Download as pdf or txt
Download as pdf or txt
You are on page 1of 19

AIRPORTS AUTHORITY OF INDIA

JAIPUR INTERNATIONAL AIRPORT

DEPARTMENT OF OPERATIONS

JAIPUR INTERNATIONAL AIRPORT

TENDER DOCUMENT FOR

“PROVIDING SERVICES OF 01 (ONE)


SUPERVISOR AND 06 (SIX) SAFAIWALA’S
FOR NTB (NEW TECHNICAL BLOCK),
JAIPUR INTERNATIONAL AIRPORT FOR
THE PERIOD FROM 01.07.2021 TO
30.06.2022”
AIRPORTS AUTHORITY OF INDIA
JAIPUR INTERNATIONAL AIRPORT
DEPARTMENT OF OPERATIONS

INDEX

S.No. Table of contents Page no.

1. Notice inviting E-tender 3-6

2 Instructions for online bid submission 7-10

3. General conditions of Contract 11-13

4. Special conditions of Contract 14

5. Arbitration and Laws 15-16

6. Acceptance Letter 17

7. Agreement form 18-19

Certified that this tender document contains (19) Pages only


JAIPUR INTERNATIONAL AIRPORT
DEPARTMENT OF OPERATIONS

Ref. No.: -AAI/JP/OPS/NTB/ESS/2021/25 DT: 24/05/2021

NOTICE INVITING e-TENDER (TWO ENVELOPE OPEN TENDER)

Item rate tenders are invited through the e-tendering portal by Asst.G.M.
(Operations), AAI, Jaipur Airport on behalf of Chairman, AAI, from eligible agencies
for the work of “PROVIDING SERVICES OF 01 (ONE) SUPERVISOR
AND 06 (SIX) SAFAIWALA’S FOR NTB (NEW TECHNICAL BLOCK),
JAIPUR INTERNATIONAL AIRPORT FOR THE PERIOD FROM
01.07.2021 TO 30.06.2022” at an estimated cost of Rs. 16,13,300/- (Rs.
SIXTEEN LAKHS THIRTEEN THOUSAND THREE HUNDRED ONLY/-(Excluding
PF/ESI/BONUS/UNIFORM AND GST AS PER APPLICABLE GOVT. RULES) with
period of completion of ONE (01) YEAR (Further Extendable for another 06 Months subject
to satisfactory performance).

Tender documents may be downloaded from CPP portal:


http://etenders.gov.in/eprocure/app and Airports Authority of India web site
www.aai.aero (for reference only) as per the schedule given in CRITICAL DATE
SHEET under.

Critical Dates

Tender Publishing Date 25.05.2021 (1600 hrs.)


Tender Document download/Sale 25.05.2021 (1630 hrs.)
Start Date
Clarification Start Date 25.05.2021 (1730 hrs.)
Clarification End Date 28.05.2021 (1700 hrs.)
Bid submission Start Date 31.05.2021 (1500 hrs.)
Bid Submission End Date 07.06.2021 (1700 hrs.)
Last date and time of submission of 07.06.2021 (1800 hrs.)
hard copy of EMD and Tender Fee
or proof of submitting it online and
signed hard copy of AAI
Unconditional Acceptance
Letter
Bid Opening (Technical Bid) 08.06.2021 (1100 hrs.)
Date (Envelope-I)
Bid Opening (Financial Bid) 11.06.2021 (1100 hrs.)
Date (Envelope-II)
1. Tender fee of Rs. 1180/- (i/c GST) Non-refundable will be required to be paid offline
in the form of Demand Draft/NEFT from Nationalized or any scheduled bank (but not
from co-operative or Gramin bank) in favour of “AAI REVENUE COLLECTION A/C
NO.64960200000010” or the same can be paid online (Account no-64960200000010, Bank-
Bank of Baroda, IFSC Code-BARB0VJJPAP“FIFTH DIGIT IS ZERO”).”). The details of
Demand Draft/ any other accepted instrument, physically sent, should tally with the details
available in the scanned copy and the data entered during bid submission time.

2. Tender documents consisting of plans, specifications, Schedule(s) of quantities of the


various classes of work to be done, the conditions of contract and other necessary
documents can be downloaded from the CPP Portal without paying any tender fees.
However, to participate in the tender/to submit the tender document, the tenderer must
pay tender fee of Rs.1180/- (Inclusive of GST). The Tenders shall be in the prescribed
Form: -

(A) Envelope - I
(B) Envelope - II

3. (A) Envelope-I: - Containing qualifying requirements of Contractor / Firm.


Qualifying requirements of Contractors / Firms:

i) Valid registration with Registrar of companies/Firms/Central Govt./State Govt.


ii) Valid GST Registration Certificate.
iii) Valid registration with EPF and ESIC.
iv) Valid Labour license/Undertaking if not applicable.
v) Scanned copy of Tender fee.
vi) Should have Permanent Account Number (PAN)
vii) Scanned copy of EMD.
viii) Scanned copy of Unconditional Acceptance of AAI’s Tender conditions
(Performa given in Annexure-I of Tender Document).
ix) The Bidder should have experience of similar works during the last three years
ending on last date of submission of bid (work completion certificate stating
work start date, work completion date and amount needs to be submitted). The
bidder has to submit the relevant work experience certificates to the tune of 03
works each of 40% of estimated value (or) 02 works each of 50% of the
estimated value (or) 01 work of 80% value of the estimated value.
x) Should have annualized average financial turnover of Rs. 5 lacs against works
executed during last three years ending 31st March of the 2020-2021 financial
year. As a proof, certificate of CA should be submitted along with the application.
Firms showing continuous losses during the last three years in the balance sheet
shall be summarily rejected (last three-year balance sheets and profit and loss
account has to be submitted).
xi) Approved BCAS security clearance.
xii) Approved BCAS security Program or undertaking to get it done within a month
of awarding the contract.
xiii) Scanned copy of security deposit or undertaking to submit the security deposit
within 15 days of awarding the contract.

4. All the above said documents may be submitted in “Tech Bid Folder” (Envelope- I) in
Technical Bid/ Attachments section of e-tendering portal.
(B) Envelope-II: - The Financial e-Bid through CPP portal
All rates shall be quoted in the format provided (SOQ- Schedule of Quantities: Annexure -
II) and no other format is acceptable. If the price bid has been given as a standard SOQ
format with the tender document, then the same is to be downloaded and to be filled by all
the bidders. Bidders are required to download the SOQ file, open it and complete the white
colored (unprotected) cells with their respective financial quotes and other details (such as
name of the bidder). No other cells should be changed. Once the details have been
completed, the bidder should save it and submit it online, without changing the File name.
If the SOQ file is found to be modified by the bidder, the bid will be rejected. (Schedule-
A) Financial E-bid shall be submitted in “Items” sections of e-tendering portal.
Unconditional rebate i.e. header discount (%) if any is to be put in “Bid Invitation
Information Price Component” section only.

5. EARNEST MONEY DEPOSIT (EMD):

Earnest Money of amount Rs. 32,266/- (THIRTY-TWO THOUSAND TWO


HUNDRED SIXTY-SIX ONLY) in the form of Demand Draft /NEFT from any
Schedule bank of India preferably from Nationalized bank but not from
cooperative/Gramin bank in favour of “AAI REVENUE COLLECTION A/C NO.
64960200000010” or the same can be paid online (Account no-64960200000010, Bank-Bank of
Baroda, IFSC Code-BARB0VJJPAP- “FIFTH DIGIT IS ZERO”).”
6. EMD in the form of Cash or any other form shall not be accepted.
7. If a bidder fails to submit the original Demand Draft /Bank Guarantee towards EMD &
Tender Fee within mentioned date, then their tender shall be rejected out rightly.
8. Any postal delay will not be entertained.

9. REFUND OF EARNEST MONEY DEPOSIT (EMD):

The refund of EMD to bidders who fail to qualify the eligibility/technical stage will be
refunded within 15 days of their rejection. For all bidders who qualify and their financial
bids are opened the refund of EMD of all vendors except L-1 shall be processed within
15 days of opening of the financial bid.

10. On acceptance of the Tender, the earnest money will be treated as part of the Security
deposit. The EMD of the successful tenderer will be returned if the tenderer furnishes
the security deposit.

11. AAI will return the EMD where applicable to every unsuccessful tenderer except as
provided in the tender document. No interest or any other expenses, what so ever on the
EMD will be payable by AAI. The Tender EMD may be forfeited in the following case:
a) If a tenderer withdraws its tender during the period of tender validity specified in the
tender conditions.
b) In the case of a successful Tenderer, if the Tenderer: -
(i) Fails to sign the Contract agreement.
(ii) Submits any false information/document
12. Security Deposit

Each bidder has to submit Security deposit of amount Rs. 50,000/- (Fifty Thousand Rs. only) in the
form of Demand Draft from any Schedule bank of India preferably from Nationalized bank but not
from cooperative/Gramin bank in favour of ““AAI REVENUE COLLECTION A/C NO.
64960200000010” or the same can be paid online (Account No. – 64960200000010, Bank- Bank of
Baroda IFSC code: BARB0VJJPAP- FIFTH DIGIT IS ZERO). Security deposit in the form of cash or
any other form shall not be accepted. AAI will return the security deposit where ever applicable to
every unsuccessful tenderer except as provided in the tender document. No interest or any other
expenses, what so ever on the security deposit will be payable by AAI.

A.G.M.- (Ops)
Airports Authority of India Jaipur
International Airport
Jaipur
Bid Opening process is as below :-

Envelope I: Containing documents for the pre-qualification bid (up loaded by the contractor /
firms) shall be opened on 08.06.2021 at 1100 hrs. The intimation regarding acceptance /
rejection of their bids will be intimated to the contractor/s firms through e-tendering portal.
If any clarification is needed from the bidder about the deficiency in his uploaded documents
in Envelope – I, he will be asked to provide it through shortfall folder in e-tender portal. The
bidder shall upload the requisite clarification / documents within specified time by AAI, failing
which the tender will be liable to be rejected.

Envelope- II :- The financial bids of the contractors / firms found to be meeting the qualifying
requirements and technical criteria shall be opened on 11.06.2021 at 1100 hrs. (Depending on
Technical Bid evaluation)

Original EMD, Hard copy of signed Unconditional Acceptance of AAI’s Tender Conditions,
Tender Fee and GST Registration copy, signed tender Documents to be sent to the Bid Manager
and should reach to the Bid Manager before the date & time mentioned in Critical Date Sheet.
Tender of the tenderer whose EMD, Tender Fee and Unconditional Acceptance of AAI’s
Tender conditions and GST Registration are not received by the mentioned time, then their
tenders will be summarily rejected. Any postal delay will not be entertained.
AAI reserves the right to accept or reject any or all applications without assigning any reason.
AAI also reserves the right to call off the process of tendering at any stage without assigning
any reason.
AAI reserves the right to disallow issue of tender documents to working agencies whose
performance at ongoing works / project(s) is below par or unusually poor and has been issued
letter to restart/ temporary /permanent debar by any department of AAI. AAI reserve the right
to verify the credentials submitted by the applicant submitted by the agency at any stage (before
or after the award of the work) If at any stage, any information / documents submitted by the
applicant is found to be false, or have some discrepancy which disqualifies the firm then AAI
shall take following action:
i) Forfeit the entire amount of EMD submitted by the firm. ii) The agency shall be liable for
debarment from the tendering in AAI, apart from any other appropriate contractual / legal
action.
Consortium /Joint Ventures companies shall not be permitted. No single firm shall be permitted
to submit two separate applications.

Concessions to Indian Micro & Small Enterprises (MSMEs) Units As per the provisions
of public Procurement Policy for MSEs order 2012, MSEs (Micro & Small Enterprises)
registered with DIC/NSIC/KVIC/KVIB/Directorate of Handicraft and Handloom etc.
shall be applicable and extended to the MSMEs as per rule. (Certificate of MSME needs
to be attach).

If the entity participation in any of the tenders is a private or public limited company.
Partnership firm or proprietary firm and any of the Directors / Partners of such company is also
a director of any other company or partner of a concern or a sole proprietor havingestablished
business with AAI and has outstanding dues payable to Authority, then the said entity shall not
be allowed to participate in AAI tenders.
A.G.M. (Ops)
Airports Authority of India,
Jaipur International Airport, Jaipur
AIRPORTS AUTHORITY OF INDIA

INSTRUCTIONS FOR ONLINE BID SUBMISSION

The bidders are required to submit soft copies of their bids electronically on the CPP Portal,
using valid Digital Signature Certificates. The instructions given below are meant to assist the
bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements
and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:
http://etenders.gov.in/eprocure/app.

REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: http://etenders.gov.in/eprocure/app. ) by clicking on the link
“Online bidder Enrolment” on the CPP Portal which is free of charge.

2) As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.

3) Bidders are advised to register their valid email address and mobile numbers as part of
the registration process. These would be used for any communication from the CPP
Portal.

4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify / nCode / eMudra etc.), with
their profile.

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

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

SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal, to facilitate bidders to search
active tenders by several parameters. These parameters could include Tender ID,
Organization Name, Location, Date, Value, etc. There is also an option of advanced
search for tenders, wherein the bidders may combine a number of search parameters
such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to
search for a tender published on the CPP Portal.

2) Once the bidders have selected the tenders they are interested in, they may download
the required documents / tender schedules. These tenders can be moved to the
respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in
case they want to obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document
before submitting their bids.

2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.

3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in
the tender document / schedule and generally, they can be in PDF / XLS / RAR /
DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white
option which helps in reducing size of the scanned document.

4) To avoid the time and effort required in uploading the same set of standard documents
which are required to be submitted as a part of every bid, a provision of uploading such
standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has
been provided to the bidders. Bidders can use “My Space” or ‘’Other Important
documents’’ area available to them to upload such documents. These documents may
be directly submitted from the “My Space” area while submitting a bid, and need not
be uploaded again and again. This will lead to a reduction in the time required for bid
submission process.

SUBMISSION OF BID

1) Bidder should log into the site well in advance for bid submission so that they can
upload the bid in time i.e. on or before the bid submission time. Bidder will be
responsible for any delay due to other issues.

2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.

3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as
applicable and enter details of the instrument.

4) Bidder should prepare the EMD as per the instructions specified in the tender document.
The original should be posted/couriered/given in person to the concerned officiallatest
by the last date of bid submission or as specified in the tender document. The details of
the DD/any other accepted instrument, physically sent, should tally with the details
available in the scanned copy and the data entered during bid submission time.
Otherwise the uploaded bid will be rejected.

5) Bidders are requested to note that they should necessarily submit their financial bids in
the format provided and no other format is acceptable. If the price bid has been given
as a standard BOQ format with the tender document, then the same is to be downloaded
and to be filled by all the bidders. Bidders are required to download the BOQ file, open
it and complete the white coloured (unprotected) cells with their respective financial
quotes and other details (such as name of the bidder). No other cells should be changed.
Once the details have been completed, the bidder should save it and submit it online,
without changing the file name. If the BOQ file is found to be modified by the bidder,
the bid will be rejected.

6) The server time (which is displayed on the bidders’ dashboard) will be considered as
the standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.

7) All the documents being submitted by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered cannot be
viewed by unauthorized persons until the time of bid opening. The confidentiality of
the bids is maintained using the secured Socket Layer 128-bit encryption technology.
Data storage encryption of sensitive fields is done. Any bid document that is uploaded
to the server is subjected to symmetric encryption using a system generated symmetric
key. Further this key is subjected to asymmetric encryption using buyers/bid openers’
public keys. Overall, the uploaded tender documents become readable only after the
tender opening by the authorized bid openers.

8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.

9) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid
Submission” in the portal), the portal will give a successful bid submission message &
a bid summary will be displayed with the bid no. and the date & time of submission of
the bid with all other relevant details.

10) The bid summary has to be printed and kept as an acknowledgement of the submission
of the bid. This acknowledgement may be used as an entry pass for any bid opening
meetings.

ASSISTANCE TO BIDDERS

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

CPP under GePNIC, Help Desk Services

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

Note- Bidders are requested to kindly mention the URL of the Portal and Tender Id in the
subject while emailing any issue along with the Contact details. For any issues/ clarifications
relating to the tender(s) published kindly contact the respective Tender Inviting Authority.
Tel: 0120-4200462, 0120-4001002.
Mobile: 91 8826246593
E-Mail: support-eproc@nic.in

For any Policy related matter / Clarifications Please contact Dept. of expenditure, Ministry of
Finance.
E-Mail: CPP-doe@nic.in

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

a. In order to facilitate the Vendors / Bidders as well as internal users from AAI, Help desk
services have been launched between 0800-2000 hours for the CPP under GePNIC
http://etenders.gov.in/eprocure/app. The help desk services shall be available on all
working days (Except Sunday and Gazetted Holiday) between 0800-2000 hours and shall
assist users on issues related to the use of Central Public Procurement Portal(CPP).

b. Before submitting queries, bidders are requested to follow the instructions given in
“Guidelines to Bidders” and get their computer system configured according to the
recommended settings as specified in the portal at “System Settings for CPP”.

3) In case of any issues faced, the escalation matrix is as mentioned below:

SL. Support Escalation E-Mail Address Contact Timings


No. Persons Matrix Numbers

1 Help Desk Instant eprochelp@aai.aero 011- 0800-


Team Support 24632950, 2000hrs.
Ext-3512 (MON-
(Six Lines SAT)

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

4) The above-mentioned help desk numbers are intended only for queries related to the
issues on e-procurement portal and help needed on the operation of the portal. For
queries related to the tenders published on the portal, bidders are advised to contact
concerned Tender Inviting Authority of AAI.
General Conditions of Contract
1. The agency has to provide Conservancy staff to be deployed in three shifts on daily basis. The
details are given below: -

S.NO. DESIG. Qty. CATEGORY MIN. WORK TO BE DONE


EDUCATIONAL
QUALIFICATION
1. Supervisor 01- Male Semi-Skilled Min. 12th pass To manage conservancy staff
and responsibility of
cleanliness of new technical
block.

2. Safaikaram 06 Un-skilled Min. literate To clean the new technical


chari (04- Male block.
02 – Female)

2. Every Staff have to be present always in neat and clean dress (winter and summer uniform)
with shoes provided by the agency. Uniform color and design shall be finalized by the AAI
management.

3. Every staff have to be well behaved and should have proper training on account of services to
be provided by them.

4. The agency shall submit the bio data of their staff to the AAI and take approval from AAI before
putting them on job.

5. Decision of operation-in-charge in this regard shall be final and binding on the agency.

6. The work shall be carried out in operational area, hence making the security passes and
expenditure incurred thereof shall be the borne by the agency.

7. The contractor shall execute the work at his sole cost and expenses and to the entire satisfaction
of AAI.

8. The contractor must attend to any complaint received in connection with the services
immediately. Any failure shall attract penalty. During the contract period no additional charges
of any kind for the extra work shall be paid by AAI.

9. As the site of work is in the restricted area, the contractor is required to obtain Police
Verification Certificates for the deployed staff for issue of entry permits to carry out the work.

10. The contractors shall furnish the Authority in writing with the names, age, residence address
and specimen signature or thumb impression of all attendants whom he will propose to deploy
for the service at airport premises.

11. The contractor shall comply with all applicable laws, ordinance, Rules & Regulations in respect
of this contract and labors and shall pay at his own cost as all charges in connection therewith.

12. In case of any lapse of service or incident of deficiency in service, proportionate amount shall
be levied. Non-payment of the same shall lead to terminate the contract and forfeit the security
deposit.
13. Apart from above clause, in case it is observed by AAI that the work performance is not as per
the required/specified standards, the contractor shall be served with the written notice to call
upon to improve his performance within a stipulated period. The contractor shall also be given
an opportunity to present his viewpoint about the bad performance pointed out by AAI and
thereafter, if the authority is not satisfied, shall levy a maximum penalty of 10% of the monthly
bill amount. The written order passed by the A.G.M. (Ops) in this regard shall be final and
binding on the contractor.
14. AAI shall have the right to terminate the contract after serving a notice for a period of 30 days
in advance. The contractor can also terminate the contract by serving a similar notice in writing.
Such notices shall be serviced by registered post of by hand at the respective address.
Notwithstanding the above, the contractor shall continue to provide the services as per mutual
agreement till alternative arrangements are made by AAI.

15. The contract shall be in operation an effective period of one year from the date mentioned in the
award letter of work order or applicability of PPP model whichever is earlier and shall be
renewed at the option of Airports Authority of India (AAI) for a further period of six months or
as may be decided by AAI on the same terms and conditions as are contained herein including the
same fees as are provided herein provided the services are found satisfactory.

16. The rate quoted should be inclusive of the labor, transport, insurance, every incidental and
contingent cost, handling charges and other levies and expenditure in connection with the work
and the same rate is valid for entire contract period.

17. The contractor shall submit a monthly bill to A.G.M.(Ops.) by the end of month for rendering
services.

18. AAI reserve the right to reject any single quotation/all quotations without assigning any reason
and awarding of the work will be at the sole discretion of the Airport Director, AAI, Jaipur
Airport, Jaipur.

19. The contractor shall not be entitled to any revision to the terms and conditions during the period
of agreement and shall adhere to the instruction, orders issue by the Airport Director/his
Representative from time to time.

20. The minimum wage rate has been taken on the basis of April’2021 rate list issued by central
Govt. for calculation purpose.

21. Third party insurance has to be done.

22. The firm/agency filling rate below the minimum wage rate will be rejected.
Special Conditions of the Contract
1. Since the entire work would be in operational area, the accuracy and adequacy of the work
shall be the criteria. Any sort of negligence makes the agency liable to pay damages as
decided by A.G.M.- Ops. The same shall be final and binding on you.

2. The quoted rate should not include statutory labor components as PF, ESI and bonus as per
prevalent Govt. guidelines. All such payments will be reimbursed on production of
documentary evidence/proof of depositing/proof of remittance of such amount to statutory,
regulatory authorities.

3. No escalation on item is applicable, however agency will be entitled to get reimbursement


of hike in minimum wages, PF, Bonus, ESI contribution on production of documentary
evidence.

4. The duty hours of the staff deployed will be 8 hours per day. Working hours will be
communicated by respective station on award of work. However, the duty of the deployed
staff will commence from such time as may be directed by the A.G.M.- Ops. The persons
may be called on and after beyond working /office hours as required by A.G.M.- Ops.

5. Novation clause: “Notwithstanding anything contained in this agreement, parties agree


that during the concession term, in the event the authority opts to transfer its rights such as
operation, maintenance, development etc. of the Airport to a to a third party under PPP
model or in any manner as may be decided by AAI/Government of India, then the authority
shall have the right to assign/novate/alter this agreement, in favor of such third party to
which concessionaire hereby gives their consent unconditionally and Authority will not be
bound to obtain any further consent of concessionaire. Such assignment/novation/alteration
would release Authority of all liabilities and obligations arising under this agreement from
and after the date of assignment/novation/alteration and the rights and obligations of
Authority under this agreement and other arrangements entered into in accordance with the
provisions of this agreement shall be vested in such third party. The parties, along with
relevant third party shall execute necessary documentation or put in place necessary
agreements for the aforesaid assignment/novation/alteration as and when need arise.”

6. After comparing financial bids of different firms, if there are same financial bid for
more than one firm, then the contract will be awarded on the basis of lottery system.
ARBITRATION AND LAWS
Arbitration:

Except where otherwise provided for in the contract all questions and disputes relating to the meaning
of the specifications, designs, drawings and instructions herein 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, drawings specification, estimates,
instructions, orders or these conditions or otherwise concerning the works, or the execution or failure to
execute the same whether arising during the progress of the work or after the completion or
abandonment thereof shall be referred to the sole arbitrator as may be appointed by the Regional
Executive Director / Northern/Western/ Southern/ Eastern/North Eastern Region of AAI. There will be
no objection if the arbitrator so appointed is an employee of AAI and that he had to deal with the matters
to which the contract relates and that in the course of his duties as such he had expressed views on all
or any of the matters in dispute or difference. The arbitrator to whom the matter is originally referred
being transferred or vacating his office or being unable to act for any reason, the appointing authority
for arbitrator, as aforesaid at the time of such transfer, vacation of office or inability to act, shall appoint
another person to act as arbitrator in accordance with the terms of the contract. Such person shall be
entitled to proceed with the reference from the stage at which it was left by his predecessor.

Subject as aforesaid the provision of the Arbitration and Conciliation Act, 1996, 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. In case of disputes arising between two
Government of India Undertakings, provisions as contained in Bureau of Public Enterprises letter No.
BPE/GL-001/16/MAN-2(100-75-BPE) (GM-1) dated 1.1.1976 and as may be amended from time to
time shall apply.

It is a term of the contract that the party invoking arbitration shall specify the dispute or disputes to be
referred to arbitration under this clause together with the amount or amounts claimed in respect of each
such dispute.

The work under the Contract shall, if reasonably possible continue during the arbitration proceedings
and no payment due or payable to the Contractor shall be withheld on account of such proceedings.

The Arbitrator shall give a separate award in respect of each dispute or difference referred to him.
The venue of arbitration shall be such place as may be fixed by the Arbitrator in his sole discretion. The
award of the arbitrator shall be final, conclusive and binding all parties to this contract.

Laws governing the Contract: This contract shall be governed by the Indian Laws for the time beingin
force.

Force Majeure Clause:

(a) Force majeure is here in defined as any which is beyond the control of the contractor or the purchaser
as the case may be which could not be foreseen or with a reasonable amount of diligence could not have
foreseen which substantially affect the performance of the contract such as Act. Of government
including but not limited to war declared or undeclared, priorities quarantines, embargoes, provided
either Tenderer shall within fifteen days from the occurrence of such a cause, notify the other in writing
of such cause.
(b) The Contractor or the purchaser shall not be liable for delays in performing his obligations resulting
from any force majeure clause as referred to and or defined above. The date of completion will be
subject to hereinafter provided, will be extended by a reasonable time.
Effect and legal Jurisdiction: The contract shall be considered as having come into force from the
date of issue of letter of the award of the contract by the purchaser. The law applicable to this contract
shall be the law enforced in India. The courts of Jaipur shall have exclusive jurisdiction in all matters
arising out of this contract.

Taxation:

a) The Contractor may be subject to local taxes (such as: Goods and Service Tax, social charges
or income taxes on non-resident Foreign Personnel, duties, fees, levies) on amounts payable by
AAI under the Contract.
b) The SUCCESFULL BIDDER 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.

Force-Closure of Contract Due to abandonment: -

At any time after acceptance of the bid, should AAI decide to abandon or reduce the scope of the
SUCCESFULL BIDDER services /work for any reason whatsoever and hence not require the whole or
any part of the SUCCESFULL BIDDER services/ works to be carried out under this contract, AAI shall
give notice in writing to that effect to the SUCCESFULL BIDDER and the SUCCESFULL BIDDER
shall act accordingly in the matter.

The rates once approved shall be final and no escalation/deviation shall be accepted under any
circumstances.

Failure to execute the supply within time frame will entail forfeiture of Earnest Money Deposit within
Ten (10) days from issue of instruction.

Extension period: The tender period is extendable up to next six months on the same term and
conditions on mutually agreed upon.

Limitation of Liability under the Contract - The contractual financial liabilities of the SUCCESFULL
BIDDER 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.

Penalties:
1. In case the agency fails to provide the services of attendant any day, a penalty of Rs. 100/- per day
per attendant shall be levied upon and shall be deducted from the monthly bill.

2. The payment of wages should be made to attendant’s bank account through RTGS/NEFT/Cheque by
the 7th of every successive month. Delay in payment will attract a penalty of Rs. 50 per day per employee
and will be paid to concerned employee along with his salary.

Asstt. General Manager (Ops)


Airports Authority of India,
Jaipur International Airport, Jaipur
ANNEXURE- I

ACCEPTANCE LETTER

(As per General Guidelines for the Bidders)

To
The Airport Director
Airports Authority of India
Jaipur Airport
Jaipur-302029

ACCEPTANCE OF AAI’S TENDER CONDITIONS

Sir,

“PROVIDING SERVICES OF 01 (ONE)


The tender document for the work
SUPERVISOR AND 06 (SIX) SAFAIWALA’S FOR NTB (NEW
TECHNICAL BLOCK), JAIPUR INTERNATIONAL AIRPORT FOR THE
PERIOD FROM 01.07.2021 TO 30.06.2022” 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.

1. I/We hereby unconditionally accept the tender conditions of AAI’s bid documents in its entirely
for the above work.

2. 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 provision 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 earnest money.

3. 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.

4. The required earnest money for this work has also been submitted and the scanned copy of
EMD is attached herewith.

Yours Faithfully
Date:

(Signature & Seal of the bidder)


AGREEMENT FORM
(To be printed on - stamp paper of Rs100/-)

This agreement is made on this (date in figures & words) between Airports Authority of India, a
Statutory Corporation incorporated under section 18(2) of the Airports Authority of India Act 1994
having its Head Office at Rajiv Gandhi Bhavan, Safdarjung Airport, New Delhi-110 003 through its
(here in after referred to as “owner” or AAI which expression shall
include its administrators, successors, executors and assign) of the one part and M/s.
(hereinafter referred to as the “Contractor) which expression shall
include its administrators, successors, executors and permitted assigns) of the other part.

Whereas, Airports Authority of India is desirous of getting the work of “Annual maintenance contract
for Pest Control & Dis-infestation treatment for the year 2018-19 at Jaipur International Airport”
(hereinafter called the “Work”) done and had invited tenders for this work as per tender documents sold
for this purpose.

And Whereas M/s has participated in the above referred bidding vide their tender opened
on (Financial Bid) and “Airports Authority of India” accepted their aforesaid proposal
and awarded the work to M/s. as per terms and conditions contained in its acceptance
letter number no Dated and the documents referred to therein, which
have been accepted by M/s resulting into a “CONTRACT”.
NOW THEREFORE THIS DEED WITNESSETH AS UNDER:

Article 1.0 AWARD OF CONTRACT

Airports Authority of India has awarded the contract to M/s for the work of
“PROVIDING SERVICES OF 01 (ONE) SUPERVISOR AND 06 (SIX)
SAFAIWALA’S FOR NTB (NEW TECHNICAL BLOCK), JAIPUR
INTERNATIONAL AIRPORT FOR THE PERIOD FROM 01.07.2021 TO
30.06.2022” (hereinafter called the “Work”) on the terms and conditions contained in its
acceptance letter number Dated and
the documents referred to therein. The award has taken effect from i.e. the date of
issue of the aforesaid letter. The terms and expression used in this Agreement shall have the same
meaning as are assigned to them in the “Contract Documents” referred to in the succeeding article.

Article 2.0 CONTRACT DOCUMENTS


The Contract shall be performed strictly as per the terms and condition stipulated herein and in the
following documents attached herewith (hereinafter referred to as “Contract Documents”).

S.No. Table of contents Page no.

1. Notice inviting E-tender 3-6


2 Instructions for online bid submission 7-10

3. General conditions of Contract 11-13


4. Special conditions of Contract 14

5. Arbitration and laws 15-16

6. Acceptance Letter 17

7. Agreement form 18-19


THIS AGREEMENT DOCUMENT CONTAINS 19 PAGES AS DETAILED ABOVE WITH
CORRECTIONS-NIL, INSERTIONS-NIL, OMISSIONS-NIL AND OVERWRITTINGS-NIL

All the aforesaid Contract Documents shall form an Integral part of this Agreement, in so far as the
same or any part thereof conform to the Tender Document and what has been specifically agreed to by
the owner in its letter of award. Any matter inconsistent therewith, contrary or repugnant thereto or any
deviations taken by the contractor in its “Proposal” not agreed by the owner in its letter of acceptance
or any other letter which forms a part of Contract Document mentioned above shall be deemed to have
been withdrawn by the Contractor. For the sake of brevity, this Agreement along with its aforesaid
Contract Documents shall be referred to as the “Agreement”.

Article 3.0 CONDITION & CONVENANTS


The Scope of Contract, considerations, terms of payment, period of completion, defects liability period,
price adjustment, taxes wherever applicable, insurance, liquidated damages, performance guarantee and
all other terms and condition are contained in the aforesaid Contract Documents. The contract shall be
duly performed by the contractor strictly and faithfully in accordance with terms of the Agreement.

This agreement constitutes full and complete understanding between the parties and terms of the
presents. It shall supersede all prior correspondence to the extent of inconsistency or repugnancy to the
terms and conditions contained in the Agreement. Any modification of the Agreement shall be affected
only by a written instrument signed by the authorized representatives of both the parties.

Article 4.0-Novation clause: “Notwithstanding anything contained in this agreement, parties agree
that during the concession term, in the event the authority opts to transfer its rights such as operation,
maintenance, development etc. of the Airport to a to a third party under PPP model or in any manner as
may be decided by AAI/Government of India, then the authority shall have the right to
assign/novate/alter this agreement, in favor of such third party to which concessionaire hereby gives
their consent unconditionally and Authority will not be bound to obtain any further consent of
concessionaire. Such assignment/novation/alteration would release Authority of all liabilities and
obligations arising under this agreement from and after the date of assignment/novation/alteration and
the rights and obligations of Authority under this agreement and other arrangements entered into in
accordance with the provisions of this agreement shall be vested in such third party. The parties, along
with relevant third party shall execute necessary documentation or put in place necessary agreements
for the aforesaid assignment/novation/alteration as and when need arise.”

Article 4.01-SETTLEMENTS OF DISPUTES

It is specifically agreed by and between the parties that all the differences or disputes arising out of the
Agreement or touching the subject matter of the Agreement shall be decided by process of settlement
and arbitration, as specified in Clause 7 of Special conditions of the Contract and the provision of the
India Arbitration Act, 1996 shall apply and Jaipur Court alone shall have exclusive jurisdiction over the
same.
Article 4.02- NOTICE OF DEFAULT

Notice of default given by either party under the agreement shall be in writing and shall be deemed to
have been duly and properly served upon the parties hereto if delivered against acknowledgement due
addressed to the signatories at addresses mentioned here in above.
This contract agreement is allotted the Id no.
IN WITNESS WHEREOF, the parties through their duly authorized representative have executed these
present (execution whereof has approved by the Competent Authorities of both the parties) on the day,
month and year first above mentioned in Jaipur.

CONTRACTOR’S SIGNATURE OWNER’S SIGNATURE


Airport Director
AAI, Jaipur Airport
For and on Behalf of Chairman, AAI
WITNESS:
Signature Not Verified
1.
Digitally signed by PRAKASH CHAND
MAHAVAR
2. Date: 2021.05.25 16:07:51 IST
Location: eProcurement System for Central
PSUs

You might also like