You are on page 1of 49

AIRPORTS AUTHORITY OF INDIA

TENDER DOCUMENT
(NIT No.:02/2015)

MANUFACTURING, SUPPLY AND COMPREHENSIVE


MAINTENANCE CONTRACT OF 400 Nos. SHOPPING
CARTS (STAINLESS STEEL TYPE) AT VARIOUS
AIRPORTS.

Page 1 of 49


AIRPORTS AUTHORITY OF INDIA
TENDER SUMMARY

TENDER NO.:02/2015
1.

Name of Work

2.

Estimated Cost of Work

3.

Earnest Money

Rs.97,150/- shall be required to submit through


direct bank transfers using RTGS/NEFT.

4.

Cost of Tender document

Rs.1125/- Non-refundable.

5.

Time Allowed

03 months from the date of placement of order.

6.

16.02.2015 upto 1000 hrs.

10.

Last Date for download of tender


document
Last date for submission of queries by
bidders
Last Date for response to bidders
queries by AAI
Last Date & time for submission of
Pre-qualification,
Technical
and
Financial bids through AAI E-Tender
portal
Opening of Pre-qualification bids

11.

Opening of Technical bids

Within 15 days of opening of PQ bids.

12.

Submission of two identical sample


trolleys for which the bid is submitted
Opening of Financial bids

05.03.2015 upto 1130hrs.

7.
8.
9.

13.

Manufacturing, supply and comprehensive


maintenance contract of 400Nos. shopping carts
(Stainless Steel Type) at various airports.
Rs.38,86,000/-

11.02.2015 upto 1000 hrs.


13.02.2015 upto 1000 hrs.
16.02.2015 upto 1130 hrs.

16.02.2015 at 1200 hrs.

Within 15 days of opening of Technical bids.

Page 2 of 49

TENDER No.:02/2015
NAME OF WORK: Manufacturing, supply and comprehensive maintenance contract of
400 Nos. shopping carts (Stainless Steel Type) at various airports.

TABLE OF CONTENTS

S.NO.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.

DESCRIPTION

PAGE
NO.

Notice Inviting Tender (Press & website)


Section-A : General Information and Guidelines (GIG)
Section B: Conditions of Contract
Section C: Special Conditions
Section D : Technical Specifications
Unconditional Letter of Acceptance- ANNEXURE-I
Schedule of Quantity Financial Bid -ANNEXURE II
Proforma for Bank Guarantee -SD - Annexure - IV
Pre-contract Integrity Pact - Annexure V
Format for quoting statutory levies - Annexure VI

Page 3 of 49

NOTICE INVITING TENDER (PRESS)


AIRPORTS AUTHORITY OF INDIA

NOTICE INVITING E-TENDER (PRESS NOTICE)


(Tender No.: 02/2015)
E-Tenders (online tenders) are invited under three bid system for Manufacturing, supply
and comprehensive maintenance contract of 400 Nos. shopping carts (Stainless Steel Type)
at various airports. for an estimated cost of Rs. 38,86,000/- at various locations in India.
Last date for submission of Tender: 16.02.2015 upto 1100hrs. For further details please visit
Website;
http://etender.aai.aero/irj/portal
or
www.aai.aero.
Further
clarification/corrigendum if any, will be uploaded only on AAI website.
General Manager(Tech.), Tel:011-24635799

NOTICE INVITING E-TENDER (WEBSITE)

E-Tendering: This tender is an e-Tender hosted on AAIs e-Procurement site. Vendors can
download tender documents, pay tender processing fee, and submit Financial Bid & Technical
Bid online through AAIs e-Procurement portal. For participating in this e-Tender, the Vendors
shall register themselves. Registration is free of cost. Please visit our e-Procurement portal of
AAI, http://etender.aai.aero/irj/portal, for Registration.

Page 4 of 49

1. SECTION A
GENERAL INFORMATION AND GUIDELINES (GIG)

1.1 Purpose and Scope of Tender Document: Airports Authority of India (AAI) manages a total of
125 Airports which includes 11 International Airports, 08 Customs Airports, 81 Domestic
Airports and 25 Civil Enclaves at Defence Airfields. On behalf of Chairman, Airports Authority
of India, General manager (Tech.), Airports Authority of India, New Office Complex,
Safdarjung Airport, New Delhi 110 003, India (Tele fax: 011-24635799) invites item rate etenders in three Bids system, i.e. Pre-qualification, Technical & Financial, for Manufacturing,
supply and comprehensive maintenance contract of 400Nos. shopping carts (Stainless Steel
Type) at various airports. The firms fulfilling the following criteria are eligible to participate
in the tender:
1.2 Profile: The firm should be in the business of manufacturing of Stainless Steel / Mild Steel
products which must include material carrying / baggage trolleys for a minimum period of last
3 yrs. (as on 31st December 2014). (Documents required: Copy of registration with appropriate
authority)
1.3 The bidder firm shall be Original Item Manufacturer (OIM) or Authorized Representative (AR).
In case of OIM firm, proof of being Original Item Manufacturer (OIM) shall be submitted. In
case of AR firm of OIM firm, current authorization from OIM firm authorizing it as its
representative for the tender shall be submitted.
1.4 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 Organisation etc., or any Indian State/Central Governments Departments
or Public Sector Undertaking of India. The bid for same item shall not be submitted both by
the OIM firm and its AR firm. In such case, the bid of OIM firm alone shall be accepted and the
bids of the AR firm shall be rejected. The bidder as AR firm shall participate in a tender on
behalf of only one OIM firm. Only one AR firm shall be authorized by OIM firm for the offered
product in the tender.
1.5 This tender document includes requirements in respect of description of work, details of end
locations, delivery schedules, payment schedules etc.
1.6 The bidder shall assume complete responsibility for Manufacturing, supply and
comprehensive maintenance contract of 400Nos. shopping carts (Stainless Steel Type) at
various airports.
1.7 The cost of tender document shall be Rs.1125/- and will be non-refundable. The cost of tender
document shall be paid to AAI, on-line after registration. Bidders shall be allowed to register,
login to AAIs e-Procurement portal and down load tender document, free of cost. However
bidders shall be allowed to submit all their three bids i.e. Pre-qualification, Technical &
Financial bids only after paying Tender Processing Fee on-line.
1.8 Following department of AAI will be carrying out the tender processing through tendering

Page 5 of 49

Departm
ent

Tender details

Estimated
cost

Directorate
of Technical

Manufacturing, Rs.38,86,000/supply
and
comprehensive
maintenance
contract of 400
Nos.
shopping
carts
(Stainless
Steel Type) at
various airports.

Earnest Money Deposit (EMD)


The Earnest Money Deposit of the
value of Rs.97,150/- shall be
required to submit through direct
bank transfers using RTGS/NEFT.

1.9 E- Tendering.
1.9.1 PC / Laptop setting:

1.9.1.1 Java: To view some of the components, you need to install Java Internet
component
from
https://cds.sun.com/is-bin/INTERSHOP.enfinity/WFS/CDSCDS_Developer-Site/en_US/-/USD/
ViewProductDetail-Start?ProductRef=jre-6u23-othJPR@CDS-CDS_Developer.
1.9.1.2 Proxy: If you are unable to access AAI e-Procurement site or Bid Documents, check if you
are using proxy to connect to internet or if your PC is behind any firewall. Contact your
system administrator to enable connectivity. Please note that standard Port for HTTPS
(443) connectivity should be enabled on your proxy/firewall. Dial-up internet connectivity
without Proxy settings is another option.
1.9.1.3 Pop-ups: Pop-ups should be enabled on AAI e-Procurement URL and Bid Documents
URLs. This is required to view tender documents.
1.9.1.4 Active-x controls: Maintain the settings as described in Internet Explorer settings
document to enable digital signature signing and verification.

Parameter
Allow Scrip lets
Automatic prompting for ActiveX controls
Binary and script behaviours
Download signed ActiveX controls
Download unsigned ActiveX controls
Initialize and script ActiveX controls not marked as
safe
Run ActiveX controls and plug-ins

Value
Enable
Enable
Enable
Enable
Enable
Enable
Enable
Page 6 of 49

Script ActiveX controls marked safe for scripting


Use Pop-up Blocker

Enable
Disable

1.9.1.5 Digital signature client SW/component: To use Digital Signature, a client level Software is
required. This is third party software from (n) code. This is installed automatically, once you
start working on OILs e-procurement system. A popup will come before it starts installation.
You need to ensure you have administrative rights on the PC or the laptop. This installation
is one time activity for a PC or Laptop.
1.9.2 E-Tendering Participation Requirements: Vendors are required to carry out the following
activities:
1.9.3 Registration: Registration shall be on AAIs e-Procurement Portal free of cost, at
https://etender.aai.aero/irj/portal.
1.9.4 Login id: Bidder shall click Apply for Access Authentication and fill in the required details as
reflected on screen. After saving the details, a password for the registered bidder shall be
generated by the system and the password shall be sent to the e-mail id provided by the
bidder during registration. On receipt of email, the login id is ready with the bidder to
proceed further.
1.9.5 General guidelines for bidders: Guidelines to proceed further in the tender process are
available in the AAIs e-procurement portal under Self Help Files Tab. Bidders are advised
to go through these guidelines before submitting their bids, on-line.
1.9.6 Digital Certificate: Bidder shall have a legally valid class III digital certificate as per Indian IT
Act, 2000, from the licensed Certifying Authorities, operating under the Root Certifying
Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India (Please see
www.cca.gov.in). Licenced CA's in India are:

a) Safescrypt
e) MtnlTrustline

b) NIC

c). IDRBT

f) GNFC

g). e-MudhraCA

d) TCS

1.9.7 Online Tendering: For all AAI tenders hosted on AAI e-procurement site, the PQ, Technical
and Financial Bids shall be submitted on-line only. Upload the tender in multiple files (by
breaking the same into multiples files), each file should not be of more than 10MB.
However, documents which have to be submitted in originals like EMD or any other such
documents mentioned in the tender documents will have to be physically submitted as
advised in this tender document.
1.9.8 On-line training & technical assistance for interested bidders shall be available as follows:
1.9.9 Bidders training support system: Detailed information in this regard have been provided to
the bidders at AAIs e-Procurement Portal i.e. https://etender.aai.aero/irj/portal under the
Self Help Tab. However, training support system is given inside the portal and are visible to
the registered bidders only.
1.10 Help Desk Services

Page 7 of 49

1.10.1 In order to facilitate the Vendors/Bidders as well as internal users from AAI, Help Desk
services have been launched between 0800-1900 hours for the e-tender portal
https://etender.aai.aero/irj/portal. The Help desk services shall be available on all working
days (except Sunday) between 0800-1900 hours and shall assist users on technical issues
related to the use of the e-tender portal.
1.10.2 For any technical assistance with regard to the functioning of the portal the bidders as
well as AAI users may contact according to the escalation matrix as mentioned below:

Sl. No

Contact
Person

Telephone
Numbers

Escalation
Matrix

E-mail address

1.

Help Desk

----------

Timings
Between

011-24626632,
011-24632950
Ext-3512,
08510096161,

esap1@aai.aero

0800 Hrs to
1900 Hrs

08510096262,
08510096363

2.

Mr Mukesh
Kumar
Manager (IT)
0930 Hrs to
1730 Hrs

011-24632950,
Extn-3505

after 4
hours of
issue

etendersuppor
t@aai.aero

3.

Mr A. K.
Sharma Jt.
GM (IT) 0930
Hrs to 1730
Hrs

011-24647596

after 12
hours

aniruddhashar
ma@aai.aero

4.

General
Manager (IT)
0930 Hrs to
1730 Hrs

011-24656414

after 24
hours

gmit@aai.aero

1.10.3 The above mentioned help desk numbers are intended only for queries related to the
issues on e-tendering 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 GM (Tech),
AAI, New Office Complex, SAP. New Delhi 110 003.

Page 8 of 49

1.11 Tender document


1.11.1 The tender document consists of four sections. The bidder shall go through all these
sections;
1.11.1.2
Section A: General Information and Guidelines (GIG)
1.11.1.3
Section B: General Conditions of Contract and (GCC)
1.11.1.4
Section C: Special Conditions of the tender document (SCC)
1.11.1.5
Section D: Technical Specifications
Bidders shall comply with each clause of all the four sections.
1.11.2 Bidders willing to participate may download the digitally signed tender document on-line
from AAIs e-Procurement portal at https://etender.aai.aero/irj/portal and submit
digitally counter signed tender document on-line at the same portal.
1.11.3 The instructions in the tender document are binding on the bidder and submission of the
tender shall imply unconditional acceptance of all the terms and conditions by the bidder.
1.12 Schedule of Important Activities:

1.13
1.14

Activity
Last Date for download of tender document
Last date for submission of queries by bidders
Last Date for response to bidders queries by AAI
Last Date & time for submission of Prequalification, Technical and Financial bids through
AAI E-Tender portal
Opening of Pre-qualification bids

Date
16.02.2015 upto 1000 hrs.
11.02.2015 upto 1000 hrs.
13.02.2015 upto 1000 hrs.
16.02.2015 upto 1130 hrs.

Opening of Technical bids


Opening of Financial bids

Within 15 days of opening of PQ bids.


Within 30 days of opening of Technical
bids.

16.02.2015 at 1200 hrs.

Transfer of Tender document: Tender documents are not transferable.


Amendment to Tender document: At any time, prior to scheduled date of submission of
bids, AAI, if it deems appropriate to revise any part of this tender or to issue additional
data to clarify and interpretation of provisions of this tender, it may issue addendum /
corrigendum to this tender. Any such addendum / corrigendum shall be deemed to be
incorporated by this reference into this tender and binding on the bidders. Addendum /

Page 9 of 49

1.15

corrigendum will be notified through AAIs e-Procurement portal at


https://etender.aai.aero/irj/portal.
Clarifications of Bid Documents: Bidder, requiring any clarification of the tender
Document, may submit their queries, if any, through provision of AAIs e-Procurement
Portal at https://etender.aai.aero/irj/portal in the format given below in Microsoft Excel

Name of Bidder:
S.
Section
No.
No.

Clause
No.

Page
Number in
Section

Existing
Provision in
Clause

Clarification
Sought

1.15.1 Request for clarifications received from bidders shall be responded by AAI till the schedule
indicated in para.1.12 above or as extended thereto by AAI.
1.15.2 Replies to Clarifications by AAI will be uploaded through AAIs e-Procurement Portal. The
bidders
are
advised
to
visit
AAIs
e-Procurement
portal
at
https://etender.aai.aero/irj/portal regularly.
1.15.3 Clarifications and other documents, if and when issued by AAI, shall be in relation to the
tender and hence shall be treated as their extension.
1.15.4 AAI makes no representation or guarantee as to the completeness or accuracy of any
response, nor does AAI undertake to answer all the queries that have been posted by the
Bidders.
1.15.5 In order to provide reasonable time to bidders to take the amendments made by AAI into
account for preparing their bids, AAI may, at its discretion, extend the deadline for the
submission of bids suitably.
1.16 Period of Validity of Bids: The Bids shall remain valid for 180 days from the scheduled date
of submission of bids. AAI shall summarily reject a bid as non-responsive if found valid for a
shorter period. Only in exceptional circumstances, AAI may request the bidder's consent
for an extension to the period of bid validity. The request and the responses thereto shall
be made in writing.
1.17 Eligibility conditions for participation/Documents to be submitted for PQ:
1.17.1 Profile: The firm should be in the business of manufacturing Stainless Steel / Mild Steel
products which must include material carrying/trolley mounted equipment/ baggage
trolleys for a minimum period of last 3 yrs.( as on 31st December 2014) (Documents
required: Copy of registration with appropriate authority)
1.17.2 The bidder firm shall be Original Item Manufacturer (OIM) or Authorized Representative
(AR).
1.17.3 In case of OIM firm, proof of being Original Item Manufacturer (OIM) shall be submitted
1.17.4 In case of AR firm of OIM firm, current authorization from OIM firm authorizing it as its
representative for the tender shall be submitted.
1.17.5 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

Page 10 of 49

1.17.6

1.17.7
1.17.8
1.18
1.19

1.20
1.20.1

1.20.2

1.20.3
1.21

1.22
1.23

Bank/International Monetary Fund/World Health Organization etc., or any Indian


State/Central Governments Departments or Public Sector Undertaking of India.
The bid for same item shall not be submitted both by the OIM firm and its AR firm. In such
case, the bid of OIM firm alone shall be accepted and the bids of the AR firm shall be
rejected.
The bidder as AR firm shall participate in a tender on behalf of only one OIM firm.
Only one AR firm shall be authorized by OIM firm for the offered product in the tender.
Foreign manufacturers can participate through their authorize representative in India and
since this is not a global tender, the offer should be in INR.
Resources: The firm should have adequate facilities in terms of personnel, equipment, and
manufacturing. The resources must include CNC pipe bending machine and
MIG/TIG/ARGON welding machine. (Appropriate documents need to be submitted in
support of this clause).
Experience:
The firm should have executed orders for manufacturing and supply of stainless steel/mild steel
products/material carrying/trolley mounted equipment/baggage trolleys during last 3 years
ending 31st December, 2014 having aggregate value not less than Rs.11,65,800/- (30% of the
estimated cost of this tender) in last three years, which should include orders for material
carrying/trolley mounted equipment/baggage trolleys. Documents required: details of orders
executed duly supported with copies of orders/invoices in last three years having value not less
than Rs.11,65,800/- in aggregate including copy of orders for material carrying/trolley mounted
equipment/baggage trolleys along with its satisfactory performance certificate from two users.
Sale to own dealers/distributors or sister concerns will not be entertained under this clause.
Indian representative of foreign manufacturer can submit such documentary proof issued in
favour of foreign manufacturer.
The firm should have experience in fabrication using CNC pipe bending machines and
MIG/TIG/ARGON welding. Firm should provide the technical details of product
manufactured and supplied using above technology.
Details of the wheels used in trolley including source, type, technical details and
satisfactory performance of the item(s) supplied having wheels.
Turnover : Average annual turnover during last three years ending 31st March, 2014
should be atleast 30% of the estimated cost i.e. Rs.11,65,800/-(documents required :
audited balance sheet for last three years i.e. for the financial years 2011-12, 2012-13 and
2013-14).
Copy of Permanent Account Number (PAN) of the tenderer.
The Earnest Money Deposit of the value of Rs.97,150/- shall be accepted online, only

through E-Tender portal via bank transfer in the form of RTGS / NEFT. Vendors shall
use the payment gateway of IndusInd bank/HDFC bank integrated for the purpose with
the AAI E-tender portal. Earnest Money Deposit in the form of Cash/ Demand Draft or any
other form shall not be accepted. Vendors shall also note that they are not required to
contract any AAI employee or submit any documentary evidence of submission of EMD via

Page 11 of 49

bank transfer in the form of RTGS/NEFT 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 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 received through bank transfer mode (RTGS /
NEFT) shall be refunded online through the same mode (BT) only and it shall be refunded
in the bank account whose details are provided on the portal at the time of submission of
tender. The refund of EMD to bidders who fails to qualify the eligibility / technical stage
shall be initiated automatically within 7 days of their rejection. For all bidders whose
financial bids are opened the refund of EMD except for L1 shall be processed within 7 days
of opening of the financial bid.
1.24
1.25
1.26
1.27

1.28

1.29

1.30

1.31

1.32

1.33

Certificate accepting the terms and conditions of this NIT should be as per Annexure I on
companys letter head.
Copy of Sales Tax registration certificate / VAT certificate (if applicable).
The complete set of tender documents, duly signed by the tenderer or digitally signed
copy of tender document to be uploaded.
Copy of annual report/balance sheet/profit & loss accounts of the last three financial
years i.e. 2011-12 to 2013-14, of the tenderer, duly certified by the Chartered Accountant.
The annualized average financial turnover should be at least Rs.11,65,800/- (Rupees
eleven lacs sixty five thousand eight hundred only) during last three financial years ending
31.03.2014.
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/Word Health Organization etc., or any Indian
State/Central Governments Departments or Public Sector Undertaking of India.
Tender Cost: Tender cost shall be Rs.1000/- (Rupees one thousand only), excluding
service tax and non-refundable. This shall be payable on-line as per instructions specified
in Para 1.7 (GIG) of this tender document.
Composition of Bids and General Guidelines for bid process: Bidders shall submit their
bids as per scheduled date & time through AAIs e-Procurement portal at
https://etender.aai.aero/irj/portal only.
Bidders shall submit the tender before the deadline specified in para 1.12 (GIG) of this
tender document. AAIs e-Procurement system shall not allow bidders to submit their
tender, after the scheduled date & time.
The PQ, Technical bids and the Financial bids will be opened online by AAI at the time and
date as scheduled for the same. All the Statements, documents, certificates etc., uploaded
by the bidders shall be downloaded and verified for Technical evaluation.
The clarifications, particulars, if any, required from the bidders, will be obtained through

Page 12 of 49

1.34
1.35
1.35.1
1.35.2
1.35.3
1.35.4

1.35.5
1.36
1.37

1.38
1.38.1

1.38.2
1.38.3

1.38.4

1.38.5

query provision available in AAIs e-Procurement portal.


The result of PQ & Technical bid evaluations shall be displayed on AAIs e-Procurement
portal and shall be visible to all the bidders who have participated in this Tender.
On-line E-Tendering General Guidelines
System shall not permit upload of bids after the scheduled time of submission.
The bidder may correct, modify or withdraw his bid after submission but prior to
scheduled last date & time of submission of Technical and Financial bids.
Subject to Clause above, system shall not allow any bid to be modified subsequent to the
scheduled time of submission of bids.
To assist in the examination, evaluation and comparison of bids AAI may, at its discretion
ask the bidder for the clarification / confirmation of compliance of its bid. The request for
clarification / confirmation of compliance and the response shall be through query
provision available in AAI ASP E-Tendering portal.
Bidders may submit their response to AAI queries through provision of AAI ASP ETendering Portal Only
No post bid clarification / confirmation of compliance at the initiative of the bidder, shall
be entertained.
Preparation of Bids: Bids shall be prepared and submitted in three parts: the first part
shall comprise the Prequalification Bid, second part shall be Technical Bid and the third
part shall be the Financial bid specifying the price offer.
PQ Bid submission: The following documents shall be submitted on-line for PQ
evaluation;
The tenderer needs to submit the proof of being Original Item Manufacturer / authorized
distributor / dealer /representative of manufacturer (foreign) in India/ manufacturer
(foreign) in India.
Copy of Permanent Account Number (PAN) of the tenderer.
Documentary proof of executing orders for supply of stainless steel/mild steel
products/material carrying/trolley mounted equipments/baggage trolleys in India or
abroad at least Rs.11,65,800/- during the last three years i.e. 1st April 2011 to 31st March
2014. (Copy of invoices is to be enclosed). Sale to own dealers/distributors or sister
concerns will not be entertained under this clause. Indian representative of foreign
manufacturer can submit such documentary proof issued in favour of foreign
manufacturer.
Copy of Satisfactory performance certificates /inspection report/ inspection certificate
issued from at least two users (irrespective of any quantity) during 1st April 2011 to 31st
March 2014. (Last three financial years) is to be enclosed.
Earnest Money Deposit of the value of Rs.97,150/- shall be accepted online, only through
the E-Tender portal via bank transfer in the form of RTGS / NEFT. Vendors shall use the
payment gateway of IndusInd Bank / HDFC Bank integrated for the purpose with the AAI
E-Tender portal. EMD in the form of Cash / Demand draft or any other form shall not be
accepted. Vendors shall also note that they are not required to contact any AAI employee
or submit any documentary evidence of submission of EMD via bank transfer in the form

Page 13 of 49

of RTGS / NEFT 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
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.
1.38.6 Certificate accepting the terms and conditions of this NIT should be as per Annexure I on
companys letter head.
1.38.7 Copy of sales Tax registration certificate / VAT certificate (if applicable).
1.38.8 The complete set of tender documents, duly signed by the tenderer or digitally signed
copy of tender document to be uploaded.
1.38.9 Copy of annual report/balance sheet/profit loss accounts of the last three financial years
i.e. 2011-12 to 2013-14, of the tenderer, duly certified by the Chartered Accountant. The
annualized average financial turnover should be at least Rs.11,65,800/- (Rupees eleven
lacs sixty five thousand eight hundred only) during last three financial years ending 31st
March 2014.
1.38.10 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/Word Health Organization etc., or any Indian
State/Central Governments Departments or Public Sector Undertaking of India.
1.38.11 Deviations, if any, from the laid down requirements of this tender shall be prepared
indicating the para number and page number of the tender document in which the bidder
prefers to have deviation shall be uploaded on-line during PQ and Technical bid
submission, to verify the compliance. Without such reference, tender may not be
considered for evaluation and is liable to be rejected.
1.38.12 Original documents submitted on-line at AAIs e-Procurement portal during PQ Bid
submission shall only be accepted for verification as per para.1.38 (GIG). No separate
documents shall be acceptable or considered by AAI.
1.38.13 Original document of Financial Bid shall not be submitted as hard copy to AAI in any case.
1.38.14 The language of all manuals, instructions, technical documentation, etc provided under
this contract shall be English.
1.39 Technical Bid submission (on AAIs e- Procurement portal)
1.39.1 Technical compliance of each para of technical specifications for the item for which
tenderer is bidding is to be uploaded.
1.39.2 Technical details of shopping carts offered along with technical brochures / printed
literature.
1.39.3 Submission of two identical sample shopping carts for which the bid is submitted to be
made within two weeks of opening of bids. These carts should be made as per the
specifications and conforming to the workmanship as per section-D.
1.40 Financial Bid submission (on AAIs e-Procurement portal) The following shall be the guide
lines for on-line submission of financial bid;
1.40.1 The Financial bid shall be submitted on-line at AAIs e-Procurement portal.

Page 14 of 49

1.40.2 The price schedule should be submitted as per the ANNEXUREII.


1.40.3 Currency of quote shall be Indian Rupees.
1.40.4 Prices quoted by the bidder shall be inclusive of all expenses on FOR destination basis
except octroi / state entry tax, applicable, if any.
1.40.5 Excise Duty, Sales Tax / VAT, Transportation, Transit Insurance, should be clearly and
firmly quoted on average basis, wherever applicable. AAI will not provide any Form C or
D.
1.40.6 Octroi / State Entry Tax will be paid extra at actual, if applicable, subject to submission of
documentary proof of payment. Any remarks such as VAT or any other charges, if
applicable, shall be charged extra shall disqualify the tender.

1.40.7 Payment against Inland Freight, Insurance shall be made to the supplier as per
actual or average quoted price whichever is less, wherever applicable, against
documentary proof. The bidder shall indicate the freight charges and insurance
charges applicable for each destination based on which average charge is quoted
in the collaboration folder of financial bid as per the Format in Annexure-VI. The
rate of statutory levies quoted in the financial bid shall also be indicated in the
collaboration folder as per above format.
1.40.8 Maintenance cost per year per trolley to be quoted in the Financial Bid as per
Annexure-II. The cost quoted shall be consolidated expenditure inclusive of service
tax, VAT etc.
1.40.9 It shall be clearly understood and noted that Financial Bid of the tender document is for
pricing alone. No condition, whatsoever, shall be stipulated in this part. Everything that
the bidder has to say, regarding tender, other than pricing shall be stated only in Technical
Bid of the tender. If any conditions are stipulated in the Financial Bid of the tender, the
tender is liable to be rejected.
1.40.10 The prices quoted by the bidder shall remain firm during the entire period of contract and
shall not be subject to variation on any account, except statutory Indian govt. taxes and
levies.
1.40.11 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. 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/ security deposit.
1.40.12 AAI reserves the right to reject any or all tenders without assigning any reason. The
Financial bids of the bidders who do not qualify in Technical bid evaluation shall not be
opened. 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. The documentation submitted by tenderers shall not be
returned.
1.41 Bid Opening and Evaluation: Opening of Prequalification Bids: AAI shall open

Page 15 of 49

Prequalification Bids as per scheduled Tender Opening Date and Time specified in Para
1.12 of Section A: General Information & Guidelines.
1.41.1 Evaluation of Pre-qualification bid: The documents submitted by the bidder as per Para
1.38(1.38.1 to 1.38.10) of GIG Section-A, will be scrutinized whether the bidder meets the
requirements laid down for pre-qualification to bidders. This process is scheduled for
completion within 15 days from the date of PQ bid opening. Bidders are required to
upload the documents exactly as has been asked in the tender document. However AAI
may seek clarification on pre-qualification requirement or any other information deemed
necessary. Such queries raised on-line on AAIs e-Procurement portal shall be replied online positively by the bidder, within the time specified, failing which the evaluation shall
be done on the basis of the information available.
1.41.2 Opening of Technical Bids: Technical Bids of those bidders who qualify in Pre-qualification
bid evaluation shall be opened by AAI, which is scheduled to be done within 15 days of
opening of PQ bids. Venue, Date and Time of opening of Technical bid shall be notified to
successful bidders through AAIs e-Procurement Portal. Bidders may present at the venue
during opening of Technical bid.
1.41.3 Evaluation of Technical Bids: To shortlist technically qualified bidders, the Technical Bids
shall be scrutinized by AAI to ensure whether the same are in conformity to Technical
specifications as per tender. This process is scheduled for completion within 30 days from
the date of Technical bid opening. For this purpose the documents submitted by the
bidder as required in clause 1.39 (1.39.1 to 1.39.3) shall be scrutinized to ascertain
whether these documents are in order and meet the requirement of AAI.
1.41.3.2 However AAI may seek clarification on technical details or any other information
deemed necessary. Such queries raised on-line on AAIs 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.
1.41.3.3 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.
1.41.3.4 AAI shall evaluate the bids to determine whether they are complete, the documents
have been properly signed and the bids are in order.
1.41.3.5 AAI will determine the substantial responsiveness of each bid to the Bid documents. For
purposes of these clauses, a substantially responsive bid is one which conforms, to all
the terms and conditions of the Bid Documents without material deviations. AAI's
determination of bid's responsiveness is to be based on the contents of the bid itself
without recourse to extrinsic evidence. A bid determined as substantially nonresponsive will be rejected by AAI.
1.41.3.6 The tenders received and accepted shall be evaluated by AAI to ascertain the complete
scope contained in the tender document.
1.41.3.7 The sample shopping carts will be evaluated for conformity to the specifications and
workmanship requirement as per section-D.
1.41.4 Opening of the Financial Bids

Page 16 of 49

1.41.4.2 Financial Bids of those bidders who qualify in Technical bid evaluation shall be opened
by AAI, which is scheduled to be done within 30 days of opening of Technical bids.
Venue, Date and Time of opening of Financial Bid shall be notified to successful bidders
through AAIs e-Procurement Portal. Whereas the bid opening online through e portal
bidders may present at the venue during opening of Financial Bid.
1.41.4.3 No correspondences / representations shall be entertained from the bidders after
opening of Financial Bid of the Tender on tendering process.
1.41.4.4 Date of submission and opening of tender can be extended on sole discretion of the
Competent Authority.
1.41.5 Evaluation of financial bid
1.41.5.2 The tenders shall be compared on the basis of prices quoted including the maintenance
by the bidders for Manufacturing, Supply and comprehensive maintenance contract of
400Nos. shopping carts (Stainless Steel Type) at various airports of the required
specification. The amount indicated in the pricing schedule shall be taken for price
comparison as per the given format.
1.41.5.3 AAIs decision in the evaluation process shall be final and binding on all Bidders.
1.41.6 Award of Contract :
1.41.6.2 The acceptance of the tender shall be intimated to the successful bidder(s) by AAI
through Fax /letter/ telephone / e-mail etc.
1.41.6.3 AAI shall be the sole judge in the matter of award of contract and the decision of AAI
shall be final and binding.
1.41.7
Bidders registered with NSIC:
1.41.7.2 Any concessions to the bidders registered with NSIC shall be applicable as per the
directives of Govt. of India, prevalent on the date of acceptance of the bid.
1.41.7.3 In case a tenderer is eligible for any concession / exemption under this clause,
documentary proof to this effect must be enclosed. It may be noted that submission, if
any, of reference (s) of Govt. notification(s) pertaining to concessions / exemptions must
be supported by copy(s) of such notification(s).
1.41.7.4 If the entity participating in any of the tenders is a private or public limited company,
Partnership Firm or Sole Proprietor and any of the Directors/Partners/Sole Proprietor of
such company is also a Director of any other company or partner of a concern or a Sole
Proprietor having established business with AAI and has outstanding dues payable to the
Authority, then the said entity may not be allowed to participate in AAI tenders.
1.41.8 Obtaining of permission for Import of Items. It will be responsibility of supplier to obtain the
necessary permission from the concerned authorities to import the trolleys. Any documents
required from purchaser, for obtaining the permission for import, shall be provided by AAI.
1.41.9 The information contained in the tender shall be comprehensive and to the point. The
tenders containing information other than sought, with a motive to confuse or delay the
finalization process are likely to be rejected.
1.41.10 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.
1.41.11 Should a bidder have a relation or relations employed in the capacity of an officer in AAI,

Page 17 of 49

the authority inviting tender shall be informed of the fact along with the offer, failing
which AAI, at its sole discretion shall reject the tender or cancel the contract and forfeit
the Earnest Money Deposit/ Security Deposit.
1.41.12 Bidders shall not try to influence AAI on any matter relating to its bid, from the time of the
bid opening till the time the contract is awarded. Any effort by a bidder to influence AAI in
the bid evaluation, bid comparison or contract award decisions shall result in the rejection
of the bid.
1.41.13 Address for Correspondence: All completed tender documents for verification and
enquiries regarding clarification/interpretation in connection with this tender, other than
e-tendering procedures & Technical support, shall be addressed to:
The General Manager (Tech.), Airports Authority of India,
New Office Complex, Safdarjung Airport, New Delhi 110 003.

Page 18 of 49

SECTION B
CONDITIONS OF CONTRACT
Definitions:
2.1. The 'Contract' means the documents forming the tender, and acceptance thereof
and the formal agreement executed between the Chairman, Airports Authority of
India and the contractor, together with the documents referred to therein including
these conditions, the specifications, designs, samples and instructions issued from
time to time by the GM (Tech), AAI, New office complex, Safdarjung Airport, New
Delhi 110 003 and all these documents taken together shall be deemed to form one
contract and shall be complementary to one another.
2.2 In the contract, the following expressions shall, unless the context otherwise
requires, have the meanings, hereby respectively assigned to them:
(a)

(b)
(c)

The Chairman means the "Chairman", Airports Authority of India or his successors.
GM (Tech), AAI, New office complex, Safdarjung Airport, New Delhi 110 003 will be
in charge of the work and shall sign the contract on behalf of the Chairman.
The Authority or Airports Authority of India shall mean the "Chairman, Airports
Authority of India"
The term GM (Tech), AAI, New office complex, Safdarjung Airport, New Delhi 110
003 means "the head of Technical Department, Airports Authority of India. Words
importing the singular number include the plural number and vice versa.

Clauses:
2.3. The contractor is to deliver the stores/materials as per the terms and conditions
mentioned in this tender document and Purchase Order. If the contractor fails to
complete the supply as per the Delivery Schedule given in this tender document, the
purchaser has the right to cancel the order or get the supplies/material from an
alternative source at the risk and cost of the contractor. However in exceptional
cases, the purchaser may agree to inspect the stores even beyond the agreed
schedule subject to levy of Liquidated Damages at the rates mentioned in Delivery
Schedule.
2.4. If the contractor shall be hindered in the supply of the materials so as to necessitate
an extension of the time allowed in this tender, he shall apply in writing to the
purchaser who shall grant it in writing if reasonable ground be shown for it and
without such written authority of the purchaser, the contractor shall not claim
exemption from the fine levy able under clause-I.
2.5. The contractor shall give notice to the purchaser of his intention of making delivery
of materials, on the materials being approved and a receipt shall be granted to him
by the authorized officials of AAI as per instructions of GM (Tech), AAI, New office
complex, Safdarjung Airport, New Delhi 110 003 and no material will be considered
as delivered until so approved.

Page 19 of 49

2.6. On the completion of delivery of materials, the contractor shall be furnished with a
certificate to that effect by the purchaser/authorized officials of AAI as per
instructions of GM (Tech), AAI, New office complex, Safdarjung Airport, New Delhi
110 003; but the delivery will not be considered complete until the contractor shall
have removed all rejected materials, and shall have the approved materials stocked
or placed in such position as may be pointed out to him.
2.7. If at any time after the commencement of the supplies the Chairman shall for any
reason whatever not require the whole or part thereof as specified in the tender to
be supplied, the GM (Tech), AAI, New office complex, Safdarjung Airport, New Delhi
110 003 shall, in addition to his power to annul the contract in case of default on the
part of the contractor, have power to terminate all liability of the Chairman there
under at any time after giving due notice in writing to the contractor of his desire to
do so. In the event of such a notice being given:
(a)

(b)

the GM (Tech), AAI, New office complex, Safdarjung Airport, New Delhi 110 003
shall be entitled to direct the contractor to complete the supply of the item which
are ready for delivery up to the date of the expiry of the notice and thereafter to
cease their supply of all the articles or supplies received and accepted upto that
date shall be paid for at the tender rate; and
the contractor shall have no claim to any payment or compensation whatsoever
on account of any profit or advantage which he might have derived in
consequence of the full execution of the contract but which he did not obtain
owing to its premature termination, or for any loss which he might have sustained
on this account.
Nothing herein contained shall operate to create in favour of the bank any rights
or equities vis-a-vis the Chairman.

2.8. The materials shall be of the best description and in strict accordance with the
specifications, and the contractor shall receive payment for such materials only as
are approved and passed by the GM (Tech), AAI, New office complex, Safdarjung
Airport, New Delhi 110 003.
2.9. In the event of the material being considered by the purchaser to be inferior to that
described in the specifications, the contractor shall, on demand in writing, forthwith
remove the same at his own charge and cost, and in the event of his neglect to do
within such period as may be named by the purchaser that officer may have such
rejected material removed at the contractor's expense and the expense incurred
being liable to be deducted from any sums due or which may become due, to the
contractor.
2.10. No materials shall be brought to site or delivered on Saturdays, Sundays and other
holidays without the written permission of the purchaser.
2.11. This contract shall not be sublet without the written permission of the purchaser. In
the event of the contractor subletting his contract without such permission he shall
Page 20 of 49

be considered to have thereby committed a breach of contract, and shall forfeit his
security deposit and shall have no claim for any compensation for any loss that may
accrue from the materials he may have collected or engagements entered into.
2.12. The GM (Tech), AAI, New office complex, Safdarjung Airport, New Delhi 110 003
shall have power to make any alterations in, omissions from, additions to or
substitutions for, the original specifications, designs, and instructions, that may
appear to him to be necessary or advisable during the course of supply of the item
and the contractor shall be bound to supply the item in accordance with any
instructions which may be given to him in writing signed by the GM (Tech), AAI, New
office complex, Safdarjung Airport, New Delhi 110 003; and such alteration,
omissions, additions or substitutions shall not invalidate the contract, and any
altered, additional, or substituted materials which the contractor may be directed to
supply in the manner above specified as part of the work shall be supplied by the
contractor on the same conditions in all respect on which he agreed to do the main
work and at the same rates as are specified in the tender for the main work.
2.13. Whenever any claim against the contractor for the payment of a sum or money
arises out of or under the contract, Authority shall be entitled to recover such sum
by appropriating, in part or whole, the security deposit of contractor, and to sell any
Government Promissory Notes, to realize Bank Guarantee etc., forming the whole or
part of such security. In the event of the security being insufficient or if no security
has been taken from the contractor, then the balance or the total sum recoverable,
as the case may be, shall be deducted from any sum then due or which at any time
thereafter may become due from the contractor under this or any other contract
with Airports Authority of India. Should this sum be not sufficient to cover the full
amount recoverable, the contractor shall pay to Airports Authority of India on
demand the balance remaining due.
2.14. Earnest Money Deposit:
2.14.1 The Earnest Money Deposit of the value of Rs.97,150/- shall be accepted online, only

through E-Tender portal via bank transfer in the form of RTGS / NEFT. Vendors shall
use the payment gateway of IndusInd bank/HDFC bank integrated for the purpose with the
AAI E-tender portal. Earnest Money Deposit in the form of Cash/ Demand Draft or any
other form shall not be accepted. Vendors shall also note that they are not required to
contract any AAI employee or submit any documentary evidence of submission of EMD via
bank transfer in the form of RTGS/NEFT 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 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 received through bank transfer mode (RTGS /

Page 21 of 49

NEFT) shall be refunded online through the same mode (BT) only and it shall be refunded
in the bank account whose details are provided on the portal at the time of submission of
tender. The refund of EMD to bidders who fails to qualify the eligibility / technical stage
shall be initiated automatically within 7 days of their rejection. For all bidders whose
financial bids are opened the refund of EMD except for L1 shall be processed within 7 days
of opening of the financial bid.

2.14.2. The EMD of successful tenderers will be adjusted with contract security or will be
refunded on furnishing of a Bank Guarantee as per enclosed proforma at
Annexure-IV
2.15. Security Deposit:
2.15.1. The successful tenderer, awarded with the work, shall furnish Security Deposit, in
the form of Bank Guarantee in the following form:
Bank guarantee to the extent of an amount to a sum equal to @ 10% on first
Rupees one Lakh, 7.5% on second Rupees one Lakh and 5% on balance amount of
basic cost of ordered value (excluding taxes, duties, transportation charges, if any)
to AAI as prescribed in Annexure- IV attached with this tender document, from a
Nationalised Bank /Schedule Bank as per RBI Schedule (but not from any cooperative or Gramin Bank), acceptable to the purchaser. This BG shall be
submitted within 30 days of placement of detailed order, before the agreement is
executed, between the purchaser and the contractor. The security deposit in the
form of Bank Guarantee shall remain valid till the expiry of the guarantee and
defects liability period of the stores.
2.15.2. No other form of security than the above shall be acceptable.
2.15.3. The security deposit shall be released on completion of guarantee and defects
liability period and submission of BG as per clause no. 2.15.4 without interest.
2.15.4. In order to fulfil the maintenance clause of 4.17 of section D, the contractor shall
submit Bank guarantee to the extent of amount calculated @ Rs. 150/- per trolley/
shopping cart or 10% of maintenance charge quoted per trolley whichever is high,
valid for a period of three years from the date of completion of defect liability
period, towards the additional guarantee as per clause 4.17 of technical
specifications. The bank guarantee shall be released on successful completion of
stipulated period thereunder.
2.16. Time is the Essence of This Contract: The time and date of completion of the supply
as stipulated in the Purchase Order and accepted by the supplier without or with
modification if any and so incorporated in the Purchase order shall be deemed to
be the essence of the contract. The contractor shall so organize his resources and
perform his work to complete it not later than the specified time.
2.17. Change in Quantity & Variation in Prices:
2.17.1 The Purchaser reserves the right to vary the quantity of items or group of items to
be ordered as specified in the tender document as may be necessary, during the
execution of the contract; but such variations unless otherwise specified in the
Page 22 of 49

accompanying Technical specification shall be limited to 50% of the original


quantity ordered during the currency of the contract. The contractor / supplier
shall not be entitled for variation in the prices due to change in the quantity.
2.17.2 Purchaser further reserves the right to purchase additional 50% of the original
quantity (over and above 2.17.1) within two years of placing of initial order,
subject to consent of the contractor/supplier to execute the order at the same
terms, price and conditions.
2.18. Force Majeure Clause:
2.18.1 Force Majeure is herein defined as any cause, which is beyond the control of the
contractor or the Purchaser as the case may be which they could not foresee or
with a reasonable amount of diligence could not have foreseen and which
substantially affect the performance of the contract such as:a. Natural Phenomena, including but not limited to floods, riots, earthquakes
and epidemics.
b. Acts of any Govt. including but not limited to war declared or undeclared,
priorities, and mutiny quarantines embargoes.
2.18.2 The Contractor or the Purchaser shall not be liable for delay 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 provide, by extended by
a reasonable time.
2.19. Patent Rights and Royalties: Royalties and fees for patents covering materials,
articles, apparatus, devices equipment or processes used in the works shall be
deemed to have been included in the contract price. The Contractor shall satisfy all
demands that may be made or any time for such royalties or fees and he alone
shall be liable for any damages or claims for patent infringements and shall keep
the Purchaser indemnified in that regard. The Contractor shall at his own cost and
expense, defend all suits or proceeding that may be instituted for alleged
infringement of any patents involved in the works and in case of an award of
damages , the Contractor who shall also satisfy comply any degree, order, order of
award made against the Purchaser. But it shall be understood that no such
machine, plant, work material or thing has been used by the purchaser for any
purpose or any manner other than that for which they have been furnished and
installed by Contractor and specified under these specifications. In the event of
any apparatus or equipment or any part there of furnished by the Contractor is in
such Suit or proceeding held to constitute infringement, and its use is enjoined,
the Contractor shall, at his option and at his own expense, either procure for the
Purchaser, the right to continue use of said infringing apparatus or modify it, so it
becomes non infringe.
2.20.

Termination of Contract at Purchasers Initiative:

Page 23 of 49

2.20.1. The Purchaser reserves the right to terminate the contract either in part or in full
due to any reasons other than terms and conditions specified herein, by giving 15
days notice in writing to the contractor of his intention to do so.
2.20.2. The contractor upon receipt of such notice shall discontinue the work on the date
and to the extent specified in the notice, make all reasonable efforts of obtain
cancellation of all orders and contracts to the extent they are related to the work
terminated and terms satisfactory to the purchaser, stop all further subcontracting or purchasing activity related to the work terminated.
2.20.3. In the event of such termination the contractor shall be paid compensation to the
actual loss incurred by him, against production of proper proof to the satisfaction
of the Purchaser and all material available at site or at the manufacturing unit for
which compensation is claimed shall become the property of the Purchaser.
2.21. Insurance: The Contractor shall in his own interest arrange, secure and maintain
insurance as may be necessary against all possible risks, at his own cost.
2.22. Delivery Schedule, and testing of material & Liquidated Damages:
The total time allowed for dispatch of material from the date of placement of
confirmed Purchase Order is (8 eight) months excluding the time taken by AAI, if
any, delay in confirming to the supplier regarding dispatch of material etc.
2.22.1 The authorized representative of AAI as deputed by GM (Tech), AAI, New office
complex, Safdarjung Airport, New Delhi 110 003 will inspect the entire lot at the
premises of the supplier and after being satisfied the GM (Tech), AAI, New office
complex, Safdarjung Airport, New Delhi 110 003 shall confirm to the supplier of
approval of the material. The material shall be supplied / dispatched by the
supplier only after receipt of inspection / clearance certificate from GM (Tech),
AAI, New office complex, Safdarjung Airport, New Delhi 110 003.
2.22.2

The total time allowed for dispatch of material is 3 (three) months, excluding the
time taken by AAI if any, delay in confirming to the supplier regarding dispatch of
material etc., from the date of placement of confirmed Purchase Order, failing of
which liquidated damages calculated at the rate of 1% of undelivered stores per
week or part thereof on contract price, subject to a maximum of 5% shall be
levied. If the firm fails to dispatch the material within 5 weeks, the Purchase
Order shall stand cancelled at the cost & risk of the supplier and Security Deposit
forfeited and the firm shall also be debarred from participating in AAI tender for a
period of three years.
The trolleys may be supplied in 1 lot.
2.22.4 The delivery will be made at following locations. The exact quantity to be
despatched to these locations may be change at the time of placement of
Purchase Order:
2.22.3

Shopping carts:
Page 24 of 49

S.No.

Location

Qty.

1.

NSCBI Airport, Kolkata

200

2.

Chennai Airport

200

Note: The quantity (Airportwise) may vary and some more locations may be
included at the time of placement of order.
2.23. PACKING, FORWARDING AND SHIPMENT:
The Contractor wherever applicable, shall properly pack all stores in such a
2.23.1
manner so as to protect them from deterioration and damage during Air/Rail/Sea
and Road Transportation to the site and the Contractor shall be held responsible
for all damages due to improper packing. The cost of damages or replacement of
store will be on the account of the Contractor.
2.23.2 The Contractor shall notify the purchaser of the date of each dispatch and the
expected date of arrival at the destination, for the information of the Purchaser
and Consignee.
2.23.3

The Contractor shall also give all dispatch information concerning the right size
and the content of each packing including any other information, the Purchaser
may require to Purchaser and Consignee.
2.23.4 The following documents shall be sent by registered post to the Purchaser within
three days from the date of dispatch to enable the Purchaser to arrange
progressive payment to the Contractor.
a)
Invoice
b)
Packing list
c)
Pre-dispatch Clearance Certificate, if any
d)
Test Certificate wherever applicable.
2.23.5 The Contractor shall prepare detailed packing list of all packages and container
bundles and loose material forming each and every consignment dispatch to site.
The Contractor shall further be responsible for making all necessary arrangement
at his cost for loading unloading and other handling rights from his works up to
the site for F.O.R destination delivery.
2.24. Contractor's Representatives, Agents and Workmen:
The contractors shall employ only Indian Nationals and verify their antecedents and
loyalty before employing them on the work. He shall ensure that no person of
doubtful antecedent and nationality is in any way, associated with the works.
2.25 Stores and Materials:
All the stores and materials except the materials stipulated for issue by the
Authority, required for the satisfactory completion of the work shall be arranged by
contractor from his own sources/open market. No claim whatsoever shall be
entertained by the Authority on account of delay in either providing these materials
or non-availability of these materials in the market.
2.26. Co-ordination:
Page 25 of 49

The contractor shall cooperate with Authority's other contractors, compare plans,
specifications and time schedules and so arrange his work that there will be no
interference.
2.27. Program of work and Progress Reports:
The contractor shall submit within fourteen days from the date of acceptance of
the tender, detailed schedule showing the program and order in which the
contractor proposes to carry out the work with dates and estimated complete on
times for various parts of the work. Such schedules shall be got approved from the
GM (Tech), AAI, new office complex, Safdarjung Airport, New Delhi 110 003; before
starting of the work and shall be bound on the contractor. If required by the GM
(Tech), AAI, new office complex, Safdarjung Airport, New Delhi 110 003 contractor
shall furnish fortnightly or other periodical progress reports.
2.28.

Bye laws:
The contractor shall comply with all bye-laws and regulations of local and statutory
authorities having jurisdiction over the works and shall be responsible for payment
of all fees and other charges and the giving and receiving of all necessary notices
and keep the GM (Tech), AAI, new office complex, Safdarjung Airport, New Delhi
110 003; informed of the said compliance with the bye-laws, payment made,
notices issued and received.

2.29. The contractor shall indemnify the Authority against all claims in respect of patent
right, design, trademarks of name or other protected rights in respect of any
material used for or in connection with the works or temporary works and against
all claims, demands, proceedings, cost, charges and expenses whatsoever in respect
of or in relation thereto. The contractor shall defend all action arising from such
claims and shall himself pay all royalties, licence fees, damages, cost and charges of
all and every sort that may be legally incurred in respect thereof.
2.30.

i)
ii)

iii)

iv)

Terms of Payment & Paying Authority:


The Authority shall pay to the contractor in the following manner the contract
price unless agreed upon otherwise between the contractor and the Authority:
80% payment shall be made by AAI on submission of invoice, inspection certificate
and dispatch proof.
Balance payment shall be made by Airports Authority of India on receipt of the
material at site in good condition and passing the inspection / test as per
specifications after deducting for security deposit and all other penalties to which
the firm might have rendered itself liable as per terms of agreement.
No security deposit will be deducted from the payment in case the firm submits a
bank guarantee as per clause No.2.15 of Section-B and as prescribed in AnnexureIV attached with this tender document from a Nationalised Bank /Schedule Bank
(as per RBI Schedule), acceptable to the purchaser.
Payment for the Maintenance shall be paid proportionately at the end of each
quarter from the second year onwards on submission of invoice (1/4th part of
Page 26 of 49

v)

quoted annual maintenance charge) subject to deductions of LD as per clause 4.17


Last quarter payment for each year shall be released on submission of invoice
along with annual maintenance inspection report, subject to deductions of LD as
per cause 4.17
The Payment authority shall be General Manager (Finance) / Jt.GM / DGM
(Finance), Airports Authority of India, Rajiv Gandhi Bhawan, New Delhi 110 003.

2.31. Arbitration and Laws:


i)
Except where otherwise provided for in the contract all questions and disputes
relating to the meaning of the specifications, designs, drawings and instructions
wherein before mentioned and as to the quality of workmanship or materials used
on the work or as to any other questions, claim, right, matter or thing whatsoever
in any way arising out of or relating to the contract, design, drawing, specifications,
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 of abandonment thereof shall be referred to sole
arbitration as may be appointed by the Chairman, Airports Authority of India,
There will be no objection if the arbitrator so appointed is an employee of AAI and
that he had to deal with the matters to which the contract relates and that in the
course of his duties as such he had expressed views on all or any of the matters in
dispute or difference. The arbitrator to whom the matter is originally referred
being transferred or vacating his office or being unable to act for any reasons. The
Chairman, Airports Authority of India at the time of such transfer, vacation of
officer inability to act, shall appoint another person to act as arbitrator in
accordance with the terms of the contract; such person shall be, entitled to
proceed with the reference from the stage at which it was left by predecessor. It is
also in term of this contract that no person other than a person appointed by
Chairman, AAI as aforesaid should act as arbitrator and if for any reasons, that is
not possible, the matter is not to be referred to arbitration in all cases where the
amount of the claim in dispute is Rs.50,000/- (Rupees Fifty Thousand only) and
above, the arbitrator shall give reasons for the award. Subject as aforesaid the
provision of the Arbitration and conciliation Act 1996 or any statutory modification
or re-enhancement thereof and the rules made there under and for the time being
in force shall apply to the arbitration proceeding under this clause. In case of
disputes between two Govt. of India Undertakings, provisions as mentioned in
Bureau of Public Enterprises letter No. Bre/GI-001/16/MAN-2(100-75-BPE) (GM-1)
dated 1.1.1976 and its amendment from time to time shall apply.
ii)
It is a 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 amounts claimed in respect of each such dispute. The arbitrator(s) may from
time to time with consent or the parties extend the time, for making and
publishing the award.

Page 27 of 49

iii)

The work under the contract shall, if reasonably possible, continue during the
arbitration proceedings and no payment due or payable to contractor shall be
withheld on account of such proceedings.
iv)
The Arbitrator shall be deemed to have entered on the reference on the date he
issued notice to both the parties fixing the date of the first hearing.
v)
The Arbitrator shall give a separate award in respect of each dispute or difference
referred to him.
vi)
The venue of arbitration shall be such place as 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.
vii)
This contract shall be governed by the Indian Laws for the time being in force.
2.32. Contract Document:
The agreement shall be executed on a non-judicial stamp paper of value of
Rs.100/- (Rupees One Hundred only) within 30 days from the date of placement of
order and cost of the stamp paper shall be borne by contractor.

Page 28 of 49

3. SECTION C: SPECIAL CONDITIONS


3.1.

3.2.

The following special conditions shall be read in conjunction with General


Conditions of contract and amendments/corrections thereto. If there are any
provisions in these Special Conditions which are at variance with the provisions in
the mentioned documents, the provisions in these special conditions shall take
precedence.
Sufficiency of Tender:
The tenderer shall be deemed to have satisfied himself before tendering as to the
correctness and sufficiency of his tender for the works and of the rates and prices
quoted in the Schedule of Works/Items/Quantities or in Bills of Quantities which
rates and prices shall, except as otherwise provided, cover all his obligations under
the contract, and all matters and things necessary for the proper completion and
maintenance of the works.

3.3

STORE PERFORMANCE GUARANTEE:

3.3.1 The contractor shall guarantee that all stores shall be free from any defect due to
the defective materials and bad workmanship and that the stores shall operate
satisfactorily and that the performance and efficiencies of the stores shall be not
less than the guarantee values.
3.3.2 The guarantee shall be valid for a period of 12 (Twelve) months for the complete
Stores from the date of issue of completion certificate by the Officer In-charge.
3.3.3 One point guarantee shall be extended by the contractor for all stores supplied by
contractor.
3.3.4 Any parts of the stores found defective during guarantee period shall be replaced/
rectified by the contractor without any charges whatsoever. The services of the
contractor's personnel, if requisitioned during this period, for such work, shall be
made available free of any cost to the Authority.
3.3.5 If the defects are not remedied within two weeks from the date of written notice,
the Authority shall proceed to do so at the contractor's risk and expense without
prejudice to any other right.
3.3.6 THE CONTRACTOR SHALL FURNISH THE FOLLOWING GUARANTEES:
"We warrant that everything supplied by us shall be in all respects free from all
defects and results in material, workmanship and manufacture and shall be of the
highest grade and quality upto acceptable standards for all materials of the type
ordered and shall be in full conformity with all the specifications, drawings or
samples if any, and we shall be fully responsible for its efficient performance. This
guarantee shall survive inspection for acceptance and payment for the Stores but
shall expire (except in respect of the complaints notified to us) 12 months for the
complete Stores from the date of issue of completion certificate by the Officer In
charge. The complaints, if any, with respect to any defect as to materials,
workmanship, manufacture, or performance of any of the Stores or any part or
Page 29 of 49

parts thereof shall be notified by the purchaser in writing by registered post or by


cable (it shall be deemed to be received by us in respect of cable within two days
and in respect of the registered post within one week from the date of despatch)
within 12 months for the complete Stores from the date of issue of such
completion certificate."
3.3.7 The contractor shall replace such Stores which require replacement under these
conditions free of costs, charges and expenses to the purchaser. In addition, the
contractor shall be responsible for a period of 12 months for the complete Stores
from the date of issue of completion certificate by the Officer In charge, for any
defect that may develop or appear under the conditions provided for by the
contractor or use thereof arising from faulty material design or workmanship in
the Stores or any part thereof shall remedy such defects within two days from the
date of notification at his own cost, charges and expenses when called upon to do
so by the purchaser who shall state in writing in what respect the portion is faulty.
3.3.8 Any faulty components replaced or renewed under the clause shall also be
guaranteed for a period of twelve months from the date of such replacement or
removal or until the end of the above mentioned period whichever is later. If any
defect is not rectified within the said period of one week, the purchaser may
proceed to do the work at contractor's risk, acceptance and without prejudice to
any other rights which the purchaser may have on the contractor in respect of
such character as may affect the replacement or renewals of such defects.
Further, if the replacement or renewals are of such character as may affect the
efficiency of the installation the purchaser shall have the right to give the
contractor within one month from such replacement or renewal, notice in writing
for appropriate test to be carried out and should such test show to the satisfaction
of the purchaser that the Stores sustains the guarantee given in the contract, the
cost of such test shall be borne by the purchaser, should the guarantee be not
sustained the cost of the test will be borne by the contractor.
3.3.9 All inspection, replacement, or rectifications carried out by the contractor during
the maintenance period shall be at the cost, charges and expenses of the
contractor subject to the same conditions as in the contract.
3.4.

Implementation of Integrity Pact (IP)

i.

Signing of Integrity Pact is mandatory for every bidder participating in this tender and
the contractee who is awarded the work. The Pact signed on each page by the person
authorized by bidder/sub-contractor/associate to sign the bid for submission or the
person authorized to sign the contract on behalf of successful bidder shall be
submitted by the bidder in Envelope-I.

ii.

IP shall be signed on plain papers, which is pre-signed by tender issuing


authority/contract signing authority.

iii.

All sub-contractors/associates whose contribution in the project is Rs.0.50 crores


(Rupees Zero point Five crores) or above shall sign Integrity Pact with the Authority

Page 30 of 49

after the work is awarded to the successful bidder. All bidders shall inform their subcontractors/associates accordingly.
iv.

The Independent External Monitor (IEM) for this work shall be Dr. U. D. Choubey,
Director General SCOPE, (Retd. CMD, GAIL) E-1, Antriksh Greens, Sector 50, Noida
(UP) and Mr. M. P. Juneja, (Retd. Addl. Member of Railway Board) B-3/601, Uniworld
City (West), Sector-30, Gurgaon (Haryana). All correspondences to IEMs regarding
implementation of Integrity Pact, shall be addressed to Dr.U.D.Choubey C/o
Chairman, Airports Authority of India, RG Bhawan, Safdarjung Airport, New Delhi
110 003. E-mail ID of IEM is choubeyud@yahoo.com and Mr.M.P.Juneja C/o
Chairman, Airports Authority of India, RG Bhawan, Safdarjung Airport, New Delhi
110 003 mp_juneja@yahoo.com.

3.5.

The contractor shall not be entitled for any extra payment whatsoever on account
of above special conditions of contract.
General Manager (Tech.)

Page 31 of 49

4. SECTION D:
TECHNICAL SPECIFICATIONS
SHOPPING CARTS (STAINLESS STEEL TYPE)
4.1 Shopping trolleys will be of 4 wheel type. All wheels will be caster swivel type wheels.
The trolley will mainly consist of Main Frame made up of vertical & horizontal frames,
load platform and basket.
4.2 The Main frame and load platform will be of AISI grade 304 SS pipes having circular
section or elliptical section with minimum thickness of 2 0.12mm. In case of circular
sections the vertical frame dia should not be less than 30mm and horizontal frame dia
should not be less than 25mm and in case of a separate load platform mounted on
horizontal frame the size of platform frame should not be less than 22mm. In case of
elliptical section the size should not be less than 38 mm X 20 mm for Vertical and
horizontal frames and 30mm x 16mm for load platform.
4.3 Basket will be of AISI grade 304 SS Rods / Pipes having minimum capacity of 50 Liters.
The Basket will consist of frame of SS rods having a minimum thickness of 60.25mm.
The basket will be welded to the mainframe by SS welding rods.
4.4 All wheels will be of molded synthetic non-marking rubber tyred with two precision
sealed industrial double ball bearings, dust protected, metal sealed on both sides and
self-lubricated (bearings should be of SKF/NBC/TIMKEN/NTN of appropriate size
specified). Swivel will have dust protected large ball bearings with rubber sealing on
both sides (SKF/NBC/TIMKEN/NTN 6305-2RS1 or bigger size of same make and
feature). Such wheels should be guaranteed for a use of 3 years without any abnormal
wear or other manufacturing defects. In case of any failure of wheels the same shall
be replaced free of charge as per maintenance clause. The supplier shall produce
original invoice of purchase of above make bearings during inspection of trolleys.

4.5 The axles shall be made from EN 8 Rods.


4.6 Ten trolleys should stack with each other within 3.00 meters length and the design
should be such that while stacking and moving in a group of 15 trolleys, the
maneuvering should be smooth.
4.7 Overall Minimum Dimension
4.7.1

Length

700 mm

4.7.2

Height

1000 mm
Page 32 of 49

4.7.3

Width (rear)

525 mm

4.7.4

Width (front)

360 mm

4.8 Overall weight

Not less than 11 Kgs.

4.9 Normal carrying weight

4.10

Maximum carrying weight

4.11

Front and rear wheels

60 Kgs.
200 Kg. (will be checked randomly).

4.11.1 All wheels should be molded synthetic non marking rubber wheel with precision
double sealed industrial ball bearing dust protected and hub thickness
sufficient to carry a weight of 75 Kg on each wheel. Swivel will have dust
protected large ball bearings as per para 4.5. The nuts provided shall have
suitable locking arrangement to prevent loosening during normal usage. The
caster mounting should not have nut protruding to the load platform. The
wheel size should be 125X37 mm or above having bearing of
SKF/NBC/TIMKEN/NTN 6001-2Z or bigger size of same make and features.
Shore hardness 7550 Shore A. All wheels should have thread Guards.
4.11.2 The wheel and castor should conform to the testing requirement as per the
standard EN 12532. Supplier has to arrange test certification by TUV (or an
accredited lab selected by AAI) for the wheels as per EN 12532 standard.
4.12

Front bumper guard: PVC / LDPE minimum 5mm thick

4.13

Finish: Trolley frames will have Ra 0.2 to 0.4m finish or Electro Polished Shining
Finish

4.14

Advertisement panels on two sides of basket: Advertisement panel of Aluminum


plate (16 Gauge/1.5mm thick) without imprint to be fixed on basket. Combined
minimum 1800 Sq. cm space should be available

4.15

Number Plate: The size not less than 100 mm X 80 mm X 1.5 mm thick Aluminium
Plate will be riveted at an appropriate location.

4.16

Workmanship: high standard of workmanship only shall be acceptable which


includes

4.16.1 Using the latest technology for welding i.e. MIG/TIG/ARGON/ Argon welding or
better so as to achieve quality welded joints without flaws, uniform applications
and no sharp edge or weld burrs.
4.16.2 Fabrication shall be done using CNC bending machines and Jigs & fixtures to
ensure consistency in shape and dimension.
Page 33 of 49

4.16.3 Superior surface finish.


4.17

Maintenance of Trolleys:

4.17.1 The shopping cart shall be covered under maintenance for further three years. Any
defects arising during this period (except damages due to accident) shall be
attended and necessary parts (wheels, bearings, steel and plastic components etc.)
replaced free of cost to ensure serviceability. The supplier has to make one visit at
each location per year to inspect all trolleys and submit status report. Apart from
this visit, the supplier shall also undertake visit(s) to a station as and when the
number of trolleys requiring repair exceeds 10% of the trolleys supplied to that
station.
4.17.2 Maintenance cost per year per cart to be quoted in the Financial Bid as per
Annexure-II. The cost quoted shall be consolidated expenditure inclusive of service
tax, VAT etc.
4.17.3 The service calls for repairs shall be attended within a period 15 days from the
date of call. In case the visit is delayed more than 15 days, liquidated damages @
Rs.500/- shall be payable per defective carts per week subject to a maximum of
Rs1500/- per trolley.
4.17.4 The contractor shall submit Bank guarantee as per the clause 2.15.4 towards

security deposit for maintenance contract.

Page 34 of 49

Illustration of Dimensions of
Shopping Cart

900 Sq Cm
advertisement
area

1000

700

525

Page 35 of 49

3000 for 10 Carts

All Dimensions are in mm

ANNEXURE-I

ON COMPANY'S LETTER HEAD


ACCEPTANCE LETTER
(on Companys Letter head)
I/We hereby tender for the execution for the Chairman, Airports Authority
of India, of the supply specified in the underwritten memorandum within the time
specified in such memorandum at the rates specified therein, and in accordance in
all respects with specifications, design, and instructions in writing referred to in
Rule-1, hereof and the conditions of contract, design, and with such the items as
are provided for, by and in all respects in accordance with such conditions so far as
possible.
1.

Memorandum :
(a) General description

(b)

Estimated Cost

(c)
(d)

Earnest money
:
Rs.97,150/Security Deposit
:
Bank guarantee to the extent of an amount to a sum equal to @ 10% on
first Rupees one Lakh, 7.5% on second Rupees one Lakh and 5% on balance
amount of basic cost of ordered value (excluding taxes, duties,
transportation charges, if any) to AAI as prescribed in Annexure- IV
attached with this tender document, from a Nationalised Bank /Schedule
Bank as per RBI Schedule (but not from any co- operative or Gramin Bank),
acceptable to the purchaser. This BG shall be submitted within 30 days of
placement of detailed order, before the agreement is executed, between
the purchaser and the contractor. The security deposit in the form of Bank
Guarantee shall remain valid till the expiry of the guarantee and defects
liability period of the stores.
The time allowed for completion of supply is 3 (Three) months from the
date of placement of confirmed Purchase Order.

(e)
2.

3.

Manufacturing, supply and comprehensive


maintenance contract of 400 Nos. of shopping
carts (Stainless Steel Type) at various airports.
Rs.38,86,000/-

Should this tender be accepted, in whole or in part, I/We hereby agree (i) to abide
by and fulfill all the terms and provisions of the said conditions annexed hereto
and all the terms and provisions contained in notice inviting tenders so far as
applicable and/or in default thereof forfeit to and pay to the Chairman, Airports
Authority of India or his successors in office the sum of money mentioned in the
said conditions.
A sum of Rs.97,150/- is hereby transferred in the form of RTGS / NEFT through online
payment gateway of IndusInd bank / HDFC bank integrated with AAI E-Tender
portal.
Page 36 of 49

4.

5.

6.

I/We agree to execute all the works referred to in the tender documents upon the
terms and conditions contained or referred in tender document, to make any
alterations in, omissions from, additions to or substitutions for, the original
specifications, designs, and instructions mentioned herein and to carry out such
deviations as may be ordered up to a maximum of 50% of the ordered quantity at
the rates quoted in this tender document, if the repeat order is placed within one
year of placement of the original award letter.
It is clarified that after unconditionally accepting the tender conditions in its entity,
it is not permissible to put any remarks/conditions (except unconditional rebate
on quoted rates if any) in the financial bid and the same has been followed in the
present case. In case this provision of the tender is found violated, we agree
without prejudice to any other right or remedy, AAI be at liberty to forfeit the full
said earnest money absolutely.
That, I/We declare that I/We have not paid and will not pay any bribe to any
officer of AAI for awarding this contract at any stage during its execution or at the
time of payment of bills, and further if any officer of AAI asks for bribe /
gratification, I will immediately report it to the Appropriate Authority in AAI.
Dated the _____________ day of ______________2015

Signature of contractor before submission of tender


Name :
Address :
Contact No.

__________________
__________________
__________________ Fax ___________ E.mail ______________

Signature of witness to contractor's signature.


Name _______________________________
Address______________________________
Contact No. __________________ Fax ___________ E.mail ______________
The above tender is hereby accepted by me on behalf of the Chairman, Airports
Authority of India.

Dated the ________________ day of _____________2015

Signature of the officer by whom accepted.

Page 37 of 49

ANNEXURE- II
SCHEDULE OF QUANTITY WITH BREAKUP OF COST IN RUPEES
(Indicative only)
TO BE FILLED ONLINE IN E-TENDER PORTAL
S.No.

Particulars

SHOPPING CART
Rate
1
Excise Duty
2
Sales Tax / VAT without Form C & D
3
Inland Freight (on average
4

400 Nos.

basis considering different destinations)


Insurance Inland (on average basis considering different destinations)

5
Other charges(including Octroi & Entry Tax ) on average basis
6
Total
7
Maintenance cost per year per trolley 2nd Year
8
Maintenance cost per year per trolley 3rd Year
9
Maintenance cost per year per trolley 4th Year
10
Note:
1. Normal Sales Tax rates are applicable to AAI and Form C/D will not be given by the AAI.
2.

3.

It will be responsibility of the firm to find out Octroi, State Entry Tax, VAT and other duties &
levies, which are imposed by different states / stations while the stores are in transit or at
destination. Such duties and levies will be included in the net cost quoted. Any remarks such as
Octroi duty / State Entry Tax or VAT or any other charges, if applicable, shall be charged extra
shall disqualify the tender.
Payment against Inland Freight, Insurance Inland, other charges (Entry Tax & Octroi) shall be
made to the supplier as per actual or quoted price whichever is less against documentary
proof.

Page 38 of 49

ANNEXURE - IV
PROFORMA FOR BANK GUARANTEE
(SECURITY DEPOSIT)
(On Non-Judicial stamp paper of an appropriate value)
Chairman
Airports Authority of India
Rajiv Gandhi Bhawa, Safdarjung Airport
New Delhi110 004
Dear Sir,
We. hereby refer to the contract
No.
...dated..between
the
....................................................
.as
purchaser
and
M/s
. as contractor
providing in substance for the provisioning of . as particularised in the said
contract, to which specific reference is made. Under the terms of the said contract, the contractor is required to provide a
bank guarantee in a form acceptable to the purchaser for the amount to a sum equal to @ 10% on first Rupees one Lakh,
7.5% on second Rupees one Lakh and 5% on balance amount of basic cost of ordered value (excluding taxes, duties,
transportation charges, if any) to AAI extending to performance by the contractor of all the terms and conditions of the
contract.
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 full and to the same extent as if copied at length herein, we hereby absolutely and unconditionally guarantee to
the purchaser, performance of the terms and conditions of the said agreement to the extent of
. This guarantee shall be construed as an absolute, unconditional and direct
guarantee of the performance of the contract without regard to the validity, regularity or enforceability of any obligation
of the parties to the contract.
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 and may pursue any or all of it remedies at one or at
different times. Upon default of the contract, we agree to pay to the purchaser on demand and without demur the sum of
. or any part thereof, upon presentation of a written statement by the purchaser that the
amount of said demand represents damages due from the contractor to the purchaser by virtue of breach of performance
by the contractor under the terms of the aforesaid contract.
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 bank as 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 agreement or to extend the time for
performance by the contractor, from time to time any of the powers exercisable by the purchaser against the contractor
and either to forebear or enforce any of the terms and conditions relating to the said agreement and we shall not be
relieved from our liability by reasons of any variation of any extension being granted to the contractor or for any
forbearance act or omission on the part of the purchaser or any indulgence by the purchaser to the contractor or by any
such matter or thing whatsoever which under the law relating to the sureties would but for this provision have affect of so
relieving our obligation.
This guarantee is confirmed and irrevocable and shall remain in effect until and such extended
periods, which may be mutually agreed to. We hereby expressly waive notice of any said extension of the time for
performance and alteration or change in any of the terms and conditions of the said contract. This guarantee will not be
discharged due to change in constitution of the Bank or the contractor.
Notwithstanding anything contained hereinabove our liability under this Guarantee is restricted to Rs.
. (Rs. .. only) and this Guarantee is valid up to .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 04 (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,

Page 39 of 49

Note to Suppliers:
1. BG 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.

Page 40 of 49

PRE CONTRACT INTEGRITY PACT

ANNEXURE-V

This Pact made this ..day of between Airports Authority of India, a body corporate
constituted by the Central Government under the Airports Authority of India Act,1994 and having
its Corporate Office at Rajiv Gandhi Bhawan, New Delhi, and offices at .in India, hereinafter
called the Authority ( which term shall unless excluded by or is repugnant to the context, be
deemed to include its Chairman, or Member, Executive Directors, Airport Directors ,officers. or
any of them specified by the Chairman in this behalf, and shall also include its successors and
assigns) of the one part
AND
represented by of the other part, hereinafter called the Bidder/Contractor ( which
term shall unless excluded by or is repugnant to the context be deemed to include its heirs,
representatives, successors and assigns of the Bidder/ Contractor)
WHEREAS the Authority intends to award, under laid down organizational procedures, tender/
contract for .The Authority, while discharging its functions on business principles,
values proper compliance with all relevant laws and regulations, and the principles of natural
justice, ethics, equity, fairness and transparency in its relations with the Bidders/ Contractors.
WHEREAS the Authority is desirous to make its business mechanism more transparent, thus to
ensure strict adherence of the aforesaid objectives/goals, the Authority hereby adopts the
instrument developed by the renowned international non-governmental organization
Transparency International ( T I ) headquartered in Berlin ( Germany ).The Authority will appoint
an Independent External Monitor ( IEM ) who will monitor the tender process and the execution
of the contract for compliance with the principles mentioned above.
AND WHEREAS the Bidder is submitting a tender to the Authority for . In response
to the NIT (Notice Inviting Tender) dated Contractor is signing the contract for execution of

NOW, therefore,
To avoid all forms of corruption by following a system that is fair, transparent and free from any
influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to
be entered into with a view to
Enabling the Authority to obtain the desired said stores/equipment/execution of works at a
competitive price in conformity with the defined specifications by avoiding the high cost and the
distortionary impact of corruption on public procurement, and
Enabling Authority to abstain from bribing or indulging in any corrupt practice in order to secure
the contract by providing assurance to them that their competitors will also abstain from bribing
and other corrupt practices and the Authority will commit to prevent corruption, in any form, by
its officials by following transparent procedures.
The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:
1. Commitments of the Authority;
1.1
The Authority undertakes that no official of the Authority, connected directly or
indirectly with the contract, will demand, take a promise for or accept, directly or
through intermediaries, any bribe, consideration, gift, reward, favour or any material or
immaterial benefit or any other advantage from the BIDDER, either for themselves or
for any person, organization or third party related to the contract in exchange for an

Page 41 of 49

advantage in the bidding process, bid evaluation, contracting or implementation process


related to the contract.
1.2

The Authority will, during the pre-contact stage, treat all BIDDERs alike, and will provide
to all BIDDERs the same information and will not provide any such information to any
particular BIDDER which could afford an advantage to that particular BIDDER in
comparison to other BIDDERs.
1.3 All the officials of the Authority will report to the appropriate authority office any
attempted or completed breaches of the above commitments as well as any
substantial suspicion of such a breach.

2.0

In case any such preceding misconduct on the part of such official(s) is reported by the
BIDDER to the Authority with full and verifiable facts and the
same is prima facie
found to be correct by the Authority, necessary
disciplinary proceedings, or any
other action as deemed fit, including criminal
proceedings may be initiated by the
Authority and such a person shall be
debarred from further dealings related to the
contract process. In such a case
while an enquiry is being conducted by the Authority
the proceedings under the
contract would not be stalled.

3. Commitments of Bidders/Contractor.
The Bidder/Contractor commits itself to take all measures necessary to prevent corrupt practice,
unfair means and illegal activities during any stage of its bid or during any pre-contract or postcontract stage in order to secure the contract or in furtherance to secure it and in particular
commit itself to the following:3.1 The Bidder/Contractor will not offer, directly or through intermediaries, any bribe,
gift, consideration, reward, favour, any material or immaterial benefit or other
advantage, commission, fees, brokerage or inducement to any official of the Authority,
connected directly or indirectly with the bidding process, or to any person, organization
or third party related to the contract in exchange for any advantage in the bidding,
evaluation, contracting and implementation of the contract.
3.2 (i) The Bidder/Contactor further undertakes that it has not given, offered or promised to
give, directly or indirectly any bribe, gift, consideration, reward, favour, any material or
immaterial benefit or other advantage, commission, fees, brokerage or inducement to
any official of the Authority or otherwise in procuring the Contract or forbearing to do
or having done any act in relation to the obtaining or execution of the contract or any
other contract with the Authority for showing or forbearing to show favour or disfavour
to any person in relation to the contract or any other contract with the Authority.
3.2 (ii) The Bidder /Contactor has not entered and will not enter with other bidders into
any undisclosed agreement or understanding ,whether formal or informal. This applies
in particular to prices, specification, certifications, subsidiary contracts, submission or
non-submission of bids or any actions to restrict competitiveness or to introduce
cartelization in the bidding process.
3.3 The Bidder/Contractor shall, when presenting his bid, disclose the name and address of
agents and representatives and Indian BIDDERs shall disclose their foreign principals or
associates.
3.4 The Bidder/Contactor shall when presenting his bid disclose any and all the payments he
has made or, is committed to or intends to make to agents/brokers or any other
intermediary, in connection with this bid/contract.

Page 42 of 49

3.5 The Bidder/Contractor further confirms and declares to the Authority that the BIDDER is
the original manufacturer/integrator/ authorized government sponsored export entity
of the stores and has not engaged any individual or firm or company whether Indian or
foreign to intercede, facilitate or in any way to recommend to the Authority or any of its
functionaries, whether officially or unofficially to the award of the contract to the
BIDDER, nor has any amount been paid, promised or intended to be paid to any such
individual, firm or company in respect of any such intercession, facilitation or
recommendation.
3.6 The Bidder/Contractor, either while presenting the bid or during pre-contract
negotiations or before signing the contract, shall disclose any payments he has made, is
committed to or intends to make to officials of the Authority or their family members,
agents, brokers or any other intermediaries in connection with the contract and the
details of services agreed upon for such payments.
3.7 The Bidder/Contractor will not collude with other parties interested in the contract to
impair the transparency, fairness and progress of the bidding process, bid evaluation,
contracting and implementation of the contract.
3.8 The Bidder/Contractor will not accept any advantage in exchange for any corrupt
practice, unfair means and illegal activities.
3.9 The Bidder / Contactor shall not use improperly, for purposes of competition or
personal gain ,or pass on to others, any information provided by the Authority as part
of the business relationship, regarding plans, technical proposals and business
details, including information contained in any electronic data carrier. The Bidder /
Contractor also undertakes to exercise due and adequate care lest any such information
is divulged.
3.10 The Bidder/Contractor will inform to the Independent External Monitor.
i) If he receives demand for an illegal/undue payment/benefit.
ii) If he comes to know of any unethical or illegal payment/benefit.
iii) If he makes any payment to any Authoritys associate(s)
3.11 The Bidder/Contactor commit to refrain from giving any complaint directly or
through any other manner without supporting it with full and verifiable facts.
3.12 The Bidder/Contactor shall not instigate or cause to instigate any third person to
commit any of the actions mentioned above.
3.13 If the Bidder/Contractor or any employee of the Bidder/Contractor or any person
acting on behalf of the Bidder/ Contractor, either directly or indirectly, is a relative of
any of the officers of the Authority, or alternatively, if any relative of an officer of the
Authority has financial interest/stake in the Bidders/Contractors firm, the same shall
be disclosed by the Bidder/Contractor at the time filing of tender.
The term relative for this purpose would be as defined in Section 6 of the
Companies Act 1956.
3.14 The Bidder/Contractor shall not lend to or borrow any money from or enter into any
monetary dealings or transactions, directly or indirectly, with any employee of the
Authority.
3.15 That if the Bidder/ Contractor, during tender process or before the award of the
contract or during execution of the contract/work has committed a transgression in
violation of section 2 or in any other form such as to put his reliability or credibility as
Bidder/Contractor into question, the Authority is entitled to disqualify him from the

Page 43 of 49

tender process or to terminate the contract for such reason and to debar the BIDDER
from participating in future bidding processes.
4. Previous Transgression
4.1

4.2

The Bidder/Contractor declares that no previous transgression occurred in the last


three years immediately before signing of this Integrity Pact, with any other company in
any country in respect of any corrupt practices envisaged hereunder or with any Public
Sector Enterprise in India or any Government Department in India that could justify
Bidderss exclusion from the tender process.
The Bidder/Contractor agrees that if it makes incorrect statement on this subject, he
can be disqualified from the tender process or the contract, if already awarded,
can be terminated for such reason and he may be considered for debarment for future
tender/contract processes.

4.3 That the Bidder/Contractor undertakes to get this Pact signed by the subcontractor(s)
and associate(s) whose value of the work contribution exceeds
Rs 0.5
Crores.(Rupees zero point five Crores.) and to submit the same to the Authority alongwith the tender document/ contract before contract signing.
4.4. That sub-contractor(s)/ associate(s) engaged by the Contractor, with the approval of the
Authority after signing of the contract, and whose value of the work contribution
exceeds Rs 0.5 Crs. (Rupees Zero point five Crs.) will be required to sign this Pact by the
Contractor, and the same will be submitted to the Authority before doing/ performing
any act/ function by such sub-contractor(s)/ associate(s) in relation to the contract/
work.
4.5 That the Authority will disqualify from the tender process all Bidder(s) who do not
sign
this Pact or violate its provisions or fails to get this Pact signed in terms of
section
4.3 or 4.4 above.
4.6 That if the Contractor(s) does/ do not sign this Pact or violate its provisions or fails to get
this Pact signed in terms of Section 4.3 or 4.4 above. Authority will terminate the
contract and initiate appropriate action against such Contractor(s).
5. Earnest Money, Security Deposit , Bank guarantee, Draft ,Pay order or any other mode and
its validity i/c Warranty Period, Performance guarantee/Bond.
While submitting bid, the BIDDER shall deposit an EMD/SD/BG/DRAFT/PAY ORDER ETC
I/C WARRANTY PERIOD,PG/BOND, VALIDITY ETC , which is as per terms and conditions
and details given in NIT / tender documents sold to the Bidders.
6. Sanctions for Violations/Disqualification from tender process and exclusion from future
Contacts.
6.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or
acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle
the Authority to take all or any one of the following actions, wherever required:(i)
To immediately call off the pre contract negotiations without assigning any reason
or giving any compensation to the BIDDER. However, the proceedings with the
other BIDDER(s) would continue.
(ii) To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER.

Page 44 of 49

(iii)

(iv)

If the Authority has disqualified / debarred the Bidder from the tender process
prior to the award under section 2 or 3 or 4, the Authority is entitled to forfeit the
earnest money deposited/bid security.
To recover all sums already paid by the Authority, and in case of an Indian BIDDER
with interest thereon at 2% higher than the prevailing Prime Lending Rate of State
Bank of India, while in case of a BIDDER from a country other than India with
interest thereon at 2% higher than the LIBOR. If any outstanding payment is due
to the BIDDER from the Authority in connection with any other contract or any
other stores, such outstanding payment could also be utilized to recover the
aforesaid sum and interest.

(v)

To encash the advance bank guarantee and performance bond/warranty bond, if


furnished by the BIDDER, in order to recover the payments, already made by the
BUYER, along with interest.

(vi)

To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to
pay compensation for any loss or damage to the Authority resulting from such
cancellation/rescission and the Authority shall be entitled to deduct the amount
so payable from the money(s) due to the BIDDER.

(vii) To debar the BIDDER from participating in future bidding processes for a minimum
period of three years, which may be further extended at the discretion of the
Authority.
(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or
agent or broker with a view to securing the contract.
(ix)

In case where irrevocable Letters of Credit have been received in respect of any
contact signed by the Authority with the BIDDER, the same shall not be opened.

(x)

Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the


same without assigning any reason for imposing sanction for violation of this Pact.
(xi) That if the Authority have terminated the contract under section 2 or 3 or 4
or if the Authority is entitled to terminate the contract under section 2 or 3 or
4, the Authority shall be entitled to demand and recover from the contractor
damages equivalent to 5% of the contract value or the amount equivalent
to security deposit or performance bank guarantee, whichever is higher.
(xii) That the Bidder / Contractor agrees and undertakes to pay the said amount
without protest or demur subject only to condition that if the
Bidder/Contractor can prove and establish to the satisfaction of the Authority
that the disqualification / debarment of the bidder from the tender process
or the termination of the contract after award of the contract has caused
no damage to the Authority.
6.2 The Authority will be entitled to take all or any of the actions mentioned at para 6.1(i)
to (xii) of this Pact also on the Commission by the BIDDER or any one employed by it or
acting on its behalf (whether with or without the knowledge of the BIDDER), of an
offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of
Corruption Act, 1988 or any other statute enacted for prevention of corruption.
6.3 That if the Bidder/Contractor applies to the Authority for premature revocation of
the debarment and proves to the satisfaction of the Authority that he has installed a
suitable and effective corruption prevention system and also restored/recouped the

Page 45 of 49

damage, if any, caused by him, the Authority may, if thinks fit, revoke the debarment
prematurely considering the facts and circumstances of the case, and the
documents/evidence adduced by the Bidder/Contractor for first time default.
6.4 That a transgression is considered to have occurred if the Authority is fully satisfied
with the available documents and evidence submitted alongwith Independent External
Monitors recommendations/suggestions that no reasonable doubt is possible in the
matter.
6.5 The decision of the Authority to the effect that a breach of the provisions of this Pact
has been committed by the BIDDER shall be final and conclusive on the BIDDER.
However, the BIDDER can approach the Independent External Monitor(s) appointed
for the purpose of this Pact.
7. Allegations against Bidders/Contractors/ Sub-Contractors/ Associates:
That if the Authority receives any information of conduct of a Bidder/
Contractor or Sub- Contractor or of an employee or a representative or an Associates
of a Bidder, Contractor or Sub- Contractor which constitute corruption, or if the
Authority has substantive suspicion in this regard, the Authority will inform the
Vigilance Department for appropriate action.
8.
Independent External Monitor(s),
8.1.That the Authority has appointed competent and credible Independent External
Monitor(s) for this Pact.
8.2 The task of the Monitor is to review independently and objectively, whether and
to what extent the parties comply with the obligations under this Pact. He will
also enquire into any complaint alleging transgression of any provision of this Pact
made by the Bidder, Contractor or Authority.
8.3. That the Monitor is not subject to any instructions by the representatives of
the parties and would perform his functions neutrally and independently. He
will report to the Chairperson of the Board of the Authority.
8.4 That the Bidder / Contractor accepts that the Monitor has the right to access without
restriction to all project documentation of the Authority including that
provided by the Bidder/Contractor. The Bidder/Contractor will also grant the
Monitor, upon his request and demonstration of a valid interest, unrestricted
and unconditional access to his project documentation including minutes of
meeting. The same is applicable to Sub - Contractors and Associates. The Monitor
is under obligation to treat the information and documents of the Authority
and Bidder/ Contractor / Sub-Contractors/ Associates with confidentiality.
8.5. That as soon as the Monitor notices, or believes to notice, a violation of this
Pact,
he will so inform the management of the Authority and request the
management to discontinue or heal
the violation, or to take other relevant
action. The Monitor can
in
this regard submit his
recommendations/
suggestions. Beyond this, the Monitor has no right to demand from the
parties that they act in a specific manner, refrain from action or tolerate
action.
8.6 That the Authority will provide to the Monitor sufficient information about all
meetings among the parties related to the project provided such meetings could
have an impact on the contractual relations between the Authority and the
Contractor / Bidder. The parties offer to the Monitor the option to participate in
such meetings.

Page 46 of 49

8.7 That the Monitor will submit a written report to the Chairperson of the Board of the
Authority within 2 weeks from the date of reference or intimation to him by the
Authority and, should the occasion arise, submit proposals for correcting
problematic situations.
8.8 That if the Monitor has reported to the Chairperson of the Board a
substantiated suspicion of an offence under relevant Anti-Corruption Laws
of India and the Chairperson has not, within reasonable time, taken visible
action to proceed against such offence or reported it to the Vigilance
Department, the Monitor may also transmit this information directly to the
Central Vigilance Commissioner, Government of India.
8.9 The word Monitor would include singular and plural.
9. Facilitation of Investigation.
In case of any allegation of violation of any provisions of this Pact or payment of
commission, the Authority or its agencies shall entitled to examine all the documents
including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary
information and documents in English and shall extend
all possible help for the
purpose of such Examination.
10. Law and Place of Jurisdiction.
That this pact is subject to Indian Law. The place of performance and jurisdiction is the Corporate
Headquarter /the Regional Headquarter / office of the Authority, as applicable.
11. Other Legal Actions
11.1 That the changes and supplements as well as termination notices need to
be made in writing.
11.2 That if the Bidder / Contractor is a partnership or a consortium, this
Pact
must be signed by all the partners and consortium members or their authorized
representatives.
12. Pact duration (Validity)
14.1 That this Pact comes into force when both the parties have signed it. It expires for the
Contractor 12 months after the final payment under the respective contract, and for
all other Bidders 3 months after the contract is awarded.
12.2.
That if any claim is made / lodged during this period, the same shall be binding
and continue to be valid despite the lapse of this Pact as specified herein
before, unless it is discharged/determined by Chairman of the Authority.
12.3
That should one or several provisions of this Pact turn out to be invalid; the
remainder of this Pact shall remain valid. In this case, the parties will strive to
come to an agreement to their original intentions.
13. Company Code of Conduct
Bidders are also advised to have a company code of conduct (clearly rejecting the use of
brides and other unethical behavior) and a compliance program for the implementation of
the code of conduct throughout the company.
14. The parties hereby sign this Integrity Pact at _____________ on _______________
Buyer

BIDDER

Name of the Officer


Designation

CHIEF EXECUTIVE OFFICER

Page 47 of 49

Deptt./Ministry/PSU
Witness
1.
___________________________
2.

___________________________

Witness
1. ___________________________
2. ______________________________

Page 48 of 49

Annexure VI
Format for submission of transportation, insurance and statutory levy details
Shopping carts:
S.No.

Location

1.

NSCBI Airport, Kolkata

2.

Chennai Airport

Statutory Levies:
Sl No Statutory levy quoted
1
Excise Duty
2
VAT
3
Sales Tax
4
Any other levy____________

Transportation.

Transit
insurance

Percentage ruling as on date

Page 49 of 49

You might also like