TECHNICAL DIRECTORATE

TENDER DOCUMENT ( Tech.02/2017)

FOR

PROCUREMENT OF 797 NOS. FIRE PROXIMITY SUIT FOR FIRE SERVICE OFFICIALS

(General Manager (Tech.) Airports authority of India AAI Office Complex, Safdarjung Airport New Delhi - 110 003

AIRPORTS AUTHORITY OF INDIA (Tender No. Tech.02/2017)

SUMMARY

01. Name of work Procurement of 797 Nos. Fire Proximity Suit for Fire Service Officials

02. Estimated Cost of Work INR 8,36,85,000/-

03. Earnest Money INR 20,92,125/-

04. Cost of Tender Document INR 1700/- (Inclusive of tax) (Non-refundable) The cost of tender shall be paid to AAI, on-line, after registration in e-Procurement portal. 05. Time Allowed Material to be dispatched within 120 days from the date of placement of confirmed Purchase Order excluding the time taken by AAI for carrying out inspection, arranging Road Permit etc. 06. Last date for download of tender 21.02.2017 upto 1000 hrs. document 07. Last date for submission of queries by 17.02.2017 upto 1600 hrs. bidder to AAI 08. Last date for response to bidder’s 20.02.2017 upto 1600 hrs. queries by AAI Last Date & time for submission of 21.02.2017 upto 1100 hrs. 09. PQQ/ Technical and Financial bids through AAI E-Tender portal 10. Date of opening of pre-qualification 21.02.2017 at 1130 hrs. bids

11. Date of opening of Technical bids will be intimated later to the shortlisted PQ qualified bidders. 12. Date of opening of Financial bids will be intimated later to the shortlisted technically qualified bidders.

General Manager (Technical)

2

Airports Authority of India

INDEX

Name of work: Procurement of 797 Nos. Fire Proximity Suit for Fire Service Officials

S. DESCRIPTION PAGE No. No. 01. Cover page, NIT Summary & Index 1-3

02. Notice Inviting E-Tender (Press) and AAI Website &. Tender No. Tech-02/2017 4-5 03 Section–A General Information And Guidelines (GIG) 6-18

04 Section – B General Conditions of Contract (GCC) 19-26

05. Section – C Special Conditions of Contract (SCC) 27-28

06. Section – D Technical Specification 29-33

07. Unconditional Letter of Acceptance (Annexure- I) 34-35

08. Schedule of Quantity ‘Financial Bid’- (Annexure- II) 36-37

09. Proforma for Bank Guarantee Security Deposit (Annexure- A) 38-39

10. Proforma for Bank Guarantee EMD (Annexure- B) 40

11. Letter of Understanding to Bank (Annexure- C) 41

12. Attachment to Financial Bid Folder (Annexure- III) 42

13. Detailed guidelines & procedures (computer screenshots) of the reverse auction 43-53 process (Annexure- IV)

14. Pre-contract Integrity Pact (Annexure – V) 54-62

3

TENDER (No.Tech.01/2017)

NOTICE INVITING E-TENDER (PRESS NOTICE)

E-Tenders (online tenders) are hereby invited on behalf of the Chairman, Airports Authority of India, AAI Office Complex, Safdarjung Airport, New Delhi under three bid system for “Procurement of 797 Nos. Fire Proximity Suit for Fire Service Officials ”. Estimated Cost: INR

8,36,85,000/-Last date for submission of Tender: 21.02.2017 upto 1100 hrs. For further

details please visit Website: https://etender.aai.aero/irj/portal or www.aai.aero. Further

clarification/corrigendum, if any, will be uploaded only on AAI website. Telefax +91 11 24635799/ General Manager (Technical)

NOTICE INVITING E-TENDER (WEBSITE)

E-Tendering: This tender is an e-Tender hosted on AAI’s e-Procurement site. Vendors can download tender documents, pay tender processing fee, and submit Financial Bid & Technical Bid online through AAI’s e- Procurement portal. For participating in this e-Tender, the Vendors shall register themselves. Registration is free of cost. Please visit our e-Procurement portal of AAI, https://etender.aai.aero/irj/portal, for Registration.

4

Tender No. Tech.02/2017

The General Manager (Tech.) on behalf of the Chairman, AAI, Airports Authority of India, AAI Office Complex, Safdarjung Airport New Delhi- 110 003, India (Telefax: +91 11 24635799) invites item rate E- Tenders in three envelopes bid system, i.e.

1. Envelope-1: Pre Qualification Qualifier (PQQ), 2. Envelope-2: Technical Bid 3. Envelope-3: Financial Bid

Name of work : “Procurement of 797 Nos. Fire Proximity Suit for Fire Service Officials” Estimated Cost: INR 8,36,85,000/-

Tender Cost : Tender cost shall be INR 1700/- (INR One thousand, seven hundred only), and non-refundable.

EMD (Earnest Money Deposit) : INR 20,92,125/-

Department: : Directorate of Technical / Materials Management of AAI will be carrying out the tender processing through e-tendering.

5

Section – A GENERAL INFORMATION AND GUIDELINES (GIG)

1.1 Purpose and Scope of Tender Document: Airports Authority of India (AAI) manages a total of 125 Airports which includes 11 International Airports, 08 Customs Airports, 81 Domestic Airports and 25 Civil Enclaves at Defence Airfields.

On behalf of Chairman, Airports Authority of India, General Manager (Tech.), Airports Authority of India, New office complex, Safdarjung Airport, New Delhi-110 003, India (Tele fax: +91 24635799/24621626) invites item rate e-tenders in three Bids open tender system, i.e. Pre- qualification qualifier (PQQ), Technical & Financial, for “Procurement of 797 Nos. Fire Proximity Suit for Fire Service Officials”.

1.2 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 or abroad, by any global international body like World Bank/International Monetary Fund/World Health Organisation etc., or any Indian State/Central Governments Departments or Public Sector Undertaking of India.

1.3 The bid for the same item shall not be submitted both by the OEM (Original Equipment Manufacturer) firm and its Associates or authorized representative. In such case, the bid of OEM firm alone shall be accepted and the bids of its Associate or authorized representative shall be rejected. The bidder as its Associate or authorized representative firm shall participate in a tender on behalf of only one OEM firm. Only one Associated or authorized representative firm shall be authorized by OEM firm for the offered product in the tender.

1.4 This tender document includes requirements in respect of description of work, details of end locations, delivery schedules, payment schedules etc.

1.5 The bidder shall assume complete responsibility for “Procurement of 797 Nos. Fire Proximity Suit for Fire Service Officials”. The cost of tender document shall be 1700/- and will be non-refundable. The cost of tender document shall be paid to AAI, on-line after registration. Bidders shall be allowed to register, login to AAI’s e-Procurement portal and download tender document, free of cost. However bidders shall be allowed to submit their entire three bids i.e. Pre-qualification qualifier (PQQ), Technical & Financial bids only after paying Tender Processing Fee on-line.

1.6 Following department of AAI will be carrying out the tender processing through e- tendering:

Name of Tender details Estimated cost Earnest Money Deposit (EMD) in Depart in INR INR ment Department of “Procurement of 797 8,36,85,000/- Technical Nos. Fire Proximity Suit The Earnest Money Deposit of for Fire Service INR 20,92,125 should be Officials” submitted through direct bank transfer using RTGS /NEFT

1.7 E- Tendering. 1.7.1 PC / Laptop setting:

6

1.7.2 Java: To view some of the components, you need to install Java Internet component from https://cds.sun.com/is-bin/INTERSHOP.enfinity/WFS/CDS-CDS_Developer-Site/en_US/- /USD/ViewProductDetail-Start?ProductRef=jre-6u23-oth-JPR@CDS-CDS_Developer. 1.7.3 Proxy: If you are unable to access AAI e-Procurement site or Bid Documents, check if you are using proxy to connect to internet or if your PC is behind any . Contact your system administrator to enable connectivity. Please note that standard Port for HTTPS (443) connectivity should be enabled on your proxy/firewall. Dial-up internet connectivity without Proxy settings is another option. 1.7.4 Pop-ups: Pop-ups should be enabled on AAI e-Procurement URL and Bid Documents URLs. This is required to view tender documents. 1.7.5. Active-x controls: Maintain the settings as described in Internet Explorer settings document to enable digital signature signing and verification.

Parameter Value Allow Scrip lets Enable Automatic prompting for ActiveX controls Enable Binary and script behaviours Enable Download signed ActiveX controls Enable Download unsigned ActiveX controls Enable Initialize and script ActiveX controls not marked as safe Enable Run ActiveX controls and plug-ins Enable Script ActiveX controls marked safe for scripting Enable Use Pop-up Blocker Disable

1.7.6 Digital signature client SW/component: To use Digital Signature, a client level Software is required. This is third party software from (n) code. This is installed automatically, once you start working on OIL’s e-procurement system. A popup will come before it starts installation. You need to ensure you have administrative rights on the PC or the laptop. This installation is one time activity for a PC or Laptop.

1.7.2 E-Tendering Participation Requirements: Vendors are required to carry out the following activities: 1.7.2.1 Registration: Registration shall be on AAI’s e-Procurement Portal free of cost, at https://etender.aai.aero/irj/portal. 1.7.2.2 Login id: Bidder shall click ‘Apply for Access Authentication’ and fill in the required details as reflected on screen. After saving the details, a password for the registered bidder shall be generated by the system and the password shall be sent to the e-mail id provided by the bidder during registration. On receipt of email, the login id is ready with the bidder to proceed further. 1.7.2.3 General guidelines for bidders: Guidelines to proceed further in the tender process are available in the AAI’s e-procurement portal under Self Help Files Tab. Bidders are advised to go through these guidelines before submitting their bids, on-line. 1.7.3 Digital Certificate: Bidder shall have a legally valid class III digital certificate as per Indian IT Act, 2000, from the licensed Certifying Authorities, operating under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India (Please see www.cca.gov.in). Licenced CA's in India are:

a) Safescrypt b) NIC c) IDRBT d) TCS e) MtnlTrustline f) GNFC g) e-MudhraCA

1.7.3.1 Online Tendering: For all AAI tenders hosted on AAI e-procurement site, the PQQ, Technical and Financial Bids shall be submitted on-line only. Upload the tender in multiple files (by breaking the

7

same into multiples files), each file should not be of more than 10MB. However, documents which have to be submitted in originals like EMD or any other such documents mentioned in the tender documents will have to be physically submitted as advised in this tender document. 1.7.3.2 On-line training & technical assistance for interested bidders shall be available as follows: 1.7.3.3 Bidder’s training support system: Detailed information in this regard have been provided to the bidders at AAI’s e-Procurement Portal i.e. https://etender.aai.aero/irj/portal under the Self Help Tab. However, training support system is given inside the portal and are visible to the registered bidders only.

1.7.4 Help Desk Services: 1.7.4.1 In order to facilitate the Vendors/Bidders as well as internal users from AAI, Help Desk services have been launched between 0800-1900 hours for the e-tender portal https://etender.aai.aero/irj/portal. The Help desk services shall be available on all working days (except Sunday) between 0800-1900 hours and shall assist users on technical issues related to the use of the e-tender portal. For any technical assistance with regard to the functioning of the portal the bidders as well as AAI users may contact according to the escalation matrix as mentioned below:

Sl. Support Persons Escalation E-Mail Address Contact Timings* No. Matrix Numbers 011-24626632 0800-1600 Hrs. 08510096161 (MON - SAT) 011-24632950, Ext-3512 1. Help Desk Team Instant Support [email protected] 011-24626632 1100-1900 Hrs. 08510096363 (MON - SAT 011-24632950, Ext-3512 2. Mr. Sanjeev After 4 Hours etendersupport 011-24632950, 0930-1730 Hrs. Kumar of Issue @aai.aero Ext-3505 (MON-FRI) Jr.Exe. (IT) 3. Mrs. S. Nita After 12 Hours [email protected] 011-24632950, 0930-1730 Hrs. Sr. Manager (IT) Ext-3523 (MON-FRI) 4. Mr. Y.K. Kaushik After 24 Hours [email protected] 011-24651507 0930-1730 Hrs. Jt. G.M. (IT) ero (MON-FRI) 5. General Manager After 03 Days [email protected] 011-24657900 0930-1730 Hrs. (IT) ro (MON-FRI) Contact person for “Refund” and “Awaited Status” of EMD Sl. Support Persons E-Mail Address Contact Timings * No. Numbers 1. Mr. Lala Ram [email protected] 011-24632950 0930-1730 Hrs. Sr. Manager (Finance) ero Ext-2134 (MON - FRI) 2. Mr. Sanjay Minocha, [email protected] 011-24632950 0930-1730 Hrs. Manager (Finance) ero Ext-2135 (MON - FRI) *The Helpdesk services shall remain closed on all Govt. Gazetted Holidays.

1.7.5 The above mentioned help desk numbers are intended only for queries related to the issues on e- tendering portal and help needed on the operation of the portal. For queries related to the tenders

8

published on the portal, bidders are advised to contact General Manager (Tech.), AAI, New Office Complex, Safdarjung airport New Delhi.

1.8 Guidelines on Reverse auctioning process: 1.8.1 Reverse Auction will be conducted before opening of financial bid with techno commercially acceptable vendors/ tenderers. Online financial bid (price bid) shall also be opened on the day after Reverse Auction. Both quotes (in the Reverse Auction as well as only financial bid) shall be compared and lowest among the two quotes shall be L-1. 1.8.2. In case of submission of erroneous OR incorrect financial bid which led to the rejection of the bid, total bid submitted by the vendor / tenderer, will be summarily rejected even if the vendor / tenderer participated in reverse auction prior to opening of financial bid. 1.8.3. Reverse Auction will be conducted online with vendors from their own offices. However, necessary facilities/arrangements may be provided in AAI premises in case of such requests by the vendors or for training purpose. 1.8.4. Reverse Auction process will be conducted for a period of 01 hour, where the bidders will be allowed to reduce the price from the beginning. Thereafter, the price shall be reduced repeatedly. 1.8.5. In case any bidder submits the price reduction within 02 minutes of closing of reverse auction timing, the system will automatically extend the reverse auction time to further 15 minutes. All participant tenderers can reduce the prices during this time. 1.8.6. If the above situation repeats, i.e., a bidder submits price reduction last 02 minutes of closing of auction, further 15 minutes extension will be automatically allowed. 1.8.7. The system will allow maximum 03 (three) extensions. Thus the maximum possible ‘reverse auction’ time shall be 01 hour 45 minutes. No further extensions will be granted in any case. 1.8.8. Separate ID & Password: Bidders nominate a person who would be authorized bidder. ID and password will be issued to the person, which is necessary for participating in the reverse auction which shall be provided by the AAI to the eligible vendors. 1.8.9. Start/Reference bid price shall be estimated cost OR justified cost fixed by AAI. The first vendor has to quote below the start/reference price in absolute value only as fixed by AAI. Subsequent bidders/vendors have to then quote below the first quoted offer as per minimum decrement. During reverse auction the bidder can reduce the price repeatedly. The start/reference bid price shall be intimated in advance to the vendors eligible for bidding. The start/reference bid price will be also be put up on the site as well. 1.8.10. Minimum Decrement: Minimum Decrement shall be the minimum amount a supplier/vendor has to reduce in order to beat a higher bid. This shall only be in ‘absolute value’ of INR 83685/- fixed by AAI and will be visible at ‘bid decrement’ under ‘Item Tab’ of the computer. 1.8.11. After completion of the auction, itemized cost of successful bidder shall be arrived by reducing the tendered items cost as per schedule of quantity or bill of quantity (BOQ) on pro rata basis. 1.8.12. Detailed guidelines & procedures (computer screenshots) of the reverse auction process are annexed as Annexure-IV. Small training program will also be arranged prior to Reverse Auction process for participating bidders on request. Provision of the same shall be mentioned in the tender.

1.9. Tender document 1.9.1 The tender document consists of four sections. The bidder shall go through all these sections; Section A: General Information and Guidelines (GIG) Section B: General Conditions of Contract and (GCC) Section C: Special Conditions (SC) Section D: Technical Specifications Bidders shall comply with each clause of all the four sections.

9

1.9.2 Bidders willing to participate may download the digitally signed tender document on-line from AAI’s e-Procurement portal at https://etender.aai.aero/irj/portal and submit digitally counter signed tender document on-line at the same portal. 1.9.3 The instructions in the tender document are binding on the bidder and submission of the tender shall imply unconditional acceptance of all the terms and conditions by the bidder.

1.10. Schedule of Important Activities: Activity Date Last Date for download of tender document 21.02.2017 upto 1000 hrs. Last date for submission of queries by bidders 17.02.2017 upto 1600 hrs. Last Date for response to bidders’ queries by AAI 20.02.2017 upto 1600 hrs. Last Date & time for submission of Pre-qualification 21.02.2017 upto 1100 hrs. qualifier, Technical and Financial bids through AAI E-Tender portal Opening of Pre-qualification qualifier (PQQ) bids 21.02.2017 at 1130 hrs.

Opening of Technical bids Will be intimated later, to the bidders qualified in pre-qualification qualifier bid. Reverse auction and opening of financial bids Will be intimated later to bidders qualified in technical bid.

1.11. Transfer of Tender document: Tender documents are not transferable.

1.12. Amendment to Tender document: At any time, prior to scheduled date of submission of bids, AAI, if it deems appropriate to revise any part of this tender or to issue additional data to clarify and interpretation of provisions of this tender, it may issue addendum / corrigendum to this tender. Any such addendum / corrigendum shall be deemed to be incorporated by this reference into this tender and binding on the bidders. Addendum / corrigendum will be notified through AAI’s e-Procurement portal at https://etender.aai.aero/irj/portal.

1.13. Clarifications of Bid Documents: Bidder, requiring any clarification of the tender Document, may submit their queries, if any, through provision of AAI’s e-Procurement Portal at https://etender.aai.aero/irj/portal in the format given below in Microsoft Excel

Name of Bidder: S. No. Section No. Clause Page Number Existing Clarification Sought No. in Section Provision in Clause

1.13.2. Request for clarifications received from bidders shall be responded by AAI till the schedule indicated in Para 10 above or as extended thereto by AAI. 1.13.3. Replies to Clarifications by AAI will be uploaded through AAI’s e-Procurement Portal. The bidders are advised to visit AAI’s e-Procurement portal at https://etender.aai.aero/irj/portal regularly. 1.13.4. Clarifications and other documents, if and when issued by AAI, shall be in relation to the tender and hence shall be treated as their extension. 1.13.5. AAI makes no representation or guarantee as to the completeness or accuracy of any response, nor does AAI undertake to answer all the queries that have been posted by the Bidders.

10

1.13.6. In order to provide reasonable time to bidders to take the amendments made by AAI into account for preparing their bids, AAI may, at its discretion, extend the deadline for the submission of bids suitably.

1.14. Period of Validity of Bids: The Bids shall remain valid for 180 days from the scheduled date of submission of bids. AAI shall summarily reject a bid as non-responsive if found valid for a shorter period. Only in exceptional circumstances, AAI may request the bidder's consent for an extension to the period of bid validity. The request and the responses thereto shall be made in writing.

1.15. Eligibility conditions for participation in the tender/documents to be submitted for PQ: The firms fulfilling the following criteria are eligible to participate in the tender.

1.15.1 Profile: Original Equipment manufacturing firms both Indian and foreign can participate. In case of foreign manufacturer, their representative in India can participate in the tender. Documents required: As per NIT Para 1.22.1.1 of GIC (Section-A).

a. In case of OEM firm, proof of being Original Equipment Manufacturer (OEM) shall be submitted. It shall be essential to have a valid Registration Certificate issued by Govt. Industries department/appropriate Govt. Department. b. In case of Authorised Representative firm, (only one) of OEM firm, current authorization from OEM firm authorizing it as its representative for the tender shall be submitted. c. Authorised representative firm of Original Equipment Manufacturer (OEM) having current authorization from OEM firm authorizing it as its representative for the tender shall be allowed to participate in the tender. d. If the entity participating in any of the tenders is a private or public limited company, Partnership Firm or Sole Proprietor and any of the Directors/Partners/Sole Proprietor of such company is also a Director of any other company or partner of a concern or a Sole Proprietor having established business with AAI and has outstanding dues payable to the Authority, then the said entity may not be allowed in AAI tenders e. The bid for same item shall not be submitted both by the OEM firm and its AR firm(s). In such case, the bid of OEM firm alone shall be accepted and the bids of the AR firm(s) shall be rejected. f. Only one AR firm shall be authorized by OEM firm for the offered product in the tender. g. The bidder as AR firm shall participate in a tender on behalf of only one OEM firm. h. The bidder shall offer only one make/model of Fire Proximity suit. The tenderer quoting alternate offer shall be rejected. i. Foreign manufacturer can participate through their authorized representative(s) in India, since this is not a global tender. The offer should be in INR.

1.16. Resources: The firm should have adequate facilities in terms of personnel, equipment, and manufacturing facilities in case of manufacturing firms. Appropriate documents as per NIT Para 1.22.1.4 of GIG (Section-A).

1.17 Experience: The manufacturing firm or its Authorised Representative firm should have executed orders for 239 Nos. (30% requirement) Fire Proximity Suit (any size / specification) in the last two years as on 31.12.2016. Documents required: As per NIT Para 1.22.1.5 of GIC (Section-A).

11

1.18. Turnover: Average annual turnover during last three years ending 31st March,2016 should be at least 30% of the estimated cost i.e. INR 2,51,05,500/- Documents required: As per NIT Para 1.22.1.6 of GIC (Section-A).

1.19 Other Requirements: 1.19.1 Other Documents Required: As per NIT Para 1.22.1.7 to 1.22.1.10 of GIC (Section-A). 1.19.2 Tender Cost: Tender cost shall be 1700/- (Rupees One Thousand seven Hundred only) non- refundable. This shall be payable on-line as per instructions specified in Para 1.22.1.7 (GIG) of this tender document. 1.19.3. Composition of Bids and General Guidelines for bid process: Bidders shall submit their bids as per scheduled date & time through AAI’s e-Procurement portal at https://etender.aai.aero/irj/portal only. 1.19.4. Bidders shall submit the tender before the deadline specified in Para 1.10 (GIG) of this tender document. AAI’s e-Procurement system shall not allow bidders to submit their tender, after the scheduled date & time. 1.19.5 The PQQ, Technical bids and the financial bids will be opened online by AAI at the time and date as scheduled for the same. All the Statements, documents, certificates etc., uploaded by the bidders shall be downloaded and verified for Technical evaluation. 1.19.6. The clarifications, particulars, if any, required from the bidders, will be obtained through query provision available in AAI’s e-Procurement portal. 1.19.7. The result of PQQ & Technical bid evaluations shall be displayed on AAI’s e-Procurement portal and shall be visible to all the bidders who have participated in this Tender.

1.20. On-line E-Tendering General Guidelines: 1.20.1 System shall not permit upload of bids after the scheduled time of submission. 1.20.2 The bidder may correct, modify or withdraw his bid after submission but prior to scheduled last date & time of submission of PQQ, Technical and Financial bids. 1.20.3. Subject to Clause above, system shall not allow any bid to be modified subsequent to the scheduled time of submission of bids. 1.20.4. To assist in the examination, evaluation and comparison of bids AAI may, at its discretion ask the bidder for the clarification / confirmation of compliance of its bid. The request for clarification / confirmation of compliance and the response shall be through query provision available in AAI ASP E-Tendering portal. 1.20.5 Bidders may submit their response to AAI queries through provision of AAI ASP E-Tendering Portal Only 1.21. No post bid clarification / confirmation of compliance at the initiative of the bidder, shall be entertained. 1.22. Preparation of Bids: Bids shall be prepared and submitted in three parts: the first part shall comprise the “Pre-qualification qualifier Bid”, second part shall be “Technical Bid” and the third part shall be the “Financial Bid” specifying the price offer. 1.22.1 PQQ Bid submission (on AAI’s e- Procurement portal): The following documents shall be submitted on-line for PQQ evaluation: 1.22.1.1. Profile: Documents required: In case of manufacturing firms, copy of registration certificate issued by Govt. Industries department/appropriate Govt. Department for manufacturing and Procurement of Fire Proximity Suit. In case of Authorized Representative / dealer/distributor, copy of dealership certificate/ distributor /authorisation letter from the manufacturer. Appropriate documents need to be submitted in support of the above including TIN/TAN, PAN, Registration of VAT/Service tax/ Central Excise Registration (if applicable).

12

1.22.1.2 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 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. 1.22.1.3. Unconditional acceptance form (Annexure-I). Certificate accepting the terms and conditions of this NIT should be as per Annexure– I on company’s letter head.

1.22.1.4. Resources:

Documents required: Details of the staff / manpower, details of infrastructure including tools & machinery etc.

1.22.1.5. Experience: Documents required: a. Documentary proof of supply of Fire Proximity Suit to Govt. Departments/Public Sector Undertakings/Ltd. Companies/Reputed Organizations (at least 30% of qty. of total requirement) during the last two years i.e. 1st January, 2015 to 31st December, 2016 (copy of invoices are to be enclosed). Sale to own dealers/distributors or sister concerns will not be entertained under this clause b. Copy of Satisfactory certificates/inspection report /inspection certificate issued from at least one user during 1st January, 2015 to 31st December, 2016, is to be enclosed. (Irrespective of any quantity).

1.22.1.6. Turnover : Documents required: Certified copies of abridged/ audited balance sheets along with profit & loss account of the firm (bidder) in support of annualized average financial turnover during last three financial year ending March 2016 i.e FY 2013-14, 2014-15 and 2015-16.

1.22.1.7. Earnest Money Deposit (EMD) Earnest Money Deposit (EMD) of the value of 20,92,125 (Rupees Twenty Lakh Ninety Two Thousand One Hundred Twenty Five only) shall be accepted online only through the E-Tender portal via bank transfer in the form of RTGS/NEFT or through Bank Guarantee from a scheduled bank. Vendors shall use the payment gateway of IndusInd Bank / HDFC bank integrated for the purpose with the AAI E- Tender portal for online submission of EMD in the form of RTGS / NEFT. Earnest Money Deposit in the form of cash/ Demand or any other form shall not be accepted. For the earnest money deposit (EMD) submitted through Bank Guarantee (BG) of value stipulated in the Notice Inviting Tenders a scanned copy shall be submitted in PQQ Bid Folder on the e-tendering portal. In this scenario the original BG is required to be submitted to the Bid Manager {GM (Tech), AAI, New office complex, Safdarjung Airport, New Delhi-110 003) within 48 hours (2 working days) of opening of PQQ bid. Vendors shall also note that they are not required to contact any AAI employee or submit any documentary evidence of submission of EMD via bank transfer in the form of RTGS/NEFT to any AAI employee during the process of the tender. In no scenario the vendors are required to submit/contact any AAI employee for physical submission of any documents before opening of the bids. The tenders of the bidders who fail to submit the original BG towards EMD before the stipulated time shall be rejected outright. In case, a tenderer is eligible for exemption from payment of EMD, documentary proof to this effect must be enclosed.

13

Refund of EMD: EMD of unsuccessful bidders received through bank transfer mode (RTGS / NEFT) shall be refunded online through the same mode (BT) only and it shall be refunded in the Bank Account whose details are provided on the portal at the time of submission of the tender. The refund of EMD to bidders who fail to qualify the eligibility / technical stage shall be initiated automatically within 7 days of their rejection. For all bidders whose financial bids are opened the refund of EMD except for L1 bidder shall be processed within 7 days of opening of the Financial Bid. 1.22.1.8. Copy of Integrity Pact, as per Clause-3.4 of Section-C, duly signed by the bidder 1.22.1.9. The complete set of tender documents duly signed/ digitally signed by the tenderer. 1.22.1.10. Deviations, if any, from the laid down requirements of this tender shall be prepared indicating the Para number and page number of the tender document in which the bidder prefers to have deviation shall be uploaded on-line during PQQ bid submission, to verify the compliance. Without such reference, tender may not be considered for evaluation and is liable to be rejected.

1.22.2. Technical Bid submission (on AAI’s e- Procurement portal) 1.22.2.1. Technical compliance of each para of technical specifications (Section-D) for the item for which tenderer is bidding is to be uploaded. 1.22.2.2 Detailed technical offer in respect of Fire Proximity suit in terms of Section-D along with technical brochures/ printed literature is to be uploaded. 1.22.2.3. Copy of relevant Certificate of EN or NFPA from appropriate authority is to be uploaded. 1.22.2.4. Deviations, if any, from the laid down requirements of this tender shall be prepared indicating the para number and page number of the tender document in which the bidder prefers to have deviation shall be uploaded on-line during Technical bid submission, to verify the compliance. Without such reference, tender may not be considered for evaluation and is liable to be rejected. 1.22.2.5. The language of all manuals, instructions, technical documentation, etc. provided under this contract shall be in English language.

1.22.3. Financial Bid submission (on AAI’s e-Procurement portal) The following shall be the guide lines for on-line submission of financial bid; 1.22.3.1. The Financial bid shall be submitted on-line at AAI’s e-Procurement portal. 1.22.3.2. The price schedule should be submitted as per the Annexure–II on-line at AAI’s e-Procurement portal. Information given in the attachment as Annexure-III are indicative only. 1.22.3.3. Currency of quote shall be Indian Rupees. All the third party payments are subject to documentary proof. 1.22.3.4. Prices quoted by the bidder shall be inclusive of all expenses on FOR destination basis except octroi / state entry tax, applicable, if any. 1.22.3.5. Excise Duty, Sales Tax / VAT, Transportation i.e. inland freight, Transit Insurance i.e. insurance inland, should be clearly and firmly quoted on average basis, wherever applicable. AAI will not provide any Form ‘C’ or ‘D’. 1.22.3.6. Octroi/Entry/State Road Taxes will be paid by Airports Authority of India. In case it is paid by the suppler, the same shall be reimbursed on production of documentary evidence. Any remarks such as “VAT or any other charges, if applicable, shall be charged extra” shall disqualify the tender. 1.22.3.7. Payment against Inland Freight, Inland Insurance shall be made to the supplier as per actual or average quoted price whichever is less, wherever applicable, against documentary proof. The bidder shall indicate the freight charges and insurance charges applicable for each destination

14

based on which average charges are quoted, statutory levies -rate of VAT, Central Excise Duty in the attachment to the financial bid folder of e-tender portal as per the format of Annexure-III. 1.22.3.8. It shall be clearly understood and noted that Financial Bid of the tender document is for pricing alone. No condition, whatsoever, shall be stipulated in this part. Everything that the bidder has to say, regarding tender, other than pricing shall be stated only in Technical Bid of the tender. If any conditions are stipulated in the Financial Bid of the tender, the tender is liable to be rejected. 1.22.3.9. The prices quoted by the bidder shall remain firm during the entire period of contract and shall not be subject to variation on any account, except statutory Indian govt. taxes and levies. 1.22.3.10. AAI reserves the right to reject any or all tenders without assigning any reason. The Financial bids of the bidders who do not qualify in Technical bid evaluation shall not be opened. AAI also reserves the right at its sole discretion not to award any order under the tender called. AAI shall not pay any cost incurred in the preparation and submission of any tender or any cost incidental to it. The documentation submitted by tenderers shall not be returned. 1.22.3.11. Original document of Financial Bid shall not be submitted as hard copy to AAI in any case. 1.22.3.12. Bidders if quoting the rate in Indian Rupee for the imported items may quote the rate keeping in view that High Sea Sale Agreement may be signed between AAI and the bidder under the following terms: (i) After dispatch of material from origin & prior to its arrival at destination, the High Sea Sale Agreement shall be signed between successful bidder & AAI. (ii) Necessary documentation for High Sea Sale shall be the responsibility of the supplier (successful bidder). (iii) Supplier shall arrange clearance of the goods from the customs at their sole risk and responsibility. (iv) No Sales Tax/Value Added Tax will be charged as goods shall be sold to actual buyer (i.e. AAI) on High Sea Sale basis. (v) Payment towards customs duties and all other levies, imposed by custom authorities at the port of entry in India shall be made by AAI (Duty Credit Scripts may be used under ‘Served From India Scheme’) directly to custom authorities on production of estimates/bills from custom authorities by the contractor, the contractor is to ensure that duties are correctly assessed by custom authorities failing which excess payment made in this case will be recovered from the contractor. (vi) Payment on cost of imported items quoted in Annexure- II will be released to the contractor after adjusting the custom duty (inclusive of other levies imposed by custom) paid by AAI. The release of payment shall be based on actual custom duty or the custom duty quoted in the commercial bid whichever is lesser.

1.22.4. Bid Opening and Evaluation: Opening of Pre-qualification qualifier Bids: AAI shall open Pre- qualification qualifier (PQQ) bids as per scheduled Tender Opening Date and Time specified in Para 1.10 of Section A: General Information & Guidelines. 1.22.4.1. Evaluation of Pre-qualification qualifier bid: The documents submitted by the bidder as per Para 1.15 to 1.19 (1.22.1.1 to 1.22.1.9) of GIG Section-A, will be scrutinized whether the bidder meets the requirements laid down for pre-qualification qualifier to bidders. However AAI may seek clarification on pre-qualification qualifier requirement or any other information deemed necessary. Such queries raised on-line on AAI’s e-Procurement portal shall be replied on-line positively by the bidder, within the time specified, failing which the evaluation shall be done on the basis of the information available.

1.22.5. Opening of Technical Bids: Technical Bids of those bidders who qualify in Pre-qualification qualifier bid evaluation shall be opened by AAI. Bidders are requested to regularly check the Date and Time

15

of opening of Technical bid on AAI’s e tender portal from time to time. AAI may notify the Date and Time of opening of Technical bid to successful bidders through AAI’s e-Procurement Portal by way of online accepting their PQQ bids. Bidders may witness the online opening of technical bids on AAI’s e tender portal from anywhere with the help of computer or laptop having internet facility, or they may present at the venue i.e. office of the General Manager (Tech.), AAI, New office complex, Safdarjung Airport, New Delhi 110 003, during opening of Technical bids.

1.22.5.1 Evaluation of Technical Bids: The Technical Bids shall be scrutinized to shortlist technically qualified bidders by AAI to ensure whether the same are in conformity to Technical specifications as per tender. For this purpose the documents submitted by the bidder as required in Section-D and Para 1.22.2 of GIG Section-A shall be scrutinized to ascertain whether these documents are in order and meet the tender requirement of AAI. 1.22.5.2. However AAI may seek clarification on technical details or any other information deemed necessary. Such queries raised on-line on AAI’s e-Procurement portal shall be replied on-line positively by the bidder, within the time specified, failing which the evaluation shall be done on the basis of the information available. 1.22.5.3. Tenderer should have necessary resources to manufacture the product as per the specifications. If required, the Technical Evaluation Team may visit the factory premises of the firm as well as to assess (resources) the performance of items manufactured by them. The tender shall be rejected in case necessary resources are not available. 1.22.5.4. At no cost to AAI, as a part of Technical Evaluation, bidders participating in this tender may be required to demonstrate operational and technical requirements or specifications, at a location considered fit by bidder in consultation with AAI. 1.22.5.5. AAI shall evaluate the bids to determine whether they are complete, the documents have been properly signed and the bids are in order. 1.22.5.6. AAI will determine the substantial responsiveness of each bid to the Bid documents. For purposes of these clauses, a substantially responsive bid is one which conforms, to all the terms and conditions of the Bid Documents without material deviations. AAI's determination of bid's responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. A bid determined as substantially non-responsive will be rejected by AAI. 1.22.5.7. The tenders received and accepted shall be evaluated by AAI to ascertain the complete scope contained in the tender document.

1.22.6. Reverse Auction before Opening of Price Bid With reference to guidelines of Para 1.8 of GIG (Section-A) Reverse Auction will be conducted before opening of financial bid with techno commercially acceptable vendors/ tenderers. 1.22.7. Opening of the Financial Bids 1.22.7.1 Online financial bid (price bid) shall also be opened on the day after Reverse Auction. Financial Bids of those bidders who qualify in Technical bid evaluation shall be opened by AAI. Date and Time of opening of Financial Bid shall be notified to successful bidders through AAI’s e- Procurement Portal. 1.22.7.2.Bidders may witness the online opening of financial bids on AAI’s e tender portal from anywhere with the help of computer or laptop having internet facility, or they may present at the venue i.e. office of the General Manager (Tech), AAI, New office complex, Safdarjung Airport, New Delhi 110 003, during opening e-Financial Bids. 1.22.7.3. No correspondences / representations shall be entertained from the bidders after opening of Financial Bid of the Tender on tendering process. 1.22.7.4. Date of submission and opening of tender can be extended on sole discretion of the Competent Authority. 1.22.7.5. Evaluation of bid

16

1.22.7.6. The tenders shall be compared on the basis of total price quoted in financial bid and offer quoted in reverse auction by the bidders for “Procurement of 797 Nos. Fire Proximity Suit for Fire Service Officials” of the required specification. Lowest between the two quotes shall be considered for acceptance. 1.22.7.7. AAI’s decision in the evaluation process shall be final and binding on all Bidders.

1.23. Award of Contract : 1.23.1 The acceptance of the tender shall be intimated to the successful bidder(s) by AAI through Fax /letter/ telephone / e-mail etc. 1.23.2. AAI shall be the sole judge in the matter of award of contract and the decision of AAI shall be final and binding.

1.24. Bidders registered with NSIC: 1.24.1. Any concessions to the bidders registered with NSIC shall be applicable as per the directives of Govt. of India, prevalent on the date of acceptance of the bid. 1.24.2. In case a tenderer is eligible for any concession / exemption under this clause, documentary proof to this effect must be enclosed. It may be noted that submission, if any, of reference (s) of Govt. notification(s) pertaining to concessions / exemptions must be supported by copy(s) of such notification(s). 1.24.3. Since the tender is invited for Fire Proximity Suit, manufacturer of Fire Proximity Suit i.e. coat & trouser, having valid registration with NSIC for Fire Proximity Suit shall be eligible for concession (if found acceptable in all respect), even though, they may be buying helmet, hood, boot & gloves from other suppliers.

1.25. Purchase preference to Central Public Sector Undertaking shall be applicable as per the directive of Government of India prevalent on the date of acceptance.

1.26. If the entity participating in any of the tenders is a private or public limited company, Partnership Firm or Sole Proprietor and any of the Directors/Partners/Sole Proprietor of such company is also a Director of any other company or partner of a concern or a Sole Proprietor having established business with AAI and has outstanding dues payable to the Authority, then the said entity may not be allowed to participate in AAI tenders.

1.27. Obtaining of permission for Import of Items: It will be responsibility of supplier to obtain the necessary permission from the concerned authorities to import the components. Any documents required from purchaser, for obtaining the permission for import, shall be provided by AAI.

1.28. The information contained in the tender shall be comprehensive and to the point. The tenders containing information other than sought, with a motive to confuse or delay the finalization process are likely to be rejected.

1.29. Duly completed Annexure-III is to be uploaded as an attachment to financial bid folder of e-tender Portal as per Para 1.22.3.7 of GIG Section-A.

1.30. Tenders, in which any of the particulars and prescribed information is vague, missing or is incomplete, in any respect and/or prescribed conditions are not fulfilled, shall be considered non-responsive and are liable to be rejected. If the bidder gives wrong information in his tender, AAI reserve the right to reject such tender at any stage or to cancel the contract, if awarded and forfeit the earnest money deposit/ security deposit. AAI reserves the right to debar such bidders to participate in future tender.

17

1.31. Rejection & Return of Tender: 1.31.1 AAI reserves the right to reject any or all tenders without assigning any reason. The Financial bids of the bidders who do not qualify in PQQ, Technical bid evaluation shall not be opened. AAI also reserves the right at its sole discretion not to award any order under the tender called. AAI shall not pay any cost incurred in the preparation and submission of any tender or any cost incidental to it. 1.31.2 Tenders, in which any of the particulars and prescribed information is vague, missing or is incomplete, in any respect and/or prescribed conditions are not fulfilled, shall be considered non- responsive, and are liable to be rejected. 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 Deposit/ security deposit. 1.31.3 The information contained in the tender shall be comprehensive and to the point. The tenders containing information other than sought, with a motive to confuse or delay the finalization process are likely to be rejected. 1.31.4 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. 1.31.5. Should a bidder have a relation or relations employed in the capacity of an officer in AAI, the authority inviting tender shall be informed of the fact along with the offer, failing which AAI, at its sole discretion shall reject the tender or cancel the contract and forfeit the Earnest Money Deposit/ Security Deposit. 1.31.6. Bidders shall not try to influence AAI on any matter relating to its bid, from the time of the bid opening till the time the contract is awarded. Any effort by a bidder to influence AAI in the bid evaluation, bid comparison or contract award decisions shall result in the rejection of the bid. 1.31.7. AAI reserves the right to accept or reject any bid, and 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 AAI's action. The documentation submitted by tenderers shall not be returned.

1.32. Address for Correspondence: All completed tender documents for verification and enquiries regarding clarification/interpretation in connection with this tender, other than e-tendering procedures & Technical support, shall be addressed to:

General Manager (Tech.) Airports Authority of India AAI Office Complex, Safdarjung Airport, New Delhi – 110003, India Telefax: +91 11 24635799 E-mail: [email protected]

18

Section – 2

GENERAL TERMS AND CONDITIONS OF CONTRACT

2.1. DEFINITION: THROUGHOUT THESE CONDITIONS OF THE CONTRACT: a. “Acceptance of Tender” means the letter of memorandum communicating to the Contractor regarding acceptance of his tender. This includes an advance acceptance of his tender. b. i) “The Purchaser” means the “Chairman, Airports Authority of India, New Delhi-110 003 or his representative. ii) Stores to be supplied at: - As per name of consignees mentioned in supply order. c. “The Contract” means the invitation to tender, instructions to tenderers, tender, acceptance of tender, particulars on the standard and special conditions specified in the acceptance of tender. d. “The Contractor” means the persons/firm or company with whom the order for the stores is placed and shall be deemed to include the contractor’s successors (approved by the purchaser) representatives executors and administrators as the case may be unless excluded by the terms and the contract. e. “The Inspecting Officer” means the persons, firm or department authorized by the purchaser to inspect the stores on his behalf. This includes representatives of the inspecting officers so nominated. f. “Specifications” means a specification accepted or approved by the purchaser for the guidance of the contractor. g. “Schedule” means the schedule annexed to the acceptance of tender. h.1. PARTIES: The parties to the contract are the Contractor and the Purchaser. h.2. AUTHORITY OF PERSON SIGNING THE CONTRACT ON BEHALF OF THE CONTRACTOR A person signing the Tender or any other document in respect of the contract on behalf of the contractor without disclosing his authority to do so shall be deemed to warrant that he has authority to bind the contract. If it is discovered at any time that the person so signing has no authority to do so, the Chairman, Airports Authority of India, New Delhi may without prejudice to any other right or remedy of the purchaser, cancel the contract and make or authorize the making of a purchase of the stores at the risk and cost of such person and hold such person liable to the purchaser for all costs and damages arising from the cancellation of the contract including any loss which the purchaser may sustain on account of such purchase. h.3. ADDRESS OF THE CONTRACTOR AND NOTICES AND COMMUNICATIONS ON BEHALF OF THE PURCHASER I. For all purpose of the contract, including arbitration there under, the address of the Contractor mentioned in the tender shall be address to which all communications addressed to the Contractor shall be sent, unless the contractor has notified any change by a separate letter containing the other address for communication and sent by registered post acknowledgement due to the General Manager (Technical), Airports Authority of India, AAI Office Complex, safdarjung airport, New Delhi- 110 003. The contractor shall be solely responsible for the consequence of any omission to notify any change of address in the matter aforesaid. II. Any communication or notice on behalf of the purchaser, in relation to the contractor may be issued to the Contractor by Purchaser and all such communication and notices may be served on the Contractor at his notified address either by registered post or under certificate of posting or by ordinary post or by hand delivery at the option of the Purchaser. III. Purchaser: Airports Authority of India.

2.2. Earnest Money Deposit: 2.2.1 Earnest Money Deposit (EMD) of the value of 20,92,125/- (Rupees Twenty Lakh Ninety Two Thousand One Hundred Twenty Five only) shall be accepted online only through the E- Tender portal via bank transfer in the form of RTGS/NEFT or through Bank Guarantee from

19

a scheduled bank. Vendors shall use the payment gateway of IndusInd Bank / HDFC bank integrated for the purpose with the AAI E- Tender portal for online submission of EMD in the form of RTGS / NEFT. Earnest Money Deposit in the form of cash/ Demand Draft or any other form shall not be accepted. Vendors shall also note that they are not required to contract any AAI employee or submit any documentary evidence of submission of EMD via bank transfer in the form of RTGS/NEFT to any AAI employee during the process of the tender. In no scenario the vendors are required to submit/contact any AAI employee for physical submission of any documents before opening of the bids. The tenders of the bidders who fail to submit the original BG towards EMD before the stipulated time shall be rejected outright. In case, a tenderer is eligible for exemption from payment of EMD, documentary proof to this effect must be enclosed.

2.2.2 The EMD of the unsuccessful tenderers would be refunded. But, the EMD of successful tenderers will be adjusted with contract security or will be refunded on furnishing of a Performance Bank Guarantee as per enclosed Proforma.

2.3. CONTRACT PERFORMANCE GUARANTEE: 2.3.1. The successful tenderer, awarded with the work, shall furnish Security Deposit in the form of Bank Guarantee in the following form: Bank guarantee to the extent of an amount to a sum equal to @ 10% on first Rupees one Lakh, 7.5% on second Rupees one Lakh and 5% on balance amount of basic cost of ordered value (excluding taxes, duties, transportation charges, if any) to AAI as prescribed in Annexure- A attached with this tender document, from a Nationalised Bank /Schedule Bank as per RBI Schedule (but not from any co- operative or Gramin Bank), acceptable to the purchaser. This BG shall be submitted within 15 days of placement of detailed order, before the agreement is executed, between the purchaser and the contractor. The security deposit Bank Guarantee shall remain valid till the expiry of the guarantee and defects liability period plus three months from the date of supply of material. 2.3.2. No other form of security than the above shall be acceptable. 2.3.3. The security deposit shall be released on completion of guarantee and defects liability period without interest. 2.3.4. The Contractor shall enter into a contract agreement with the Purchaser within 30 (Thirty) days from the date of placement of purchase order or within such extended time as may be granted by the Purchaser.

2.4. EQUIPMENT PERFORMANCE GUARANTEE: 2.4.1 The Contractor further guarantees that, the equipment supplied by him shall be free from all defects in design, material and workmanship and shall, upon written notice from the purchaser fully remit, free of expenses to the purchaser such defects as developed under the normal use of the equipment within a period of guarantee specified in the relevant clause of the general terms and conditions of the Purchase Order. 2.4.2 All manufacturer’s warranties of various units/components of store will be passed on to purchaser at the time of handing over of consignment. 2.4.3 One point guarantee will be extended by contractor for all stores, components and sub assemblies used in stores supplied by contractor. 2.4.4 Security Deposit/Bank Guarantee for performance of contract & equipment performance will be returned only after the contract is executed to the entire satisfaction of the purchaser at end of equipment guarantee and period of defect liability and a ‘No claim Certificate’ from the tenderer.

20

2.5. TIME ESSENCE OF THE CONTRACT: The time and date of completion of the supply as stipulated in the Purchase Order and accepted by the supplier without or with modification, if any, and so incorporated in the Purchase order shall be deemed to be the essence of the contract. The contractor shall so organize his resources and perform his work to complete it not later than the date agreed to.

2.5. CHANGES IN QUANTITY & VARIATION IN PRICES: 2.5.1 The Purchaser reserves the right to vary the quantity of items or group of items to be ordered as specified in the accompanying technical specification as may be necessary, during the execution of the contract, but such variations unless otherwise specified in the accompanying technical specification shall be limited to 50% of the original quantity ordered during the currency of the contract. 2.5.2 The prices quoted by the bidder shall remain firm during the entire period of contract and shall not be subject to variation on any account, except statutory Indian govt. taxes and levies. 2.6. PACKING, FORWARDING AND SHIPMENT: 2.6.1. The Contractor wherever applicable, shall properly pack all equipment in such a manner so as to protect them from deterioration and damage during Air/Rail/Sea and Road Transportation to the site and the Contractor shall be held responsible for any damages due to improper packing. The cost of damages or replacement of store will be on the account of the Contractor. 2.6.2. The Contractor shall notify the purchaser of the date of each dispatch and the expected date of arrival at the destination, for the information of the Purchaser. 2.6.3. The Contractor shall also give all dispatch information concerning the right size and the content of each packing including any other information, the Purchaser may require. 2.6.4. The following documents shall be sent by registered post to the Purchaser within three days from the date of dispatch to enable the Purchaser to make progressive payment to the Contractor. a) Invoice b) Packing list c) Pre-dispatch Clearance Certificate, if any d) Test Certificate where ever applicable. 2.6.5. The Contractor shall prepare detailed packing list of all packages and container bundles and loose material forming each and every consignment dispatch to site. The Contractor shall further be responsible for making all necessary arrangement at his cost for loading, unloading and other handling rights from his works up to the site for F.O.R destination delivery.

2.7. INSURANCE: 2.7.1 The Contractor shall in his own interest arrange, secure and maintain insurance as may be necessary against all possible risks, at his own cost. 2.7.2. The risk that are to be covered under transit insurance coverage to store shall include the loss or damage in transit, theft, pilferage, riot, civil commutation where conditions exist, accidents of all kind, fire etc. The scope of such insurance shall cover the entire value of the equipment from the time to time. 2.7.3. Any loss or damage to the equipment under handling, transportation till such time the equipment is delivered to the Consignee shall be to contractor’s account. The contractor shall be responsible for preferring of all claims and make good for the damage or loss by way of repairs and/ or replacement of the portion of equipment/item damaged or lost.

2.8. COMPENSATION OF DELAY: 2.8.1 If the Contractor fails to dispatch the material within the time fixed under the contract, the contractor shall pay to the Purchaser without prejudice to any other rights or remedy as may be available to the Purchaser, an agreed compensation amount of @ 1.0 % of undelivered stores per week or part there

21

of subject to a maximum of 5% of value of balance supply. Compensation amount shall be worked out on the basic cost. 2.8.2. In case aforesaid delay exceeds four months from the scheduled date of supply, the Purchaser shall have the right to terminate the contract at the risk and cost of the contractor. 2.8.3. The amount of compensation may be adjusted or set-off against any sum payable to the Contractor under this or any other contract with Purchaser. 2.8.4. The total time allowed for dispatch of material is 120 days from the date of placement of confirmed purchase order excluding the time taken by AAI for carrying out inspection, arranging road permit etc.

2.9. DEDUCTIONS FROM CONTRACT PRICE: All costs, damages or expenses which the purchaser may have paid, for which under the contract the Contractor is liable, will be deducted from any payments due or becoming due to the Contractor under this contract or may be recovered by actions of law or otherwise, if the contractor fails to satisfy the purchaser of such claims.

2.10 FORCE MAJEURE CLAUSE: 2.10.1 Force Majeure is herein defined as any cause, which is beyond the control of the contractor or the Purchaser as the case may be which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially effect the performance of the contract such as:- a. Natural Phenomena, including but not limited to floods, riots, earthquakes and epidemics. b. Acts of any Govt. including but not limited to war declared or undeclared, priorities, mutiny quarantines embargoes. 2.10.2 The Contractor or the Purchaser shall not be liable for delay in performing his obligations resulting from any Force Majeure clause as referred to and or defined above. The date of completion will subject to herein after provided by extended by a reasonable time.

2.11. PATENT RIGHTS AND ROYALTIES: Royalties and fees for patents covering materials, articles, apparatus, devices equipment or processes used in the works shall be deemed to have been included in the contract price. The Contractor shall satisfy all demands that may be made or any time for such royalties or fees and he alone shall be liable for any damages or claims for patent infringements and shall keep the Purchaser indemnified in that regard. The Contractor shall at his own cost and expense, defend all suits or proceeding that may be instituted for alleged infringement of any patents involved in the works and in case of an award of damages , the Contractor who shall also satisfy comply any degree, order, order of award made against the Purchaser. But it shall be understood that no such machine, plant, work material or thing has been used by the purchaser for any purpose or any manner other than that for which they have been furnished and installed by Contractor and specified under these specifications. In the event of any apparatus or equipment or any part there of furnished by the Contractor is in such Suit or proceeding held to constitute infringement, and its use is enjoined, the Contractor shall, at his option and at his own expense, either procure for the Purchaser, the right to continue use of said infringing apparatus or modify it, so it becomes non infringe.

2.12. TERMINATION OF CONTRACT AT PURCHASER’S INITIATIVE: 2.12.1 The Purchaser reserves the right to terminate the contract either in part or in full due to any reasons other than terms and conditions specified herein, by giving 15 days notice in writing to the contractor of his intention to do so. 2.12.2 The contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice, make all reasonable efforts of obtain cancellation of all orders and contracts

22

to the extent they are related to the work terminated and terms satisfactory to the purchaser, stop all further sub-contracting or purchasing activity related to the work terminated. 2.12.3 In the event of such termination the contractor shall be paid compensation to the actual loss incurred by him, against production of proper proof to the satisfaction of the Purchaser and all material available at site or at the manufacturing unit for which compensation is claimed shall become the property of the Purchaser.

2.13. ARBITRATION AND LAWS: 2.13.1 Except where otherwise provided for in the contract all questions and disputes relating to the meaning of the specifications, designs, drawings and instructions wherein before mentioned and also as to the quality of workmanship or material used on the work or as to any other questions, claim right, matter or thing whatsoever in any way arising out of or relating to the contract, design, drawing, specifications, instructions, orders or these conditions or otherwise concerning the works, or the execution of failure to execute the same whether arising during the progress of the work or after the completion or abandonment there of shall be referred to Sole Arbitration as may be appointed by the Chairman, AAI. There will be no objection, if the Arbitrator so appointed is an employee o AAI and that he had to deal with the matters to which the contract relates and that in the course of his duties as such he had expressed views on all or any of the matters in dispute or difference. The Arbitrator to whom the matter is originally referred being transferred or vacating his office or being unable to act for any reasons. The Chairman, AAI at the time of such transfer, vacation of officer on inability to act, shall appoint another person to act as an Arbitrator in accordance with the terms of the contract, and such person shall be entitled to proceed with the reference from the stage at which it was left by predecessor. It shall also form term of this contract that no person other than a person appointed by the Chairman, AAI as aforesaid should act as Arbitrator If for any reason that if not possible, the matter is not to be referred to Arbitration in all cases where the amount of the claim in dispute is Rs. 50,000/- (Rupees Fifty Thousand only) and above the Arbitrator shall give reasons for the award subject as aforesaid the provision of the “Arbitration and conciliation Act 1996” or any statutory modification or re-enhancement thereof and the rules made there under and for the time being force shall apply to the arbitration proceeding under this clause. In case of disputes between two Govt. of India Undertakings, provisions mentioned in bureau of Public Enterprises letter No Bre/GI-001/16/MAN-2(100-75-BPE) (GM-1) dated 1-1-1976 and its amendments from time shall apply. It is a term of the contract that the party invoking arbitration shall specify the dispute or disputes to be referred to arbitration under this clause together with the amounts claimed in respect of each such dispute. The arbitrator (s) may from time with consent of the parties enlarge the time, for making and publishing the award. 2.13.2 The work under the contract shall, if reasonable possibly, continue during the Arbitration proceedings and no payment due or payable to contractor shall be with held on account of such proceedings. 2.13.3 The Arbitrator shall be deemed to have entered on the reference on the date he issued notice to both the parties fixing the date of the first hearing. 2.13.4 The Arbitrator shall give a separate award in respect of each dispute or difference referred to him. 2.13.5 The venue of arbitration shall be such place as may be fixed by the Arbitrator in his sole discretion. 2.13.6 The award of the Arbitrator shall be final, conclusive and binding on all parties to this contract. 2.13.7 This contract shall be governed by the Indian Laws for the time being in force.

2.14. PAYING AUTHORITY The Jt.G.M. (Finance), Pre-Check Section, Airports Authority of India, CHQ, New Delhi-110 003

2.15. INSPECTION 2.15.1 By General Manager (Tech.), Airports Authority of India or his authorized representative at the premises of the supplier.

23

2.15.2 Cost of Inspection: The contractor shall provide, without any extra charge, all materials, tools, labour and assistance of every kind which the Inspector/Purchaser may demand of him for any test/inspection and examination which he shall require to be so made on the contractor's premises and shall bear and pay all costs attendant thereon. The cost of traveling, boarding & lodging, of AAI Inspecting officer(s) to the site of inspection shall be borne by AAI. In case, however the inspection needs to be repeated for the same lot or part thereof due to failure during first inspection then all expenditures including traveling, boarding & lodging of AAI Inspecting officer(s) for the repeat inspection will be to the account of contractor. If the contractor fails to comply with the conditions aforesaid, the Inspector/ Purchaser shall, in his sole, judgment be entitled to remove for test and examination all or any of the equipment manufactured by the Contractor to any premises other than his (Contractor's) and in all such cases the contractor shall bear the cost of transport and for carrying out such tests elsewhere. A certificate in writing of the Inspector/Purchaser that the contractor has failed to provide the facilities and the means, for test, inspection and examination shall be evidence of such failure. 2.15.3. The inspection shall be carried out at the premises of the bidder / supplier (in India) and during inspection, the material shall be physically inspected in respect of availability of entire qty., relevant test certificates, marking on the products etc. and inspection report shall be signed jointly by the representative of AAI and the bidder / supplier. The supplier shall dispatch the material only after receiving a confirmation from AAI for dispatch of material.

2.16 GUARANTEE/WARRANTEE AND REPLACEMENT OF DEFECTIVE STORE: 2.16.1 The contractor shall warrant that the equipment/items are new and in accordance with the contract documents and be free from defects in material and workmanship for a period of 24 (twenty four) months commencing from the receipt of the material. The contractor’s liability shall be limited to the replacement of any defective parts of the item of his own manufacture and those of his sub-contractors under normal use and arising solely from faulty design, materials and/or workmanship provided that such defective parts are not repairable. Such replaced defective parts shall be returned to the contractor. 2.16.2 If it becomes necessary for the contractor to replace or renew any defective portions of the item supplied under the clause, the provisions of this clause shall also apply to the portions of the item so replaced or renewed until the expiration of 24 (Twenty Four) months from the date of such replacement or renewal. If defects are not remedied within the reasonable time, the engineer may proceed to do the work at the contractor’s risk and costs, but without prejudice to any others rights which the purchaser may have against the contractor in respect of such defects. 2.16.3 The repair or new parts will be furnished free of cost by the contractor. If any repair is carried out on his behalf at the site, the contractor shall bear the cost of such repair. 2.16.4 The cost of any special or general overhaul becomes necessary during the warranty period due to defects in the equipment or any repair work carried out by the contractor during warranty period shall be borne by the contractor. 2.16.5 The acceptance of item by the engineer shall in no way relieve the contractor of his obligation under this clause. 2.16.6 In case of defective parts/equipments which are not repairable, at site, the Contractor shall carry the Fire Proximity suit to contractor’s works for repair with the consent of purchaser. The cost of transportation of such defective parts from site to the works of the contract and back shall be borne by the contractor. However, it may be noted that the manufacturer will not be entitled to dispose of the stores which are given for rectifications of defect but not rejected without prior permission of Airports Authority of India. 2.16.7 At the end of Guarantee period the contractor’s liability ceases except for latest defective parts renewed/replaced.

2.17. DEFENCE OF SUITS:

24

If any action in court is brought against the Purchaser or an officer or agent of the Purchaser for the failure of neglect on the part of the Contractor to perform any acts, matters, covenants or things under the contract, or for damage or injury caused by the alleged omission or negligence on the part of the Contractor, his agent, representatives or his sub-contractors, workman, suppliers or employees the Contractor shall in all such cases indemnify and keep the Purchaser, harmless or indemnified against and from all to liabilities incurred or arising of such action. This contract shall be governed by the Indian Laws for the time being in force subject to jurisdiction of Delhi High Court. 2.18. TAXES, PERMITS & LICENCES: The Contractor shall be responsible for payment of all duties, levies and taxes lawfully assessed by the appropriate authority under the law of the land. The Purchaser shall have the right to deduct any taxes, duties at source, if liable to do so under any India law. AAI shall not issue any concessional sales tax form including Form-C/D.

2.19. PAYMENT TERMS The Authority shall pay to the contractor in the following manner the contract price unless agreed upon otherwise between the contractor and the Authority: i) 80% payment shall be made by AAI on submission of invoice, inspection certificate and dispatch proof. ii) Balance payment shall be made by Airports Authority of India on receipt of the material at site in good condition and passing the inspection / test as per specifications after deducting for security deposit and all other penalties to which the firm might have rendered itself liable as per terms of agreement. iii) No security deposit will be deducted from the payment in case the firm submits a bank guarantee as per clause No.2.3 of Section-B and as prescribed in Annexure-A attached with this tender document from a Nationalised Bank /Schedule Bank (as per RBI Schedule), acceptable to the purchaser. iv) The Payment authority shall be General Manager (Finance) / Jt.GM / DGM (Finance), Airports Authority of India, R G Bhawan, New Delhi 110 003 or GM / Jt. GM / DGM(Fin) of Metro Airports or GM / Jt. GM / DGM(Fin) of RHQs or Jt. GM / DGM / AGM / SM(Fin) of airports as the case may be.

2.20. DESPATCH OF STORES/EQUIPMENT: 2.20.1 Total time allowed for completion of dispatch of entire quantity of the contract is 120 days from the date of placement of confirmed purchase order excluding the time taken by AAI for carrying out inspection, arranging Road Permit etc. 2.20.2. Delivery of entire quantity of Fire Proximity suit shall be required at consignees’ places as mentioned in Tender document.

2.21. DEFECT AND JURIDICTION OF CONTRACT 2.21.1. The contract shall be treated as having come into force from the date of issue of letter of the award of the contract by the purchaser. 2.21.2. The law applicable to this contract shall be the law enforced in India. The courts of Delhi shall have exclusive jurisdiction in all matters arising under this contract.

2.22. PRICE: Prices are inclusive of Excise Duty, sales tax/VAT, transportation, and insurance charges on F.O.R. destination basis but exclusive of Octroi/Entry/State Road Taxes, which will be paid by Airports Authority of India. In case it is paid by the suppler, the same shall be reimbursed on production of documentary evidence.

25

2.23. CONSIGNEE: S. No. Name & address of Consignees Quantity Boot size of the Proximity (in Nos.) Suit (UK Size) 8 9 10 1. RED, NR, Delhi 174 10 80 84 2. RED, WR, Mumbai 119 20 55 44 3. RED, SR , Chennai 234 30 80 124 4. RED,ER, Kolkata 88 20 30 38 5. RED. NER, Guwahati 92 30 35 27 6. FTC, Delhi 45 10 15 20 7. FSTC, Kolkata 45 10 15 20

2.24. CONTRACT AGREEMENT The agreement shall be executed on a non judicial stamp paper of value of Rs. 100/- (Rupees one hundred only) in the prescribed format, and cost of the stamp paper shall be borne by the suppler.

2.25. If successful bidder fails to submit the Contract Performance Guarantee (Security Deposit) and also fails to enter into an agreement with Airports Authority of India (AAI) within 30 (thirty) calendar days after the date of acceptance of Purchase Order, the EMD amount shall be forfeited and Purchase Order shall be cancelled.

26

3. Section - C SPECIAL CONDITIONS

3. 1. The following special conditions shall be read in conjunction with General Conditions of contract and amendments/corrections thereto. If there are any provisions in these Special Conditions which are at variance with the provisions in the mentioned documents, the provisions in these special conditions shall take precedence.

3.2. Sufficiency of Tender: The tenderer shall be deemed to have satisfied himself before tendering as to the correctness and sufficiency of his tender for the works and of the rates and prices quoted in the Schedule of Works/Items/Quantities or in Bills of Quantities which rates and prices shall, except as otherwise provided, cover all his obligations under the contract, and all matters and things necessary for the proper completion os supplies and performance guarantee of equipments/store.

3.3. STORE PERFORMANCE GUARANTEE:

3.3.1 The contractor shall guarantee that all stores shall be free from any defect due to the defective materials and bad workmanship and that the stores shall operate satisfactorily and that the per- formance and efficiencies of the stores shall be not less than the guarantee values. 3.3.2 The guarantee shall be valid for a period of 24 (Twenty Four) Months for the complete Stores from the date of supply of material. 3.3.3 One point guarantee shall be extended by the contractor for all stores supplied by contractor. 3.3.4. Any parts of the stores found defective during guarantee period shall be replaced/ rectified by the contractor without any charges whatsoever. The services of the contractor's personnel, if requisitioned during this period, for such work, shall be made available free of any cost to the Authority. 3.3.5 If the defects are not remedied within two weeks from the date of written notice, the Authority shall proceed to do so at the contractor's risk and expense without prejudice to any other right.

3.3.6. THE CONTRACTOR SHALL FURNISH THE FOLLOWING GUARANTEES: "We warrant that everything supplied by us shall be in all respects free from all defects and results in material, workmanship and manufacture and shall be of the highest grade and quality upto acceptable standards for all materials of the type ordered and shall be in full conformity with all the specifications, drawings or samples if any, and we shall be fully responsible for its efficient performance. This guarantee shall survive inspection for acceptance and payment for the Stores but shall expire (except in respect of the complaints notified to us) for the complete Stores from the date of supply of material. The complaints, if any, with respect to any defect as to materials, workmanship, manufacture, or performance of any of the Stores or any part or parts thereof shall be notified by the purchaser in writing by registered post or by cable (it shall be deemed to be received by us in respect of cable within two days and in respect of the registered post within one week from the date of despatch) within 24 months from the date of supply of material." 3.3.7. The contractor shall replace such Stores which require replacement under these conditions free of costs, charges and expenses to the purchaser. In addition, the contractor shall be responsible for a period of 24 months for the complete Stores from the date of supply of material, for any defect that may develop or appear under the conditions provided for by the contractor or use thereof arising from faulty material design or workmanship in the Stores or any part thereof shall remedy such defects within two days from the date of notification at his own cost, charges and expenses

27

when called upon to do so by the purchaser who shall state in writing in what respect the portion is faulty. 3.3.8 Any faulty components replaced or renewed under the clause shall also be guaranteed for a period of 24 months from the date of such replacement or removal or until the end of the above mentioned period whichever is later. If any defect is not rectified within the said period of one week, the purchaser may proceed to do the work at contractor's risk, acceptance and without prejudice to any other rights which the purchaser may have on the contractor in respect of such character as may affect the replacement or renewals of such defects. Further, if the replacement or renewals are of such character as may affect the efficiency of the installation the purchaser shall have the right to give the contractor within one month from such replacement or renewal, notice in writing for appropriate test to be carried out and should such test show to the satisfaction of the purchaser that the Stores sustains the guarantee given in the contract, the cost of such test shall be borne by the purchaser, should the guarantee be not sustained the cost of the test will be borne by the contractor. 3.3.9. All inspection, replacement, or rectifications carried out by the contractor during the maintenance period shall be at the cost, charges and expenses of the contractor subject to the same conditions as in the contract. The contractor shall not be entitled for any extra payment whatsoever on account of above special conditions of contract.

3.4. Implementation of Integrity Pact (IP)

3.4(i) Signing of Integrity Pact is mandatory for every bidder participating in this tender and the contractee who is awarded the work. The Pact signed on each page by the person authorized by bidder/sub-contractor/associate to sign the bid for submission or the person authorized to sign the contract on behalf of successful bidder shall be submitted by the bidder along with EMD and be enclosed with the agreement by the contractee.

ii. IP shall be signed on plain papers, which is pre-signed by tender issuing authority/contract signing authority.

iii. All sub-contractors/associates whose contribution in the project is Rs.0.50 crores (Rupees Zero point Five crores) or above shall sign Integrity Pact with the Authority after the work is awarded to the successful bidder. All bidders shall inform their sub-contractors/associates accordingly.

iv. The Independent External Monitor (IEM) for this work shall be Sh. M.P.Juneja, (Retd. Addl. Member of Railway Board), , [email protected], Mob: 09811.733362. and Dr. Anup K. pujari, IAS (Retd.), [email protected], Mob.:09899210944. All correspondences to IEMs regarding Implementation of Integrity Pact, shall be addressed to Mr.M.P.Juneja C/o Chairman, Airports Authority of India, RG Bhawan, Safdarjung Airport, New Delhi – 110 003 and Dr.Anup K Pujari, IAS (Retd.), C/o Chairman, Airports Authority of India, RG Bhawan, Safdarjung Airport, New Delhi – 110 003. v. The contractor shall not be entitled for any extra payment whatsoever on account of above special conditions of contract.

28

4. Section-D

TECHNICAL SPECIFICATIONS FOR FIRE PROXIMITY SUIT

4.1 GENERAL

4.1.1. The Close Proximity Suit(Coat & Trouser)shall be designed to provide the Fire-Fighter with complete protection from radiated heat& thermal flame resistance and injuries arising from impact or abrasion during operational activities.

4.1.2 The suit shall have full length sleeves & a stand up collar with adjustable throat tab and also provides protection to the torso, arms and legs including the heel, hand and head with boots, hand gloves. Helmet& hood.

4.1.3 The Close Proximity Suitshall betwo piece coat &trouser type interwoven with four layer of fabric and non-woven of highly fire, heat resistance and inherently flame resistance textiles.

4.1.4 The Close Proximity Suitshall also have provision to wear the BA Set outside the coat.

4.1.5 The suit shall be light weight, comfortable, easy to clean and also easy to wear without assistance.

4.1.6 The Coat & Trouser, Hand Gloves, Helmet & Hood and Shoes shallmeet the allrequirement of EN 469: 2005 level 2, EN 659 :2008 , EN 13911 :2004 , EN 443 : 2008 type B, EN 15090:2012 type 3 standard with latest amendment or NFPA 1971: 2007 with latest amendment

4.1.7 Heavy duty central Zip fastener shall be provided for quick and safe fastening. Zip fastener shall be two way opening / closing type. Zip shall be free from oxidation process, protection against heat transfer and prevents liquid penetrations (water, chemicals). Fastener tape also shall be provided with easy release zipper covered by flap and fix by Velcro tap .

4.2 CONSTRUCTION

4.2.1 The Close Proximity Suit (Coat & Trouser)shall have Four layer fabrics

a) Outer layer: Outer layer shall be made of blend of inherently fabric and woven with am blend of 90 to 96 % metaramide, 3to 7 % paramide& 2 % anti-static fabric with with flashover protection, The Weave of outer layer shall be Twill or Rip Stop weave. The weight of outer layer shall not be more than 220 GSM. b) Middle Layer: The Middle Layer shall act as aMoisture Barrier for facilitating perspiration and heat to escape to the outside atmosphere, thus reducing the heat stress to the wearer and protection water ingress to the wearer. The Moisture Barrier shall be breathable in nature having a micro porous layer

29

incorporating an oleo phobic polymer treatment laminated to the carrier fabric like Eptef or similar breathable lining combination. The weight of middle layer shall not be more than 140 GSM. c) Inner Layer: This layer shall act as Thermal Barrier. It shall be made from inherent non woven aramid fibers like metaaramide / pararamide quilted with lining fabric. The weight of the inner layer complete with lining fabric shall not be more than 350 GSM.

4.2.3 The upper portion of thigh shall be reinforced with extra layer of cloth and stitched strong aramid thread.

4.2.4. The sewing thread used for stitching shall also be strong inherent flame resistance and similar inherent FR characteristic as per the fabric. The seams on the outer layer shall be stitched with strong thread overlockand internal seam protection as per the requirements of EN/ NFPA Standard.

4.2.5 The collar of the coat shall be designed so that the neck portion is doubly secured and covered by means of throat tab, fitted with the fire retardant Velcro for secure fastening across the neck. A hanger loop, centrally placed on outer collar or inside section to be facilitate hanging.

4.2.6 The front closure of suit shall be a heavy –duty molded zip beneath a full length catch flap, closing with fire retardant Velcro.

4.2.7 The sleeves & cuff shall be designed to have an additional gusset in the underarm or any design innovation to allow the arms to move freely without raising the helm of the suit.

4.2.8 The size shall be suitable for fitting on Fire Personnel of 5’. 8” to 6’ height and trouser portion shall be elasticized and comfortable.

4.2.9 A large clear label shall be permanently attached or stitched inside the lining of the suits The label shall be full details of compliance the standards manufacturer’s contact details, sizing, wash/ care information, style and date of manufacture and traceability coding.

4.2.10 The Coat and Trouser shall have fixed single row of 2”width highly fire & heat resistance retro- reflective and florescent surface trim confirming to EN ISO 20471 :2013around lower leg.

4.2.11 Close Proximity Suit set should be supplied in one carry bag containing coat, trouser gloves and Helmet & hood.

4.3 HELMET &HOOD GENERAL:

4.3.1 The fireman helmet shall be a full integral helmet/global style and shall also include a full facial protection visor and protective zone of the helmet shall include Nose, neck & ear area.

30

4.3.2 It shall be ergonomically designed and lightweight. The helmet shall be easy to wear and allow the wearer to feel comfortable on wearing and shall not cause any physical discomfort or injury.

4.3.3 The helmet shall allow the wearer to function efficiently in severe heat, smoke, moisture, high impact and penetration resistant zero-visibility and cramped environment which is usually encountered while carrying out any rescue and fire fighting operations in close proximity to the fire.

4.3.4 Helmet shall be consisting of a helmet supplied complete with antiflash hood. The hood should be certified as per EN 13911 standard. The Helmet shall not give the wearer a sense of isolation and must permit both speech and the reception of audible signals or words of command. The Helmetshall be capable of use in conjunction with respiratory protection equipment and of incorporating radiotelephone receiver installations.

4.3.5 The design shall also allow accommodating all types of Breathing Apparatus facemask, Radiotelephone Receiver Set and PPE’s like Earmuffs &Lamp etc.

4.3.6 Face shield of helmetshall be capable giving full heat protection& impact and should be single piece, preferable gold tinted transparent polycarbonate type visor.

4.4. MATERIAL:

4.4.1 The outer shell of the helmet shall be made of non-metallic / heat resistant thermoplastic / plastic reinforced with fibre glass composite material providing full protection and also prevent any of minimum degree centigrade as per the norms of EN 443 or NFPA standard.

4.4.2 The protective padding of the helmet inner shall be Heat & Flame resistance material and also sewing thread used in the construction of helmet shall be made of inherently flame resistance fibre not melt below 260 degree C.

4.4.3 The material for headband, chin strap and cradle shall be sweat-resistant, non-irritant and shall not cause skin disease. The material of buckle shall also be Heat & Flame resistance with high strength quick release.

4.4.4 The neck protector shall be Heat & Flame resistance material with detachable provision. The neck guard shall also be Heat & Flame resistance material to cover the neck completely to prevent any flash fire

4.5 CONSTRUCTION:

4.5.1 The construction of the helmet shall essentially be in the form of hard outer shell containing the necessary additional means for absorbing impact energy in all locations with penetration

31

resistance, thermal flame resistance, electrical protection, shock absorption resistance, water absorption resistance, heat resistance protective padding and retention system.

4.5.2 The Visor should be capable of being closed - housed within the inner shelf of the Helmet, when not in use and should have double Visor with a goggle visor inside for better protection. The outer Visor should be Gold Plated for extreme Heat and Impact protection.

4.5.3 The visor shall provide the full facial protection and comply with the standard EN 14458:2004 or NFPA Standards

4.5.4 The padding material shall be of easy maintenance & washable and no part of the protective padding shall be readily detachable.

4.5.5 The headband shall not be less than 30 mm in width and shall be fixed along with the corrugated padding to the shell. The headband shall be easy to clean and replace.

4.5.6 The chinstrap shall anchor to the shell. The chinstrap shall be at least18 mm wide and shall be permanently fitted with a fastening device to adjust and maintain tension.

4.5.7 The brim shall be an integral part of the shell and shall be continuous around the dome.

4.5.8 Head size of the Helmet should have an adjustable feature should be available for fitting various head size circumference 51-65 cm of .

4.6 WORKMANSHIP AND FINISH:

4.6.1 All helmet surfaces shall have smooth finish without any sharp edges.

4.6.2 There shall be no metallic compartment or other rigid projections passing through the shell except for fixing visor.

4.7 PERFORMANCE REQUIREMENTS:

4.7.1. The helmets shall confirm to all the requirements and testing procedures of the latest standard of EN 443: 2008 or NFPA 1971 : 2007 and the antiflash shall be confirm to all the requirement & testing procedure of the latest standard of EN 13911: 2004 or NFPA 1971: 2007.

4.7.2 The testing certificate shall be provided by an NABL approved/Internationally recognized lab.

4.8 BOOTS

4.8.1 The boot shall be of tough, flexible, electrical, heat and oil& acid resistant material.

32

4.8.2 Sole of the boot shall be a non-slip material.

4.8.3 Sole of the boot shall be penetration resistance against sharp object.

4.8.4 Toe caps and soles may be reinforced with steel.

4.8.5 The boots sizes should be 8,9&10 (UK Size) or 42, 43 &44 (European Size).

4.8.6 The boot shall confirm to all the requirement and testing procedures of the latest standard of EN 15090: 2012 type 3 standard with latest amendment or NFPA 1971: 2007

4.9 GLOVES

4.9.1 The gloves shall be made of Fire Resistance, Heat Resistance fabric and all thread used for stitching the gloves shall be inherently Flame Retardant.

4.9.2 The design shall be gauntlet type to provide wrist protection and permit the wearer to operate switches, fastenings and hand tools.

4.9.3 The nature of fire-fighting operations indicates that the back of the gloves shall have a reflective surface to minimize radiated heat effects and that the palm and fingers should be provided in a material resistant to abrasion and penetration by sharp objects. All seams should be resistant to penetration by liquids.

4.9.4 The gloves shall confirm to all the requirement and testing procedures of the latest standard of EN 659: 2008 or NFPA 1971: 2007

4.10. CERTIFICATION The manufacture shall provide both EC type examination certification as well as article 11 EC quality certificates, CE marking.

4.11. MARKING

The Fire Protective Suit shall have marking the standard and details of manufacturer, Batch No/ Lot No. in Coat, Trouser, Boot, Gloves and Helmet & Hood.

4.12. WARRANTY

The manufacture/ supplier shall furnish a warranty for PPE articles for period of 24 months from the date of acceptance of the goods.

33

Annexure-I ACCEPTANCE LETTER (on Company’s Letter head)

Procurement of 797 Nos. Fire Proximity Suit for Fire Service Officials

I/We hereby tender for the execution for the Chairman, Airports Authority of India, of the supply specified in the underwritten memorandum within the time specified in such memorandum at the rates specified therein, and in accordance in all respects with specifications, design, and instructions in writing referred to in Rule-1, hereof and the conditions of contract, design, and with such the items as are provided for, by and in all respects in accordance with such conditions so far as possible.

1. Memorandum : (a) General description : Procurement of 797 Nos. Fire Proximity Suit for Fire Service Officials

(b) Estimated Cost : INR 8,36,85,000/-

(c) Earnest money deposit : INR 20,92,125/-

(d) Security Deposit

The successful tenderer, awarded with the work, shall furnish Security Deposit as per in the form of Bank Guarantee in the following form: Bank guarantee to the extent of an amount to a sum equal to @ 10% on first Rupees one Lakh, 7.5% on second Rupees one Lakh and 5% on balance amount of basic cost of ordered value (excluding taxes, duties, transportation charges, if any) to AAI as prescribed in Annexure- A attached with this tender document, from a Nationalised Bank /Schedule Bank as per RBI Schedule (but not from any co- operative or Gramin Bank), acceptable to the purchaser. This BG shall be submitted within 15 days of placement of detailed order, before the agreement is executed, between the purchaser and the contractor. The security deposit Bank Guarantee shall remain valid till the expiry of the guarantee and defects liability period plus three months from date of supply of material.

Note: No other form of security than the above shall be acceptable. The security deposit shall be released on completion of guarantee and defects liability period without interest. The Contractor shall enter into a contract agreement with the Purchaser within 30 (Thirty) days from the date of placement of purchase order or within such extended time as may be granted by the Purchaser.

34

(e) The total time allowed for dispatch of material is 120 days from the date of placement of confirmed Purchase Order excluding the time taken by AAI for carrying out inspection, arranging Road Permit etc.

2. Should this tender be accepted, in whole or in part, I/We hereby agree (i) to abide by and fulfill all the terms and provisions of the said conditions annexed hereto and all the terms and provisions contained in notice inviting tenders so far as applicable and/or in default thereof forfeit to and pay to the Chairman, Airports Authority of India or his successors in office the sum of money mentioned in the said conditions. 3. A sum of INR 20,92,125/-/- is hereby transferred in the form of RTGS / NEFT through online payment gateway of IndusInd bank / HDFC bank integrated with AAI E-Tender portal or Bank Guarantee towards EMD is submitted within 48 hrs. (2 working days) of opening of PQ Bid. 4. I/We agree to execute all the works referred to in the tender documents upon the terms and conditions contained or referred in tender document, to make any alterations in, omissions from, additions to or substitutions for, the original specifications, designs, and instructions mentioned herein and to carry out such deviations as may be ordered up to a maximum of 50% of the ordered quantity at the rates quoted in this tender document, if the repeat order is placed within one year of placement of the original award letter. 5. It is clarified that after unconditionally accepting the tender conditions in its entity, it is not permissible to put any remarks/conditions (except unconditional rebate on quoted rates if any) in the financial bid and the same has been followed in the present case. In case this provision of the tender is found violated, we agree without prejudice to any other right or remedy, AAI be at liberty to forfeit the full said earnest money absolutely. 6. That, I/We declare that I/We have not paid and will not pay any bribe to any officer of AAI for awarding this contract at any stage during its execution or at the time of payment of bills, and further if any officer of AAI asks for bribe / gratification, I will immediately report it to the Appropriate Authority in AAI.

Dated the ______day of ______2017

Signature of contractor before submission of tender

Name : ______Address : ______Contact No. ______Fax ______E.mail ______

Signature of witness to contractor's signature.

Name ______Address______Contact No. ______Fax ______E.mail ______

The above tender is hereby accepted by me on behalf of the Chairman, Airports Authority of India. Dated the ______day of ______2017

Signature of the officer by whom accepted.

35

Annexure- II SCHEDULE OF QUANTITY WITH BREAKUP OF COST IN RUPEES (Indicative only) TO BE FILLED ONLINE IN E-TENDER PORTAL

Name of the Work: Procurement of 797 Nos. Fire Proximity Suit for Fire Service Officials

S. Item Quantity Unit Price Amount in INR No. (Colmn 3x4) 1 2 3 4 5 1 Basic Price

2 Excise Duty 3 Sales Tax / VAT without Form C & D 797 Nos.

4 Average inland freight 5 Average inland transit Insurance

6 Custom Duty 7 Clearing and forwarding charges 8 Service tax on services 9 Other Charges 10 Total amount

Note: 1) Normal Sales Tax rates are applicable to AAI and Form C/D will not be given by the AAI. 2) It will be responsibility of the firm to find out, VAT / Sales Tax and other duties and levies, which are imposed by different states / stations while the store are in transit or at destination. Such duties and levies will be included in the net cost quoted. 3) Payment against inland freight, insurance inland, shall be made to the supplier as per actual or quoted price whichever is less against documentary proof. 4) Prices are inclusive of Excise Duty, sales tax/VAT, transportation, and insurance charges on F.O.R. destination basis but exclusive of Octroi/Entry/State Road Taxes, which will be paid by Airports Authority of India. In case it is paid by the suppler, the same shall be reimbursed on production of documentary evidence. 5) Bidders quoting the rate in Indian Rupees for the imported items shall quote the rate keeping in view that High Sea Sale Agreement may be signed between AAI and the bidder under the following terms : 5.1 After dispatch of material from origin & prior to its arrival at destination, the High Sea Sale Agreement shall be signed between successful bidder & AAI. 5.2 Necessary documentation for High Sea Sale shall be the responsibility of the supplier (successful bidder). 5.3 Supplier shall arrange clearance of the goods from the customs at their sole risk and responsibility. 5.4 No Sales Tax/Value Added Tax will be charged as goods shall be sold to actual buyer (i.e. AAI) on High Sea Sale basis. 5.5. Payment towards customs duties and all other levies, imposed by custom authorities at the port of entry in India shall be made by AAI directly to custom authorities on production of estimates/bills from custom authorities by the contractor, the contractor is to ensure that duties are correctly

36

assessed by custom authorities failing which excess payment made in this case will be recovered from the contractor. 5.6 The release of payment towards custom duty shall be based on actual custom duty or the custom duty quoted in the commercial bid whichever is less. 5.7 Payment against Inland Freight, Insurance Inland, other charges (Entry Tax & Octroi) shall be made to the supplier as per actual or quoted price whichever is less against documentary proof.

6. The prices may be quoted considering that different sizes of Fire Proximity suit shall be procured.

37

Annexure - A PROFORMA FOR BANK GUARANTEE (SECURITY DEPOSIT) (On Non-Judicial stamp paper of an appropriate value)

Chairman Airports Authority of India Rajiv Gandhi Bhawan, Safdarjung Airport New Delhi–110 003

Dear Sir,

We……………………………………………………………………………………………. hereby refer to the contract No. ……………..………………….dated………………………..between the …….…………...... as purchaser and M/s …………….………………………………………………………………………… …………………… as contractor providing in substance for the provisioning of …………………………… …………………. as particularised in the said contract, to which specific reference is made. Under the terms of the said contract, the contractor is required to provide a bank guarantee in a form acceptable to the purchaser for the amount of 10% of the total cost extending to performance by the contractor of all the terms and conditions of the contract. In view of the foregoing and pursuant to the terms of the said contract, which contract is referred to and made a part thereof as full and to the same extent as if copied at length herein, we hereby absolutely and unconditionally guarantee to the purchaser, performance of the terms and conditions of the said agreement to the extent of ………………………………………………. This guarantee shall be construed as an absolute, unconditional and direct guarantee of the performance of the contract without regard to the validity, regularity or enforceability of any obligation of the parties to the contract.

The purchaser shall be entitled to enforce this guarantee without being obliged to resort initially to any other security or to any other remedy to enforce any of the obligations herein guaranteed and may pursue any or all of it remedies at one or at different times. Upon default of the contract, we agree to pay to the purchaser on demand and without demur the sum of ……………………………………. or any part thereof, upon presentation of a written statement by the purchaser that the amount of said demand represents damages due from the contractor to the purchaser by virtue of breach of performance by the contractor under the terms of the aforesaid contract.

The determination of the fact of breach and the amount of damages sustained and or liability under the guarantee shall be in the sole discretion of the purchaser whose decision shall be conclusive and binding on the bank as guarantor.

It is mutually agreed that the purchaser shall have the fullest liberty without affecting in any manner our obligation hereunder with or without our consent to vary any of the terms of the said agreement or to extend the time for performance by the contractor, from time to time any of the powers exercisable by the purchaser against the contractor and either to forebear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reasons of any variation of any extension being granted to the contractor or for any forbearance act or omission on the part of the purchaser or any indulgence by the purchaser to the contractor or by any such matter or thing whatsoever which under the law relating to the sureties would but for this provision have affect of so relieving our obligation.

38

: 2 :

This guarantee is confirmed and irrevocable and shall remain in effect until ………………………… and such extended periods, which may be mutually agreed to. We hereby expressly waive notice of any said extension of the time for performance and alteration or change in any of the terms and conditions of the said contract. This guarantee will not be discharged due to change in constitution of the Bank or the contractor.

“Notwithstanding anything contained hereinabove our liability under this Guarantee is restricted to Rs. ….……………………… (Rs. ……………………….. only) and this Guarantee is valid up to ………………….201…. We shall be released and discharged from all liability hereunder unless a written claim for payment under this Guarantee is lodged on us within 03 (Three) months from the date of expiry of the Guarantee i.e. on or before …………………201…. irrespective of whether or not the original Guarantee is returned to us.

We (Name of the Bank) undertake not to revoke this guarantee during its currency without written consent of the authority. Very truly yours,

Note to Suppliers:

1. BANK GUARANTEE submitted by you should be sent directly to General Manager(Technical), AAI, AAI Office Complex, Safdarjung Airport, New Delhi- 110 003 by the issuing bank under Registered Post (A.D).

Note to Issuing Bank: 1. In case the supplier desires to submit the BANK GUARANTEE directly to us, it is requested to send by Registered Post (A.D) an unstamped duplicate copy of the guarantee directly to General Manager (Technical), AAI, AAI Office Complex, Safdarjung Airport, New Delhi- 110 003, with a covering letter to compare with the original BGs and confirm that it is in order.

39

ANNEXURE – B

PROFORMA FOR BANK GUARANTEE (for E. M. D.) (On Non-Judicial stamp paper of an appropriate value)

Chairman Airports Authority of India Rajiv Gandhi Bhawan, Safdarjung Airport New Delhi- 110 003

Dear Sir,

We (full name of the banker) hereby refer to the tender for (fill in the name of work) between the Airports Authority of India as purchaser and M/s. ( fill in the name of firm) as tenderer providing in substance for the provision for ……………………… as particularised in said tender, to which specific reference is made. Under the terms of said tender, the tenderer is required to provide a bank guarantee in a form acceptable to the purchaser for the amount of ……………. on account of EMD.

In view of the foregoing and pursuant to the terms of the said tender, which tender is referred to and made a part thereof as fully and to the same extent as if copied at length hereon, we hereby absolutely and unconditionally guarantee to the purchaser, performance of the terms and conditions of the said tender. The guarantee shall be construed as an absolute, unconditional and direct guarantee of the performance of the tender without regard to the validity, regularity or enforceability of any obligation of the parties to the tender.

The purchaser shall be entitled to enforce this guarantee without being obliged to resort initially to any other security or to any other remedy to enforce any of the obligations herein guaranteed any may pursue any or all of its remedies at one or at different times. Upon default of the tender, we agree to pay to the purchaser on demand and without demur the sum of ………………. or any part thereof, upon presentation of a written statement by the purchaser that the amount of said demand represents damages due from the tenderer to the purchaser by virtue of breach of performance by the tend erer under the terms of the aforesaid tender. The determination of the fact of breach and the amount of damages sustained and or liability under the guarantee shall be in the sole discretion of the purchaser whose decision shall be conclusive and binding on the guarantor.

It is mutually agreed that the purchaser shall have the fullest liberty without affecting in any manner our obligation hereunder with or without our consent to vary any of the terms of the said tender or to extend the time for performance by the tenderer, from time to time any of the powers exercisable by the purchaser against the tender and either to forebear or on force any of the terms and conditions relating to the said tender and we shall not be relieved from our liability by reasons of any variation of any extension being granted to the tender or for any forbearance act or commission on the part of the purchaser or any indulgence by the purchaser to the tenderer or by any such matter or thing whatsoever which under the law relating to the sureties would but for this provision have effect of so relieving our obligation.

This guarantee is confirmed and irrevocable and shall remain in effect until ……………. (The validity shall be 180 days from the date of opening of technical bid) and such extended periods which may be mutually agreed to. We hereby expressly waive notice of any said extension of the time for performance and alternation or change in any of the terms and conditions of the said tender.

“Notwithstanding anything contained hereinabove our liability under this Guarantee is restricted to......

(Rupees...... only) and this Guarantee is valid upto...... 201...... We shall be released and discharged from all liability hereunder unless a written claim for payment under this Guarantee is lodged on us within 03 (Three) months from the date of expiry of the Guarantee i.e. on or before ...... 201....irrespective of whether or not the origitnal Guaran ee is returned to us”.

We (Name of the Bank) undertake not to revoke this guarantee during its currency without written consent of the authority.

Very truly yours,

Note to Suppliers: 1. BANK GUARANTEE submitted by you should be sent to us directly by the issuing bank under Registered Post (A.D).

Note to Issuing Bank:

In case the supplier desires to submit the BANK GUARANTEE directly to us, it is requested to send by Registered Post (A.D) an unstamped duplicate copy of the guarantee directly to us with a covering letter to compare with the original BGs and confirm that it is in order.

40

Annexure – C

(Letter of understanding from the Depositor to Bank to be submitted along with Security (PBG), and/ EMD to Airports Authority of India.)

The Branch Manager, ……………….Bank, ……………………

Sub: My /Our Bank Guarantee bearing No………..dated for …….amount…….. issued in favour of Airports Authority of India A/c……………

Sir,

The subject Bank Guarantee is obtained from your branch for the purpose of Security / Earnest Money on account of contract awarded/ to be awarded by M/s AAI to me /us.

I hereby authorize the Airports Authority of India in whose favour the deposit is made to close the subject Bank Guarantee before maturity / on maturity towards adjustment of dues without any reference / consent / notice from me our side and the bank is fully discharged by making the payment to Airports Authority of India.

Signature of the Depositor

Place:

Date:

41

Annexure –III

(To be uploaded as an attachment to Financial Bid folder of e-tender portal)

Format for submission of transportation, insurance and statutory levy details for “Procurement of 797 Nos. Fire Proximity Suit for Fire Service Officials”

S. Name of the Consignees Transportation Transit insurance No. charge 1 RED, NR, Delhi 2 RED, WR, Mumbai 3 RED, SR, Chennai 4 RED,ER, Kolkata 5 RED. NER, Guwahati 6 FTC, Delhi 7 FSTC, Kolkata

Statutory Levies:

Sl Statutory levy quoted Percentage ruling as on date No. 1 Excise Duty 2 VAT 3 Sales Tax 4 Any other levy

42

Annexure-IV

Detailed guidelines & procedures (computer screenshots) of the reverse auction process are as follows:

A) Steps for logging into portal for reverse auction

Step 1: After logging in, a) click on eAuctions label b) click on ‘All’ c) Click on button for refreshing the screen d) Click on the Auction Number i.e Bid Number. e)

Step 2: a) Select the auction line from the list or click on the auction number (i.e Bid Number) to see the auction details

43

B) Steps to view the details of reverse auction

Step 3: See the details of the auction. a) In Events Parameters: i) Bid Decrement: This determines whether the next bid submitted in an auction is to be lower than the previous bid by an absolute amount or a percentage. The actual values of an absolute amount or a percentage can be seen at bid decrement under Items Tab. When Bid Decrement is “Absolute” then Next Valid Bid Amount = Current Best Bid Amount – (Bid Decrement Amount specified under Items Tab) When Bid Decrement is “Percentage” then Next Valid Bid Amount = Current Best Bid Amount – (Bid Decrement Percentage specified under Items Tab) of Current Best Bid Amount.

ii) Bid Validation: The bid validation logic associated with each transaction type controls the way in which the system validates each incoming bid for an auction. When Bid Validation is “New bid must beat overall best bid” - It means each new bid submitted is compared by the system to the current overall best (lowest price) bid. b) Automatic Extensions: By defining the following parameters, the system will automatically extend the auction if bids are received shortly before the originally scheduled end date and time. i) Remaining time trigger(in minutes): This refers to the length of time, in minutes, before a live auction is scheduled to end during which a newly received bid which changes L1 will cause the auction to be extended. ii) Extension time period(in minutes) : The length of time by which the system extends an auction if a bid which changes L1 is received during the remaining time trigger period previously defined. iii) Number of extensions: This refers to the maximum number of times by which an auction can be automatically extended if any bidder puts a valid bid which changes L1 with in the time length specified in ‘remaining time trigger’.

44

This determines whether the next bid submitted in an auction is to be lower than the previous bid by an absolute amount or a percentage

C) Steps for veiwing the terms and conditions of reverse auction tender.

Step 4: Click on Live Auction button. Step 5: “Terms and Conditions” screen comes up. a) “Conditions of Participation”: This specifies terms and conditions as specified by the Bid Owner/Purchaser for the auction. b) Bidders can participate in auction or navigate the live auction cockpit only after accepting the Terms and Conditions. c) Click on “Accept” link to participate in auction or navigate the live auction cockpit.

45

D) Steps for viewing the stauts of auction in live enviroment

Step 5: Live Auction Cockpit Screen: The Live Auction Cockpit allows you to participate in live auctions in a real-time environment.

46

a) Header Data: Header data of this screen contains information about : i) Auction Name, Auction Number, Auction Requester in the Name, Number and Requester fields respectively. ii) Start Date/ Time and End Date/Time of the auction in Start Date and End Date fields respectively. iii) Time remaining for auction is specified in the Time Remaining field. • : The blank value and published state in Time Remaining field signify that auction is in published state but start date/ time has not reached. • : Some value and active state in Time Remaining field signify auction in Active state and the time remaining for the auction. • : The zero value and ended state in Time Remaining field signify that auction has ended. • Some value and paused state in Time Remaining field signify auction has paused by the Purchaser/Bid Owner. Note: Bidder can review any automatic extensions settings associated with the auction by placing/moving mouse cursor over Time Remaining field with the quick info text containing the details. Manual extensions, if any, by the purchaser do not impact the number of automatic extensions allowed.

Till the time starts here status remains ‘published’. Once time starts status will be changed to ‘Active’.

47

E) Steps for bidding during auction in live enviroment

Once the time starts all the bidders will get a pop up that indicates ‘Auction status has changed from published to active’.

In Active state, bidders can start bidding for auction. Next valid Bid: It is the highest bid currently permitted for an item. The Bidder has to quote an amount which is lesser than or equal to this amount. Initially, till the 1st valid bid is entered, the Next valid Bid will have the same value as the Start Price. Best Bid: It is the overall best, or lowest, bid received for an item to date. It will be blank until the bidder puts any valid bid.

48

1) Enter the value here and press enter

3) Click on ‘yes’

2) Click on submit

If the value entered is the valid bid value then system will show a success message at the bottom in messages section.

If bidder enters any value which is not valid means high value or zero value then bidder will be prompted with an error system message.

49

In order to minimize chances of incorrect inputs by the bidder, a price cap of 10% is present in the system. The bidder is not allowed to decrease the bid price more than 10% at one go . If bidder tries to decrease the bid price amount more than the price cap percentage then he will be prompted by an error message. He can definitely decrease the bid price as much as he wants to but in separate iterations.

50

F) Steps for viewing automatic extension details

Bidder can review any automatic extensions settings associated with the auction by placing/moving mouse cursor over Time Remaining field with the quick info text containing the details. Manual extensions, if any, by the purchaser do not impact the number of automatic extensions allowed.

G) Steps to chat with bid manager during live auction

If the bidder wants to give any message to purchaser then this can be done through the chat box in the bottom of the screen. The message entered by any bidder can be visible to only purchaser not to any other bidders and any message from the purchaser would also be visible.

Messages: Success Messages: All the success system messages are visible in ‘Blue’ Color. Error messages: All the error system messages are visible in ‘Red’ Color. Chat Messages: All the chat messages between purchaser and bidders and vice versa are visible in ‘Black’ color.

51

H) Steps to analyse the status after bidding

If any other bidder enters some value which is best among all then he will get 1st rank and remaining bidders will be ranked accordingly.

Best bid value till the time (Rank 1)

Recent value Next valid bid – the next bid to entered by this be entered by any bidder should bidder be less than or equal to this value

52

I) Steps to check the ending of auction

At the end of the auction user will get prompted with a pop up indicates ‘Auction state has changed from active to ended’.

53

ANNEXURE‐V PRE CONTRACT INTEGRITY PACT

This Pact made this of 2017 between Airporis Authority of India, a body corporate constituted by the Central Govemment under the Airports Authority of India Act,l994 and having its Corporate-day Office at Rajiv Gandhi Bhawa.n, New Delhi, and offices at AAI Office Complex, Safdarjung Airport, New-, Delhi in India, hereinafter called the Authority ( which term shall unless excluded by or is repugnant to the context, be deemed to include its Chairman, or Member, Executive Directors, Airport Directors ,officers. or any of them specified by the Chairman in this behalf, and shall also include its successors and assigns) of the one part - AND ...... represented by.... ot the other part, hereinafter called the 'o Bidder/Contractor " (which term shall unless excluded by or is repugnant to the context be deemed to include its heirs, representatives, successors and assigns of the Bidder/ Contractor)

WHEREAS the Authority intends to award, under laid down organizational procedures, tender/ contract for Procurement of 797 Nos. Fire Proximity Suit for Fire Service Officials . The Authority, while discharging its functions on business principles, values proper compliance with all relevant laws and regulations, and the principles of natural justice, ethics, equity, fuirn.r, and transparency in its relations with the Bidders/ Contractors.

WHERIIAS the Authority is desirous to make its business mechanism more transparent, thus to ensure strict adherence of the aforesaid objectives/goals, the Authority hereby adopts the instrument developed by the renowned international non-governmental organization " Transparency International" ( TI ) headquartered in Berlin ( Germany ).The Authority will appoint an Independent Extemal Monitor ( IEM ) who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above.

AND WHEREAS the Bidder is submitting a tender to the Authority for procurement of 797 Nos. Fire Proximity Suit for Fire Service Officials. In response to the NIT (Notice Inviting Tender) dated Contractor is signing the contract for execution of Procuremen t of 797 Nos. Fire proximity Suit for Fire Service Officials.

NOW, therefore,

To avoid all fbrms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to :

Enabling the Authority to obtain the desired said stores/equipment/execution of works at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement, and Elnabling Authority to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitois witt ats^o abstain from bribing and other corrupt practices and the Authority will commit to prevent corruption, in any form, b-."y its offi cial s by fol lowing transparent procedures. The parties hereto hereby agree to enter into this Integrity Pact and agree as follows: l. Commitments of the Authority;

l.l The Authority undertakes that no official of the Authority, connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any person, organization or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the , contract.

1.2 The Authority will, during the pre-contact stage, treat all BIDDERs alike, and will provide to all BIDDERs the same information and will not provide any such information to any particular BIDDER which could afford an advantage lo that particular BIDDER in comparison to other BIDDERs.

1.3 All the officials of the Authority will report to the appropriate authority office any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach.

In case 2.0 any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the Authority with full and verifiable facts and the same ii prima facie found to be correct by the Authority, necessary disciplinary proceedingr, o, any other action as deemed fit, including criminal proceedings may be initiatei Uy tne Authoriiy and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the Authority the proceedings under the contract would not be stalled.

3. Commitments of Bidders/Contractor

The Bidder/Contractor commits itself to take all measures necessary to prevent corrupt practice, unfair means and illegal activities during any stage of its bid or duiing uny p..-"ontract or post- contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following:-

3.1 The Bidder/Contractor will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the Authority, .onr..t-.d directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.

3.2 (1) The Bidder/Contactor further undertakes that it has not given, offbred or promised to give, directly or_indirectly any bribe, gift, consideration, ieward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any ofhcial of the Authority or otherwise in procuring the Contraci or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the Authority for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with the Authority.

55 3.2 (ii)' The Bidder /Contactor has not entered and will not enter with other bidders into any undisclosed agreement or understanding ,whether formal or informal. This applies in particular to pricei, specification, certifications, subsidiary contracts, submission or non- submission of bids oi uny actions to restrict competitiveness or to introduce cartelization in the bidding process.

3.3 The Bidder/Contractor shall, when presenting his bid, disclose the name and address of or agents and representatives and Indiin BIDDERs shall disclose their foreign principals associates.

payments he 3.4 The Bidder/Contactor shall when presenting his bid disclose any and all the has made or, is committed to or intends to make to agents/brokers or any other intermediary, in connection with this bid/contract.

the BIDDER is 3.5 The Bidder/Contractor further confirms and declares to the Authority that of the the original manufacturer/integrat orl authorrzed government sponsored export entity foreign to stores and has not engaged any individual or firm or company whether Indian or intercede, facilitate oi i" any way to recommend to the Authority or any of its functionaries, whether officiaily oi unofficially to the award of the contract to the BIDDER, nor has any amount teen paid, promised or intended to be paid to any such individual, firm or company in respect of any such intercession, facilitation or recommendation.

pre-contract negotiations 3.6 The Bidder/Contractor, either while presenting the bid or during is committed to or or before signing the contract, shall disclose any payments he has made, brokers or intends to make to officials of the Authority or their family members, agents, agreed any other intermediaries in connection with the contract and the details of services upon for such PaYments.

h t e parties interested in contract to 3.7 The Bidder/Contractor will not collude with other b i d impair the transparency, fairness and progress of the bidding process, evaluation, contracting and implementation of the contract'

3.8 The Bidder/Contractor will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities.

3.9 The Bidder / Contactor shall not use improperly, for purposes of competition or as part of personal gain ,or pass on to others, any information provided by the Authority the business relationship, regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The Bidder / Contractor is divulged' also undertakes to exercise due and adequate care lest any such information

3.10 The Bidder/Contractor will inform to the Independent External Monitor' i) If he receives demand for an illegal/undue payment/benefit. iii If he comes to know of any unethical or iltegal payment/benefit' iiii If he makes any payment to any Authority's associate(s)

56 3.ll The Bidder/Contactor commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts.

3.12 The Bidder/Contactor shall not instigate or cause to instigate any third person to commit any of the actions mentioned above.

3. l3 If the Bidder/Contractor or any employee of the Bidder/Contractor or any person acting on behalf of the Bidder/ Contractor, either directly or indirectly, is a relative of any of the officers of the Authority, or alternatively, if any relative of an officer of the Authority has financial interest/stake in the Bidder's/Contractor's firm, the same shall be disclosed by the Bidder/Contractor at the time filing of tender. The term 'relative' for this purpose would be as defined in Section 6 of the Companies Act 1956.

3.14 The Bidder/Contractor shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the Authority.

3.15 That if the Bidder/ Contractor, during tender process or before the award of the contract or during execution of the contract/work has committed a transgression in violation of section 2 or in any other form such as to put his reliability or credibility as Bidder/Contractor into question, the Authority'is entitled to disquality him from the tender process or to terminate the contract for such reason and to debar the BIDDER from participating in future bidding processes.

4. Previous Transgression

4.1' The Bidder/Contractor declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, with any other company in any country in respect of any corrupt practices envisaged hereunder or with any luUlic Sector Enterprise in India or any Government Department in India that could justify Bidders,s exclusion from the tender. process.

⌒ 4.2 The Bidder/Contractor agrees that if it makes incorrect statement on this subject, he can be disqualified from the tender process or the contract, if already u*uid"d, can be terminated for such reason and he may be considered for debarment for future tender/contract processes.

4.3 That the Bidder/Contractor undertakes to get this Pact signed by the sub-contractor(s) and associate(s) whose value of the work contribution exceeds Rs 0.5 Crores.(Rupees zero point five Crores.) and to submit the same to the Authority along-with the tender document/ contract before contract signing.

4.4. That sub-contractor(s)/ associate(s) engaged by the Contractor, with the approval of the Authority after signing of the contract, and whose value of the work contribution exceeds Rs 0.5 Crs. (Rupees Zero point five Crs.) will be required to sign this pact by the Contractor, and the same will be submitted to the Authority before doing/ performing any act/ function by such sub-contractor(s)/ associate(s) in relation to the contract/ work.

57 4.5 That the Authority will disqualify from the tender process all Bidder(s) who do not sign this Pact or violate its provisions or fails to get this Pact signed in terms of section 4.3 or 4.4 above.

4.6 That if the Contractor(s) does/ do not sign this Pact or violate its provisions or fails to get this Pact signed in terms of Section 4.3 or 4.4 above. Authority willterminate the contract and initiate appropriate action against such Contractor(s)'

Earnest Money ,security Deposit , Bank gurantee, Draft ,Pay order or any other mode and its validity i/c Warranty Period, Performance gurantee/Bond.

While submitting bid ,the BIDDER shall deposit an EMD/SD/BG/DRAFT/PAY ORDER ETC VC WARRANTY PERIOD,PG/BOND, VALIDITY ETC , which is as per terms and conditions and details given in NIT / tender documents sold to the Bidders. and 6. Sanctions for Violations/Disqualification from tender Process exclusion from future Contacts. 6.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on it, behalf (-rvhether with or without the knowledge of the BIDDER) shall entitle the Authority to take all or any one of the following actions, wherever required:- (i) io immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue.

(ii) To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER. (iii) If the Authority has disqualified / debarred the Bidder from the tender process prior to the award under section 2 or 3 or 4, the Authority is entitled to forfeit the earnest money deposited/bid securitY.

(iv) To recover all sums already paid by the Authority, and in case of an Indian BIDDER with interest thereon at 2Yo higher than the prevailing Prime Lending Rate of State Bank of India, while in case of a BIDDER from a country other than India with interest thereon at2o/o higher than the LIBOR. If any outstanding payment is due to the BIDDER from the Authority in connection with any other contract or any other stores, such outstanding payment could also be utilized to recover the aforesaid sum and interest.

(,r) To encash the advance bank guarantee and performance bond/warranty bond, if furnished by the BIDDER, in order to recover the payments, already made by the BUYER, along with interest.

(vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the Authority resulting from such caniellation/rescission and the Authority shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER'

(vii) To debar the BIDDER from participating in future bidding processes for a minimum period of three years, which may be further extended at the discretion of the Authority. (viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or agent or broker with a view to securing the contract.

(ix) In case where irrevocable Letters of'Credit have been received in respect of any contact signed by the Authority with the BIDDER, the same shall not be opened.

(x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact.

(xi) That if the Authority have terminated the contract under section 2 or 3 or 4 or if the Authority is entitled to terminate the contract under section 2 or 3 or 4, the Authority shall be entitled to demand and recover from the contractor damages equivalent to 5oh of the contract value or the amount equivalent to security deposit or performance bank guarantee, whichever is higher.

(xii) That the Bidder / Contractor agrees and undertakes to pay the said amount without protest or demur subject only to condition that if the Bidder/Contractor can prove and establish to the satisfaction of the Authority that the disqualification / debarment of the bidder from the tender process .or the termination of the contract after award of the contract has caused no damage to the Authority.

6.2The Authority will be entitled to take all or any of the actions mentioned at para 6.1(i) to (xii) of this Pact also on the Commission by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption.

6.3 That if the Bidder/Contractor applies to the Authority for premature revocation of the debarment and proves to the satisfaction of the Authority that he has installed a suitable and effective corruption prevention system and also restored/recouped the damage, if any, caused by him, the Authorrty may, if thinks fit, revoke the debarment prematurely considering the facts and circumstances of the case, and the documents/evidence adduced by the Bidder/Contractor for first time default.

6.4That a transgression is considered to have occurred if the Authority is fully satisfied with the available documents and evidence submitted alongwith Independent External Monitor's recommendations/suggestions that no reasonable doubt is possible in the matter.

6.5 The decision of the Authority to the effect that a breach of the provisions of this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Independent External Monitor(s) appointed for the purpose of this Pact.

7. Allegations against Bidders/Contractors/ Sub-Contractors/ Associates:

That if the Authority receives any information of conduct of a Bidder/ Contractor or Sub- Contractor or of an employee or a representative or an Associates of a Bidder, Contractor or Sub- Contractor which constitute corruption, or if the Authority has

59 substantive suspicion in this regard, the Authority will inform the Vigilance Department for ap prop riate action.

8 Independent External Monitor(s),

8.l.That the Authority has appointed competent and credible lndependent External Monitor(s) for this Pact.

8.2 The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact. He will also enquire into any complaint alleging transgression of any provision of this Pact made by the Bidder, Contractor or Authority.

8.3. That the Monitor is not subject to any instructions by the representatives of the parties and would perform his functions neutrally and independently. He will report to the Chairperson of the Board of the Authority. 8.4 That the Bidder / contractor accepts that the Monitor has the right to access without restriction to all project documentation of the Authority including that provided by the Bidder/Contractor. The Bidder/Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation including minutes of meeting. The same is applicable to Sub - Contractors and Associates. The Monitor is under obligation to treat the information and documents of the Authority and Bidder/ Contractor / Su b-Contractors/ Associates with confidentiality. 8.5. That as soon as the Monitor notices, or believes to notice, a violation of this Pact, he will so inform the management of the Authority and request the management to discontinue or heal the violation, or to take other relevant action. The Monitor can in this regard submit his recom mendations/ suggestions. Beyond this, the Monitor has no riSht to demand from the parties that they act in a specific manner, refrain from action or tolerate action.

86 That the Authority will provide to the Monitor sufficient information about all meetinBs among the parties related to the project provided such meetings could have an impact on the contractual relations between the Authority and the Contractor / Sidder. The parties offer to the Monitor the option to pa rticipate in such meetings. 87 That the Monitor will submit a written report to the Chairperson of the Board of the Authority within 2 weeks from the date of reference or intimation to him by the Authority and, should the occasion arise, submit proposals for correcting problematic situations.

60 8.8 That if the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti-Corruption Laws of lndia and the Chairperson has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance Department, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of lndia. 8.9 The word 'Monitor'would include singular and plural.

9. Facilitation of Investigation. In case of any allegation of violation of any provisions of this Pact or payment of commission, the Authority or its agencies shall entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such Examination.

10。 Law and Place of Jurisdiction.

That this Pact is subject to Indian Law. The place of performance and jurisdiction is the Corporate Headquarter rthe Regional Headquarter loffice of the Authorityjas applicable.

1 ■ Other Legal Actions

I 1.1 That the changes and supplements as well as termination notices need to be made in writing. ll.2 That if the Ridder / Contractor is a partnership or a consortium, this Pact must be signed by all the partners and consortium members or their authorized representatives.

12. Pact duration (Validity)

L2.t That this Pact comes into force when both the parties have signed it. lt expires for the Contractor 12 months after the final payment under the respective contract, and for all other Bidders 3 months after the contract is awarded. t2.2. That if any claim is made / lodged during this period, the same shall be binding and continue to be valid despite the lapse of this Pact as specified herein before, unless it is discharged/determined by Chairman of the Authority.

12.3 That should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions.

61 13. Company Code of Conduct

Bidders are also advised to have a company code of conduct (clearly rejecting the use ol' bribes and other unethical behavior) and a compliance program for the implementation of thc code of conduct throughout the company.

14. The parties hereby sign this Integrity Pact at

BUYER BIDDER ⌒

CHIEF EXECUTIVE OFFICER

Designation : GENERAL MANAGER (TECH.) Deptt./Ministry/PSU : Ministry of Civil Aviation, Govt. o1'lndia, Airports Authority of India, AAI Ol'llce Complex, SAP, New Delhi - I l0 003 Witness Witness hu- L Shri. K.R.Dholpuria, DGM (Tech.) Airports Authority of India, AAI Office Complex, SAP,

New Delhi-110003 ⌒

2.Sh五 。Sudhil Gairola,DGM(MM) Airports Authority of India, AAI Office Complex, SAP, New Delhi-l10003

62