AIRPORTS AUTHORITY OF INDIA ENGINEERING WING (ELECTRICAL), DIMAPUR AIRPORT TENDER DOCUMENT

Similar documents
AIRPORTS AUTHORITY OF INDIA R.G. Bhawan, New Delhi IMU-(ELECTRICAL ENGINEERING WING) TENDER DOCUMENT

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

INDIAN INSTITUTE OF TECHNOLOGY INDORE

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

DELHI URBAN SHELTER IMPROVEMENT BOARD OFFICE OF THE EXECUTIVE ENGINEER(E-4) DRAFT NOTICE INVITING TENDER

National Institute of Fisheries Post Harvest Technology & Training

NIT NO.38/EE/E-2/(DUSIB)/ /D-399 Dated: NOTICE RE-INVITING E-TENDER

NOTICE INVITING e-tender

INDIAN INSTITUTE OF TECHNOLOGY INDORE

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

Notice Inviting e-tender

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

Notice inviting e-bids for Printing and Supply of IEC Material

GENERAL CONDITIONS OF CONTRACT FOR THE CONSTRUCTION WORKS

TENDER DOCUMENT FOR REPAIR WORKS AT RWC KORRUKUPET, CHENNAI

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

BANSBERIA MUNICIPALITY Rudra Main Road, Bansberia, Hooghly Notice Inviting e-tender

INDEX. 1. Index 2. Instruction to contractor 2 3. Notice Inviting Tender 3-5 Tender & Contract For Works Schedulee of Quantities 11-12

NIT No.06/ Dated:

COMMERCIAL TERMS AND CONDITIONS

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

LAKWA THERMAL POWER STATION

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) TENDER NO.- EPI/WRO/CON/680/0061

NOTICE INVITING TENDER (NIT)

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

The tender document may be download from the website,www,cdac.in/

ENGINEERING PROJECTS (INDIA) LTD. (A.Govt of India Enterprise) TENDER NO.- EPI/WRO/CON/681/0036

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ

URANIUM ORE PROCESSING PROJECT AT TUMMALAPALLE, ANDHRAPRADESH TENDER DOCUMENT FOR NIT. NO: UCIL/TMPL /STORE/18-19/01 NAME OF THE WORK

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) EASTERN ZONAL OFFICE 3A-Dr. S.N. Roy Road Kolkata

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA TENDER NO: DOCT/COMP/e-NIT20/ DATE: 13/08/2018

CSIR-CENTRAL MECHANICAL ENGINEERING RESEARCH INSTITUTE MAHATMA GANDHI AVENUE, DURGAPUR , WEST BENGAL TENDER DOCUMENT FOR MS/SS SHEET

CSIR-CENTRAL. Press notice. (Notice. A/c s, Split Pilani. Type.

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

NOTICE INVITING TENDER NIT ID No: Dated :- 18 /09 /2018

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

Short Notice Inviting Tender e- NIT No./ 10 of RCC UPPER/RTIC Kathua Dated:

BALMER LAWRIE & CO. LTD.

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

TENDER FOR INTERIOR WORKS AT BANK OF INDIA, JAUNPUR (ALTERNATE PREMISES), Distt.JAUNPUR

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA

SUPPLY OF MEDICINAL GASES FOR THE YEAR

NOTICE INVITING TENDER (NIT)

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

TENDER CALL NOTICE NO.

INSTITUTE WORKS DEPARTMENT,IISER MOHALI NOTICE INVITING TENDER IISER/EE-EO/TENDER-P/12/08

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

NOTICE INVITING TENDER FOR WORKS (TWO COVER SYSTEM) OPEN TENDER ENQUIRY

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

MECON LIMITED A Government of India Enterprise

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

MANDATORY DOCUMENTS /REQUIREMENTS

The last date for submission of the bids is at

Standard Bid Document

PUNJAB TECHNICAL UNIVERSITY,

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

BALMER LAWRIE & CO. LTD.

TENDER NOTICE (NIT NO: CDFD/ENGG/HVAC/WORKS/ /05)

vf[kyhkkjrh; vk;qfozkkulalfkkuk

DPR for Mass Rapid Transit System in

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

Bank Note Paper Mill India Private Limited, Mysore. Invites sealed quotations for Sale of Plastic Scrap & Empty Bobbins at BNPM, Mysore.

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

BID DOCUMENT SECTION I

INVITATION OF TENDER BIDS WATER TANKS

TENDER FOR SUPPLY OF HAND BOOK

SUBMISSION & OPENING OF TENDER

TENDER FOR. ADDITION/ ALTERATION WORK OF SHED No. C-424, PEENYA INDUSTRIAL ESTATE, BANGALORE ISO 9001:2000

MAHANAGAR GAS LTD. 5th Floor, West Wing, Tower 3 Equinox Business park, Off. Bandra Kurla Complex, LBS Marg, Kurla West, Mumbai

KARNATAKA POWER CORPORATION LIMITED (A PREMIER POWER GENERATING COMPANY OF GOVERNMENT OF KARNATAKA)

BHARAT HEAVY ELECTRICALS LIMITED,

RAICHUR POWER CORPORATION LIMITED. Procurement of MS ERW Pipes for YTPS

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

NOTICE INVITING TENDER

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

THE KERALA STATE INDUSTRIAL ENTERPRISES LTD

SUPREME COURT OF INDIA ADMN. MATERIAL BRANCH

Transcription:

AIRPORTS AUTHORITY OF INDIA ENGINEERING WING (ELECTRICAL), DIMAPUR AIRPORT TENDER DOCUMENT For The Work of: Annual Operational and Comprehensive Maintenance of Window/split type AC units & water Cooler at Dimapur Airport. ESTIMATED COST : Rs. 18.39 Lacs EARNEST MONEY DEPOSIT : Rs. 36,780.00 TIME ALLOWED : 24 Months LAST DATE & TIME OF ONLINE SUBMISSION OF ALL 03 COVERS ON e-tender PORTAL LAST DATE & TIME OF PHYSICAL SUBMISSION OF ORIGINAL EMD, TENDER FEES, SIGNED HARD COPY OF AAI S UNCONDITIONAL ACCEPTANCE LETTER. : Upto 1800 Hrs. on 02.07.2018 : Upto 1800 Hrs. on 06.07.2018 Prepared by, Approved by, (Arun Kumar Gupta) Manager (E-E) AAI, Dimapur Airport (M. Pongen) Asst. GM (E-E) AAI, Dimapur Airport. e-nit-1

e-nit-2

INDEX Name of work: Annual Operational and Comprehensive Maintenance of Window/split type AC units & water Cooler at Dimapur Airport. Sl. No. Contents Page No. 1 Draft ENIT 2 Index 3-4 3 Notice Inviting E-Application for Web Site enit 5-8 4 PQQ Proforma / Check List & Declaration 8-12 5 Notice Inviting E-Tender including Mode of 13-18 submission of e-tenders 6 General Conditions of Contract GCC 1-139 7 Proforma for Unconditional Acceptance, 1-8 Complying with the legal obligations with PR regard to payment of minimum wages Affidavit, EMD payment details, E-Payment, 8 Special Conditions of Contract SCC 1-0 9 List of Approved Makes LAM 1-10 10 Schedule of Quantities SOQ 1 1-2 TOTAL 186 The tender documents contains 186 pages as detailed above. e-nit-3

e-nit-4

NOTICE INVITING e-tender (3 BOT -3 Envelope Open Tender) (Tender ID: 2018_AAI_12080_1) 1. Item rate tenders are invited through the e-tendering portal by Asstt. G.M. (Engg-E), AAI, Dimapur Airport, Nagaland-797115 (Bid Manager) on behalf of Chairman, A.A.I from the eligible contractors for the composite work of Annual Operational and Comprehensive Maintenance of Window/split type AC units & water Cooler at Dimapur Airport at an estimated cost of Rs. 18.39 Lacs (Exclusive of GST) with period of completion 24 months. [Including Nil month(s) considered for rain of monsoon season(s)] The tendering process is online at e-portal URL address https://etender.gov.in/eprocure/app or www.aai.aero. Aspiring bidders may download and go through the tender document. Prospective Tenderers are advised to get themselves register at CPP-portal, obtain Login ID & Password and go through the instructions available in the Home Page after log in to the CPP-portal https://etender.gov.in/eprocure/app or www.aai.aero. They should also obtain Digital Signature Certificate (DSC) in parallel which is essentially required for submission of their application. The process normally takes 03 days time. The tenderer may also take guidance from AAI Help Desk Support through path aai.aero/tender/e-tender/help desk support. (i) For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk details are as below: - Tel: 0120-4200462, 0120-4001002, Mobile: 91 8826246593, E-mail: support-eproc@nic.in Bidders are requested to kindly mention the URL of the Portal and Tender ID in the subject while emailing any issue along with the contact details. For any further technical assistance with regard to functioning of CPP portal the bidder may contact to the following AAI help desk numbers on all working days only between (ii) 08.00 hrs to 20.00 hrs (Mon-Sat)- 011-24632950, Ext-3512 (Six Lines), E-Mail: -eprochelp@aai.aero (iii) 09.30 hrs to 18.00 hrs (Mon-Fri)- 011-24632950Ext-3523, E-Mail:-etendersupport@aai.aero, sanjeevkumar@aai.aero and snita@aai.aero. (iv) 09.30 hrs to 18.00 hrs (Mon-Fri) 011-24657900, E-Mail: - gmitchq@aai.aero Tender fee of Rs 1,120/- (i/c GST) Non-refundable will be required to be paid offline in the form of Demand Draft from Nationalized or any scheduled bank (but not from co-operative or Gramin bank). The original Demand Draft in favour of Airports Authority of India payable at Dimapur against Tender fee should reach by post/ courier/ given in person to the concerned officials, within 3 days of the last date of bid submission or as specified in the Critical Data Sheet. The details of Demand Draft / any other accepted instruments, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. e-nit-5

2. Following 3 envelopes shall be submitted through online at CPP-portal by the bidder as per the following schedule: - CRITICAL DATA SHEET Publishing Date Date 26.06.2018 at 1400Hrs Bid Document Download / Sale Start Date Clarification Start Date Clarification End Date Bid Submission Start Date Bid Submission End Date Date 27.06.2018 from 0930 hrs. Date 27.06.2018 from 0930 hrs Date 29.06.2018 upto 1500 hrs. Date 27.06.2018 from 0930 hrs. Date 02.07.2018 upto 1800 hrs. Last date and time of submission of original against EMD Date 06.07.2018 upto 1800 hrs. and Demand Draft against Tender Fee, Signed hard copy of AAI Unconditional Acceptance Letter. Bid Opening Date (Envelope- I) Bid Opening Date (Envelope- II) Date 09.07.2018 at 1100 hrs. Bid Opening Date (Envelope- III) Tender Fee EMD To be intimated later on through CPP Portal Rs1,120/- (i/c GST) Non- Refundable. Rs. 36,780/- in the form of Demand Draft. Envelope-I (Tender Fee): - Bid containing scanned copy of Unconditional Acceptance of AAI s Tender Conditions, Tender fee and EMD. The tenderer shall submit their application only at CPP portal https://etender.gov.in/eprocure/app. Tenderers are advised to follow the instruction provided in the tender document for online submission of bids. Tenderers are required to upload the digitally signed file of scanned documents along with scanned copy of Demand Draft for Tender Fee and scanned copy of DD for EMD. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document. Uploading of application in location other than specified above shall not be considered. Hard copy of application shall not be entertained. Scanned copy of tender fee in the form of Demand Draft of value Rs. 1,120/- and Earnest Money Deposit (EMD) of value Rs 36,780 (Thirty six Thousand seven Hundred and Eighty only) in the form of Demand Draft as stipulated in the notice inviting tender may be submitted along with Unconditional Acceptance of AAI s Tender Conditions. e-nit-6

Envelope-II (Pre-qualification and technical bid):- Qualifying requirements of contractors / firms. i) Agency should have Permanent Account Number (PAN) GST, EPF, ESIC registration. ii) Agency should have valid Registration on the Date of issue of Tender in appropriate class of CPWD/MES/P&T/Railways/State PWD/PSU/Municipal Corporations & Development Authorities of Delhi, Mumbai, Chennai and Kolkata (Registration criteria shall not be applicable for specialized works and only work experience criteria shall be applicable). OR Should have satisfactorily completed (# Phase/Part completion of the scope of work in a contract shall not be considered, however pre-determined phasing of the work will be accepted) three works, each of Rs. 3,45,480 or two works, each of Rs. 4,31,850 or one work of Rs.6,90,960 in single contract of similar nature of work during last seven years ending prior to the date of publishing of this Tender. The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of completion to the last date of submission of bid. Client certificate for experience should show the nature of work done, the value of work, date of start, date of completion as per agreement, actual date of completion and satisfactory completion of work. Firms showing work experience certificate from nongovernment/non-psu organizations should submit copy of tax deduction at sources certificate in support of their claim for having experience of stipulated value of work. iii) Should have annualized average financial turnover of Rs.2,59,110.00 against works executed during last three years ending 31st March of the previous financial year. As a proof, copy of Abridged Balance Sheet along with Profit and Loss Account Statement of the firm should be submitted along with the application. Firms showing continuous losses during the last three years in the balance sheet shall be summarily rejected. Envelope-III (Financial Bid): - The Financial e-bid through CPP Portal. All rates shall be quoted in the format provided and no other format is acceptable. If the price bid has been given as a standard BOQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BOQ file, open it and complete the white coloured (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. 3. Original EMD, Tender fees, hard copy of signed Unconditional Acceptance of AAI s Tender Conditions, Copy of valid registration certificate of NSIC/MSEs to be sent to the AGM (E-E), AAI, Dimapur Airport, Nagaland-797115 and should reach to Bid Manager before the date & time mentioned in CRITICAL DATA SHEET. The tenderer whose EMD, Tender fees and unconditional acceptance of AAI s tender conditions are not received by the time as per Critical Data Sheet, then their tenders will be summarily rejected. Any postal delay will not be entertained. e-nit- 7

4. Bids Opening Process is as below: - Envelope-I: Envelope-I opening date shall be as mentioned in CRITICAL DATA SHEET. (Envelop-I Shall contain scanned copy of Tender Fees, EMD and Unconditional Acceptance of AAI tender conditions.) v) Envelope-II: Envelope-II opening date shall be as mentioned in CRITICAL DATA SHEET. The intimation regarding acceptance/rejection of their bids will be intimated to the contractors/firms through e-tendering portal. (Envelop-II shall contain scanned copy of Pre-qualification documents, Scanned copy of duly notarized affidavit on Non- Judicial stamp paper of Rs. 100 regarding compliance of minimum wages, scanned copy of duly notarized declaration on non-judicial stamp paper of Rs. 100 regarding black listing/ debarring of firm, scanned copy of undertaking on GST and digitally signed Tender Document.) If any clarification is needed from the bidder about the deficiency in his uploaded documents in Envelope I and Envelope II, he will be asked to provide it through CPP portal. The bidder shall upload the requisite clarification/documents within time specified by AAI, failing which tender will be liable for rejection. Envelope-III: The financial bids of the contractors/firms found to be meeting the qualifying requirements shall be opened as per CRITICAL DATA SHEET. (Depending on evaluation of Envelop I & II, the date shall be intimated through CPP Portal). 5. AAI reserves the right to accept or reject any or all applications without assigning any reasons. AAI also reserves the right to call off tender process at any stage without assigning any reason. 6. AAI reserve the right to disallow issue of tender document to working agencies whose performance at ongoing project (s) is below par and usually poor and has been issued letter of restrain/temporary/permanent debar by any department of AAI. AAI reserve the right to verify the credential submitted by the agency at any stage (before or after the award the work). If at any stage, any information /documents submitted by the applicant is found to be incorrect/false or have some discrepancy which disqualifies the firm then AAI shall take the following action: a) Forfeit the entire amount of EMD submitted by the firm. b) The agency shall be liable for debarment from tendering in AAI, apart from any other appropriate contractual/legal action. 7. Consortium /JV companies shall not be permitted. No single firm shall be permitted to submit two separate applications. 8. Purchase preference to Central Public Sector Undertaking shall be applicable as per the directive of Govt. of India prevalent on the date of acceptance. 9. Concessions to Indian Micro & Small Enterprises (MSEs) units will be given as per the provisions (para-10) of public procurement policy for MSEs order 2012, MSEs (Micro & Small Enterprises) registered with DIC/NSIC/KVIC/KVIB/Directorate of Handicraft and handloom etc. -------Sd/----- Asstt. Gen. Manager (Engg-E) AAI, Dimapur Airport. e-nit- 8

PQQ PROFORMA / CHECK LIST (To be submitted by applicant alongwith Tender Application) ANNEXURE-A Name of work: Annual Operational and Comprehensive Maintenance of Window/split type AC units & water Cooler at Dimapur Airport. Ref. No. Details of Bidder & Qualifying Criteria Particulars Remarks on Uploaded documents 1 2 3 4 1. Name and address of the firm / Email Address & Telephone No. 2. Details of Registration (a) Originations/Deptt : (b) Class of Registration & Upper Tendering Limit (c) Valid upto : Enlistment /Registration Certificate of the Agency/Firms Self-attested copy uploaded YES/NO 3 Permanent Account No. (PAN) Copy of PAN card uploaded YES/NO 4. GSTIN Registration No. Signed scanned copy uploaded YES / NO 5. GSTIN Registration No and valid upto Signed scanned copy uploaded YES / NO 6. EPF Registration No. Self attested copy of EPF indicating validity date, name (office) and registration no. uploaded YES / NO 7. ESIC Registration No. Self attested copy of ESIC indicating validity date, name (office) and registration number uploaded. 8 Electrical License No. & Valid Upto 9. Certificate from clients of having satisfactorily completed Three works of Rs 3,45,480/- each OR Two work of Rs. 4, 31,850/- each OR One work of Rs. 6,90,960 /- of similar nature of work during last seven deleted Details of the Three/Two/One work(s) as applicable YES / NO Self attested copy of Electrical License indicating validity date, name and address uploaded. YES / NO e-nit- 9

Ref. No. years ending as on the date prior to the date of publishing of this tender. Details of Bidder & Qualifying Criteria Particulars Remarks on Uploaded documents 1 2 3 4 WORK NO. 1 Copy of certificate Uploaded (a) Name of Client YES/NO (b) Name of Work YES/NO (c) Stipulated Date of Completion YES/NO (d) Actual Date of Completion YES/NO (e) Completion Cost YES/NO (f) Work Order/ Agreement No YES/NO (g) Copy of Work Order with BOQ YES/NO (h) TDS Amount, if applicable YES/NO (i) TDS Certificate YES/NO WORK NO. 2 (a) Name of Client YES/NO (b) Name of Work YES/NO (c) Stipulated Date of Completion YES/NO (d) Actual Date of Completion YES/NO (e) Completion Cost YES/NO (f) Work Order/ Agreement No YES/NO (g) Copy of Work Order with BOQ YES/NO (h) TDS Amount, if applicable YES/NO (i) TDS Certificate YES/NO WORK NO. 3 (a) Name of Client YES/NO (b) Name of Work YES/NO (c) Stipulated Date of Completion YES/NO (d) Actual Date of Completion YES/NO (e) Completion Cost YES/NO (f) Work Order/ Agreement No YES/NO (g) Copy of Work Order with BOQ YES/NO (h) TDS Amount, if applicable YES/NO (i) TDS Certificate YES/NO e-nit- 10

Ref. No. Details of Bidder & Qualifying Criteria Particulars Remarks on Uploaded documents 1 2 3 4 10. TURNOVER : (Annualized average financial Year INR (in Lacs) turnover equivalent to Indian Rupees 2,59,110/- during the last three years.) Balance Sheet 2015-16 2016-17 2017-18 Average : Profit & Loss Copy of Annual report i.e. Abridged balance sheet and profit & loss a/c for the last three year Self-attested copy uploaded YES / NO 11 T&P List Signed scanned copy uploaded YES/NO 12. (a) EMD paid YES / NO (b) If seeking for exemption of EMD, enclose documents in support. (c) Demand Draft/Bank Guarantee 13. Unconditional Acceptance of AAI s Tender Conditions (PR-I of Tender documents) Scanned of valid Registration Certificate obtained from Competent Authority as per ENIT uploaded and also hard copy of the same deposited/being deposited to the Bid Manager. YES / NO Scanned of Demand Draft/Bank Guarantee uploaded and also hard copy of the same alongwith Letter of understanding from the Depositor to Bank, deposited to the Bid Manager. YES / NO Scanned copy of duly signed and stamped unconditional acceptance letter uploaded YES / NO 14. Declaration for genuineness of documents Agency has to submit a declaration as provided in check list along with the application for genuineness of documents submitted Non Govt. / Non PSU organizations Signed scanned copy uploaded YES / NO 15. Whether experience from private clients? Scanned TDS Certificates of stipulated value of works from clients copy uploaded YES / NO 16. Check List Signed scanned copy uploaded e-nit- 11

YES / NO 17. Tender Fees Scanned of Tender Fee/valid Registration Certificate for seeking exemption uploaded and also hard copy of the same deposited to the Bid Manager. In case of availing exemption of TC and EMD quote the details (a) Category (Type of Services) (b) Validity (c) Whether Entrepreneur belongs SC / ST YES / NO 18. Price /Financial E-Bid Uploaded BOQ file duly filled in required parameter. 19 Affidavit (PR-II) Digitally signed copy of Affidavit document uploaded YES / NO 20. Details of any other information DECLARATION FOR GENUINENESS OF DOCUMENTS I, ( ) hereby declare that the documents submitted/enclosed are true and correct. In case any document at any stage found fake/incorrect, my EMD may be forfeited. Place : Date : Signature of the contractor/ Authorized Signatory with rubber stamp e-nit- 12

AIRPORTS AUTHORITY OF INDIA E-NOTICE INVITING TENDER 1. Item rate e-tenders are invited on behalf of the Airports Authority of India for the work as mentioned in GCC. The estimated cost of the work is mentioned in GCC. This estimate, however, is given merely as rough guide. 2. The works are required to be completed within the period as mentioned in GCC. This period shall be reckoned from the 10 th day after the date on which the Engineer-In-Charge issues written order to commence the work or from the date of handing over of the site whichever is later, in accordance with phasing, if any, indicated by AAI in the Tender documents. 3. The Tenders shall be in the prescribed Form, are invited in three covers/envelopes system : (a) 1 st Cover/Envelope I : Fees (Scanned and duly digitally signed Copy of Tender Fees/EMD Amt., Unconditional Acceptance of AAI s Tender Condition and Power of Attorney (if applicable) (b) 2nd Cover/Envelope II : Pre-qualification (PQQ) (c) 3rd Cover/Envelope III : Finance (Price) (Item Rate BOQ) 4. Contractors whose names are borne on the approved list of contractors of CPWD / MES / P&T / State PWD / PSUs / Railways/Municipal Corporations & Development Authorities of Delhi, Mumbai, Chennai and Kolkata or Original Equipment Manufacturer (OEM)/Authorized Representative of OEM or Specialized Agency for the work of similar nature and within whose financial category the estimated amount falls will be permitted to Tender. 5. Not more than one Tender shall be submitted by a contractor or by a firm of contractors. No two or more concerns in which an individual is interested, as Proprietor and/or partner shall tender for the execution of the same works. If they do so, all such Tenders shall be liable to be rejected. 6. The Accepting Authority as mentioned in GCC shall be the Accepting Officer hereinafter, referred to as such for the purpose of this contract. 7. Tender documents consisting of plans, specifications, Schedule(s) of quantities of the various classes of work to be done, the conditions of contract and other necessary documents can be downloaded from the CPP Portal: http://etenders.gov.in/eprocure/app. However, to participate in the tender/to submit the tender document, the tenderer must pay tender fee in the form of Demand Draft, in favor of Airports Authority of India, payable at Dimapur. Scanned copy of Tender fees duly digitally signed shall be uploaded in Cover/Envelope No. I and the original hard copy of the same should be reached to Bid Manager by stipulated date and time as specified in the Web NIT/Critical dates. 8. Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their Tenders as to the nature of the ground and sub soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require, working conditions including space for stacking of materials, installation of T&P, rates of various materials to be incorporated in works, conditions affecting accommodation and movement of labours etc. and in general shall themselves obtain all necessary information as to risks, contingencies and other e-nit- 13

circumstances which may influence or effect their Tender. A Tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. 8. Submission of a Tender by a Tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the works to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by Airports Authority of India, local conditions, local material rates and other factors bearing on the execution of the works. 9. All rates (INR) shall be quoted against each item in the column of Basic Rate in figure to be entered by the bidder (Blue Coloured Unprotected Cell) of Item Rate of BOQ in the cover No. IV, CPP Portal : http://etenders.gov.in/eprocure/app. Rates to be quoted in the portal, upto two decimal places only. In case no rate has been quoted for any item / items, it will be presumed that the contractor has included the cost of this / these item(s) in other item(s) and rate for such item(s) will be considered as zero and work will be required to be executed accordingly. 10. In the case of item rate Tenders only rates quoted shall be considered. Any Tender containing percentage below/above the rates quoted is liable to be rejected. 11. Tenders shall be received through CPP e-tendering portal upto the date and time as mentioned in the Critical Dates. 12. The tenderer should study the complete tender document. In order to facilitate AAI to prepare responses, the interested tenderers are requested to submit their queries if any, in e- tender portal only, up till the stipulated date and time. The tenderers queries will be replied through e-portal only. 13. Notification of Award of contract will be made in writing to the successful Bidder by the Accepting Authority or his representative. The contract will normally be awarded to the qualified and responsive Bidder offering lowest evaluated bid in conformity with the requirements of the specifications and contract documents and the Accepting Authority shall be the sole judge in this regard. The Accepting Authority does not bind himself to accept the lowest or, any tender or to give any reason for his decision. 13.1. A responsive bidder is one who submits priced Tender and accepts all terms and conditions of the specifications and contract documents. 13.2. A major modification is one which affects in any way the quality, quantity and period of completion of the work or which limits in any way the responsibilities or liabilities of the Bidder or any right of AAI, as required in the specifications and contract documents. Any modification in the terms and conditions of the Tender which are not acceptable to AAI shall also be treated as a major modification. 13.3. A Tenderer shall submit a responsive bid, failing which his Tender will be liable to be rejected. 13.4. The Accepting Authority reserves to himself the right of accepting the whole or any part of the Tender and Tenderer shall be bound to perform the same at his quoted rates. 14. Earnest Money of amount as mentioned at in GCC/Notice Inviting E-Tender shall be accepted offline only in the form of Demand Draft/Bank Guarantee (BG) from scheduled e-nit- 14

bank in favour of Airports Authority of India, payable at Dimapur but not from Cooperative/Garmin bank. In case of Bank Guarantee, the bidder has also to submit Letter of understanding from the Depositor to Bank along with Bank Guarantee to Airports Authority of India in a prescribe manner (as per PR-I & PR-III/IIIA of Tender Document). The validity of Bank Guarantee should cover the work execution period and the defect liabilities. In the case of any extension of work execution period after award, it becomes the responsibilities of bidder/agency to arrange to extend the validity of such EMD (BG). 15. AAI will return the EMD where applicable to every unsuccessful tenderer except as provided in the tender document. No interest or any other expenses, whatsoever on the EMD will be payable by AAI. 16. On acceptance of the Tender, the earnest money will be treated as part of the security deposit. The EMD of the successful tenderer will be returned if the tenderer furnishes the security deposit. 17. Canvassing in connection with Tenders is strictly prohibited and the Tenders submitted by the Tenderers who resort to canvassing will be liable to rejection. 18. The Tenderer shall not be permitted to tender for works in Airports Authority of India Engineering Department, responsible for award and execution of contracts, in which his near relative is posted in Finance & Accounts or any officer or as an engineer in any capacity. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any officer in Airports Authority of India. Any breach of this condition by the contractor would render him liable to be debarred from Tendering for a period as decided by the Competent Authority. 19. The contractors shall give a list of AAI employees related to him. 20. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of Airports Authority of India/Govt. of India is allowed to work as a contractor for a period of two years of his retirement from Airports Authority of India/ Government service, without the previous permission of Airports Authority of India/Govt. of India. The contract is liable to be cancelled if either the contractor or any of his employees is found at any time to be such a person who had not obtained the permission of Airports Authority of India/Govt. of India as aforesaid before submission of the Tender or engagement in the contractor s service. 20. The Tender for works shall remain open for acceptance for a period of ninety days from the date of opening of Financial Bids of tenders. If any Tenderer withdraws his Tender before the said period or makes any modifications in the terms and conditions of the Tender which are not acceptable to the Department, then Airports Authority of India shall without prejudice to any other right or remedy, be at liberty to forfeit the full said earnest money absolutely. e-nit- 15

21. On acceptance of the Tender, the name of the accredited representative(s) of the contractor who would be responsible for taking instructions from the Engineer-in-Charge shall be communicated to the Engineer-in-Charge. 22. A tenderer shall submit the tender which satisfies each and every condition laid down in this notice failing which the Tender will be liable to be rejected. Also if the credential submitted by the firm found to be incorrect or false or have some discrepancy which disqualifies the firm then the AAI shall take the following action: a) Forfeit the entire amount of EMD submitted by the firm. b) Debar the firm for minimum three years to participate in tender for AAI in any name/style. 23. a) The price quoted by the bidders shall be inclusive of basic price, freight and any other taxes, duties, Cess and charges levied under any statutory taxes upto site destination loading, unloading and insurance etc excluding GST. The rates shall be remained firm throughout the contract period or extended period of contract (if any). b) The contractor shall keep necessary books of accounts and other documents for the purpose of this condition as may be necessary an shall allow inspection of the same by a duly authorized representative of Airports Authority of India and / or Engineer- In-Charge and further shall furnish such other information/document as the Engineer- In-Charge may require from time to time. 24. The Tender for composite works includes in addition to building work all other works such as sanitary and water supply installations, electrical work, horticulture work, roads and paths etc. The Tenderer apart from being a registered contractor of appropriate class, must associates himself with agencies of appropriate class which are eligible to tender for sanitary and water supply, drainage, electrical work and horticulture works in a composite Tender. 25. The site for the work is available. 26. MODE OF SUBMISSION OF TENDERS: Tender for the present work shall be submitted online through CPP e-tendering portal in Cover/Envelope I, II, & III system as detailed below: 26.1 (a) Following 3 Covers / Envelopes shall be submitted through online at e-portal by the bidder. Last date and time of submission of bids mentioned in the Portal and also in the Critical dates in Tender Documents / NIT. Cover /Envelope No. I : Containing scanned and duly digitally signed copy of Tender Fee, EMD Amt. (DD/BG), Unconditional Acceptance of AAI s Tender Condition as per PR-I, Power of Attorney (If applicable- in case of firm). Both the Tender Fees and EMD Amt. should be in form of Demand Draft drawn in favor of Airports Authority of India payable at Dimapur issued from scheduled bank but not from Co-operative/Garmin bank. In case of Bank Guarantee, the bidder has also to submit Letter of understanding from the Depositor to Bank along with Bank Guarantee to Airports Authority of India). In case of seeking for exemption of EMD Amt. / Tender Fees, valid registration certificate issued by the Competent Authority,. e-nit- 16

Cover/Envelope No. II (PQQ) : Containing qualifying requirements of Contractors / Firms. The bidders shall submit their applications as per Pre- Qualification Performa, in the tender document and fill up the required information and upload the digitally signed file of scanned documents and firms bio-data in support of their meeting each criteria in the portal. Uploading of application in location other than specified above not shall be considered. Hard copy of application shall not be entertained. The intimation regarding eligible/ non-eligible for participation in the tendering will be intimated to the agencies through e-tendering CPP portal. Cover / Envelope-III: The Financial e- Bid through e-portal. All rates (INR) shall be quoted against each item in the column of Basic Rate in figure to be entered by the bidder (Blue Coloured Unprotected Cell) of Item Rate of BOQ CPP Portal : http://etenders.gov.in/eprocure/app. The price bid of those bidders shall be opened who meets the qualifying requirements as per NIT Criteria. The tender will be evaluated including All Inclusive Comprehensive Maintenance quote as described in schedule of quantities and scope of work. 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 be displayed with the bid no. and the date & time of submission of the bid with all other relevant details. 26.2 At the stipulated time, the offer from those contractors whose digitally signed copy of tender document along with unconditionally acceptance of the AAI s conditions are not found in the specified cover and hard copy of the same is not received by the Bid Manager in will not be considered and will stand rejected and financial bid of such contractors shall not be opened. 26.3 Once the contractor has uploaded the digitally signed file of tender document along with unconditional acceptance as an attachment, he is not permitted to upload any additional file or put any remark(s)/ conditions(s) in / along with the Tender Document (Except unconditional rebate on quoted rates. 26.6 In case, the condition 26.1 to 26.3 above is found violated, the tender shall be rejected. 27. This notice of Tender shall form part of the contract documents. The successful Tenderer/contractor, on acceptance of his Tender by the Accepting Authority, shall within 10 days from the date of award of work, sign the contract consisting of Notice inviting Tenders, General conditions of contract, special/additional condition, General and particular specifications, Tender conditions as issued at the time of invitation of Tender and acceptance thereof with any correspondence leading there to. 28. Tenderer should download the Tender Document file from the CPP e-tendering portal and upload the digitally signed file of the same along with unconditional acceptance. e-nit- 17

29. Clarifications If the bidder has any query related to the Tender Document of the work, they should use Clarification tab in CPP-tendering portal to seek clarifications. No other means of communication in this regards shall be entertained. Last date and time for making query is as stipulated in NIT. If any clarification is needed by AAI from the bidder about the deficiency in his uploaded documents in the specified cover, they will be asked to provide it though CPPtendering portal. The bidder shall upload the requisite clarification/documents within specified time of receipt of such request from AAI, failing which tender will not be considered for the subsequent stages. 30. Airports Authority of India reserves the right to reject all the tenders or any of the tender or any part of tender without assigning any reason. 31. AAI reserves the right at its sole discretion not to award any work under this tender. AAI shall not pay any costs or loss incurred by the tenderers in the preparation and submission of any requisite tender or technical proposal or to procure contract for any of the items described herein. 32. If the tenderer deliberately gives wrong information or suppress any information in his Tender, AAI reserves the right to reject such tender at any stage or to cancel the contract, if awarded, and to forfeit the Earnest Money, absolutely, in addition to any other appropriate/legal action. 33. Any deviation in the Tender submission procedure will be considered as nonresponsive bid and liable to be rejected. A Tenderer shall submit a responsive bid, failing which his Tender will be liable to be rejected. 34. Tender in which any of the particulars and prescribed information are missing or are incomplete, in any respect and/or prescribed conditions are not fulfilled, shall be considered non-responsive and is liable to be rejected. 35. PURCHASE PREFERENCE TO PUBLIC ENTERPRISES The Accepting Authority reserves to himself the right to allow to the public enterprises purchase preference facilities as admissible under the existing policy on the date of opening of tender. 29. The AAI reserves the right to ask for submission of sample in respect of material for which the tenderer has quoted his rates before the tender can be considered for acceptance. If the tenderer who is called upon to do so does not submit samples within 7 (Seven) days of written order to do so, AAI shall be at liberty to forfeit 50% of the said earnest money absolutely. e-nit- 18

GENERAL CONDITIONS OF CONTRACT 2017 AIRPORTS AUTHORITY OF INDIA

AIRPORTS AUTHORITY OF INDIA INDEX Sl. No. Details of Pages Page No. 1. General Guidelines 2 2. Deleted-Tender forms 3 i) General Rules and Directions. 5 ii) Conditions of contract 12 iii) Clauses of contract 15 iv) A A I Safety code 77 v) Model Rules 82 vi) A A I contractor's labour Regulations 87 vii) Various Formats to be maintained (Appendix I to XX) 92 viii) Sketch of Cement Godown 128 3. Proforma of Schedules A to F 129 A.A.I. C-NIL, I-NIL, O-NIL Page 1

General Guidelines GENERAL GUIDELINES 1. This book of General Conditions of Contract is applicable to both types of tenders i. e. Percentage rate tenders and Item rate tenders. Accordingly, alternative provisions for conditions Nos. 4, 10 & 12 of the General Rules and Directions are given in this book. The appropriate alternatives will be applicable in specific cases depending on whether this is used for percentage rate tenders or item rate tenders 2. Notice Inviting Tender, Schedules A to F, special conditions/specifications and drawings only will be issued to intending bidders. The standard form will not be issued along with the Tender Documents but the same shall form part of the agreement to be drawn and signed by both parties after acceptance of tender. 3. All blanks are confined to Notice Inviting Tender and Schedules A to F. 4. Authority approving the Notice Inviting Tenders (NIT) shall fill up all the blanks in Notice Inviting Tender and in Schedules B to F before issue of Tender documents. 5. The intending bidders will quote their rates in Schedule A. 6. The proforma for registers and Schedules A to F are only for information and guidance. These are not to be filled in the Standard Form. The Schedules with all blanks, duly filled, shall be separately issued to all intending tenderers. A.A.I. C-NIL, I-NIL, O-NIL Page 2 Tender forms

Airports Authority of India Percentage Rate Tender/Item Rate Tender & Contract for Work Airport : Dimapur Airport Branch : Electrical Engg. Office of: Asstt. Gen. Manager (Engg-E) Tender for the work of: Annual Operational and Comprehensive Maintenance of Window/split type AC units & water Cooler at Dimapur Airport. (i). To be submitted/uploaded up to 1800 Hrs on 02.07.2018 in NIC CPP Portal. TENDER I / We have read and examined the notice inviting tender, schedule A, B, C, D, E & F, Specifications applicable, Drawings, & Designs, General Rules and Directions, Conditions of Contract, Clauses of Contract, Special Conditions, Schedule of Rates & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work. I / We hereby tender for the execution of the work specified for the Airports Authority of India within the time specified in Schedule F, viz. schedule of quantities and in accordance in all respects with the referred to in Rules-I of General Rule and Directions and in Clause 11 of the Conditions of contract and with such material as are provided for, by and in respects in accordance with, such conditions so far as applicable. We agree to keep the tender open for Ninety (90) days from the date of opening of financial bid in 3/2 bid system and not to make any modifications in its terms and conditions. I/We further undertake and confirm that information/documents submitted by us are genuine, and if at any stage such documents/ information found false, then we shall be liable for debarment from tendering in AAI, and any other appropriate legal action. A sum of Rs.36,780/-(Rupees Thirty Six Thousand Seven Hundred and Eighty Only) is here by submitted as Demand Draft in the format prescribed in tender documents as earnest money(appendix-i). If I/we, fail to furnish the prescribed performance bank guarantee within prescribed period, I/we agree that the said Chairman, A.A.I. or his successors in office shall without prejudice to any other right or remedy, be at liberty to take appropriate action as per terms of contract. Further, if I/ we fail to commence work as specified, I/we agree that Chairman, A.A.I. or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money absolutely, otherwise the said earnest money shall be retained by AAI towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule 'F' and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case of forfeiture of earnest money or Performance Guarantee or both Earnest Money & Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work. A.A.I. C-NIL, I-NIL, O-NIL Page 3

I/We hereby declare that I/we shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information/derived there from to any person other than a person to whom I/we am/are authorised to communicate the same or use the information in any manner prejudicial to the safety of the State. Date: Signature of Contractor: Witness: Postal Address ACCEPTANCE The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by competent authority on behalf of the chairman, Airport Authority of India for sum of Rs (Rupees ). The letters referred to below shall from part of this contract Agreement:- (i) (ii) (iii) For & On behalf of Chairman, Airports Authority of India Signature Designation Date A.A.I. C-NIL, I-NIL, O-NIL Page 4

General Rules & Directions AIRPORTS AUTHORITY OF INDIA General Rules & Directions 1. General All work proposed for execution by contract are notified in a form of invitation to Rules tender pasted in public places /NIC CPP Portal and signed by the officer inviting & Directions tender or by publication in Newspapers and posted on AAI web-site and NIC CPP Portal http://etenders.gov.in and www.aai.aero (for reference only). This form will state the work to be carried out, as well as the date for submitting and opening tenders and the time allowed for carrying out the work, also the amount of earnest money to be deposited with the tender, and the amount of the security deposit and Performance guarantee to be deposited by the successful tenderer and the percentage, if any, to be deducted from bills. Copies of the specifications, designs and drawings and any other documents required in connection with the work signed for the purpose of identification by the officer inviting tender shall also be open for inspection by the contractor at the office of officer inviting tender during office hours. 2. In the event of the e-tender being submitted by a firm, it must be digitally signed. Such tender will be treated as signed tender. For physical tender it must be signed separately by each partner thereof or in the event of the absence of any partner, it must be signed on his behalf by a person holding a power-of-attorney authorizing him to do so, such power of attorney to be produced with the tender, and it must disclose that the firm is duly registered under the Indian Partnership Act, 1952. 2. (A) In case of the tender submitted by a Joint Venture / Consortium, a copy of joint venture / consortium agreement in the specified proforma defining the lead partner should be submitted. The lead partner shall sign all the documents in respect of the works. The documents signed by any other person or firm other than the lead partner shall not be entertained. 3. Receipts for payment made on account of work, when executed by a firm, must also be signed by all the partners, except where contractors are described in their tender as a firm, in which case the receipts must be signed in the name of the firm by one of the partners, or by some other person having due authority to give effectual receipts for the firm. Bank details shall be furnished by the firm through an application duly signed by all partners for payment to the firm through bank transfer. 4. Applicable Any person who submits a tender shall fill up the usual printed form, stating at for item what rate he is willing to undertake each item of the work. Tenderers, which Rate Tender propose any alteration in the work specified in the said form of invitation to only.tender, or in the time allowed for carrying out the work, or which contain any other conditions of any sort, including conditional rebates, will be summarily rejected. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tender shall have the name and number of the works to which they refer, written on the envelopes. The rate(s) must be quoted in decimal coinage. Amount must be quoted in full Rupees by ignoring 50 paise and considering more than 50 paise as Rupee one. In case the lowest tendered amount (worked out on the basis of quoted rate of Individual items) of two or more contractors is same, then such lowest contractors will be asked to submit revised offer quoting rate of each item of the schedule of quantity for all sub sections/sub heads as the case may be, but the revised quoted rate of each item of schedule of quantity for all sub sections/sub heads should not be higher than their respective original rate quoted already at the time of submission of tender. The lowest tender shall be decided on the basis of A.A.I. C-NIL, I-NIL, O-NIL Page 5

General Rules & Directions revised offer. If the revised tendered amount (worked out on the basis of quoted rate of individual items) of two or more contractors received in revised offer is again found to be equal, then the lowest tender, among such contractors, shall be decided by draw of lots in the presence of Jt. GM (Engg)/ DGM (Engg)/ AGM (Engg)/ Sr Manager (Engg) in-charge of major and minor component(s) work and the lowest contractors those have quoted equal amount of their tenders. In case of any such lowest contractor in his revised offer quotes rate of any item more than their respective original rate quoted earlier at the time of submission of tender, then such revised offer shall be treated invalid. Such case of revised offer of the lowest contractor or case of refusal to submit revised offer by the lowest contractor shall be treated as withdrawal of his tender before acceptance and 50% of his earnest money shall be forfeited. In case all the lowest contractors those have same tendered amount (as a result of their quoted rate of individual items), refuse to submit revised offers, then tenders are to be recalled after forfeiting 50% of EMD of each lowest contractors. Contractor, whose earnest money is forfeited because of non-submission of revised offer, or quoting higher revised rate(s) of any item(s) than their respective original rate quoted already at the time of submission of his bid shall not be allowed to participate in the retendering process of the work. Note: Till the time software supports the above provisions, revised offers from tenderers forming the tie shall be obtained and procedure prescribed for Restricted call of tenders shall be adopted (for e-tenders). 4. (A) Applicable In case of Percentage Rate Tenders, tenderer shall fill up the usual printed form, for stating at what percentage below/above (in figures as well as in words) the total Percentage estimated cost given in Schedule of Quantities at Schedule-A, he will be willing Rate Tender to execute the work. The tender submitted shall be treated as invalid if; only. 1. The contractor dose not quote percentage above/below on the total amount of tender or any section/sub-head of the tender. 2. The percentage above/below is not quoted in figures & words both on the total amount of tender or any section/sub-head of the tender. 3. The percentage quoted above/below is different in figures and words on the total amount of tender or any section/sub-head of the tender. Tenders, which propose any alteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other conditions of any sort including conditional rebates, will be summarily rejected. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tender shall have the name and number of the works to which they refer, written on the envelopes. In case the lowest tendered amount (estimated cost + amount worked on the basis of percentage above/below) of two or more bidders is same, such lowest bidders will be asked to submit revised offer in the form of letter mentioning percentage above/ below on estimated cost of tender including all sub sections/sub heads as the case may be, but the revised percentage quoted above/below on tendered cost or on each sub section/ sub head should not be higher than the percentage quoted at the time of submission of tender. The lowest tender shall be decided on the basis of revised offers. In case any of such contractor refuses to submit revised offer, then it shall be treated as withdrawal of his tender before acceptance and 50% of earnest money shall be forfeited. If the revised tendered amount of two more bidders received in revised offer is again found to be equal, the lowest tender, among such bidders, shall be decided by draw of lots in the presence of Jt. GM (Engg)/ DGM (Engg)/ AGM (Engg)/ Sr A.A.I. C-NIL, I-NIL, O-NIL Page 6

General Rules & Directions Manager (Engg) in-charge of work & the lowest bidders those who have quoted equal amount of their tenders. In case all the lowest bidders those have quoted same tendered amount, refuse to submit revised offers, then tenders are to be recalled after forfeiting 50% of EMD of each bidder. Bidders, whose earnest money is forfeited because of non-submission of revised offer, shall not be allowed to participate in the re-tendering process of the work. Note: Till the time software supports the above provisions, revised offers from tenderers forming the tie shall be obtained and procedure prescribed for Restricted call of tenders shall be adopted. 4. (B) In case the lowest tendered amount (estimated cost + amount worked on the basis of percentage above/below) of two or more contractor is same, such lowest contractor will be asked to submit sealed revised offer in the form of letter mentioning percentage above/below on estimated cost of tender including all sub section/sub heads as the case may be, but the revised percentage quoted above/below on tendered cost or on each sub section /sub head should not be higher than the percentage quoted at the time or submission of tender. The lowest tender shall be decided on the basis of revised offers. In case any of such contractor refuses to submit revised offer, then it shall be treated as withdrawal of his tender before acceptance and 50% of earnest money shall be forfeited. If the revised tendered amount of two more contractors received in revised offers is again found to be equal, the lowest tender, among such contractor, shall be decided by draw of lots in the presence of Jt.GM(Engg)/DGM (Engg), AGM (Engg)/Sr. Manager (Engg) in -Charge of major & minor component(s) of work & the lowest bidders those who have quoted same tendered amount of their tenders. In case all the lowest contractors those have quoted same tendered amount, refuse to submit revised offers, then tenders are to be recalled after forfeiting 50% of EMD of each bidder. Bidders, whose earnest money is forfeited because of non submission of revised offer, shall not be allowed to participate in the re-tendering process of the work. 5. The officer inviting tender or his duly authorized representative, will open tenders in the presence of any intending bidders who may be present at the time, and will enter the amounts of the several tenders in a comparative statement in a suitable form. In the event of a tender being accepted, a receipt for the earnest money shall thereupon be given to the contractor who shall thereupon for the purpose of identification sign copies of the specifications and other documents mentioned in Rule I. In the event of a tender being rejected, the earnest money shall thereupon be returned to the contractor remitting the same, without any interest. 6. The officer inviting tenders shall have the right of rejecting all or any of the tenders and will not be bound to accept the lowest or any other tender. 7. The receipt of an accountant or clerk for any money paid by the bidder towards tender fee will not be considered as any acknowledgement or payment to the officer inviting tender and the bidder shall be responsible for seeing that he procures a receipt signed by the officer inviting tender or a duly authorised cashier. 8. The memorandum of work tendered for and the schedule of materials to be supplied by the department and their issue-rates, shall be filled and completed in the office of the officer inviting tender before the tender form is issued. If a form is issued to an intending bidder without having been so filled in and incomplete, he shall request the officer to have this done before he completes and delivers his tender. A.A.I. C-NIL, I-NIL, O-NIL Page 7