Professional Documents
Culture Documents
CARO Tender
CARO Tender
TENDER DOCUMENT
(TENDER ID: 2018_AAI_10168_1)
(C.B. Jain)
Sr. Manager Engg. (Plg.)
CHECK-LIST
To be uploaded by applicants along with tender application in Envelope-I (Technical Bid).
Name of work: -“Appointment of Architectural consultant for Construction of proposed Civil
Aviation Research Organization (CARO) complex at Begumpet Airport Hyderabad”, India.”
1 2 3 4
S.No. Qualifying Criteria Supporting Enclosure Check –
Document must List
Have the following
(Copy enclosed)
salient information
which AAI would
like to note
1 Envelope-I Technical Bid shall
contain scanned copy of following:-
a. Tender processing fee in form of Yes/No
Demand Draft
b. Earnest Money Deposit in form of Yes/No
Demand Draft/BG
c. Undertaking regarding unconditional Yes /No
acceptance (Annexure -I)
d. Undertaking from agency regarding Yes /No
GST ( Annexure -II )
e. Authorization letter on letter head Yes/No
Place:
Date:
SIGNATURE WITH STAMP Authorized Signatory of the Firm
A. NIT
1.0 INTRODUCTION
1.1 AAI proposes to implement the project of “Construction of proposed Civil Aviation Research
Organization (CARO) complex at Begumpet Airport Hyderabad” and require architectural
consultancy services.
1.2 The Architectural Consultant (hereafter, referred as Consultant) is required to cater for
Architectural planning & designing, Models, 3D animations/walk through presentation,
preliminary structural design for estimation and costing purpose , detailed drawings for tendering
purpose, taking approvals from local bodies, site survey, soil investigations, water testing,
estimation, quantity computations, costing, preparation of tender/bid documents and providing
assistance for finalization of EPC contractor for execution of work, consultancy for pre-
construction activities and during project execution till completion of Project including
completion drawing/documentations and assisting in obtaining necessary clearances.
1.3 The award of work to Execution Contractor through EPC tender shall be by call of open bids (e-
tender route) by AAI on the basis of bid documents to be finalized by Architectural consultant.
2.1 Percentage Rate two (2) bid envelope system limited Tenders from shortlisted reputed architecture
consultancy firms are invited through the NIC CPP Portal by Senior Manager (Plg.) Airports
Authority of India, Office of ED (Plg.), AAI, CHQ, Rajiv Gandhi Bhawan, New Delhi – 110003
(BID MANAGER) on behalf of Chairman, AAI from the shortlisted Consultants/ firms for
“Appointment of Architectural consultant for Construction of proposed Civil Aviation
Research Organization (CARO) complex at Begumpet Airport Hyderabad” India.”,
3.1 24 months [06 months for Pre-Award activities of Architectural consultancy, Architectural
drawings and Preliminary engineering, preparation of models, 3D animations/walk through
presentations, taking required local approvals for the Project, including site survey, site
demarcation, soil investigation, water testing, Conceptual & Preliminary Structural Design for
various structures, systems including MEP and HVAC system, Internal EI and lighting system,
Firefighting, detection, alarm and sprinkler system, external/internal roads, power supply,
CCTV/Security and Access system, (Lifts, Escalators etc.), Façade design/skylight, Structural
glazing system, PA system , acoustics, site development works, services etc. to be completed with
due diligence by the Architectural consultant along with value engineering inputs for detailed bill
of quantities. Detailed technical specifications to be finalized including preparation of Detailed
Project Report / Estimate for obtaining Administrative approvals, technical sanction for the
Project, rate analysis, estimation, preparation of NIT/ bid documents, assisting in Pre-bid
clarifications/meetings, Justifications, tendering and assist in award of work for Execution
Contract (EPC) approval thereof & 18 months for consultancy during execution stage co-
ordination and clarifications during construction period including site visits, assisting in obtaining
completion drawings and clearances. Defects liability period (DLP), is 12 months after
completion of construction work.
5.1 The scope of work shall be planning, preliminary/schematic designing which will include layout
planning and city side development plan, preparation of work plan/ methodology, conceptual plan,
site survey, soil investigation, perspective view/artist’s view, Architectural plan, model, 3D walk
through presentation (computer simulation/animation), showing tentative arrangement of various
facilities for CARO complex along with external elevations of a modern energy efficient Institutional
building depicting local architecture/ culture/ art / heritage including services such as Electric Sub-
Station Building, Water Supply, Drainage, Sanitary installations, Sewage system, Internal & External
Electrical Installations, Signage, HVAC, lift, Escalators, Fire Fighting, Fire Detection, Alarm &
sprinkler System, Rain water harvesting, Landscaping, interior designing and external lighting and
other services etc. and preparation of detailed technical specifications, estimate, bid documents,
Analysis of rates, comparative and justification statement and assisting AAI in pre-bid meetings/
clarifications, award of work to the Execution contractor, based on EPC tender, including
consultancy, site visits, Co-ordination and Clarification etc. during execution of works and
completion of the Project & providing consultancy/ clarifications/ assistance services during defect
liability period.
5.2 It is further clarified that all system preliminary designs & schematic designs for various systems e.g.,
MEP and HVAC system, Internal EI and lighting system, roads, power supply including substation
equipment, CCTV/Security and Access system, Lifts, Escalators, Fire Fighting, Fire Detection,
Alarm & sprinkler System, signage, IT systems, Façade design/skylight, structural glazing system,
Media plan and interior element system, PA system and acoustic design etc. shall be completed at the
concept stage itself with due diligence along with value engineering inputs by the consultant so as to
finalize complete bill of quantities and detailed technical specifications to the desired accuracy to
enable call of execution based tenders and award of a composite contract to EPC bidder.
6.0 TENDER FEE
6.1 Tender fee (Non-refundable) of Rs. 1770 (One thousand seven hundred seventy only)
including GST will be required to be paid in the form of Demand Draft drawn in favour of
Airports Authority of India payable at New Delhi. The Hard Copy of original instruments in
respect of cost of tender document must be delivered to the Senior Manager (Plg.) O/o ED
Planning, Block ‘C’ 1st Floor, Rajiv Gandhi Bhawan, Safdarjung Airport New Delhi-110003 and
should reach before opening of the Technical bid (Envelope-I) as per Table-1 of Timelines
provided on the page-7.
7.0 EMD
7.1 Earnest Money of value Rs. 5,00,000/- (Rupees five lacs only) shall be submitted in form of Demand
draft or Bank Guarantee from any Schedule bank of India but not from cooperative/Gramin bank as
per Bank Guarantee bond (ANNEXURE –V), in favour of Airports Authority of India payable at
New Delhi.
AAI Bank & Account details for preparation of Bank Guarantee are as follows:
Name of Account Holder : Airports Authority of India,
Name of Bank : Vijaya Bank,
Branch Name : Vijaya Building, 17,
Barakhamba Road,
New Delhi - 110001
Account No. : 600400300003033
IFSC Code : VIJB0006004
7.2 Scanned copy of earnest money deposit in the form of Demand draft/Bank Guarantee along with
letter of Undertaking from the depositor to the bank (Format attached with tender document) shall
be submitted along with other documents in the Technical Bid (Envelope –I) of CPP Portal.
7.3 Original EMD along with letter of Undertaking from the depositor to the bank is to be sent to the
Senior Manager (Plg.), O/o ED Planning, Block ‘C’ 1st Floor, Rajiv Gandhi Bhawan, Safdarjung
Airport New Delhi-110003 and should reach to Bid Manager before opening of Pre-qualification bid
of the tender (Envelope-I) as per Table-1of Timelines provided on the page-7. Tender of the bidder
whose EMD Draft or Bank Guarantee is not received before opening of Pre-qualification bid of the
tender (Envelope-I) then their tender shall be summarily rejected.
7.4 Any postal delay will not be entertained.
Note: EMD in the form of Cash or any other form shall not be accepted. Bidders shall also note that
they are not required to contact any AAI employee or submit any documentary evidence of
submission of EMD to any AAI employee during the process of the tender. The bids of the bidders
who failed to submit the EMD before the stipulated time shall be rejected outright. Hard copy of
signed Original Unconditional Acceptance of AAI’s Tender Conditions as per Annexure I and
GST undertaking as per Annexure II Authorization letter, Integrity pact as per Annexure VII to be
sent to Bid Manager and should reach before opening of Pre-qualification bid of the tender
(Envelope-I).
8.0 BIDDING PROCESS
The bidding process is online only at CPP portal: https://etenders.gov.in/eprocure/app.
Bidders are advised to visit this website regularly to keep themselves updated as any change/
modification in the tender will be intimated through this website only.
Bids shall be submitted online Tenderer/Contractor are advised to follow the instructions given in the
“Bidders Manual Kit’’ for Online Bid Submission provided in the at Home Page of CPP Portal of
NIC. The bidders may also take guidance from AAI Help Desk Support provided on the e-tendering
portal http://www.aai.aero/public_notices/ContactUs_CPPP0117.pdf.
The tenderer may also take guidance from AAI Help Desk Support through the 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
CARO Hyderabad Architectural Consultancy C- NIL, I-NIL, O-NIL
Page 7 of 100
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
i) 08.00 hrs. to 20.00 hrs (Monday to Saturday) – 011-24632950, Ext-3512 (Six lines), E-mail:
eprochelp@aai.aero
ii) 09.30 hrs. to 18.00 hrs (Monday to Friday) - 011-24632950, Ext-3523, E-mail:
etendersupport@aai.aero, sanjeevkumar@aai.aero and snita@aai.aero.
iii) 09.30 hrs. to 18.00 hrs. (Monday to Friday) – 011-24657900, E-mail: gmitchq@aai.aero
Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size
of the scanned document.
9.0 BID QUERIES
Queries, if any, may be sent through CPP portal in “Clarification” section only as per dates/timelines in
Table. No. 1.
10.0 TENDRING TIMELINES
The tender shall be submitted through online CPP Portal by the bidder through 3 Envelopes as per
following schedule.
Table 1: IMPORTANT DATES
1 Publishing Date 25.04.2018
2 Bid Document Download / Sale Start Date (Next day of
26.04.2018 From 17:30 hrs
Publishing Date)
3 Clarification Start Date 26.04.2018 From 18:30hrs
4 Clarification End Date 01.05.2018 upto 15:30 hrs
5 Bid Submission Start Date 04.05.2018 From 10:00hrs
6 Bid Submission End Date 11.05.2018 upto 15:30 hrs
7 Last date and time of submission of original Demand Draft/BG
against EMD and Tender processing fee, Signed hard copy of
15.05.2018 upto 15:30 hrs
AAI Unconditional Acceptance Letter, GST Undertaking,
Authorization letter, Integrity pact etc.
8 Bid Opening Date (Envelope-I) Technical bid 17.05.2018 at 15:30 hrs
9 Likely to be held in 3rd or 4th
Technical Presentation by shortlisted eligible bidders who week of May 2018 at AAI,
submit all required documents as specified in envelope CHQ, New Delhi. However,
I(Technical bid) as given in subsequent Para below. firmed date shall be intimated
later.
10 To be intimated later on
Bid Opening Date of eligible bidders(Envelope-II)Price Bid
through CPP Portal
11 Rs. 1770/- (i/c GST)Non-
Tender processing Fee
Refundable
12 Rs 5,00,000/-in the form of
Demand Draft/BG in favour of
EMD
Airports Authority of India,
New Delhi.
CARO Hyderabad Architectural Consultancy C- NIL, I-NIL, O-NIL
Page 8 of 100
The activities mentioned at S. No.7,8, 10 of Table-1 shall be carried out in the office of Bid Manager.
For the major bought out items i.e. Escalators, Elevators, Chillers, AHUS and Cooling Towers,
D.G. Sets, Transformers, the Consultancy fee payable shall be worked out based on the
Percentage of the quoted fee on the 25% of Least of Estimated/Awarded cost/Actual Completion
cost of the particular bought out item, for which consultant shall include appropriate clause in
the execution tender document through EPC also to enable AAI to identify cost of such bought
out items separately.
Initially the payment shall be released on estimated cost of the project, however same
shall be adjusted/modified in subsequent stages based on approved estimated cost,
award value or actual cost of the work whichever is lower. The final consultancy
amount shall be paid based on lower of the approved estimated cost, awarded cost or
executed cost.
14.0 BIDS OPENING PROCESS
14.1 The intimation regarding acceptance / rejection of their bid will be intimated to the consultant /
firms through CPP portal only.
14.2 Envelope-I: - Technical bid opening date is as per Table -1. (Changes in the dates, if any shall be
intimated through “CPP portal” only).
14.3 Evaluation of Technical bids shall be based on the first submissions. If any clarification is needed
from the bidder about the deficiency in his uploaded documents in Envelope – I they will be asked
to provide it through clarification section in CPP Portal. The bidder shall upload the requisite
clarification/documents within time specified by AAI, failing which tender will be liable for
rejection. No subsequent fresh submission shall be accepted for evaluation.
Note: Result/ eligibility/status shall be displayed on CPP Portal, before opening of financial bid.
14.4 The bidders whose Envelope-I documents are found to be in order and the firm stands qualified in
Technical bid documentations shall be called for a Technical Presentation on firm profile and
proposed CARO infrastructures proposal of approx. 30 minutes’ duration in front of duly
constituted and approved expert committee/panel at Airports Authority of India Corporate office,
New Delhi (Date and time shall be as mentioned in CRITICAL DATA SHEET). The exact date
and time will be confirmed and intimated separately).
The expert committee/panel will judge the presentation on following parameters: -
• Firms profile
• Past similar infrastructure work experience of firm
• Existing resources
• Ongoing works.
• Turn over etc.
• CARO Draft proposal/Concept,
• Project Implementation approach and methodology,
• Innovative ideas, new trends and technology. Concept in related to GRIHA rating, use of
solar energy, conservation of natural resources, cost consciousness and optimum utilization
of local themes and aviation training related concepts.
14.5 The expert committee will select Top Five Presentation made by bidder and price bid of only
these top five selected bidders shall be opened on due/intimated date and time. The decision of
expert committee shall be final, unchallengeable and binding on bidders.
14.6 All the bidders participating in the Technical Presentation shall be paid AAI Rs. 40,000/- for
preparation of concept design, Presentation etc. of proposed CARO complex on self-certification
as per AAI prevailing procedures.
14.7 Envelope-II: - The Financial/Price bids of the consultants / firms found to be meeting the
technical documentations and selected in Technical presentation shall be opened on as per Table -
1. (Depending on Technical Presentation, changes in the dates, if any shall be intimated
through “CPP Portal” only).
14.8 The lowest bidder (L-1) shall be considered for award of Consultancy assignment/work based on
financial quote, if price bid is found to be valid and reasonable. However, decision of AAI shall
be final and binding on bidders.
15.0 REFUND OF EMD
The refund of EMD to bidders who fails to qualify the eligibility/technical presentation stage
shall be processed within 7 days of their rejection. For all bidders whose financial bids are
opened, the refund of EMD except for successful bidder (L-1) shall be processed within 7 days of
opening of the financial bid.
16.0 OTHER CONDITIONS
17.0 Language
17.1 This Contract has been executed in the English language, which shall be the binding and
controlling language for all matters relating to the meaning or interpretation of this contract.
17.2 The Proposal with all accompanying documents and related correspondence shall be in English
language and strictly on the forms provided in this Bid document. No supporting document or
printed literature shall be submitted with the Proposal unless specifically asked for and in case any
of these documents is in another language, it must be accompanied by an accurate translation of
the relevant passages in English, in which case, for all purposes of interpretation of the Proposal,
the translation in English shall prevail.
17.3 Tender shall be submitted in English language, if any of the supporting documents is submitted in
any language other than English;
For Indian languages, the translated English version duly notarized by Indian Notary. For Foreign
languages, the translated English version duly certified from the Indian Embassy of the certificate
issuing country or the embassy of the certificate issuing country in India shall be submitted with
the respective document. All supporting documents submitted with the bid should be self-certified
& stamped by the firm and serially numbered. An index of documents submitted shall also be
submitted.
18.0 Taxes
18.1 All tendered/quoted rates shall be exclusive of Goods and Service Tax (GST). The tendered rate
shall be inclusive of all other taxes, other than GST. GST shall be paid to bidder for any taxable
supply/Services against a valid tax invoice.
18.2 An undertaking should be submitted for having registration under GST and compliance of GST
provisions.
18.3 In case of non-compliance of GST provisions and blockage of any input credit, the bidder shall be
responsible to indemnify AAI.
19.0 Others
19.1 AAI reserves the right to verify the credentials submitted by the agency at any stage (before or
after the award of 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 following action:
CARO Hyderabad Architectural Consultancy C- NIL, I-NIL, O-NIL
Page 11 of 100
Bidders have to submit an undertaking (In envelope I )that their firm is not
debarred/blacklisted by AAI or Central /State Govt. Depts./PSUs/World Bank/ ADB etc. The
Performa of undertaking is attached as Annexure III with this tender document.
19.2 No single firm shall be permitted to submit two separate tenders either as individual or as associate
/ Consortium or under two different associates/ Consortium. Consortium / JV companies shall not
be permitted.
19.3 No two concerns in which an individual has interest involved, as proprietor, shareholder and / or
partner shall tender for the execution of the same work. If they do so, all such tenders shall be
liable to rejected. In case such involvement is detected at a later date during the currency of the
project, the agreement shall be terminated without notice and appropriate legal action shall be
taken including debarring the agency from bidding in AAI for a period of 3 years.
19.4 It is the responsibility of the consultant to provide / associate only such sub-consultants who are
presently active in the work areas.
19.5 If the entity participating in any of the bids is a private or public limited company, partnership firm
or proprietary firm and any of the Directors/Partners/Proprietor of such company is also a director
of any other company or partner of a concern or a sole proprietor having established business with
AAI and has outstanding dues payable to the Authority, then the said entity shall not be allowed to
participate in AAI bids.
19.6 Evaluation of Technical bids shall be based on the first submissions. However, if required,
clarifications on the submissions already made can be sought by AAI.
19.7 A bidder shall be deemed to have full knowledge of the site and project whether he inspects it or
not and no extra charges consequent of any misunderstanding or otherwise shall be allowed.
19.8 Submission of bids by a bidder implies that he has read this notice and all other contract
documents and has made himself aware of the scope of the works to be done and local conditions,
local material rates, manpower availability and other factors bearing on the performance of the
contract / execution of the works.
19.9 The bidder shall not be permitted to bid for works in Airports Authority of India Planning/
Engineering Department, responsible for consultancy award in which his near relative is posted as
Manager Finance & Accounts or Sr. Officer or as an Architect/ 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 these conditions by the consultant would render him liable to be debarred from tendering
for next 3 years.
19.10 The consultant shall give a list of AAI employees related to him.
19.11 No officer of rank of Assistant Manager and above employed in Planning/ Engineering or
Administrative duties in a Planning/ Engineering Department of Airports Authority of India/Govt.
of India is allowed to work as a consultant for a period of one years of his retirement from Airports
Authority of India/Govt. service, without the prior permission of Airports Authority of India/Govt.
of India. The contract is liable to be cancelled if either the consultant 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 bid or engagement in the consultant’s
service.
CARO Hyderabad Architectural Consultancy C- NIL, I-NIL, O-NIL
Page 12 of 100
19.12 This notice of bid shall form part of the contract documents. The successful bidders/ consultant on
acceptance of his bid by the Accepting Authority, shall within 07 days from the date of award of
work sign the contract consisting of Notice Inviting Tenders, Tender provisions/ conditions as
issued at the time of invitation of bid and acceptance thereof with any correspondence leading
there to.
19.13 Once the consultant has uploaded the digitally signed files of bid related documents along with
unconditional acceptance as an attachment, he is not permitted to upload any additional file or put
any remarks(s) / conditions(s) in /along with the bid documents.
19.14 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.
19.16 Setting up of CARO Co-ordination & monitoring Cell. For facilitation to consultant during pre-
construction activities and also during execution stage, AAI intend to set up a CARO Co-
ordination & monitoring Cell at CHQ level located at New Delhi having representatives from
Plg/Arch, ATM-AFTM and Engg(C+E), IT directorates or as required for regular Co-ordination,
monitoring, taking approvals of various drawings, Documents etc. prepared and submitted by the
consultant. At execution stage CHQ Engineering directorate & Project- in- charge at local level
will be the nodal directorate/officers.
1.0 ETHICS
The Parties undertake to act in good faith with respect to each other’s rights under this Contract and to
adopt all reasonable measures to ensure the realization of the objectives of this Contract.
1.2.1 AAI as well as consultants should observe the highest standard of ethics during the selection and
execution of such contracts.
(a) In pursuance of the above objective, this policy defines, the terms set forth below as follows:
i) The Bidders and their respective officers, employees, agents and advisers shall observe the highest
standard of ethics during the Selection process. AAI shall reject a bid if it determines that the Bidder
has, directly or indirectly or through an agent, engaged in corrupt, fraudulent, coercive, undesirable or
restrictive practices in the Selection Process.
ii) For the purposes of this provision, the terms set forth are defined as follows:
"Corrupt practice" means the offering, giving, receiving, or soliciting, directly or indirectly, of
anything of value to influence the action of a public official in the Selection Process;
"Fraudulent practice" means a misrepresentation or omission of facts in order to influence the
Selection Process;
"Coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the Selection Process;
"Undesirable practice" means establishing contact with any person connected with or employed with
AAI with the objective of canvassing, lobbying or in any manner influencing or attempting to
influence the Selection Process and "restrictive practice" means forming a cartel or arriving at any
understanding or arrangement among Bidders with the objective of restricting or manipulating a full
and fair competition in the Selection Process.
iii) All documents and other information supplied by AAI or submitted by Bidder/consultant shall remain
or become the property of AAI.
iv) Bidders/ Consultant are to treat all information, as strictly confidential. AAI will not return any
submissions.
v) Bidders are advised that the selection of Consultant shall be on the basis of objective assessment done
by AAI through evaluation process defined in this Bid document. Bidders will be deemed to have
understood and agreed that no explanation or justification of any aspect of the Selection Process will
be given and that AAI's decisions are without any right of appeal whatsoever.
vi) Bidders are advised that AAI will not respond to any enquiries or enter in to communication
concerning or relating to Selection Process.
vii) Bidder(s) eventually appointed to provide Consultancy service for this Project, as well as any of their
affiliates, shall be disqualified from subsequently providing goods or works or services related to the
construction and execution of the same project.
viii) AAI reserves the right to make inquiries with any of their clients listed by the Bidders in their
previous experience record.
Bidders or any of their affiliates shall not be hired for any assignment, which by its nature, may be in
conflict with other assignment of the Bidder.
a) Signing of Integrity Pact (as per Annexure VII) is mandatory for every bidder/ contractor in this
procurement/bid process, the signed original pact to be send to the office of Sr. Manager (Plg.),
Airport Authority of India, Rajiv Gandhi Bhawan, Safdarjung Airport, New Delhi – 110003 and
should reach before opening of Technical Bid of tender (Envelope-I). Scanned copy of the same may
be submitted in the “Technical bid/Attachment” (Envelope-I) in e-tendering portal.
b) The Bidder/contractor shall commit itself to ensure taking all measures necessary to prevent corrupt
practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or
post-contract stage as specified in section 3 of the integrity pact.
c) Any breach of the aforesaid provisions by the Bidder or any one employed by it or acting on its behalf
(whether with or without the knowledge of the Bidder) shall entitle the authority to take all or any one
of the action as specified in section 6 of the integrity pact.
d) The External Independent Monitor (EIM) for this work will be:
e) The duties, responsibilities and powers of EIM are detailed in section 8 of the IP Act.
f) Any query related to tender document or problem in E-bidding process should normally be addressed
to bid manager as detailed in para for Queries, Replies and Verifications.
2.0 COORDINATION
2.1.1 DGM/ Jt. GM (Arch./Engg.), CHQ, New Delhi shall generally be the Engineer-in-charge for the
consultancy agreement. During execution stage of the execution contract (EPC) and the Defect
Liability Period for smooth execution of the consultancy contract, AAI shall delegate the
responsibility to the Project- in-charge, AAI at project office, Hyderabad. Contract details of
Engineer-in-charge will be informed on award of work.
Similarly, the consultant will nominate and intimate in writing particulars of their authorized
representative to AAI. Consultant’s nominated executive shall be responsible for the execution of
this consultancy contract.
It is, however, understood and agreed to by and between the parties hereto that the parties shall
work in close co-operation with each other at all times in order to ensure timely completion of the
CARO Hyderabad Architectural Consultancy C- NIL, I-NIL, O-NIL
Page 15 of 100
consultancy assignment.
2.2.1 Any action required or permitted to be taken, and any document required or permitted to be
executed under this Contract, may be taken or executed;
3.1.1 The agency shall advise the branch of the bank issuing bank guarantee to send the original Bank
guarantee directly to the Airports Authority of India (AAI) under Speed Post/Courier. However, in
exceptional cases where the guarantee is to be handed over directly to AAI for any genuine
reasons, the branch shall immediately send by Speed Post/Courier an unstamped duplicate copy of
the guarantee directly to AAI with a covering letter with request to compare the same with the
original received from their customer and confirm that it is in order. The agency shall also advise
the issuing bank branch to incorporate the address etc. of the Regional/Controlling Branch of the
issuing Branch in a suitable space in the Bank Guarantee.
3.1.2 The agency shall also advise the issuing bank branch that whenever any letter is issued by AAI to
the concerned Bank Branch for confirmation of having issued the guarantee, Branch must send the
confirmation letter to the concerned authorities promptly.
3.2.1 If the bidder has any query related to the Tender Document of the work they should use
clarification section of ‘CPP Portal’ to seek clarifications.
No other means of communication in this regards shall be entertained. No query received after
date as per table-1 shall be entertained.
3.2.2 If any clarification is needed by AAI from the bidder about the deficiency in his uploaded
documents in Envelope – I, they will be asked to provide it through Clarification section in CPP
portal. The bidder shall upload the requisite clarification/documents within specified time of
receipt of such request from AAI, failing which bid will not be considered for the subsequent
stages.
3.2.3 Issues faced / queries of the Bidders pertaining to technical support on e-portal for submission of
tender documents should normally be addressed to AAI Help Desk Support (details as mentioned
in the web-NIT). In case of technical support regarding E-tender portal, if the AAI Help Desk is
non responsive, the Bid Manager, Sh. C.B. Jain, Senior Manager(Plg.) may be contacted at
Telephone no. 011-24632950, Extension No. 3154, E-mail ID cndjain@aai.aero, Fax No. 011-
24652079.
3.3.1 At any time prior to the deadline for submission of Proposal, AAI may, for any reason, whether at
its own initiative or in response to clarifications requested by an Applicant, modify the Bid
document by the issuance of Addendum/ Amendment / corrigendum.
3.3.2 All such amendments / corrigendum will be notified in writing through CPP Portal to all Applicants
who have purchased the Bid document. The amendment will also be posted on AAI Website and
will be binding on all Applicants.
3.3.3 In order to afford the Applicants a reasonable time for taking an Addendum / corrigendum into
account, or for any other reason, AAI may, at its own discretion, extend the bid submission date.
3.4.1 The Applicant shall be responsible for all of the costs associated with the preparation of its
Proposal, including 36 men visits to project site during execution stage etc. AAI will not be
responsible or in any way liable for such costs, regardless of the conduct or outcome of the Selection
Process.
Consultancy shall ensure submission of sufficient copies of documents as required by AAI for
smooth execution of the consultancy contract (s) at pre-award and post award stage. In case of any
dispute, decision of Member (Plg.), AAI shall be final and binding.
3.5 ASSIGNMENT
3.5.1 The assignment shall not be transferred or assigned in whole or part by the Consultant without
written approval of AAI to any person / company.
3.6.1 Notwithstanding anything contained in this Bid document, AAI reserves the right to accept or reject
any bid and to annul the Selection Process and reject all bids, at any time without any liability or any
obligation for such acceptance, rejection or annulment, and without assigning any reasons thereof
and take any such measures as may be deemed fit in the sole discretion of AAI, including annulment
of the Selection Process.
3.7.1 The agreement shall be deemed to have become effective from the 07th day of issue of award
letter.
3.8 AGREEMENT
3.8.1 The contract agreement with the Consultant shall be executed on non-judicial stamp paper
of Rs. 100/- (Rupees One Hundred only). Cost of the same shall be borne by the Consultant.
3.9.1 At planning stage, it is the responsibility of the Consultant to mobilize the required architect/
engineer / staff/ specialized consultants/ sub-consultants so as to adhere to the timelines for various
stages of the planning activities up to the completion stage of the execution contract (EPC).
3.9.2 After award of work, the consultant is required to submit a Bar chart / sub-schedule / plan for
likely completion of awarded consultancy assignment in close co-ordination with AAI.
4.1.1 This Contract, its meaning and interpretation, and the relation between the Parties shall be
governed by the Applicable Indian Law. For all purposes, the jurisdiction of courts shall within
Delhi.
4.1.2 In rendering their services under the contract, the Consultant shall ensure compliance to the
Statutes/ norms of the relevant statutory and regulatory authorities of India. The consultancy
shall keep AAI indemnified against any non-compliance on its part
5.0 DEFINITIONS
5.1 Unless the contract otherwise requires, the following terms whenever used in this Contract have
the following meanings.
o “The Consultant” shall mean the Architectural Consultant is engaged by AAI for the entire
Architectural consultancy from Concept to Commissioning including defect liability period.
o “EPC” shall mean "Engineering, Procurement, and Construction"
o “Applicable Law” means the laws and any other instruments having the force of law in the
Government’s country, as they may be issued and in force from time to time.
o “Contract” means this Contract between AAI and Bidder.
o “Effective Date” means the date on which this Contract comes into force.
o “GCC” means General Condition of Contract
o “SCC” means Special Condition of Contract
o “Government” means the State and/or Central Government.
o “Party” means AAI or the Consultant, as the case may be.
o “Services” means the work to be performed by the Bidder pursuant to this Contract for the purposes
of the Project, as described in Terms of Reference.
o “Sub-Consultant” means any entity to which the Consultant subcontract any part of the Services
o “Third Party” means any person or entity other than the Government, AAI, the Consultant or a Sub-
Consultant.
o “AAI” means Airports Authority of India and /or their appointed officers for performance of the
contract.
o “Client” means AAI (Airports Authority of India).
o “Site means land or other places where the works are to be executed or other working places as may
be specifically designated by AAI.
o “Drawings” means, drawing referred to in the specification and /or any modifications to the
drawings, approved by AAI.
o “Works” means, work to be executed in accordance with contract, or part thereof, as case may be
and shall also include all extra / additional, alternation / substitution as required for performance of
the contract.
o "Personnel" means persons hired by the Consultant or by any Sub Consultant as employees and
assigned to the performance of the Services or any part thereof;
o "Foreign Personnel" means such persons who at the time of being so hired had their domicile
outside the territory of Government of India;
o "Local Personnel" means such persons who at the time of being so hired had their domicile inside
the territory of Government of India;
o "Engineer-in-charge" means AAI official or his authorised representative appointed for performance
of the Contract on behalf of AAI.
o “MEP” Mechanical Electrical and Plumbing services
o “BMU” Building Maintenance Units such as FIDS, CCTV, BMS,Wi-Fi, IT infra etc.
o “ETP” means Effluent Treatment Plant
o “STP” means Sewerage Treatment Plant
o “AC Plant” means Air-conditioning Plant
o “AHU” means Air Handling Units
o “PA System” means Public Address System
o “DG Sets” means Diesel Generating Sets
CARO Hyderabad Architectural Consultancy C- NIL, I-NIL, O-NIL
Page 18 of 100
6.0 OTHERS
6.2 Not more than one Bid shall be submitted by a bidder or by a firm of bidders.
No two or more concerns in which an individual is interested, as Proprietor and/or partner shall bid
for the execution of the same works. If they do so, all such Bids shall be liable to be rejected.
6.4 Bid document can be downloaded from the NIC CPP Portal without paying any tender fees.
However, to participate in the bid/to submit the bid document, the Bidders must pay required tender
fee.
6.5 Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves
before submitting their Bids 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, rates of various materials to be incorporated in works, availability of manpower,
conditions affecting accommodation and movement of labour etc. and in general shall themselves
obtain all necessary information as to risks, contingencies and other circumstances which may
influence or effect their Bid. A bidder shall be deemed to have full knowledge of the site whether he
inspects it or not and no extra charges consequent of any misunderstanding or otherwise shall be
allowed.
6.6 Submission of a Bid by bidders implies that he has read this notice and all other tender documents
and has made himself aware of the scope of the works to be done and of conditions, local conditions,
local material rates, manpower availability and other factors bearing on the works.
6.7 Bids shall be uploaded by the bidder up-to the date and time as mentioned at and shall be opened by
AAI on the date and time as mentioned at Table-1.
6.8 Notification of Award of contract will be made in writing to the successful Bidder by the Accepting
Authority or his representative. The contract will be awarded to the technically qualified and
responsive Bidder with lowest financial quote the Accepting Authority shall be the sole judge in this
regard. The Accepting Authority does not bind himself to accept the lowest quote or any bid or to
give any reason for his decision.
6.9 A responsive bidder is one who submits the financial/Price bid and accepts all the terms and
conditions of the bid document.
6.10 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 Bid which are not acceptable to AAI shall also be treated as a major modification.
6.11 A Bidders shall submit a responsive bid, failing which his Bid will be liable to be rejected.
6.12 The Accepting Authority reserves to himself the right of accepting the whole or any part of the Bid
and Bidders shall be bound to perform the same at his quoted rates.
6.13 On acceptance of Tender, Earnest money will be treated as part of the Security Deposit.
6.14 Airports Authority of India will return the Earnest money where applicable to every unsuccessful
bidder except as provided in the Bid documents.
6.15 Canvassing in connection with Bids is strictly prohibited and the Bids submitted by the bidders who
resort to canvassing will be liable to rejection.
6.16 The Bid for works shall remain open for acceptance for a period of 90 (Ninety days) days from the
date of opening of financial bids. If any bidder withdraws his Bid before the said period or makes
any modifications in the terms and conditions of the Bid 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.
6.17 On acceptance of the Bid, the name of the accredited representative(s) of the consultant who would
be responsible for taking instructions from the Engineer-in-Charge shall be communicated to the
Engineer-in-Charge.
6.18 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 restrained from bidding in AAI, apart from any other appropriate
contractual / legal action.
Present Proposal
2. 0 CARO COMPLEX
Infrastructural Requirement
2.1.1 The Campus
• An area of 27 acres has been identified at Begumpet airport for infrastructural development of
CARO.
• CARO to include office, Labs, Simulators and Residential facilities & Hostels catering for
accommodating likely R&D related Personnel strength of close to 600 and additional 30 personnel
for support & specialized services in Phase I.
• Considering the likely permissible height of 38 M, floors to be planned.
• Separate Blocks for R&D office and Labs/Simulators with Connecting Bridge between the
Blocks.
• Campus to be designed considering phase wise future expansion
4.0 WORKS
4.1 CIVIL - main
• Construction of R&D Centre of an area of 30000 sqm. (23000sqm for ANS and 7000sqm
separate block for Airport engineering and ancillary divisions) With additional area for
basement for Parking.
• Construction of Recreational Centre of an area of 2000sqm
• Construction of Hostel/ Residential Block of an area of 4000 sq.m. .(Not in the scope of this
consultancy work)
1.1.1 It is proposed to concept the project through the engagement of Architectural consultant. The
consultant so appointed shall be responsible from concept to completion stage i.e. for providing
project planning, Architectural drawings, preliminary Engineering consultancy for EPC contract,
Consultancy during construction through EPC Contractor and post construction consultancy
services during defect liability period. The award of work to Execution contractor through
execution tender shall be by call of open bids (e-tender route) on the basis of EPC bid documents
to be finalized by Architectural Consultant.
The Consultant shall be responsible for comprehensive consultancy for CARO Complex i/c
associated works, from Concept to completion stage including preparing detailed architecture
drawings, preliminary/schematic designing, The scope of work includes Consultancy services for
planning & designing of a world class CARO infrastructure at Hyderabad. Initially consultant is
required to develop 3 draft concepts for the proposed CARO complex, out of which one concept
approved/cleared by AAI shall be further developed for final planning & designing qualifying for
latest GRIHA 5 star rating, preparation of detailed site layout plan of buildings and services
from the site plan supplied by AAI, preparation of scale model, perspective view/artist’s view,
computer simulated walk through presentation, site survey, soil investigations, water testing,
detailed architectural and preliminary structural design for estimation and costing purpose and
drawings for all the facilities, interior designs/decorations, acoustics including all services such as
Electrical Sub-Station, Water Supply, Drainage, Sanitary installations, Interior Design &
furnishing Internal & External Electrical installations, Signage, HVAC, STP/ETP, Elevators, Fire
Fighting, Fire Detection & Alarm System, Rain water harvesting, Landscaping, horticulture and
external lighting and other services etc. and preparation of detailed technical specifications,
estimate, bid documents, justification statement for EPC contract and assisting AAI in award of
work to the EPC contractor.
Project management(PMC) and EPC services are not in the scope of the Consultancy services but
the consultant has to provide clarifications and all assistance as required by the AAI Project team
during execution including site visits by the consultant and his specialist associates.
1.1.2 Any consultancy activity not specifically mentioned below, but required to complete and
operationalize the CARO complex is deemed to be included in the scope of work.
1.1.3 The Consultant shall be required to render all professional services in respect of comprehensive
Architectural and preliminary Engineering consultancy from concept to completion, which broadly
includes, but not limited to, the following:
1.1.6 The consultant shall prepare and periodically update the consultants Services Schedule which shall
identify milestone dates for decisions required by AAI, design services as desired by AAI as per
need of the work, completion of documentation and anticipated commencement of construction
and Completion of the Work. For monitoring as well as making up of delays. Consultant to adopt
latest software’s either “MS Project” or “PRIMAVERA” software’s.
1.1.7 The consultant shall make presentations of the Project to AAI/ MOCA etc. for the purpose of
explanation of the Project design and its design intent. The consultant shall submit preliminary
design documents to AAI at intervals appropriate to the design process for purposes of review/
comments/ suggestions, evaluation and approval by AAI.
1.1.8 The consultant shall be entitled to rely upon timely approval from AAI for the further development
of design. Endeavor shall be made by AAI to ensure that approval to the various stages of the work
is given at the earliest.
1.1.9 Consultant has to, however, ensure that the submissions are complete in all respect and cover the
scope of work in its entirety. Further, it will be ensured by consultant that the clarifications sought
by AAI are attended to in a prompt manner.
1.1.10 In case of incorrect or incomplete submission or in ordinate delay in replying to queries raised by
AAI, the onus for consequential delay in approval shall rest with the consultant.
1.1.11 Consultant is further advised to ensure to finalize a detailed programme of submissions with
activity wise breakup so as to ensure various type of submissions e.g.. Preliminary / Detailed
Design (As applicable), Technical Specifications, Detailed BOQ , market rate analysis, functional/
technical parameters of design based items/ services, branded makes etc. leading to preparation of
DPR/estimates and the Draft NIT are concluded in advance to provide sufficient time to AAI
Planners/Engineers/ Associated Directorates, related external agencies/ regulatory authorities as
applicable to carry out detailed scrutiny and analysis of the submissions, seek queries so as to
accord approval in stages leading to timely finalization and approval of DPR/estimates & Draft
NIT.
1.1.12 The scope of services shall also include all such normal services which are not specifically
mentioned in the Bid documents, but which are needed for satisfactory completion of all the areas
of services assigned to him in totality to ensure operability, maintainability and reliability of the
design provided by him unless otherwise specifically excluded in the specifications under
Consultant shall present work plan/Methodology showing the complete sequence of execution of
consultancy assignment right from beginning of the project until completion. This shall include all
activities of the project.
1.1.13 Consultant shall provide the services in line with/ taking into account provisions of existing AAI
works manual/AAI Technical Instructions, items of AAI approved makes/ brands, updated/issued
from time to time as per IMG/DGCA/ CAR/ICAO norms as far as feasible/ practicable,
1.1.15 The overall cost mentioned in the NIT is indicative cost/ Ball park figure for the whole project as
per the scope of work mentioned in the tender document. The breakup of cost for various in- situ
works/systems including bought out items to be incorporated in the work shall be worked out by
the consultant, at various stages of services, based on detailed assessment after due diligence with
supporting data/calculations, value engineering inputs while preparing the estimate / DPR /
justified cost/Draft NIT for taking administrative approval, technical sanction and for the execution
contract on EPC basis as applicable at various stages of services. The consultant shall ensure to
provide a cost effective functional solution within +10% maximum permissible variation of the
indicative cost.
1.1.17 Detailed structural design/all detailed system designs/detailed engineering for various systems e.g.,
MEP and HVAC system, Internal EI and lighting system, Traffic engineering and external roads,
power supply, CCTV/Security and Access system, movement system (Lifts, & Escalators), , Fire
Fighting, Fire Detection, Alarm & sprinkler System, IT systems, Façade design/skylight, structural
glazing system, Media plan and interior element system, PA system and acoustic design etc. and
preparation of good for execution drawings for the Buildings, ESS and other ancillary building,
if any, shall be in the scope of execution contract (EPC). Also shop drawings for various
systems /services e.g., Building Structure, MEP and HVAC system, Internal EI and lighting
system, roads, power supply, CCTV/Security and Access system, movement system (Lifts, &
Escalators), & IT systems, Façade design/skylight, structural glazing system, Media plan and
interior element system, PA system and acoustic design etc. shall be within the scope of execution
contract (EPC).
Review of all detailed design and good for construction drawings provided by project EPC agency
shall be in the scope of Architectural Consultant.
1.1.18 Based on the information provided by the Architectural consultant, Structural Team of EPC
contractor shall develop appropriate alternatives and structural concepts, including detailed
structural types and forms, ground retention systems (if required), construction techniques, grid
layouts, and the indicative positioning of critical members.
1.1.19 Prepare a preliminary/schematic design outline for MEP systems that will postulate design
parameters, system and the quality standards for the project and outline the major MEP system
issues that will need to be considered.
1.1.20 Prepare lighting design concepts including all interior Institutional and office areas and exterior of
the building including landscape areas, façade and feature lighting. The concepts should work
together with the proposed Architectural & Interior Design to enhance its qualities. Attention
should be paid to night time suitable illumination and suitable illustrations should be included.
1.1.21 Soft and hard landscape design for Buildings and all other associated areas, External surface Car
Park, Perimeter landscaping, Drop-off areas and entrances, Planting and street furniture inside the
buildings in co-ordination with the Architect and the Interior Designer.
1.1.22 Develop an Interior Concept Design in terms of achieving the desired objectives. Scope of Work
shall include but not limited to the Institutional / CARO Building and all other associated areas.
1.1.23 The Acoustic expert will review the Architectural and Engineering concepts and report and advise
on noise sensitive and noise critical areas and submit a report on the findings. The areas included,
but not be restricted to, the following:
Acoustic performance requirements of facade to achieve adequate noise reduction, acoustic
isolation of the office spaces from traffic noise all around, assessment will also include the
mechanical and electrical equipment positioning.
1.1.24 Prepare Façade / Cladding preliminary/schematic design, including Performance criteria, Finishes,
materials and systems, minimum & maximum and most practical sizes, Building structure,
movements and tolerances.
1.1.25 Prepare the requirements for cleaning each area for the geometry proposed for the external features
considering space requirements enabling an efficient maintenance access method. Determine space
and routing requirements on the roofs, architectural features, canopies, garden areas, soffits and
parapets. Suggest options of garaging or concealing the machines in parking position by suitable
means.
1.1.26 Based on the Architectural, Landscape and Interior Design concepts prepare a preliminary set of
all signage layouts.
1.1.27 Formulation of maintenance plan for external and internal of CARO building in the basic design
itself.
1.1.28 Preparation of technical specifications & special conditions, complete bill of quantities ensuring
technical /functional requirements of the subject work for efficient use/ desired aesthetics to meet
aviation institutional benchmark projects of world class or reputed similar nature.
1.1.29 Engage a Consultant to obtain GRIHA-5-star rating compliance building & coordinate with them
& other agency (s) until the award of rating. Nothing extra shall be payable on this account.
However, all fees / deposit required for statutory clearances shall be paid by AAI directly, and
same shall not be adjusted under consultant fee. However, all necessary co-ordination shall be
done by the consultant.
1.1.30 The work is proposed to be carried out in line with international standards planning & design
practices in compliance with latest BIS/ NBC ASHRAE/NFPA or equivalent standards code of
practices and CPWD/ MoRTH specifications or as per manufacturer specifications for the items to
be executed for the construction of modern/ world class Aviation related Institutional buildings.
1.1.31 To identify structures, services/ facilities which are likely to fall within proposed CARO Complex
and which are required to be relocated.
1.1.32 To provide solution for smooth flow of traffic and human being, workers during different phases
of construction of proposed Buildings.
1.1.33 Consultant shall have to submit 3D model [Site model-1:500, Building Model-1:200 (each for
CARO Complex and Main buildings), Model Base-6’FT X 4 FT size of proposal selected by AAI
and final/finished 3D animation/walk through of appox. 4 minutes duration for the proposed
complex/buildings depicting the infrastructure, movement flow and facilities.
1.1.34 Consultant shall provide best available/ technically feasible option of equivalent makes having
price variation of ±10%, for decision based on value engineering inputs. Any deviation, under
specific situation, will be w.r.t. recorded reasons subject to approval of AAI.
i. Consultant shall be required to organize, conduct, and participate in all progress review meetings
regarding the project at any date, time and place as directed by the AAI throughout the project
period.
i. Consultant shall conduct routine monitoring and coordination meetings on daily/ weekly/fortnightly
basis as per directions issued by AAI time to time.
ii. Consultant shall adopt either M.S. Project or Primavera software for monitoring as well as review
and making up the delays in consultancy assignment. Consultant Agency shall be responsible for
regular review of progress and reporting to AAI regarding likely delays, bottlenecks and suggestions
to remove hurdles for timely completion of EPC contract. Consultant shall also suggest corrective
measures to be initiated by contractor and AAI for expediting the work and achieve timely
completion. Consultant agency shall also submit a detailed report on expiry of time limit against
each milestone, with his assessment about performance of contractor and his capability to make-up
lost time.
iii. Consultant shall set up and control its own documentation control system for the pre award and post
award activities of the project.
iv. The AAI and/or its authorized representatives shall have access to the records of consultant as and
when required with due notice.
v. Consultant shall, without question or fail, provide knowledge transfer and handover, including
transfer and/or cessation and/or conveyance of physical possession and/or custody wherever
applicable, of all consultancy material / documents, soft as well as hard copies, to the AAI and/or
other agencies appointed by the AAI, as and when desired.
vi. The conceptual drawings shall be complete and have required detailing , adherence of local bye laws,
allocation of areas for most economical and systematized flow pattern of activities and fulfilling all
requirements indicated by AAI.
All estimates shall be prepared by the consultant for taking various approvals and for tendering
purpose as required to incorporate following: -
i. That the tender drawing provides complete details for execution contract (EPC).
ii. That preliminary System design for all civil, structure, electrical, mechanical, air-
conditioning, plumbing, sewerage and electronic systems has been done adopting current and
economical technology.
iii. Specifications of work and items are detailed and complete.
iv. To prepare analysis of rates for market rate items and check schedule rates adopted in
estimate.
v. The consultant to ensure on estimate considering present day technology, practice in the
building industry, good engineering practice and alternative materials available in the market.
vi. They will offer their comments on list of preferred makes submitted by sub -consultant
before approval of NIT and get them approved if not in the approved make/brand of AAI.
vii. Consultant / agency will record their certification on correctness of estimate for call of
execution contract (EPC).
viii. All tenders shall be called by AAI through e-tendering system. The consultant shall be
present and assist at the time of down loading the offers, preparation of comparative
statement on technical offers, making correspondence with bidders as per procedure of AAI
and Works Manual of AAI.
ix. They will bring all offers technically at par before advising AAI for opening of financial
bids. Consultant firm shall prepare complete proposal for acceptance of tender by AAI. The
proposal must include following:
• The scope of work covered in the tenders and corresponding provisions in sanctioned work.
• Prequalification criterion adopted in selection of agencies.
• Detailed history of call of tenders.
• Justified cost for the scope of work covered in agreement i/c analysis of rates.
• Recommendation for acceptance/rejection of tenders.
i. The Consultant will depute their Architects/ Engineers/staff for consultancy/site visits during
construction as per terms and condition of contract. Consultant may have to depute architect/
engineers as per project requirement and directions of AAI.
ii. Consultant shall depute their Architects/ Engineers/staff with at least same qualifications and
experience as indicated in their tender documents.
iii. All works shall be executed by executing contractor as per approved drawings/design tender
specifications, inspection of work, pointing out of defects etc. Consultant shall also assist AAI for
getting defect rectification work completed through respective contractor/ executing agency.
iv. The replacement of Architects/ Engineers/staff at any intermediate stage shall not be permitted by
AAI. The consultant may apply to AAI for replacement of Architects/ Engineers/staff with equally
qualified and experienced staff under only exceptional circumstances with full justification for
such change. The permission for replacement of Architects/ Engineers/staff shall only be granted
by NIT approving authority after full satisfaction with the justification provided by the agency.
v. In other cases, where the reasons given for replacement of Architect/ Engineer/ staff, are
considered unconvincing by NIT approving authority, AAI, a penal deduction at the rate of two
percent of fees payable to the individual for the balance period per replacement is liable to be
levied.
vi. Consultant shall regularly submit following reports to AAI at an interval indicated against each.
vii. Consultant will conduct periodical progress review meetings with stake holders. The details of
discussions shall be recorded and circulated for taking follow up action. A status report of all
works shall be prepared on the basis of discussions in such meeting, which shall be submitted to
AAI fortnightly/monthly or as per directions of AAI.
viii. Status report on the works yet to be awarded by AAI to EPC shall be submitted fortnightly to AAI.
This report will also indicate action taken so far against each work and type of help required from
AAI to expedite award of work.
d. Contract Administration:
• Consultant maintains complete records for this consultancy contract from award to final
acceptance, payment, and completion.
• The consultant shall also obtain approval of Engineer-in-Charge on all issues not covered under
agreement.
• Consultant shall keep all records in presentable condition for audit by AAI or any other Govt.
agency having such authority.
e. Project Completion:
• Assist AAI in Preparing list of defects noticed in execution of all civil, electrical, plumbing,
air-conditioning, mechanical and electronic works. Record completion certificate for each
work (contract wise) with list of defects, if any.
• Assist AAI to Get collected required set of drawings along with soft copies of as completed
drawings against all contracts and handover the same to AAI.
• Assist AAI to prepare completion cost of the project. Obtain revised estimate on the formant
provided by AAI if the variation in project cost requires so.
• Prepare photo documentation of project at various stages as directed by AAI. The
documentation must indicate salient features of project. Consultant shall submit completion
report indicating completion cost.
• Submit a set of original sanctioned drawings along with soft copies and other approvals
obtained from various local bodies and authorities along with required number of copies of the
same.
• Assist AAI to get prepare minimum three set of handing over documents or more as required
by AAI along with soft copies.
• Consultant shall undertake site visits and to assist AAI in maintain quality of work and adherence
to the specifications of NIT by EPC contractor.
CARO Hyderabad Architectural Consultancy C- NIL, I-NIL, O-NIL
Page 36 of 100
g. Full assistance in all project related legal matters and other mandatory compliances:
Consultant shall assist AAI in all project related legal matters and other mandatory compliances.
h. Obtaining Approvals from Local Bodies/Authorities
Consultant shall be responsible for obtaining mandatory approvals in pre award stage of EPC from
local bodies.
i. Misc.
All the drawings shall be submitted by using Building Information Modeling (BIM) by use of all
necessary software(s) to develop the 3D models and to identify, resolve all clashes/ congestions in
the 3D models for Architecture, preliminary Structural and all other systems of the project in
respect of all elements of work, including quantity survey and preparation of bill of quantities.
1.3.1 Specification & Format for submission of soil test report are enclosed as Annexure IX to this tender
document.
1.4.1 Environment clearance is not in the present scope of this consultancy assignment
2.1.1.2 Site Survey is to be carried out by using total station or other advance technology.
2.1.1.3 Survey /leveling data is to be provided in XYZ format at maximum 5 mtrX5mtr. Intervals, ground
levels up to 5mm accuracy.
2.1.1.4 The contour map shall be provided at suitable interval, depending on site conditions, for proper
interpretation/ evaluation of the site conditions. Land demarcation is to be done at site.
2.1.1.5 Ground scanning technology or other suitable method shall be used for identifying, locating and
marking existing underground services on the surveyed site plan.
2.1.1.6 Geotechnical investigation shall be carried out preferably engaging consultants empaneled by AAI
or on the approved list of MORTH or as suggested/approved / agreed by AAI
3.0 ROLE OF AAI
suppliers/ agencies such as complaint by vendors towards non-payment/ less payment by the
executing agency, poor performance / non-performance by the specialized vendor/ suppliers/
agencies etc. so as to ensure smooth / efficient execution of the execution contract and to
ensure that the timelines / work programme is adhered to and performance evaluation of
vendors / suppliers/ agencies could be carried out on annual basis.
c) NIT including eligibility criteria proposed by consultant for selection of bidder/ contractor
and Specialized Vendors/Agencies to be associated with the main executing
agency/Contractor for specialized jobs.
d) Award of the execution contract after evaluation & recommendation of the same by the
consultant.
e) Advice to consultant, how to apply for required concept level approvals
4.2.1 During execution stage of the execution contract (EPC) and the DLP, for smooth execution of
the EPC contract, AAI shall delegate the responsibility to the Project-In-charge, AAI at CARO
Complex, Hyderabad Airport, who will act through designated authorized representative
(Engineer-in-Charge)/ Nodal officers. AAI may appoint a committee as a Nodal Group for
performing over all control over EPC Contractor. This Engineer-in-charge /Nodal officer will
call review meetings at regular interval as deemed fit. Such meeting shall be attended by
consultant team and all executing agencies. consultant shall prepare and submit draft Minutes of
Meeting to this group. The decisions taken in such meetings shall be implemented through
consultant with in time as informed in the meeting.
4.2.2 AAI designated Architect/ Engineer will be Engineer In-charge for the project.
4.2.3 Consultants nominated project-in-charge shall assist the engineer-in-charge of AAI for smooth
execution of the contract (s).
4.2.4 To deal with situations of underperformance by executing agency (ies) and his vendors/
suppliers/ agencies.
4.2.5 To take necessary action as per any additional role/ responsibility assigned by AAI.
General: In case of any dispute in the division of responsibility/ working methodology, during
execution stage, between the AAI representatives, Architectural consultant, EPC execution
contractor and his specialized vendors/suppliers, Member (Planning), AAI will be the final
authority to decide (upon recommendation of the NIT approving authority) on role definition and
same shall be final and binding on above.
4.3 PROFESSIONALS PROPOSED TO BE ENGAGED BY THE CONSULTANT
In post award stage to EPC contractor, Consultant shall from the date of start of Execution of work
by EPC contractor shall have regular co-ordination and provide assistance to AAI for smooth taking
up of project activities and to undertake 36 men visit to site during the construction period which is
deemed to be included in his fees. Nothing extra shall be paid on this account by AAI. The visit will
ensure that missing details and clarifications as required by AAI project in charge are furnished
expeditiously. Any deviation from design / drawings issued shall be brought to the notice of AAI’s
Project in charge by the Consultant. Complete expenditure on the salary etc. of Consultant or his
technical Team Personnel including their office, furniture, equipment and accessories etc. shall be
borne by the Consultant, as a part of his fees. The consultant or his /her team shall be deputed as per
requirement of AAI/ Project.
4.4 CHANGE IN STRUCTURE OF CONSULTANT
4.4.1 The Architectural consultant shall intimate name / details of their sub-consultant / expert/
associate for this consultancy assignment. Consultant should not change the sub-
consultants/expert/associate till completion of the assignment except in the event laid down
hereunder:
4.4.1.1 The Sub-consultant/expert/associate can be changed only in case of their poor performance,
breach of integrity pact, or any other violation of the agreement between Consultant and AAI.
Consultant should be allowed change of Sub/Lead consultant with same/better qualifications but
with a compensation (Rs 1.0 lac) to act as deterrent.
4.4.1.2 A new Sub-consultant /expert/associate can be replaced / added with the prior approval of AAI.
The failure of a Party to fulfill any of its obligations hereunder shall not be considered to be a breach
of, or default under, this Contract in so far as such inability arises from an event of Force Majeure,
provided that the Party affected by such an event has taken all reasonable precautions, due care and
reasonable alternative measures, all with the objective of carrying out the terms and conditions of
this Contract.
1.2 Fairness and good Faith
a) Operation of the Contract: The Parties recognize that it is impractical in this Contract to provide for
every contingency which may arise during the life of the Contract, and the Parties hereby agree that it
is their intention that this Contract shall operate fairly as between them, and without detriment to the
interest of either of them, and that, if during the term of this Contract either Party believes that this
Contract is operating unfairly, the Parties will use their best efforts to agree on such actions as may be
necessary to remove the clause(s) of such unfairness, but on failure to agree on any action pursuant to
this Clause shall give rise to a dispute subject to arbitration in accordance with relevance Clause.
b) The Engineer-in-Charge of the consultancy contract means the Engineering Officer in-charge of the
consultancy contract who shall represent AAI at CHQ and shall sign the contract agreement on behalf
of the Chairman, Airports Authority of India and thereafter during execution and Defect liability
period the engineer-in-charge shall means the Engineering officer who shall certify the bill &
payment and make correspondence with the executing agency as well as PMC agency on behalf of
Airports Authority of India .
c) Necessary assistance shall be provided to Consultant / EPC and his staff for getting necessary
statutory permissions, VISA, Entry permit etc. as may be required under the law for their stay at site /
India for providing services for this project.
d) Administrative assistance shall be provided to Consultant/ EPC in the form of recommendation letter
etc. to the Govt. agencies for obtaining import permits, other project related approvals, labour
permits, visas and certificates of residency for all the staff required by Consultant/EPC.
1.3 Standard of Performance
The Consultant shall perform the services and carry out their obligations hereunder with all due
diligence, efficiency and economy, in accordance with generally accepted professional standards and
practices, and shall observe sound management practices, and employ appropriate technology and safe
and effective equipment, machinery, materials and methods. The Consultant shall always act, in respect
of any matter relating to this Contract or to the services, as faithful adviser to the “Employer”, and shall
at all times support and safeguard the “Employer’s” legitimate interest in any dealings with Sub-
consultants or Third Parties.
1.4 Changes and Additions
a) AAI shall have the right to request consultant in writing to make any changes, modification, and/or
additions in the design to improve upon the functionality of the building/ reduction in the cost. Such
changes shall be applicable only till the finalization of tender document for the execution contract
(EPC).
b) Changes required, if any, shall be suggested in the running stages only. No additional payment is
contemplated for such changes/Additions when the work on a particular stage is in progress.
c) However, if any major changes are necessitated due to unforeseen reasons, in the completed stages,
requiring the consultant to put in extra effort, deploy additional manpower or obtain additional
services from its specialized consultants/ sub-consultants as applicable, competent authority may
decide to compensate the consultant in a reasonable manner.
d) Final decision in the matter, shall be arrived at by the competent authority, based on review /
assessment and recommendations of a duly designated committee, appointed by the Chairman, AAI,
towards compensation payable, if any, to the Consultant.
e) Architect/Engineer/Staff Substitution
During the currency of the contract, if substitution is necessary (because of ill health or because a
staff member proves to be unsuitable or the member is no longer working with the consultant), the
consultant shall propose other Architect/Engineer/Staff of at least the same level of qualification and
experience for approval of AAI.
In other cases, where the reasons given for replacement of staff Architect/Engineer/Staff, are
considered unconvincing by TS authority/ ED (Plg./Engg.), AAI, a penal deduction at the rate of two
percent of fees payable to the individual for the balance period per replacement is liable to be levied.
1.5 Defect Liability Period (DLP)
The Defect liability period (DLP) for the consultancy shall be one year from the physical completion of
the execution contract by EPC. The consultant shall continue to be liable during the Defects liabilities
period for any deficiency in services rendered by it, any defect noticed in the consultancy assignment
which is attributable to such deficiency in services or any excess payment made to the consultant due to
improper check by the AAI or consultant’s Personnel, the Security Deposit shall continue to remain with
AAI during the Defects Liability Period. The Security Deposit shall be returned to the Consultant after
expiration of the Defects Liability Period, after deducting/ adjusting the claim against the consultant, if
any within a period of 6 Months.
1.6 Extension of Time
Unless terminated earlier, this contract shall expire when services have been completed. In case the
construction work is extended beyond the scheduled date of completion, for reasons not within the
control of the Architectural Consultant, appropriate extension of time shall be granted to the Consultant
according to the consultancy / EPC schedule.
1.7 Clearance of site after Completion of work
On completion of the work, consultant to assist AAI to ensure clearance of site by EPC contractor.
1.8 Suspension of Payments
AAI may, by written notice of suspension to the consultant, suspends all payments to the consultant
hereunder if the consultant fails to perform any of its obligation under this contract, including the
carrying out of the services, provided that such notice of suspension (i) shall specify the nature of the
failure and (ii) shall request the consultant to remedy such failure within a period not exceeding thirty
days of such notice of suspension.
1.9 Guarantee and Liabilities
a) The consultant guarantees that the services as specified/ described under the scope of
the architectural consultancy in this agreement, and technical documents to be developed by the
consultant shall be in accordance with the sound and established Architectural and engineering
practices, using standards, Indian Codes and Regulations and wherever applicable, International
Standards, for the purpose(s) specified, free from defects and suitable for respective uses intended.
b) The Consultant shall be liable to AAI for the performance of services in accordance with
the provision of this agreement and for the loss suffered by AAI as a result of default of the
consultant in such performance.
2.5 Patents
a) No patented or patent pending articles, methods, or devices shall be used or supplied in connection
with the work or incorporated in the work without the prior written approval of AAI, if the terms of
purchase involve or require the payment of license fee or royalty in addition to the purchase price,
and do not contain patent indemnification in a form satisfactory to AAI.
b) Consultant shall indemnify and hold AAI free from all costs, damages, and expenses arising out of
any claim, action or suit brought against AAI by third parties in respect of any infringement of any
patent or registered design or any similar rights resulting from the use of any technical information,
data or process or design belonging to consultant and furnished to AAI.
2.6 Intellectual Property Rights
a) All intellectual property conceived, originated, devised, developed or created by the Consultant, its
agents, specifically for the purpose of rendering the Services, shall vest with AAI. AAI as sole
beneficial owner shall be entitled to use such intellectual property for the purpose of the Project.
b) AAI shall have the copyright on all the reports, documents, maps etc., authored, prepared or
generated during the course of the services to be provided by the consultant.
2.7 Force-Majeure
a) In the event of either party being rendered unable by force majeure to perform any obligation
required to be performed by them under this agreement, the relative obligation of the party affected
by such force majeure shall be treated as suspended for the period during which such force majeure
clause lasts.
b) For the purpose of this agreement, force majeure shall only include, wars, insurrections, riots,
earthquakes, storms, floods (excluding due to monsoon), explosion or fires not caused by
negligence, lightening, acts of God, epidemics or the public enemy which is of such nature as to
delay, curtail or prevent timely action by either party.
c) Upon the occurrence of such cause and upon its termination, the party alleging that it has been
rendered unable, as aforesaid, thereby shall notify the other party in writing by registered notice
within 72 (seventy-two) hours of the alleged beginning and ending thereof. The Notice shall be
followed by a Certificate from local Chamber of Commerce or the Statutory Authority as
satisfactory evidence in support of the claim within 15 days of occurrence and cessation of such
Force Majeure conditions.
d) Time for performance of the relative obligation suspended by the force majeure shall stand extended
by the period for which such causes lasts.
e) If works are suspended by the force majeure conditions lasting for more than two months, AAI shall
have the option of canceling this Contract in whole or part thereof, at its discretion.
2.8 Dispute Resolution
a) Dispute Resolution Mechanism
Except where otherwise provided in the contract, all questions and disputes relating to the meaning of
the specifications, design, drawings, scope, duties and responsibilities of the Consultant, instruction
here-in before mentioned and as to the quality of workmanship or materials used on the work or as to
any other question, claim, right, matter or thing whatsoever, in any way arising out of or relating to
the contract, designs, drawings, specifications, estimates, instructions, orders or these conditions or
otherwise concerning the work or the execution or failure to execute the same whether arising during
the progress of the work or after the cancellation, termination, completion or abandonment thereof
shall be dealt with as mentioned hereinafter:
I. Through Dispute Resolution Committee: -
Any dispute as stated above shall be referred in the first place to the Dispute Resolution Board
(DRB) appointed by the Chairman, Airports Authority of India.
i) If a dispute of any kind, whatsoever, arises between the procuring entity and Consultant in
connection with or arising out of the contact or the execution of the works, whether during the
execution of the works or after their completion and whether before or after the repudiation or
termination of the contract, including any disagreement by either party with any action,
opinion, instruction, determination, certificate or valuation of the Engineer, the matter in
dispute shall in the first place, be referred to the Dispute Resolution Board (DRB) appointed by
Chairman, AAI.
ii) DRB, thus constituted may act as ‘conciliator and will be guided by principles of ‘conciliation’
as included in part III of Arbitration & Conciliation Act 1996. DRB should take into
consideration, rights and obligations of parties, usage to trade concerned and circumstances
surrounding the dispute(s), including any previous business practices between parties. Efforts
of DRB should be to come to an amicable settlement of outstanding disputes. If parties agree, a
written settlement will be drawn up and signed by the parties. DRC will authenticate the
settlement agreement and furnish a copy to each party.
iii) DRB will give its report within 45 days of its constitution. It is also a term of contract that fees
and other expense if payable to DRC shall be paid equally by both the parties i.e. AAI and
consultant.
iv) Unless the contract has already been repudiated or terminated, the consultant shall, in every
case, continue to proceed with the work with all due diligence.
v) It is also a term of contract that If the consultant does not make any demand for Dispute
Resolution Board in respect of any claim in writing within 90 (Ninety) days of receiving the
intimation from AAI that the bill is ready for payment, the claim of consultant will be deemed
to have been waived and absolutely barred and AAI shall be discharged and released of all
liabilities under the contract in respect of these claims.
II. Adjudication through Arbitration: -
a) Except where the decision has become final, binding and conclusive in terms of Sub Para (I)
above, disputes or differences shall be referred for adjudication through arbitration by a sole
arbitrator appointed by the Member (Planning), AAI. If the arbitrator so appointed is unable or
unwilling to act or resigns his appointment or vacates his office due to any reason whatsoever,
another sole arbitrator shall be appointed in the manner aforesaid. Such person shall be entitled to
proceed with the reference from the stage at which it was left by his predecessor.
b) The arbitration shall be conducted in accordance with the provisions of the Arbitration and
Conciliation Act, 1996 (26 of 1996) as amended by the arbitration and conciliation (Amendment)
Act, 2015 or any statutory modification or re-enactment thereof and the rules made there under
and for the time being in force shall apply to the arbitration proceeding under this clause.
c) It is term of this contract that the party invoking arbitration shall give a list of disputes with
amounts claimed in respect of each such dispute along with the notice for appointment of
arbitrator and giving reference to the rejection of their claims by the Dispute Resolution
Committee.
d) It is also a term of this contract that no person, other than a person appointed by abovementioned
appointing authority, should act as arbitrator and if for any reason that is not possible, the matter
shall not be referred to arbitration at all.. It is also a term of this contract that the arbitrator shall
adjudicate on only such disputes as are referred to him by the appointing authority and give
separate award against each dispute and claim referred to him and in all cases where the total
amount of the claims by any party exceeds Rs.1, 00,000/-, the arbitrator shall give reasons for the
award. It is also a term of the contract that if any fees are payable to the arbitrator, these shall be
paid equally by both the parties. It is also a term of the contract that the arbitrator shall be deemed
to have entered on the reference on the date he issues notice to both the parties calling them to
submit their statement of claims and counter statement of claims. The venue of the arbitration
shall be such place as may be fixed by the arbitrator in his sole discretion. The fees, if any, of the
arbitrator shall, if required to be paid before the award is made and published, be paid half and
half by each of the parties. The cost of the reference and of the award (including the fees, if any,
of the arbitrator) shall be in the discretion of the arbitrator who may direct to any by whom and in
what manner, such costs or any part thereof shall be paid and fix or settle the amount of costs to
be so paid.
F. SPECIAL CONDITIONS OF CONTRACT
Note: -Preliminary Conceptual drawings and 2 Nos Model(s)of size 6’X4’, One 3D
animation of 4 minutes duration of CARO complex are to be provided/ delivered by
consultant on priority basis within 15 days of award of work for Ground breaking
Bhoomi-Poojan ceremony. This is a mandatory requirement to be full-filled by the
consultant appointed/ awarded the work.
SITE SURVEY:
Site/ Topography survey has to be carried out by the consultant which includes Site
evaluation, Surveys including quantity surveys, grid surveys, market surveys, land
demarcation, identification of existing structures/obstructions in proposed land, if any, analysis
and impact of existing and/or proposed development on the immediate environs. and report
prepared and submitted to AAI with recommendations.
Examining existing power supply source, Feeder system details & requirements for
augmentation of power supply.
Examining availability & suitability of water for meeting the requirement for firefighting,
General purpose and HVAC (With Test Report), Sewage disposal system, Drainage plan as
required including system integration at site.
Drawings incorporating the above shall be submitted for vetting by AAI and the consultant
shall incorporate modification as required by AAI. The modified Reports & Drawings shall be
re-submitted to AAI for approval, for which nothing extra shall be payable.
Wherever required & directed by AAI, Consultant shall submit necessary drawing and
documents to Municipal Corporation / Fire and all other statutory bodies and obtain necessary
sanction / approval for construction. Except the actual fees payable to statutory bodies nothing
will be paid extra to consultant for obtaining approval.
The consultant shall submit the credentials of sub consultant / service consultant proposed to
be engaged for various specialized work including Electrical & Mechanical packages along
with the details of completion certificates etc., for approval of AAI.
Consultant shall examine availability and suitability of water for meeting the
requirement for firefighting, general purpose etc. (with Test Report).
3.1.1 SUBMISSION OF DOCUMENTS AT STAGE I (FEE PAYABLE 20% OF THE
TOTAL FEE PAYABLE)
The consultant shall obtain approval of AAI and submit number of copies of various
documents within stipulated time as indicated below:
S. Document Weight Number of
N. age of documents
Stage I For After
fees Approval Approval
(i) Preliminary/ Conceptual 20%
2 4
architectural Plan, Elevations,
Section, Detailed Layout Plan,
(within 15 days of start of work)
(ii) Detailed architectural drawings i/c 20%
4 6
Schedule of specifications, Finishes
(Within 30 days of approval of
conceptual/ architectural drawings).
(iii) 2 Nos. Model of size 6’X4’- 15%
- 2
Prospective View, one 3D
animation/ walk through of 4
minutes’ duration for the Project.
(Within 15 days of start of work).
(iv) Site/ Topography survey Report 20%
2 4
(Within 45 days of start of work).
This document provides for the schedule indicating the timeline within which AAI will ensure
the clearances of design proposals submitted by the contractor. Any comment by the AAI on
the design proposals submitted by the contractor will be communicated in totality once in a
time-bound manner as indicated in the schedule.
(vii) Milestone/Stage based payments:
A simple and rational method for estimating interim payments to the Contractor has been
provided in the document. It ensures that payments are made for works conforming to the
Agreement and commensurate with the stages of completion of works.
A provision has been made for damages which the Contractor shall pay to Authority for not
achieving the prescribed milestones through withholding the pre-determined amount. This shall
be released at achievement of subsequent mile stone within prescribed timeline.
(viii) Bonus: AAI will pay bonus to the Contractor for completion of the project before the
scheduled completion date. The quantum of bonus shall be as per bonus/ incentive clause or
decided by technical sanctioning authority of project.
(ix) Variations/Deviations: No Change of Scope shall be executed unless the Authority has issued
the Change of Scope Order save and except any works necessary for meeting any Emergency.
Unless the Parties mutually agree to the contrary, the total value of all Change of Scope Orders
CARO Hyderabad Architectural Consultancy C- NIL, I-NIL, O-NIL
Page 53 of 100
shall not exceed 10% (ten per cent) of the Contract Price. Provision for employer variation and
contractor variation alongwith mode of payment without affecting the progress of work shall
be prescribed in document. Variation to be paid shall be derived on following basis:
(a) Rate of works/items available in CPWD Standard Schedule of Rates applicable in the
contract shall be derived on the basis of rates available in the CPWD Standard Schedule of
Rates and shall be adjusted with cost index notified by CPWD twice a year on Ist January
and on Ist July. In case , CPWD do not notified cost index for a particular place, then in
such cases, cost index approved by AAI designated project in charge shall be applicable.
(b) Rate of works/items not available in Standard Schedule of Rates: Rates of such
works/items shall be worked out as below:
i) Cost of Materials at current market price, as actually utilized in the final finished
Permanent Works, including a reasonable percentage for wastage and transportation.
ii) Cost of labour shall be derived on the basis of Standard Analysis of Rates of CPWD or
MORTH Standard Data Book. (Standard Analysis of Rates to be followed should be
indicated) at rates under Payment of Minimum Wages Act or market rate (whichever is
higher) for the area of work for each category of worker.
iii) In case any item not included in Standard Analysis of Rates of CPWD or MORTH
Standard Data Book or any other Standard Analysis of Rates as specified under para (ii)
above or Standard Analysis of Rates of State PWD, the Engineer shall determine the rate in
accordance with Good Engineering and Industry Practice.
iv) Hire charges for Plant & Machinery, scaffolding, shuttering, forms, etc., required to be
used at the site of the work. The tools used by the various trades shall not be counted as Plant
& Machinery for this purpose.
v) Design charges (if applicable) shall be added as per CPWD Manual Provisions or on
actual cost basis.
Contractor’s profit and over heads shall be added @ 15% on Standard Analysis of Rates of
CPWD or the Standard Analysis as applicable on items (i), (ii), (iii) ,(iv) and (v) above.
Goods and Service tax (GST) and Labour Welfare Cess etc. applicable on contract value as a
whole shall also be added.
(x) Defects liability period: Though normally a defects liability period of one year is specified in
most contracts, a defects liability period of two years shall be specified in the Agreement in
order to provide additional comfort to the Authority.
(xi) Professional Indemnity Insurance (PII): The Contractor shall effect and maintain
professional indemnity insurance, in the name of AAI, for the amount in Indian Rupees
stipulated in Appendix to the Form of Tender (to be decided by NIT approving authority) in
respect of any design of the Works to be carried out by, or on behalf of the Contractor. This
insurance, which shall ensure the Contractor's liability by reason of professional negligence
and errors in the design of the works, shall be valid from the date of commencement of Works,
until three (03) years from the date of issue of completion certificate. Alternatively, the
contractor shall redeem the insurance before the expiry of the Yearly Insurance in such a way
that the entire validity period is covered.
(xii) Maintenance Period: A maintenance period of 05 years has been specified for Airport
System, IT, CNS, E&M such as Substation etc., lifts , escalators, elevators, Travelators
,Baggage Handling System(BHS), Firefighting and detection system, HVAC ,airside pavement
and lightings, Security systems etc. (Complete work under contract) and 02 years for civil
works in order to have smooth functioning of assets after commissioning of project.
CARO Hyderabad Architectural Consultancy C- NIL, I-NIL, O-NIL
Page 54 of 100
(xiii) Conflict of Interest: As per CVC guideline conflict of interest between consultant and
executing agency shall be avoided by incorporating suitable provisions in tender document
(CVC circular no 011/VGL/063-334701 dt 23.01.2017). The following clauses shall also be
made part of EPC tender document with suitable modifications.
a) The consultant shall not receive any remuneration in connection with the assignment
except as provided in the contract. The consultant and its affiliates shall not engage in
consulting activities that conflict with the interest of AAI under the contract and shall be
excluded from downstream supply of goods or construction of works or purchase of any
asset or provision of any other service related to the assignment other than a continuation of
the “Services” under the ongoing contract. It should be the requirement of the consultancy
contract that the consultants should provide professional, objective and impartial advice
and at all times hold AAI’s interests paramount, without any consideration for future work,
and that in providing advice they avoid conflicts with other assignments and their own
corporate interests.
Architectural consultant to ensure that the Consultant and his associates / sub consultants
shall not be permitted to be associated with the executing agency or / and his associates.
(b)Conflict between consulting activities and procurement of goods, works or services:
Without limitation on the generality of the foregoing, Specialist consultants shall not be
hired, under the circumstances set forth below:
A firm that has been engaged to provide goods, works, or services for a project, and each of
its affiliates, shall be disqualified from providing consulting services related to those goods,
works or services. Conversely, a firm hired to provide consulting services for the
preparation or implementation of a project, and each of its affiliates, shall be disqualified
from subsequently providing goods, works or services for such preparation or
implementation.
(c)Conflict among consulting assignments Neither the Specialist consultants (including their
personnel and sub-consultants) nor any of their affiliates shall be hired for any assignment
that, by its nature, may be in conflict with another assignment of the consultants. As an
example, consultants hired to prepare engineering design for an infrastructure project shall
not be engaged by EPC contractor for engineering design or any other for the same project.
In case any conflict of interest between Architectural consultant and EPC contractor
is come to knowledge of AAI, then is such cases AAI shall be at liberty to take any
action against Architectural consultant i/c his associates / sub consultants and/or EPC
contractor i/c his associates / sub consultants.
(xiv) Other Clause: Standard Clause for Performance Guarantee, Security Deposit,
Determination of contract, Dispute Resolution Mechanism etc. shall be specified in
document.
h) Detailed soil investigation, if required shall also form of tender document so as to enable
contractor to understand nature of sub soil conditions before quoting the rates.
As adoption of EPC contract in building work is gearing up only after initiative to NITI
Aayog, in pre-qualification of contractors work experience of EPC contract shall not be
insisted upon as mandatory. However, Qualification criteria for selection of
Architect/designer by EPC contractor, in case non availability of in house facility of
drawing /design, shall be made part of pre-qualification.
SUBMISSION OF DOCUMENTS AT STAGE IV (FEE PAYABLE 10% OF THE TOTAL FEE PAYABLE)
(Electrical services and E & M installation shall be prepared and submitted by executing
agency and clause in this regards shall be incorporated in tender documents).
The consultant shall also be responsible to assist AAI/EPC contractor for obtain
clearance wherever required from the local Fire authorities, required service connection
like water, sewer line, etc. from local bodies and also completion certificate along with
the occupancy certificate from the local concerned authorities. Except the actual fee
payable to statutory bodies nothing will be paid extra to consultant for obtaining these
approvals. (Electrical services and E & M installation are not covered, same shall be got
cleared by working agency from govt. bodies and a clause in this regard shall be
incorporated in tender document).
The consultant should ensure proper and complete submission of the document/ details
pertaining to all the stages. Deficiencies in the submission may result delay in conveying the
approval of the stage and onus of such delay rest with the consultant. Hence, the time lines
given above are subject to complete and proper submission by the consultant.
On completion of works of each package/ contract Consultant shall issue certificate of virtual
completion of works. Consultant shall also assist AUTHORITY, whenever required, in
obtaining “Completion/ Occupancy certificate from Statutory Authorities.
Consultant shall assist AAI/EPC Contractor to prepare “As Built-Drawings” incorporating all
the structures and services within 30 days of completion of work and hand over to
AUTHORITY copies of such drawings with 2 numbers of soft copies in AutoCAD and REVIT
SOFTWARE.
3.1.12 SITE VISITS /TRAVEL EXPENSES
Planning stage (stages I to IV of Schedule of Services)
All travel expenses by Consultant to visit site or client’s office or other offices for
attending meetings etc. for completion of services assigned (till their approval) in
schedule of services stage I to IV, for all packages is deemed to be include in the
fees quoted by the consultant No extra payment shall be made on this account.
Note: During planning stage 80% of the Consultation fee of various stages shall be released
after submissions of the bills by consultant within 10 working days, subject to complete
submission of the document/detail pertains to this stage. Balance 20% shall be released after
clarification if any required from consultant and after acceptance by AAI.
Execution stage (stage V & VI of Schedule of Services)
The Consultant shall exercise care and diligence in the discharge of his duties. To ensure
that Project work is being executed in accordance with drawings/designs, finalized and also
to ensure that no ambiguity or lack of details in design and drawings causes delay at
execution stage, the Consultant shall exercise general superintendence/inspection at site.
Accordingly, following norms are laid down.
The Consultant shall undertake a number of visits as mentioned below from the city of
registered office of firm to the work site and back during execution stage of this project
work as part of consultancy fee. Documents in support of visits made are to be submitted on
demand to AAI.
The number of visits deemed to be included in the fee- 36 men visits
Nothing extra shall be paid for these visits. The composition of team visiting the work site,
shall be got cleared from AAI, before proceeding. Thereafter, for extra visits, as per
requirement, Authority will reimburse the Consultant the following expenses incurred by
Consultant firm/consortia for discharge of his obligations:
For Engineer / Consultant -Economy class Air Fare from the city of registered office of
Consultant to the airport and back plus hotel lodging charges equivalent to Jt. G. M., AAI
for Chief Consultant and DGM, AAI for his associates and Rs. 1000.00 per day for other
misc. expenses, conveyance etc.
For claiming reimbursement of extra visits, Consultant shall take AAI ‟sprior approval
before proceedings. Consultant has to produce proof of air travel and hotel receipts.
If due to any reasons the number of visits are less than specified above then recovery for
balance number (of visits) not performed shall be made at the rate and manner as stipulated
above.
4.0 Security Deposit
a) The amount of the Security Deposit shall be 5 % of consultancy fees worked out on the basis of
Contract Value. EMD of the successful Bidder who is awarded the Consultancy work shall be
retained by the Airports Authority of India (AAI) as part of security for the due and faithful
fulfillment of the Contract (the “Security Deposit”) by the Consultant. The balance amount to
make up the Security Deposit for this Consultancy shall be recovered from the Consultant’s
running bills @ 10% of the gross amount of the bill till the sums so deducted amount to reach 5%
of the total fees payable to the consultant.
b) Security Deposit will be appropriated / en-cashed, partly or fully, against breach of this Contract or
for recovery of liquidated damages as specified in relevant Clause.
c) In case the successful bidder wants non deduction of Security amount from the running bills, in
such case the amount likely to be deducted as security can be deposited by the bidder in form of
Guarantee Bonds of Nationalized Bank or any Scheduled Bank but not co-operative or Gramin
Bank in accordance with the prescribed form (as per Annexure-IV), provided confirmatory advice
is enclosed.
d) The Security Deposit of the Consultant shall be released within 6 months of the expiry of the
Defect Liability Period (which shall deem to have begun after the physical completion of the
project).
5.0 Contract Performance Guarantee
As a Contract Security, the successful Consultant to whom the job is awarded shall furnish a ‘Contract
Performance Guarantee’ in favour of ‘Airports Authority of India, within 07 days of award of work.
The guarantee amount shall be 5% of the contract value for faithful performance of the contract, strictly
in accordance with terms and conditions of the contract. The Guarantee shall be issued by a
Nationalized/ Scheduled Indian Bank but not from any Co-operative or Gramin Bank and shall be in the
form of an irrevocable and unconditional Bank Guarantee in the Performa appended as Annexure VIII to
this tender document. In case consultant fails to deposit performance guarantee within stipulated period,
interest @ 5% per annum on the performance guarantee amount would be levied for delayed period of
submission and the amount @5 % of the gross amount of each stage of payment will be withheld until
the total amount is recovered against the performance guarantee. As and when the consultant submits
the bank guarantee the payment would be released but the interest shall not be refundable to the
consultant. The performance guarantee should be valid for 180 days beyond the stipulated date of
completion of consultancy contract and shall remain valid as per provisional extension granted by the
engineer-in-charge. If the consultant fails to extend the validity of the performance guarantee, the same
can be en-cashed by AAI. Performance guarantee shall be released after completion of DLP (Defect
Liability Period).
6.0 BONUS
In case, the consultant completes the work ahead of stipulated date of completion, a bonus @1% (one per
cent) of the tendered value per month computed on per day basis, shall be payable to the contractor,
subject to a maximum limit of 5% (five per cent) of the tendered value. The amount of bonus, if payable,
shall be paid along with final bill after completion of work.
7.0 Compensation for Delay
In case of delay in completion of the Project (Schedule stages), due to reasons attributable to the
consultant, AAI shall levy compensation on the Consultant, @ 0.5% (zero point five percent) of the
Consultancy fee payable per week of delay of items at that stage value of consultancy fee, subject to a
maximum of 10 % (Ten percent) of the Consultancy fee and shall be recovered by appropriation from
the Security Deposit / other guarantees or otherwise. However, in case of delay due to reasons beyond
the control of the Consultant, shall be considered as justified reason, suitable extension of time shall be
granted. Decision of Member (Plg.), AAI shall be final and binding in this regard.
8.0 PENALTIES/DAMAGES
a) In case any error is detected in the reports submitted by the Consultant and such error is the result of
negligence or lack of due diligence on the part of the Consultant, the consequential damages thereof
shall be quantified and levied on the Consultant by AAI in a reasonable manner.
b) In case of any excess billing to the Contractor(s), either due to oversight of the Consultant’s
Personnel or otherwise with the collusion of the Consultant’s Personnel, damages of excess shall be
levied on the Consultant.
c) In the case of significant deficiencies in Services causing adverse effect on the Project or on the
reputation of AAI, other penal actions including temporarily withholding of part payment from on
account bills, penalty as decided by AAI shall be levied.
d) For all the above i.e. a, b and c, the penalty/liquidated damages shall be recovered from the
Consultant, subject to a maximum of 5% (five percent) of the Consultancy fee payable. Decision of
Chairman, AAI shall be final and binding in this regard.
12.0 Timely Delivery of Drawings/ Decisions (Liabilities for nonperformance)
Consultant has to ensure that all detailed architectural drawings and preliminary/schematic structural
design/drawings related to all packages including site survey, soil investigation, water testing report etc.
shall be completed as per planned timeline / targets, it has to be ensured that the drawings are made
available well in advance of next package activity. Timely delivery of working drawings/details by the
Consultant forms the essence of this contract. In case the project is delayed for want of such
drawings/details from Consultant and justified hindrance/time extension is to be granted to the EPC-
execution contractor on account of default by the Consultant, in such eventuality Consultant shall invite
administrative action such as restrainment for quoting for future jobs (delays beyond 1/10th of the
contract period on account of default by the Consultant) for 2 years, debarment from AAI (delays
beyond 1/5th of the contract period) for 2 years.
13.0 Composite Contract (Liabilities for non-performance)
a) The execution contract (EPC) shall be conceived as a composite contract involving all the
specialized packages which will require the Architectural Consultant to ensure that the detailed
architectural drawings, preliminary/schematic structural designs/drawings, estimates and report etc.
as per Consultancy scope as given in the tender document are frozen at the time of framing of
execution contract (EPC) tender document.
b) Project can be categorized into, but not limited to, following packages:
1. Master Plan/ Architectural Drawings
2. Preliminary Structural Design/drawings/ Technical Specifications
3. Preliminary Façade/ cladding Design / drawings/ Technical specifications
4. Preliminary Internal/ External Plumbing, Water supply
5. Preliminary Drainage System (Internal and external)
6. Preliminary Sewerage system (Internal and external)
7. Preliminary STP*
8. Preliminary Bore well*
9. Preliminary Rain Water Harvesting System*
10. Preliminary Power supply source, transformer, Gen sets, HT/LT Panels, Cabling, APFC
(Automatic Power Factor Correction) Panel etc. *
11. Preliminary Solar System *
12. Preliminary Internal electrification
13. External electrification
14. Preliminary Fire Fighting System &Sprinkler System
15. Preliminary Fire Alarm System
16. Preliminary HVAC
17. Preliminary Escalators, Lifts
18. Preliminary Systems e.g. display monitor, CCTV etc.and other solutions etc.
19. Preliminary Wi-Fi, IT Systems etc.
20. Preliminary BMS etc.
21. Preliminary Interior Design and drawings
22. Preliminary Furniture.
23. Preliminary Artwork Design*
24. Preliminary Lighting Design (Interior, and Façade)
25. Preliminary Exterior Lighting Design
26. Preliminary PA System & Acoustics Design
AAI shall have the right to invoke and appropriate the Security Deposit and Performance Guarantee, in
whole or in part, with a notice period of 15 days to the Consultant in the event of breach of this Contract
or for recovery of liquidated damages specified in the relevant Clauses.
16.0 Insurance to be taken out by the Consultant
The Consultant shall take out and maintain, and shall cause any Sub- Consultant to take out and
maintain, at their (or the Sub- Consultant, as the case may be) own cost but on terms and conditions
approved by AAI, insurance, set forth below, and at AAI’s request, shall provide evidence that such
insurance has been taken out and maintained and that the current premiums have been paid:
A) Professional liability Insurance
Professional liability insurance, with a minimum coverage equal to value of consultancy contract.
Professional liability insurance shall cover the claims arising out of losses and/or damages during the
period of insurance first made in writing against the Insured during the Policy Period and Insured is
indemnified in accordance with Operation Clause for any breach of Professional duty by reason of
any negligent act, error or omission, whenever and wherever committed or alleged to have been
committed during the period of insurance and the deliberate non-compliance with technical
standards commonly observed in professional practice, laid down by law, or regulated by official
bodies. The insurance shall be in force covering the contract period and thereafter for three year.
17.0 Taxation
a) The Consultant may be subject to taxes (such as: Goods and Service Tax (GST), social charges or
income taxes on non-resident Foreign Personnel, duties, fees, levies) on amounts payable by AAI
under the Contract.
CARO Hyderabad Architectural Consultancy C- NIL, I-NIL, O-NIL
Page 61 of 100
b) While submitting the Financial Proposal, the Bidder shall ensure the following: All the costs
associated with the assignment shall be included in the Financial Proposal. These shall normally
cover remuneration for all the Personnel (Expatriate and Resident, in the field, home office etc.),
accommodation, air fare, equipment, printing of documents, surveys, geo-technical investigations,
and all other activities specified in the bid document etc.to complete the Consultancy assignment
from concept to commissioning. All payments shall be subject to deduction of taxes at source as
per applicable laws.
c) All tendered rates shall be exclusive of Goods and Service Tax (GST). The tendered rate shall be
inclusive of all other taxes, other than GST. GST shall be paid to bidder for any taxable
supply/Services against a valid tax invoice.
d) An undertaking should be submitted for having registration under GST and compliance of GST
provisions.
e) In case of non-compliance of GST provisions and blockage of any input credit, the bidder shall be
responsible to indemnify AAI.
f) All payments shall be subject to deduction of taxes at source as per applicable laws.
g) In case of any increase in statuary taxes after award of consultancy contract, same shall be
reimbursed by AAI of submission of documentary evidence of deposition of such taxes by the
consultant.
h) The Consultant and the Personnel shall pay the Indian Income taxes, levied under the Applicable
Law and AAI shall perform such duties in regard to the deduction of such tax as may be lawfully
imposed. The Contract price is deemed to have included such amounts.
At any time after acceptance of the bid, should AAI decide to abandon or reduce the scope of the
Consultant services /work for any reason whatsoever and hence not require the whole or any part of the
consultancy services/ works to be carried out under this contract, AAI shall give 15 days notice in
writing to that effect to the Consultant and the Consultant shall act accordingly in the matter.
Competent authority may decide to compensate the consultant in a reasonable manner.
Final decision in the matter shall be arrived at by the competent authority, based on review / assessment
and recommendations of a duly designated committee, appointed by the Member (Plg.), AAI, towards
compensation payable, if any, to the Consultant.
A) Subject to other provisions contained in this clause, AAI may, without prejudice to its any other
rights or remedy against the Consultant in respect of any delay, abandonment, inferior quality of
consultancy documents, any claims for damages and/or any other provisions of this contract or
otherwise, and whether the date of completion has or has not elapsed, by notice in writing
absolutely determine the contract in any of the following cases:
i) If the Consultant, having been given by AAI a notice in writing that the work is being
performed inefficiently or quality checks are not being made or otherwise in improper or un-
workman like manner, shall omit to comply with the requirement of such notice within a
period of seven days thereafter.
ii) If the Consultant being a company shall pass a resolution or the court shall make an order that
the company shall be wound up or if a receiver or a manager on behalf of the creditor shall be
appointed or if circumstances shall arise which entitle the court or the creditor to appoint a
manager or which entitle the court to make it winding up order.
iii) If the Consultant persistently neglects his obligations under the contract and/or commits
default in complying with any of the terms and conditions of the contract and does not remedy
it or take effective steps to remedy it within 7 days after a notice in writing is given to him in
that behalf by AAI.
iv) When the Consultant has made himself liable for action under any of the cases aforesaid, AAI
shall have powers:
a. To determine or rescind the contract as aforesaid (of which termination or rescission notice in
writing to the Consultant under the hand of AAI shall be conclusive evidence). Upon such
determination or rescission the Earnest money deposit, security deposit already recovered
and performance bank guarantee under the contract shall be liable to be forfeited and shall
be absolutely at the disposal of AAI.
b. To appoint another Consultant to complete the consultancy assignment in which case any
expenses which may be incurred in excess of the sum which would have been paid to the
original Consultant, if the whole work had been executed by him (of the amount for which
the certificate in writing of AAI shall be final and conclusive) shall be borne and paid by the
original Consultant and may be taken from any money due to him by AAI under the present
contract or any other account whatsoever or from his security deposit or performance bank
guarantee or the proceeds of sales thereof or a sufficient part thereof as the case may be. If
the expenses incurred by the department are less than the amount payable to the Consultant at
his agreement rates, the difference shall not be paid to the Consultant. In the event of anyone
or more of the above courses being adopted by AAI the Consultant shall have no claim to
compensation or any loss sustained by him by reasons of his having spent money or entered
into agreement or made any advances on account of or with a view to execution of the
Contract Agreement or the performance of the contract. And in case action is taken under any
of the provisions aforesaid the Consultant shall not be entitled to recover or be paid any sum
for any work thereof or actually performed under this contract unless and until AAI has
certified in writing the performance of such work and the value payable in respect thereof
and he shall only be entitled to be paid the value so certified.
B) Upon termination of the assignment for any reason whatsoever the Consultant shall deliver within
07 working days to AAI all drawings, designs and documents received or prepared by the
Consultant under or pursuant to or as a result of this agreement from anyone connected with the
projects.
C) In the event of termination of the agreement, the Consultant shall be obliged to withdraw from the
site(s) along with his personnel, equipment/items etc. within 15 days of such termination. Failing
which losses or damages, which may be suffered by AAI on account of non-withdrawal from the
site(s) shall be to the account of Consultant.
Upon termination of this Contract pursuant to the relevant Clauses referred above, AAI shall make the
following payments to the Consultants (after offsetting against these payments any amount that may be
due from the Consultant to AAI):
a) Remuneration pursuant to the relevant Clause for Services satisfactorily performed prior to the
effective date of termination; and
b) Reimbursable expenditures pursuant to the relevant Clause for expenditures actually incurred prior
to the effective date of termination.
c) Settlement of payments shall be made within a period of 6 months of termination of the Consultant
contract agreement.
d) The effective date of termination shall be the date of issue of termination letter by AAI.
Upon termination of this contract pursuant to the relevant clauses referred about or upon expiration of
this contract, all rights and obligations of the Parties here under shall cease, except :
a) Such rights and obligations as may have accrued on the date of termination or expiration;
b) The obligation of confidentiality set forth in the relevant Clause hereinafter.
c) The Consultants’ obligation to permit inspection, copying and auditing of their accounts and
records set forth in the relevant Clause hereinafter; and
d) Any right which a Party may have under the Applicable Law.
Upon termination of this Contract pursuant to the relevant Clauses referred above, the Consultants shall,
immediately upon dispatch or receipt of such notice, take all necessary steps to bring the services to a
close in a prompt and orderly manner and shall make every reasonable effort to keep expenditures for
this purpose to a minimum.
The contractual financial liabilities of the Consultant under this contract shall be limited to 25% of the
contract value, on account of any reason as per the application of relevant contract clauses whatsoever.
24.0 Abandoned/ reduction/ increase in scope of work
1. In case work is abandoned at any stage wherein actual cost is not known, payment in this case shall be
worked out based on estimated cost approved by AAI.
2. In case the scope of work is revised by Airports Authority of India due to any reason, following shall
be applicable: -
a. In case of reduction in scope of work, the consultant shall be paid fees based on the least of
corresponding estimated cost / quoted cost by executing agency / completion cost of the execution
contract.
b. In case of increase in scope of work before the finalization of tender document / quoting by agencies
for execution contract, the consultant shall be paid fees based on the least of estimated cost / quoted cost
by executing agency / completion cost of the execution contract.
c. In case of increase in scope of work after finalization of tender document / quoting by agencies for the
execution contract, the consultant shall be paid fees based on the least of revised estimated cost approved
by AAI / completion cost of the execution contract.
3. The amount (Running / Final Bill) of the Consultancy fee payable shall be lesser of the amount
worked out based on the percentage of the quoted fee on the estimated cost prepared by the agency /
awarded value of the Execution Contract / completion cost of the Execution Contract. However, till the
time consultant prepares the estimated cost and approved by AAI, the fee of consultant shall be paid
based on the estimated cost mentioned in bid document. The payments so made shall be adjusted
subsequently based on the lesser of estimated cost prepared by agency and approved by AAI / awarded
value of the Execution contract / completion cost of the Execution Contract.
ANNEXURE-I
ACCEPTANCE LETTER
(As per General Guidelines for the Bidders)
To
Sr. Manager (Plg.),
Airports Authority of India,
CHQ, C-Block, 1st Floor
R.G. Bhawan, Safdarjung Airport
New Delhi-110003.
Sir,
ACCEPTANCE OF AAI’S TENDER CONDITIONS
1. The bid documents for the work “Appointment of Architectural consultant for Construction of
proposed Civil Aviation Research Organization (CARO) complex at Begumpet Airport
Hyderabad” India.” have been sold to me/us by Airports Authority of India and I/we hereby certify
that I/we have inspected the site and read the entire terms and conditions of the bid documents 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 bid documents in its entirety for the
above work.
3. The contents of the Bid Documents have been noted wherein it is clarified and it is accepted that after
unconditionally accepting the tender conditions in its entirety, it is not permissible to upload any
additional file or put any remark(s)/conditions(s) (except unconditional rebate on quoted rates if any)
in/ along with the Bid Document and the same has been followed in the present case. In case, this
provisions of the bid if found violated after opening of 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 forfeit the 10% of
earnest money.
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 asks for bribe/gratification, I will immediately report it to the
Appropriate Authority in AAI’.
5. The required earnest money for this work has also been submitted and the scanned copy of EMD is
attached herewith.
Yours Faithfully
Annexure-II
GST UNDERTAKING
i) Our firm has been registered under GST and compliant of GST provision (With registration
no. …………).
ii) In case of non-compliance of GST provisions and blockage of any input credit, our firm
shall be responsible to indemnify Airports Authority of India.
iii) All input credits shall be passed on to AAI by our firm.
Place:
ANNEXURE-III
Undertaking for non debarred/blacklist
Our firm is not debarred/blacklisted by AAI or Central /State Govt Depts./PSUs/World Bank/ ADB etc.
and the debarment is not in force as on last date of submission of proposal. Our firm understand that in
case above is discovered at later stage, our firm shall be liable for restrainment from bidding in AAI, apart
from any other appropriate contractual action including debarment/blacklisting, termination of the
contract.
Place:
ANNEXURE-IV
FORM OF BANK GUARANTEE IN LIEU OF SECURITY DEPOSIT IN INDIVIDUAL
CONTRACT
(On Non-Judicial Stamp Paper)
To
1. In consideration of the Airports Authority India having its head office at New Delhi (hereinafter
called the “AAI” which expression shall unless repugnant to the subject or context include its
administrators, successors and assigns) having agreed under the terms and conditions of Contract
Agreement No. ______________dated ________made between ____________________ and AAI
in connection with the work of ________________________ (hereinafter called the said contract),
to accept Deed of Guarantee as herein provided’ for Rs._________________________________
(Rupees _____________________only) from a Nationalized Bank in lieu of the Security deposit
to be made by the Consultant or in lieu of the deduction to be made from the Consultant’s bills, for
the due fulfillment by the said Consultant of the term and conditions contained in the said
Contract. We, the ________________bank (hereinafter referred to as “the said Bank” and having
our registered office at do hereby undertake and agree to indemnify and keep
indemnified AAI from time to time to the extent of Rs. __________________________ (Rupees
______________________ only) against any loss or damage, costs, charges and expenses caused
to or suffered by or that may be caused to or suffered by AAI by reason of any breach or breaches
by the said Consultant of any of the terms and conditions contained in the said contract and to
unconditionally pay the amount claimed by AAI on demand and without demur to the extent
aforesaid.
2. We, the ___________________ Bank, further agree that AAI shall be the sole judge of and as to
whether the said Consultant has committed any breach or breaches of any of the terms and
conditions of the said contract and the extent of loss, damage, costs, charges and expenses caused
to or suffered by or that may be caused to or suffered by AAI on account thereof and the decision
of AAI that the said Consultant has committed such breach or breaches and as to the amount or
amounts of loss, damage, costs, charges and expenses caused to or suffered by or that may be
caused to or suffered by AAI from time to time shall be final and binding on us.
3. We, the said 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 Contracts and till all
the dues of AAI under the said Contract or by virtue of any of the terms and conditions governing
the said Contract have been fully paid and its claims satisfied or discharged and till the Accepting
Authority of the contract certifies that the terms and conditions of the said Contract have been fully
and properly carried out by the said Consultant and accordingly discharges this guarantee subject,
however that AAI shall have no claim under this Guarantee after 90 (Ninety) days from the date of
expiry of the Defects Liability Period as provided in the said Contract, i.e., _____________ (date)
or from the date of cancellation of the said Contract, as the case may be, unless a notice of the
claim under this Guarantee has been served on the Bank before the expiry of the said period in
which case the same shall be enforceable against the Bank notwithstanding the fact, that the same
is enforced after the expiry of the said period.
4. AAI shall have the fullest liberty without affecting in any way the liability of the Bank under this
Guarantee or Indemnity from time to time to vary any of the terms and conditions of the said
contract or to extend time of performance by the said Consultant or to postpone for any time and
from time to time any of the powers exercisable by it against the said Consultant and either to
CARO Hyderabad Architectural Consultancy C- NIL, I-NIL, O-NIL
Page 68 of 100
enforce or forbear from enforcing any of terms and conditions governing the said Contract or
securities available to AAI and the said Bank shall not be released from its liability under these
presents by any exercise by AAI of any liberty with reference to the matters aforesaid or by reason
of time being given to the said Consultant or any other forbearance, act or omission on the part of
AAI or any indulgence by AAI to the said Consultant or any other matter or thing whatsoever
which under the law relating to sureties would but for this provisions have the effect of so
releasing the Bank from its such liability.
5. It shall not be necessary for AAI to proceed against the Consultant before proceeding against the
Bank and the Guarantee herein contained shall be enforceable against the Bank, notwithstanding
any security which AAI may have obtained or obtain from the Consultant at the time when
proceedings are taken against the Bank hereunder be outstanding or unrealized.
6. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except with
the previous consent of AAI in writing and agree that any change in the Constitution of the said
Consultant or the said Bank shall not discharge our liability hereunder.
7. Address of Regional / Controlling branch of the issuing branch of bank Guarantee is -----------------
-------------------------------------------------------------
WITNESS
Signature ___________________
2. Name & Designation __________
___________________________
Authorization No. _____________
Name & Place________________
Bank’s Seal _________________
Note:
*For Proprietary Concerns
M/s _____________________a Company registered under the Companies Act, 1956 and having its
registered office in the State of (Hereinafter called “the said Consultant” which expression shall unless the
context requires otherwise include its administrators, successors and assigns).
ANNEXURE-V
WHEREAS, Consultant …………………. (Name of Consultant) (hereinafter called “the Consultant”) has
submitted his bid dated ………………… (date) for the “Appointment of Architectural consultant for
Construction of proposed Civil Aviation Research Organization (CARO) complex at Begumpet
Airport Hyderabad” India.”hereinafter called “the Tender”).
KNOW ALL PEOPLE by these presents that we …………………………………. (name of bank) having
our registered office at ……………………………………….. (hereinafter called “the bank”) are bound
unto Airports Authority of India in sum of Rs. ………………………….. (Rs. In words
……………………… ………………………………….) for which payment well and truly to be made to
the said Engineer-In-Charge the Bank binds itself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this ………………. day of ………………. 20……
(1) If after bid opening the Consultant withdraws, his bid during the period of validity of bid (including
extended validity of bid) specified in the Form of Tender;
(2) If the Consultant having been notified of the acceptance of his bid by the Engineer-In-Charge:
(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to
Consultant, if required; OR
(b) fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of bid
document and Instructions to Consultant, OR
(c) fails or refuses to start the work, in accordance with the provisions of the contract and
Instructions to Consultant, OR
(d) fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank Guarantee,
against Security Deposit after award of contract.
We undertake to pay to the Engineer-In-Charge up to the above amount upon receipt of his first written
demand, without the Engineer-In-Charge having to substantiates his demand, provided that in his demand
the Engineer-In-Charge will note that the amount claimed by his is due to him owing to the occurrence of
one or any of the above conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date* …………. after the deadline for
submission of bid as such deadline is stated in the Instructions to Consultant or as it may be extended by
the Engineer-In-Charge, notice of which extension(s) to the Bank is hereby waived. Any demand in
respect of this Guarantee should reach the Bank not later than the above date.
* Date to be worked out on the basis of validity period of 6 months from the initial scheduled last
date of receipt of bid.
LETTER OF UNDER TAKING FROM THE DEPOSITOR TO BANK TO BE SUBMITTED
ALONGWITH BANK GUARANTEE TO AIRPORT AUTHORITY OF INDIA. (Refer Annex-VI)
Annexure-VI
To,
Sir,
The subject fixed deposit / Bank Guarantee is obtained from your branch for the purpose Security /
Earnest Money on account awarded / to be awarded by M/s. Airports Authority of India to me/ us.
I hereby authorize the Airports Authority o India in whose favour the deposit is made encash /
close the subject Fixed Deposit / Bank Guarantee before maturity / on maturity towards adjustment of
dues without any reference/ consent / notice from me / our side and the bank is fully discharged by making
the payment to Airports Authority of India.
Signature of Depositor
Place :
Date :
ANNEXURE-VII
INTEGRITY PACT
This Pact made this ……..day of …… between Airports Authority of India, a body corporate constituted
by the Central Government under the Airports Authority of India Act,1994 and having its Corporate
Office at Rajiv Gandhi Bhawan, New Delhi, and offices at ………….in India, hereinafter called the
Authority ( which term shall unless excluded by or is repugnant to the context, be deemed to include its
Chairman, or Member, Executive Directors, Airport Directors ,officers. or any of them specified by the
Chairman in this behalf, and shall also include its successors and assigns) of the one part
AND
……represented by ……… of the other part, hereinafter called the “Bidder/Consultant “ ( which term
shall unless excluded by or is repugnant to the context be deemed to include its heirs, representatives,
successors and assigns of the Bidder/ Consultant)
WHEREAS the Authority intends to award, under laid down organizational procedures, tender/ contract
for ………………….The Authority, while discharging its functions on business principles, values proper
compliance with all relevant laws and regulations, and the principles of natural justice, ethics, equity,
fairness and transparency in its relations with the Bidders/ Consultants.
WHEREAS the Authority is desirous to make its business mechanism more transparent, thus to ensure
strict adherence of the aforesaid objectives/goals, the Authority hereby adopts the instrument developed
by the renowned international non‐governmental organization “ Transparency International” ( T I )
headquartered in Berlin ( Germany ).The Authority will appoint an Independent External Monitor ( IEM )
who will monitor the tender process and the execution of the contract for compliance with the principles
mentioned above.
AND WHEREAS the Bidder is submitting a tender to the Authority for ……………………. In response
to the NIT (Notice Inviting Tender) dated ……… Consultant is signing the contract for execution of ……
NOW, therefore,
To avoid all forms of corruption by following a system that is fair, transparent and free from any
influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered
into with a view to
Enabling the Authority to obtain the desired said stores/equipment/execution of works at a competitive
price in conformity with the defined specifications by avoiding the high cost and the distortionary impact
of corruption on public procurement, and
Enabling Authority to abstain from bribing or indulging in any corrupt practice in order to secure the
contract by providing assurance to them that their competitors will also abstain from bribing and other
corrupt practices and the Authority will commit to prevent corruption, in any form, by its officials by
following transparent procedures.
The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:
1.1 The Authority undertakes that no official of the Authority, connected directly or indirectly with the
contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe,
consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the
BIDDER, either for themselves or for any person, organization or third party related to the contract in
exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process
related to the contract.
1.2 The Authority will, during the pre‐contact stage, treat all BIDDERs alike, and will provide to all
BIDDERs the same information and will not provide any such information to any particular BIDDER
which could afford an advantage to that particular BIDDER in comparison to other BIDDERs.
1.3 All the officials of the Authority will report to the appropriate authority office any attempted or
completed breaches of the above commitments as well as any substantial suspicion of such a breach.
2.0 In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the
Authority with full and verifiable facts and the same is prima facie found to be correct by the Authority,
necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may
be initiated by the Authority and such a person shall be debarred from further dealings related to the
contract process. In such a case while an enquiry is being conducted by the Authority the proceedings
under the contract would not be stalled.
3. Commitments of Bidders/Consultant.
The Bidder/Consultant commits itself to take all measures necessary to prevent corrupt practice, unfair
means and illegal activities during any stage of its bid or during any pre‐contract or post‐contract stage in
order to secure the contract or in furtherance to secure it and in particular commit itself to the following:‐
3.1 The Bidder/Consultant will not offer, directly or through intermediaries, any bribe, gift, consideration,
reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or
inducement to any official of the Authority, connected directly or indirectly with the bidding process, or to
any person, organization or third party related to the contract in exchange for any advantage in the
bidding, evaluation, contracting and implementation of the contract.
3.2 (i) The Bidder/Consultant further undertakes that it has not given, offered or promised to give, directly
or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other
advantage, commission, fees, brokerage or inducement to any official of the Authority or otherwise in
procuring the Contract or forbearing to do or having done any act in relation to the obtaining or execution
of the contract or any other contract with the Authority for showing or forbearing to show favour or
disfavour to any person in relation to the contract or any other contract with the Authority.
3.2 (ii) The Bidder /Consultant has not entered and will not enter with other bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to prices, specification,
certifications, subsidiary contracts, submission or non‐submission of bids or any actions to restrict
competitiveness or to introduce cartelization in the bidding process.
3.3 The Bidder/Consultant shall, when presenting his bid, disclose the name and address of agents and
representatives and Indian BIDDERs shall disclose their foreign principals or associates.
3.4 The Bidder/Consultant shall when presenting his bid disclose any and all the payments he has made or,
is committed to or intends to make to agents/brokers or any other intermediary, in connection with this
bid/contract.
3.5 The Bidder/Consultant further confirms and declares to the Authority that the BIDDER is the original
manufacturer/integrator/ authorized government sponsored export entity of the stores and has not engaged
any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to
recommend to the Authority or any of its functionaries, whether officially or unofficially to the award of
the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such
individual, firm or company in respect of any such intercession, facilitation or recommendation.
3.6 The Bidder/Consultant, either while presenting the bid or during pre‐contract negotiations or before
signing the contract, shall disclose any payments he has made, is committed to or intends to make to
officials of the Authority or their family members, agents, brokers or any other intermediaries in
connection with the contract and the details of services agreed upon for such payments.
3.7 The Bidder/Consultant will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation
of the contract.
3.8 The Bidder/Consultant will not accept any advantage in exchange for any corrupt practice, unfair
means and illegal activities.
3.9 The Bidder / Consultant shall not use improperly, for purposes of competition or personal gain ,or pass
on to others, any information provided by the Authority as part of the business relationship, regarding
plans, technical proposals and business details, including information contained in any electronic data
carrier. The Bidder / Consultant also undertakes to exercise due and adequate care lest any such
information is divulged.
3.10 The Bidder/Consultant will inform to the Independent External Monitor. i) If he receives demand for
an illegal/undue payment/benefit. ii) If he comes to know of any unethical or illegal payment/benefit. iii)
If he makes any payment to any Authority’s associate(s)
3.11 The Bidder/Consultant commits to refrain from giving any complaint directly or through any other
manner without supporting it with full and verifiable facts.
3.12 The Bidder/Consultant shall not instigate or cause to instigate any third person to commit any of the
actions mentioned above.
3.13 If the Bidder/Consultant or any employee of the Bidder/Consultant or any person acting on behalf of
the Bidder/ Consultant, either directly or indirectly, is a relative of any of the officers of the Authority, or
alternatively, if any relative of an officer of the Authority has financial interest/stake in the
Bidder’s/Consultant’s firm, the same shall be disclosed by the Bidder/Consultant at the time filing of
tender. The term ‘relative’ for this purpose would be as defined in Section 6 of the Companies Act 1956.
3.14 The Bidder/Consultant shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee of the Authority.
3.15 That if the Bidder/ Consultant, during tender process or before the award of the contract or during
execution of the contract/work has committed a transgression in violation of section 2 or in any other form
such as to put his reliability or credibility as Bidder/Consultant into question, the Authority is entitled to
disqualify him from the tender process or to terminate the contract for such reason and to debar the
BIDDER from participating in future bidding processes.
4. Previous Transgression
4.1 The Bidder/Consultant declares that no previous transgression occurred in the last three years
immediately before signing of this Integrity Pact, with any other company in any country in respect of any
corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government
Department in India that could justify Bidders’ exclusion from the tender process.
4.2 The Bidder/Consultant agrees that if it makes incorrect statement on this subject, he can be
disqualified from the tender process or the contract, if already awarded, can be terminated for such reason
and he may be considered for debarment for future tender/contract processes.
4.3 That the Bidder/Consultant undertakes to get this Pact signed by the sub Consultant( s) and
associate(s) whose value of the work contribution exceeds Rs 0.5 Crores.(Rupees zero point five Crores.)
and to submit the same to the Authority along-with the tender document/ contract before contract signing.
4.4. That sub-Consultant(s)/ associate(s) engaged by the Consultant, with the approval of the Authority
after signing of the contract, and whose value of the work contribution exceeds Rs 0.5 Crs. (Rupees Zero
point five Crs.) will be required to sign this Pact by the Consultant, and the same will be submitted to the
Authority before doing/ performing any act/ function by such sub Consultant(s)/ associate(s) in relation to
the contract/ work.
4.5 That the Authority will disqualify from the tender process all Bidder(s) who do not sign this Pact or
violate its provisions or fails to get this Pact signed in terms of section 4.3 or 4.4 above.
4.6 That if the Consultant(s) does/ do not sign this Pact or violate its provisions or fails to get this Pact
signed in terms of Section 4.3 or 4.4 above. Authority will terminate the contract and initiate appropriate
action against such Consultant(s).
5. Earnest Money, Security Deposit , Bank guarantee, Draft ,Pay order or any other mode and its
validity i/c Warranty Period, Performance guarantee/Bond.
While submitting bid, the BIDDER shall deposit an EMD/SD/BG/DRAFT/PAY ORDERETC I/C
WARRANTY PERIOD,BG/BOND, VALIDITY ETC , which is as per terms and conditions and details
given in NIT / tender documents sold to the Bidders.
6. Sanctions for Violations/Disqualification from tender process and exclusion from future Contacts.
6.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its
behalf (whether with or without the knowledge of the BIDDER) shall entitle the Authority to take all or
any one of the following actions, wherever required:‐
(i) To immediately call off the pre contract negotiations without assigning any reason or giving any
compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would
continue.
(ii) To immediately cancel the contract, if already signed, without giving any compensation to the
BIDDER.
(iii)If the Authority has disqualified / debarred the Bidder from the tender process prior to the award
under section 2 or 3 or 4, the Authority is entitled to forfeit the earnest money deposited/bid
security.
(iv) To recover all sums already paid by the Authority, and in case of an Indian BIDDER with interest
thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of India, while in case
of a BIDDER from a country other than India with interest thereon at 2% higher than the LIBOR.
If any outstanding payment is due to the BIDDER from the Authority in connection with any other
contract or any other stores, such outstanding payment could also be utilized to recover the
aforesaid sum and interest.
(v) To encash the advance bank guarantee and performance bond/warranty bond, if furnished by the
BIDDER, in order to recover the payments, already made by the BUYER, along with interest.
(vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay
compensation for any loss or damage to the Authority resulting from such cancellation/rescission
and the Authority shall be entitled to deduct the amount so payable from the money(s) due to the
BIDDER.
(vii) To debar the BIDDER from participating in future bidding processes for a minimum period of
three years, which may be further extended at the discretion of the Authority.
(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or agent or
broker with a view to securing the contract.
(ix) In case where irrevocable Letters of Credit have been received in respect of any contact signed by
the Authority with the BIDDER, the same shall not be opened.
(x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without
assigning any reason for imposing sanction for violation of this Pact.
(xi) That if the Authority have terminated the contract under section 2 or 3 or 4 of Acceptance letter
(Annexure 1a) or if the Authority is entitled to terminate the contract under section 2 or 3 or 4 of
Acceptance letter (Annexure 1a), the Authority shall be entitled to demand and recover from the
Consultant damages equivalent to 5% of the contract value or the amount equivalent to security
deposit or performance bank guarantee, whichever is higher.
(xii) That the Bidder / Consultant agrees and undertakes to pay the said amount without protest or
demur subject only to condition that if the Bidder/Consultant can prove and establish to the
satisfaction of the Authority that the disqualification / debarment of the bidder from the tender
process or the termination of the contract after award of the contract has caused no damage to the
Authority.
6.2 The Authority will be entitled to take all or any of the actions mentioned at para 6.1(i) to (xii) of
this Pact also on the Commission by the BIDDER or any one employed by it or acting on its behalf
(whether with or without the knowledge of the BIDDER), of an offence as defined in Chapter IX of the
Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention
of corruption.
6.3 That if the Bidder/Consultant applies to the Authority for premature revocation of the debarment
and proves to the satisfaction of the Authority that he has installed a suitable and effective corruption
prevention system and also restored/recouped the damage, if any, caused by him, the Authority may, if
thinks fit, revoke the debarment prematurely considering the facts and circumstances of the case, and the
documents/evidence adduced by the Bidder/Consultant for first time default.
6.4 That a transgression is considered to have occurred if the Authority is fully satisfied with the
available documents and evidence submitted alongwith Independent External Monitor’s
recommendations/suggestions that no reasonable doubt is possible in the matter.
6.5 The decision of the Authority to the effect that a breach of the provisions of this Pact has been
committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can
approach the Independent External Monitor(s) appointed for the purpose of this Pact.
That if the Authority receives any information of conduct of a Bidder/ Consultant or Sub- Consultant or of
an employee or a representative or an Associates of a Bidder, Consultant or Sub- Consultant which
constitute corruption, or if the Authority has substantive suspicion in this regard, the Authority will inform
the Vigilance Department for appropriate action.
CARO Hyderabad Architectural Consultancy C- NIL, I-NIL, O-NIL
Page 77 of 100
8.1 That the Authority has appointed competent and credible Independent External Monitor(s) for this
Pact.
8.2 The task of the Monitor is to review independently and objectively, whether and to what extent the
parties comply with the obligations under this Pact. He will also enquire into any complaint alleging
transgression of any provision of this Pact made by the Bidder, Consultant or Authority.
8.3. That the Monitor is not subject to any instructions by the representatives of the parties and would
perform his functions neutrally and independently. He will report to the Chairperson of the Board of the
Authority.
8.4 That the Bidder / Consultant accepts that the Monitor has the right to access without restriction to
all project documentation of the Authority including that provided by the Bidder/Consultant. The
Bidder/Consultant will also grant the Monitor, upon his request and demonstration of a valid interest,
unrestricted and unconditional access to his project documentation including minutes of meeting. The
same is applicable to Sub - Consultants and Associates. The Monitor is under obligation to treat the
information and documents of the Authority and Bidder/ Consultant / Sub- Consultants/ Associates with
confidentiality.
8.5. That as soon as the Monitor notices, or believes to notice, a violation of this Pact, he will so inform
the management of the Authority and request the management to discontinue or heal the violation, or to
take other relevant action. The Monitor can in this regard submit his recommendations/ suggestions.
Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain
from action or tolerate action.
8.6 That the Authority will provide to the Monitor sufficient information about all meetings among the
parties related to the project provided such meetings could have an impact on the contractual relations
between the Authority and the Consultant / Bidder. The parties offer to the Monitor the option to
participate in such meetings.
8.7 That the Monitor will submit a written report to the Chairperson of the Board of the Authority
within 2 weeks from the date of reference or intimation to him by the Authority and, should the occasion
arise, submit proposals for correcting problematic situations.
8.8 That if the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an
offence under relevant Anti- Corruption Laws of India and the Chairperson has not, within reasonable
time, taken visible action to proceed against such offence or reported it to the Vigilance Department, the
Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government
of India.
9. Facilitation of Investigation.
In case of any allegation of violation of any provisions of this Pact or payment of commission, the
Authority or its agencies shall entitled to examine all the documents including the Books of Accounts of
the BIDDER and the BIDDER shall provide necessary information and documents in English and shall
extend all possible help for the purpose of such Examination.
That this Pact is subject to Indian Law. The place of performance and jurisdiction is the Corporate
Headquarter /the Regional Headquarter / office of the Authority, as applicable.
11. Other Legal Actions
11.1 That the changes and supplements as well as termination notices need to be made in writing.
11.2 That if the Bidder / Consultant is a partnership or a consortium, this Pact must be signed by all the
partners and consortium members or their authorized representatives.
12.1 That this Pact comes into force when both the parties have signed it. It expires for the Consultant
12 months after the final payment under the respective contract, and for all other Bidders 3 months after
the contract is awarded.
12.2. That if any claim is made / lodged during this period, the same shall be binding and continue to be
valid despite the lapse of this Pact as specified herein before, unless it is discharged/determined by
Chairman of the Authority.
12.3 That should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact
shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions.
Bidders are also advised to have a company code of conduct (clearly rejecting the use of brides and other
unethical behavior) and a compliance program for the implementation of the code of conduct throughout
the company.
14. The parties hereby sign this Integrity Pact at _____________ on _______________
Buyer Bidder
Name of the Officer Chief Executive Officer
Designation Witness
Deptt./Ministry/PSU 1. ______________________________
Witness 2. ______________________________
1. _______________________________
2. _______________________________
ANNEXURE-VIII
Annexure-IX
Remarks: - Specification for Soil Investigation are to be referred as Annexure-IX.
ANNEXURE- X
SAMPLE FORMAT OF PRICE BID TEMPLETE
( FOR REFERENCE PURPOSE ONLY- BIDDER TO QUOTE ON PRICE BID
SECTION OF E-PORTAL NOT ON THIS FORMAT)
S. No. Item description QTY Units Estimated Total Quoted Total
rate in rate/Amount quoted
w.r.t. estimated rate/Amoun
Rs. P.
rate t in words
In Without GST
in
Rs. P
1 2 3 4 5 6 7
1 Providing “Architectural, 1.00 JOB Rs.100 Not to be Not to be
consultancy services for the quoted here quoted here
(Base
proposed Civil Aviation BIDDER TO BIDDER
rate/amount
Research Organization QUOTE ON TO QUOTE
assumed as
complex infrastructure at PRICE BID ON PRICE
100 for
Begumpet Airport SECTION OF BID
quoting
Hyderabad” complete as E-PORTAL SECTION
purpose.)
mentioned in tender OF E-
document and as required by PORTAL
Engineer-in-Charge to cater
to and include submission of
related drawings/documents
for Architectural planning &
designing, Preliminary
structural design for
estimation and costing
purpose, Scale models and 3D
animations, drawings, taking
approvals from local bodies,
site survey, soil investigation,
preliminary design of all
component of works,
quantities calculations,
estimation, Costing ,
Preparation of tender
documents, Analysis of rates,
Justifications,other documents
for finalization of EPC
contractor(s) for execution of
work, consultancy during
project execution till
completion of Project for
Note:-
1.All rates shall be quoted in the format provided on portal and no other form/format
is acceptable.
2.Fees is to be quoted in percentage of approved estimated cost, award cost or
completion cost, whichever is lower.
3. The bidders may note that the Rate considered/assumed for the item for quoting
is Rs. 100/- (Rupees One Hundred Only) for complete Job (Job to be performed as
per the details mentioned in the Tender Document). In the percentage BOQ
uploaded on CPP portal, if Bidder intends to Quote a percentage of 3% above, then
he may quote 3% in the respective percentage column of the BOQ and system will
reflect the total amount as Rs 103 which shall be deemed that the bidder has quoted
a percentage of 3% above and accordingly the total fee payable to the bidder shall
be worked out as 3% of the approved estimated cost or awarded cost or completion
cost whichever is lower. Bidders to note that they should select “Excess” in the drop
down menu of the particular cell of the BOQ. Please note that no Negative Quote is
allowed. Professional fee shall be paid only for the items of works for which
professional services have been rendered by the Consultant.
For the major bought out items i.e. Escalators, Elevators, Chillers, AHUS and
Cooling Towers, D.G. Sets, Transformers, the Consultancy fee payable shall be
worked out based on the Percentage of the quoted fee on the 25% of Least of
Estimated/Awarded cost/Actual Completion cost of the particular bought out item,
for which consultant shall include appropriate clause in the execution tender
document through EPC also to enable AAI to identify cost of such bought out items
separately.
Initially the payment shall be released on estimated cost of the project,
however same shall be adjusted/modified in subsequent stages based on
approved estimated cost, award value or actual cost of the work whichever
is lower. The final consultancy amount shall be paid based on lower of the
approved estimated cost, awarded cost or executed cost.