0% found this document useful (0 votes)
40 views

Tendernotice 1

The document discusses the supply of thermal strip printer heads for an automation unit at Chennai Airport. It includes details such as the tender reference number, dates, contact information, tables of contents, compliance documents, annexures, schedules, and specifications related to the supply.

Uploaded by

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

Tendernotice 1

The document discusses the supply of thermal strip printer heads for an automation unit at Chennai Airport. It includes details such as the tender reference number, dates, contact information, tables of contents, compliance documents, annexures, schedules, and specifications related to the supply.

Uploaded by

Tulsi Chandan
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 52

111/162

375033/2019/O/o GM(CNS)-SR

AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027

NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION
UNIT, CHENNAI AIRPORT”

Issued by DGM (CNS) for GM(CNS), Chennai


3/15/2019

E- TENDER DOCUMENT
TENDER Ref.No: AAI/CHENNAI/CNS/AUTOMATION/PROCUREMENT/2019

Tender Fee: Rs.1180 /- [Including GST]

Office of the General Manager (CNS- Chennai), Airports Authority of India, Chennai Airport, Chennai 600027,
Tel.No. 044 22560444, 22310158, Fax No. 044 22560444, 22310158, E mail. [email protected],cns-store-
[email protected]

This document must be submitted duly signed on each Page as a proof of reading along with all
corrigendum. This tender document consists of total 52 pages
112/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

TABLE OF CONTENT
TABLE OF CONTENT .................................................................................................................................... 2
E-Tendering Guidelines to Bidders ............................................................................................................. 4
SECTION-I NOTICE INVITING TENDER ......................................................................................................... 9
SECTION-II INSTRUCTIONS TO BIDDERS .............................................................................................. 15
SECTION–III……GENERAL TERMS & CONDITIONS OF THE CONTRACT ...................................................... 25
SECTION-IV………SPECIAL CONDITIONS OF THE CONTRACT...................................................................... 30
Annexure-I……ACCEPTANCE LETTER ......................................................................................................... 33
ANNEXURE-IIA—PERFORMA FOR BANK GUARNTEE ................................................................................ 34
ANNEXURE-IIIA…. General Information of the Bidder .............................................................................. 36
Annexure-IIIB……Details of the Vendor Firm/Company ........................................................................... 37
ANNEXURE-IIIC- PROFORMA OF LETTER FOR E-PAYMENT ....................................................................... 41
Annexure-V-FORMAT FOR INTIMATION OF FORCE MAJEURE OCCURRENCE .......................................... 44
Annexure-VI-- APPLICATION FOR EXTENSION OF TIME ............................................................................ 45
Annexure-VII-- SPECIFICATIONS & COMPLIANCE STATEMENT................................................................. 48
Schedule: A1--CHECK LIST ......................................................................................................................... 49
Schedule: A2--Technical Bid-Technical compliance statement ................................................................ 50
SCHEDULE-B--BILL OF QUANTITY .............................................................................................................. 51
SCHEDULE-C--BILL OF QUANTITY- FINANCIAL BID .................................................................................... 52

CNS Page 2
113/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

Government of India And

Government of Tamil Nadu

Form GST REG-25

Certificate of Provisional Registration

1. GSTIN 33AAACA6412D1ZF

2. PAN AAACA6412D

3. Legal Name AIRPORTS AUTHORITY OF INDIA

4. Trade Name AIRPORT AUTHORITY OF INDIA

5. Registration Details under Existing Law

Act Registration Number

(a) TIN under Value Added Tax 33850846240

Date 26/06/2017

This is a Certificate of Provisional Registration issued under the provisions of the Act.

CNS Page 3
114/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

E-Tendering Guidelines to Bidders


1. The bidder shall go through the tender document and shall comply with each clause of all the sections of the tender
document.

2. Prospective Tenderers are advised to go through the “Help for Contractors” & “Bidders Manual Kit” at
http://etenders.gov.in/eprocure/appandget themselves acquainted for e-tendering participation requirements.
They should get their computer system configured according to the recommended settings as specified in the
portal at “System Settings for CPPP”. The tenderer may also take guidance from AAI Help Desk Support (Contact
details mentioned in tender document).
3. Registration:

Bidders willing to participate are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: https://etenders.gov.in/eprocure/app) by clicking on the link “Online
bidderEnrolment” on the CPP Portal which is free of charge. As part of the enrolment process, the bidders will
be required to choose a unique username and assign a password for their accounts.

Bidders are advised to register their valid email address and mobile numbers as part of the registration process.
These would be used for any communication from the CPP Portal. They should also obtain Class III Digital
Signature Certificate (DSC) in parallel (as perIndian IT Act, 2000, from the licensed Certifying Authorities (CA),
operating under the Root Certifying Authority of India (RCAI) / Controller of Certifying Authorities (CCA) of India
- Please see www.cca.gov.in), which is essentially required for submission of their application. This process
normally takes 03 days’ time.

Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that
they do not lend their DSC’s to others which may lead to misuse.

Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password
of the DSC / e-Token.

4. Searching for Tender Documents

i) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several
parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There
is also an option of advanced search for tenders, wherein the bidders may combine a number of search
parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a
tender published on the CPP Portal.
ii) Once the bidders have selected the tenders they are interested in, they may download the required documents /
tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the CPP
Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.
iii) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any
clarification / help from the Helpdesk.

CNS Page 4
115/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

5. Preparation of Bids

i) Bidder should take into account any corrigendum published on the tender document before submitting their bids.
ii) Please go through the tender advertisement and the tender document carefully to understand the documents
required to be submitted as part of the bid. Please note the number of covers in which the bid documents have
to be submitted, the number of documents - including the names and content of each of the document that need
to be submitted. Any deviations from these may lead to rejection of the bid.
iii) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document /
schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned
with 100 dpi with black and white option which helps in reducing size of the scanned document.
iv) To avoid the time and effort required in uploading the same set of standard documents which are required to be
submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual
reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” or ‘’Other
Important Documents’’ area available to them to upload such documents. These documents may be directly
submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will
lead to a reduction in the time required for bid submission process.
6. Submission of Bids

i) Bidder should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on
or before the bid submission time. Bidder will be responsible for any delay due to other issues.
ii) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender
document.
iii) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details
of the instrument.
iv) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should
be posted / couriered / given in person to the concerned official, latest by as specified in the tender documents.
The details of the DD / any other accepted instrument, physically sent, should tally with the details available in
the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.
v) The tenderer shall upload the digitally signed Schedule of price bid in the form of BOQ.xls. Bidders may
please note the schedule of quantities is attached in the portal. The same (BOQ) shall be downloaded and be
filled in the editable (un protected) cells only and they should necessarily submit their financial bids in the format
provided after entering the financial quotes, name of the bidder etc.
vi) Bidders are requested to note that they should necessarily submit their financial bids in the format provided and
no other format is acceptable. If the price bid has been given as a standard BOQ format with the tender document,
then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BOQ
file, open it and complete the green colored (unprotected) cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the details have been completed,
the bidder should save it and submit it online, without changing the filename. If the BOQ file is found to be modified
by the bidder, the bid will be rejected.
vii) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for
referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow
this time during bid submission.

CNS Page 5
116/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

viii) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure
the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening.
The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data
storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to
symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric
encryption using buyers / bid openers public keys. Overall, the uploaded tender documents become readable
only after the tender opening by the authorized bid openers.
ix) The uploaded tender documents become readable only after the tender opening by the authorized bid openers.
(a) Upon the successful and timely submission of bids (i.e after Clicking “Freeze Bid Submission” in the portal),
the portal will give a successful bid submission message & a bid summary will bedisplayed with the bid no. and
the date & time of submission of the bid with all other relevant details.
b) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This
acknowledgement may be used as an entry pass for any bid opening meetings.
7. Assistance to Bidders

i) Any queries relating to the tender document and the terms and conditions contained therein should be addressed
to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.
ii) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be
directed to the 24x7 CPP Portal Helpdesk.
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.

9. Amendment to Tender document

9.1 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 CPP’s e-
Procurement portal at http://etenders.gov.in/eprocure/app.

10. Clarifications of Bid Documents

10.1 Bidder, requiring any clarification of the tender Document, may submit their clarifications, if any, through provision
of CPP’s e-Procurement Portal at http://etenders.gov.in/eprocure/app.

Request for clarifications received from bidders shall be responded by AAI till the scheduled dates. Replies to
Clarifications by AAI will be uploaded through CPP’s e-Procurement Portal. The bidders are advised to visit CPP’s
e-Procurement portal at http://etenders.gov.in/eprocure/app regularly.

10.2 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.

10.3 AAI makes no representation or warranty 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.

CNS Page 6
117/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

10.4 In order to provide reasonable time to bidders to take the amendments into account for preparing their bids, AAI
may, at its discretion, extend the deadline for the submission of bids suitably.

11. Composition of Bids and General Guidelines for bid process

11.1 Bidders shall submit their bids as per scheduled date and time through CPP’s e-Procurement portal at
http://etenders.gov.in/eprocure/app only.

11.2 CPP’s e-Procurement system shall not allow bidders to submit their tender, after the scheduled date and time.
Bidders shall submit tender before the deadline specified.

11.3 The Technical bids and the Price 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
query provision available in CPP’s e-Procurement portal.

11.4 The result of Technical bid and Price bid evaluations shall be displayed on CPP’s e-Procurement portal and shall
be visible to all the bidders who participated in this Tender.

12. The helpdesk support contact details can be downloaded from following URL:
http://etenders.gov.in/eprocure/app and then clicking on below mentioned link: Contact Us / Help Desk Support
Contact Details, which are also listed below for ready reference. More information useful for submitting online
bids on the CPP Portal may be obtained at: https://etenders.gov.in/eprocure/app.
13. E-Tendering Participation Requirements: The bidders are required to submit soft copies of their bids
electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant
to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and
submitting their bids online on the CPP Portal.
14. Licensed CA's in India are:

a) Safe Scrypt, b) NIC, c) IDRBT, d) TCS, e) MTNL Trustline, f) GNFC, g) e- MudhraCA, h) Sify, i) nCode

CNS Page 7
118/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

CPPP under GePNIC, Help Desk Services

i.For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk Number: 0120-4200462, 0120-4001002.

Note- Bidders are requested to kindly mention the URL of the Portal and Tender Id inthe subject while emailing any issue along
with the Contact details. For any issues / clarifications relating to the tender(s) published kindly contact the respective Tender
Inviting Authority.

Tel: 0120-4200462, 0120-4001002; Mobile: 91826246593; E-Mail: [email protected].

For any policy related matter / clarifications please contact Dept. of Expenditure, Ministry of Finance. E-Mail: cppp-
[email protected]

The above mentioned help desk number are intended only for queries related to the issues on e-procurement portal and help
needed on the operation of the portal.

ii.For any Issues / Clarifications relating to the publishing and submission of AAI tender(s)

a) In order to facilitate the Vendors / Bidders as well as internal users from AAI, Help desk services have been launched
between 0800-2000 hours for the CPPP under GePNIC https://eprocure.gov.in.

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

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

SL Support Escalation Contract


E-mail Address Timings*
NO. Persons Matrix Numbers

011-24632950,
1 Help Desk Instant 0800-2000 Hrs.
[email protected] Ext-3512
Team Support (MON - SAT)
(Six Lines)

After 4 Hours 011-24632950, 0930-1800 Hrs.


[email protected]
2 Jr.Exe.(IT)
of Issue [email protected] Ext-3505 (MON-FRI)

011-24632950, 0930-1800
3 AGM(IT) After 12 hours [email protected]
Ext-3523 Hrs.(MON-FRI)

Jt. General 0930-1800 Hrs.


4 After 24 hours [email protected] 011-24651507
Manager(IT) (MON-FRI)

General 0930-1800 Hrs.


5 After 03 Days [email protected] 011-24657900
Manager(IT) (MON-FRI)

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

CNS Page 8
119/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

SECTION-I NOTICE INVITING TENDER


Tender No.: AAI/CHENNAI/CNS/AUTOMATION/PROCUREMENT/2019

E-Tender Responses are invited by The General Manager (CNS), Chennai on behalf of Airports Authority
of India (AAI) for the works as detailed below:

1. Details of work: “Supply of Thermal Strip Printer Heads for FSP IER-512c, Automation Unit,
Chennai Airport”
2. Through e-Tender portal as per the bill of material given in Schedule “B” of the tender document with
detailed Specifications & Quantities given in Annexure – VII.
3. Estimated cost of the purchase of THERMAL STRIP PRINTER heads for Flight Strip THERMAL STRIP
PRINTER& the EMD are as given below.
Tender fee
Estimated cost EMD amount
S.No Name of work Quantity amount through
(INR) through DD (INR)
DD (INR)
“Supply of THERMAL STRIP
1. PRINTER HEADS for FSP IER- 45 Nos Rs. 49,23,220 /- Rs.98,464/- Rs.1180/-
512C”

4. (a). Total Estimated Cost for the” Supply of THERMAL STRIP PRINTER Heads for FSP IER-
512C,Automation Unit, Chennai Airport” is Rs.49,23,220/- (Rupees Forty Nine Lakhs Twenty Three
Thousand Two Hundred Twenty only)
5. ELIGIBILITY CRITERIA:
5.1 The bidder can be Original Equipment Manufacturer (OEM) or its Distributor OR Supplier OR Dealer.
5.2 The credentials (financial turnover & experiences as mentioned below) of bidder will be considered for
evaluating eligibility criteria.
5.3 Firm (Bidder) shall have annualized average turnover of at least (30% of estimated cost either in INR or
equivalent financial currency) in any of the last three financial years, ending 31st March or 31st Dec of previous year
as per the practice prevailing in the country of the firm. As a proof of financial turnover, copy of abridged Balance
Sheet along with Profit and Loss account of the firm (bidder) for last three years shall be submitted.

CNS Page 9
120/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

5.4 Experience:
Vendor should have successfully completed Similar Work of Supply of Spares in the last 07 year, for
Government Departments or Public Undertakings or Private sectors (with in India).(Proof of experience
criteria)

1. One order of value more than or equivalent to 80% of estimated cost (Rs. 39,38,576/-) or

2. Two orders each of value more than or equivalent to 50% of estimated cost (Rs. 24,61,610/-) or

3. Three orders each of value more than or equivalent to 40% of estimated cost (Rs. 19,69,288/-)

4, Certification of satisfaction with complete detail of the same work carried out shall be uploaded. These
Certificate(s) endorsed by the bidder, may indicate:
i) Name & scope of work.
ii) Date & No. of contract/order.
Iii) Contract Value/quantity.
iv) Date of completion of Works.
a. Credentials (financial turnover & experience) of bidder firm only shall be considered for evaluating eligibility
criteria.
b. Bidder firm(s) shall submit an undertaking stating its firm or its partners or its directors have not been black
listed or any case is pending against the firm or any complaint regarding irregularities is pending against the firm, in
India or abroad, by any global international body like World Bank/International Monetary Fund/ World health
Organization etc.., or any Indian State/Central Governments Departments or Public-Sector Undertaking of India.
Bidder firm(s) not meeting this criterion may not apply. At any stage of evaluation if it is found that a bidder firm has
given wrong or misleading information then bid of such bidder firm(s) shall be summarily rejected.
c. No bidder firm or its subsidiary firm or its parent firm shall be allowed to submit alternate bids, technical bid
solution. If such bids are found by AAI then the same and related bids shall be summarily rejected. Bidder firm shall
submit an undertaking stating the same.
d. Bidder firm shall submit an undertaking stating that no part of the scope of work shall be sublet or outsourced
to any third party without written consent from AAI.
e. Any firm who wishes to sublet or outsource to any third party then it shall bring to notice of AAI in submittals
to this bid response itself. AAI may or may not agree or accept such intentions / proposals of out sourcing or subletting
of scope of work in the tender to a non-participating bidder in the tender.
f. Bidder firm shall also submit an undertaking that if any portion of the work is outsourced or subcontracted
then it shall accept all AAI objections within the scope of tendered work or bidder firm shall change/ replace
subcontractor if required by AAI and shall undertake work itself without any additional compensation.
g. Bidder shall undertake the complete responsibility of completion of tendered works detailed in this
tender in various sections (during the contract period and any extension granted by AAI) and the prime
responsibility shall be of the Bidder only and if the Bidder fails to meet AAI functional/on-site warranty
requirements detailed in this tender, AAI shall be free to get the work done from a third party at bidder’s risk
and cost without any additional communication/ time/ financial compensation by AAI.

CNS Page 10
121/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

h. Certified English translation must be submitted along with documents which are not in English language.
i. Date of publishing of NIT in press (if applicable) shall be taken as reference for assessing all the eligibility
criteria.
j. The bidder firm (in case of foreign registered firms having permanent establishment (PE) and Indian
registered bidder firms only) shall have valid GST/PAN/ etc. Registration Certificates in respect of firm and shall
submit same with the bid response.
k. Bidder Firm(s) shall submit complete contact details of authorized signatory along with authorization
certificate on INDIAN NON-JUDICIAL STAMP PAPER of Rs.100/-, signed by Director of the Firm, so that AAI can
refer its queries and receive authorized replies through e-taps portal registered email address only. No replies from
other than authorized signatory shall be accepted/ considered for reply by AAI.
l. At any stage of evaluation of bid responses submitted by the bidder firms, if it is found by AAI that the bidding
firm(s) have formed a cartel or consortium to mislead AAI, then such bids shall be summarily rejected with/without
assigning any reasons to bidder firms and their EMD forfeited.
5. The tender fee shall be of Rs. [1180/-] and shall be non-refundable in the form of demand draft only and
shall be payable in favour of “Airports Authority of India” payable at Chennai only. Bidder firm must maintain a
copy of proof of payment of tender fee at all the times (may take SNAPSHOT of screen of successful payment) and
enclose the copy with technical bid on AAI e-tender portal.
Tender documents shall be downloaded from e-tender Website https://etender.gov.in/eprocure/app. Complete
downloaded tender documents shall be signed, stamped, scanned, uploaded and submitted along with readable
snapshot/copy of payment of tender fee through e-tender portal. Any amendment or corrigendum to the tender
document shall be posted on https://etender.gov.in/eprocure/app only.
6. EMD
a) No interest or any other expenses, whatsoever, shall be payable by AAI on the EMD in any manner.
b) Bidders shall provide to AAI requisite authorization for refund & Bank Account details for return of EMD to it
or to its authorized firm/partner/agents/representatives/signatory.
c) The EMD of the unsuccessful bidder shall be returned, only on request, by AAI as per provisions of tender.
d) If any successful short-listed bidder, due any unsatisfactory reasons in view of AAI, does not want
to further participate in the tender then EMD in any form of such bidders shall be encased and forfeited.
e) If due some reasons AAI cancels or recalls this tender then EMD of all bidders for this tender without any
interest shall be returned back by AAI as per provisions of the tender.
Procedure for Exemption of TENDER FEE and EMD for NSIC:

1. The bidders who want to take exemption of Tender Fee and EMD under NSIC/MSMEshouldsubmit
Declarationalongwith NSIC / MSME registration documents other wise they will not get
exemption under the scheme..

2. NSIC registered vendors for this scope of work must be upload Technical folder along with valid NSIC certificate
for this scope of work for Exemption of EMD.

NSIC certificate submitted should be for Particular scope of work. If the submitted NSIC certificate is not relevant to the
mentioned scope of work, the bid shall be treated as invalid and liable for rejection and tender fee shall not be
refunded. No reference or query shall normally be given to the vendor on this account.

CNS Page 11
122/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

The bidders who want to take exemption of Tender Fee and EMD under NSIC/MSME should
submit Declaration along with VALID NSIC / MSME registration documents otherwise
they will not get exemption under the scheme.
The F ollowing documents in original must be delivered to the Bid Manager Airports Authority of
India, Chennai Airport, Chennai-600027andshouldreach before opening of the Technical
Bid(Envelope –A):
i) Tender fee Demand draft and EMD Demand draft OR Copy of NSIC/MSME
registration documents along with declaration (MSME of firm in suitable category in support of
seeking exemption from paying tender fee and EMD), and
ii) Unconditional acceptance letter (Annexure I)

7. EMD SUBMISSION
a) Only Demand draft will be accepted and copy of the same is to be uploaded in the portal.
b) EMD amount is to be submitted by DD in favor of “Airports Authority of India” payable at Chennai.
c) While paying EMD, bidder has to submit refund account details so that amount will be refunded to that
account only.
8. Technical /Price Bid responses complete in all respects shall be submitted as per AAI E-tender procurement
portal guidelines before the last date and time of submission of e-tender response by bidders.
9. Bid responses submitted as per e-tender portal instructions & instructions contained in this document of AAI
for complete tendered works shall only be considered for opening on https://etender.gov.in/eprocure/app. Opened
bids not for complete tendered works shall not be considered and shall be technically disqualified.
1. Bid response once submitted and Opened by AAI shall be final and no amendment thereof shall be
considered thereof by AAI in respect of Price Bid response submitted by bidders. Only additional technical
details/clarifications sought by AAI shall be considered.
2. However, AAI reserves the right to call/re-call for revised Price Bids responses from all technically qualified
bidders.
3. Airports Authority of India (AAI) reserves the right to reject any or all the bid responses or part thereof without
assigning any reason there-of, and to call for any other additional details or clarifications or information from any of
the bidder. Bidders must submit its additional technical details/ clarifications within the stipulated time of seeking
such additional technical details/clarifications by AAI on https://etender.gov.in/eprocure/app only.
4. Request for Additional details/ clarifications/ queries of bidders available on
https://etender.gov.in/eprocure/apponly through REPLIES & QUERIES tab and “short fall” folder only shall be
considered by AAI.
5. AAI shall not be responsible for any delay/ loss/ non-receipt of tender document response or for loss in
contents or incorrect submission by bidder or incorrect bid response available to AAI in respect of its e-bid response
on https://etender.aai.aero/irj/portal submitted to AAI in “Technical Bid/Attachments” folder or for not
operations/breakdown/working of AAI e-tender CCP portal.
10. The critical dates for this tender are as given below.

CNS Page 12
123/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

11.
S.No Schedule of Important Activities Date

1 Published Date 15/03/19

2 Bid Document Download / Sale Start Date 15/03/19

3 Clarification Start Date 15/03/19

4 Clarification End Date 29/03/19

5 Submission of the clarification by AAI to the bidder’s queries 15/03/19

6 Bid Document Download / Sale End Date 29/03/19

7 Bid Submission End Date 29/03/19

8 Technical Bid Opening Date (Envelope- I) 02/04/19

9 Last date and time of submission of original Demand Draft against EMD and 29/03/19
Tender Fee, Signed hard copy of AAI Unconditional Acceptance Letter.
10 Bid Opening Date (Envelope- II) Price Bid 15/04/19

12. The Thermal Strip Printer Heads will be utilized in the Automation Unit, ATS complex, Chennai Airport,
Meenambakkam, Chennai 600027.
13. Bidder shall upload tender on E-tender in CPP Portal well in advance to avoid last minute hassles.
14. Clarification needed if any may be sought through the “short fall” option provided in the e-tendering portal.
Bidders are advised to visit the e-tendering portal to get the details in this regard.

CNS Page 13
124/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

DECLARATION:
The qualification criteria of this tender document is read understood, hereby accepted
unconditionally and shall be complied/ followed herewith without any conditions. I/We agree to abide by the
QUALIFICATION CRITERIA, contained in this Tender Document and shall form part of tender/agreement
conditions / provisions. I/We hereby unconditionally accept(s) the QUALIFICATION CRITERIA of AAI’s
tender documents in its entirely for the “Supply of THERMAL STRIP PRINTER Heads for FSP IER-512C,
Automation Unit, Chennai Airport”

It is certified that I/we have/will not stipulate any condition(s) in our bid response offer. In case any
condition(s) are found in our e-bid response/offer, the same shall be treated as withdrawn unconditionally.
Signature of bidder firm authorized Signatory

Name

On behalf of

Telephone Fax

E-mail Firms Stamp

CNS Page 14
125/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

SECTION-II INSTRUCTIONS TO BIDDERS


A. INTRODUCTION
1. DEFINITIONS
1.1 “AAI / The Buyer” means the Airports Authority of India.
1.2 "The Bidder / Supplier" means the individual or firm or Company who participates in this tender and submits
its bid.
1.3 “Project Manager 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/Supplier/Contractor.
1.4 "The Bidder/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 Bidder/Supplier/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
Bidder/Supplier/Contractor 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 Bidder/Supplier/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 Bidder/Supplier/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 attached, or the required data has not been provided with the Bid or intentional errors
have been committed in the Bid.
2. ELIGIBILITY CRITERIA:

(Bidders shall upload scanned copy of following documents in readable form at e-tendering CPP portal
corresponding to Eligibility as criterion mentioned below)
2.1 List of documents to be attached with the Eligibility cum Technical Bid -
GST/PAN
Proof
equal
years, of
estimated
to - Registration
execution
for80%
cost
orormore
three
Government number.
ofofDepartments
works: Supplier
separate
the estimated
Work should
orcost
Orders, have
or two
Public each successfully
separate
for a value
Undertakings Works incompleted
(with equal
Orders,
to or
India). similar
each
more a services
for than
value
40% with
equal
of toOne
the or Workthan
estimated
more Order
cost
50%of of
in value
last
the7
Proof of satisfactory service: Bidder shall submit completion/ performance certificate in respect of the experience of works
claimed by bidder against execution of works (Para 2.1.2) above.
Certification of satisfaction with complete detail of supplied items and work carried out shall be submitted. Further
completion certificates should be issued by the end Customer.
A list of clients served (with contact address and official email Ids) shall also be attached.
2.1.5 Earnest Money Deposit: (EMD) of value as given in in Section-I of the Tender (Notice Inviting Tenders) shall be
accepted offline, only through the “Demand Draft” in favour of “Airports Authority of India” payable at Chennai. Supplier shall
upload the copy of DD with e-Tender CPP portal.
EMD in the form of cash /online or any other form shall not be accepted. Supplier shall also note that they are required to
submit documentary evidence of submission of EMD during the tendering process. Supplier are required to submit or contact
for physical submission of EMD documents before opening the bids. The tenders of the bidders, who fail to submit the
Demand Draft of EMD, before the stipulated time shall be rejected outright.
Refund of EMD: EMD of unsuccessful bidders received shall be refunded. For all bidders whose financial bids are opened
the refund of EMD except for LI bidder shall be processed within 15 days of opening of the financial bid.

CNS Page 15
126/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai
Articles of Memorandum of Association or Partnership Deed or Proprietorship Deed as the case may be.
Acceptance Letter: Un-Conditional Acceptance Letter of all tender conditions in the format enclosed as Annexure-I of the
tender document.
Power of Attorney: Power of Attorney (Stamp of Rupees 100/-) authorizing the designated executive to sign all documents
on behalf of the company or Firm, if the bid is not signed by the Director of the Company or Partner / Proprietor of the Firm.
Details of the Supplier Firm/ Company: Format enclosed as Annexure-IIIB of the tender document.

List of documents to be uploaded in the FEE/ Pre-Qualification/TECHNICAL Bid Table-1

Enclosure
SL NO. Qualifying Criteria YES/NO
check list
1. Unconditional Acceptance Form Enclosed
2. TENDER FEE DD Enclosed
3. EMD DD Enclosed
4 Scanned copy PAN Enclosed
5 GST No. Enclosed
6 HSN/SAC Enclosed
7 General Information of Bidder Annexure IIIA Enclosed
8 Details of Supplier firm/company Annexure IIIB Enclosed
9 Performa for e-payment Annexure IIIC Enclosed
10 Power of attorney on Rs. 100 non-judicial stamp papers Enclosed
11 Proof of work experience for satisfactory completion of similar works Enclosed
12 Proof of income tax return and audit balance sheet during last 3 years Enclosed
13 Signed copy of complete original tender in proper order with all Enclosed
corrigenda.
14 An undertaking stating its firm or partners or it directors have not been Enclosed
blacklisted or any case is pending against the firm.
15 Copy Of Valid NSIC/MSME Certificate Enclosed
16 Declaration along with VALID NSIC/MSME registration Enclosed
documents for claiming Fee & EMD exemption
17 Technical compliance statement Schedule: A2 Enclosed
18 Annexure I to VII (Filled, signed and stamped) Enclosed
19 Technical brochures/literatures/data sheets of the product Enclosed

TENDER FEE amount of Rs.1180/-shall be submitted offline and a scanned copy is to be submitted through
e-Tender Portal only.
The Earnest Money Deposit (EMD) amount of Rs.98,464/-shall be submitted offline and a scanned copy is to
be submitted through e-Tender Portal only.

COST OF BIDDING:

3.1 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.

CNS Page 16
127/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

THE BID DOCUMENTS:

4. BID DOCUMENTS
4.1 The required materials, bidding procedures and contract terms are prescribed in the Bid Documents:

S.No Section PARTICULARS


1. Section-I NOTICE INVITING TENDER
2. Section-II INSTRUCTIONS TO BIDDERS
3. Section-III GENERAL TERMS & CONDITIONS OF CONTRACT
4. Section –IV SPECIAL TERMS & CONDITIONS
5. Annexure-I ACCEPTANCE LETTER
6. Annexure-II PERFORMANCE BANK GUARANTEE
7. Annexure-IIIA GENERAL INFORMATION OF BIDDER
8. Annexure-IIIB DETAILS OF THE SUPPLIER FIRM/COMPANY
9. Annexure-IIIC PROFORMA OF LETTER FOR E-PAYMENT
10. Annexure-IV PROFORMA FOR AGREEMENT
11. Annexure-V FORCE MAJEURE FORMAT
12. Annexure-VI EXTENSION OF TIME FORMAT
13. Annexure-VII TECHNICAL SPECIFICATIONS & COMPLIANCE STATEMENT
14. Notes CHECKLIST
15. Schedule-B FINANCIAL BID
16. Schedule C BILL OF QUANTITY
4.2 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.
5. AMENDMENTS TO BID DOCUMENTS
5.1 At any time, prior to the date of submission of bids, the Buyer may, for any reason, whether at its own
initiative or in response to a clarification requested by a prospective Bidder, modify the bid documents by
amendments.
5.2 The amendments shall be communicated to all prospective bidders as corrigendum on the e-tender portal
and these amendments will be binding on them.

CNS Page 17
128/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

B. PREPARATION OF BIDS:
6. DOCUMENTS COMPRISING THE BID:
6.1 The bid prepared by the bidder shall be in TWO parts to be submitted as per Para D of this Section.
Each part to contain the following components:
PART-1

6.1.1 Pre-Qualification Bid: for provision of “Supply of Thermal Strip Printer Heads for FSP IER-
512C, Automation Unit, Chennai Airport” consisting of the following documents.

6.1.1.1 All the relevant documents as asked for Pre-Qualification criteria phase 1 of the
tender.
6.1.1.2 Offline Payment of tender fee through “Demand draft” in accordance with Clause -3 under Section - I of the
tender.
6.1.1.3 Earnest Money Deposit in the form of DD accordance with Clause 5 of Section–III.
6.1.1.4 Documentary evidence established in accordance with Clause 8 of this section that the bidder is eligible to
bid and is qualified to perform the contract if his bid is accepted.
6.1.1.5 Compliance of Check List-(Prequalification Bid-Phase-1) as in Schedule A1 in total otherwise
shall be disqualified.

6.1.2 Technical Bid: for provision of “Supply of Thermal Strip Printer Heads for FSP IER-512C,
Automation Unit, Chennai Airport” consisting of the following documents.

All the relevant documents as asked for Technical Bid criteria of the tender.
Compliance of Check List (As in Schedule A2) in total or in part shall be disqualified.
PART-2
Financial Bid: for provision of ““Supply of Thermal Strip Printer Heads for FSP IER-512C, Automation
Unit, Chennai Airport”” consisting of the following documents and filled online as per clause 7.

6.1.3.1 Financial Bid Form (to be filled up online)


6.1.3.2 The bidder shall quote the rates in English language and international numerals.

7. BID PRICES:
7.1 The bidder shall fill the price schedule as follows:
7.1.1 The bidder shall use on-line Financial Bid Form on the e-tender portal for their price offer. The bill of
“Thermal Strip printer Heads “with scheduled quantities indicated in Schedule-B of the tender will be reflected in
the on-line Financial Bid. It may be noted that only duly submitted bids shall be evaluated and bids just saved but not
submitted the Financial Bid shall not be part of the evaluation process.
7.1.2 The Unit rate shall be inclusive of packing & forwarding charges if any.
7.1.3 The Unit Rate shall be used for calculating the total amount in the Financial Bid.
7.1.4 In the event of any ambiguity, the Unit Rate given in the Financial Bid shall be taken as the
correct basis for calculating all other data. In the event of any Errors or Ambiguity in Unit Rates itself the Financial
Bid of the bidder shall be rejected.
7.1.5 The prices quoted by the bidder shall remain firm on the date of submission of the Bid and shall not

CNS Page 18
129/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai
be subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non-
responsive and rejected.
7.2 The bidder shall quote only one price for each item of same specification against the nomenclature shown in
Financial Bid.
7.3 The bidder shall quote as per price schedule given in Financial Bid for all the items as per specifications in
Annexure - VII.
7.4 Each Bidder should submit only one product for each item. Offering products of more than one brand or
multiple models of the same brand against one item shall make the technical / financial bid of the Supplier invalid and
such offers shall be rejected at technical / financial stage wherever such defaults are noticed.
7.5 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 offers when agreed by AAI & the bidder shall form a part of the financial Bid.
8. DOCUMENTS ESTABLISHING ITEMS CONFORMITY TO BID DOCUMENTS:
8.1 Pursuant to Clause 6, 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:
8.1.1 The documentary evidence of the Items and services in conformity to the Bid Documents shall be in
the form of literature, drawings and data that the Bidder shall furnish. These shall be attached as Annexure to the
Compliance Statement as per Clause 8.1.2 below.
8.1.2 Compliance Statement in Annexure-VII shall be in the format given below. Compliance Statement shall
be one of the two statements viz. “Complied or “Not complied”. No other remark or comment will be accepted.
Sl .No. Specification Ref (Complied/Not Complied)

Bidder must attach 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.
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.
8.1.4 The supporting documents downloaded from websites shall have the complete URL of the page in the header
or footer.
8.1.5 Each specification 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.
8.1.6 The compliance statement submitted as per clause 8.1.2 shall be duly supported by technical literature,
equipment brochures & other related reports / documents. The compliance statement not supported by the
documentary evidence of the supplying product shall not be considered. Such bids shall be considered as non-
responsive and may result in rejection on technical grounds.
8.1.7 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 contract shall be required.
8.1.8 The product/configuration offered by the bidder must be standard and proven. Bidder shall submit a list of

CNS Page 19
130/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

clients/locations where similar product/configuration is 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.
9. PERIOD OF VALIDITY OF TENDER (BID)
9.1 The offered Bid shall remain valid for a minimum of 180 days from the date of opening of the technical bid.
The bidder shall not be entitled, to revoke or cancel the offer or to vary any term thereof, during the said
period of validity without the consent in writing of AAI. In case of the bidder revoking or cancelling the offer
or varying any term in regard thereof, the bidder's earnest money deposit shall be forfeited.
9.2 If there is any delay in finalization 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. However,
the tender process shall not be vitiated if any tenderer declines to extend the offer as requested for.
10. FORMATS AND SIGNING OF BID:
10.1 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 accompanying the bid shall indicate the letter of authorization. The person
or persons signing the e-bid shall sign the bid, except for printed literature. The e-bid submitted shall be in properly in
readable form and encrypted as per e-tendering portal requirements. Standard Printed terms and conditions of the
company other than the NIT conditions shall not be considered.

C. SUBMISSION OF BID DOCUMENTS:


11. SEALING AND MARKING OF BIDS:

11.1 The bidders shall digitally sign & encrypt their bids and upload the bid on line at CPP-Portal.
11.2 If all the envelopes are not digitally signed & encrypted the buyer shall not accept such open bids for
evaluation purpose and treated as non-responsive. Such bid shall be liable to be rejected.
12. SUBMISSION OF BIDS:
12.1 The buyer shall receive the bids on line through e-tender portal only not later than that the schedule date
specified in the NIT.
12.2 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.
12.3 The bidder shall submit his bid offer on line at CPP –Portal in e-tender only. Digitally signed tender
document downloaded from CPP-Portal shall be considered. No separate documents shall be valid. Only relevant
attachments, if any other than the tender document, shall be listed out for reference.
13. LATE BIDS:
13.1 Any bid uploaded after the deadline e-tender portal system shall not permit uploading of bids after the
schedule time of submission.
14. CORRECTIONS / MODIFICATIONS AND WITHDRAWAL OF BIDS:
14.1 The bidder may correct, modify his digitally signed bid after submission prior to the deadline, through
provisions of e-tendering portal.
14.2 No bid shall be modified subsequent to the deadline for submission of bids.

CNS Page 20
131/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

E BID OPENING AND EVALUATION:

15. OPENING OF BIDS:


15.1 The Buyer shall open Bids on line through e-tender portal as per schedule or as per intimation of Bid
Opening Date & Time to bidders. Bidders or his authorized representatives who choose to attend on the
opening date and time may do so if desired. The Bidder's representatives, who are present, shall sign the
tender opening register. The bidder shall submit authority letter to this effect before they are allowed to
participate in bid opening.
15.2 Maximum of two well-informed representatives of each eligible bidder shall only be allowed to attend the
opening of the bids.
15.3 Representative whose bid is not submitted / rejected cannot attend the tender opening.
16. CLARIFICATION / CONFIRMATION OF COMPLIANCE OF BIDS
16.1 The general eligibility criteria shall be evaluated during preliminary stage and the Suppliers who have not
submitted requisite documents shall be asked through e-tendering portal in CPP-Portal their claims with
documentary evidence before a given date failing which their bids shall not be considered further for
detailed evaluation.
16.2 It may be noted that enquires / clarifications shall be responded only through e-tendering Portal. All such
queries shall be entertained which are received on or before last date/time for submission of queries. AAI
response will be uploaded through e-tendering portal. Written responses and no verbal / telephonic
enquiry shall be entertained during the tender process.
17. EVALUATIONS AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS:
17.1 Eligibility Evaluation:
17.1.1 The Pre-Qualification criteria and Technical criteria shall be evaluated during preliminary stage and
the Suppliers who have not submitted requisite documents shall be asked in writing to substantiate their claims with
documentary evidence before a given date failing which their bids shall not be considered further for detailed
evaluation.
17.1.2 The Pre-Qualification and Technical bids of the bidders found to be meeting all general eligibility
criteria in the preliminary evaluation shall be evaluated further against the technical requirements of the tender. The
requirements shall be verified against the manuals / technical literature submitted by the Suppliers. The Suppliers
may be asked through e-tendering portal to substantiate their compliance submitted in the tender by suitable
documentation wherever the same is lacking. The Technical evaluators on their own may download the
information from the websites to verify the claims of the Suppliers. The technical Bids of the Suppliers who fail
to substantiate their claim on meeting the technical requirements even after the above process shall be rejected.
17.1.3 AAI may seek performance report on a Supplier for other clients whose reference are given in the tender.
An adverse report from a client shall make the Supplier technically unfit leading to his rejection. The process of seeking
performance report shall be kept confidential so that the Supplier is not able to influence the process.
17.1.4 AAI may visit the Supplier workshop and see the facilities available with the Supplier for undertaking the
repair maintenance activity. Shortcomings observed during the visit shall be recorded. The Supplier shall be asked to
show its latest ISO documents or manuals for repair & maintenance and the Supplier whose technical bid not found
in line with the ISO manual shall be liable for rejection.
17.1.5 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 by way of submitting
supplementary Financial Bids. Only technically successful bids will be considered for financial bid opening
18. OPENING OF THE FINANCIAL BIDS:
18.1.1 Financial Bids of those Suppliers who qualify technically shall be opened electronically at CPP-Portal in e-
tender in the on-line presence of the bidders. Time and date of opening shall be notified in writing through e-tendering
portal.
18.1.2 The bidder shall issue authority letters to their representatives to attend the opening of financial bids if desired
to be present at AAI premise.
18.1.3 The comparison for evaluation shall be as follows:
Financial Bid Evaluation Criteria:
18.1.4 The comparison for evaluation shall be of the total cost of the bid inclusive of all taxes, GST. levies and charges. A

CNS Page 21
132/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai
short list of first three lowest bidders in ascending order shall be drawn and named L1, L2 and L3.
18.1.5 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 Bidder/Supplier/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, email or by letter,
e-portal.
20.2 AAI shall be the sole judge in the matter of award of contract and decision of AAI shall be final and binding.
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 itself 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.
21.4 Pursuant to Clause 21.3 the documentation submitted 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 under 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 that are not accompanied with 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 or the authority inviting
tender, the same shall be informed by the bidder. 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 equivalents 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:

CNS Page 22
133/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

22.1 The acceptance of the tender will be intimated to the successful bidder by AAI, either by e-mail, fax or by
letter, e-portal.
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 after 7 days 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 as Annexure II and signing of the contract shall be
completed within 30 days of the effective date of 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:
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 30 days of the acceptance of the Works Order / Purchase Order.
24. ANNULMENT OF AWARD:
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:
The supplier shall submit copies of Valid Certificates to ensure that all works comply with standards specified in the
QRs.
26. TRANSFER OF TENDER DOCUMENT:
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 Supplier is not permissible.
27. CONTRACT MONITORING:
27.1 The buyer shall hold regular contract monitoring meetings after the award of the contract to monitor the
performance of the contract
27.2 First such meeting shall be hold within one week of award of the contract. The date and time of such meeting
shall be intimated to the Bidder/Supplier/Contractor / supplier by fax. / post /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 Bidder/Supplier/Contractor. Project review meetings shall
be with reference to mile stones and contract performance analysis.
27.4 Buyer shall communicate the readiness of the site(s) to the Supplier & when the buyer is ready with the
installation plans.

CNS Page 23
134/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

CNS Page 24
135/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

SECTION–III……GENERAL TERMS & CONDITIONS OF THE


CONTRACT

GENERAL TERMS & CONDITIONS OF THE CONTRACT


1. Purpose & Scope
This document sets out the terms & conditions be met in connection with the provision of ““Supply of Thermal
Strip Printer Heads for FSP IER-512C, Automation Unit, Chennai Airport”to AAI for the work as per details
given in the notice inviting Tender with specifications in Annexure-VII.
1.1 This tender document includes details like quantity, delivery, installation, commissioning & support services
for maintenance, etc.
1.2 The hardware & software supplied against this tender must include all the modules, etc.
2. Compliance:
2.1 The unconditional acceptance of all the terms & conditions of the NIT has to be submitted through a letter.
The format of the letter is attached at Annexure-I.
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 shall be duly signed with stamp by the bidder.
2.5 The submission of unconditional acceptance as described above is essential for the tender evaluation. The
failure to submit the unconditional acceptance statement in the said format shall result in his 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. 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.
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.
5. Earnest Money:
5.1 The Earnest Money Deposit (EMD) amount of Rs.98,464/-shall be submitted offline and a scanned copy is
to be submitted through e-Tender Portal only.
5.2 The EMD of the technically unsuccessful bidders shall be discharged / returned after the completion of the
technical evaluation process.

CNS Page 25
136/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai
5.3 The EMD of the bidder other than the lowest bid shall be discharged / returned promptly, after evaluation
of financial bids.
5.4 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.
5.5 The EMD amount shall be forfeited in the following events:
5.5.1 If the successful bidder fails to enter into a contract with AAI within 30 calendar days after the receipt of the
purchase order / work order as specified under clause 23 of section-II.
5.5.2 If the successful bidder fails to submit the performance guarantee as stipulated in para 6 of this section
within 30 calendar days after the receipt of the purchase order / work order.
5.5.3 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-I.
5.6 No interest or any other expenses, whatsoever, will be payable by AAI on the EMD in any manner.
6. Performance bank Guarantee.
6.1 The successful bidder shall submit Contract performance guarantee (in lieu of Contract Performance
security) of the value equivalent to 10% (ten percent) of the total price to AAI in the form of an irrevocable and
unconditional bank guarantee on scheduled commercial bank as per Performa attached as Annexure-II. The
guarantee shall be submitted within 30 calendar days of the issue of letter of acceptance of his bid, and will be valid
after the end of the period of guarantee / warrantee.
6.2 The performance guarantee amount shall be payable to AAI without any condition whatsoever and the
guarantee shall be irrevocable.
6.3 The performance guarantee shall be deemed to govern the following guarantees from the successful bidder,
in addition to other provisions of the guarantee:
6.3.1 The Hardware / Software supplied under the contract shall be free from all defects / bugs and upon written
notice from AAI, the successful bidder shall fully remedy, free of expenses to AAI, all such defects / bug as developed
under the normal use of the said hardware / software within the period of guarantee/Warranty.
6.3.2 The performance guarantee is intended to secure the performance of the entire system. However, it is not
to be construed as limiting the damages stipulated in any other clause.
6.4 The performance guarantee will be returned to the successful bidder at the end of the period of liability
without interest.
6.5 The bidder as per operation, installation, maintenance manuals and performance guarantee tests supplied
by the successful bidder, will do the loading, installation & commissioning of systems. The successful bidder will be
fully responsible for the guaranteed performance of the supplied systems and warranty obligations. In case of any
problem after commissioning and during guarantee period the successful bidder will depute his supervisor(s) to AAI's
site within 24 hours of intimation to remove all defects at Bidder/Supplier/Contractor’s cost.
7. Correspondence:
7.1 All correspondence would be directly with the bidder and correspondence through agents will not be
entertained.

CNS Page 26
137/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

8. Testing and Inspection:


8.1 The testing and inspection of the Thermal Strip printer Heads shall be carried out at supplier premises as
mentioned in the compliance statement Schedule – A2
8.1.1 Post installation Acceptance testing / Inspection:
a. This testing / inspection shall be performed after the completion of installation. The inspectors shall verify the
component level details during this testing as specified mentioned in Schedule-A2 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
b. If any Item or any part thereof, before it is taken over, is found defective or fails to fulfil the requirements of the
contract, the consignee shall give the Bidder/Supplier/Contractor notice setting forth details of such defects or failure.
The Bidder/Supplier/Contractor shall make the defective material good or alter the same to make it comply with the
requirements of the contract forthwith and in any case within a periodnot exceeding one month of the initial report.
The replacements by the Bidder/Supplier/Contractor shall be made free of all charges at site. Should he fail to do so
within this time, the Buyer reserves the discretion to reject and replace at the cost of the Bidder/Supplier/Contractor
the whole or any portion of the items as the case may be, and that is defective or fails to fulfil the requirements of the
contract. The cost of any such replacement made by the Buyer shall be deducted from the amount payable to the
Supplier.
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 Bidder/Supplier/Contractor shall apply
for extension in time as per format contained in Annexure-VI.
9.2 AAI at its sole discretion may extend the time period for completion of the work without any prejudice to operate
the penalty clauses provided for in the Tender Document. Such extension of time and the circumstances leading to
the extension of time shall be communicated in writing to the Bidder/Supplier/Contractor
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 prejudice to any other rights or remedy as may be available to the purchaser, an agreed
compensation amount calculated @ 1 % of the total value of the uncompleted portion of the work per week or part
thereof subject to a maximum 10%.
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
Bidder/Supplier/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 Bidder/Supplier/Contractor shall be
considered as justified reasons. The amount of compensation may be adjusted or set off against any sum payable to
the Bidder/Supplier/Contractor under this or any other contract with AAI.
10.4 Appeal for waiver of compensation for delay with due justification shall be decided as per the provisions of
clause 7.4.3 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 Bidder/Supplier/Contractor.
10.5 Each site will be treated independently for calculating compensation. The delay applicable in the project
shall also be site specific. The contract value shall be calculated separately for each site for this purpose.
11. Force Majeure:
11.1 AAI may grant an extension of time limit set for the completion of the work / repair in case the timely
completion of the work is delayed by force majeure beyond the Bidder/Supplier/Contractors control, subject to what
is stated in the following sub paragraphs and to the procedures detailed there 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.

CNS Page 27
138/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

11.2 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-V to the tender document) and that the Bidder considers himself entitled to an extension of the time limit.
The Bidder/Supplier/Contractor shall submit the application for extension of time as attached in Annexure-V.
11.3 That the Bidder/Supplier/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.
11.4 That the Bidder/Supplier/Contractor proves that the said conditions have actually been interfered with the
carrying out of the contract.
11.5 That the Bidder/Supplier/Contractor proves that the delay occurred is not due to his own action or lack of
action.
11.6 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.
12. Patents, Successful bidder's Liability & Compliance of Regulations
Successful bidder shall protect and fully indemnify the AAI from any claims for infringement of patents, copyright,
trademark, license violation or the like.
12.1 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.
12.2 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.
13. Settlement of Disputes:
13.1 If a dispute of any kind whatsoever arises between the AAI and the Bidder/Supplier/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 Manager or his nominee, the matter in dispute shall, in first place be referred to the General Manager
(CNS), Chennai, AAI. He shall activate the dispute resolution mechanism to resolve the dispute in question. Any party
may invoke arbitration clause, if dispute in question is not settled by the Dispute resolution mechanism
13.2 Unless the Contract has already been repudiated or terminated or frustrated the Bidder/Supplier/Contractor
shall in every case, continue to proceed with the works with all due diligence and the Bidder/Supplier/Contractor and
AAI shall give effect forthwith to every decision of the Project Manager or his nominee unless and until the same shall
be revised, as hereinafter provided, by the Dispute Resolution Mechanism or in an Arbitral Award.
14. Arbitration and Law:
14.1 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 single Arbitrator for settlement of any dispute with regard to this contract shall be
appointed by the Chairman AAI. The venue of Arbitration shall be Chennai, 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.
14.2 Indian laws shall govern this contract.
15. TERMINATION FOR DEFAULT & RISK PURCHASE:
15.1 The AAI may, without prejudice to any other remedy for breach of contract, by written notice of default, sent
to the Bidder/Supplier/Contractor, terminate this Contract in whole or in part in any or the following events.
15.2 If the Bidder/Supplier/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.
15.3 If the Bidder/Supplier/Contractor fails to perform any other obligation(s) under Contract.
15.4 If the Bidder/Supplier/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.
15.5 As a penalty to the Bidder/Supplier/Contractor the AAI shall en-cash Contract Performance Bank

CNS Page 28
139/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

Guarantee. The 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 Bidder/Supplier/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 Bidder/Supplier/Contractor’s risk and
that extra expenditure will be recovered.
16. TERMINATION FOR INSOLVENCY:
16.1 The AAI may at any time terminate the Contract by giving written notice to the supplier, without
compensation to the Bidder/Supplier/Contractor, if the Bidder/Supplier/Contractor becomes bankrupt or otherwise
insolvent as declared by the competent court 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
Bidder/Supplier/Contractor Clause 16.5 shall be applicable.
17. SET OFF:
17.1 Any sum of money due and payable to the Bidder/Supplier/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 Bidder/Supplier/Contractor with Buyer.
18. Deviation in Quantity:
18.1 AAI reserves the right to change the quantity or part thereof to be supplied by +/-10% of the tendered
quantity (for site specific measurable length) but within the overall deviation limit of 30% of the contract value.
18.2 AAI also reserves the right to purchase Extra item, Substitute items as per site requirements up to the
overall limit of 30% of the contract value.
18.3 The overall deviation, Extra item or the substitute items taken together shall not exceed 30% of the contract
value unless until it is mutually agreed by both the parties and a specific order is placed on the Supplier in this regard.
19. E-Tender portal:
19.1 Tender process shall be through e-Tender in CPP-Portal. Equivalent terms and condition of contract. For E
Tender portal system shall be followed, where statement/ condition is made/suits for manual system.
20. Following clause on limitation of liability is include (Additional Clause)
20.1 Notwithstanding any other term, there shall be no limitation of liability in case of any damages for bodily
injury (including death) and damage to real property and tangible personal property due to gross negligence and
willful misconduct of the Bidder/Supplier/Contractor or his employees.
20.2 “In case of Court verdict either party found liable for any claim during the contract period shall be liable for
due fulfillment of such verdict. Also, party will not be liable for any indirect and consequential damages. (Applicable
for both parties.)
20.3 In all other cases not covered above the total liability under the terms of this Agreement shall not exceed
the contract value.
21. Following clause is included (Additional clause)
AAI will separately ask the bidders to specify the applicable taxes. The prices are to be quoted inclusive of all taxes
as applicable on the date of submission of the tender in the format given on the e tender portal. Any variation in
applicable taxes for the Govt. of India post submission of bids shall be payable as per actual. This will be subject to
submission of proof of taxes paid.

CNS Page 29
140/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

SECTION-IV………SPECIAL CONDITIONS
OF THE CONTRACT
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 technical completed within 12weeks of placement of
firm order from AAI or as per the schedule submitted by the bidder whichever is less.
2.2 The contract period shall be applicable for a period of 12 weeks from date of award of work.
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 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 good 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 Bidder/Supplier/Contractor on submission of documents as below.
4.2.1 Bills (Invoices) in duplicate with Firm GST no and AAI GST no. also
4.2.2 Delivery Challan in original
4.3.3 Original receipt from the Consignee for completion of delivery in good condition
4.4.4 Inspection certificate in original as applicable
4.3 The payments shall be subjected to the physical verification and satisfactory operationafter installing in the
Thermal Strip Printers in the Operational Positions of Automation Sitealong with the certificate of user department or
the concerned AAI after the delivery.
4.4 TDS shall be deducted as per GOI rules.
5. Guarantee / Warranty and other conditions:
5.1 The Supplier shall ensure that Supply of THERMAL STRIP PRINTER Heads for FSP IER-512C, is
Compatible and fully comply & adhere to the Technical Specifications.During the Warranty Period of

CNS Page 30
141/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

SIX MONTHS, the Supplier shall ensure the normal functioning and serviceability of the Supplied
Product/Item.

CNS Page 31
142/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

6. Dispatch of Documents
6.1 Pre-receipted Bills in triplicate of payment.
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 Installation / Commissioning Certificate with the final bills.
6.5 Any other Document relevant to NIT
7. Technical Manual
The bidder shall supply complete set of technical documents (as applicable) Along with the delivery. The cost
of such manuals supplied will be included in the cost of the system.

8. Validity of Offer three months.

CNS Page 32
143/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

Annexure-I……ACCEPTANCE LETTER
ACCEPTANCE LETTER

(TO BE SUBMITTED IN COVER NO. "A")

To,
The General Manager (CNS-Chennai)
Airports Authority of India,
ATS complex,Chennai Airport,
Chennai 600027
Sub: Acceptance of Terms & Conditions of Tender

Name of Work: - “Supply of Thermal Strip Printer Heads for FSP IER-512C, Automation Unit,
Chennai Airport”

Tender No. : - AAI/CHENNAI/CNS/AUTOMATION/PROCUREMENT/2018


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), 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" & “C” the same has been followed in the present case. In
case any provisions of this tender are found violated after opening envelope "A”, "B" & “C”. I / we
agree that the tender shall be rejected and AAI shall without prejudice to any other right or remedy
be at liberty to forfeit the full said earnest money absolutely.
4. 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 ask for bribe /gratification, I will immediately report it to the appropriate
authority of AAI.
Yours Faithfully,

Date: __________________ (Signature of the Tenderer)


with rubber stamp

CNS Page 33
144/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

ANNEXURE-IIA—PERFORMA FOR BANK


GUARNTEE
PROFORMA FOR BANK GUARANTEE

(FOR SECURITY DEPOSIT)


FOR
Supply of THERMAL STRIP PRINTER Heads for FSP IER-512C, for Automation Unit, Chennai Airport

(On Non-judicial stamp paper of Rs.100.00)

The Chairman,
Airports Authority of India,
CHQ, Rajiv Gandhi Bhavan,
Safdarjung Airport,
New Delhi – 110 003, INDIA
Dear Sir,

In consideration of the Chairman, AAI (hereinafter called “AAI”) having offered to accept the terms and
conditions of the proposed agreement between …………and ……..(hereinafter called the said
Bidder/Supplier/Contractor(s)) for the
work__________________________________________________________(hereafter called ‘the said
agreement’) having agreed to production of a irrevocable Bank Guarantee for Rs._________
(Rupees______________ ) ………amount of 10% (Ten percent) of entire contract amount……….. as a
security / guarantee from the Bidder/Supplier/Contractor(s) for compliance of his obligations in
accordance with the terms and conditions in the said agreement.

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 ……amount…… 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
Bidder/Supplier/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 ……………………..amount……………………..

CNS Page 34
145/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

3. We…………………………….. the said bank further undertakes to pay to the Chairman, AAI any money
so demanded notwithstanding any dispute or disputes raised by the Bidder/Supplier/Contractor(s) in any
suit or proceeding pending before any court or tribunal relating thereto, our liability under this present
being absolute and unequivocal.The payment so made by us under this bond shall be a valid discharge
of our liability for payment there under and the Bidder/Supplier/Contractor(s) shall have no claim against
us for making such payment.

4. 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 Engineer-in-charge on behalf of AAI certified that the terms and conditions of the said agreement
have been fully and properly carried out by the said Bidder/Supplier/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 Bidder/Supplier/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 Bidder/Supplier/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
Bidder/Supplier/Contractor(s) or for any forbearance, act of omission on the part of AAI or any
indulgence by the AAI to the said Bidder/Supplier/Contractor(s) or by any such matter or thing
whatsoever which under the law relating to sureties would, but for this provision, have effect of so
relieving us.

6. This guarantee will not be discharged due to the charge in the constitution of the Bank or the
Bidder/Supplier/Contractor(s).

7. We ………………………………..……….(indicate the name of the bank) lastly undertake not to revoke this
guarantee except with the previous consent of AAI in writing.

This guarantee shall be valid up to ……………………………….... unless extended on demand by AAI.


Notwithstanding anything mentioned above, our liability against this guarantee is restricted
Rs………………..(Rupees…………………………….) 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 ____ for ______ (indicate the name of bank).

Very truly yours,

(Authorized Signatory of the Bank)

CNS Page 35
146/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

ANNEXURE-IIIA…. General Information


of the Bidder
(TO BE SUBMITTED IN Technical BID)

General Information of the Bidder

All individual firms applying for e-tender are requested to complete the information in this form.

1. Name of firm:

2. Head office address:

3 Registered office address:

4. Telephone: Mobile: ………………………………………………….

Contact person name & Designation

5. Fax: E-mail:……………………………………….

6. Place of incorporation/

Year of incorporation/registration

Status of Firm: Corporation or Public Limited/ Private Limited/Partnership


firm/Individual Proprietorship Firm

Registration No.

CNS Page 36
147/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

Annexure-IIIB……Details of the Vendor


Firm/Company
Details of the Vendor Firm/ Company

Sl.No. Details of the Vendor Firm/ Company

1 Name of the Company:


2 Name of the Directors as per
MoA:

3 Name of the Authorized


signatory:
4 Email Address:
5 Phone/Fax:
6 GST Certificate
7 Detail of EMD Name of the Amount Date of Date of validity
Bank issue,

8 Turn Over of the company FY-…………. FY-……….. FY-………… Annualized


for last three years.
9 TIN
10 PAN/Service Tax no.
11 Date of Incorporation of the
Company as per MoA
Copy Attached /Uploaded)
12 Proof of Execution of Name of the Po. ref. PO. Amt. Remarks
works Work with date
12.1 Similar Work Experience 1
12.2 Similar Work Experience 2

12.3 Similar Work Experience 3


13 Date of completion of Name &Desig. Address Contact Email Address
Certificates of the above of Signatory Number
said works
13.1 Similar Work Experience 1
13.2 Similar Work Experience 2
13.3 Similar Work Experience 3
Power of Attorney (
Stamp Paper of Rs 100/-)
14 in favor of signatory ( Yes or No
attached)

CNS Page 37
148/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

Acceptance letter as per


Yes or No
15 Annexure-I
(Attached/Uploaded)
16 List of Client references Yes or No
Attached /Uploaded

CNS Page 38
149/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai
Details of the Vendor Firm/ Company

Sl.No. Details of the Vendor Firm/ Company

1 Name of the Company:


2 Name of the Directors as per
MoA:

3 Name of the Authorized


signatory:
4 Email Address:
5 Phone/Fax:
6 GST Certificate
7 Detail of EMD Name of the Amount Date of Date of validity
Bank issue,

8 Turn Over of the company FY-…………. FY-……….. FY-………… Annualized


for last three years.
9 TIN
10 PAN/Service Tax no.
11 Date of Incorporation of the
Company as per MoA
Copy Attached /Uploaded)
12 Proof of Execution of Name of the Po. ref. PO. Amt. Remarks
works Work with date
12.1 Similar Work Experience 1
12.2 Similar Work Experience 2

12.3 Similar Work Experience 3


13 Date of completion of Name &Desig. Address Contact Email Address
Certificates of the above of Signatory Number
said works
13.1 Similar Work Experience 1
13.2 Similar Work Experience 2
13.3 Similar Work Experience 3
Power of Attorney (
Stamp Paper of Rs 100/-)
14 in favor of signatory ( Yes or No
attached)

Acceptance letter as per


Yes or No
15 Annexure-I
(Attached/Uploaded)
16 List of Client references Yes or No
Attached /Uploaded

CNS Page 39
150/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

CNS Page 40
151/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

ANNEXURE-IIIC- PROFORMA OF
LETTER FOR E-PAYMENT
PROFORMA OF LETTER FOR E-PAYMENT
To
The General Manager (CNS-Chennai)
Airports Authority of India,
ATS Complex, Chennai Airport,
Chennai - 600027
Sub: Request for E-Payment
Sir,
Following particulars are given for effecting E-Payment in respect of our claim/Bill.
S No Particulars Details Description Remarks
1 Name of the Party
2 Office of Party
Type of Party’s
Organization
3 (a)Sole Proprietor
(b) Partnership
(c ) Private Ltd Company
(d)Public Ltd Company
4 Name of the Bank in which
Party maintains A/C
5 Bank Branch Code
6 Bank Account No
7 IFSC Code
8 PAN No
9 VAT/Sale Tax No
10 MIRC Code
11 NEFT Code
12 GST No.
Thanking you.
Yours faithfully

(Authorized Signatory)

Note: Any erroneous information may lead to harmful transaction for which either AAI or the Bank will
not be liable/responsible. Erroneous

CNS Page 41
152/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

ANNEXURE-IVA- AGREEMENT FOR “Supply of Thermal Strip Printer


Heads For FSP IER-512C, Automation Unit, Chennai Airport
AGREEMENT FOR SUPPLY
Supply of Thermal Strip Printer Heads For FSP IER-512C, Automation Unit, Chennai Airport
BETWEEN
AIRPORTS AUTHORITY OF INDIA, RAJIV GANDHI BHAWAN, SAFDARJUNG AIRPORT, NEW DELHI- 110 003
AND
M/S ...................................................................................................................................................

This agreement made on this ………….. Day of ..………… of 201_ between AIRPORTS AUTHORITY OF INDIA,
a body corporate constituted by the Central Government under the Airports Authority Act ( Act 55 of
1994 ) and having its Corporate office at RAJIV GANDHI BHAWAN, SAFDURJUNG AIRPORT, NEW DELHI-
110003 and office Chennai Airport, Chennai represented by The General Manager (CNS), Chennai
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, General Managers, Officers or any of
them specified by the Chairman on his behalf and shall also include its successors and assigns) of the one
part
and ………………………………………………………………....................................................................…………………………
………………………………………………………………………………………….. Represented
by …............................................................. ………………………………………………… of the other part hereinafter
called the BIDDER/SUPPLIER/CONTRACTOR (which term shall unless excluded by or is repugnant to the
context, be deemed to include its heirs, representative, successors and assigns of the
Bidder/Supplier/Contractor).
Whereas, the AUTHORITY wants “Supply of THERMAL STRIP PRINTER Heads for FSP IER-
512C,Automation Unit, Chennai Airport”and
BIDDER/SUPPLIER/CONTRACTOR …………………………………………………………………………… is desirous of
supplying the same.WHEREAS, AUTHORITY invited offers for the“Supply of THERMAL STRIP PRINTER
Heads for FSP IER-512C,Automation Unit, Chennai Airport” the BIDDER/SUPPLIER/CONTRACTOR has
offered bid for“Supply of THERMAL STRIP PRINTER Heads for FSP IER-512C,Automation Unit,
Chennai Airport” in accordance with their Price Bid for Rs…………………………………………………… opened
on ........................ on AAI e-portal. This Price is inclusive of patents, GST,handling charges, VAT/Sales
Tax/Entry Tax/Octroi /work contract tax/Service Tax, labour cess and all other taxes, duties, levies, freight,
Insurance, etc…up to destination and Service tax against Supply and warranty services on each site and
AAI has accepted its offer;
Now, therefore, in consideration of the promises and mutual covenants contained herein, the
BIDDER/SUPPLIER/CONTRACTOR and the AUTHORITY (hereinafter referred to as the “parties”) agree as
follows:
For the purpose of this Tender the following constitutes part of the agreement:
a. AUTHORITY’s Tender Documents for the Scope of“Supply of THERMAL STRIP PRINTER
Heads for FSPIER-512C,Automation
Unit, Chennai Airport”comprised of Tender
no________________andBIDDER/SUPPLIER/CONTRACTOR Price bid opened on AAI e-

CNS Page 42
153/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

portal ......................... for.


b) Bid Response Documents submitted by the BIDDER/SUPPLIER/CONTRACTOR in fulfilling the
tender requirements that includes the signed Compliance.
c) Unconditional acceptance of AUTHORITY Tender conditions as given by the
BIDDER/SUPPLIER/CONTRACTOR.
d) Replies to Queries raised by AUTHORITY during Technical evaluation and Technical clarifications
submitted by the BIDDER/SUPPLIER/CONTRACTOR in response thereof vide letter dated: ...............
e) The price bid of the BIDDER/SUPPLIER/CONTRACTOR opened on AAI e-portal ...................... and
accepted by AUTHORITY.
f) AUTHORITY’s Letter of Intent stating acceptance dated-------------- and the
BIDDER/SUPPLIER/CONTRACTOR’s acknowledgement dated......................
g) AUTHORITY Order no. .........................................................
h) Performance Bank Guarantee No. .................. Date .............................. for Rs............................
Whereas, the BIDDER/SUPPLIER/CONTRACTOR agreed to the“Supply of THERMAL STRIP PRINTER
Heads for FSP IER-512C, Automation Unit, Chennai Airport” against the tender within a period of 12
weeks and inclusive of __SIX___Months onsite warranty from the date of installation/commission as
per the Airports Authority of India’s Terms and conditions, mutually agreed upon as hereunder:

IN WITNESS WHEREOF, The parties have caused this agreement and executed by their respected duly
authorized representatives on the ……………day………… and ……………..year written.
ON BEHALF OF ON BEHALF OF
(M/S ....................................) (AIRPORTS AUTHORITY OF INDIA)
1.Witness:

2.Witness:

CNS Page 43
154/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

Annexure-V-FORMAT FOR INTIMATION


OF FORCE MAJEURE OCCURRENCE
FORMAT FOR INTIMATION OF FORCE MAJEURE OCCURRENCE

To,

The General Manager (CNS-Chennai)

Airports Authority of India,

Chennai Airport, Chennai-600027

Name of Work “Name of the work “Supply of THERMAL STRIP PRINTER Heads for FSP IER-
512C,Automation Unit, Chennai Airport”
Tender No. :AAI/CHENNAI/CNS/AUTOMATION/PROCUREMENT/2018

Subject :Intimation regarding Force Majeure Case:

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 Detail of Incident Likely Delay Requested


occurrence Activity affected 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 Manager)

Enclosures:

1. Revised Bar Chart.

2. Evidence of the occurrence of the Force Majeure case (….. sheets)

CNS Page 44
155/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

Annexure-VI-- APPLICATION FOR


EXTENSION OF TIME
APPLICATION FOR EXTENSION OF TIME

Part-I

1. Name of the Bidder/Supplier/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.

Date of Net
occurrence Date of Period extension
SlN Name of Of over of ofhindran Overlapping
o Hindrance hindrance hindrance ce Period Applied for Remarks if any

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

Month Days

CNS Page 45
156/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

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 Manager___________________________.

Signature of Bidder/Supplier/Contractor

Dated

CNS Page 46
157/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

Part II

(For Official Use)

1. Date of receipt of application from _____________________________________


Bidder/Supplier/Contractor for the work of __________________________________ in the
office of the GM(CNS) _____________________________________

Recommendations of the project Manager as to whether the reasons given by the


Bidder/Supplier/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 Manager)

1. Date of receipt in the Office: -


2. Project Manager’s remarks regarding hindrances mentioned by the Bidder/Supplier/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 Bidder/Supplier/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.
3. Project Manager’s Recommendations. The present progress of the work should be stated and whether
the work is likely to be completed by the date up to which extension has been applied for. If extension
of time is not recommended, what compensation is proposed to be levied under Clause 6.1 of Section
III.
Signature of Project Manager

Signature of Accepting Authority

CNS Page 47
158/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

Annexure-VII-- SPECIFICATIONS &


COMPLIANCE STATEMENT
Annexure-VII

1) Scope of work: Supply of THERMAL STRIP PRINTER Heads for FSP IER-512C, Automation Unit,
Chennai Airport

Technical Specification of Thermal Strip Printer Heads For IER-512c And Compliance
S.NO TECHNICAL IER 512 C HSN /SAC CODE STATEMENT OF
SPECIFICATIONS PART COMPLIANCE
NUMBER
YES NO
1. Thermal Printer S30350A
Head
Note:

The above statement showing “Compliance” or “Non-Compliance” of the technical


specifications as given in Annexure-I shall be duly signed, stamped and attached
with the Technical Bid.

I /We unconditional accept AAI Tender conditions in it entirely and if any condition
has been stipulated by me the same stands withdrawn. The information and
Certificates enclosed by me are correct.

Signature of the bidder with


stamp and date

CNS Page 48
159/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

Schedule: A1--CHECK LIST


CHECK LIST
Name of Work: “Supply of THERMAL STRIP PRINTER Heads for FSP IER-512C, Automation Unit, Chennai
Airport”

Pre-Qualification Bid: Pre-Qualification bid shall contain scanned copy of stamped and signed on each
page by bidder of the following documents.
Pre-Qualification Bid Phase 1

SL Enclosure
Qualifying Criteria YES/NO
NO. check list
1. Unconditional Acceptance Form Enclosed
2. TENDER FEE DD Enclosed
3. EMD DD Enclosed
4. PAN Enclosed
5. GST No. Enclosed
6. HSN/SAC Enclosed
7. General Information of Bidder Annexure IIIA Enclosed
8. Details of vendor firm/company Annexure IIIB Enclosed
9. Performa for e-payment Annexure IIIC Enclosed
10. Power of attorney on Rs. 100 non-judicial stamp papers Enclosed
11. Proof of work experience for satisfactory completion of similar Enclosed
works
12. Proof of income tax return and audit balance sheet during last 3 Enclosed
years
13. Signed copy of complete original tender in proper order with all Enclosed
corrigenda.
14. An undertaking stating its firm or partners or its directors have not Enclosed
been blacklisted or any case is pending against the firm.
15. COPY OF VALID NSIC/MSME CERTIFICATE Enclosed
16. Declaration along with VALID NSIC/MSME registration Enclosed
documents for claiming Fee & EMD exemption
17. Technical compliance statement Schedule: A2 Enclosed
18. Annexure I to VII (Filled, signed and stamped) Enclosed
19. Technical brochures/literatures/data sheets of the product Enclosed

CNS Page 49
160/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

Schedule: A2--Technical Bid-Technical


compliance statement
Technical Bid: Technical compliance statement
Technical Specification of Thermal Strip Printer Heads For IER-512c And Compliance

S.NO TECHNICAL IER 512 C HSN /SAC CODE STATEMENT OF


SPECIFICATIONS PART COMPLIANCE
NUMBER
YES NO
1. Thermal Printer S30350A
Head

(Note: The testing and inspection of the Thermal Strip printer Heads shall be carried out at
supplier premises as mentioned in the compliance statement)
Financial Bid:
SL NO. Qualifying Criteria check list
1. Financial Bid submitted through e- portal YES/NO

CNS Page 50
161/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

SCHEDULE-B--BILL OF QUANTITY
(BILL OF QUANTITY)
Tender No. AAI/CHENNAI/CNS/AUTOMATION UNIT/PROCUREMENT/2017
TITLE: “Supply of THERMAL STRIP PRINTER Heads for FSP IER-512C, Automation Unit, Chennai
Airport”
Name & Address of the Vendor :

Status of the Vendor

(Proprietor / Partnership):

Name of Proprietor / Partner:

Cost Quoted for each Item:

1. Bill of quantity for Supply of THERMAL STRIP PRINTER Heads for FSP IER-512C,
Automation Unit, Chennai Airport

Requirements:

S.No Item Description QTY


1 THERMAL STRIP PRINTER Heads for FSP IER-512C 45 Nos.

CNS Page 51
162/162
375033/2019/O/o GM(CNS)-SR
AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT CHENNAI – 600 027
NAME OF WORK: :“SUPPLY OF THERMAL STRIP PRINTER HEADS FOR FSP IER-512C, AUTOMATION UNIT,
CHENNAI AIRPORT”
Issued by DGM (CNS) for GM(CNS), Chennai

SCHEDULE-C--BILL OF QUANTITY-
FINANCIAL BID
SCHEDULE-C

(BILL OF QUANTITY)(FINANCIAL BID)


Tender No. AAI/CHENNAI/CNS/AUTOMATION UNIT/PROCUREMENT/2018
TITLE: “Supply of THERMAL STRIP PRINTER Heads for FSP IER-512C, Automation Unit, Chennai
Airport”
Cost Quoted for each Item:

Bill of Material for the Supply of THERMAL STRIP PRINTER Heads for FSP IER-512C,Automation
Unit, Chennai Airport

Requirements:Note: Prices / Rates are to be punched on .xls file provided in CPP PORTAL

Signature Not Verified


Digitally signed by S BOOVARAGAN
CNS Page
Date: 2019.03.15 15:03:39 IST 52
Location: eProcurement System for
Central PSUs

You might also like