please contact Dept. of Expenditure, Ministry of
Finance.
AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
11
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

E-Mail: cppp-doe@nic.in

2. 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 GePNIC
http://etenders.gov.in. The help desk services shall be available on all working days (Except
Sunday and Gazetted Holiday) between 0800-2000 hours and shall assist users on issues related
to the use of Central Public Procurement Portal (CPPP).

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”.

3. In case of any issues faced, the escalation matrix is as mentioned below:

SL. Support Escalation Contact

No. Persons Matrix E-MailAddress Numbers Timings*

011-24632950, 0800-2000 Hrs.


Help Desk Instant Ext-3512 (MON - SAT)
1. eprochelp@aai.aero
Team Support
(Six Lines)
After4Hours

of Issue sanjeevkumar@aai.aer 011- 0930-


2. Jr.Exe.(IT)
o 24632950, 1800Hrs.
After12 011-24632950, 0930-1800Hrs.
3. AGM(IT) Hours snita@aai.aero Ext-3523 (MON-FRI)
Jt. General After24 0930-1800Hrs.
4. ykkaushik@aai.aero 011-24651507 (MON-FRI)
Manager(IT) Hours
General 0930-1800Hrs.
5. Manager(IT) After03Days gmitchq@aai.aero 011-24657900 (MON-FRI)

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

4. The abovementioned 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

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
12
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

Section: A

GENERAL INFORMATION AND GUIDELINES

SECTION

1. Purpose and Scope of Tender Document :


This tender sets out the terms and conditions, general, operational and qualitative
requirements to be met for Annual Maintenance Contract for AOCC operation and FIDS data
entry at Calicut International Airport

1.1. As per specifications given in Annexure-III of the tender Document.


1.2 This tender document includes requirements in respect of description of items, their
quantities, dispatch & delivery schedules, support services etc.
1.3 AAI reserves the right to vary the quantities to the extent of 25%
1.4 The bidder shall assume complete responsibility for the service and maintenance of the
equipment/ system to satisfy all technical and functional requirements
1.5 The tender must be valid for a minimum of 180 days from the date following the date of
opening of Technical Bid.
2. Tender Document :
2.1 The tender document consists of three Sections. The bidder should go through all these
sections (Section A- General Information and Guidelines; Section B- Terms & Conditions;
Section C- Operational & Technical Requirements) of the tender document and must
comply with each clause of all the three sections.
2.2 The instructions given in the tender document are binding on the bidder and submission
of the tender will imply unconditional acceptance of all the terms & conditions by the
bidder.
2.3 Deviations, if any, from the laid down requirements/ specifications shall be brought out
separately in the deviation sheets to be attached with relevant section of the tender.
The scanned copy of deviation sheet shall be uploaded along with the technical bid
documents in E-tender.
2.4 Each and every page of submitted tender document including technical documentation
should be serially numbered & indexed.
3. The scanned copy uploaded on the e-tender portal shall be treated as master copy and
will be referred during Technical evaluation process.
3.1 Address for Correspondence
All completed tender documents and enquiries regarding clarification/interpretation
should be uploaded on AAI e-tender portal before the date prescribed in Tender. A copy of
enquiries regarding clarification/interpretation by fax/email to
AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
13
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

The Joint General Manager (CNS)

Airports Authority of India,

Calicut International Airport

Calicut- 673647. Fax: 0483 2711406

E-mail: cnsicvocl@aai.aero

4. Tendering Procedure
4.1 Tenders once uploaded shall be final and no amendment thereto shall be permitted.
One bidder shall submit only one tender.
4.2 E-Tender shall consist of two Bid Process, Technical bid and financial bid process. The
contents of Technical bid and financial bid are listed hereunder. Technical bid
document uploaded properly will contain the following in light of the eligibility
requirement defined above.
4.2.1 Duly filled “Performa for Unconditional acceptance of tender conditions (Annexure-I)
shall be submitted along with the technical Bid. Non submission of this document shall
result in rejection of tender submitted by the bidder.
4.2.2 Tender Document fees details (payment to be made as Bank Demand draft from
Nationalized/ Scheduled Banks under the Reserve Bank of India (RBI) Schedule, having a
branch in India).
4.2.3 Earnest Money Deposit (EMD) details. The E.M.D shall be furnished in the form of a
Bank Demand draft from Nationalized/Scheduled Banks under the Reserve Bank of
India (RBI) Schedule, having a branch in India) (payment to be made on line)/ Valid
NSIC/MSME Certificates for EMD exemption.
4.2.4 Valid GST Registration.
4.2.5 Bidder firm shall submit/up-load an undertaking stating its firm or its partners or its
Directors have not been black listed or any case is pending or any complaint regarding
irregularities is pending, in India or abroad, by any global international body like World
Bank/International Monetary Fund/ World health Organization etc., or any Indian
State/Central Governments Departments or Public Sector Undertaking of India. (Annex-
II)
4.2.6 Bidders shall provide copy of the Permanent Account Number (PAN).
4.2.7 Certified Testimonial / Certificates in support of Experience: Bidder must submit/
upload performance/experience certificate having experience in the field of similar
works. These certificates should be issued by the end user agencies for whom the works
have been carried out and endorsed by the bidder. Certified English translation shall be
AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
14
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

enclosed if language is other than English Such performance/ experience certificates


should clearly indicate the following:
1.6 Value of order or contract,
1.7 Scope of order or contract,
1.8 Order or Contract Number and Award date
1.9 Order or Contract Completion date.
1.10 That the work has been carried out satisfactorily
4.2.8 Certified copies of abridged balance sheets along with profit & loss account of the firm
(tenderer) in support of Annualized average financial turnover during last three financial
years ending 31st March 2019/2020.
4.2.9 The compliance statement for Section-A General Information and Guidelines; Section-B
Terms & Conditions, complete in all respect, duly signed and stamped by the bidder and
digitally signed.

4.2.10 Tender document after endorsement (signing) by the bidder on each page.

Compliance statement for Section–B &C : 'Complied' or “Partial complied” or 'Not


Complied' shall be given against each statement and specification of Operational
&Technical Requirement and should be duly substantiated and supported by
appropriate documentation of the product.

4.2.11 BCAS clearance certificate/ Undertaking stating that the company will apply for BCAS
clearance certificate within one month of taking over the contract. (Annex-VII)

4.2.12 The bidder shall have a registered office/service center within 200 KM radius of Calicut
International Airport. The bidder shall submit the proof for having Registered office/ Service
center within the given area.

4.2.13 Terms and conditions if any, related to Price Bid. Deviations if any from the laid down
requirements of this tender shall be prepared indicating the para no., page no of the
Tender document.

4.3 Non submission of any of the aforesaid documents or, submission of any of the aforesaid
documents in a manner which is in non-conformance with the relevant clause of the tender
document may result in rejection of tender.

4.4 The vendor shall scan and upload the above documents in Sl. No.4.2.1 to 4.2.13 in e-portal
for Technical Bid. The documents shall be digitally signed.

4.5 Original documents submitted online at CPP-portal during technical bid submission
shall only be accepted for verification.

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
15
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

5. "Price Bid" / BOQ will contain the following:

5.1 The pricing schedule document as per format given in Sample Price Schedule (Schedule-B)
shall be filled as per instruction as given in E-tender Portal.

5.2 Price break-up indicating Taxes and duties etc. should be indicated. Price bid should be
submitted strictly as per the Performa in e-tender portal.

5.3 Deviations in Statutory Taxes shall be payable by AAI as per the terms and conditions
defined under tender clause (Taxes and Duties) No additional price break up is permitted.

5.4 The rates shall be entered in figures as well as in words. For the purpose of the tender, the
metric system of units shall be used. In the event of any discrepancy, the unit price quoted in
words will be taken as the correct basis.

5.5 HSN code of the items and the GST rates of the corresponding items to be indicated
correctly.

5.6 In case of item rate tender, only rates quoted shall be considered. Bidder shall quote the
rates in figures as well as in words (In English language only). The rates quoted in figures shall
be in International numerals and whole numbers. The amount for each item shall be worked
out and the all requisite totals given. Special care shall be taken to write rates in figures as well
as in words, and the amounts in figures only. The Total Amount shall be written both in figures
and in words.

5.7 That if on checks there are differences between the rates given by the contractor in words
and figures or in amount worked out by him, the following procedures should be followed :

5.8 When there is a difference between the rates in figures and in words, the rates which
correspond to the amounts worked out by the contractor, should be taken as correct.
5.9 When the amount of an item is not worked out by the contractor or it does not correspond
with the rates written either in figures or in words, then the rate quoted by the contractor in
words should be taken as correct.
5.10 When the rate quoted by the contractor in figures and in words tallies but the amount is
not worked out correctly, the rate quoted by the contractor should be taken as correct and
not the amount.
5.11 In case of percentage rate tender, the contractors are required to quote their rates both
in amount as well as in the percentage below / above the rates entered in the schedule.
In such cases, in the event of arithmetical error committed in working out the amount
by the contractor, the tendered percentage and not the amount should be taken into

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
16
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

account.
5.12 Currency of quotes and other details regarding pricing :

5.13 The Price shall be quoted in Indian Rupees only.

5.14 Only price bid in the Format indicated in e-tender portal shall be considered for the
purpose of evaluation.

5.15 NA

5.16 NA.

5.17 NA

5.18 In case of any missing information on the above, the bid is liable to be rejected.

5.19 It may be clearly understood and noted that in Price Bid of the tender document is for
pricing alone. No condition, whatsoever, should be stipulated in this part. Everything
that the bidder has to say, regarding tender, other than pricing should be stated only in
Technical Bid of the tender. If any conditions are stipulated in the Price Bid of the
tender, the tender is liable to be rejected.

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

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

6. Concessions to the bidders registered with NSIC, shall be applicable as per the directives of
Govt. of India. However bidders shall be allowed to submit their tender, (Technical &
Financial bids) only after paying Tender Processing Fee. The Tender fee will be reimbursed
for NSIC/MSME holders as per Govt of India orders on verification of the certificates for the
validity, area of product or service etc. submitted by them. In case NSIC registration
certificate is found invalid during evaluation the bid of such bidder shall be rejected and
tender fee shall not be refunded.
7. Opening of Tender Documents.
7.1. AAI shall open Technical Bids as per scheduled Tender Opening Date and Time.
Authorized representatives of AAI shall download all the up-loaded documents against
Technical Bid and evaluate bids for Technical Eligibility. Interested Bidders may remain
AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
17
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

present at the venue i.e. AAI’s premises during the opening of Technical or Bidders can
monitor the Technical Bid opening process On-line.

7.2. Technical Bids of bidders shall be scrutinized by AAI to ensure whether the same are in
conformity with the eligibility, operational requirement & technical specifications.
Bidder should provide complete information to substantiate compliance of the technical
specifications listed in the tender. In case of incomplete compliance statement or
inadequate information, tenders shall be finalized on the basis of the information
available. It shall, therefore, be in the bidders' interest to give complete and
comprehensive technical particulars, description and details while submitting the bid.

7.3 AAI may seek clarifications on technical details or any other information deemed
necessary. The queries raised should be replied positively within the time specified, failing
which the evaluation will be done on the basis of the information available. In case of E-Tender,
Such queries raised on-line on e-Procurement portal shall be replied on-line positively by the
bidder, within the time specified, failing which the evaluation shall be done on the basis of
the information available

7.4 NA
7.5 NA
7.6 Price Bid, only for the bidders found technically qualified by AAI shall be opened. Date and
Time of opening of Price bid shall be notified to successful bidders through AAI’s e-
Procurement Portal. Bidders may present at the venue during opening of Price bid or
can monitor online the bid opening process.
7.7 NA
7.8 No correspondence shall be entertained from the bidders after opening of Price Bid of the
Tender. Date of acceptance and opening of tender can be extended on sole discretion of the
Airport Director, Calicut Airport.
8 Comparison and Evaluation of Tenders:
8.1 The tenders received and accepted will be evaluated by AAI to ascertain the complete
scope contained in the tender document. The objective of the evaluation is to select a bidder
that can provide the desired service with maximum efficiency and quality.

8.2 In the evaluation of tenders, the overall quality and economy of the system offered will
be kept in view.

8.3 At no cost to AAI, as a part of Technical Evaluation, bidders participating in this tender may
be required to demonstrate operational and technical requirements or specifications, at a
location considered fit by bidder in consultation with AAI.

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
18
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

8.4 Tenders meeting Technical bid criteria as specified herein shall only be informed and
considered for opening and evaluation of Price bid. However, tenders not meeting Technical
bid criteria shall be informed for not meeting the technical bid criteria

8.5 The tenders found technically acceptable shall be compared on the basis of price quoted
by the bidders for the entire scope of proposal. The amount indicated in the pricing schedule
(BOQ) will only be taken for price comparison. All the tenders will be evaluated for the cost of
equipment, accessories and expenditure towards services like installation, training,
transportation, and insurance and all applicable taxes & duties etc.

8.6 While evaluating the Tenders, the total cost exclusive of GST will be considered for
finding L1 Bidder. GST has to be shown separately. Bidders may consider all Indian/ Kerala
state Tax Laws / GST as applicable to this Tender while Quoting the price.

9 Rejection & Return of Tender:

Airports Authority of India (hereinafter abbreviated as AAI) reserves the right to reject any or
part of tender without assigning any reason. AAI also reserves the right at its sole discretion not
to award any order under the tender called. AAI shall not pay any cost incurred in the
preparation and submission of any tender or any cost incidental to it.

9.1 Tenders, in which any of the particulars and prescribed information is vague, missing or is
incomplete, in any respect and/or prescribed conditions are not fulfilled, shall be considered
non-responsive and are liable to be rejected. If the bidder gives wrong information in his
tender, AAI reserves the right to reject such tender at any stage or to cancel the Contract, if
awarded and forfeit the Earnest Money Deposit. AAI reserves the right to debar such bidders
to participate in future tender.

9.2 The information contained in the tender should be comprehensive and to the point. The
tenders containing information other than sought, with a motive to confuse or delay the
finalization process are likely to be rejected.

9.3 Canvassing in any form in connection with the tenders is strictly prohibited and the tenders
submitted by the Contractors who resort to canvassing are liable for rejection.

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

11 Award of Contract
11.1 The acceptance of the tender will be intimated to the successful bidder by issuing letter of
intent. On receipt of letter of intent successful bidder shall send unconditional acceptance of
letter of intent to The Airport Director, Airports Authority of India, Calicut International Airport,
Calicut-673647 within Ten working days of issue of letter of intent through E Mail/Fax/ Courier
AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
19
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

/ by authorized representative or as deemed appropriate, failing which it shall be construed


that he is not interested in the offer and hence not accepted the letter of intent
unconditionally.
11.2 AAI shall issue the purchase order to successful bidder on receipt of acceptance of letter of
intent. Successful bidder shall return one copy of purchase order within Seven working days as
a confirmation to acceptance of terms and conditions of purchase order duly signed by him on
each page of the order. Successful Bidder also has to execute an agreement on Rs 200/- Non-
judicial stamp paper within three weeks of the placement of this purchase order. Format is
attached.(Annex-VII)
11.3 AAI shall be the sole judge in the matter of award of contract and the decision of AAI shall
be final and binding.
12 Execution of Works
12.1 The works shall be carried out under the supervision of the Unit incharge, airport system,
Calicut International Airport or the nominated officer by JGM (CNS)
13. FORMATS AND SIGNING OF BID

13.1 The e-Bid shall be digitally signed by the bidder at e-tendering portal duly authorized to
bind the bidder to the contract. Written power-of-attorney in proper format
accompanying the bid shall indicate the letter of authorization. The person or persons
signing the bid shall sign all pages of the bid, except for printed literature. The bids
submitted shall be in proper readable format, encrypted as per e-tendering portal
requirements. Standard Printed terms and conditions of the company other than the NIT
conditions shall not be considered.

14. Declaration :
The General Information and Guidelines given in the Tender Document are hereby
accepted unconditionally and shall be complied with.

Signature of Bidder

Name: ...........................................

Telephone: ....................................

Fax: ..............................................

E-mail : .........................................

Stamp : .........................................

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
20
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

SECTION-B

TERMS & CONDITION

Note:
1. For stating Compliance: Write “C” in the third column below.
2. For stating Non-Compliance: Write “NC” in the third column below.
3. For stating Partial or Conditional Compliance: Write “PC” in the third column below.

S. No. Requirement Statement of


Compliance &
Agreement
1. SCOPE OF WORK
AMC for FIDS Data entry work from AOCC and Up keeping of AS
1.1 facilities at Calicut International Airport from the AOCC console
located at DTB first floor
Data entry work for FIDS at Calicut International Airport shall be 24 hrs
daily* 7days covered in three shifts. Out of 5(five) manpower, 3
1.2 (Three) shall be engaged in shifts for the data entry operation ( One
each in each shift) and two for general shift for the up- keeping of
Airport System.
Data entry operation shall be for display of all the Departures/Arrivals
1.3 of International and domestic flight operations of all airlines and other
messages to be displayed as and when required.
Shift duty persons shall work in the dedicated system provided in the
AOCC premises and shall coordinate with the Terminal Manager, AAI
and various Airlines operating agencies at this Airport for any change
1.4 in schedule/timings of flights and initiate necessary actions for
effecting the changes accordingly in the display. All such changes shall
be effected in display are to be ensured by the data entry operator
time to time and it shall be the sole responsibility of the shift persons
Shift duty persons shall bring any malfunction of the FIDS system to
1.5 the notice of the Airport System duty Manager concerned who is the
responsible authority for prompt rectification.
Shift duty persons shall ensure frequent monitoring of all the TFTs of
1.6 FIDS for any erratic display and if found, it shall be intimated to the
concerned authority for rectification.

All shift and General duty persons shall make their attendance daily.
1.7 All general duty officials are eligible for one day off in a week and shall
be decide by the Airport System in charge.

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
21
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

Shift duty persons shall to perform any duty assigned by the Airport
1.8 System in charge time to time.
The duty persons shall work in total coordination with AOCC and
1.9 Airport System officials
Maintenance duties- General duty Personals
They shall perform daily cleaning up keeping of FIDS systems, X-BIS,
1.10 DFMDS, ETDS and CCTV systems in consultation with Airport System
Duty Manager/General duty Managers.
They have to assist in carrying out maintenance work of AS to keep the
1.11 down time to the minimum.
They have to assist the maintenance team for the calibration of
1.12 various security equipment’s as directed by Airport System Duty
manager/General duty Managers.
General duty persons shall be attached with Airport System for up
keeping of the facilities on daily basis and their duty timing will be
0930-1800Hrs IST. However during exigencies and emergencies their
1.13
services shall be made available at airport at any time. General duty
personal shall cover the shift duty on off duty days of shift persons in
AOCC&FIDS if any.
They shall responsible for Dusting out and wiping of all equipment’s
1.14 and installations on daily basis or as directed by Airport System Duty
manager/General duty Manager
The contractor shall comply with the provisions of the State/Central
Government rules & regulation under Minimum Wages Act-1948.
Contract Labour (Regulations and Abolition) Act-1970, Employees
1.15 Liability Act-1938, and Workmen’s Compensation Act-1923. Industrial
Dispute Act-1947. Employees State Insurance Act-1948 or any
modifications thereof or any other laws relating there to and rules
made hereunder from time to time.
2. Payment terms:-

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
22
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

2.1
The payment towards AMC shall be made on quarterly basis after
the production of bill, subject to Certifying the satisfactory
performance by the user department.

The following receipts of payments shall be submitted to AAI for


verification at the time of submission of bills. Payment will be made
only after verifying these documents.

1) The Invoice/ Bill in duplicate showing the Quarterly AMC


charges.
2) The salary payment and pro rata Bonus paid to the Employees
by the contractors should be made through cheques / NEFT only.
The copy of the Bank transaction statement of the employee
regarding this shall be produced. (The authenticity of these Bank
statement and the minimum wages and minimum bonus will be
verified by AAI official before clearing the Bill)

3. All statutory payments such as EPF, ESIC, Yearly Bonus as per


prevailing rules are to be paid by the contractor on regular monthly
basis and the actual amounts can be reimbursed as supplementary
bills along with the quarterly bills on production of proper
documentary proof.

4. The contractor has to pay the minimum wages as per the


Minimum Wages Act 1948 and as per notification of the Regional
Labor Commissioner (central) from time to time. (The minimum
wages for Skilled labor as on date is Rs. 695/- per day).

5. The time to time increase in the minimum wages after


commencement of AMC shall be paid by the contractor to the
employee immediately after revision by the concerned Ministry
and can be claimed from AAI as a supplementary bill by submitting
the proper documentary proof. No increase in the Profit margin to
the contractor will be permissible.

6) The receipt for payment towards EPF and ESI for the Employees
should be submitted. (The E payment receipt of EPF and ESIC
should be verified from the EPFO site online by the Unit In charge
and certified)
2.2 Income Tax or any other tax applicable shall be governed by the Govt.
policies and be deducted at source at the rate in force at the time of
payment. In case of any such deduction, the necessary certificate in
AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
23
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

due shall be provided by AAI.


3. Award of AMC:
3.1 AAI at its sole discretion awarding the AMC and AAI may also at its
sole discretion to terminate contract
4. Renewal of the Contract
4.1 This contract is renewable by one year as per the terms and conditions
indicated with mutual consent. It shall be the responsibility of AAI to
renew the AMC contract before the date of expiry of the contract. If
not renewed on regular or temporary basis before the expiry of the
contract then the contractor shall not be responsible for provision of
services during the intermediate period when no maintenance
contract is applicable. If the contract is extended temporarily then the
pro-rata payment for actual period of extension shall only be made to
the contractor on fulfillment of other payment conditions as
applicable in the contract.

Termination of AMC:
5
The AMC can be terminated either by AAI or contractor with notice of
5.1
three months.
AAI shall terminate the contract and takeover the system maintenance
5.2 at any time without notice, in case the services are not found
satisfactorily.
6 Price:
AMC rate should be quoted as per the BOQ format in E Tender portal.
6.1 No Deviation in the given format is acceptable. The rate quoted per
month shall be inclusive of all statutory levies.
7 Taxes
The State Govt. has started levying the KVAT/Service Tax/GST/Work
contract Tax etc. The contractor is advised to get himself fully
7.1 appraised to the financial implications while offering his rates. No
claim whatsoever will be entertained in this regard at a later stage.
Mandatory deductions will be deducted from the monthly payment.
Bidder shall be liable to pay any and all non-Indian taxes, duties, levies,
lawfully assessed against AAI or bidder in pursuance of the contract. In
addition, bidder shall be responsible for payment of all Indian duties,
levies and taxes lawfully assessed against bidder for both corporate
7.2 and personal Income and also all other taxes etc. relevant and
applicable in respect of his property. Successful bidder shall arrange
the Tax withholding order well in advance before claiming payment
otherwise AAI will deduct the applicable tax at source as per prevailing
rules.
AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
24
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

7.3 NA
Successful bidder is required to produce Government of India
notification towards taxes prevailing at the time of opening Technical
7.4
Bid versus time of supply of the items while seeking claim towards
increase in statutory taxes in India/State of India
In case no payment is claimed by the bidder towards increase in
statutory taxes, a certificate/undertaking is required to be given by
bidder that statutory tax has not decreased during the period between
7.5
date of opening Technical Bid& date of supply of the items. Any
decrease in statutory taxes between the above said period shall be
passed to AAI while claiming payments
8 Advance
No advance payment shall be made to the contractor. However,
quarterly payment shall be made by AAI against the bill for the actual
work done by the contractor after making statutory deductions
8.1 including security deposit income tax etc. Security deposit shall be
released after 3 (three) months from the date of expiry of the
contract.

9 Penalties
The serviceability of all the FIDS displays should be maintained more
than 95% on all days 24 hours and arrangement should be made for
attending the displays in case of any fault without delay as per the
condition of the contract. If it is found that the serviceability is below
9.1
95% due to failure of data entry on the part of the operator, penalty @
10% of the bill for that period will be imposed. In additional to that,
the contractor will be penalized for the poor maintenance as follows:

Penalty for not paying the wages of employees on time: The


contractor has to pay the wages of the employees by 7th of coming
month without fail. If due to any unseen circumstances, the payment
is delayed, it should be intimated to the CNS Incharge and get
9.2 approval in advance. In the case of any delay beyond the time of
payment without approval from the concerned authority, a penalty of
Rs 200/- per employee for each delayed week will be deducted from
the next bill. Part of the week will be considered as full.

10 Absence of data entry operator& Maintenance personal


Rs 1000 /= per day will be charged if the operator is found absent
10.1 that particular day.

11 For unattended data entry work & Maintenance personal


AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
25
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

Actual cost incurred to the department will be levied in addition to the


11.1 penalty clause .10.1

Any complaint which directly or indirectly disturb or affect the normal


operation or cause direct or indirect difficulty or discomfort to the
office or airlines operators or any other agency involved in air traffic
11.2
operation. All critical complaints have to be attended and rectified
immediately.

11.3 The contractor will be required to depute sufficient skilled persons for
the data entry of FIDS
Regarding the categorization of complaint, the decision of Engineer in
11.4 charge will be final and binding on the contractor.

12 Rates Quoted
The rates quoted in the tender shall remain valid for a period of 90
12.1 days from the date of opening of Technical bid. If any tenderer
withdraws during this period of validity, his EMD shall be forfeited
Escalation of rates: The rates once approved shall be final and no
12.2 escalation; deviation shall be accepted under any circumstances.

Earnest Money Deposit (EMD)


13
Each tender must accompany the earnest money, as indicated in the
13.1
eligibility criteria, Tenders not accompanied by the requisite EMD or
proof of exemption from EMD shall be rejected.
EMD shall be refunded to bidders who fail to qualify Pre-qualification
13.2 criteria or Technical qualification criteria immediately after Technical
evaluation report is accepted.
The EMD of the successful bidder will be returned only after the
13.3
successful bidder commence the work.
No interest or any other expenses, whatsoever, will be payable by AAI
13.4
on the EMD in any manner
The E.M.D shall be furnished in the form of a Bank Demand draft
13.5 from Nationalized/ Scheduled Banks under the Reserve Bank of India
(RBI) Schedule, having a branch in India
14 Performance Bank Guarantee/ Security Deposit
The bidder, whose tender is accepted, shall within 30 calendar days of
the issue of letter of acceptance of the bid, shall submit unqualified
14.1
performance guarantee of 10% (Ten Per Cent) of the total price to AAI
in the form of an irrevocable and unconditional bank guarantee on a

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
26
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

Nationalized / Scheduled Bank, as per Proforma attached as Annexure


-IV.
In case, successful bidder fails to submit the PBG within stipulated
period, interest @12% p.a. on Performance Guarantee amount would
be levied (non-refundable) for delayed period of submission and shall
be deducted from EMD. In case, successful bidder fails to submit
14.2 performance bank guarantee within 60 days, AAI reserves the right to
forfeit EMD and cancel the order.
AAI shall reserves the right to en-cash complete value of performance
Bank guarantee if the performance of equipment/system is not
satisfactorily without assigning any reason.
The Performance Guarantee shall be valid for 6 months beyond the
contract period as per Para 16 of Section-B or shall remain valid as per
14.3 provisional extension granted by AAI. If the agency fails to extend the
validity of the Performance Guarantee, the same shall be en-cashed
by AAI with or without notice.
Revised Performance Guarantee has to be submitted for the Extension
14.4 period. Other wise 10 % of the Billed amount will be deducted as
security deposit.
The guarantee amount shall be payable to AAI without any condition
14.5
whatsoever and the guarantee shall be irrevocable
The performance guarantee shall be deemed to govern the following
14.6 guarantees from the successful bidder, in addition to the other
provisions of the guarantee.
The performance guarantee is intended to secure the performance of
14.7
the job carried out in the contract.
The performance guarantee/ Security Deposit will be returned to the
14.8
successful bidder at the end of the period of liability without interest.
Requirements:
15
Total 5 manpower is required for Data Entry operation. Out of this
15.1 Three persons will be in round the clock shift for Data entry operation
and two person for assisting maintenance work in General shift.
Age: The skilled person deployed for the work shall not be aged lesser
15.2
than 18 years and more than 50 years. He shall have good health.
Qualification and Proficiency:
a) For 3 persons the qualification required is minimum 10th pass with
basic computer knowledge and knowledge in Data Entry operation.
15.3 b) For 2 persons the qualification required is minimum 10th pass and
should be ITI holder in electrical/Electronics.
A proficiency test will be conducted by AAI officers before accepting
the persons for the work. Only those possess the required
AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
27
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

qualification and sufficient proficiency in the work to the opinion of


AAI shall be deputed for the work. The decision of the officer shall be
final.
Integrity: The person shall possess high degree of integrity so that he
is eligible for obtaining Airport entry Pass. Successfull bidder will be
responsible to secure the necessary formalities for Airport Entry
15.4
Pass(AEP).Contractor shall familiarize himself about the formalities
before applying.

16 Replacing the contract person:


The contractor is liable to replace the contract person on the
directives of AAI in the following conditions:
a)If the person is not proficient enough to the requirement of the
work.
b)If the person is misbehaving
16.1
c)If the person acting against the interest of AAI
d)If the person is not punctual or irregular
e)If the output of the person is not to the expectation of AAI
The decision/assessment of engineer-In-Charge on this matter will be
final and binding.
17 Utility of persons engaged in data entry operation
AAI will be at liberty to utilize the person deployed, against for any
other related works of AAI at the discretion of the Engineer-In-Charge.
Even if the work so carried out is beyond the purview of the scope of
171
this contract, nothing extra on that account will be admissible and it
shall be deemed that such works so carried are as included in the
scope.
18 Labour Regulation
In respect of person engaged directly and indirectly on the work,
the successful tenderer (herein after called contractor) at his own
18.1 expense will have to arrange the safety provisions to comply with
the statutory regulation and CPWD safety codes for the persons
deputed for the work
19 PF contribution
The contractor shall register himself with labour licensing authority
and obtain labour license number in this regard. The payments
19.1 towards PF shall be paid by the contractor directly to the concerned
governing bodies as per existing rules. The receipts of payments shall
be submitted to AAI for verification at the time of submission of bills
Contractor should have Valid EPF Registration number. Certificate to
19.2
this effect has to be produced
20 ESIC contribution
AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
28
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

The contractor shall obtain ESIC registration or ESIC’s workmen


compensation policy as applicable as per the prevailing labour
20.1
legislation for workmen engaged for the work within a month from
award of work.
Contractor should have Valid ESIC Registration number. Certificate to
20.2
this effect has to be produced
21 Other Requirements
It shall be the sole liability of the contractor (Including the contracting
firm/company) to obtain and to abide by all necessary
licenses/permission from authorities concerned as provided under the
various labour legislation including the labour license obtained as per
the provisions of the contract Labour Act,1970. The Contractor shall
arrange for the necessary Airport Entry Pass for the Persons employed
21.1
for this Contract with concurrence from AAI, abiding to the existing as
well as the future norms (if any change occurs) for obtaining the same.
Also, the AMC Contractor shall ensure that the engineers and
workmen employed for this contract shall abide by the rules and
conduct of the AAI in force time to time. Contractor shall bear the cost
of parking charges for the employees at airport.
Contractor has to maintain the record for labour wages in the
21.2
prescribed Performa
The contractor shall be responsible for the following points during
period of contract:-
a. The contractor will be bound by the labour laws, industrial rules and
the contract labour (Regulation and abolition) act 1970 with up to date
amendments.
b. The minimum rates of the wages of the staffs shall be payable as
per the minimum wage Act 1948 and as per the notification of the
21.3 regional labour commissioner (Central) from time to time.
c. Maintaining of all the records of workers deployed for the works as
per contract labour (regulation) and abolition act 1970.
d. The payment to the workmen engaged by the contractor has to be
made on or before 7th of every month through e payment.
e. The contractor has to maintain the wage register for his employees
and has to be produced for verification of the principal employer (AAI)
as and when required.
22 Arbitration and Laws
Except where otherwise provided for in the contract, all questions and
disputes relating to the meeting of the specifications, designs,
22.1 drawings, and instructions herein before mentioned and as to the
quality of workmanship or materials used on the work or as to any
other question, claim, right, matter or thing whatsoever in any way
AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
29
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

arising out of or relating to the contract, designs, drawings,


specifications, estimates, instructions, orders or these conditions or
otherwise concerning the works, or the execution or failure to execute
the same whether arising during the progress of the work or after the
completion or abandonment thereof shall be settled within thirty (30)
days (or such longer period as may be mutually agreed upon) from the
date that either party notifies in writing that such dispute or
disagreement exists. Provided that any dispute that remains
unresolved shall be settled under the Rules of Indian Arbitration and
Conciliation Act, 1996, The venue of Arbitration shall be New Delhi,
India. The arbitration award shall be final and binding upon the parties
and judgment may be entered thereon, upon the application of either
party, by any court having jurisdiction
22.2 Indian laws shall govern this contract
23 Force Majeure
a. Force majeure is here in defined as any cause which is
beyond the control of the contractor or the purchaser as the
case may be which could not be foreseen or with a reasonable
amount of diligence could not have foreseen which
substantially effect the performance of the contract such as:-
b. Act of Government including but not limited to war
declared or undeclared priorities, quarantines, embargoes,
23.1 provided either party shall within fifteen days from the
occurrence of such cause notify the other in writing of such
cause.
c. The contractor or the purchaser shall not be liable for
delays in performing his obligations resulting from any force
majeure clause as referred to and or defined above. The date
of completion will subject to herein after provided, to
extended by a reasonable time
23 AAI reserves the right to extend the AMC before the expiry of contract
if required.
The terms and conditions given under Section B - General Information
and Guidelines are hereby complied and agreed.

Signature of Bidder

Name : ….…......………………………….
Telephone : ......………………………….
Fax : ……......…………………………......
E-mail : ……......…………………………..
Stamp : ……......…………………………..
AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
30
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

Section C

GUIDELINES FOR FILLING THE FINANCIAL BID


The contactor shall quote the rates very carefully in financial Bid considering the maintenance
charges and current rates of minimum wages. The quoted rates by the firm shall include the
following cost components.

a) Total cost per year for providing one highly skilled person including the minimum wages
(at present Rs. 695/- per day for 26 days monthly) and servicing charges if any.

b) All statutory payment such as EPF, ESIC, Yearly Bonus as per prevailing rules are to be
paid by the contractor on regular monthly basis and the actual amounts can be
reimbursed as supplementary bills along with the quarterly bills on production of proper
documentary proof. (This amount need not be mentioned in the quoting as it can be
claimed as supplementary bill).
c) The contractor has to produce the copy of Chelan of the EPF, ESI premium paid to the
concerned regulating bodies, statement of minimum wage paid for each month to their
staff at the time of submission of bills. No payments shall be made to the firm without
submission of these documents.
d) The contractor has to pay the minimum wages as per the Minimum Wages Act 1948 and
as per notification of the Regional Labor Commissioner (central) from time to time. (The
minimum wages for Highly Skilled labor as on is Rs. 695/- per day).

e) The time to time increase in the minimum wages after commencement of AMC shall be
paid by the contractor to the employee immediately after revision by the concerned
Ministry and can be claimed from AAI as a supplementary bill by submitting the proper
documentary proof.

FORCE MAJEURE CLAUSE

a. Force majeure is here in defined as any cause which is beyond the control of the contractor
or the purchaser as the case may be which could not be foreseen or with a reasonable amount
of diligence could not have foreseen which substantially affect the performance of the contract
such as:-

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
31
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

b. Act of Government including but not limited to war declared or undeclared priorities, quarantines,
embargoes, provided either party shall within fifteen days from the occurrence of such cause notify the
other in writing of such cause.

c. The contractor or the purchaser shall not be liable for delays in performing his obligations resulting
from any force majeure clause as referred to and or defined above. The date of completion will subject
to herein after provided, to extended by a reasonable time.

Arbitration

a. Except where otherwise provided for in the contract all questions and disputes relating to the
meaning of the specifications, designs, drawing and instructions herein before mentioned and so the
quality of workmanship or materials used on the work or as to any other question, claim, right, relating
to the contract, designs, drawings specifications, estimates, instructions. Orders of these conditions or
otherwise concerning the works or these execution or failure to execute the same whether arising
during the progress of the work after the completion or abandonment thereof shall be referred to the
sole arbitrator as may be appointed by the Regional Executive Director, SR, AAI, Chennai.27. It is the
term of the contract that the party invoking arbitration shall specify the dispute or disputes to be
referred to arbitration under this clause together with the amount or amounts claimed in respect of
each such dispute. The arbitrator (s) may from time to time with consent of the parties enlarge the time
for making and publishing the award.

b. The work under the contract shall if reasonably possible, continue during the arbitration proceedings
and no payment due or payable to the contractor shall be withheld on account of such proceedings. The
arbitrator shall be deemed to have entered on the reference on the date the issued notice to both the
parties fixing the date of the first hearing. The venue of arbitration shall be such places may be fixed by
the Arbitrator in his sole discretion; the award of the Arbitrator shall be final, conclusive and binding on
all parties to this contract.

c. Laws Governing the Contract: The contract shall be governed by the Indian Law for the time being in
force.

Effect and jurisdiction of Contract

a. The contract shall be considered as having come into force from the date of issue of letter of the
award of the contract by the purchaser.

b. The law applicable to this contract shall be the law enforced in India. The courts of Chennai shall have
exclusive jurisdiction in all matters arising under this contract.

Signature of the bidder

Name & Seal

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
32
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

SCHEDULE-A

PRICE SCHEDULE FOR AMC OF AOCC OPERATION AND FIDS DATA ENTRY AT
CALICUT INTERNATIONAL AIRPORT.
Detail of work Amount Total
1 Monthly charges for Data Entry works for 5 skilled workers for one year
(Minimum wages @ Rs 695/- per day per person for 26 days)

2 Service Charges for One year


Total

In words

Note:
The quoted rates by the firm shall include the following cost components.

Total cost per year for AMC of AOCC operation and FIDS data Entry.

a) Total cost per year for providing five skilled person including the minimum wages (at
present Rs. 695/- per day for 26 days monthly) and servicing charges.
b) All statutory payment such as EPF, ESIC, Yearly Bonus as per prevailing rules are to be
paid by the contractor on regular monthly basis and the actual amounts can be reimbursed
as supplementary bills along with the quarterly bills on production of proper documentary
proof. (This amount need not be mentioned in the quoting as it can be claimed as
supplementary bill).
c) The contractor has to produce the copy of Chelan of the EPF, ESI premium paid to the
concerned regulating bodies, statement of minimum wage paid for each month to their
staff at the time of submission of bills. No payments shall be made to the firm without
submission of these documents.
d) The contractor has to pay the minimum wages as per the Minimum Wages Act 1948 and
as per notification of the Regional Labor Commissioner (central) from time to time. (The
minimum wages for H Skilled labor as on date is Rs. 695/- per day).
e) The time to time variations in the minimum wages as well as in statutory payments after
commencement of AMC shall be paid by the contractor to the employee immediately
after revision by the concerned Ministry and can be claimed from AAI as a
supplementary bill by submitting the proper documentary proof.

Signature of the bidder

Name & Seal


AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
33
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

ANNEXURE-I

UNCONDITIONAL ACCEPTANCE LETTER

To

The Airport Director,

Airports Authority of India

Calicut Int’l Airport

Calicut-673647

(Sub : Acceptance of Terms and Conditions of Tender

NAME OF WORK: AMC OF AOCC OPERATION AND FIDS DATA ENTRY AT CALICUT INTERNATIONAL AIRPORT.

Sir,

1. The tender document for the above mentioned work have been sold to me/us by AAI and I/We
hereby certify that I/we have read the entire terms and conditions of the tender document made
available to me/us in the office of the Airport Director, AAI, Calicut International 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 document in its entirety
for the above works.

3. It is certified that after unconditionally accepting the tender document in its entirety, it is not
permissible to put any remarks/ conditions (except unconditional rebates on quoted rates if any) in the
tender enclosed in cover “A” & “B” and the same has been followed in the present case. In case any
provisions of this tender are found violated after opening envelope “A” & “B”. I/We agree that the
tender shall be rejected and AAI shall without prejudice to any other right or remedy be at liberty to
forfeit the full said earnest money absolutely.

4. I/We have not paid /will not pay any bribe to any official of AAI for awarding this contract at any
stage during its execution or at the time of payment of bills and further if any official asks for any
bribe/gratification, I/We will report it to the appropriate authority in AAI.

Yours faithfully,

Date:

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
34
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

ANNEXURE-II

UNDERTAKING

(TO BE SUBMITTED ALONGWITH TECHNICAL BID)

( COMPANY LETTER HEAD)

To

The Airport Director,

Airports Authority of India,

Calicut International Airport,

Calicut, Kerala

Sir,

Ref…………………..( Tender No.)

With reference to the above referred tender we would like to confirm the following.

………………………………………………………………………………………………………………………………………...( Company Name and


address) or its partners or its directors have not been blacklisted or any case is pending or any complaint regarding
irregularity is pending in any Indian state / Central Governments, Department/ Public sector undertaking in India or
in abroad by any global international body like World Bank/ International monetary fund /World Health Organization
etc.

If any irregularities are reported our Tender can be summarily rejected .

Place………………..

Date……………………

( Signature of Authorized Signatory with Company seal)

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
35
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

Annexure-IV

PROFORMA BANK GUARANTEE FOR CONTRACT PERFORMANCE


(Not to be filled in )
(To be stamped in accordance with Stamp Act)
(The non-judicial stamp paper should be in the name of issuing Bank)
BANK GUARANTEE

To
The Airport Director
Airports Authority of India
Bank Guarantee No.& Date __________________
Calicut international Airport Amount of Guarantee:_______________________
Calicut Airport
Guarantee Valid upto:_______________________
Last Date for Lodgment of
Claim:______________
Dear Sir,

1. We, the Bank ____________________________________________________________________


hereby refer to the Purchase Order No._______________________________ dated
__________________ between the Airports Authority of India (as Purchaser) and
M/s._____________________________________________ providing substance for the work
____________________________ to which specific reference is made under the terms of the said
contract, the Contractor is required to provide a Bank Guarantee in the form acceptable to the
Purchaser in the amount of Rs____________________ (Rupees
_______________________________) extending to the performance by the seller of all the terms
and conditions of the contract.

2. In view of the foregoing and pursuant to the terms of the said contract, which contract is referred to
and made a part thereof as fully and to the same extent as it copied at length therein, we hereby
absolutely and unconditionally guarantee to the Purchaser performance of the terms and conditions
of the said agreement to the extent of Rs. __________________.

3. This guarantee shall be construed as an absolute, unconditional and direct guarantee of the
performance of the contract without regard to validity, regularity or enforceability of any obligation
of the parties of the contract. The Purchaser shall be entitled to enforce this guarantee without being
obliged to report initially to any other security or any other remedy to enforce any of the obligations
herein guaranteed and may pursue any or all its remedies at one or at different times. Upon default
of the contract item(s), we agree to pay to Purchaser on demand and without demur, the sum of
AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
36
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

Rs._____________________ (Rupees ___________________________________) or any part thereof


upon presentation of a written statement by the Purchaser that the amount of said demand
represent damages due from the Seller under the terms of the aforesaid contract. The determination
of the fact of breach and the amount of damages sustained and/or liability under this guarantee shall
be in the sole discretion of the Purchaser, which decision shall be conclusive and binding on the bank
as guarantor.

4. It is mutually agreed that the Purchaser shall have the fullest liberty without effecting in any manner
our obligations hereunder with or without our consent to vary any of the term of the said agreement
or to extend the time or performance by the Seller from time to time, any of the powers exercisable
by the Purchaser against the Seller and either to forbear or enforce any of the terms and conditions
relating to the said agreement and we shall not be relieved from our liability by reason of any
variation of any extension being granted to the Seller or for any forbearance act or omission on the
part of the Purchaser or any indulgence by the Purchaser to the Seller or by any such matter or thing
whatsoever, which under the law relating to sureties would but for this provision has effect of so
relieving our obligations.
5. We undertake to pay to the Airports Authority of India, New Delhi, money so demanded
notwithstanding any dispute or disputes raised by the Supplier in any suit or proceeding pending
before any Court or Tribunal relating thereto our liability under this present being absolute and
unequivocal.

6. The payment so made by us under this bond shall be valid discharge of our liability for payment there
under and the supplier shall have no claim against us for making such payment.

7. This guarantee will not be discharged due to the change in the constitution of the
Bank of the Supplier.
8. We, the Bank ________________________ do hereby undertake that the payment against this
guarantee should be available to Airports Authority of India on the first demand and notwithstanding
any contestation of dispute by the party
furnishing the guarantee.

9. We, the Bank ___________________________ undertake not to revoke this guarantee during its
currency except with the previous consent of the Airports Authority of India in writing.
10. We the Bank _________________________ undertake that our liability under the guarantee is
restricted to Rs._____________(Rupees _____________________________________________)
11. Our guarantee will remain in force till ___________________.

12. This guarantee shall remain in force till ________________ unless a claim under this guarantee is
made within 3 months from the date. The Bank shall be relieved and discharged from all liabilities
there under and Airports Authority of India shall have no right under these presents.

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
37
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

13. The amount under the Bank Guarantee is payable without any demur, merely on demand from the
beneficiary. Any such demand made on the Bank shall be conclusive as regards the amount due
and payable by the Bank under this guarantee and where the decision of the beneficiary in these
counts shall be final and binding on the Bank. However, our liability under this guarantee shall be
restricted to an amount not exceeding Rs.____________.

14. Notwithstanding anything herein contained, our liability under the guarantee shall :

a)Be limited to a sum of Rs._____________(Rupees ____________________ only)

b) Stand completely discharged and all your rights under the guarantee shall stand
extinguished if no claim or demand is made upon us in writing and received by us on or
before _____________.

Branch Manager _____________________

For the Bank_____________________________________________

Date:_________________

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
38
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

Annexure – V

PROFORMA OF LETTER FOR E-PAYMENT


(Not to be filled in WHILE TENDER SUBMISSION)
To,

The Airport Director


Airports Authority of India
Calicut International Airport
Calicut Airport 673647
Subject: Request for E-Payment.

Sir,

Following particulars are given for effecting E-payment in respect of our claim / Bill.

S. No. Particulars Details Remarks


1 Name of the Party
2 Office Address
3 Type of Bidder’s Company
(a) Sole Proprietor
(b) Partnership
(c) Private Ltd. Company
(d) Public Ltd. Company
4 Name of Bank in which
Party maintains A/c
5 Bank Branch Code
6 Bank Account No.
7 IFSC Code
8 PAN No.
9 GST No.
10 MICR Code
11 NEFT Code

We also enclose herewith a duly cancelled cheque of our bank account.

Thanking you,

Signature of authorized signatory


With seal
Yours faithfully

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
39
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

Annexure – VII

( FORMAT FOR AGREEMENT)

( To be executed in Rs. 200.00 Stamp paper on issuing the purchase/work order)

THIS AGREEMENT, entered into this ………………. (Day ,Month & Year) by and between
M/s …………………………………………………………………… ( Address hereinafter called the
Contractor) and the Airports Authority of India having its office at Rajiv Gandhi Bhawan,
Safdarjung Airport, New Delhi, India, through the Airport Director ,Calicut International
Airport(hereinafter called the AAI), the expressions Contractor and AAI shall mean their
successors, legal representatives or assigns, for ……………………………………………………………………. at
Calicut International Airport.

WITNESSETH

WHERAS, AAI invited offers for supply of………………………………………. at …………………………………..


Airport.

WHERAS, the
Contractor has offered supply of ……………………………………….. at
………………………… Airports in accordance with their Price Bid dated ………………………… and AAI
has accepted its offer.

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
40
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

Now, therefore, in consideration and mutual covenants contained herein, the Contractor and
the AAI (hereinafter referred to as the parties) agree that the following document shall be part
of this agreement:-

AAI tender documents for ………………………………………………………. at ………………….. Airport.


1. Tender No. No. AAI/CL/CNS/………………………………………………..
2. Corrigendum 1 dated ……………………….. and Corrigendum 2 dated ………………………
3. Bid documents submitted by the contractor dated …………………. in fulfilling the contract
requirements that includes the signed compliance.
4. Unconditional acceptance of AAI tender conditions as given by the Contractor
5. Queries raised by AAI during technical evaluation and technical clarifications submitted
by the contractor in response thereof.
6. The price bid of the Contractor which was opened on ………………….. and accepted by
AAI.
7. Reference of LOI/Purchase order issued/acceptance of bidder
No………………………………………………………..

For and on behalf of Contractor For and on behalf of

Chairman, AAI

Signature: Signature:
Name of the Executive: Name:
Designation: Designation:

1. Witness: (Signature, Date, Name, Designation on behalf of AAI)

2. Witness: (Signature, Date, Name, Designation on behalf of Contractor)

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
41
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

Annexure VII

( COMPANY LETTER HEAD)

(BCAS Clearance certificate)

To

The Airport Director,

Airports Authority of India,

Calicut International Airport,

Calicut, Kerala

Sir,

Sub:- BCAS Clearance.

Ref…………………..( Tender No.)

With reference to the above referred tender it is hereby certified that our
contracting firm or Company is having valid BCAS clearance certificate / our
contracting firm or Company will apply for BCAS clearance within one
month and produce the copy of the application acknowledgment in original.
Our firm will produce the BCAS clearance Certificate in original within three
months of getting the work order. ( Strike out Whichever is not applicable)

Place………………..

Date……………………

( Signature of Authorized Signatory with Company seal)

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
42
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

Annexure-VIII
Check list for Technical Bid
1. Copy of GST Registration certificate
2. Copy of the Permanent Account Number (PAN)
3. Abridged Balance Sheet along with Profit & Loss account of the bidder for last three years
4. Performance/Experience Certificate
5. Scanned copy of the details of the Tender Fee payment
6. Scanned copy of the details of the EMD payment/ NSIC should be valid and should be of
relevant field.
7. Undertaking stating its firm or its partners or its Directors have not been black listed(
Annexure II)
8. Unconditional acceptance of Tender Conditions. (Annexure-I)
9. Digitally signed Tender Document in full.
10. Duly filled Compliance statement for Terms & Conditions (Section-B)
11. 12.BCAS certificate/Undertaking Annex-VIII
12. Proof for having Registered office/ service center within the given range.

All the documents shall have the Company Seal before Uploading in the CPPP e-tender portal.

Note:-

The Tender fee and EMD , Demand Drafts f r o m A n y p u b l i c S e c t o r B a n k s , should be


posted/couriered/given in person, so as to reach latest by the dates given in the Tender
document, to the address given below.

The Joint General Manager (CNS)

Airports Authority of India,

Calicut International Airport,

Calicut- 673647. Fax: 0483 2711406

E-mail: dgmcom_calicut@aai.aero

AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut International Airport
43
AAI/SR/CL/CNS/AOCC/NIT-01/2020-21 dated: 17-06-2020

Signature Not Verified


Digitally signed by ABDUL KAREEM
Date:
AMC for AOCC OPERATION AND fids DATA ENTRY at Calicut 2020.06.22
International 17:03:10 IST
Airport
Location: eProcurement System for Central
44
PSUs

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy