0% found this document useful (0 votes)
24 views9 pages

ATCET 4 RHQSR Cns 2

Specification

Uploaded by

ccs.rathi
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)
24 views9 pages

ATCET 4 RHQSR Cns 2

Specification

Uploaded by

ccs.rathi
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/ 9

GeM Additional Terms and Conditions

1) The content of the documents in ATC shall not be altered or modified.


2) The estimated cost of this bid is Rs.46,227/- (Rupees forty-six thousand two hundred and
twenty-seven only) including GST.
3) This GEM bid is for the supply of hardware for ASMGCS and Automation unit, ATS complex,
Chennai Airport.
4) At any stage of bidding, if it is found that the bidder firm has given wrong or misleading
information then the bid shall be summarily rejected.
5) The firm shall not submit alternate bids. If such bids are found, then the same and related bids
shall be summarily rejected.
6) All Input Tax Credits shall be passed on to AAI for Goods and Services Tax.
7) GEM ATC and Corrigendum (If Any) must be signed in all pages including the documents to be
uploaded.
8) Local Content certificate shall be provided from OEM of the offered product as per GOI MII
policy. Class I / Class II must be declared, if applicable.
9) AAI reserves the right for Supply of Additional / Deviation / Extra items/Substitute item and
works up to 25 % of contract value at same terms and conditions shall be carried out.
10) Bidder shall submit unconditional acceptance letter in Technical as per Annexure:1
11) Price breakup shall be uploaded in Financial bid as per Attached format in Annexure V.

12) The following duly filled in signed and documents shall be submitted in the technical bid
1) Annexure-I : Compliance statement for Technical Specifications for the Hardware of
ASMGCS and Automation System with required technical data sheet or the website
link to download the datasheet or verify the technical specifications.
2) Annexure – II : UNCONDITIONAL UNDERTAKING AND DECLARATION
3) Annexure – III: Bidder / Vendor Details
4) Annexure - IV: GST Undertaking (without mentioning the GST amount)

13) Payment Terms: All payments shall be effected in INR.


No advance payment shall be paid.
100% of the shipment value shall be paid upon receipt of the consignment at AAl, Chennai.
i) Payment to the supplier shall be made on submission of the following documents in
ORIGINAL:
ii) Bill/Invoice + 2 copies, Delivery Challan.
iii) Satisfactory completion certificate of Supply and Testing by the user department, AAI,
Chennai Airport.
iv) Guarantee/Warranty card for the hardware as applicable.

Page 1 of 9
v) Details in respect of your firm required for RTGS as per proforma Annexure III.
14) Duly filled and signed GST undertaking shall be submitted as per Annexure IV.

15) LIQUIDATED DAMAGES:


a) In case of delay in completion of the contract or each milestone of contract for supplies and
Installation, liquidated damages (L.D.) shall be levied @ 0.5% of the total value of the
uncompleted portion of work per week (part of week to be treated as one week) subject to a
maximum of 10% of total contract value.
b) Liquidated damages shall be calculated on the base cost without the Govt. taxes and duties.
c) AAI, if satisfied, that the works can be completed by the bidder firm within a reasonable time
after the specified time for completion, may allow further extension of time at its discretion
with or without the levy of L.D.

17) Warranty terms:

Warranty for the supplied hardware items shall be for a period as mentioned in the Technical
specification of each item from the date of successful completion of the supply of items.

18) Billing Details: GST Invoice in the name of “The General Manager (CNS), Airports Authority of
India, ATS Complex, Meenambakkam, Chennai Airport, Chennai-600016” shall be submitted with
SAC/HSN Code & AAI GST No: 33AAACA6412D1ZF and forward to “Airports Authority of India,
CNS Stores, Bank of Baroda Upstairs 1st floor, GST Road, Meenambakkam, Chennai Airport,
Chennai- 600 016”.

Page 2 of 9
ANNEXURE–I
Technical Specifications of Hardware for ASMGCS and Automation Units.

1. Technical Specifications for Layer 2 Ethernet Switch (Qty-01 No):


S.No Specification Requirement Complied Yes/No
1.1. Type of Switch Layer 2 Managed
1.2. Technology POE+
1.3. Number of 1 G Copper 24
ports
1.4. Number of 1 G SFP Minimum 2 (SFP Modules to be included)
Port
1.5. Redundant Power To be provided
Supply
1.6. Switching Capacity Minimum 52
Non-Blocking (Gbps)
1.7. Throughput (MPPS) Minimum 38.6
1.8. Basic Layer 3 Protocol Static Routing, VLAN Routing, IP Source
Guard, DHCP snooping
1.9. Security Feature IEEE 802.1 x (RADIUS),
SSL/HTTPS, DHCP,
Snooping/IP Source Guard
1.10. Management Protocol Web-based graphical user interface (GUI),
Password management,
IPV6 management,
SNMP, RMON, Syslog
1.11. QoS IEEE.802.1p, COS, Diff serv QoS, Strict priority
Queue Technology, WRR (Weighted
Round Robin)
1.12. Ipv6 Yes
1.13. POE Power Budget Minimum 190 W.
1.14. Warranty Minimum 3 Years

2. Technical Specifications for Cat-6 Ethernet Cables (01 Bundle):


S. No. Specification Requirement Complied Yes/No
2.1. Category Category 6 U/UTP Cable
Conductor Pairs 4
2.2. Cable Jacket colour Blue
Grey, White/Any other Colour
2.3. Conductor diameter 0.57 mm (23 AWG) Bare Copper
and Material
2.4. Length of cable in a 305m (1000ft)
bundle
2.5. Cable jacket material Fire retardant PVC or LSZH
2.6. Conformance to ANSI/TIA/EIA-568 C.2 latest or ISO/IEC:11801
standards latest
2.7. Frequency range 1-250 MHz
2.8. Internal cross Yes
separator

Page 3 of 9
2.9. Each meter printed Yes
with sequential
length counter of
cable apart from
marking
requirement as per
relevant
specifications and
certifications
2.10. Nominal Velocity 70%
of Propagation
(NVP)
2.11. Remote Powering To be fully compliant with IEEE802.3bt (Type-
4) for the safe delivery of power over LAN cable
2.12. DC Resistance, 8 ohms/100 m
maximum
2.13. UL Marking Yes
2.14. Certification RoHS

3. Technical Specifications for Keyboard (Qty-05 Nos):


S.No Parameter Specification/Requirement Complied Yes/No
3.1. Key Board Type Standard Key Board
3.2. Keyboard Wired
Connectivity
3.3. Interface port for USB 2.0
Keyboard
3.4. Minimum Number 104
of Keys on
Keyboard
3.5. Minimum Length of 1 Mtr
Connecting Cable
3.6. OS Compatibility All versions of Windows 32 Bit and 64 Bit
and Linux
3.7. Keyboard Desktop computer
compatibility
3.8. Dimensions (L (425-450) X (120-150) X (20-40)
(mm) X W (mm) X
H (mm))
3.9. LED Indicators Should be available for Num Lock, Caps
Lock, Scroll Lock
3.10. Keyboard Stand feet Should be available
legs
3.11. Color of key Board Black
3.12. Language English
3.13. Warranty Min. 1 Year

Page 4 of 9
4. Technical Specifications for Mouse (Qty-05 Nos):
S.No Specification Requirement Complied Yes/No
3.14. Mouse Type Optical Movement Detection Technology
3.15. Mouse Connectivity Wired
3.16. Interface port for USB 2.0
Mouse
3.17. Number of buttons on 03
Mouse
3.18. DPI Min. 1000
3.19. Minimum Length of 1 Mtr
Connecting Cable
3.20. OS Compatibility All versions of Windows 32 Bit and 64 Bit
and Linux
3.21. Mouse compatibility Desktop computer
3.22. Color of Mouse Black
3.23. Warranty Min. 1 Year

S.No Description of Item Make Model Technical


brochure/data
sheet/ link attached

1 Layer 2 Ethernet Switch


2 Cat 6 Ethernet Cable (305
Mtrs)
3 KeyBoard
4 Mouse

..……………………………………………………………….
Date: Signature of Bidder / Authorized Signatory
(with Company Seal/Stamp)

Page 5 of 9
ANNEXURE–II

UNCONDITIONAL UNDERTAKING AND DECLARATION

1. I / We hereby certify that I / We have read the entire terms and conditions of the Bid document
which shall form part of the Contract Agreement and I / We shall abide unconditionally by all
the conditions / clauses contained therein.
2. It is clarified that after unconditionally accepting all the GeM / Custom Bid conditions in its
entirety, it is not permissible to put any remarks / conditions in the Technical and Financial Bid
submitted through GeM Portal. In case any provisions of this GeM / Custom Bid are found
violated after opening of Technical Bid and Financial Bid, I / We agree that the Bid shall be
rejected and AAI shall without prejudice to any other right or remedy, be at liberty to take any
necessary action.
2. I / We declare that I/we have not paid and will not pay any bribe to any officer of AAI for
awarding this contract at any stage during its execution or at the time of payment of bills, and
further if any officer of AAI asks for bribe / gratification, I will immediately report it to the
appropriate authority of AAI.
3. I / We do hereby declare and state that none of my / our near relatives is posted in AAI as officer
responsible for award and execution of this particular Bid / work and no employee of AAI is a
Director / Proprietor / Partner or holding any other post in my/our Firm/Company. I / We
further undertake to intimate the names of persons, if any, who are working with me / us in
any capacity or are subsequently employed by me / us and who are near relatives to any officer
in AAI.
4. I / We do hereby declare and state that our Firm / Company has not been blacklisted / debarred
by AAI or any other Department of Govt. of India / State Govt. and have no outstanding dues
payable to the AAI.
5. I / We do hereby declare and state that our Firm / Company is not under liquidation, court
receivership or similar proceedings and bankrupt.
6. I / We do further declare and state that all the above information given by me/ us is true to the
best of my/our knowledge and in case if it is found to be false/ incorrect, AAI shall have the
absolute right to take any action as deemed fit / without any prior intimation to me/us.

..………………………………………………
Date: Signature of Bidder / Authorized Signatory
(with Company Seal/Stamp)

*(To be furnished on Company’s Letter-Head)

Page 6 of 9
Annexure – III
Bidder / Vendor Details

S No Particulars / Details Description

1. Name of the Party

2. Address of Party

Organization Type
(a) Sole Proprietor
(b) Partnership
3.
(c) Private Ltd Company
(d) Public Ltd Company
4. PAN No

5. GST No.
1)
6. Contact Numbers
2)

1)
7. E-Mail Ids
2)

Name of the Bank in which


8.
Party maintains A/C
9. Bank Branch Code

10. Bank Account No

11. IFSC Code

12. MICR Code

…………………………………………………………………
Date: Signature of Bidder / Authorized Signatory
Name:

(with Company Seal/Stamp)

Page 7 of 9
Annexure - IV
GST UNDERTAKING
(On the Letter Head of the Vendor)

Name of the Vendor:

GSTIN of the Vendor:

Invoice No & Date :

Place of Supply :

AAI GSTIN mentioned in the Invoice:

CGST/SGST/IGST Amount :

Month & Date of GSTR1 return filled of the above invoice :

Copies of GSTR1 / IFF and screen shot of Invoice uploaded on GST Portal :

Frequency of Return [ Monthly / Quarterly (QRMP)]

In this connection, I/We hereby agree and undertake to furnish you proof of GST payment and Tax Invoice
details in GSTR-1 / IFF, as applicable, at the time of submission of subsequent bill. Further, I/We hereby
declare that we shall file GSTR 3B return related to the above-mentioned invoices within the timelines
prescribed in the GST law and I/ We (Vendor) shall keep AAI indemnified of such GST, if the same is not
reflected in GSTR-2B of AAI GSTIN.

Signature of Vendor with Rubber Stamp

Page 8 of 9
Annexure V

Name of the work: Supply of Ethernet switch and accessories for ASMGCS and
Automation at Chennai Airport

Bill of Quantity
S.No Items Description Qty Unit Cost GST Total Cost
1 Layer 2 Ethernet Switch 01
2 Cat 6 Ethernet Cable (305 Mtrs) 01
3 KeyBoard 05
4 Mouse 05
Total Cost Nos
Grand Total Cost (Incl. GST)

Page 9 of 9

You might also like