NITLPSSPDs

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 83

SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’

Warranty, at Birsa Munda Airport, Ranchi

Tender Fee: Rs. 1680/-


(Inclusive of GST @12%)

AIRPORTS AUTHORITY OF INDIA


BIRSA MUNDA AIRPORT, RANCHI – 834002

TENDER DOCUMENT
For
SITC of Lightning Protection System (LPS) & Surge Protection
Devices (SPDs) with 5 years’ Warranty, at Birsa Munda
Airport, Ranchi

Ref No.: ER-17/71/2019-APD-ER-RANCHI/46266

E Tender ID: 2020_AAI_50823_1

EMD: Rs. 1, 67, 080.00/- (Rs. One Lakh Sixty Seven Thousand Eighty Only)

Estimated Cost: Rs. 83, 54, 014.00/- (Rs. Eighty Three Lakhs Fifty Four Thousand
Fourteen Only Excluding GST)

Last date of submission of tender: [04/07/2020, 16 00 Hrs.]

Approved By
Airport Director, Ranchi

E-Tender no.: 2020_AAI_XXXXX_1 Page 1 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

TABLE OF CONTENTS

S. No. Section Particulars Page No.


1. Section-I Notice Inviting Tender 3
2. Section-II General Information And Guidelines 12
3. Section-III General Terms & Conditions Of The Contract 23
4. Section-IV Special Terms & Conditions Of The Contract 35
5. Section-V Scope of work & Schedule of quantity 40
6. Section-VI Technical specification 47
7. Section-VII Port Consignee/ Delivery schedule 58
8. Annexure-I Acceptance Letter 59
9. Annexure-II Performance Bank Guarantee 60
10. Annexure-III SAT Document 62
11. Annexure-IV OEM Authorization Letter 63
12. Annexure-V Undertaking Letter 64
13. Annexure-VI Compliance Statement 65
14. Annexure-VII Intimation Of Force Majeure Occurrence 67
15. Annexure-VIII Undertaking Of GST 68
16. Annexure-IX Bank Account Details 69
17. Annexure-X Letter For E-Payment 70
18. Annexure-XI Performa Of Letter Of Intent 71
19. Annexure-XII Performa For Acceptance Of Letter Of Intent 72
20. Annexure-XIII Application for Extension Of Time 73
21. Annexure-XIV Agreement with Successful Bidder 75
22. SCHEDULE-A FINANCIAL BID FORM 77

E-Tender no.: 2020_AAI_XXXXX_1 Page 2 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

SECTION – I
NOTICE INVITING TENDER

Ref No.: ER-17/71/2019-APD-ER-RANCHI/46266 Date: 17/06/2020


E-Tender ID.: 2020_AAI_50823

Item rate e-tenders are invited by Airport director, Airports Authority of India, Birsa Munda Airport,
Ranchi - 834002 on behalf of Chairman, A.A.I from eligible firms for “SITC of Lightning Protection
System (LPS) & Surge Protection Devices (SPDs) with 5 years’ Warranty, at Birsa Munda
Airport, Ranchi”.

The Tender is invited through the electronic tendering process. Tender document can be downloaded
from the Central Public Procurement Portal (CPPP) http://etenders.gov.in
Please note that the submission of the tender is allowed only through the Central Public Procurement
Portal https://etenders.gov.in/eprocure/app.
Tenders will not be accepted in any other form. Further, it may be noted that tenders duly submitted on
e-tender portal (CPPP) shall only be final and tenders just saved without submission will not be
available to the evaluation purpose. Bidders are requested to go through FAQ and help files available
in the portal (CPPP). In case of any difficulty, bidders may contact the help desk numbers and emails
ID provided in the CPP Portal.
1. Bidders are required to pay the cost of Tender Document an amount of Rs.1680/-(Rupees
One Thousand Six Hundred Eighty Only) (non-refundable) and EMD of Rs. 1,67, 080.00/-
(Rupees One Lakh Sixty-Seven Thousand Eighty Only) online through NEFT/RTGS in
favour of “Airports Authority of India” Birsa Munda Airport, Payable at Ranchi.
2. Details of work.
Sl.No. Name of Work Estimated Cost (Rs.) EMD E-Tender Fee
(Rs.)
1. “SITC of Lightning Rs. 83, 54, 014.00/- Rs. 1,67, 080.00/- Rs. 1680/-
Protection System (LPS) & (Rs. Eighty-Three (Rupees One Lakh Rupees One
Surge Protection Devices Lakhs Fifty-Four Sixty-Seven Thousand Six
(SPDs) with 5 years’ Thousand Fourteen Thousand Eighty Hundred
Warranty, at Birsa Munda Only Excluding GST) Only) Eighty Only
Airport, Ranchi”.

E-Tender no.: 2020_AAI_XXXXX_1 Page 3 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

3. Critical Dates.
Sl. No. Activity Date & Time
1. Date of publishing of Tender 17/06/2020 17:00
2. Document download/Sale start date 17/06/2020 18:00
3. Document download/Sale end date 04/07/2020 18:00
4. Clarification start date 17/06/2020 18:00
5. Clarification end date 22/06/2020 12:00
6. Bid Submission start date 18/06/2020 10:00
7. Bid opening date 06/07/2020 12:00
8. Bid submission end date 04/07/2020 11:00
9. Opening of cover-2 14/07/2020 10:00
***Time Period for completion of work: 60 Days from the date of issue of work order.

4. Submission of Tender Fee & EMD


a. Tender Fee.
The tender fee is Rs.1680/- (Rupees One Thousand Six Hundred Eight only) (Rs.1500
plus 12 % GST). The tender fee is non-refundable. Bidders shall pay the tender fee
through DD in favor of Airports Authority of India, Birsa Munda Airport, payable
at Ranchi. Same shall be submitted along with technical bid in cover A.
b. Earnest Money Deposit (EMD).
i. Each tender shall accompany with the Earnest Money Deposit of Rs. 1,67,
080.00/- (Rupees One Lakh Sixty-Seven Thousand Eighty Only). Earnest
Money Deposit shall be paid online through NEFT/RTGS. The details of EMD
also to be submitted online along with technical bid in cover A.
ii. Tenders not accompanied by the requisite EMD and Tender Fee shall be
summarily rejected. Scanned copy of the details of the EMD and Tender fee
payment shall be uploaded along with Technical Bid documents.
iii. No Concessions to MSME/NSIC registered bidders will be given.
5. The work being of composite nature of Supply, Installation, Testing & Commissioning
(SITC), benefits to MSME shall not be applicable as it cannot be treated as service
rendered or supply of goods.
6. Details of AAI is:
a. Name: AIRPORTS AUTHORITY OF INDIA
b. GST No. : 20AAACA6412D1ZM
c. IFSC Code: SBIN0030527
d. Account Number: 00000032909130918
e. MICR CODE: 834002033

7. Forfeiture of EMD amount


a. AAI is liable to return EMD amount subjected to terms and conditions of the Tender
b. All bank charges shall be borne to bidder’s account.
c. Bidders shall provide to AAI requisite Bank Account details for return of EMD.
E-Tender no.: 2020_AAI_XXXXX_1 Page 4 of 83
SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

d. The EMD of the unsuccessful bidder shall be returned subjected to terms and conditions
of the Tender, on award of contract to successful bidder and EMD of bidder who are not
qualified in initial eligibility requirement or Technical qualification, EMD shall be
refunded after Pre-qualification/Technical evaluation.
e. If any successful shortlisted bidder, due any unsatisfactory reason in view of AAI, does
not want to further participate in the tender then EMD in any form of such bidders shall
be en-cashed and forfeited.
f. Any firm who wishes to sublet or outsource to any third party then it shall bring to
notice of AAI in submittals to this bid itself. AAI may or may not agree or accept such
intentions / proposals of out sourcing or subletting of scope of work in the tender.
g. Bidder firm shall also submit an undertaking that if any portion of the work is
outsourced or subcontracted then it shall accept all AAI objections within the scope of
work or shall change/ replace subcontractor if required by AAI and shall undertake
work itself without any compensation.
h. If due some reason AAI cancels this tender then EMD of all bidders without any
interest shall be returned back

8. Eligibility Criteria:
Firms or supplier must have experience in similar work in PSUs, Government organizations,
and Pvt. Firms, should have successfully executed in last SEVEN years’, orders for SITC of
Electrical installations along with Surge protection devices (SPDs) and Lightning Protection
system (LPS) as a major portion items meeting any one of the following criteria mentioned in
para 9.
9. Experience
a. One order of value more than or equivalent to Rs. 66, 83, 211/- (80% of Estimated
Cost), or
b. Two orders each of value more than or equivalent to Rs. 41, 77, 007/- (50% of
Estimated Cost), or
c. Three orders each of value more than or equivalent to Rs. 33, 41, 606/- (40% of
Estimated Cost)

*Date of publishing of NIT in AAI site will be taken as reference for assessing the eligibility criteria.

**Experience certificate in respect of the above works should be issued by the end user agencies for
whom the works have been carried out and endorsed by the bidder. Such performance/experience
certificates should clearly indicate the following:
i. Value of order or contract,
ii. Scope of order or contract,
iii. Order or Contract No., Award date
iv. Order or Contract Completion date.
v. Certificate for the supplied & installed systems have performed satisfactorily after
commissioning.

E-Tender no.: 2020_AAI_XXXXX_1 Page 5 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

The scope of works in respect of works claimed against Para 9 above, should be substantiated
by submission of appropriate documentation such as relevant portion of the contract.
Experience from private bidders/organizations must be supported by TDS Certificates.

10. Bidders must have valid GST registration.

11. The bidder shall be an established Company registered in India having experience of
providing such hardware/devices. The company shall be in operation for a period of 5 years’ in
India as on date of submission of bid. Bidder should be registered under the Indian companies
act.
12. Annualized average financial turnover:
Bidder should have a minimum annualized average financial turnover of Rs. 25, 06, 204/-
(30% of the estimated cost) or equivalent during last three financial years’, ending on 31st
March 2019. As a proof of financial turnover, CA certified copy of abridged Balance Sheet
along with Profit & Loss account of the firm (bidder) for last three years’ should be submitted.
A Certificate from Statutory Auditor / CA stating shall also be accepted as a proof of financial
Turnover, net worth and profitability.

13. Following documents in original shall reach to the O/o CNS In-Charge, Birsa Munda
Airport, Ranchi before the last Date of Bid Submission
a. Tender Fee
b. EMD
c. Un-Conditional Acceptance Letter on Company’s Letter Head in Original
Non-Submission of any of the above before the last date of bid submission and as per
format prescribed by AAI will be treated as non-responsive bid and will be rejected

14. Should be a Non Black Listed Company


Bidder firm shall submit an undertaking stating its firm or its partners or its Directors have not
been black listed or any case is pending or any complaint regarding irregularities is pending in
India by any Indian State/Central Governments Departments or Public-Sector Undertaking of
India as on date of bid submission.

15. OEM or Its Authorized dealer

The firm shall be either OEM or its authorized dealer or system integrator for the major items
as mentioned below
1. Surge Protection Devices (SPDs)
2. Lightning Protection Systems (LPS)
Supporting document for being OEM or letter of authorization from the OEM is to be
submitted.

16. Down loading of Tender Document:

E-Tender no.: 2020_AAI_XXXXX_1 Page 6 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Tender documents can be downloaded from CPP portal https://etenders.gov.in/eprocure/app


(Government of India, Central Public Procurement Portal). Only one tender document shall be
submitted by a single party either a firm or an individual. The proprietor of more than one
company or firm will be considered as single party and one legal entity. Downloaded tender
documents duly filled and digitally signed shall be submitted through E-tendering process
described in above said portal along with the details of the non-refundable tender fee. Any
amendment or corrigendum to the tender document shall be posted only on CPP portal and AAI
website.
17. The Bidding is through two Bid system The Cover-01 shall be opened on the dates specified
and cover -02 Price Bid will be opened later for the vendors found to be meeting the eligibility
criteria.
18. The Bids will be opened online by a committee duly constituted by the Airport Director,
Airports Authority of India, Birsa Munda Airport, Ranchi.
19. Clarification needed if any may be sought through the CPP portal only and not through any
other means. Bidders are advised to visit the CPP portal to get the details and familiarize in this
regard. Clarifications/queries may be uploaded on the procurement portal in MS Excel sheet as
per format below
Sl.No Tender Page No Tender Clause / Tender Bidder’s Query
Para No. Clause

20. AAI reserves the right to accept or reject any or all tenders without assigning any reasons. AAI
reserves the right to call off process of short-listing of bidders at any stage without assigning
any reason.
21. AAI shall not be responsible for delay/loss/or any problem arising out of online submission of
tender/tender fee/EMD, if bidder fails to upload tender in time as specified above.
22. In case of any query related to this tender, bidders are requested to contact the Bid Manager.
Bid Manager Details are mentioned below.

Name: MALAY KUMAR DAS,


Designation: Asst. General Manager (CNS)
Email: malaydas@aai.aero.

Sd/-
Deputy General Manager (CNS)
CNS in Charge,
CNS Department
Airports Authority of India
Birsa Munda Airport, Ranchi

E-Tender no.: 2020_AAI_XXXXX_1 Page 7 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

GENERAL E- TENDERING PROCEDURE GUIDELINES

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:
https://etenders.gov.in/eprocure/app

REGISTRATION
1. Bidders are required to enroll on the e-Procurement module of the Central Public Procurement
Portal (URL: https://etenders.gov.in/eprocure/app) by clicking on the link “Online bidder
Enrollment” 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 / eMudhra 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.

E-Tender no.: 2020_AAI_XXXXX_1 Page 8 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

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 BIDS
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 official, latest by the last
date of bid submission or as specified in the tender documents. The details of the DD/any other
accepted instrument, physically sent, should tally with the details available in the scanned copy
and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.
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 filename. 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.

E-Tender no.: 2020_AAI_XXXXX_1 Page 9 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

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 (ie 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:

CPPP 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
2. For any Policy related matter / Clarifications Please contact Dept of Expenditure, Ministry of
Finance.
E-Mail: cppp-doe@nic.in
3. For any Issues / Clarifications relating to the publishing and submission of AAI tender(s).
a. In order to facilitate the Vendors / Bidders as well as internal users from AAI, Help
desk services have been launched between 0800-2000 hours for the CPPP under
GePNIC http://etenders.gov.in. The help desk services shall be available on all working
days (Except Sunday and Gazetted Holiday) between 0800-2000 hours and shall assist
users on issues related to the use of Central Public Procurement Portal(CPPP).
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 CPPP”.

E-Tender no.: 2020_AAI_XXXXX_1 Page 10 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

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


Sl. Support Person Escalation E-Mail Address Contact Timings
No. Matrix Numbers
1. Help Desk Team Instant eprochelp@aai.aero 011-24632950, 0800-2000 Hrs.
Support Ext-3512 (MON - SAT)
(Six Lines)
2. Manager.(IT) After 4 sanjeevkumar@aai.aero 011-24632950, 0930-1800 Hrs.
Hours Ext-3523 (MON-FRI)
of Issue
3. AGM(IT) After 12 snita@aai.aero 011-24632950, 0930-1800 Hrs.
Hours Ext-3523 (MON-FRI)
4. Dy. General After 24 ykkaushik@aai.aero 011-24651507 0930-1800 Hrs.
Manager(IT) Hours (MON-FRI)
5. General After 03 gmitchq@aai.aero 011-24657900 0930-1800 Hrs.
Manager(IT) Days (MON-FRI)
* The Helpdesk services shall remain closed on all Govt. Gazetted Holidays.

a. 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 Bid Manager of
AAI

E-Tender no.: 2020_AAI_XXXXX_1 Page 11 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

SECTION – II

GENERAL INFORMATION AND GUIDELINES

A. INTRODUCTION

1. DEFINITIONS

1.1. “AAI / The Buyer” means the Airports Authority of India.

1.2. "The Bidder / Vendor" means the individual or firm or Company who participates in
this tender and submits its bid.

1.3. “Project Manager AAI” means the AAI executive responsible for signing all
documents from AAI side and shall coordinate all the activities of the project with the
bidder / contractor.

1.4. "The Supplier / Contractor" means the individual or firm taking up the work as defined
under the Notice Inviting Tender.

1.5. "The Works Order/ The Purchase Order " means the order placed for the supply &
installation, testing & commissioning of systems / works by the Buyer on the
Contractor signed by the Buyer including all attachments and appendices thereto and
all documents incorporated by reference therein.

1.6. “The Contract” means the agreement signed between the Buyer and the Contractor as
per the terms and conditions contained in the Works Order / Purchase Order.

1.7. "The Contract Price" means the price payable to the Contractor under the Works Order/
Purchase Order for the full and proper performance of its contractual obligations.

1.8. “Non-responsive Bid” means a bid, which is not submitted as per the instructions to the
bidders or Earnest Money Deposit has not been attached, or the required data has not
been provided with the Bid or intentional errors have been committed in the Bid.

1.9. "Availability” shall mean the time for which the services and facilities are available for
conducting operations from the equipment hosted in the Airports in Eastern Region.
1.10. “Downtime” is the time the services and facilities are not available and excludes
the scheduled outages planned in advance.
1.11. "Help-desk Support" shall mean the 24x7x365 which shall handle Fault
reporting, Trouble Ticketing and related enquiries during this contract.
1.12. “Incident” refers to any event / abnormalities in the functioning of Equipment /
Services that may lead to disruption in normal operations.

E-Tender no.: 2020_AAI_XXXXX_1 Page 12 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

1.13. “Service Window” shall mean the duration for which the facilities and services
shall be available. Service window in this case shall be 24x7x365.
1.14. “Scheduled down Time” means any time when services are unavailable because
of urgent maintenance activities and any other scheduled maintenance or update
activities that may or may not be periodic, and that may be notified to Airports
Authority of India at least 72 hours in advance.
1. ELIGIBILITY & TECHNICAL BID CRITERIA

(Bidders shall upload scanned copy of following documents in readable form at e-


Procurement portal corresponding to Eligibility & Technical bid)

1.1. List of documents to be uploaded in the Eligibility Bid Cum Technical (Cover-A)
– e files should be named as shown in the table of column 3 given below.

Sl. No. Bid Eligibility e-File: Named as


1A Audited Balance Sheet during last three years’ ending 31st ABS-2018-19
March 2019. ABS-2017-18
ABS-2016-17
1B Proof of Experience of Works claimed as per Experience PO-01B1
requirement of para 8 of Section-I (Completion Certificates Experience PO-02B1
from the client must required; Experience PO-03B1
1C PAN/GST NO. Firm/Company Details
1D Scanned Copy of report generated by bank towards EMD _Tender_Fee
NEFT/RTGS of EMD and Tender Fee payment
1E Letter for Un-conditional Acceptance of terms & Acceptance Letter
conditions of tender as per Annexure-I
1F OEM Authorization OEM_Authority
1G Undertaking Letter as per Annexure-V Undertaking Letter
1H Undertaking stating its firm or its partners or its Directors Black_List_undertaking
have not been black listed
1I Details of GST registration And Undertaking regarding GST GST
(Annexure VIII)
1J Any other eligibility Other doc. eligible
2 Technical Bid
2A Technical compliance details as per annexure VI Technical compliance

2B Technical brochure of the product offered Tech_bochure

2D Any other Technical related documents Other Docs . Tech

2.2 The name of files uploaded in Procurement Portal should be corresponding to the
documents required.

E-Tender no.: 2020_AAI_XXXXX_1 Page 13 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

3. COST OF BIDDING: The Bidder shall bear all costs associated with the preparation and
submission of the bid. The Buyer, will in no case, be responsible or liable for these costs,
regardless of the conduct or outcome of the bidding process.
B. THE BID DOCUMENTS:
4. BID DOCUMENTS
4.1 The required materials, bidding procedures and contract terms are prescribed in the Bid
Documents. The Bid Documents include-
Section –I : NOTICE INVITING TENDER
Section-II : GENERAL INFORMATION & GUIDELINES
Section-III : GENERAL TERMS & CONDITIONS OF THE CONTRACT
Section-IV : SPECIAL CONDITIONS OF THE CONTRACT
Section-V : SCHEDULE OF QUANTITY
Section-VI : TECHNICAL SPECIFICATION
Section-VII : PORT CONSIGNEE / DELIVRY SCHEDULE
Annexure-I : ACCEPTANCE LETTER
Annexure-II : PERFORMANCE BANK GUARANTEE
Annexure-III : PROFORMA FOR EMD - BANK GUARANTEE
Annexure- IV : OEM AUTHORIZATION LETTER
Annexure- V : UNDERTAKING LETTER
Annexure -VI : COMPLIANCE STATEMENT
Annexure -VII : PERFORMA FOR INTIMATION OF FORCE MAJUERE
Annexure-VIII : UNDERTAKING – GST PROVISION
Annexure-IX : BANK ACCOUNT DETAILS
Annexure- X : LETTER FOR E-PAYMENT
Annexure- XI : LETTER OF INTENT
Annexure- XII : ACCEPTANCE OF LETTER OF INTENT
Annexure- XIII : APPLICATION FOR EXTENSION OF TIME
Annexure- XIV : AGREEMENT WITH SUCCESSFUL BIDDER
Schedule- A : FINANCIAL BID FORMAT
4.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the
Bid Documents. Failure to furnish all information required as per the Bid Documents or
submission of bids not substantially responsive to the Bid Documents in every respect will be
at the bidder's risk and shall result in rejection of the bid.
5. AMENDMENTS TO BID DOCUMENTS
5.1 At any time, prior to the date of submission of bids, the AAI may, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective Bidder, modify
the bid documents by amendments.
5.2 The amendments shall be communicated to all prospective bidders as corrigendum on the
portal and these amendments will be binding on them.

C. PREPARATION OF BIDS:
6. DOCUMENTS COMPRISING THE BID:
6.1 The bid prepared by the bidder shall be in two covers to be submitted as per following Para
of this Section. Each cover to contain the following components:

E-Tender no.: 2020_AAI_XXXXX_1 Page 14 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

6.1.1 Eligibility cum Technical Bid: Cover A


For provision of “SITC of Lightning Protection System (LPS) & Surge Protection Devices
(SPDs) with 5 years’ warranty”. consisting of the following documents.
6.1.1.1 All the relevant documents as asked for Eligibility Cum Technical criteria of the tender
as per clause 1.1.
6.1.1.2 Payment of relevant fees in favor of “AIRPORTS AUTHORITY OF INDIA”
payable at RANCHI.
6.1.1.3 Earnest Money Deposit (EMD) & Tender Fee
6.1.1.4 Documentary evidence established in accordance with Clause 8 of this section that the
bidder is eligible to bid and is qualified to perform the contract if his bid is accepted.
6.1.1.5 Compliance Statement.

6.1.2 Financial Bid: Cover B


For provision of “SITC of Lightning Protection System (LPS) & Surge Protection Devices
(SPDs) with 5 years’ warranty, at Birsa Munda Airport, Ranchi”.” consisting of the
following documents and filled online as per clause 7.

6.1.2.1 Financial Bid Form (to be uploaded on e-tender portal).


6.1.2.2 Bidder to quote cost for all the line items in the Bid form.
6.1.2.3 Incomplete bid form shall be rejected by AAI.

6.1.3 Following Documents in original shall reach O/o CNS In-Charge before last date of
bid submission:
6.1.3.1 Letter for Un-conditional Acceptance of terms & conditions of tender as per Annexure-I on
Company’s Letter head in Original.
6.1.3.2 Tender fee
6.1.3.3 EMD

7. BID PRICES:
7.1 The bidder shall fill the price schedule as follows:
7.1.1 Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. The Financial Bid shows the bill of
material for all items with scheduled quantities. Bidders are required to download the BoQ
file, open it and complete the unprotected cells with their respective financial quotes and
other details (such as name of the bidder). No other cells should be changed. Once the
details have been completed, the bidder should save it and submit it online, without
changing the filename. If the BoQ file is found to be modified by the bidder, the bid will be
rejected. It may be noted that only duly submitted bids shall be evaluated and bids just
saved but not submitted shall not be part of the evaluation process.
7.1.2 The tendered rate should be exclusive of any taxes, duties, cess, fee and charges levied
under any statute act and “Good and Service Tax” (Compensation to the states for loss of
revenue and after taking into account input credits). CGST/SGST/IGST is to be shown in
financial bid separately.

E-Tender no.: 2020_AAI_XXXXX_1 Page 15 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

7.1.3 An undertaking from the bidder shall be submitted that they are registered under
GST and compliant of GST provision.
7.1.4 In case of noncompliance of GST provisions and blockage of any input credit, the bidder
shall be responsible to indemnify AAI.
7.1.5 The bidder shall indicate all CGST/SGST/IGST separately in Financial Bid Form.
7.1.6 The Unit rate shall be inclusive of packing & forwarding charges if any.
7.1.7 The Unit Rate (Exclusive of all taxes) shall be used for calculating the total amount in the
Financial Bid.
7.1.8 In the event of any ambiguity, the Unit Rate given in the Financial Bid shall be taken as the
correct basis for calculating all other data. In the event of any Errors or Ambiguity in Unit
Rates itself the Financial Bid of the bidder shall be rejected.
7.1.9 The prices quoted by the bidder shall remain firm on the date of submission of the Bid and
shall not be subject to variation on any account. A bid submitted with an adjustable price
quotation will be treated as non-responsive and rejected.

7.2 The bidder shall quote only one price for each item of same specification against the
nomenclature shown in Financial Bid Form.
7.3 The bidder shall quote as per price schedule given in Financial Bid Form for all the items as per
specifications in Schedule-A.
7.4 Each Bidder should submit only one product for each item. Offering products of more than one
brand or multiple models of the same brand against one item shall make the technical /
financial bid of the vendor invalid and such offers shall be rejected at technical / financial stage
wherever such defaults are noticed.
7.5 Post offer discount, if any, offered by the bidders shall not be considered. Bidders’ planning to
offer discount shall therefore modify their offers suitably while quoting and shall quote clearly
net price taking into account discount, free supply etc. However, such discounts from the firm
declared as L1 on the basis of post bid negotiations if any shall be considered and such
negotiated offers when agreed by AAI & the bidder shall form a part of the financial Bid.

8. DOCUMENTS ESTABLISHING ITEMS CONFORMITY TO BID DOCUMENTS:

8.1 Pursuant to Clause 6, the bidder shall furnish, as part of his bid, documents establishing the
conformity of his bid to the Bid document of all Items and services, which he proposes to
supply under the Contract. Submission shall be as follows:

8.1.1 The documentary evidence of the Items and services in conformity to the Bid Documents
shall be in the form of literature, drawings and data that the Bidder shall furnish. These
shall be attached as Annexure to the Compliance Statement as per Clause 8.1.2 below.
8.1.2 Compliance Statement in Annexure-VI shall be in the format given below. Compliance
Statement shall be one of the two statements viz. “Complied or “Not complied”. No
other remark or comment will be accepted.
Sr. No. Specification Ref Complied / Not Complied

E-Tender no.: 2020_AAI_XXXXX_1 Page 16 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

8.1.3 Bidder must attach required technical brochures/literatures/data sheets for all the products
asked in the tender to ensure that compliance to all the specifications given in the tender
document can be verified. Non-availability of specifications (as mentioned in the tender
document) in the brochure/literature will be treated as non-compliance and no clarifications
shall be asked in this regard. If bidder fails to submit the required brochures/literatures
along with the tender document, it shall be treated as non- compliance and may lead to
outright rejection of bid submitted by bidder. No clarifications in this regard will be sought
from the bidder.
8.1.4 The supporting documents downloaded from websites shall have the complete URL of the
page in the header or footer.
8.1.5 Each specifications sought shall be marked or highlighted in the attached brochures /
literatures / data sheets. The brochures / literatures / data sheets shall be superscripted with
the Item Number and shall be arranged sequentially. The supporting documents shall carry
all the required specifications and same shall be marked.
8.1.6 The compliance statement submitted as per clause 8.1.2 shall be duly supported by
technical literature, equipment brochures & other related reports / documents from the
OEM. The compliance statement not supported by the documentary evidence shall not be
considered. Such bids shall be considered as non-responsive and may result in rejection on
technical grounds.
8.1.7 Bidder to submit letter indicating that the products offered by the bidder is available in the
market and will be supplied without any change in specifications & model during the
currency of the contract. In case of End of Life of offered product, alternate model with
equivalent or better specifications shall be acceptable with prior approval from AAI.
8.1.8 The product/configuration offered by the bidder must be standard and proven.

9. PERIOD OF VALIDITY OF TENDER (BID)

9.1 The offered Bid shall remain valid for a minimum of 180 days from the last date of submission
of bid. The bidder shall not be entitled, to revoke or cancel the offer or to vary any term
thereof, during the period of validity without the consent in writing of AAI. In case of the
bidder revoking or canceling the offer or varying any term in regard thereof, the bidder's
earnest money deposit shall be forfeited.
9.2 If there is any delay in finalization due to unforeseen factors, all the bidders shall be asked to
extend the validity for an appropriate period, specifying a date by which tender is expected to
be finalized. However, the tender process shall not be vitiated if any tenderer declines to extend
the offer as requested for. In case award of contract is not finalized within 150 days, AAI shall
request the bidders to extend the validity of bid and EMD. If bidder does not extend bid &
EMD then their bid shall not be considered for further evaluation and EMD shall be refunded.

10. FORMATS AND SIGNING OF BID:


The e-Bid shall be digitally signed by the bidder at e-tendering portal duly authorized to bind
the bidder to the contract. Written power-of-attorney accompanying the bid shall indicate the
letter of authorization. The person or persons signing the e-bid shall sign the bid, except for
printed literature. The e-bid submitted shall be in properly in readable form and encrypted as

E-Tender no.: 2020_AAI_XXXXX_1 Page 17 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

per e- tendering portal requirements. Standard Printed terms and conditions of the company
other than the NIT conditions shall not be considered.

SUBMISSION OF BID DOCUMENTS:


11. SEALING AND MARKING OF BIDS:
11.1 The bidders shall digitally sign & encrypt their bid and submit the bid on-line at CPP
procurement portal.
11.2 If all the envelopes are not digitally signed & encrypted the buyer shall not accept such
open bids for evaluation purpose and treated as non-responsive. Such bid shall be liable to be
rejected.

12. SUBMISSION OF BIDS:


12.1 The buyer shall receive the bids online through e-tender portal only not later than that
the schedule date specified in the NIT/CPP portal.
12.2 The AAI may, at its discretion extend this deadline for the submission of the bids by
amending the bid documents in accordance with Clause 5 in which case all rights and
obligations of the AAI and bidders previously subject to the deadline will thereafter be subject
to the deadline as extended.
12.3 The bidder shall submit his bid offer online at e-tender portal only. Digitally signed
tender document downloaded from e-tender portal shall be considered. No separate documents
shall be valid. Only relevant attachments, if any other than the tender document, shall be listed
out for reference.

13. LATE BIDS:


13.1 Any bid uploaded after the deadline, the portal system shall not permit uploading of
bids after the schedule time of submission.

14. CORRECTIONS / MODIFICATIONS AND WITHDRAWAL OF BIDS:


14.1 The bidder may correct, modify his digitally signed bid after submission prior to the
deadline, through provisions of e-tendering portal.
14.2 Subject to Clause 16, no bid shall be modified subsequent to the deadline for
submission of bids.

E-BID OPENING AND EVALUATION:


15. OPENING OF BIDS:
15.1 The Buyer shall open Bids on-line through e-portal as per schedule or as per intimation
of Bid Opening Date &Time to bidders. Bidders or his authorized representatives who choose
to attend on the opening date and time may do so if desired. The Bidder's representatives, who
are present, shall sign the tender opening register. The bidder shall submit authority letter to
this effect before they are allowed to participate in bid opening.
15.2 Maximum of two well-informed representatives of each eligible bidder shall only be
allowed to attend the opening of the bids.
15.3 Representative whose bid is not submitted/ rejected cannot attend the tender opening.

E-Tender no.: 2020_AAI_XXXXX_1 Page 18 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

16. CLARIFICATION / CONFIRMATION OF COMPLIANCE OF BIDS


16.1 The general eligibility criteria shall be evaluated during preliminary stage and the
vendors who have not submitted requisite documents shall be asked through AAI e-tendering
portal or by email to substantiate their claims with documentary evidence before a given date
failing which their bids shall not be considered further for detailed evaluation.
16.2 It may be noted that enquires / clarifications shall be responded only through e-
tendering Portal. All such queries shall be entertained which are received on or before last
date/time for submission of queries. AAI response will be uploaded through e-tendering portal.
Written responses and no verbal / telephonic enquiry shall be entertained during the tender
process.

17. EVALUATIONS AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS:


17.1 First Cover-A (Eligibility cum Technical) Evaluation:
17.1.1 The eligibility criteria shall be evaluated after opening of eligibility bids. Clarifications if
any shall be asked from bidders through e-tender portal to substantiate their claims with
documentary evidence before a given date, failing which their bids shall not be considered
further for technical evaluation. Bids meeting Eligibility Cum Technical criteria shall only
be considered for financial bid opening.
17.1.2 Bidders who have not submitted requisite documents shall be asked in writing to
substantiate their claims with documentary evidence before a given date failing which their
bids shall not be considered further for detailed evaluation.
17.1.3 The objective of the evaluation is to select a bidder that can provide the desired service with
maximum efficiency and quality and can respond to the changes of requirements of AAI in
terms of volume of operations and type of services required.
17.1.4 The Eligibility cum Technical bids of the bidders shall be evaluated for acceptability of
technical suitability. The technical requirements shall be verified against the manuals /
technical literature submitted by the vendors.
17.1.5 The vendors may be asked to substantiate their compliance submitted in the tender by
suitable documentation from OEM wherever the same is lacking, for example MAF, data
sheet etc. The Technical evaluators on their own may download the information from the
websites of the OEM(s) to verify the claims of the vendors. The technical Bids of the
vendors who fail to substantiate their claim on meeting the technical requirements even
after the above process shall be rejected.
17.1.6 AAI may seek performance report on a vendor for other clients whose references are given
in the tender. An adverse report from a client shall make the vendor technically unfit
leading to his rejection. The process of seeking performance report shall be kept
confidential so that the vendor is not able to influence the process.
17.1.7 As a part of evaluation, presentation / demonstration of the proposed solution may be
conducted. The bidder also needs to make necessary arrangements for reference site visits
by AAI Evaluation Team for similar engagements executed by them.
17.1.8 In case of deviations and exceptions to the provision of the Technical Specifications
indicated by the bidder in the proposal, AAI will evaluate the bid based on the reason and
justification of the alternatives submitted by the bidder.

E-Tender no.: 2020_AAI_XXXXX_1 Page 19 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

17.1.9 The technical bids with deviations shall be liable for rejection in the event of the reasons
and justifications provided by bidder is not satisfactory.
17.1.10Only those successful at Eligibility Cum Technical Bid Evaluation stage will be considered
for Financial Bid evaluation.

17.2 OPENING OF THE FINANCIAL BIDS:


17.2.1 Financial Bids of those vendors who qualify eligibility cum technically shall be opened
electronically at e- tender portal. Time and date of opening shall be notified through e-
tendering portal.
17.2.2 The bidder shall issue authority letters to their representatives to attend the opening of
financial bids if desired to be present at AAI premise.
17.2.3 The comparative statement (generated through the e-portal) will be evaluated by AAI.
17.2.4 The lowest financial bid shall be declared as L1 for award of the contract.
17.2.5 AAI’s decision in the evaluation process shall be final and binding on all Bidder.

18. CONTACTING THE BUYER:


18.1 Canvassing in any form in connection with the tenders is strictly prohibited and the
tenders submitted by the contractors who resort to canvassing are liable for rejection. Such
rejected tenders will not be returned.
18.2 No bidder shall try to influence directly or through external source, the Buyer on any
matter relating to its bid, from the time of publication of NIT till the time the contract is
awarded.
18.3 Any effort by a bidder to influence the Buyer in the bid evaluation, bid comparison or
contract award decisions shall result in the rejection of the bid, and such actions will be
considered as bad performance for future Projects.

19. AWARD OF CONTRACT


19.1 The acceptance of the tender will be intimated to the successful bidder by AAI, either
by fax or by Letter, e-mail, e-tender portal.
19.2 AAI shall be the sole judge in the matter of award of contract and decision of AAI shall
be final and binding.

20. RIGHT TO ACCEPT OR REJECT THE TENDERS:


20.1 The right to accept the tender in full or in part/parts will rest with AAI. However, AAI
does not bind itself to accept the lowest tender and reserves to it-self the authority to reject any
or all the tenders received without assigning any reason whatsoever.
20.2 Tenders not accompanied with prescribed information or are incomplete in any respect,
and/or not meeting prescribed conditions, shall be considered non-responsive and are liable to
be rejected.
20.3 The Buyer reserves the right to accept or reject any bid or a part of the bid or to annul
the bidding process and reject all bids, at any time prior to award of contract without assigning
any reason whatsoever and without thereby incurring any liability to the affected bidder or
bidders on the grounds for the Buyer’s action.

E-Tender no.: 2020_AAI_XXXXX_1 Page 20 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

20.4 Pursuant to Clause 20.3 the documentation submitted by bidder shall not be returned
unless the bidder explicitly states this request at the time of submission of the tender. AAI also
reserves the right at its sole discretion not to award any order under the tender called. AAI shall
not pay any costs incurred in the preparation and submission of any tender.
20.5 If the bidder gives wrong information in his Tender, AAI reserves the right to reject
such tender at any stage or to cancel the contract, if awarded, and forfeit the Earnest Money.
20.6 Tenders that are not accompanied with Earnest Money Deposit (EMD) shall be
rejected outright.
20.7 Should any bidder personnel involved in the project have a relation or relations
employed in AAI in the capacity of an officer or the authority inviting tender, the same shall be
informed by the bidder. In the event of failure to inform and in a situation where it is
established that the relation or relations employed in AAI has / have tried to influence the
tender proceedings then AAI at its sole discretion may reject the tender or cancel the contract
and forfeit the Earnest Money.
20.8 The requirements indicated in this NIT are the minimum and bids of the firms not
complying with these minimum requirements or having deviations equivalents to the minimum
requirements shall be liable to be rejected. However, higher than the minimum requirements
shall be technically acceptable without any additional financial implication.

21. ISSUE OF WORKS ORDER:


21.1 The acceptance of the tender will be intimated to the successful bidder by issuing Letter
of Intent. On receipt of letter of intent successful bidder shall send unconditional acceptance of
letter of intent to The Airport Director, Airports Authority of India, Birsa Munda Airport,
Ranchi-834002 within Five working days of issue of letter of intent through Fax/ Courier / by
authorized representative or as deemed appropriate, failing which it should be constituted that
he is not interested in the offer and hence not accepted the letter of intent unconditionally.
21.2 AAI shall issue the purchase order to successful bidder on receipt of acceptance of letter
of intent. Successful bidder shall return one copy of purchase order within seven working days
as a confirmation to acceptance of terms and conditions of purchase order duly signed by
him on each page of the order.
21.3 Acceptance of the Works order / Purchase Order will be deemed as effective from the
date of issue of Works Order / Purchase Order. All formalities of submission of the Contract
Performance Bank Guarantee and signing of the contract shall be completed within 30 days of
the issue of Work Order.
21.4 AAI shall be the sole judge in the matter of award of contract and the decision of AAI
shall be final and binding.

22. TRANSFER OF TENDER DOCUMENT


22.1 Transfer of Tender Documents by one bidder to another is not permissible. Similarly
transfer of tenders submitted by one bidder in the name of another vendor is not permissible.

E-Tender no.: 2020_AAI_XXXXX_1 Page 21 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

SECTION – III

GENERAL TERMS & CONDITIONS OF THE CONTRACT


1. Purpose & Scope

1.1 This document sets out the terms & conditions be met in connection with the provision of
“SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
warranty, at Birsa Munda Airport, Ranchi” to AAI for the work as per details given in the
notice inviting Tender with Scope of work in Section-V and specifications in Schedule-A.
1.2 This tender document includes details like quantity, delivery, installation, commissioning
(including Operating system & other software for the items as tendered for) & support services
during Warranty period etc.
1.3 The hardware & software supplied against this tender must include all the modules, sub
modules and items required for installation, smooth performance and crash recovery of the
system such as installation CDs, User’s Manual for Hardware, Software Manuals etc.

2. Compliance:

2.1 The unconditional acceptance of all the terms & conditions of the NIT has to be submitted
through a letter. The format of the letter is attached as Annexure-I.
2.2 The submission of the tender will imply acceptance of all the tender condition by the bidder
laid in tender document including all the Annexure(s) & schedules to the tender document.
2.3 The compliance to the terms & conditions should be supported by authenticated documentation
wherever required.
2.4 The submission of unconditional acceptance as described above is essential for the tender
evaluation. The failure to submit the unconditional acceptance statement in the said format
shall result in his tender being rejected.

3. Language and Currency:


The bidder shall quote the rates in English language and numerals. The rates shall be in whole
numbers. The rates shall be written in both figures as well as in words. In case of disparity in
figures & words, the rate in words will be considered. In the event of the order being awarded,
the language of all services, manuals, instructions, technical documentation etc. provided for
under this contract will be English. The bidders should quote only in Indian Rupees and the
bids in currencies other than Indian rupees shall not be accepted.

4. Standard Conditions.
4.1 Standard printed conditions of the bidder to the offer, other than the conditions specified here,
will not be acceptable.
4.2 For the purpose of the tender, the metric system of units shall be used.
4.3 All entries in the tender shall either be typed or be in ink. Erasers shall render such tenders
liable to summarily rejection. The bidder shall duly attest all corrections, cancellation and
insertions.
E-Tender no.: 2020_AAI_XXXXX_1 Page 22 of 83
SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

4.4 Bidder's offers shall be with reference to section and clause numbers given in the tender
schedules.
4.5 Purchase preference to Central Public Sector Undertaking shall be applicable as per the
directives of Govt. of India prevalent on the date of acceptance.

5. Earnest Money Deposit:

5.1 The Earnest Money Deposit (EMD), of Rs. 1,67, 080.00/- (Rupees One Lakh Sixty-Seven
Thousand Eighty Only) by way of PBG/DD, shall be remitted. Scanned copies of the
transaction report for EMD and tender fee shall be submitted in the Eligibility cum
Technical bid as per Para 2.1 “List of documents to be uploaded in the Eligibility Bid
Cum Technical (First Cover)” of Section II of the tender.
5.2 The EMD of the unsuccessful bidders of First Cover shall be discharged / returned after the
completion of the evaluation process.
5.3 The EMD of the bidders other than the lowest bidder shall be discharged / returned promptly,
after evaluation of financial bids.
5.4 The EMD of the successful bidder will be returned after the bidder provides the performance
guarantee, as required in Para 7 of this section of the tender document.
5.5 The EMD amount shall be forfeited in the following events:
5.5.1 Non-compliance of terms & conditions as per tender documents.
5.5.2 If the successful bidder fails to submit the performance guarantee as stipulated in para 7 of
this section within 30 calendar days after the receipt of the purchase order / work order.
5.5.3 In the event of not accepting the conditions of the contract even after agreeing to do so and
submitting the letter of un-conditional acceptance of terms as per letter in Annexure-I.
5.6 No interest or any other expenses, whatsoever, shall be payable by AAI on the EMD in any
manner.
5.7 AAI is liable to return EMD amount in INR only as submitted by bidders.
5.8 Bidders shall provide to AAI requisite Bank Account details for return of EMD.
6. The refund of EMD to bidders who fail to qualify the eligibility/technical stage shall be
initiated automatically within two weeks of their rejection. For all bidders whose financial
bids are opened the refund of EMD except for L1 bidder shall be processed within two
weeks of opening of financial bid.
6.1 If any successful shortlisted bidder, due any unsatisfactory reason in view of AAI, does not
want to further participate in the tender then EMD in any form of such bidders shall be en
cashed and forfeited.
6.2 If due some reason, AAI cancels this tender then EMD of all bidders without any interest shall
be returned.

7. Performance Bank Guarantee.


7.1 The successful bidder shall furnish the Contract Performance Bank Guarantee as specified in
the tender within 30 days of acceptance of purchase/work order. The value of Performance
Bank Guarantee shall be 10% of the total project cost for contract period from the issue of
purchase order. This has to be done in a fixed period of time as per terms and conditions of the
tender to avoid any delay in execution of work. In case of delay in execution of work the bidder

E-Tender no.: 2020_AAI_XXXXX_1 Page 23 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

shall be required to proportionately extend the PBG. In case successful bidder fails to submit
the PBG within stipulated period, interest @ 12% p.a. on performance Guarantee amount
would be levied (non-refundable) for delayed period of submission and shall be deducted from
EMD or First running Bill. In case successful bidder fails to submit performance bank
guarantee within 30 days, AAI reserves the right to forfeit EMD and cancel the order.
7.2 The performance guarantee amount shall be payable to AAI without any condition whatsoever
and the guarantee shall be irrevocable.
7.3 The performance guarantee shall be deemed to govern the following guarantees from the
successful bidder, in addition to other provisions of the guarantee:
7.3.1 The Hardware / Software supplied under the contract shall be free from all defects / bugs
and upon written notice from AAI, the successful bidder shall fully remedy, free of
expenses to AAI, all such defects / bug as developed under the normal use of the said
hardware / software within the period of guarantee/Warranty.
7.3.2 The performance guarantee is intended to secure the performance of the entire system.
However, it is not to be construed as limiting the damages stipulated in any other clause.
7.4 The performance guarantee will be returned to the successful bidder at the end of the period of
liability without interest.
7.5 The successful bidder will be fully responsible for the guaranteed performance of the supplied
systems under warranty period. In case of any problem after commissioning and during
guarantee/warranty period the successful bidder will depute required resources to AAI's site to
remove all defects at contractor’s cost.
7.6 The acceptance of valid reasons for non-compliance to 7.5 above shall attracts a fine at the
whole discretion of AAI (subject to maximum 10% of the Contract Value) and AAI’s decision
with regard to imposition of the fine shall be final. The fine shall be recovered from the Bank
Guarantee.
7.7 The Performance Bank guarantee shall be valid for Five years’ and six months from date
of issue and the claim period shall be valid for 90 days from date of expiry.
7.8 The Performance Security will be forfeited and credited to the accounts of AAI in the event of a
breach of contract by the contractor.

8. Correspondence:
8.1 All correspondence would be directly with the bidder and correspondence through agents will
not be entertained.

9. Testing and Inspection: The testing and inspection of the equipment / components procured
shall be carried out in two stages as follows
9.1
9.1.1 Pre-Dispatch Inspection and testing
AAI may conduct pre dispatch inspection at the factory / or premises of the supplier to
verify the specifications. The Supplier shall arrange the test and measuring equipment
necessary for conducting the test. Inspection report shall be jointly signed by the supplier
and buyers representatives. The supplier shall dispatch only the goods accepted in the
inspection. If any short comings noticed during the inspection shall be corrected before
dispatching the item. In certain cases, AAI may not conduct the pre-dispatch inspection and
the supplier will be required to submit a test certificate if asked.
E-Tender no.: 2020_AAI_XXXXX_1 Page 24 of 83
SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

The contractor shall intimate AAI the readiness for the pre-dispatch inspection at least 7
days in advance.
9.1.2 Post installation Acceptance testing / Inspection
This testing / inspection shall be performed at the AAI site after delivery and installation.
Defects / shortcomings brought out in this testing shall have to be attended as per the
contract within the permitted time schedule.

9.2 The testing & inspection as per above clauses in any way does not relieve the Contractor from
any Warranty or other obligations under this contract.

10. Extension of Time:

10.1 This work is urgent and hence the completion period as per contract shall be adhered to
strictly. However, in-case of extraordinary situations which may delay the completion of the
project, the contractor shall apply for extension in time.
10.2 AAI at its sole discretion may extend the time period for completion of the work
without any prejudice to operate the penalty clauses provided for in the Tender Document.
Such extension of time and the circumstances leading to the extension of time shall be
communicated in writing to the contractor.

11. Compensation for Delay:


11.1 Time is the essence of the Contract.
11.2 If the successful bidder fails to complete the supply / work within time fixed under the
contract, he shall pay to the AAI without prejudice to any other rights or remedy as may be
available to the purchaser, an agreed compensation amount calculated @ 0.5 % of the total
value of the uncompleted portion of the work per week or part thereof subject to a maximum
value equal to the 10% of Total Contract value. If the project is delayed by 4 weeks, AAI
reserves the right to cancel the contract. In case of cancellation of the contract the executed
work and hardware shall be property of AAI.
11.3 The amount of compensation for delay and waiver of compensation for delay in case of
justified reasons shall be decided at the discretion of Accepting Authority and the same shall be
final and binding on the contractor. Time taken by AAI and local statutory authorities for
providing clear site for installation, power supply etc., force majeure reasons and any other
reasons beyond control of the contractor shall be considered as justified reasons. The amount of
compensation may be adjusted or set off against any sum payable to the contractor under this or
any other contract with AAI.

12. Force Majeure:


12.1 AAI shall grant an extension of time limit set for the completion of the work / repair in
case the timely completion of the work is delayed by force majeure beyond the contractor’s
control, subject to what is stated in the following sub paragraphs and to the procedures detailed
there in being followed. Force Majeure is defined as an event of effect that cannot reasonably
be anticipated such as acts of God (like earthquakes, flood, storms etc.), acts of states, the
direct and indirect consequences of wars (declared or un-declared), hostilities, national

E-Tender no.: 2020_AAI_XXXXX_1 Page 25 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

emergencies, civil commotion and strikes (only those which exceed a duration of ten
continuous days) at successful Bidder’s factory. The successful bidder’s right to an extension
of the time limit for completion of the work in above-mentioned cases is subject to the
following procedures.
12.2 That within 10 days after the occurrence of a case of force Majeure, the bidder informs
the AAI in writing about the occurrence of Force Majeure Condition (as per Annexure-IX to
the tender document) and that the Bidder considers himself entitled to an extension of the time
limit. The contractor shall submit the application for extension of time as attached in
Annexure-IX.
12.3 That the contractor produces evidence of the date of occurrence and the duration of the
force majeure in an adequate manner by means of documents drawn up by responsible
authorities.
12.4 That the contractor proves that the said conditions have actually been interfered with the
carrying out of the contract.
12.5 That the contractor proves that the delay occurred is not due to his own action or lack of
action.
12.6 Apart from the extension of the time limit, force majeure does not entitle the successful
bidder to any relaxation or to any compensation of damage or loss suffered

13. Patents, Successful bidder's Liability & Compliance of Regulations

13.1 Successful bidder shall protect and fully indemnify the AAI from any claims for
infringement of patents, copyright, trademark, license violation or the like.
13.2 Successful bidder shall also protect and fully indemnify the AAI from any claims from
successful bidder's workmen/employees, their heirs, dependents, representatives etc. or from
any person(s) or bodies/ companies etc. for any act of commission or omission while executing
the Order.
13.3 Successful bidder shall be responsible for compliance with all requirements under the
laws and shall protect and indemnify completely the AAI from any claims/penalties arising out
of any infringements and indemnify completely the AAI from any claims/penalties arising out
of any infringements.

14. Settlement of Disputes

14.1 If a dispute of any kind whatsoever arises between the AAI and the Contractor in
connection with, or arising out of the Contract or the execution of the works, whether during
the execution of the Works or after their completion and whether before or after repudiation or
after termination of the contract, including any disagreement by either party with any action,
inaction, opinion, instruction, determination, certificate or valuation of the Project Manager or
his nominee, the matter in dispute shall, in first place be referred to the Station/Project In-
charge of AAI. He shall activate the dispute resolution mechanism to resolve the dispute in
question. Any party may invoke arbitration clause, if dispute in question is not settled by the
Dispute resolution mechanism.

E-Tender no.: 2020_AAI_XXXXX_1 Page 26 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

14.2 Unless the Contract has already been repudiated or terminated or frustrated, the
Contractor shall in every case, continue to proceed with the works with all due diligence and
the Contractor and AAI shall give effect forthwith to every decision of the Project Manager or
his nominee unless and until the same shall be revised, as hereinafter provided, by the Dispute
Resolution Mechanism or in an Arbitral Award
15. Arbitration and Law:
15.1 Except where otherwise provided for in the contract, all questions and disputes relating
to the provisions of this contract shall be settled under the Rules of Indian Arbitration and
Conciliation (Amendment) Act, 2015, within thirty (30) days (or such longer period as may be
mutually agreed upon from the date that either party notifies in writing that such dispute or
disagreement exists. The single Arbitrator for settlement of any dispute with regard to this
contract shall be appointed by the concerned RED/GM (CNS)/CIC of AAI. The venue of
Arbitration shall be Ranchi, India. The arbitration resolution shall be final and binding upon the
parties and judgment may be entered thereon, upon the application of either party, by any court
having jurisdiction.
15.2 Indian laws shall govern this contract.

16. TERMINATION FOR DEFAULT & RISK PURCHASE:

16.1 The AAI may, without prejudice to any other remedy for breach of contract, by written
notice of default, sent to the Contractor, terminate this Contract in whole or in part in any or the
following events.
16.2 If the Contractor fails to deliver any or all of the Items within the time period(s)
specified in the Contract or any extension thereof granted by the AAI.
16.3 If the Contractor fails to perform any other obligation(s) under Contract.
16.4 If the Contractor, in either of the above circumstances, does not remedy his failure
within a period of 30 days (or such longer period as AAI may authorize in writing) after receipt
of the default notice from AAI.
16.5 As a penalty to the Contractor the AAI shall en-cash Contract Performance Bank
Guarantee. The AAI in such case shall pay for the assessed value of the executed work that can
be used. No payment shall be made for the efforts put in by the Contractor in case the same are
of no value to AAI. The balance unfinished work of the project will be got done by fresh
tendering on Contractor’s risk and that extra expenditure will be recovered

17. TERMINATION FOR INSOLVENCY

17.1 The AAI may at any time terminate the Contract by giving written notice to the
supplier, without compensation to the Contractor, if the Contractor becomes bankrupt or
otherwise insolvent as declared by the competent court provided that such termination will not
prejudice or affect any right or action or remedy which has accrued or will accrue thereafter to
AAI. In the event of termination for penalty to the contractor shall be applicable.

18. SET OFF:

E-Tender no.: 2020_AAI_XXXXX_1 Page 27 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

18.1 Any sum of money due and payable to the contractor (including security deposit
refundable to him) under this contract may be appropriated by the Buyer to set off the same
against any claim of the Buyer for payment of a sum of money arising out of this contract made
by the Contractor with Buyer.

19. Deviation in Quantity:


19.1 AAI reserves the right to change the quantity or part thereof, but within the overall
deviation limit of 30% of the contract value.
19.2 AAI also reserves the right to purchase Extra item, Substitute items as per site
requirements up to the overall limit of 30% of the contract value.
19.3 The overall deviation, Extra item or the substitute items taken together shall not exceed
30% of the contract value unless until it is mutually agreed by both the parties and a specific
order is placed on the vendor in this regard.
19.4 The quantity of item specified is based on approximation. However there may
additional requirement as per actual and same shall be supplied on prorate basis as per
Purchase order after formal approval by competent Authority as per NIT conditions.

20. Limitation of Liability

20.1 Notwithstanding any other term, there shall be no limitation of liability in case of any
damages for bodily injury (including death) and damage to real property and tangible personal
property due to gross negligence and willful misconduct of the other party.
20.2 In all other cases not covered by Para 20.1 above the total liability of either party under
the terms of the contract shall not exceed the total contract value and in no event shall either
party be liable to the other for any indirect, incidental, consequential, special or exemplary
damages, nor for any damages as to lost profit, data, goodwill or business, nor for any reliance
or cover damages even it was advised about the possibility of the same.
20.3 Repeat Order: AAI reserves the right to place repeat order, 50% the quantity of the
original order, within a period of one year from the date of issue of P O, at the same prices
without any other conditions.

21. Project Schedule & Monitoring


21.1 The vendor shall plan various activities and submit the execution schedule within one
week of award of the work. The execution schedule should clearly indicate all activities and the
time required for completion of each activity taking the total project time as specified in para 2
above. Parallel activities and the dependent activities for each activity may be required to be
specified in the schedule. The vendor would be required to submit the bar chart for all the
activities along with the schedule. The project shall be closely monitored with respect to this
schedule. The project review & coordination meetings shall be held once in 15 days with
respect to this schedule. Any slippage from the schedule in completion of one activity and
resultant delay / impact on the overall completion schedule shall be reviewed in each review
meeting and the vendor would be required to take corrective actions to bring back the project
on schedule.

E-Tender no.: 2020_AAI_XXXXX_1 Page 28 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

21.2 The Bidders may visit the sites if they so desire. AAI shall facilitate such visits. For any
coordination in this regard bidders may send a formal request on the e-mail id
apd_verc@aai.aero & cnsicverc@aai.aero
21.3 The vendor should deploy well trained personnel at the site. AAI shall not be
responsible for any incident or accident happening at the site due to the negligence of the
personnel deployed by the bidder. The bidder shall absolve AAI against all such claims.
21.4 The Contractor shall not employ any person of age below 18 years’ and above the age
of 60 years’ and the persons so engaged shall be sound in health capable of performing their
work as per instructions and should not be suffering from any illness, infection and disease.
21.5 AAI shall have the rights to remove any deployed personnel from the duty whose
conduct is found to be improper and whose presence and participation in the execution of the
work under the contract is considered to be undesirable.
21.6 The Supplier is responsible for all unpacking, assemblies, wiring, installations, cabling
between hardware units and connecting to power supplies at site.
21.7 The Supplier will test the devices operations and accomplish all configuration
adjustments necessary for successful and continuous operation of the Storage at the installation
site.
21.8 Quantity ordered may vary as per site conditions / requirements.

22. Works to be done by the contractor :


22.1 Unless and otherwise mentioned in the tender documents, the following works shall be
done by the contractor, and therefore their cost shall be deemed to be included in their tendered
cost:-
22.1.1 Foundations for equipment and component where required, including foundation bolts.
22.1.2 Cutting and making good all damages caused during installation and restoring the same to
their original finish.
22.1.3 Sealing of all floor openings provided by him for pipes and cables, from fire safety point of
view, after laying of the same.
22.1.4 Painting at site of all exposed metal surfaces of the installation other than pre-painted items
Damages to finished surfaces of these items while handling and erection, shall however be
rectified to the satisfaction of the Engineer-in-charge.
22.1.5 All works which are not specifically mentioned but are incidental and required for the
proper performance of the material/equipment/function.

23. Tools for handling and erection :


23.1 The contractor shall provide all the necessary tools, machinery and labor etc. to
complete the work in the prescribed time frame as per the defined specifications. If
specific tools & machinery are necessary to complete the work, they might be explicitly
mentioned in the bid. However, ensuring the work to be performed remains the
responsibility of the contractor; the purchaser shall not be held responsible for work that has
been delayed because of the absence of a given tool/machinery.
23.2 Security Pass: The SITC work lies in the restricted area in AAI premises. The
Contractor shall apply in writing in advance of issue of necessary entry passes on company’s
letterhead to workmen engaged by him. The submission of applications for Temporary photo

E-Tender no.: 2020_AAI_XXXXX_1 Page 29 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Identification cards (PICs) in advance along with Certificate of Police Verification etc. as per
the prevailing practice and regulations of BCAS will be the responsibility of contractor. Any
financial expenditure involved such as fees for PICs, Photos, and fees for Police Verification if
anything will be borne by the contractor.
23.3 It will be the duty of successful bidder to get themselves registered in the e-SAHAJ
portal by visiting Ministry of Civil Aviation, Govt. Of India portal
https://esahaj.gov.in/esahajmoca and get security clearances Online, for issuance of Airport
Entry Passes. It will not be the responsibility of AAI for the delay in completion of work due to
Online Security Clearance from e-SAHAJ portal.
23.4 The PICs has to be re-validated in advance to ensure that the employees are always in
possession of their entry passes. No employee will be permitted in the terminal buildings and
operational areas without valid PICs. The contractor shall be responsible for misuse of any
token / Entry Pass and be liable for action by security agencies at the airport.
23.5 The contractor and his employees shall abide by security regulation framed by AAI,
BCAS, CISF Authorities. Any worker of the contractor, whose presence is found undesirable in
AAI premises, shall not be allowed to work in operational area of the Airport. The contractor
shall be fully responsible for the working of his staff.
23.6 Compliance of the provisions of statutory requirements: The contractor shall comply
with all necessary rules & regulations of central/ local state government related to the contract
and the contractor shall be responsible to maintain all requisite documents for reference to
statutory authorities and AAI as & when asked for.
23.7 In respect of all workers employed directly and indirectly on the works, the successful
tenderer at his own expenses will have to arrange the safety provisions to comply with the
statutory regulations and CPWD safety codes for the manpower deputed for the work.
23.8 Any expenditure in compliance with the statutory requirements related to the contract
shall be borne by the contractor.
23.9 Safety measure & responsibilities: It shall be the responsibility of the contractor that
all necessary safety measures and precautions are invariably ensured while performance of the
contract work and AAI shall not be responsible for any injuries / accidents suffered by contract
labour.

23.10 Co-ordination with other agencies :


23.10.1The contractor shall co-ordinate with all other agencies involved in the work so that the
work is not hampered due to delay in his work.
23.10.2Land for labour camps/staff: No labour /staff camps shall be permitted within the airport
limit and the contractor shall make the necessary arrangements at his own cost for their
camps.

24. Care of AAI installations :


24.1 Care shall be taken by the contractor to avoid damage to the AAI installations such as
underground cables, hard surface areas, water mains, other operational installations, etc during
execution of his part of the work. Contractor will be responsible for repairing all damages
and restoring the same to their original finish at his own cost. He shall also remove at his
cost all unwanted and waste materials arising out of his work from the site.

E-Tender no.: 2020_AAI_XXXXX_1 Page 30 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

24.2 Addition to an installation:


24.2.1 Any addition temporary or permanent to the existing electrical installation shall not be
made without a properly worked out scheme/ design by a qualified Electrical Engineer to
ensure that such addition does not lead to overloading, safety violation of the existing
system.
24.3 Work in occupied buildings:
24.3.1 When work is executed in occupied/operational area, there would be minimum of
inconvenience to the users. The work shall be programmed in consultation with the Project
–in charge and the occupying department. If so required, the work may have to be done
even before and after office hours Day/Night.
24.3.2 The contractor shall be responsible to abide by the regulations or restrictions set in regard to
entry into, and movement within the premises.
24.3.3 The Contractor shall not tamper with any of the existing installations including their
switching operations or connections there to without specific approval from the Project -in-
charge.

25. Drawing: Prior to start the execution of the work, contractor SHALL CONDUCT A
DETAILED SURVEY WITH AAI FOR FINALISING THE LAYING METHODS AND
SHEDULE OF ACTIVITIES ETC. Based on the survey, contractor shall submit a coloured
plan layout within 5 days of the award of the work clearly showing route of the cables, length
of the cables, Location, length of the pipes and its feasibility to AAI for further approval by
Competent Authority.

26. DAMAGE TO PERSON AND PROPERTY: The Contractor shall indemnify and keep
indemnified AAI against all losses and claims for injuries or damage to any person or any
property whatsoever, which may arise out of or in consequence of the construction and
maintenance of the works by them and against all claims, demands and proceedings of or in
relation thereof.

27. THIRD PARTY INSURANCE Before commencing the execution of the works the contractor
(But without limiting his obligations and responsibilities) may insure against any damage, loss
or injury which may occur to any property (including that of the Employer) or to any person,
including any employee of the employer by or arising out of the execution of the works or
temporary works or in carrying out of the contract.

28. SITE PRECAUTIONS


28.1 Any materials found lying outside the sites approved by the Project-in-Charge shall be
removed by the contractor at the risk and cost of the contractor.
28.2 With regard to construction safety measures, the contractor shall adhere to various
Indian Standard Codes of Practice, requirements of Provincial Government and local Municipal
Authority wherever the provisions of the latter two agencies shall be more stringent than the
provisions of the former. When these codes do not exist, the contractor shall adhere to such
safety measures as directed by the Project -in-Charge.

E-Tender no.: 2020_AAI_XXXXX_1 Page 31 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

28.3 The contractor shall be responsible for any damage, resulting from his operations, either
to buildings, structures, airport fixtures such as underground cable, contact lights, hard surface
areas, water mains, other operational installations etc. The contractor shall restore, replace or
repair any such damage to the complete satisfaction of the Engineer-in Charge and in default
the Engineer-in-Charge may cause the same to be made good by any other means and deduct
the expenses from any sums due to contractor.
28.4 No payment will be made to the contractor for damage caused by rains or other natural
calamities during the execution of the works and no such claim on this account will be
entertained.

E-Tender no.: 2020_AAI_XXXXX_1 Page 32 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

SECTION – IV

SPECIAL CONDITIONS OF THE CONTRACT


1. Standards
1.1 All hardware, software, installation and workmanship shall be in accordance with the highest
accepted industry standards for this type of work.
1.2 The requirements given in this document are firm and no deviation of any kind is acceptable.
1.3 Specification/Configuration of items are defined as minimum requirement in Schedule-A,
however higher version/model may be quoted in case of non-availability or end-of-life of
proposed model/version with recommendation/certification letter from OEM.

2. Time Schedule
2.1 The work as per the Notice Inviting Tender shall be completed within 60 days of placement
of work order from AAI or as per the schedule submitted by the bidder whichever is less.
2.2 Time - The Essence of Contract
2.2.1 The time and date of completion of the works as contained in the supplier’s proposal and as
agreed to contractually after modifications, if any, shall be final and binding upon the
supplier. It must be understood that the supplier has made the proposal after fully
considering all such factors which may have any bearing on the time schedule of the
contract, and no extension in the schedule whatsoever shall be permitted on these accounts
by AAI.

3. Delay & Non-Conformance


3.1 In case of the above time scheduled including levy of compensation for late delivery of systems
as contained in of Section-III of the tender document not being adhered to, AAI has the right to
cancel the order wholly or in part thereof without any liability to cancellation charges and
procure the goods / software elsewhere in which case the successful bidder shall make good the
difference in the cost of goods procured elsewhere and price set forth in the order with the
successful bidder.

4. Payment terms
4.1 70% of purchase order price for supply of items and 100% of freight, insurance, taxes and
duties against receipt of goods at site in good condition.
4.2 Balance 30 % of goods cost and 100% of Installation, Testing and commissioning cost on
completion of Installations and site acceptance by AAI.
4.3 Documents required for release of payment
4.3.1 Invoice + 2 copies
4.3.2 Itemized Packing list + 2 copies
4.3.3 Proof of dispatch of items etc.
4.3.4 GST Undertaking & Duly Filled Bank Mandate Form
4.3.5 Site acceptance certificate of goods received at site in physically good packed condition
4.3.6 Installation / commissioning Certificate (As applicable for final payments). This clause will
not be applicable for supply only contracts.
E-Tender no.: 2020_AAI_XXXXX_1 Page 33 of 83
SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

5. Guarantee / Warranty
5.1 All goods or material or spares. Accessories, peripherals shall be supplied strictly in
accordance with the specifications to full AAI satisfaction approved by nominated project
officer for each site. No deviation from such specifications of these conditions shall be made
without AAI's Consent. Agreement in writing shall be obtained before any work against the
order is commenced. All materials furnished by the bidder firm pursuant to the Order
(irrespective of whether engineering/design or other information has been furnished, reviewed
or approved by AAI) are required to be guaranteed to be of the best quality of their respective
kinds (unless otherwise specifically authorized in writing by AAI) and shall be free from faulty
design to the extent such design is not furnished by AAI. The goods/material used by the
bidder firm and its workmanship shall be of proper quality so as to fulfill in all respects, the
operating conditions and other requirements specified in the order.
5.2 If any trouble or defect originating from the design, materials, workmanship or operating
characteristic of any materials arise at any time prior to 60 Months warranty & Service
support period (unless otherwise specifically mentioned separately) from date of
successful installation & SAT , and the bidder firm is notified thereof, the bidder firm at his
own expense and at no cost to AAI, make such alterations, repairs and replacements at the site
within 07 working days as may be necessary to permit/facilitate the functioning of the
equipment/item in accordance with the specifications in Section C. The guarantee/warranty
period of repaired or replaced goods shall be extended for a period equal to the turnaround time
(i.e. out of service period).
6. Bidder shall intimate OEM warranty period for all active component in their bid
document so that AAI can take warranty benefit beyond mandatory 05 years’.
7. In the event that the materials supplied do not meet the specifications and/or are not in
accordance with the drawings, data sheets and rectification as required at site, AAI shall inform
the bidder firm giving full details of deficiencies. The bidder firm shall, at his own expense,
meet and agree with the representatives of AAI the action required to correct the deficiencies
and shall attend to the deficiencies at his own expense. Replacement under warranty clause,
within 7 working days, shall be made by the bidder firm free of all charges at site including
freight, insurance and other incidental charges.
8. Bidder firm shall obtain guarantee/warranty certificates and declaration from OEM(s) for
requisite period as specified in Para 16 (b) and provide/extend all guarantee/ warranty
certificates from OEM(s) in case of supplies to AAI.
9. Bidder firm shall be overall responsible for guarantee/warranty to AAI and shall coordinate
with respective OEM(s) and suppliers for effective guarantee/warranty at its own cost.
9.1 The successful bidder/contractor shall attend at his own expense and get the defect/bugs
removed in the systems as detected by AAI during the period of warranty & Service support
(05 years’) from the date of installation or OEM standard whichever is higher. In case of
manufacturing or inherent defects, the system shall be replaced free of cost.
9.2 The Bidder hereby represents and warrants that (i) the Services/Products as supplied, installed,
tested and accepted; (ii) use of the Services/Products in accordance with the Contract; and (iii)
the Software and Documentation provided to AAI in accordance with the Contract do not and
will not infringe any Intellectual Property Rights.

E-Tender no.: 2020_AAI_XXXXX_1 Page 34 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

9.3 The contractor shall replace any parts, including the supplied software found defective during
warranty period without any charges whatsoever to AAI.
9.4 During warranty & service support period, the contractor shall provide free replacement of any
defective spares of the equipment supplied against this work.
9.5 Contractor shall repair the unserviceable items failed during the warranty & service support
period within turnaround time of 15 days. Turnaround period is defined as the time period
between the unserviceable item received by the supplier in factory and time when serviceable
item is dispatched from the factory. Any delay in repairing the unserviceable card shall attract
LD which shall be deducted from the SD/performance Bank Guarantee.
9.6 A sum equivalent to 0.5 (half) per cent per week for the price of uncompleted portion / activity
/ delivery of contract cost executed / completed beyond delivery schedule will be recovered as
liquidated damages. The total damages will not exceed 10 (Ten) per cent of the value of
delayed goods. The liquidated damages will be calculated on the base cost without the Govt.
taxes and duties.
10. Warranty & service conditions
WARRANTY AND SERVICE SUPPORT RELATED TERMS AND
J
CONDITIONS
Minimum 5 years’ OEM WARRANTY on all supplied items with onsite support
1.
in case of any physical/Electronic breakdown/Un-Serviceability
If any trouble or defect originating from the design, materials, workmanship or
operating characteristic of any materials arise at any time prior to
Guarantee/Warranty and the bidder is notified thereof, the bidder at his own
expense (including freight, duty and customs for sent for repair) and at no cost to
2. AAI, as promptly as possible make such alterations, repairs and replacements at
the site as may be necessary to permit facilitate the functioning of the equipment
in accordance with the specifications. The warranty period of repaired or replaced
goods shall be extended for a period equal to the turnaround time (out of service
period).
The contractor shall replace any parts; found defective during warranty period
without any charges whatsoever to AAI. During warranty period, the contractor
3.
shall provide free replacement of any defective spares of the equipment supplied
against this work.
The Contractor shall arrange for the necessary Airport Entry Pass for the Persons
employed for this Contract with concurrence from AAI, abiding to the existing as
4. well as the future norms (if any change occurs) for obtaining the same. Also, the
Contractor shall ensure that the engineers and workmen employed for this contract
shall abide by the rules and conduct of the AAI in force from time to time.
The responsibility of maintaining the stock of spare parts (original OEM) /
5. subsystems needed for maintenance of the equipment under the purview of this
contract shall be the responsibility of the SUCCESSFUL BIDDER.
The Contractor shall ensure that the components under the purview of this contract
are not down for more than 48 hours for major complaints from the time of
6.
registration of complaint. The above period shall however exclude Sunday and
other public holidays or other periods when access to the user premises is
E-Tender no.: 2020_AAI_XXXXX_1 Page 35 of 83
SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

restricted due security or other reasons, not directly under the control of AAI or
the Contractor.
AAI shall terminate the contract and takeover the system maintenance at any time
without notice, in case the services are not found satisfactory. Under such
7. conditions, all the defects shall be rectified at the risk and cost of contractor. AAI
has the right to terminate the tender with one month notice, if AAI decided to
replace the components with New one or closure of the facility/system.
The WARRANTY shall include the cost and supply of all spares and replacement
8.
of the same in the system as and when required.
For any loss or damage to the AAI installations due to faulty or poor maintenance,
the contractor shall be liable for compensation to the extent of damage done. AAI
9.
shall have full authority to get the damage rectified at the contractor’s risk and
cost.
The successful bidder shall provide Corrective, Break down maintenance services
10.
at site at AAI premises at Birsa Munda Airport, Ranchi.
Penalty clause for Warranty
In case the contractor fails to rectify the problem within 48 hours, he has to
provide a standby of the facility. Otherwise AAI at its discretion shall get the
1. faulty items repaired from other sources at the risk & cost of the successful bidder.
In such an event AAI shall deduct a fine equal to the repair charges plus all other
incidental charges.
In case the contractor provides a Stand By facility, he has to service the original
component within 15 Days’ time and replace the same. In case the Original cannot
2. be repaired, the contractor has to provide a component of same or better version to
AAI and the same has to be certified by the authorized representative of AAI. The
Faulty component will also become the property of AAI.
In case no Stand By component is provided by the contractor, for component
failure for more than 48 Hrs, penalty per week will be calculated at the rate of 0.5
3. % of the total security deposit for that tender. Time will be calculated beyond the
turnaround time of 24 HRS.

11. Termination:
11.1 AAI can cancel the complete contract or any part/parts thereof by giving a notice of 30
days in advance. However, the contract may be cancelled with immediate effect on security
grounds or on an urgent operational ground.

E-Tender no.: 2020_AAI_XXXXX_1 Page 36 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

SECTION –V
Scope of Work & Schedule of Quantities

Scope of Work
a) Supply and fixing of primary and secondary level protection units at power room with all
required accessories.
b) Supply and fixing of equipment level protection units at equipment rooms with all required
accessories and E+N voltage shall be less than <1.0 volt.
c) Supply and laying of 35 sq mm copper cable for earth bonding through suitable GI pipe in
ground for to connect earthing with junction box.
d) Supply and fixing of Transient bonding between LA and Electrical Earthing with all required
accessories.
e) Equipment bonding shall be done with 10 sq mm copper cable and 16 sq mm shall be used for
power supply bonding with the Units.
f) Exposed cabling shall be covered with PVC cable channel/PVC pipe/ PVC casings in above
mentioned equipment rooms.
g) Integrated Earthing Layout Plan" shall be made available to O/o CNS In-Charge, AAI, Ranchi,
after satisfactory Completion of the Work, which will be duly inspected by Team of CNS
Officials from AAI.
h) Wherever necessary, conduit pipes shall be used for laying cables to protect the Cables used for
interconnection of Earth Pits and bonding from Potential damage.
i) If any Core cutting is carried out, on the Pavements and Roads for the scheduled Works, the
same shall be properly filled with concrete and restore to its original state.
j) All the Devices, Components, inter connecting cable, Connectors shall be in Conformance with
IEC Specifications and Standards (ANSI/UL 467 Grounding and bonding of Equipment.)
and is to be provided by the successful bidder.
k) Successful bidder will be required to submit/ carry out following before the Site Acceptance
Test (SAT) of the installed SPD & LPS system:
i. Vendor shall impart one day on job training on configuration of devices installed.
The scope of training shall also include addition or deletion of new
installation if any.
ii. Vendor shall provide complete documentation (Hard Copy as well as Soft Copy) of
system performance, configuration and any other details required by AAI.
iii. Any special software used in the system, a licensed copy of same shall be provided
to AAI for preservation and future reference.
iv. Two copy of colored route layout diagram in A1 size shall be provided for installed
system and connectivity thereof for the equipment.

E-Tender no.: 2020_AAI_XXXXX_1 Page 37 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

General Technical specifications of tender shall be following: -

✓ The vendor/supplier/system integrator shall be responsible for complete Supply, Installation,


Testing and Commissioning of the Lightning, Surge Protection and Earthing System of the
facility.
✓ The vendor/supplier/system integrator shall design and provide a comprehensive Lightning,
Surge Protection and Earthing System which shall meet the following National and
International Standards: -
IS/IEC 62305 : 2010 Protection against Lightning (Part 1 to 4)
IS -3043 Code of practice for earthing
IS -5216 Safety procedures & practice in electrical work
IEC -62305 Protection against Lightning
IEC -61643 Low Voltage Surge Protective Devices
IEC -60364 Low Voltage electric Installation:
ANSI/UL 467 Grounding & Bonding Equipment
✓ The lightning & Surge Protection System provided shall be a comprehensive system i.e. it
should include: -
o Power Supply Surge Protection System at the input of Equipment room where the
facility is proposed to be installed and each distribution board which will supply power
to the equipment and its accessories.
o Surge Protection system should be provided to all incoming and outgoing cables
connected to system such as Data lines [Telephone, OFC, RC cables etc] and RF Cables
etc. Standard bonding of cable shields/trays to ground at building entry/exit points must
be ensured.
o Air Terminals/Lightning Rods should be positioned to give full coverage of structure
[Building, Antenna, Mast etc.] against the lightning.
o Earthing system shall meet the following requirements:
▪ Provide safety to equipment from power line faults, lightning and surges.
▪ Provide a common reference ground plane for electronic equipment which will
minimize electronic system noise and electromagnetic interference (EMI).
▪ The grounding system design shall be based on single grounding network with
multiple earths.
✓ A Connection made up by materials which do not comply with the chemical chain of materials
choice like Copper and steel irrespective of their grade is not allowed to be connected with
unless separated by appropriate means as stipulated within IEC-62305-3.
✓ IEC 62305 regulatory norm permits only one common grounding network. This common
grounding network must interconnect or cross mesh all the sub components of the CNS system
like its building, CNS antenna. Even the grounds of lightning protection system need to be
connected to the common grounding network. All external metal structures must be connected
to the ground network.
✓ Lightning protection by systems like “Early Streamer emission”, “Dissipation Array Systems”
or “Charge Transfer Systems” are not allowed under standards of US National Fire Protection
Association (NFPA), IEC, IEEE, Underwriters Laboratories (UL), US Military etc.

E-Tender no.: 2020_AAI_XXXXX_1 Page 38 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

✓ The power cable shielding must be connected to a common ground point.


✓ The mains in-leading and out-leading armoured power cable must have its shield grounded
with its PEN conductor to one common ground bus bar. The grounding must be done within 20
cm of the cable entry/exit point to/from the building.
✓ The mechanical shield of each RF cable entering or leaving the building must be bonded to the
ground at the point where it enters/leaves the building, but not more than 20 cm inside the
building. Preferably it should be done outside the building.
✓ The COM cable used for data communication should have its mechanical armouring and inner
static shield connected to ground only at one end, say the TWR side and not at both ends.
✓ The ground connection for static issues must use a connecting wire of cross-sectional area 16
mm2 or more and use the shortest path to the near most ground.
✓ All multi strand wire must use cable end sleeves and cable end lugs to enable proper
installation and also to reduce chemical chain involved in corrosion. Any flat tape or round
wire / cable connections must utilise termination clamps or brackets.
✓ Materials and dimensions of bonding components for connection of individual equipment’s
with Equipotential bus bar and earth electrode shall be as given below: -
Component /Bonding Material Size
Main Equipotential earth Copper 300X25X6 mm (min.)
busbar (MEEB)
Sub Equipotential earth Copper 150X25X6 mm (min.)
busbar (SEEB)
Individual equipment’s to Multi-strand single core PVC 10 sq.mm
SEEB using copper lugs with insulated copper cable as per
stainless steel nut and bolts. IS:694
SEEB to MEEB using copper Multi-strand single core PVC 16 sq.mm
lugs with stainless steel nut insulated copper cable as per
and bolts. IS:694
Surge protection devices Multi-strand single core PVC 16sq.mm
(SPD) to MEEB using copper insulated copper cable as per
lugs with stainless steel nut IS:694
and bolts.
MEEB to main earth Multi-strand single core PVC 35sq.mm
electrode. insulated copper cable as per
IS:694 (Duplicated)
Main earth pit to other earth Copper tape 25X2 mm
pit in case of loop earth

E-Tender no.: 2020_AAI_XXXXX_1 Page 39 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Schedule of Quantities
Sl. No. Item Description Qty. Remarks
1. THREE PHASE SERIES SURGE FILTER CONFORMING TO UL
1449 STANDARDS WITH ACCESSORIES ENCLOSED WITH 12 Nos.
RATED LOAD CURRENT 63 A
2. ENCLOSURE FOR ITEM No. (1) 12 Nos.
3. COMPREHENSIVE THREE PHASE MAINS PANEL SURGE
PROTECTION SYSTEM COMPRISING INTEGRATED CLASS
B+C (TYPE1 AND TYPE2 TESTED) SURGE PROTECTION 5 Nos.
DEVICES CONFORMING TO IEC61643-11:2011 STANDARDS
WITH ACCESSORIES ENCLOSED
4. ENCLOSURE FOR ITEM No. (3) 5 Nos.
5. COMPREHENSIVE SINGLE-PHASE SURGE PROTECTION
SYSTEM COMPRISINGINTE GRATED CLASS B+C (TYPE1
AND TYPE2 TESTED) SURGE PROTECTION DEVICES 9 Nos.
CONFORMING TO IEC61643-11:2011 STANDARDS WITH
ACCESSORIES ENCLOSED
6. ENCLOSURE FOR ITEM No. (5) 9 Nos.
7. TYPE1 SURGE PROTECTOR FOR RFCOAXIAL CABLES
CONFORMING TO IEC61643-21/UL497C STANDARDS, AS PER
50 Nos.
SPECIFICATION IN ANN EXURE III WITH I/O TERMINATION
CONNECTOR (MALE/FEMALE) OF N TYPE
8. L-SHAPED MOUNTING BRACKET WITH SCREWS FOR
50 Nos.
COAXIAL SPD
9. 19' RACK MOUNTED 24 PORT ETHERNET SURGE
4 Nos.
PROTECTORS
10. 10' PAIR KRONE TYPE SPD 100 Nos.
11. ETHERNET SURGE PROTECTION RJ45 30 Nos.
12. CONVENTIONAL LIGHTNING PROTECTION SYSTEM WITH
INDIVIDUAL EARTH PITS (INTERCONNECTED) FOR ATC Qty. 02
BUILDING. Refer Diagram below

E-Tender no.: 2020_AAI_XXXXX_1 Page 40 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

The connectivity for the lightning arrestor shall be as given:

E-Tender no.: 2020_AAI_XXXXX_1 Page 41 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

SECTION –VI

Technical specification
(WITH ITS COMPLIANCE STATEMENT TO BE GIVEN BY TENDERER)
Sl. No. Item Description Technical Specifications
Connection type - Shunt
Modes of protection - L-L, L-N, N-PE
Nominal voltage Uo - 230 VAC
Short circuit withstand level - ISCCR - 50 Ka
Maximum discharge current (8/20 μs) Imax - 200KA
L-N Impulse current (10/350μs) Iimp - 25KA
1st stage surge
L-N Nominal discharge current (15 x 8/20μs) In - 80KA
protection
(MULTIMOV L-N Voltage protection level @ 3kA (8/20μs) - < 700 V
high energy surge N-PE Voltage protection level @ 1kv / μs -< 1200 V
diverters) All primary SPD shall be protected by re-settable
dedicated surge protector disconnector over current
protection for any shunt connected SPD with an Imax
rating up to 200kA or an Iimp rating to 25kA.
Impulse current withstanding (10/350 μs) 25kA
63 A Tripping value under power frequency current - 3±1A
Three Rated service short-circuit breaking capacity - 50kA
stage 3dB Frequency @ 50W - 420Hz
Surge
Displays - LED status % active
Filter
1. Alarms segment failure and overcurrent / thermal
with
overload, SPDT contact
bypass
Alarm isolation to active circuitry - 4kV
switch
Voltage protection @ 3kA (8/20μs) UP <360V
Qty. 12 Connection type UIK35 Terminals
Terminal capacity - power - 35mm2
Terminal capacity - alarm - 2.5mm2
2nd stage Filter Terminal screw torque - power - 1.0Nm
protection (LC- Terminal screw torque - alarm - 0.5Nm
Filter ) Environmental - IP 55 in enclosure
Mounting - Wall mount
Capacitors should be self healing and internally self
protecting – the capacitors should have a pop up
disconnect built in, in the event of a failure.
Inductors must be non saturating. Closed loop toroid
inductors are not permitted.
Standards Compliance
IEC 61643-11 class I, II, III
AS/NZS 1768 categories C, B, A

E-Tender no.: 2020_AAI_XXXXX_1 Page 42 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

IEEE C62.41 categories C, B, A


IEC 1000-4-5
UL1449
Maximum continuous voltage AC Uc 275 V / 50 Hz - 60
Hz
L-N Maximum discharge current (8/20μs) Imax - 100 kA
3rd stage surge
L-N Impulse current (10/350μs) Iimp - 12.5 kA
protection (MOV
L-N Nominal discharge current (15 x 8/20μs) - 40 kA
surge diverters)
L-N Voltage protection level @ 3kA (8/20μs) - < 800 V
N-PE Impulse current (10/350μs) - 15 kA
N-PE Voltage protection level @ 1kv / μs - < 700 V
Connection type - Shunt
Modes of protection - L-L, L-N, N-PE
Nominal voltage Uo - 230 VAC
Short circuit withstand level - ISCCR - 50 Ka
Maximum discharge current (8/20 μs) Imax - 100KA
L-N Impulse current (10/350μs) Iimp - 12.5KA
L-N Nominal discharge current (15 x 8/20μs) In - 40KA
Three L-N Voltage protection level @ 3kA (8/20μs) - < 800 V
phase Surge protection N-PE Voltage protection level @ 1kv / μs -< 1500 V
surge Device All primary SPD shall be protected by re-settable
2. protectio (MULTIMOV dedicated surge protector. Disconnector over current
n devices high energy surge protection for any shunt connected SPD with an
diverters) Imax rating up to 200kA or an Iimp rating to 25kA.
Qty. 05 Impulse current withstanding (10/350 μs) 25kA
Tripping value under power frequency current - 3±1A
Rated service short-circuit breaking capacity - 50kA
LED status per MOV, phase fuse monitoring by LED
dimming
Alarms Segment failure and overcurrent / thermal
overload, SPDT contact
Alarm isolation to active circuitry - 4kV
Connection type - Shunt
Modes of protection - L-N, N-PE
Single Nominal voltage Uo - 230 VAC
phase Surge protection Short circuit withstand level - ISCCR - 50 Ka
surge Device Maximum discharge current (8/20 μs) Imax - 200KA
3. protectio (MULTIMOV L-N Impulse current (10/350μs) Iimp - 25KA
n devices high energy surge L-N Nominal discharge current (15 x 8/20μs) In - 80KA
diverters) L-N Voltage protection level @ 3kA (8/20μs) - < 700 V
Qty. 09 N-PE Voltage protection level @ 1kv / μs -< 1200 V
All primary SPD shall be protected by re-settable
dedicated surge protector.

E-Tender no.: 2020_AAI_XXXXX_1 Page 43 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Disconnector over current protection for any shunt


connected SPD with an
Imax rating up to 200kA or an Iimp rating to 25kA.
Impulse current withstanding (10/350 μs) 25kA
Tripping value under power frequency current - 3±1A
Rated service short-circuit breaking capacity - 50kA
Displays - LED status % active
Alarms Segment failure and overcurrent / thermal
overload, SPDT contact
Alarm isolation to active circuitry - 4kV
Max. working
5V
Voltage
Max. operating
300mA
current
Protection modes Common and transverse
Lines protected All pairs
Response time < 5 ns
100A (8/20μs)
Max. surge rating
100Mb/s (C5, PoE models),
Max. Data rate
1000Mb/s(C6 models)
Let through voltage 23V (A1 5 KV 10/700μs)
LAN 5pF (single port models),
Shunt capacitance
Surge 25pF(rack-mount models)
4. Protector Single RJ45 Type In line resistance -0 Ω
100 Base T , 1000Base T, CAT5,
Standards compliance
Qty. 30 CAT5e , CAT6
Connector type RJ 45
Flying lead(single port models)
Earth connection
Earth stud(rack-mount models)
Anodized aluminium (single
Enclosure material port)
Galvanized steel alloy(multi-
port)
Operating
- 40 ºc to 85 ºc
temperature
Humidity 0-95% (R.H)
Altitude 0-3650m
Max. working
5V
LAN Voltage
Surge Max. operating
24 Port 19’Rack 300mA
5. Protector current
Mounted
Protection modes Common and transverse
Qty. 4 Lines protected All pairs
Response time < 5 ns
E-Tender no.: 2020_AAI_XXXXX_1 Page 44 of 83
SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

100A (8/20μs)
Max. surge rating
100Mb/s (C5, PoE models),
Max. Data rate
1000Mb/s(C6 models)
Let through voltage 23V (A1 5 KV 10/700μs)
5pF (single port models),
Shunt capacitance
25pF(rack-mount models)
In line resistance -0 Ω
100 Base T , 1000Base T, CAT5,
Standards compliance
CAT5e , CAT6
Connector type RJ 45
Flying lead(single port models)
Earth connection
Earth stud(rack-mount models)
Anodized aluminum (single port)
Enclosure material
Galvanized steel alloy(multi-
port)
Operating
- 40 ºc to 85 ºc
temperature
Humidity 0-95% (R.H)
Altitude 0-3650m
Frequency range 0-3GHz
VSWR < 1.1:1
Return loss > 26dB
a. Reliable RF Insertion loss < 0.2dB
performance Impedance 50 Ω for all models
capability Response time <5ns
from DC – Peak surge rating 20 kA (8/20μs)
3GHz DC spark over 90V+/- 20%
b. Multi – voltage (230,350,600,1000V)
RF strike Max. power 0 – 2000 W
Coaxial capability ITU(CCITT)1x K17
Surge c. Easily BS6651-1999 Cat. A.B.C
6.
Protector replaceable Standards compliance AS1768-2003 Cat A.B.C
gas CP33-1996 Cat A.B.C
Qty. 50 discharge IEC61643-21/UL497B
tube Body material Brass(Nickel plated)
d. Bi- Contact pin Brass(silver/gold plated)
directional Beryllium or tin brass(silver/gold
protection Contact socket
plated)
e. AC/DC pass Beryllium or tin brass(silver/gold
Elastic contact
plated)
Insulator PTFE
O-ring material Silastic
Earth connection Via suitable screw ground lug

E-Tender no.: 2020_AAI_XXXXX_1 Page 45 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Mounting L shape bracket


Operating
-40-85ºc
temperature
Humidity 0-95% (R.H)
Altitude 0-3650m
IP rating IP 65
Moisture resistance MIL-STD-202 Method 106D
Salt fog MIL-STD-202 101D/B
Temperature shock MIL-STD-202 107D/A-1
Vibration MIL-STD-202 Method204D/B
Telephone Line Max. working voltage 7-280V
Protector shall provide Max. operating
surge protection for 250Ma
telecom and other current
signalling equipment’s Protection modes Common and transverse
terminated on KRONE Protection stages 3 stages
connectors with Earth leakage current < 5 μA
following features
available:- Response time <5ns
Max. surge rating 20 kA (8/20μs)- KDP 10
The protector shall be 5 KA (8/20μs) – KDP 1
available in various Max. data rate 20 Mb/s
assorted configuration
of 10 pair in a compact
Insertion loss < 1dB at 20 MHz
module having multi Let through voltage:
10-320 V
stage protection. (At 5KV 10/700 μs)
Telephon Capacitance 50 pf
Full range of voltage to
e Line In line resistance 3.9Ω
suit any particular
Protector applications and the let- ITU(CCITT)1x K17
7. – Krone through voltage shall be BS6651-1999 Cat. A.B.C
Type as low as possible. Standards compliance AS1768-2003 Cat A.B.C
CP33-1996 Cat A.B.C
The series protectors
Qty. 100 IEC61643-21
shall be easily
pluggable type into the UL497B
KRONE LSA-PLUS Via earth clips on two ends –
disconnection blocks Earth connection KDP 10
and shall be earthed Via earth bar – KDP 1
suitably.
Enclosure material ABS plastic
It shall offer both line Operating
- 40 ºc to 85 ºc
to line (transverse temperature
mode) and line to earth Humidity 0-95% (R.H)
(common mode)
protection.

It shall have 20 KA Altitude 0-3650m


high surge rating and 20
MHz wide bandwidth
to provide the best

E-Tender no.: 2020_AAI_XXXXX_1 Page 46 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

protection and to ensure


a smooth data flow in
high speed data and
signal lines.

It shall be designed in
such a way that the
surge exceeding the
capacity of the primary
gas arrester, service
should be interrupted
by blowing the track
fuse and thereby giving
a fault condition.

The Lightning protection system shall be of conventional type.

Tip of Air termination Rod shall be tapered type with minimum length of
1500mm
1. Minimum Dimension for Air terminations areas shall be ≥ 600mm2
Specifica 2. Vertical conductor(s): All vertical conductors shall be pointed air
tion of terminals on conical top of a structure.
Air 3. Horizontal conductor(s) shall be used for flat roofs
8. Terminat 4. The Air Termination component shall be made of copper with purity ≥
ion 90%. Test lap report is required to be attached for purity.
5. Air Terminal Base made of brass shall be used to hold or fix the air
Qty. 02 terminal rod on top of the building. The lightning protection leads and
down conductors shall be joined to the air rod within the base.
6. Multiple points made of copper fitted with air termination rods with
spikes shall give additional lightning arresting capability to the network.

Specifica 1. Material used for Air terminal installation should be non-corrosive and
tion of long lasting.
Air 2. The support shall be securely bolted to other mast materials which are
9. Terminal necessary to enable the air termination and mast system to withstand
Support maximum locally recorded wind velocities.
Stainless steel Fasteners shall be used in the mounting structure at all the places.
Qty. 02
Down conductors, materials, size, etc:-
Specifica
a. The minimum dimension for down conductors shall be 20 x 3 mm i.e.
tion of
60.0 sq mm and made of copper.
Down
b. A good quality ISI mark copper strip 20 x 3 mm conductor should be
10. Conduct
provided with suitable clamping/saddling to convey the captured energy
ors.
by the air terminal to the bonding system to a low impedance earth pit.
c. Lightning Protection system at New Technical block cum control tower
Qty. 02
shall be installed with two down conductors separately to the air
E-Tender no.: 2020_AAI_XXXXX_1 Page 47 of 83
SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

terminal. It will in assessing the connectivity of the air terminal to the


earth by measuring the loop resistance between the two down
conductors.
d. The down conductor system must, wherever practicable, be directly
routed from the air termination to the earth termination network, and be
symmetrically placed around the outside walls of relevant structures,
starting from the corners.
e. On structures exceeding 20Meter in height, down conductors should be
spaced at not more than 10Meter apart.
f. The down conductor must be carefully routed to avoid side flashing.
g. There should be no discontinuity in the down conductors, joints if any
shall be brazed. The test joints in the down conductor must conform to
the standards for corrosion free good contact.
h. Each down conductor should be provided with a test clamp for use
during testing.
i. Down Conductors should be provided for each Air Termination as per
the given standard IS/IEC 62305 : 2010 (Protection against Lightning
(Part 1 to 4). and should be connected to the common earth bus.
j. In the final 3 meters to the ground and where it is exposed to human
intervention, the down conductor shall be placed in a protective GI pipe,
so as to avoid mechanical damage and to increase human safely.
k. The down conductor shall be installed in accordance with the standard
procedure (may follow manufacturer’s instruction) and should not be
subjected to bends of less than 0.5 meters radius.
The down conductor shall be secured to the structure/building by metallic
fasteners to at least every Meter.

E-Tender no.: 2020_AAI_XXXXX_1 Page 48 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Implementation of
Earth Pits:

Earth pit of size of


1 meter diameter &
3 meter depth shall
be excavated.

After 3 meter depth,


the size of
excavation shall be
900*300*900 mm
for burying copper
plate.

A copper plate of
Specifica 600*600*3.15mm
tion of will be buried
Earth vertically in depth
11. Terminat
as described in
ion
point no.2.
Qty. 02
At bottom 150 mm
layer of salt and
charcoal (wooden)
powder shall be
filled then copper
plate shall be
installed.
A 300x300x300mm (inside dimension) concrete box with
Minimum 120kg smooth cement plaster finish shall be provided on the top
each of of the each Earth Pit. A Polymer or CI cover with pulling
charcoal(wooden) hook shall be provided to cover the Earth Pit.
powder and salt
Anti-corrosive measures for Earthing system:-
shall be used in
a. All copper to copper joints shall be made by
each earth pit. brazing only. Bolting of joints will not be
accepted. The minimum distance by which these
600 mm × 600 mm electrodes should be separated is 3mtrs and

E-Tender no.: 2020_AAI_XXXXX_1 Page 49 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

× 3.15 mm copper maximally it can go upto twice of it i.e. 6mtrs.


plate buried at a b. Aluminium is prone to corrosion when in contact
depth of 8 ft in with cement and mortar mixes, so it will not be
allowed for bonding.
vertical position
c. Joints and bonds shall be protected with bitumen
with the Earth pit or embedded in plastic compound according to the
filled with alternate local conditions
layers of charcoal
and salt up to 4 ft
from bottom.

4 meters length
copper earth strip
with 25mm width
and 5 mm thickness
shall be used as
main earth
electrode to be
connected with
copper plate.

The copper plate


shall be connected
to copper earth strip
of 25*5 mm at
minimum two
points and joints
with proper riveting
& brazing and shall
be protected by
heavy coat of
bitumen.

PVC pipe for


watering shall be
used of 40 mm
diameter of 3meter
length will have
hole of 12 mm

E-Tender no.: 2020_AAI_XXXXX_1 Page 50 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

diameter in zigzag
manner starting
from 15 cm away
from bottom to 2
meter height for
each Earth Pit. Each
PVC pipe shall be
fitted with metal
funnel and
connecting
accessories for
watering.

Note: It may be noted that the specifications given above are the minimum specification. Items
with higher / better specifications shall be technically acceptable; however, no cost benefit shall
be given to such tenders on this account. Tenderer should offer only one make for all types of
items and only one model for each item. Multiple offers by the bidder will be rejected and
tender will not be considered for evaluation. All other accessories required for jointing the LPS
/ SPD shall be provided by successful bidder and nothing shall be paid extra against
accessories.

E-Tender no.: 2020_AAI_XXXXX_1 Page 51 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

SECTION VII

PORT CONSIGNEE

Name & Full Address of Port Consignees:

CNS IN-CHARGE
O/o Airport Director
Airports Authority of India
Birsa Munda Airport
Ranchi, Jharkhand-834002
e-mail : cnsicverc@aai.aero

Delivery & Installation Schedule:

SITC to be completed within 60 days from the date of


issue of Work Order

E-Tender no.: 2020_AAI_XXXXX_1 Page 52 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Annexure-I
ACCEPTANCE LETTER
(TO Reach O/o CNS In-Charge (In Original) on Bidder’s Letter Head)
To
The Deputy General Manager - CNS
Airports Authority of India
Birsa Munda Airport
Ranchi, Jharkhand – 834002

Subject: Acceptance of Terms & Conditions of Tender

Name of Work: - “SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs)
with 5
5 years’ Warranty, at Birsa Munda Airport, Ranchi

Ref No.: - ER-17/71/2019-APD-ER-RANCHI/46266 & E tender id: 2020_AAI_50823_1

Dear Sir,
1. The tender document for the works mentioned above have been provided to me/us by Airports
Authority of India and I / we hereby certify that I/we have inspected the site and have read the
entire terms and conditions of the tender document made available to me / us which shall form
part of the contract agreement and I / we shall abide by the conditions / clauses contained
therein.
2. I / We hereby unconditionally accept the tender conditions of AAI’s tender document in its
entirety for the above works.
3. It is clarified that after unconditionally accepting the tender conditions in its entirety, it is not
permissible to put any remarks / conditions (except unconditional rebates on quoted rates if
any) in the tender. In case any provisions of this tender are found violated after opening tender,
I / we agree that the tender shall be rejected and AAI shall without prejudice to any other right
or remedy be at liberty to forfeit the full said earnest money absolutely.
4. That, I /We declare that I/we have not paid and will not pay any bribe to any officer of AAI for
awarding this contract at any stage during its execution or at the time of payment of bills, and
further if any officer of AAI ask for bribe /gratification, I will immediately report it to the
appropriate authority of AAI.

Yours Faithfully,
Date:______________
(Signature of the Tenderer)
with rubber stamp

E-Tender no.: 2020_AAI_XXXXX_1 Page 53 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Annexure- II

PERFORMA FOR PERFORMANCE BANK GUARANTEE


(On Non-judicial stamp paper of Rs. 100.00)
(The non-Judicial stamp paper should be in the name of issuing Bank)

Ref.___________________________ Bank Guarantee No:____________________


Date:______________________

AIRPORTS AUTHORITY OF INDIA,


BIRSA MUNDA AIRPORT
RANCHI, JHARKHAND-834002

1. In consideration of the Chairman, Airports Authority of India [hereinafter called “AAI”] having
offered to accept the terms and conditions of the proposed agreement
between.................................................. and …………………………………. (here-in-after
called the said Contractor(s)”) for the works …………………………… (here-in-after called
“the said agreement”) vide Order no. ............................... Dated ........................, having agreed
to production of irrevocable Bank Guarantee for Rs.........................
(Rupees........................................................................... only) as a security/guarantee from the
contractor(s) for compliance of his obligations in accordance with the terms and conditions in
the said agreement.
2. We................................. (indicate the name of the Bank) do hereby undertake to pay the
amounts due and payable under this Guarantee without any demure, merely on a demand from
AAI stating that the amount claimed is required to meet the recoveries due or likely to be due
from the said contractor(s). Any such demand made on the Bank shall be conclusive as regards
the amount due and payable by the Bank under this Guarantee. However, our liability under
this guarantee shall be restricted to an amount not exceeding
Rs..............................................(Rupees.......................................... only).
3. We, the said bank further undertake to pay to the Chairman, AAI any money so demanded
notwithstanding any dispute or disputes raised by the contractor (s) in any suit or proceeding
pending before any court or tribunal relating thereto, our liability under this present being
absolute and unequivocal.
4. The payment so made by us under this bond shall be a valid discharge of our liability for
payment there under and the contractor(s) shall have no claim against us for making such
payment. We.................................................. (indicate the name of the bank) further agree that
the guarantee herein contained shall remain in full force and effect during the period that would
be taken for the performance of the said agreement and that it shall continue to be enforceable
till all the dues of AAI under or by virtue of the said agreement have been fully paid and its
claims satisfied or discharged or till Project- in-charge on behalf of AAI certified that the terms
and conditions of the said agreement have been fully and properly carried out by the said
contractor(s) and accordingly discharges this guarantee.
5. We................................. (indicate the name of the bank) further agree with AAI that AAI shall
have the fullest liberty without our consent and without effecting in any manner our obligations

E-Tender no.: 2020_AAI_XXXXX_1 Page 54 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

hereunder to vary any of terms and conditions of the said agreement or to extend time of
performance by the said contractor(s) from time to time or to postpone for any time or from
time to time any of the powers exercisable by AAI against the said contractor(s) and to forbear
or enforce any of the terms and conditions relating to the said agreement and we shall not be
relived from our liability by reason of any such variation, or extension being granted to the said
contractor(s) or for any forbearance, act or omission on the part of AAI or any indulgence by
the AAI to the said contractor(s) or by any such matter or thing whatsoever which under the
law relating to sureties would, but for this provision, have effect so relieving us.
This guarantee shall not be discharged due to the change in the constitution of the Bank or the
contractor(s)
6. We................................. (Indicate the name of the bank) lastly undertake not to revoke this
guarantee except with the previous consent of AAI in writing.
7. This guarantee shall be valid upto ..................... unless extended on demand by AAI.
Notwithstanding anything mentioned above, our liability against this guarantee is restricted to
Rs......................... (Rupees ............................................... only) and unless a claim in writing is
lodged with us within six months of the date of expiry or the extended date of expiry of this
guarantee all our liabilities under this guarantee shall stand discharged.
8. Apart from other guarantees this Bank Guarantee explicitly provides for the following:
a. The Hardware / Software supplied under the contract shall be free from all defects /
bugs and upon written notice from AAI, the successful bidder shall fully remedy , free
of expenses to AAI , all such defects / bug as developed under the normal use of the
said hardware / software within the period of guarantee/Warranty.
b. The performance guarantee is intended to secure the performance of the entire system.
However, it is not to be construed as limiting the damages stipulated in any other
clause. Notwithstanding anything mentioned herein above our liability under this
guarantee is restricted to Rs. ---------- and it shall remain in force upto and including ----
------------ and shall be extended from time to time for such period (not exceeding one
year), as may be desired by M/s ---------------- on whose behalf this guarantee has been
given.

WITNESS

Dated this --------- day of ------- 2019 at -----------

Signature -------------

Name --------------

Signature --------------

Name -----------------
(Bank's Rubber Stamp)
(Official address with Employee code )

E-Tender no.: 2020_AAI_XXXXX_1 Page 55 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Annexure – III

Site Acceptance Test


for
SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

A SAT document will be prepared by the successful bidder for checking the complete performance
and functionality of the system in coordination with Project in-charge.

*The SAT document must be approved by DGM (CNS) / Project in-charge.

E-Tender no.: 2020_AAI_XXXXX_1 Page 56 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Annexure – IV
OEM Authorization Letter

Ref: Date:

To
The Deputy General Manager - CNS
Airports Authority of India
Birsa Munda Airport,
Ranchi, Jharkhand-834002.

Subject: OEM Authorization Letter

Sir,
With reference to the Tender No. ER-17/71/2019-APD-ER-RANCHI/46266 For ………………
………………………………., we ………………………… ………………(Name of OEM) having
our office in ………………………………………………….(Address of OEM), authorize
………………………………………….. (Vendor’s Name and Address) as our authorized
representative in India, to quote and supply to you the following Hardware/Software
product/Solution/License/Equipment:
1.
2.
3.
……..
We further certify that the products quoted are Industry standard product and our standard OEM
comprehensive support shall be available for next …... Years’. We confirm that the Warranty/Software
Support for the products shall be to AAI irrespective of the involvement of System Supplier. We also
confirm that the products offered are currently available in the market and shall not be end of life
during the contract period.

Yours faithfully,

(Name & Signature)


(OEM Rubber Stamp)

Note: This letter of authority should be on the letterhead of OEM Firm and should be signed by a
person competent and having the power of attorney to bind the manufacturer. It should be included by
the Bidder in its Technical Bid.

E-Tender no.: 2020_AAI_XXXXX_1 Page 57 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Annexure-V

Undertaking Letter
(On Bidder’s Letter Head)

Ref: Date:

To
Deputy General Manager-CNS,
Airports Authority of India
Birsa Munda Airport,
Ranchi, Jharkhand-834002.

Subject: Undertaking Letter

Sir,
I hereby undertake that our firm (Company Name) or its partners or its directors have not been black
listed and no case or complaint is pending against its firm or its partners regarding irregularities, in
India or abroad, by any global international body like World Bank/International Monetary Fund/
World health Organization etc.., or any Indian State/Central Governments Departments or Public-
Sector Undertaking of India.

Yours faithfully,

(Name & Signature)

(Name of the Company with rubber stamp)

Note: This letter of authority should be on the letterhead of the company and should be signed by a
person competent and having the power of attorney.

E-Tender no.: 2020_AAI_XXXXX_1 Page 58 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Annexure – VI
Technical Compliance Statement

Name of Work: - “SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs)
with 5 years’ Warranty, at Birsa Munda Airport, Ranchi

*** Compliance statement shall strictly be given, with the page nos. of technical
datasheet for all the compliances made.
Mak Complie
e& d (C) /
Mod Not
el Complie
Technical Specifications d (NC)
vide
Sl. Section
N Item Description V
o. (Scope
(*** Technical Specification shall be complied as
of work
given. Any Non-Compliance to the Technical
Specifications will be considered as rejected) &
Schedul
e of
Quantiti
es)
Connection type - Shunt
Modes of protection - L-L, L-N, N-PE
Nominal voltage Uo - 230 VAC
Short circuit withstand level - ISCCR - 50 Ka
Maximum discharge current (8/20 μs) Imax -
200KA
L-N Impulse current (10/350μs) Iimp - 25KA
63 A
1st stage L-N Nominal discharge current (15 x 8/20μs) In
Three
surge - 80KA
stage
Surge
protection L-N Voltage protection level @ 3kA (8/20μs) - <
12. (MULTIMO 700 V
Filter
with
V high N-PE Voltage protection level @ 1kv / μs -<
energy surge 1200 V
bypass
diverters) All primary SPD shall be protected by re-settable
switch
dedicated surge protector disconnector over
current protection for any shunt connected SPD
with an Imax
rating up to 200kA or an Iimp rating to 25kA.
Impulse current withstanding (10/350 μs) 25kA
Tripping value under power frequency current -
3±1A
E-Tender no.: 2020_AAI_XXXXX_1 Page 59 of 83
SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Rated service short-circuit breaking capacity -


50kA
3dB Frequency @ 50W - 420Hz
Displays - LED status % active
Alarms segment failure and overcurrent / thermal
overload, SPDT contact
Alarm isolation to active circuitry - 4kV
Voltage protection @ 3kA (8/20μs) UP <360V
Connection type UIK35 Terminals
Terminal capacity - power - 35mm2
Terminal capacity - alarm - 2.5mm2
Terminal screw torque - power - 1.0Nm
2nd stage Terminal screw torque - alarm - 0.5Nm
Filter Environmental - IP 55 in enclosure
protection Mounting - Wall mount
(LC- Filter ) Capacitors should be self healing and internally
self protecting – the capacitors should have a pop
up disconnect built in, in the event of a failure.
Inductors must be non saturating. Closed loop
toroid inductors are not permitted.
Standards Compliance
IEC 61643-11 class I, II, III
AS/NZS 1768 categories C, B, A
IEEE C62.41 categories C, B, A
IEC 1000-4-5
UL1449
Maximum continuous voltage AC Uc 275 V / 50
Hz - 60 Hz
L-N Maximum discharge current (8/20μs) Imax -
100 kA
3rd stage
L-N Impulse current (10/350μs) Iimp - 12.5 kA
surge
L-N Nominal discharge current (15 x 8/20μs) -
protection
40 kA
(MOV surge
L-N Voltage protection level @ 3kA (8/20μs) - <
diverters)
800 V
N-PE Impulse current (10/350μs) - 15 kA
N-PE Voltage protection level @ 1kv / μs - <
700 V
Three Surge Connection type - Shunt
phase protection Modes of protection - L-L, L-N, N-PE
13.
surge Device Nominal voltage Uo - 230 VAC
protectio (MULTIMO Short circuit withstand level - ISCCR - 50 Ka
n devices V high Maximum discharge current (8/20 μs) Imax -

E-Tender no.: 2020_AAI_XXXXX_1 Page 60 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

energy surge 100KA


diverters) L-N Impulse current (10/350μs) Iimp - 12.5KA
L-N Nominal discharge current (15 x 8/20μs) In
- 40KA
L-N Voltage protection level @ 3kA (8/20μs) - <
800 V
N-PE Voltage protection level @ 1kv / μs -<
1500 V
All primary SPD shall be protected by re-settable
dedicated surge protector. Disconnector over
current protection for any shunt connected SPD
with an
Imax rating up to 200kA or an Iimp rating to
25kA. Impulse
current withstanding (10/350 μs) 25kA
Tripping value under power frequency current -
3±1A
Rated service short-circuit breaking capacity -
50kA
LED status per MOV, phase fuse monitoring by
LED dimming
Alarms Segment failure and overcurrent /
thermal overload, SPDT contact
Alarm isolation to active circuitry - 4kV
Connection type - Shunt
Modes of protection - L-N, N-PE
Nominal voltage Uo - 230 VAC
Short circuit withstand level - ISCCR - 50 Ka
Maximum discharge current (8/20 μs) Imax -
200KA
L-N Impulse current (10/350μs) Iimp - 25KA
Surge
L-N Nominal discharge current (15 x 8/20μs) In
Single protection
- 80KA
phase Device
14.
surge (MULTIMO L-N Voltage protection level @ 3kA (8/20μs) - <
protectio V high 700 V
n devices energy surge N-PE Voltage protection level @ 1kv / μs -<
diverters) 1200 V
All primary SPD shall be protected by re-settable
dedicated surge protector.
Disconnector over current protection for any
shunt connected SPD with an
Imax rating up to 200kA or an Iimp rating to
25kA.
Impulse current withstanding (10/350 μs) 25kA
E-Tender no.: 2020_AAI_XXXXX_1 Page 61 of 83
SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Tripping value under power frequency current -


3±1A
Rated service short-circuit breaking capacity -
50kA
Displays - LED status % active
Alarms Segment failure and overcurrent /
thermal overload, SPDT contact
Alarm isolation to active circuitry - 4kV
Max. working
5V
Voltage
Max. operating
300mA
current
Protection modes Common and transverse
Lines protected All pairs
Response time < 5 ns
100A (8/20μs)
Max. surge rating 100Mb/s (C5, PoE
Max. Data rate models), 1000Mb/s(C6
models)
Let through voltage 23V (A1 5 KV 10/700μs)
5pF (single port models),
Shunt capacitance
25pF(rack-mount models)
LAN
Single RJ45 In line resistance -0 Ω
15.
Surge
Type Standards 100 Base T , 1000Base T,
Protector
compliance CAT5, CAT5e , CAT6
Connector type RJ 45
Flying lead(single port
models)
Earth connection
Earth stud(rack-mount
models)
Anodized aluminium
Enclosure material (single port)
Galvanized steel
alloy(multi-port)
Operating
- 40 ºc to 85 ºc
temperature
Humidity 0-95% (R.H)
Altitude 0-3650m
Max. working
5V
Voltage
LAN 24 Port
Max. operating
16.
Surge 19’Rack 300mA
current
Protector Mounted
Protection modes Common and transverse
Lines protected All pairs
E-Tender no.: 2020_AAI_XXXXX_1 Page 62 of 83
SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Response time < 5 ns


100A (8/20μs)
Max. surge rating 100Mb/s (C5, PoE
Max. Data rate models), 1000Mb/s(C6
models)
Let through voltage 23V (A1 5 KV 10/700μs)
5pF (single port models),
Shunt capacitance
25pF(rack-mount models)
In line resistance -0 Ω
Standards 100 Base T , 1000Base T,
compliance CAT5, CAT5e , CAT6
Connector type RJ 45
Flying lead(single port
models)
Earth connection
Earth stud(rack-mount
models)
Anodized aluminum
Enclosure material (single port)
Galvanized steel
alloy(multi-port)
Operating
- 40 ºc to 85 ºc
temperature
Humidity 0-95% (R.H)
Altitude 0-3650m
f. Reliabl Frequency range 0-3GHz
e RF VSWR < 1.1:1
perfor Return loss > 26dB
mance Insertion loss < 0.2dB
capabil Impedance 50 Ω for all models
ity Response time <5ns
from Peak surge rating 20 kA (8/20μs)
DC – DC spark over 90V+/- 20%
RF
3GHz voltage (230,350,600,1000V)
Coaxial
17. g. Multi – Max. power 0 – 2000 W
Surge
strike ITU(CCITT)1x K17
Protector
capabil BS6651-1999 Cat. A.B.C
ity Standards
AS1768-2003 Cat A.B.C
h. Easily compliance CP33-1996 Cat A.B.C
replace IEC61643-21/UL497B
able Body material Brass(Nickel plated)
gas Contact pin Brass(silver/gold plated)
dischar Beryllium or tin
ge tube Contact socket brass(silver/gold plated)

E-Tender no.: 2020_AAI_XXXXX_1 Page 63 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

i. Bi- Beryllium or tin


Elastic contact
directi brass(silver/gold plated)
onal Insulator PTFE
protect O-ring material Silastic
ion Via suitable screw ground
j. AC/D Earth connection
lug
C pass Mounting L shape bracket
Operating
-40-85ºc
temperature
Humidity 0-95% (R.H)
Altitude 0-3650m
IP rating IP 65
MIL-STD-202 Method
Moisture resistance
106D
Salt fog MIL-STD-202 101D/B
Temperature shock MIL-STD-202 107D/A-1
MIL-STD-202
Vibration
Method204D/B
Telephone Max. working
7-280V
Line Protector voltage
shall provide Max. operating
250mA
surge current
protection for Protection modes Common and transverse
telecom and Protection stages 3 stages
other Earth leakage
< 5 μA
signalling current
equipment’s Response time <5ns
terminated on Max. surge rating 20 kA (8/20μs)- KDP 10
Telephon KRONE 5 KA (8/20μs) – KDP 1
e Line connectors Max. data rate 20 Mb/s
18.
Protector with following Insertion loss < 1dB at 20 MHz
– Krone features Let through
Type available:- voltage:
10-320 V
(At 5KV 10/700
The protector μs)
shall be Capacitance 50 pf
available in In line resistance 3.9Ω
various ITU(CCITT)1x K17
assorted BS6651-1999 Cat. A.B.C
configuration Standards
AS1768-2003 Cat A.B.C
of 10 pair in a compliance CP33-1996 Cat A.B.C
compact IEC61643-21
module having UL497B

E-Tender no.: 2020_AAI_XXXXX_1 Page 64 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

multi stage Via earth clips on two ends


protection. Earth connection – KDP 10
Via earth bar – KDP 1
Full range of Enclosure material ABS plastic
voltage to suit Operating
any particular - 40 ºc to 85 ºc
temperature
applications Humidity 0-95% (R.H)
and the let-
through
voltage shall
be as low as
possible.

The series
protectors
shall be easily
pluggable type
into the
KRONE LSA-
PLUS
disconnection
blocks and
shall be
earthed
suitably.
Altitude 0-3650m
It shall offer
both line to
line
(transverse
mode) and
line to earth
(common
mode)
protection.

It shall have
20 KA high
surge rating
and 20 MHz
wide
bandwidth to
provide the
best protection

E-Tender no.: 2020_AAI_XXXXX_1 Page 65 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

and to ensure
a smooth data
flow in high
speed data and
signal lines.

It shall be
designed in
such a way
that the surge
exceeding the
capacity of the
primary gas
arrester,
service should
be interrupted
by blowing
the track fuse
and thereby
giving a fault
condition.

The Lightning protection system shall be of conventional type.

Tip of Air termination Rod shall be tapered type with minimum


length of 1500mm
7. Minimum Dimension for Air terminations areas shall be ≥
600mm2
8. Vertical conductor(s): All vertical conductors shall be
pointed air terminals on conical top of a structure.
9. Horizontal conductor(s) shall be used for flat roofs
Specificat
10. The Air Termination component shall be made of copper
ion of Air
19. with purity ≥ 90%. Test lap report is required to be
Terminat
attached for purity.
ion
11. Air Terminal Base made of brass shall be used to hold or
fix the air terminal rod on top of the building. The
lightning protection leads and down conductors shall be
joined to the air rod within the base.
12. Multiple points made of copper fitted with air termination
rods with spikes shall give additional lightning arresting
capability to the network.

20.
Specificat 3. Material used for Air terminal installation should be non- 5. 6.

E-Tender no.: 2020_AAI_XXXXX_1 Page 66 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

ion of Air corrosive and long lasting.


Terminal 4. The support shall be securely bolted to other mast
Support materials which are necessary to enable the air termination
and mast system to withstand maximum locally recorded
wind velocities.
Stainless steel Fasteners shall be used in the mounting structure at
all the places.

Down conductors, materials, size, etc:-


l. The minimum dimension for down conductors shall be 20
x 3 mm i.e. 60.0 sq mm and made of copper.
m. A good quality ISI mark copper strip 20 x 3 mm conductor
should be provided with suitable clamping/saddling to
convey the captured energy by the air terminal to the
bonding system to a low impedance earth pit.
n. Lightning Protection system at New Technical block cum
control tower shall be installed with two down conductors
separately to the air terminal. It will in assessing the
connectivity of the air terminal to the earth by measuring
the loop resistance between the two down conductors.
o. The down conductor system must, wherever practicable,
be directly routed from the air termination to the earth
termination network, and be symmetrically placed around
the outside walls of relevant structures, starting from the
Specificat
corners.
ion of
p. On structures exceeding 20Meter in height, down
21.
Down
conductors should be spaced at not more than 10Meter
Conducto
apart.
rs
q. The down conductor must be carefully routed to avoid side
flashing.
r. There should be no discontinuity in the down conductors,
joints if any shall be brazed. The test joints in the down
conductor must conform to the standards for corrosion free
good contact.
s. Each down conductor should be provided with a test clamp
for use during testing.
t. Down Conductors should be provided for each Air
Termination as per the given standard IS/IEC 62305 :
2010 (Protection against Lightning (Part 1 to 4). and
should be connected to the common earth bus.
u. In the final 3 meters to the ground and where it is exposed
to human intervention, the down conductor shall be placed
in a protective GI pipe, so as to avoid mechanical damage
and to increase human safely.

E-Tender no.: 2020_AAI_XXXXX_1 Page 67 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

v. The down conductor shall be installed in accordance with


the standard procedure (may follow manufacturer’s
instruction) and should not be subjected to bends of less
than 0.5 meters radius.
The down conductor shall be secured to the structure/building by
metallic fasteners to at least every Meter.

Implementati
on of Earth
Pits:

Earth pit of
size of 1 meter
diameter & 3
meter depth
shall be
excavated.

After 3 meter
depth, the size
of excavation
Specificat shall be
ion of 900*300*900
22.
Earth
mm for
Terminat
ion burying
copper plate.

A copper plate
of
600*600*3.15
mm will be
buried
vertically in
depth as
described in
point no.2.
A 300x300x300mm (inside dimension) concrete
At bottom 150 box with smooth cement plaster finish shall be
mm layer of provided on the top of the each Earth Pit. A

E-Tender no.: 2020_AAI_XXXXX_1 Page 68 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

salt and Polymer or CI cover with pulling hook shall be


charcoal provided to cover the Earth Pit.
(wooden)
Anti-corrosive measures for Earthing system:-
powder shall
d. All copper to copper joints shall be made
be filled then by brazing only. Bolting of joints will not
copper plate be accepted. The minimum distance by
shall be which these electrodes should be
installed. separated is 3mtrs and maximally it can
go upto twice of it i.e. 6mtrs.
e. Aluminium is prone to corrosion when in
Minimum
contact with cement and mortar mixes, so
120kg each of it will not be allowed for bonding.
charcoal(wood f. Joints and bonds shall be protected with
en) powder bitumen or embedded in plastic
and salt shall compound according to the local
be used in conditions
each earth pit.

600 mm × 600
mm × 3.15
mm copper
plate buried at
a depth of 8 ft
in vertical
position with
the Earth pit
filled with
alternate
layers of
charcoal and
salt up to 4 ft
from bottom.

4 meters
length copper
earth strip
with 25mm
width and 5
mm thickness

E-Tender no.: 2020_AAI_XXXXX_1 Page 69 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

shall be used
as main earth
electrode to be
connected
with copper
plate.

The copper
plate shall be
connected to
copper earth
strip of 25*5
mm at
minimum two
points and
joints with
proper riveting
& brazing and
shall be
protected by
heavy coat of
bitumen.

PVC pipe for


watering shall
be used of 40
mm diameter
of 3meter
length will
have hole of
12 mm
diameter in
zigzag manner
starting from
15 cm away
from bottom
to 2 meter
height for

E-Tender no.: 2020_AAI_XXXXX_1 Page 70 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

each Earth Pit.


Each PVC
pipe shall be
fitted with
metal funnel
and
connecting
accessories for
watering.

E-Tender no.: 2020_AAI_XXXXX_1 Page 71 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Annexure –VII

FORMAT FOR INTIMATION OF FORCE MAJEURE OCCURRENCE


To
The Airport Director
Airports Authority of India,
Birsa Munda Airport,
Ranchi, Jharkhand-834002.

Name of Work: “SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with
5 years’ Warranty, at Birsa Munda Airport, Ranchi
Ref NO.: ER-17/71/2019-APD-ER-RANCHI/46266 E-Tender ID.: 2020_AAI_50823_1

Subject: Intimation regarding Force Majeure Case – _____________________.

Sir,
Pursuant to Section-B, Clause No.11 - FORCE MAJEURE, it is for your kind information that a case
of force majeure has since occurred. Details are given below:
Date of Detail of Incident Activity affected Likely Delay Requested
occurrence Extension

We are entitled to an extension in the date of completion as requested above. Bar Chart with revised
schedule of activities is attached. Please approve the extension in the time. Evidence of the date of
occurrence is also enclosed.
It is certified that performance of the Contract has been interfered with. It is also certified that the
incident has not occurred due to our own action and that there has not been any lack of action by us in
preventing the occurrence.
We are only claiming the extension in the date of completion of the activity (ies) and not claiming the
loss incurred in the course of the incident.

Yours truly,

(Project Leader)

Enclosures:
1. Revised Bar Chart.
2. Evidence of the occurrence of the Force Majeure case (….. sheets)

E-Tender no.: 2020_AAI_XXXXX_1 Page 72 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Annexure VIII

Undertaking Regarding GST Provisions

Tobe submitted in Technical bid cover -1

1. That we are registered under GST with GSTIN no.___________________________ and


complaint of GST provisions.
2. In case of noncompliance of GST provisions and blockage of any input credit, we shall be
responsible to indemnify Airports Authority of India.
3. That all input credit Will be passed on to AAI by us

Yours Faithfully,

(Signature of the Tenderer)

Name: ................................................
Address of the bidder:

E-Tender no.: 2020_AAI_XXXXX_1 Page 73 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Annexure -IX

Bank Account Details


(TO BE SUBMITTED IN ENVELOPE-I)

Beneficiary Name :

Beneficiary Address :

PAN No :

Name of the Bank :

Branch :

Complete address of Bank :

Beneficiary A/C type :

(Saving/Current/Overdraft)

IFSC code of the bank :

AUTHORIZED SIGNATURE __________________

NAME OF THE SIGNATORY __________________

NAME & ADDRESS OF THE TENDERER

OFFICIAL SEAL __________________

Date _________________

E-Tender no.: 2020_AAI_XXXXX_1 Page 74 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Annexure – X
PROFORMA OF LETTER FOR E-PAYMENT
To,
The Airport Director
Airports Authority of India
Birsa Munda Airport
Ranchi, Jharkhand-834002

Subject: Request for E-Payment.


Sir,
Following particulars are given for effecting E-payment in respect of our claim / Bill.
Sl. No. Particulars Details Remarks
1. Name of the Party
2. Office Address
3. Type of Bidder’s Company
(a) Sole Proprietor
(b) Partnership
(c) Private Ltd. Company
(d) Public Ltd. Company
4. Name of Bank in which
Party maintains A/c
5. Bank Branch Code
6. Bank Account No.
7. IFSC Code
8. PAN No.
9. VAT/Sales Tax No.
10. MICR Code
11. NEFT Code
We also enclose herewith a duly cancelled cheque of our bank account.

Thanking you,

Signature of authorized signatory


With seal
Yours faithfully

Note: Any erroneous information may lead to harmful transaction for which neither AAI or the
Bank will be liable/ responsible.

E-Tender no.: 2020_AAI_XXXXX_1 Page 75 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Annexure-XI
PERFORMA FOR LETTER OF INTENT (LOI)
(To be uploaded in Technical Folder)
To,
Address of the Successful Bidder

Reference: Tender No ER-17/71/2019-APD-ER-RANCHI/46266 for “SITC of Lightning Protection


System (LPS) & Surge Protection Devices (SPDs) with 5 years’ Warranty, at Birsa Munda Airport,
Ranchi

Letter of Intent- “SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with
5 years’ Warranty, at Birsa Munda Airport, Ranchi

Dear Sir,

Airports Authority of India invited offers through Ref. No. ER-17/71/2019-APD-ER-RANCHI/46266


dated ……….. for “SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs)
with 5 years’ Warranty, at Birsa Munda Airport, Ranchi”. E-Tender ID.: 2020_AAI_50823_1

M/s (Contractor) has offered vide E-bid Quotation No.------------------------- for “SITC of Lightning
Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’ Warranty, at Birsa Munda
Airport, Ranchi”. and AAI has accepted its offer for “SITC of Lightning Protection System (LPS) &
Surge Protection Devices (SPDs) with 5 years’ Warranty, at Birsa Munda Airport, Ranchi”. at a total
cost of Rs. ------------------(Rupees -------------------------------------------------------------------------)
exclusive of all Taxes and Duties (Service Tax will be paid extra as applicable).
Now, therefore, you are requested to send AAI unconditional acceptance of Letter of Intent in
prescribed proforma enclosed within five working days through fax / courier / your authorized
representatives or by any means as deemed appropriate, failing which it shall be construed that you are
not interested in the offer and hence not accepted the above subject Letter of Intent unconditionally

Yours sincerely,

CNS In-Charge
Airports Authority of India,
Birsa Munda Airport,
Ranchi, Jharkhand-834002

Encl:As above

E-Tender no.: 2020_AAI_XXXXX_1 Page 76 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Annexure –XII

PERFORMA FOR ACCEPTANCE OF LETTER OF INTENT (LOI)


To
The Airport Director
Airports Authority of India,
Birsa Munda Airport
Ranchi, Jharkhand-834002

Subject : Acceptance of Letter of Intent (LOI) No------------------------dated --------------


Ref. :
1. Tender No. ER-17/71/2019-APD-ER-RANCHI/46266 dtd………………….. for
………………………………………………………………………………………………… E-
Tender ID.: 2020_AAI_50823_1
2. Our offer vide E-bid Quotation No.-------------------

Dear Sir,
I hereby convey unconditional acceptance of Letter of Intent dated (Date) under reference for and on
behalf of M/s (Contractor)

Yours sincerely,

For and on behalf of


(Contractor)

(Authorized signatory)

Name Designation
Address
Fax No.
Ph. No.

E-Tender no.: 2020_AAI_XXXXX_1 Page 77 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Annexure - XIII
APPLICATION FOR EXTENSION OF TIME
Part-I
1. Name of the Contractor
2. Name of the work as given in the agreement
3. Agreement No.
4. Contract Amount
5. Date of Commencement of work as per agreement
6. Period allowed for completion of work as per agreement
7. Date of completion stipulated in agreement
8. Date of actual completion of work
9. Period for which extension is applied for.
10. Hindrances on account of which extension is applied for with dates on which hindrances
occurred and the period for which these are likely to last.

Sl. No. Name of Date of Date of Period of Overlapping Net Remarks


Hindrance Occurrence over- Hindrance Period extension if any
of Hindrance applied
Hindrance for
1 2 3 4 5 6 7 8

Total period for which extension is now applied for on account of hindrances mentioned above.
Month Days
11. Extension of time required for extra work.
12. Details of extra work and the amount involved:-
Total value of extra work Proportionate period of extension of time based
on estimated amount put to tender on account of
extra work.
(a) (b)

13. Total extension of time required for 10 & 11.


Submitted to the Project Leader___________________________.

Signature of Contractor
Dated

Part II
(For Official Use)
Date of receipt of application from ___________________________________ for the work of “SITC
of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’ Warranty, at
Birsa Munda Airport, Ranchi
E-Tender no.: 2020_AAI_XXXXX_1 Page 78 of 83
SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

1. Recommendations of the project Leader as to whether the reasons given by the contractor are
correct and what extension, if any, is recommended by him. If he does not recommend the
extension, reasons for rejection should be given.

Dated: Signature of the Installation In-charge

(To be filled in by the Project Leader)

1. Date of receipt in the Office:-


2. Project Leader’s remarks regarding hindrances mentioned by the contractor.
a. Serial No
b. Nature of hindrance
c. Date of occurrence of hindrance
d. Period for which hindrance is likely to last
e. Extension of time applied for by the contractor
f. Overlapping period, if any, giving reference to items which overlap
g. Net period for which extension is recommended
h. Remarks as to why the hindrance occurred and justification for extension
recommended.
3. Project Leader’s Recommendations.
a. Progress of the work as on date___________________________
b. The proposed date of completion _____________________________
c. Date up to which extension of time is sought for ______________
d. Reasons for extension of time
e. Proposed compensation to be levied under clause 10 of section III of the tender
document.

Signature of Project Leader

Signature of Accepting Authority

E-Tender no.: 2020_AAI_XXXXX_1 Page 79 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Annexure - XIV
DRAFT AGREEMENT WITH SUCCESSFUL BIDDER
AGREEMENT
(On INR 100/- Non Judicial Stamp Paper)

For “SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

Between

Airports Authority of India, Birsa Munda Airport, Ranchi


And
(Name of the Contractor along with address )

THIS AGREEMENT, entered into this (Date) day of (Month & Year) by and between (Name of
Contractor), having its office at (Contractor’s Office Address) (hereinafter called the “Contractor”) and
the Airports Authority of India having its office at Rajiv Gandhi Bhawan, Safdarjung Airport, New
Delhi, India and operational office at Birsa Munda Airport, Ranchi, Jharkhand-834002 (hereinafter
called the “AAI”), the expressions “Contractor” and “AAI” shall mean their successors, legal
representatives or assigns, for the supply of (Name of Project), (Name of the Airport, City, State ).

WITNESSETH

WHEREAS, AAI invited offers for the (Name of Project), (Name of the Airport, City, State).
WHEREAS, the Contractor has offered (Name of Project), (Name of the Airport, City, State) in
accordance with their Price Bid dated (Date) and AAI has accepted its offer.

NOW, therefore, in consideration and mutual covenants contained herein, the Contractor and the AAI
(hereinafter referred to as the “parties”) agree that the following document shall be part of this
agreement:-
1. AAI Tender Documents for the (Name of Project), (Name of the Airport, City, State)
comprised in Volumes- (Numbers), including Drawings and Maps supplied by AAI.
2. Tender corrigendum no. 1,2 ….
3. Tender clarifications offered by AAI subsequent to the Pre-Bid meeting held on (Date).
4. Bid Documents submitted by the Contractor dated (Date) in fulfilling the contract requirements
that includes the signed compliance.
5. Unconditional acceptance of AAI Tender conditions as given by the Contractor.
6. Queries raised by AAI during technical evaluation and technical clarifications submitted by the
contractor in response thereof.

E-Tender no.: 2020_AAI_XXXXX_1 Page 80 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

7. The price bid of the Contractor which was opened on (Date) and accepted by AAI.
8. Detailed itemized cost of the spares list, training program, syllabi for (Name of Equipment),
clarification on data sharing between AAI and (Name of the Airport, City, State ) offered by the
Contractor vide his letter dated (Date).
9. Reference of LOI/Purchase order issued/acceptance of bidder

For and on behalf of Contractor For and on behalf of Chairman, AAI.

Signature: Signature:

Name of the Executive: Name:

Designation: Designation:

1. Witness : (Signature, Date, Name, Designation on behalf of AAI)

2. Witness : (Signature, Date, Name, Designation on behalf of Contractor)

E-Tender no.: 2020_AAI_XXXXX_1 Page 81 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

SCHEDULE-A
Financial Bid form
(To be submitted in financial bid)

Name of Work: “SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with
5 years’ Warranty, at Birsa Munda Airport, Ranchi

Tender No. : ER-17/71/2019-APD-ER-RANCHI/46266 and e Tender id: 2020_AAI_50823_1

Sl Description Quantity Unit Total (3) GST Total Amount


No. (1) Rate in = (1) x in INR in INR =
INR (2 (2) (3+4)
)
1. THREE PHASE SERIES
SURGE FILTER
CONFORMING TO UL 1449
STANDARDS WITH 12 Nos.
ACCESSORIES ENCLOSED
WITH RATED LOAD
CURRENT 63 A
2. ENCLOSURE FOR ITEM No.
12 Nos.
(1)
3. COMPREHENSIVE THREE
PHASE MAINS PANEL SURGE
PROTECTION SYSTEM
COMPRISING INTEGRATED
CLASS B+C (TYPE1 AND
5 Nos.
TYPE2 TESTED) SURGE
PROTECTION DEVICES
CONFORMING TO IEC61643-
11:2011 STANDARDS WITH
ACCESSORIES ENCLOSED
4. ENCLOSURE FOR ITEM No.
5 Nos.
(3)
5. COMPREHENSIVE SINGLE-
PHASE SURGE PROTECTION
SYSTEM COMPRISINGINTE
GRATED CLASS B+C (TYPE1
AND TYPE2 TESTED) SURGE 9 Nos.
PROTECTION DEVICES
CONFORMING TO IEC61643-
11:2011 STANDARDS WITH
ACCESSORIES ENCLOSED

E-Tender no.: 2020_AAI_XXXXX_1 Page 82 of 83


SITC of Lightning Protection System (LPS) & Surge Protection Devices (SPDs) with 5 years’
Warranty, at Birsa Munda Airport, Ranchi

6. ENCLOSURE FOR ITEM No.


9 Nos.
(5)
7. TYPE1 SURGE PROTECTOR
FOR RFCOAXIAL CABLES
CONFORMING TO IEC61643-
21/UL497C STANDARDS, AS
50 Nos.
PER SPECIFICATION IN ANN
EXURE III WITH I/O
TERMINATION CONNECTOR
(MALE/FEMALE) OF N TYPE
8. L-SHAPED MOUNTING
BRACKET WITH SCREWS 50 Nos.
FOR COAXIAL SPD
9. 19' RACK MOUNTED 24 PORT
ETHERNET SURGE 4 Nos.
PROTECTORS
10. 100
10' PAIR KRONE TYPE SPD
Nos.
11. ETHERNET SURGE
30 Nos.
PROTECTION RJ45
12. CONVENTIONAL LIGHTNING
PROTECTION SYSTEM WITH
INDIVIDUAL EARTH PITS
2 Nos.
(INTERCONNECTED) FOR
ATC BUILDING. Refer Diagram
below
13. INTALLATION, TESTING &
1 Nos.
COMMISSIONING
Note 1: Unit Rate shall be exclusive of all statutory levies such as any kind of taxes other than GST.

Note 2: Form D for concessional duty shall not be applicable for AAI for exemption or reduction in
Govt. Duties.

Note 3: Items/Description are under the scope of works, Schedule-A and tender documents

E-Tender no.: 2020_AAI_XXXXX_1 Page 83 of 83

You might also like