AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT...

39
AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost of the Document – Rs1,125/- (Including VAT @12.5%) TENDER DOCUMENT TENDER NO.: AAI/WR/MUM/ACS/STORES/37/2013-14 TITLE: E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

Transcript of AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT...

Page 1: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

AIRPORTS AUTHORITY OF INDIA

MUMBAI AIRPORT MUMBAI-400099

Cost of the Document – Rs1,125/- (Including VAT @12.5%)

TENDER DOCUMENT

TENDER NO.: AAI/WR/MUM/ACS/STORES/37/2013-14

TITLE: E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

Page 2: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 2

Page left blank

Page 3: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 3

TABLE OF CONTENTS

S No Section PARTICULARS PAGE

1. Section-I Notice Inviting Tender 04

2. Section-II Instructions to bidders 08

3. Section-III General Terms & Conditions 17

4. Section -IV Special Terms & Conditions 23

5. Annexure-I Specifications 24

6. Annexure-II Acceptance Letter 25

7. Annexure-III Bank Account Details 26

8. Annexure-IV Compliance Statement 27

9. Annexure-V List of Models Offered 28

10. Annexure-VI Application for extension of Time 29

11. Annexure-VII Performance Bank Guarantee 31

12. Annexure-VIII Intimation of Force Majeure 33

13. Annexure-IX Consignee & Delivery Schedule 34

14. Annexure-X Bank Account Details of AAI 35

15. Letter format Letter to be uploaded in Technical folder 36

16. Letter format Letter to be uploaded in Technical folder 37

17. Schedule-B Sample Price Schedule 38

Name of Work: Procurement of spare parts for IER512C

& IER400B Flight Strip Printer

Tender No. AAI/WR/MUM/ACS/STORES/37/2013-14

Important Dates Last Date of Sale of Tender upto 1600 Hrs on 17.04.2014 Last Date for clarifications upto 1600 Hrs on 17.04.2014

Last Date of submission of tender

1500 hours on 22.04.2014

Date of opening of Eligibility Criteria Bid

1530 hours on 22.04.2014

Estimated cost of the work Rs.22,06,576/- Earnest Money Deposit Rs.44,132/-

Page 4: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 4

SECTION –I NOTICE INVITING TENDER

1. E-tenders are invited by the Regional Executive Director on behalf of the

Chairman, AAI for “Procurement of spare parts for IER512C & IER 400B Flight Strip Printer”

2. Estimated cost of the work is Rs.22,06,576/- (Rupees Twenty Two Lakhs Six

Thousand Five Hundred Seventy Six Only). Earnest Money Deposit for the tender is Rs.44,132/- (Rupees Forty Four Thousand One Hundred Thirty Two only).

3. Vendor should have successfully completed supply of Thermal Print Head or

electronic spares in last 07 years, for Government Departments or Public Undertakings or Private sectors (with in India).

a. One order of value more than or equivalent to 80% of estimated cost or b. Two orders each of value more than or equivalent to 50% of estimated cost or c. Three orders each of value more than or equivalent to 40% of estimated cost

Certification of satisfaction with complete detail of the same work carried out shall be uploaded.

4. All the items offered must be standard and proven products which are already available in the market. The products assembled to meet the specifications of the tender shall not be acceptable.

5. The tendering process is online at the e-portal of AAI, URL

https://etender.aai.aero/irj/portal or www.aai.aero 6. Bidder shall submit a non-refundable tender fee of Rs.1,125/- (Rupees One

Thousand One Hundred Twenty Five Only) towards the processing of e-tender. This shall be payable through the payment gateway in the e-portal.

7. Tender documents shall be downloaded from e-tendering portal of Airports

Authority of India Website http://etender.aai.aero/irj/portal. Only one tender document shall be downloaded by a single party either a firm or an individual. The proprietor of more than one company or firm will be considered as single party and one legal entity. Downloaded tender documents shall be digitally signed & uploaded through e-tendering portal along with the details of the non-refundable tender fee. Any amendment or corrigendum to the tender document shall be posted only on AAI e-portal.

8. 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.

Schedule of Important Activities Date & Time Last Date & Time for response to bidders’ queries by

AAI 17.04.2014 1600 hrs

Last Date for download of tender document 17.04.2014 1600 hrs Last Date for submission of PQQ, Technical and Price bids

22.04.2014 1500 hrs

Page 5: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 5

Date of opening of pre-qualification bid 22.04.2014 1530hrs Opening of Technical bids Will be notified Opening of Price bids Will be notified 9. Bidder shall upload tender on AAI E-Portal will in advance to avoid last minute

hassles. AAI shall not entertain any queries on such subject after last date of downloading tender document i.e. 17.04.2014, 1600hrs

10. Clarification needed if any may be sought through the “query” option provided

in the e-tendering portal. Bidders are advised to visit the e-tendering portal to get the details in this regard.

JT. GENERAL MANAGER (CNS) A.C.S. (STORES)

For GM (CNS) MUMBAI.

Page 6: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 6

SECTION –II Instructions to the bidders on e-Tendering process

All the fields mentioned in the PQQ and technical criteria shall be filled without fail. Details like Sales Tax/VAT Registration number, Service Tax Registration number, PAN number, Details of years for which Balance sheet is submitted, Value of work executed, Contact details of officers providing satisfactory service certificate, etc shall be mentioned in the comment column of the relevant PQQ criteria.

The tenderers are required to furnish an Earnest Money Deposit through RTGS in favour of Airports Authority of India as per details provided in Annexure- X. A copy of the receipt of the payment made is to be uploaded with the Technical Bid of Tender documents at the time of submission. Alternately tenderers may submit demand draft for the requisite amount on a National/Scheduled Commercial bank and submit the same before the date and time of opening of technical bid

EMD in the form of electronic payment shall be deposited to the bank account of Airports Authority of India as per account details attached with this tender notice and the details of the payment shall be entered in the comment column.

Even a single unfilled field may make the bid in-eligible for further processing.

Make & model for each item in the technical compliance statement shall be indicated and relevant brochure indicating the compliance of each specification shall be uploaded in the technical bid.

The price bid shall be submitted through the e-portal. All relevant columns constituting the components of the total price shall be entered.

Once the PQQ bid is opened, no further access or modification is permitted to the vendor

E-Tendering Participation process: Interested vendors willing to participate through e-tendering process are required to register themselves on the portal followings the process given below:

Click on the link -> New bidder> Apply for authentication

User name and Password: The User name and Password is essential for downloading of tender document. The tender document is uploaded by AAI using digital signatures. However, digital signature is not required to down-load the tender document. The portal can be viewed through guest user (id) for getting tender details & other information at portal.

There is no registration fee applicable. However, bidder(s) shall have to pay the tender document fees.

Digital Signature: Vendors are required to obtain digital certificate of Class III from authority duly certified from Govt. of India. (Please see www.cca.gov.in)

Bidder’s training support system: Detailed information in this regard have been provided to the bidders at the portal.

For any technical assistance bidders may contact as mentioned below:

Page 7: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 7

Sl No Timing Between Help Desk Number e-mail Address 1. 08:00 hrs to 19:00 hrs 011-24626632 [email protected] 011-24632950 Extn-3512 08510096961 08510096262 08510096363 2. Mr Mukesh Kumar 011-24632950 [email protected] (after 4 hours of issue) Extn-3505 3. Mr A K Sharma 011-24647596 [email protected] Jt GM (IT) (After 12 hours of issue) 4. General Manager (IT) 011-24656414 [email protected] (After 24 hours of issue) The above mentioned help desk numbers are intended only for queries related to the issue of e-tendering portal and help needed on the operations of the portal. For queries related to the tenders published on the portal, bidders are advised to contact concerned Bid Manager from AAI

JT.GENERAL MANAGER (CNS) A.C.S. (STORES) For GM (CNS) MUMBAI.

Page 8: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 8

INSTRUCTIONS TO BIDDERS A. INTRODUCTION 1. DEFINITIONS 1.1 “AAI / The Buyer” means the Airports Authority of India 1.2 "The Bidder / Vendor" means the individual or firm who participates in this

tender and submits its bid. 1.3 “Project Leader AAI” means the AAI executive responsible for signing all

documents from AAI side and shall coordinate all the activities of the project with the bidder / contractor.

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

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

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

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

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

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

2. COST OF BIDDING The Bidder shall bear all costs associated with the

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

B. THE BID DOCUMENTS 3. BID DOCUMENTS

The required materials, bidding procedures and contract terms are prescribed in the Bid Documents. The Bid Documents include-

Section I Notice Inviting Tender Section II Instructions to Bidders Section III General Terms & Conditions of the Contract Section IV Special Conditions of the Contract Annexure I Technical Specifications Annexure II Acceptance Letter Annexure III Bank Account Details Annexure IV Compliance Statement Annexure V List of make & models offered Annexure VI Application for extension of time Annexure VII Performance Bank Guarantee

Page 9: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 9

Annexure VIII Format for intimation of force Majeure Annexure IX Consignee & Delivery Schedule Annexure X Bank Account Details of AAI Letter Format: Letter to be attached with the technical Bid Letter Format: Letter to be attached with the price Bid Schedule-A: - Sample Price Schedule The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid Documents. Failure to furnish all information required as per the Bid Documents or submission of bids not substantially responsive to the Bid Documents in every respect will be at the bidder's risk and shall result in rejection of the bid.

4. AMENDMENTS TO BID DOCUMENTS 4.1 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/corrigendum will be notified through AAI’s e-Procurement portal at http://etender.aai.aero/irj/portal

C. PREPARATION OF BIDS 5. DOCUMENTS COMPRISING THE BID 5.1 The bid prepared by the bidder shall be in three parts containing PQQ,

technical bid and financial bid process. 5.2 Tenders once uploaded shall be final and no amendment thereto shall be

permitted. One bidder shall submit only one tender. 5.3 PQQ Document uploaded properly will contain the following in light of

the eligibility requirement: a. Tender fee (shall be paid through the e-portal) b. Proof of Sales Tax/VAT Registration number. c. Proof of execution of supply of Thermal Print Head or electronic spares

executed in the last 7 years, to Government Departments or Public Undertakings or Private sectors (with in India). The firm should have executed three separate works each for a value equal to 40% or two separate Works Orders of 50% or single work of 80% of the estimated cost, for Government Departments or Public Undertakings or reputed Private sectors (with in India).

d. Proof of satisfactory service for the above mentioned Purchases/works from the same customer shall be attached. (Firms who are submitting work experience certificate from Non-Government / Non PSU organization shall submit Tax deduction at source certificate in support of their claim for having experience of stipulated value of work).

e. Proof of annualized average financial turnover of at least 30% of estimated cost during last three financial years, ending 31st March of the previous year.

Page 10: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 10

Bidders shall upload the scanned copy of the above documents from Sl. No.(a) to (e) in readable form at AAI e-tendering portal for eligibility bid. All documents shall be digitally signed.

5.4 List of documents to be uploaded in Technical folder:

The original format available in tender document shall be used and filled wherever it is required.

a. Payment Confirmation for Earnest Money Deposit of Rs.44, 132/- To the bank account of Airports Authority of India as per account details attached with the tender notice OR Copy of Earnest Money Deposit (EMD) in the form of Bank draft shall be uploaded in the technical folder. Cash shall not be accepted. The original shall be submitted to O/o JT.G.M. (CNS), A.C.S. Stores, Andheri (E) - 99 in sealed cover on or before the last date of submission.

b. Power of attorney for signing of tender documents and execution of work in non-judicial stamp paper properly authorized by notary public.

c. Duly Filled Compliance Statement (Annexure – IV). d. Letter for Un-conditional Acceptance of terms & conditions of tender

(Annexure – II). e. Bank account details of bidder (Annexure III) f. List of Make & Models offered in the tender (Annexure – V). g. Signed copy of original tender in proper order. h. Supporting technical brochures for each make and model of offered

product with all technical specifications.

Bidder shall scan and upload the above documents in Sl. No. (a) to (h) in e-portal for Technical Bid. The documents shall be digitally signed.

5.5 Price Bid: Price bid shall be submitted in “items” section of e-tendering Portal 6. BID PRICES 6.1 Prices indicated in Sample Schedule-A shall be entered in the following

manner: 6.2 The basic unit rate of the Items, Excise duty, Sales Tax/Service Tax/VAT,

Insurance, Freight forwarding, packing and any other levies/charges already paid or payable by the bidder shall be quoted item wise.

6.3 The bidder shall quote only one price for each item of same specification against the nomenclature in schedule-A. The price schedule will be as per format in schedule-B in terms of nomenclature of items and all details for each item should be filled up in e-portal. Offering products with options of more than one brand or multiple models of same brand against one item or changing the nomenclature from the specified nomenclature in price schedule of AAI shall make the Technical/Financial Bid of the vender invalid and such offer will be considered non-responsive & incomplete and will not be considered for financial evaluation.

6.4 The bidder shall quote in e-portal as per price schedule given in Schedule ‘A’ for all the items as per specifications in Annexure I.

6.5 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. A bid

Page 11: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 11

submitted with an adjustable price quotation will be treated as non-responsive and rejected.

6.6 The price approved by the AAI for SITC will be inclusive of levies and taxes, packing, forwarding, freight and insurance as mentioned in Clause 6.2 above. Break up in various heads like Excise duty, Sales Tax/Service Tax/VAT, Insurance, freight and other taxes paid/payable as per Clause 6.2 is for the information of the Buyer and any changes in these shall have no effect on the price during the scheduled period of delivery.

6.7 Post offer discount, if any, offered by the bidders shall not be considered. Bidders’ planning to offer discount shall therefore modify their offers suitably while quoting and shall quote clearly net price taking into account discount, free supply etc. However, such discounts from the firm declared as L1 on the basis of post bid negotiations if any shall be considered and such negotiated offered when agreed by AAI & the bidder shall form a part of the financial Bid.

6.8 All levies and taxes should be clearly quoted. Ambiguous terms such as “Taxes as applicable” or “as per actual” etc shall be considered as incomplete offers and dealt with as per clause 6.3 above and 20.2 of section-II.

7. DOCUMENTS ESTABLISHING ITEMS CONFORMITY TO BID DOCUMENTS 7.1 The bidder shall furnish, as part of his bid, documents establishing the

conformity of his bid to the Bid document of all Items and services, which he proposes to supply under the Contract. Submission shall be as follows:

7.2 The documentary evidence of the Items and services in conformity to the Bid Documents shall be in the form of literature, drawings and data sheet that the Bidder shall furnish. These shall be attached as Annexure to the Compliance Statement as per table below.

7.3 Compliance Statement in Annexure-I shall be in the format given below.

Sl. No. Specification Ref (Complied/ Not Complied/Partially Complied)

7.4 Bidder must upload required technical brochures / literatures / data sheets

for all the products asked in the tender to ensure that compliance to all the specifications given in the tender document can be verified. All the brochures/literature/datasheets shall be counter signed and stamped by the vendor or authorized signatory of vendor. Non-availability of specifications (as mentioned in the tender document) in the brochure/literature will be treated as non-compliance and no clarifications shall be asked in this regard. If bidder fails to submit the required brochures/literatures along with the tender document, it shall be treated as non-compliance and may lead to outright rejection of bid submitted by bidder. No clarifications in this regard shall be sought from the bidder.

7.5 The supporting documents downloaded from websites shall have the complete URL of the page in the header or footer.

7.6 Each specifications sought shall be marked or highlighted in the attached brochures / literatures / data sheets. The brochures / literatures / data sheets shall be superscripted with the Item Number and shall be arranged sequentially. The supporting documents shall carry all the required specifications and same shall be marked.

7.7 The compliance statement uploaded as per clause 8.3 shall be duly supported by technical literature, items brochures & other related reports /

Page 12: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 12

documents from the OEM. The compliance statement not supported by the documentary evidence shall not be considered. Such bids shall be considered as non-responsive and may result in rejection on technical grounds.

7.8 The products offered by the bidder shall be supported and a letter from the prospective supplier in writing that the product offered is available in the market and will be supplied without any change in specifications & model during the currency of the contract shall be required.

7.9 The product/configuration offered by the bidder must be standard and proven. Bidder shall upload a list of clients/locations where similar product/ configuration are available. AAI, if so desire, may visit these locations to verify that all the specifications and operational requirements are met as mentioned in the tender document. Any non-compliance observed during such visits shall lead to rejection of bid.

8. PERIOD OF VALIDITY OF TENDER (BID) 8.1 The tender (Bid) shall remain valid for a minimum of 180 days from the date

of opening of PQQ. The bidder shall not be entitled, to revoke or cancel the offer or to vary any term thereof, during the above period of validity without the consent in writing of AAI. In case of the bidder revoking or canceling the offer or varying any term in regard thereof, the bidder's earnest money deposit shall be forfeited.

8.2 If there is any delay in finalization of the tender due to unforeseen factors, all the bidders shall be asked to extend the validity for an appropriate period, specifying a date by which tender is expected to be finalized. The request and the responses thereto shall be made in writing. The tender process will not be vitiated if any tenderer declines to extend the offer as requested for.

9. FORMATS AND SIGNING OF BID 9.1 The e-Bid shall be digitally signed by the bidder at e-tendering portal duly

authorized to bind the bidder to the contract. Written power-of-attorney in proper format (Section-II, clause 2.3-b) accompanying the bid shall indicate the letter of authorization. The person or persons signing the bid shall sign all pages of the bid, except for printed literature. The bids submitted shall be in proper readable format, encrypted as per e-tendering portal requirements. Standard Printed terms and conditions of the company other than the NIT conditions shall not be considered.

10. SEALING AND MARKING OF BIDS 10.1 The bidders shall digitally sign and encrypt their bid and upload the bid

online at AAI e-tendering portal. 10.2 If all documents are not digitally signed & encrypted, the buyer shall not

accept such bids for evaluation purpose and treated as non-responsive. Such bid shall be liable to be rejected.

11. SUBMISSION OF BIDS 11.1 The buyer shall receive the bids online through AAI e-portal not later than

the scheduled date specified in the NIT. 11.2 The Buyer may, at its discretion extend this deadline for the submission of

the bids by amending the bid documents in accordance with Clause 5 in which case all rights and obligations of the Buyer and bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

Page 13: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 13

11.3 The bidder shall submit his bid online at AAI e-tender portal only. The vendor shall download the tender document and submit the same in technical bid. No separate documents shall be acceptable. Only relevant attachments, if any other than the tender document, shall be listed out for reference.

12. LATE BIDS 12.1 e-portal systems shall not permit uploading of bids after the scheduled time

of submission. 13. CORRECTIONS / MODIFICATIONS AND WITHDRAWAL OF BIDS 13.1 The bidder may modify his digitally signed bid after submission prior to the

deadline through provisions of e-tendering portal. 13.2 Subject to Clause 16, no bid shall be modified subsequent to the deadline for

submission of bids.

BID OPENING AND EVALUATION

14. OPENING OF TECHNICAL BIDS: 14.1 The Buyer shall open PQQ Bids as per scheduled Tender Opening Date and

Time. Authorized representative of AAI shall download all the up-loaded documents against “PQQ” and evaluate bids for Pre-qualification. Bidders May remain present at the venue. i.e. AAI’s premises during the opening of “PQQ” or Bidder can monitor the “PQQ” opening process On-line.

14.2 AAI will inform the schedule date and time of opening of Technical bid to qualified bidders. Bidders may present at the venue during opening of “Technical Bid” or can monitor online the bid opening process.

14.3 AAI may seek clarification on technical details or any other information deemed necessary. Such queries raised on-line on AAI’s 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.

15. CLARIFICATION / CONFIRMATION OF COMPLIANCE OF BIDS 15.1 To assist in the examination, evaluation and comparison of bids the Buyer

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 e-portal. However, no post bid clarification / confirmation of compliance at the initiative of the bidder shall be entertained.

15.2 It may be noted that only the written enquires / clarifications shall be responded by written responses and no verbal / telephonic enquiry shall be entertained during the tender process.

16. EVALUATIONS AND COMPARISON OF SUBSTANTIALLY RESPONSIVE

TECHNICAL BIDS: 16.1 The Buyer shall evaluate in detail the Technical Bids and determine whether

the bid complies with all the Qualitative Requirements. A short-list of bidders qualifying technically shall be drawn and thereafter these short-listed bids shall be treated at par for the purpose of financial comparison. In case deviations are necessary on technology up-gradation all the bidders qualifying technically shall be given an opportunity to revise Financial Bids

Page 14: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 14

by way of submitting supplementary Financial Bids. Only technically successful bids will be considered for financial bid opening.

17. CLAUSE NOT APPLICABLE 18. OPENING OF THE FINANCIAL BIDS: 18.1 Date and Time of opening of Financial Bid shall be notified to successful

bidders through AAI’s e-Procurement Portal. Bidders may present at the venue during opening of financial bid or can monitor on-line the bid opening process.

18.2 The bidder shall issue authority letters to their representatives to attend the opening of financial bids.

18.3 A maximum of two representatives for any bidder shall be authorized and permitted to attend the bid opening.

18.4 The comparison for evaluation shall be of the total cost of the bid inclusive of all Taxes, Levies and Charges. A short list of first three lowest bidders in ascending order shall be drawn and named L1, L2 and L3.

18.5 The Bidder's names, Bid prices, modifications, bid withdrawals and such other details as the Buyer, at its discretion, may consider appropriate; will be announced at the opening.

19. CONTACTING THE BUYER 19.1 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. Such rejected tenders will not be returned.

19.2 No bidder shall try to influence directly or through external source, the Buyer on any matter relating to its bid, from the time of publication of NIT till the time the contract is awarded.

19.3 Any effort by a bidder to influence the Buyer in the bid evaluation, bid comparison or contract award decisions shall result in the rejection of the bid, and such actions will be considered as bad performance for future Projects.

20. AWARD OF CONTRACT 20.1 The acceptance of the tender will be intimated to the successful bidder by

AAI, either by fax, letter or by e-mail. 20.2 AAI shall be the sole judge in the matter of award of contract and decision of

AAI shall be final and binding. 20.3 AAI reserves the right to accept or reject any offer in full or partially.

21. RIGHT TO ACCEPT OR REJECT THE TENDERS 21.1 The right to accept the tender in full or in part/parts will rest with AAI.

However, AAI does not bind itself to accept the lowest tender and reserves to it-self the authority to reject any or all the tenders received without assigning any reason whatsoever.

21.2 Tenders not accompanied with prescribed information or are incomplete in any respect, and/or not meeting prescribed conditions, shall be considered non-responsive and are liable to be rejected.

21.3 The Buyer reserves the right to accept or reject any bid or a part of the bid or to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reason whatsoever and without thereby incurring any liability to the affected bidder or bidders on the grounds for the Buyer’s action.

Page 15: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 15

21.4 Pursuant to Clause 20.3 the documentation uploaded by bidder shall not be returned unless the bidder explicitly states this request at the time of submission of the tender. AAI also reserves the right at its sole discretion not to award any order for the tender called. AAI shall not pay any costs incurred in the preparation and submission of any tender.

21.5 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.

21.6 Tenders from vendors who have not submitted Earnest Money Deposit (EMD) shall be rejected outright.

21.7 Should a bidder have a relation or relations employed in AAI in the capacity of an officer, the authority inviting tender, shall be informed. In the event of failure to inform and in a situation where it is established that the relation or relations employed in AAI has / have tried to influence the tender proceedings then AAI at its sole discretion may reject the tender or cancel the contract and forfeit the Earnest Money.

21.8 The requirements indicated in this NIT are the minimum and bids of the firms not complying with these minimum requirements or having deviations equivalent to the minimum requirements shall be rejected. However, higher than the minimum requirements shall be technically acceptable without any additional financial implication.

21.9 Any correspondence after the opening of the technical bid, from the bidder, regarding the bid unless specifically sought by AAI shall not be considered. Such post bid offers / clarifications may be liable for action as per clause 19 above.

22. ISSUE OF WORKS ORDER 22.1 The acceptance of the tender will be intimated to the successful bidder by

AAI, either by Telex / telegram / cable / fax or by letter. 22.2 The issue of a Works Order / Purchase Order shall constitute the intention

of Buyer to enter into the contract with the bidder. 22.3 Acceptance of the Works order / Purchase Order will be deemed as effective

from the date of issue of Works Order / Purchase Order. All formalities of submission of the Contract Performance Bank Guarantee in pursuant to clause 6 of section-III of NIT in the format attached at Annexure VII and signing of the contract shall be completed within 25 days of the Work Order.

22.4 AAI shall be the sole judge in the matter of award of contract and decision of AAI shall be final and binding.

23. SIGNING OF CONTRACT: 23.1 The issue of Works Order / Purchase Order shall constitute the award of

contract on the bidder. The signing of the Contract shall be completed within 25 days of the acceptance of the Works Order / Purchase Order.

24. ANNULMENT OF AWARD 24.1 Failure of the successful bidder to comply with the requirement of Clause 23

shall constitute sufficient ground for the annulment of the award and forfeiture of the EMD in which event the Buyer may make the award to any other bidder at his discretion or call for new bids.

25. QUALITY ASSURANCE REQUIREMENTS

Page 16: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 16

25.1 The supplier shall submit copies of Valid Certificates to ensure that all works comply with standards specified in the Technical specifications.

26. TRANSFER OF TENDER DOCUMENT

26.1 Transfer of Tender Documents by one bidder to another is not permissible. Similarly transfer of tenders submitted by one bidder in the name of another vendor is not permissible.

27. CONTRACT MONITORING 27.1 The buyer shall held regular contract monitoring meetings after the award of

the contract to monitor the performance of the contract

27.2 First such meeting shall be held within one week of award of the contract. The date and time of such meeting shall be intimated to the contractor / supplier by fax. / Post or e-mail. The date and time of subsequent meetings shall be decided and recorded in previous meetings.

27.3 The proceedings of each meeting shall be recorded and action as required

towards successful completion of the project shall be initiated promptly by both AAI and the contractor. Project review meetings shall be with reference to milestone and contract performance analysis.

28. REPEAT ORDER

AAI reserves the right to give repeat order with the same terms & condition as first order except for the quantity of the items & accessories or part thereof and related paras which shall not exceed 50% of the quantity supplied in this purchased order.

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

Page 17: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 17

SECTION - III

GENERAL TERMS & CONDITIONS OF THE CONTRACT 1. Purpose & Scope 1.1 This document sets out the terms & conditions be met in connection with

the provision of “E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER.” to AAI for the work as per details given in the notice inviting Tender with specifications in Annexure-I.

1.2 This tender document includes details like quantity, place of delivery etc. 2. Compliance 2.1 The unconditional acceptance of all the terms & conditions of the NIT has to

be uploaded through the portal. The format of the letter is attached at Annexure-II.

2.2 The submission of the tender will imply acceptance of all the tender condition by the bidder laid in tender document including all the Annexure(s) & schedules to the tender document.

2.3 The compliance to the terms & conditions should be supported by authenticated documentation wherever required.

2.4 Each page of the Bid and cuttings / corrections shall be duly signed with stamp by the bidder.

2.5 The submission of unconditional acceptance as described at 2.1 is essential for the tender evaluation. The failure to submit the unconditional acceptance statement in the said format shall result in the tender being rejected.

3. Language and Currency 3.1 The bidder shall quote the rates in English language and international

numerals. The rates shall be in whole numbers. The rates shall be written in both figures as well as in words. Over writing is not permitted. In case of disparity in figures & words, the rate in words will be considered. In the event of the order being awarded, the language of all services, manuals, instructions, technical documentation etc. provided for under this contract will be English. The bidders should quote only in Indian Rupees and the bids in currencies other than Indian rupees shall not be accepted.

4. Standard Conditions. 4.1 Standard printed conditions of the bidder to the offer, other than the

conditions specified here, will not be acceptable. 4.2 For the purpose of the tender, the metric system of units shall be used. In

the event of any discrepancy, the rates quoted by the bidder in the "basic unit rate" column will be the correct basis and not the amount worked out by them. Also the rates quoted in words will be the correct basis and not the rate shown in figures.

4.3 All entries in the tender shall either be typed or be in ink. Erasures shall render such tenders liable to summarily rejection. The bidder shall duly attest all corrections, cancellation and insertions.

4.4 Bidder's offers shall be with reference to section and clause numbers given in the tender schedules.

Page 18: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 18

5. Earnest Money 5.1 The Earnest Money Deposit (EMD) amount of Rs.44,132/- (Rupees Forty

Four Thousand One Hundred Thirty Two Only) is to be deposited to the bank account of Airports Authority of India as per account details attached with this tender notice Alternately tenderers may submit demand draft for the requisite amount on a National/Scheduled Commercial bank and submit the same before the date and time of opening of technical bid

5.2 The EMD of the technically unsuccessful bidders shall be discharged / returned after the completion of the technical evaluation process.

5.3 The EMD of the unsuccessful bidders other than the lowest three bids shall be discharged/ returned promptly, after evaluation of financial bids.

5.4 The EMD of the unsuccessful bidders other than the lowest bidder shall be returned as soon as the work is awarded.

5.5 The EMD of the successful bidder will be returned after the bidder provides the performance guarantee, as required in Para 6 of this section of the tender document.

5.6 The EMD amount shall be forfeited in the following events. 5.6.1 If the successful bidder fails to enter into a contract with AAI within 25 calendar days after the receipt of the purchase order / work order as specified under clause 24.1 of section-II. 5.6.2 In the event of not accepting the conditions of the contract even after

agreeing to do so and submitting the letter of un-conditional acceptance of terms as per letter in Annexure-II. 5.6.3 In a situation referred in clause 21.7 of section –II.

5.7 If the successful bidder fails to submit a valid performance guarantee as stipulated in clause 6 of section-III within 25 calendar days after the receipt of the work order, no payment for the work done in respect of first Running Account Bill will be released to the contractor. Moreover interest @ 10% per annum on PBG amount would be levied (non-refundable) for delayed period of submission.

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

6. Security Deposit /Performance bank guarantee 6.1 The security deposit @10% of the quoted value (excluding the taxes) will be

deducted from the bill payment after adjusting the EMD amount. Or Bank Guarantee: The security deposit can also be accepted in the form of

performance bank guarantee of 10% of the total order value to AAI in the form of irrevocable and unconditional bank guarantee furnished by any of the nationalized/ scheduled bank as per Proforma attached as Annexure VIII. The bank guarantee shall be valid during the period of warranty/guarantee from the date of satisfactory completion of the supply.

6.2 The security deposit will be returned to the successful bidder at the end of

the period of liability (i.e. warranty/guarantee) without interest. 6.3 The bidder as per operation, installation, maintenance manuals and

performance guarantee tests supplied by the successful bidder. The successful bidder will be fully responsible for the guaranteed performance of the supplied items and warranty obligations.

Page 19: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 19

7. Correspondence 7.1 All correspondence would be directly with the bidder and correspondence

through agents will not be entertained. 8. Testing and Inspection

8.1 The testing and inspection of the equipment / components procured shall be

carried out in two stages as follows: 8.1.1 Post receipt / pre-installation testing

This testing / inspection shall be performed at the AAI site at the time of delivery of the equipment and the inspection team shall inspect the goods against any physical damage on delivery. The inspection team shall also check the goods delivered against the models ordered. The inspection team shall reject the items, which are not delivered as per the contract or any subsequent modifications to the contract, in terms of make & model. The inspection shall also receive the goods after inspection.

8.1.2 Post installation Acceptance testing / Inspection

This testing / inspection shall be performed after the completion of installation. The inspectors shall verify the supplied item during this testing and shall sign the installation report after successful completion of the post installation testing. Defects / shortcomings brought out in this testing shall have to be attended as per the contract within the permitted time schedule.

8.2 Warranty: Supplier should supply warranty certificates along with the

supply of spares of IER 512C & IER 400B Flight Strip Printer. If any spares supplied found to be defective it should be replaced immediately by the contractor. The replacements by the Contractor shall be made free of all charges at site.

9. Extension of Time 9.1 This work is urgent and hence the completion period as per contract shall be

adhered to strictly. However, in case of extraordinary situations which may delay the completion of the project, the contractor shall apply for extension in time as per format contained in Annexure VII.

10. Compensation for Delay 10.1 Time is the essence of the Contract. 10.2 If the successful bidder fails to complete the supply / work within time fixed

under the contract, he shall pay to the AAI without prejudge to any other rights or remedy as may be available to the purchaser, an agreed compensation amount calculated @ ½% of the total value of the uncompleted portion of the work per week or part thereof subject to a maximum value equal to the value of the Performance Bank Guarantee.

10.3 The amount of compensation for delay and waiver of compensation for delay in case of justified reasons shall be decided at the discretion of Accepting Authority and the same shall be final and binding on the contractor. Time taken by AAI and local statutory authorities for approval of drawings, design, estimate etc, force majeure reasons and any other reasons beyond control of the contractor shall be considered as justified reasons. The amount of compensation may be adjusted or set off against any sum payable to the contractor under this or any other contract with AAI.

Page 20: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 20

10.4 Appeal for waiver of compensation for delay with due justification shall be decided as per the provisions of clause 7.4 of the Delegation of Powers (DOP) of Airports Authority of India. The decision of the competent authority on appeal shall be final and binding on the contractor.

11. Clause Not Applicable 12. Force Majeure 12.1 AAI may grant an extension of time limit set for the completion of the work

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

12.2 That within 10 days after the occurrence of a case of force Majeure but before the expiry of the stipulated date of completion, the bidder informs the AAI in writing about the occurrence of Force Majeure Condition (as per Annexure-X to the tender document) and that the Bidder considers himself entitled to an extension of the time limit. The contractor shall submit the application for extension of time as attached in Annexure-VI.

12.3 That the contractor produces evidence of the date of occurrence and the duration of the force majeure in an adequate manner by means of documents drawn up by responsible authorities.

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

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

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

13. Patents, Successful bidder's Liability & Compliance of Regulations 13.1 Successful bidder shall protect and fully indemnify the AAI from any claims

for infringement of patents, copyright, trademark, license violation or the like.

13.2 Successful bidder shall also protect and fully indemnify the AAI from any claims from successful bidder's workmen/employees, their heirs, dependents, representatives etc or from any person(s) or bodies/ companies etc. for any act of commission or omission while executing the order.

13.3 Successful bidder shall be responsible for compliance with all requirements under the laws and shall protect and indemnify completely the AAI from any claims/penalties arising out of any infringements and indemnify completely the AAI from any claims/penalties arising out of any infringements.

Page 21: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 21

14. Settlement of Disputes 14.1 If a dispute of any kind whatsoever arises between the AAI and the

Contractor in connection with, or arising out of the Contract or the execution of the works, whether during the execution of the Works or after their completion and whether before or after repudiation or after termination of the contract, including any disagreement by either party with any action, inaction, opinion, instruction, determination, certificate or valuation of the Project Leader or his nominee, the matter in dispute shall, in first place be referred to the Regional Executive Director, Southern Region who shall act as the conciliator on the matter. The disputes will firstly be settled by the Conciliator, failing which any party may invoke arbitration clause.

14.2 Unless the Contract has already been repudiated or terminated or frustrated the Contractor shall in every case, continue to proceed with the works with all due diligence and the Contractor and AAI shall give effect forthwith to every decision of the Project Leader or his nominee unless and until the same shall be revised, as hereinafter provided, by the Conciliator or in an Arbitral Award.

15. Arbitration and Law. 15.1 Except where otherwise provided for in the contract, all questions and

disputes relating to the provisions of this contract shall be settled under the Rules of Indian Arbitration and Conciliation Act, 1996, within thirty (30) days (or such longer period as may be mutually agreed upon from the date that either party notifies in writing that such dispute or disagreement exists. The Chairman, AAI shall appoint the single Arbitrator for settlement of any dispute with regard to this contract. The venue of Arbitration shall be in New Delhi, India. The arbitration resolution shall be final and binding upon the parties and judgment may be entered thereon, upon the application of either party, by any court having jurisdiction.

15.2 Indian laws shall govern this contract. 16. TERMINATION FOR DEFAULT & RISK PURCHASE 16.1 The AAI may, without prejudice to any other remedy for breach of contract,

by written notice of default, sent to the Contractor, terminate this Contract in whole or in part in any or the following events.

16.2 If the Contractor fails to deliver any or all of the Items within the time period(s) specified in the Contract or any extension thereof granted by the AAI pursuant to Clause 9 of Section - III.

16.3 If the Contractor fails to perform any other obligation(s) under Contract. 16.4 If the Contractor, in either of the above circumstances, does not remedy his

failure within a period of 30 days (or such longer period as AAI may authorize in writing) after receipt of the default notice from AAI.

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

17. TERMINATION FOR INSOLVENCY 17.1 The AAI may at any time terminate the Contract by giving written notice to

the supplier, without compensation to the Contractor, if the Contractor becomes bankrupt or otherwise insolvent as declared by the competent court

Page 22: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 22

provided that such termination will not prejudice or affect any right or action or remedy which has accrued or will accrue thereafter to AAI. In the event of termination for penalty to the contractor Clause 16.5 shall be applicable.

18. SET OFF 18.1 Any sum of money due and payable to the contractor (including security

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

19. Deviation in Quantity 19.1 AAI reserves the right to change the quantity or part thereof to be supplied

by +/-25% of the tendered quantity indicated in Annexure-I.

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

Page 23: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 23

SECTION - IV

SPECIAL CONDITIONS OF THE CONTRACT 1. Standards 1.1 All designs, codes, developing platforms, developing techniques and

workmanship shall be in accordance with the highest accepted international standards for this type of work.

1.2 The bidder shall also state, where applicable, the National or other International standard(s) to which the whole, or any specific part, of the system, software, or training complies.

1.3 The requirements given in this document are firm and no deviation of any kind is acceptable.

2 Time Schedule 2.1 The work as per the Notice Inviting Tender shall be completed within 08

weeks of placement of firm order from AAI or as per the schedule submitted by the bidder whichever is less.

2.2 Time - The Essence of Contract 2.2.1 The time and date of completion of the works as contained in the supplier’s

proposal and as agreed to contractually after modifications, if any, shall be final and binding upon the supplier. It must be understood that the supplier has made the proposal after fully considering all such factors which may have any bearing on the time schedule of the contract, and no extension in the schedule whatsoever shall be permitted on these accounts by AAI.

3. Delay & Non-Conformance 3.1 In case of the above time scheduled including levy of compensation for late

delivery of systems as contained in Para 10 of Section-III of the tender document not being adhered to, AAI has the right to cancel the order wholly or in part thereof without any liability to cancellation charges and procure the goods / software elsewhere in which case the successful bidder shall make the difference in the cost of goods procured elsewhere and price set forth in the order with the successful bidder.

4. Payment terms 4.1 No mobilization advance shall be paid. 4.2 The payments shall be released to the Contractor on submission of

documents as below. Bills (Invoices) in triplicate Delivery Challan Receipt from the Consignee for completion of supply.

5. Substitution & Wrong Supplies 5.1 Unauthorized/Pirated substitution or materials delivered in error of wrong

description or quality or supplied in excess quantity or old versions shall be returned to the successful bidder at his cost and risk.

6. Dispatch of Documents 6.1 Pre-receipted Bills in triplicate. 6.2 Copy of the Delivery Challan. 6.3 Copy of the Inspection report (if inspection carried out as a part of the

Contract). 6.4 Duly certified with the final bills.

Page 24: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 24

Annexure-I Detailed Technical Specifications for Procurement of spare parts for IER512C

& IER 400B Flight Strip Printer

(To be uploaded in Technical Folder) (Minimum technical specifications to be met)

Sl. No.

Description of Items Total Qty

1 Thermal Printer Head for IER 512C Printer Part No : S30350A

20 nos.

2 Platen Roll Shaft for IER 512C Printer Part No S30442A/S46663A

20 nos.

3 Print Head Thermal for IER 400B Flight Strip Printer Part No S56873B

05 nos.

4 Shaft Platen for IER 400B Flight Strip Printer Part No S54220A

05 nos.

5 Output Sensor for IER 400B Flight Strip Printer Part No S54101A-SAV

05 nos.

6 Cutter Blade Sensor for IER 400B Flight Strip Printer Part No S54061A

05 nos.

Page 25: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 25

Annexure-II ACCEPTANCE LETTER

(To be uploaded in Technical Folder)

To, Jt. General Manager (CNS), ACS Stores, O/o General Manager (CNS), Airports Authority of India, New ATS Complex, Near Sahar Cargo Complex, Sutar Pakhadi Road, Sahar, Andheri (E), Mumbai - 400 099.

Sub: Acceptance of Terms & Conditions of Tender Name of Work: e-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR

IER512C & IER 400B FLIGHT STRIP PRINTER. Tender No. AAI/WR/MUM/ACS/STORES/37/2013-14 Dear Sir, 1. The tender document for the works mentioned above have been sold to me/us

by Airports Authority of India and I / we hereby certify that I / we have read the entire terms and conditions of the tender document made available to me / us in the office of the General Manager (CNS), Mumbai, AAI, which shall form part of the contract agreement and I / we shall abide by the conditions / clauses contained therein.

2. I / We hereby unconditionally accept the tender conditions of AAI’s tender

document in its entirety for the above works. 3. It is clarified that after unconditionally accepting the tender conditions in its

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

Yours Faithfully,

(Signature of the Tenderer) Date: __________________ with rubber stamp

Page 26: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 26

Annexure - III (To be uploaded in Technical Folder)

To be filled by the Contractor

Name of the supplier / vendor :

PAN No :

Name of the bank :

Name of the branch :

Complete address of bank :

:

A/C of beneficiary :

Type of account :

Core Banking Account No. In full :

IFSC code of the bank :

Service Tax Registration No. :

TIN No. :

AUTHORIZED SIGNATURE __________________

NAME OF THE SIGNATORY __________________

NAME & ADDRESS OF THE TENDERER

OFFICIAL SEAL __________________

Date _________________

Page 27: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 27

Annexure – IV (Compliance Statement)

(To be uploaded in Technical Folder)

Name of Work: - “Procurement of spare parts for IER512C & IER 400B Flight Strip Printer.”

Tender No.: “AAI/WR/MUM/ACS/STORES/37/2013-14”

Sl. No.

Description of Items Total Qty.

Complied / Not Complied Partially Complied

1 Thermal Printer Head for IER 512C Printer Part No : S30350A

20 nos.

2 Platen Roll Shaft for IER 512C Printer Part No S30442A/S46663A

20 nos.

3 Print Head Thermal for IER 400B Flight Strip Printer Part No S56873B

05 nos.

4 Shaft Platen for IER 400B Flight Strip Printer Part No S54220A

05 nos.

5 Output Sensor for IER 400B Flight Strip Printer Part No S54101A-SAV

05 nos.

6 Cutter Blade Sensor for IER 400B Flight Strip Printer Part No S54061A

05 nos.

Page 28: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 28

Annexure – V (To be uploaded in Technical Folder)

Details of Models offered against the Tender – to be uploaded in the technical Bid –

Envelope “A”. Name of Work: e-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR

IER512C & IER 400B FLIGHT STRIP PRINTER. Tender No. AAI/WR/MUM/ACS/STORES/37/2013-14

Sl. No

Description Model & Make Offered Brochure Attached

1. Yes � / No � 2. Yes � / No � 3. Yes � / No � 4. Yes � / No � 5. Yes � / No � 6. Yes � / No � 7. Yes � / No � 8. Yes � / No � 9. Yes � / No �

Authorized Signature _________________ Name ________________ Name and Address of the Tenderer Office Seal _________________Date _________________________

Page 29: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 29

Annexure-VI APPLICATION FOR EXTENSION OF TIME

Part-I

1. Name of the Contractor 2. Name of the work as given in the agreement 3. Agreement No. 4. Contract Amount 5. Date of Commencement of work as per agreement 6. Period allowed for completion of work as per agreement 7. Date of completion stipulated in agreement 8. Date of actual completion of work 9. Period for which extension is applied for. 10. Hindrances on account of which extension is applied for with dates on which hindrances occurred and the period for which these are likely to last.

Sl No

Name of Hindrance

Date of occurrence of hindrance

Date of over of hindrance

Period of hindrance

Overlapping Period

Net extension applied for

Remarks if any

1 2 3 4 5 6 7 8

Total period for which extension is now applied for on account of hindrances mentioned above.

Month Days 11. Extension of time required for extra work.

12. Details of extra work and the amount involved:-

Total value of extra work Proportionate period of extension of

time based on estimated amount put to tender on account of extra work.

(a) (b)

13. Total extension of time required for 10 & 11. Submitted to the Project Leader___________________________. Signature of Contractor Dated

Page 30: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 30

Part II

(For Official Use)

1. Date of receipt of application from ____________________________________

for the work of _____________________________________________________________________ in the O/o the General Manager (CNS-Mumbai).

2. Recommendations of the project Leader as to whether the reasons given by the contractor are correct and what extension, if any, is recommended by him. If he does not recommend the extension, reasons for rejection should be given.

Dated: Signature of the Installation In-charge

(To be filled in by the Project Leader) 1. Date of receipt in the Office:- 2. Project Leader’s remarks regarding hindrances mentioned by the contractor.

(i) Serial No (ii) Nature of hindrance (iii) Date of occurrence of hindrance (iv) Period for which hindrance is likely to last (v) Extension of time applied for by the contractor (vi) Overlapping period, if any, giving reference to items which overlap (vii) Net period for which extension is recommended (viii) Remarks as to why the hindrance occurred and justification for

extension recommended. 1. Project Leader’s Recommendations.

3.1 Progress of the work as on date________________________________ 3.2 The proposed date of completion _______________________________ 3.3 Date upto which extension of time is sought for ____________________ 3.4 Reasons for extension of time

3.5 Proposed compensation to be levied under clause 10 of section III of the tender document.

Signature of Project Leader

Signature of Accepting Authority

Page 31: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 31

Annexure VII

PROFORMA BANK GUARANTEE FOR CONTRACT PERFORMANCE (To be stamped in accordance with Stamp Act) (The non-judicial stamp paper should be in the name of issuing Bank) Ref : __________________ Bank Guarantee No : ____________ Date: ____________ To AIRPORTS AUTHORITY OF INDIA ATS Complex,

Mumbai 400 099. Dear Sir, In consideration of the Chairman, Airports Authority of India [hereinafter called”AAI”] having offered to accept the terms and conditions of the proposed agreement between ................................. and........................................ [here-in-after called “the said Contractor(s)”] for the works.............................................. [here-in-after called “the said agreement”] vide Order no. ................................. Dated ................................., having agreed to production of irrevocable Bank Guarantee for Rs......................... (Rupees ............................................................. ……………..only) as a security / guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement. 1. We................................. (Indicate the name of the Bank) [Hereinafter referred to as “the Bank”] hereby undertake to pay to the Chairman, AAI an amount not exceeding Rs......................... (Rupees.......................................... only) on demand by AAI. 2. We................................. (indicate the name of the Bank) do hereby undertake to pay the amounts due and payable under this Guarantee without any demure, merely on a demand from AAI stating that the amount claimed is required to meet the recoveries due or likely to be due from the said contractor(s). Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ...................... (Rupees…………………..................................................................................only). 3. We, the said bank further undertake to pay to the Chairman, AAI any money so demanded notwithstanding any dispute or disputes raised by the contractor (s) in any suit or proceeding pending before any court or tribunal relating thereto, our liability under this present being absolute and unequivocal. 4. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor(s) shall have no claim against us for making such payment. We.................................................. (Indicate the name of the bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of AAI under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Project-in-charge on behalf of AAI certified that the

Page 32: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 32

terms and conditions of the said agreement have been fully and properly carried out by the said contractor(s) and accordingly discharges this guarantee. 5. We................................. (indicate the name of the bank) further agree with AAI that AAI shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of terms and conditions of the said agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by AAI against the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relived from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for any forbearance, act or omission on the part of AAI or any indulgence by the AAI to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect so relieving us. This guarantee shall not be discharged due to the change in the constitution of the Bank or the contractor(s). 6. We ................................. (Indicate the name of the bank) lastly undertake not to revoke this guarantee except with the previous consent of AAI in writing 7. This guarantee shall be valid upto ..................... unless extended on demand by AAI. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs. ........................ (Rupees…………………………… ............................................................. only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.

Dated the.............. (Day) of.............. (Month),.............. (Year) For................................................. (Indicate the name of bank).

Page 33: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 33

Annexure – VIII

FORMAT FOR INTIMATION OF FORCE MAJEURE OCCURRENCE To Jt. General Manager (CNS), ACS Stores, O/o General Manager (CNS), Airports Authority of India, New ATS Complex, Near Sahar Cargo Complex, Sutar Pakhadi Road, Sahar, Andheri (E), Mumbai - 400 099. Name of Work: E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR

IER512C & IER 400B FLIGHT STRIP PRINTER. Tender No. AAI/WR/MUM/ACS/STORES/37/2013-14 Subject: Intimation regarding Force Majeure Case – e-TENDER FOR THE

PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER.

Sir, Pursuant to Clause No.12 - FORCE MAJEURE, it is for your kind information that a case of force majeure has since occurred. Details are given below: Date of occurrence

Detail of Incident

Activity affected

Likely Delay Requested Extension

We are entitled to an extension in the date of completion as requested above. Bar Chart with revised schedule of activities is attached. Please approve the extension in the time. Evidence of the date of occurrence is also enclosed. It is certified that performance of the Contract has been interfered with. It is also certified that the incident has not occurred due to our own action and that there has not been any lack of action by us in preventing the occurrence. We are only claiming the extension in the date of completion of the activity (ies) and not claiming the loss incurred in the course of the incident. Yours truly, (Project Leader) Enclosures:

1. Revised Bar Chart. 2. Evidence of the occurrence of the Force Majeure case (….. sheets)

Page 34: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 34

Annexure – IX

Consignee and Delivery Schedule Name of Work: - “Procurement of spare parts for IER512C & IER 400B Flight

Strip Printer.”

Tender No.: “AAI/WR/MUM/ACS/STORES/37/2013-14”

Sl. No

Name & address of the consignee

Item Qty Delivery

01.

Jt. GM (CNS), ACS STORES, O/O GENERAL MANAGER (CNS) AIRPORTS AUTHORITY OF INDIA, NEAR SAHAR CARGO COMPLEX, SUTAR PAKHADI ROAD, SAHAR, ANDHERI (E), MUMBAI – 400 099. FAX No. 022 – 26828023

Thermal Printer Head for IER 512C Printer Part No : S30350A

20 nos.

Within 08 weeks

Platen Roll Shaft for IER 512C Printer. Part No S30442A/S46663A

20 nos.

Print Head Thermal for IER 400B Flight Strip Printer Part No S56873B

05 nos.

Shaft Platen for IER 400B Flight Strip Printer Part No S54220A

05 nos.

Output Sensor for IER 400B Flight Strip Printer Part No S54101A-SAV

05 nos.

Cutter Blade Sensor for IER 400B Flight Strip Printer Part No S54061A

05 nos.

Page 35: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 35

Annexure – X Bank Account details of Airports Authority of India for Electronic Payments: Name of the Company : Airports Authority of India Address : Office of the Regional Executive Director, Western Region, C.S. Intnl. Airport, Mumbai – 400 099. Name of the Bankers : Vijaya Bank Address : AAI Extension Counter

Vileparle (East), Mumbai - 400 099, India.

Bank Account No. : 580100300011751 Account Type : Current Account Branch Code : 5801 IFSC Code for Bank : VIJB0005801 Swift Code : VIJBINBBRFM

Page 36: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 36

Ref: Date: To, Jt. General Manager (CNS), O/o General Manager (CNS), ACS Stores, Airports Authority of India, New ATS Complex, Near Sahar Cargo Complex, Sutar Pakhadi Road, Sahar, Andheri (E), Mumbai - 400 099. Sub: Submission of– Technical Bid- e-TENDER FOR THE PROCUREMENT OF

SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER.

Tender No. AAI/WR/MUM/ACS/STORES/37/2013-14 Dear Sir This is with reference to the tender document mentioned above and issued to M/s ______ ____________________________ __________________ In this regard we are submitting our technical bid along with the following documents as required by your NIT.

i. Details of payment confirmation for Earnest Money Deposit through Electronic payment to the bank account of Airports Authority of India are attached.

ii. Power of attorney for signing of documents and execution of project. iii. Duly filled Annexure I to Annexure V. They are Specifications, Acceptance

Letter, Bank Account Details, Compliance statement, list of make and model of offered products.

iv. Original tender form duly signed and sealed on each page. v. The technical Literature / Brochures for each product as listed in Annexure-

V. vi. ISO 9000 Certificates for manufacturers of the OEM’s & ISO 14001 CE for

UPS. vii. It is certified that offered products does not contain firmware having time

bound sub-routines/procedures that will cause the items to malfunction/became out of service after the warranty period.

viii. Other documents (if felt appropriate by the firm) attached with the Technical Bid are listed below.

a) __________________________________________________ b) __________________________________________________

Pages Enclosed in the Bid: ___________ Note: Ambiguous statements & incomplete supporting documents for vital tender requirements may attract the risk of rejection without further reference

Yours Sincerely

Date: (Authorized Signatory with Stamp) Name & Address of the Firm __________________________________ Telephone & Fax Nos. __________________________________ Mobile & e-mail address __________________________________

Technical Bid

Page 37: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 37

To, Jt. General Manager (CNS), ACS Stores, O/o General Manager (CNS), Airports Authority of India, New ATS Complex, Near Sahar Cargo Complex, Sutar Pakhadi Road, Sahar, Andheri (E), Mumbai - 400 099. Sub: Submission of Financial Bid –e-TENDER FOR THE PROCUREMENT OF

SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER.

Tender No.AAI/WR/MUM/ACS/STORES/37/2013-14 Dear Sir This is with reference to the tender document mentioned above and issued to M/s ---------------------------------------------------------------------. In this regard we are submitting our financial bid in the prescribed format “Schedule A” of the NIT. In this regard we confirm the following. (i). No other document has been attached with the financial Bid. (ii). It is stated that having submitted the letter of unconditional acceptance of

all the conditions of NIT, we have not attached any terms & conditions with the financial bid. If any such terms & conditions are found attached with the financial Bid, the same may be treated as withdrawn and Airports Authority of India is free to take any action as provided for in the NIT.

(iii). It is also stated that the bid submitted above is firm & final without any variables.

(iv). All items are quoted with clear rates as required in clause 7.3 of section –II. Pages Enclosed in the Bid: ___________ Price Bid Pages from ___________ to __________ enclosed

Yours Sincerely

Date: (Authorized Signatory with Stamp)

Name & Address of the Firm ________________________ ________________________ ________________________ ________________________ ________________________ Telephone & Fax Nos. ________________________

Mobile ________________________ E-mail Address ________________________

FINANCIAL BID

Page 38: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 38

SCHEDULE-A (Sample Financial Bid – actual to be filled in e-portal) SCHEDULE--A Name of Work: - “Procurement of spare parts for IER512C & IER 400B Flight Strip Printer” Tender No.AAI/WR/MUM/ACS/STORES/37/2013-14

Bidders are requested to quote for all the items. Financial bids comparison shall, however, be done on the basis of Grand Total cost quoted in Sl. no (09). The rates quoted should include delivery/ freight/ insurance etc . No extra charges other than what is mentioned in Column (09) above shall be payable.

Grand Total:-Rs._____________ (In words Rupees ______________________________________________________________________)

Sl. No.

Description of Items Qty. Unit Rate in Rs.

Unit Rate (in words) in Rs.

CST/ VAT in Rs.

Cost of each in Rs.

Total Amount in Rs.

A B C D E=B+D F=A X E 1 Thermal Printer Head for IER 512C

Printer Part No : S30350A 20 nos.

2 Platen Roll Shaft for IER 512C Printer Part No S30442A / S46663A

20 nos. 3 Print Head Thermal for IER 400B

Flight Strip Printer Part No S56873B 05 nos.

4 Shaft Platen for IER 400B Flight Strip Printer Part No S54220A

05 nos.

5 Output Sensor for IER 400B Flight Strip Printer Part No S54101A-SAV

05 nos. 6 Cutter Blade Sensor for IER 400B

Flight Strip Printer Part No S54061A 05 nos.

7 Total Amount in Rs. 8 Add Octroi (if any) in Rs. 9 GRAND TOTAL IN RS.

Page 39: AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT ...3.imimg.com/data3/GD/DG/HTT-1409/1409_2014-04-01-13-07...2014/04/01  · AIRPORTS AUTHORITY OF INDIA MUMBAI AIRPORT MUMBAI-400099 Cost

E-TENDER FOR THE PROCUREMENT OF SPARE PARTS FOR IER512C & IER 400B FLIGHT STRIP PRINTER

NIT NO.AAI/WR/MUM/ACS/STORES/37/2013-14 Page 39

Note 1: Financial bids comparison shall be done on the basis of Grand Total cost quoted in Sl. no (05). The rates quoted should include delivery/ freight/ insurance etc . No extra charges other than what is mentioned in Sl. No (05) above shall be payable. Note2:Use of erasure, over writing and or corrections in the price Bid should be avoided. However, incase it becomes unavoidable to use any of these for correction; the same must be authenticated by the person signing the bid with his signature. Note 3 : Only one financial bid to be submitted by the vendor.

AUTHORIZED SIGNATURE _________________

NAME OF THE SIGNATORY ________________

NAME & ADDRESS OF THE TENDERER WITH SEAL