LIMITED TENDER DOCUMENT NO.

Government of Bureau of Civil Aviation Security

TENDER DOCUMENT

FOR making of BODY BUILDING ON SWARAJ MAZDA CHASIS FOR CONVERTING four Vehicles (Swaraj Mazda -Chassis) into BOMB TRUCKS for BOMB DETECTION & DISPOSAL SQUAD at Bureau of Civil Aviation Security{BCAS} (HQ), New .

Tele No. 23718561/23711494 / Fax No 23315695 By Speed Post

No. D-26012/1/2004-C&G Government of India Bureau of Civil Aviation Security, "A' Wing, I-II-III Floor, Janpath Bhawan, Janpath, . LIMITED TENDER To

Subject -: LIMITED TENDER DOCUMENT for making of BODY BUILDING ON SWARAJ MAZDA CHASIS FOR CONVERTING four Vehicles (Swaraj Mazda -Chassis) into BOMB TRUCKS for BOMB DETECTION & DISPOSAL SQUAD at Bureau of Civil Aviation Security{BCAS} (HQ), Ministry of Civil Aviation, New Delhi, Dear Sir,

The BCAS is an attached office of the Ministry of Civil Aviation responsible for maintenance of security at all Civil airports.

2. Please find enclosed herewith a Limitd Tender Document for making of BODY BUILDING of SWARAJ MAZDA CHASIS FOR CONVERTING four Vehicles (Swaraj Mazda -Chassis) into BOMB TRUCKS for BOMB DETECTION & DISPOSAL SQUAD at Bureau of Civil Aviation Security{BCAS} (HQ), Ministry of Civil Aviation, New Delhi. If you are interested, kindly submit all the requisite documents as specified in the enclosed tender, latest by 1500 Hrs on 9th January, 2006

3. Tenders received after the stipulated deadline shall not be accepted. This Bureau shall not be responsible for any postal delay or non-receipt of tender except under “Force Majeure” conditions, to be notified in writing by the bidder. Grant of extension of otherwise shall be at the discretion of the Competent Authority.

4. Commissioner of Security (Civil Aviation), BCAS reserves the right to reject any tender without assigning any reason thereof.

Yours faithfully,

(S.S. Modi) Dy. Director(Admn.)

BUREAU OF CIVIL AVIATION SECURITY

TABLE OF CONTENTS

SUBJECT PAGE NO.

PRE QUALIFYING CONDITIONS 1 SECTION INVITATION FOR BIDS 2 – 3 I

SECTION INSTRUCTIONS TO TENDERERS 4 – 8 II

SECTION TERMS & CONDITIONS OF THE TENDER 9 – 16 III

SECTION TECHNICAL BID: OVER VIEW SCOPE OF THE 17 –19 IV REQUIREMENT OF SUPPLIES

SECTION V TECHNICAL BID: SCHEDULE OF QUANTITIES 20 – 21

PROFORMA LETTER PROPOSING THE QUOTATION 22 – 23 I PROFORMA PARTICULARS OF TENDERER ESSENTIAL FOR PRE- 24 II QUALIFICATION PROFORMA NOTE FOR GUIDANCE OF TENDERERS FOR FILLING 25 III THE SCHEDULE OF QUANTITIES

-1-

Pre-Qualifying Conditions

1. The Tenderer along with its technological partner, if any , should be a reputed Company and directly involve in Body Building for at least the past three years. Experience in the work may be shown by way of order executed..

2. The Tenderer must have requisite manpower, infrastructure and financial resources to successfully execute the Body Building of Chasis for converting into Bomb Truck for Bomb Detection and Disposal Squad for the BCAS Office, New Delhi.

3. The Tenderer and its technological partner, if any, must independently have a minimum annual turnover of Rs. Two Crores per annum.

4. The Tenderer is required to submit documentary evidence in support of Building of the different kind of Bodies for Trucks.

5. Only those firms need to participate in the Bids System who qualifies the Pre-Qualifying Conditions.

6. The Tenderers have to qualify the Pre-Qualification Conditions, to participate in subsequent Technical Bid & Financial Bid.

7. The EMD as prescribed, shall be enclosed alongwith the forwarding letter giving details regarding the satisfaction of the Pre-Qualifying Conditions.

8. The firm should submit valid` Income Tax Certificate in original/certified true copy for last three years.

9. The firm should submit Annual Reports of the company for the last 3 successive years, clearly indicating Balance Sheets for the previous three consecutive years and the Annual Turn- over.

10. The individual signing the tender and other documents on behalf of the applicant should submit proof in support of his/her authority.

11. Capability to build the truck as per Section-IV of this document.

-2-

SECTION I INVITATION FOR BIDS

1. This invitation of bids is for making of BODY BUILDING ON SWARAJ MAZDA CHASIS FOR CONVERTING four Vehicles (Swaraj Mazda -Chassis) into BOMB TRUCKS for BOMB DETECTION & DISPOSAL SQUAD at Bureau of Civil Aviation Security{BCAS} (HQ), Ministry of Civil Aviation, New Delhi, henceforth referred to as the ‘Department’ ‘Authority’ or “Bureau” in this document. The successful bidder is referred to as “Body Builder,”/“The Body Fabricator” in this document.

2. (i) The requirement is at BOMB DETECTION & DISPOSAL SQUAD, Regional Dy. Commissioner of Security, Bureau of Civil Aviation Security{BCAS}at Mahipalpur Road, Near IGI Airport, New Delhi. Tel: 011-25652965

(ii) The details of various items of this Tender Document for customized body building of the four Swaraj Mazda -Chassis shall be as per the technical specifications given in Section -IV

3. Tenderers are advised to study the Tender Document carefully. Submission of Tender shall deemed to have been done after careful study and examination of the Tender Document with full understanding of its implications.

4. Sealed offers prepared in accordance with the procedure enumerated in SECTION II should be made only on the enclosed Tender Form and deposited in the “Tender Box” kept on IInd Floor ‘A’ Wing, Janpath Bhawan, Janpath Near Control Room, Bureau of Civil Aviation Security, New Delhi not later than 9th January, 2006 15.00 Hrs.

6. All bids must be accompanied by an Earnest money amounting to Rs. 1,00,000/- (Rupees One lakh only) in the form of a Demand Draft drawn on a Nationalised Indian Bank, in favour of Pay & Accounts Officer, Ministry of Civil Aviation, payable at New Delhi. The tender without the requisite earnest money, in the prescribed form, will be rejected. Earnest money deposited by unsuccessful Body Fabricator will be returned as soon as possible after the finalisation of Tender.

7. This Tender document is not transferable and non-negotiable.

8. Schedules for invitation to Tender. :

a) Address at which tenders are to be submitted: Bureau of civil Aviation Security, IInd floor, ‘A’ wing, Janpath Bhawan, Janpath, New Delhi- 110001

-3-

b) Time & Dates of opening of pre-qualification bid: 9th January, 2006 at 1600 hrs at Bureau of Civil Aviation Security, Office of Addl. Commissioner of Security (CA), IIIrd Floor, A Wing, Janpath Bhawan, New Delhi.

NOTE: BCAS shall not be responsible for any postal delay or document getting lost during transit. Further, the Tenderer shall not have any claim whatsoever on BCAS for such postal delays or transit losses or non-receipt/non delivery of the documents.

*********

-4-

SECTION II INSTRUCTIONS TO TENDERERS

1. Procedure for Submission of Bids:

There will be a Two-Sealed cover System for this tender.

A) Technical Bid in one separate cover B) Financial Bid in another separate cover.

2. a) The Tenderers must place their technical and Financial Bids in separate envelopes, super-scribed with separate Bid titles as follows:-

‘TECHNICAL BID’ ‘FINANCIAL BID’

b) Each envelope should bear the Name, Address and other Contact details of the Tenderer.

c) Both the sealed envelops should then be placed in one single envelop with the Tenderer’s Name, address, etc. printed on it, and should be addressed “Commissioner of Security (Civil Aviation), Bureau of Civil Aviation Security, and sent to the address given at Para-8(a) of Section I of this document. This envelope should be super scribed “BIDS for BODY BUILDING ON SWARAJ MAZDA CHASIS” for BCAS”

3. The Tenderers have to qualify the pre-qualification conditions, to participate bidding.

4. The EMD as prescribed, shall be enclosed with the “Technical Bid” only.

5. Technical Bids should indicate detailed specifications/works as per the Section IV of this document. Technical Bids of only those Tenderers will be opened who qualify the Pre-Qualification conditions on the date and time notified above.

6. Please note that rates should not be indicated in the Technical Bid and should be quoted only in the Financial Bids. Financial Bid should indicate detailed item wise cost break- up as per the Tender Specifications given in Section V to this document.

7. The covers thus prepared should indicate clearly the name and address of the Tenderer.

-5-

8. The bids received late and declared late by the Tender Evaluation Committee after the last date and time for receipt of bids prescribed in the tender document shall be rejected and/ or returned unopened to the Tenderer.

9. The Tenderer shall bear all costs associated with the preparation and submission of its Bid, including cost of presentation for the purposes of clarification of bid, if so desired by the Department and the Department will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the Tendering process.

10. The Tenderer is expected to carefully examine all instructions, forms, terms & conditions and specifications in the Tender Document. BCAS shall have the right to reject all or any Tender Document. Failure to furnish all information required in the Tender Document or submission of a bid not substantially responsive to the Tender Document in every respect will be at the Tenderer’s risk and may result in the rejection of the bid.

11. Clarification regarding Tender Documents:

A prospective Tenderer requiring any clarification of the Tender Document may contact the Department in writing at the Department’s mailing address indicated in clause 8 of Section I. The Department may respond to any request for clarification of the Tender Document, received, not later than 7 days prior to the last date for the receipt of bids prescribed by the Department. The Department shall not be responsible for any postal delays.

12. Amendment of Tender Document:

(i) At any time upto the last date for receipt of bids, the Department, may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Tenderer, modify the Tender Document by an amendment. (ii) The amendment so carried out will be informed in writing to the prospective Tenderers who have purchased the Tender Documents and will be binding on them. (iii) In order to afford prospective Tenderers reasonable time or otherwise for any other reason, in which to take the amendment into account in preparing their bids, the Department may, at its discretion, extend the last date for the receipt of bids.

PREPARATION OF BIDS:

13. Language of Bids

The bids prepared by the Tenderer and all correspondence and documents relating to the bids exchanged by the Tenderer and the Department shall be written in ‘English.’

-6-

14. Documents Comprising the Bids:

The bids prepared by the Tenderers shall comprise of following components:

A) Pre-qualifying Document shall consist of following:-

i) Bid Proposal sheet duly filled in, signed and complete in all respects (Proforma-I). ii) Qualifying data duly filled in as per Proforma II provided in the bid proposal that the Tenderer is eligible to bid and is qualified to perform the contract, if its bid is accepted. iii) Valid income tax certificate in original/certified true copy. iv) Annual Reports of the company for the last 3 successive years, clearly indicating Balance Sheets for the previous two consecutive years and the Annual Turn-over. v) Address, Contact Person, Phone, Fax/Email details with residential contact for information during holidays. vi) The list of Branch offices, service centers, if any, with complete address and contact information, to provide comprehensive service at all the four locations at Delhi, Mumbai, Kolkata & Chennai. vii) Earnest Money of Rs. 1,00,000/- (Rupees One Lakh only) in the form of Bank Draft drawn on any nationalized Bank favouring Pay and Accounts Officer, Ministry of Civil Aviation, payable at New Delhi. viii) Complete details of resources in terms of infrastructure and technical manpower who can be available for the project, should be attached to support professional experience & competence in BODY BUILDING ON SWARAJ MAZDA CHASIS FOR CONVERTING into BOMB TRUCK on the similar scale as this work. ix) Capability to build the truck as per the Section IV of this Document.

B) Technical Bid shall consist of the following:-

Duly signed statement of compliance with the Technical Specifications mentioned at Section -IV.

C) Financial Bid shall consist of the following:

i) Bid rates based on Technical Specifications duly filled, signed and complete as per the Financial Bid placed at Section-V (Schedule of Quantity) . ii) The Tenderer shall be required to give item-wise rates wherever applicable.

-7-

IMPORTANT NOTES

i) The Technical specifications shall be fine-tuned, if necessary, at the discretion of the Technical Evaluation Committee, on the basis of discussions with various qualified Tenderers during the Technical Bid evaluation process and revised Financial Bids would be called on the basis of fine tuned specifications, if considered necessary by TEC, BCAS.

ii) All the prices/costs to be indicated in Indian Rupees.

iii) Submission of Tender shall not entitle the bidder for claiming any right to consideration or compensation what-so-ever, from BCAS.

15. Tender with incomplete information or not in accordance with instructions or without EMD are liable to be rejected.

16. It will be obligatory on the part of the Tenderer to tender and sign the tender documents for all the component parts and that, after the work is awarded, he will have to enter into an agreement for each component with the Head of the Department, Bureau of Civil Aviation Security or his representative, if considered necessary by the Commissioner of Security (Civil Aviation), BCAS.

17. A Tenderer shall fill up the usual form prescribed, schedule of technical data and schedule of quantities attached with tender documents stating rates for each item of supplies. Tenders, which propose any alteration in the supplies in the said form of invitation to tender or in the time allowed for carrying out the work and which contain any other condition of any sort, will be liable to be rejected.

18. The Commissioner of Security (Civil Aviation), BCAS, MCA, New Delhi India, reserves the right authority to reject any or all the tenders received without the assigning any reason thereof. Incomplete Tenders in any respect are liable to be rejected.

19. Special care should be taken to ensure no overwriting in the rates in figures as well as in words, and the amount in figures only, in such a way that interpolation is not possible. The total amount should be written both in figures and in words. In case of figures, the word “Rs.” Should be written before the figure of Rupees and the Word ‘P’ after the decimal figures. E.g. Rs.2.15P and in case of words, the word Rupees should precede, and the word Paise should be written at the end. Unless the rate is in whole rupees and followed by the word ‘only’ it should invariably be up to two decimal places.

20. The Commissioner of Security (Civil Aviation), BCAS also reserves to himself the right of accepting the whole or any part of the tender and the Tenderer shall be bound to perform the same at the rate quoted.

-8-

21. The Tenderer must quote for entire schedule of quantities. Partial offer will not be considered.

22. In case any firm participating in this tender submits false information, the tender submitted by such firm shall be rejected and EMD submitted by the Tenderer will be forfeited.

23. Each tender should be properly documented and should preferably be bound as volume.

24. In the event of the tender being submitted by a partnership firm, it must be signed separately by each partner thereof, or in the event of the absence of any partner, it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, a copy of such power of attorney to be attached with the tender. The firm is duly registered. Each and every signature shall be witnessed separately.

25. The firms who have submitted the tenders & have qualified will be eligible for Technical Evaluation of their offer. The Tenderers whose offers are found technically suitable as per the evaluation report of the Technical Evaluation Committee and cleared from security point of view, shall be informed of the opening date of the 3rd envelope i.e. Financial Bid only.

26. Each Tenderer shall submit only one bid each for Technical & Financial offer. Alternate offers will not be entertained.

For and on behalf of the Commissioner of Security (Civil Aviation), Bureau of Civil Aviation Security

********

-9-

SECTION III TERMS & CONDITIONS OF THE TENDER

TENDERER’S MANDATORY QUALIFICATION:

1. The Tenderer along with its technological partner, if any, should be a reputed company directly undertaking body Building of the Bomb Trucks/similar vehicles. The Tenderer must have requisite manpower, infrastructure and financial resources to successfully execute the Body Building of Bomb Truck for the BCAS Offices, New Delhi.

2. The BCAS, reserves the right to carry out the capability assessment of the Tenderer/s The COSCA’s decision shall be final, in this regard.

3. The Technical Evaluation Committee shall be the final authority to decide on the merits of the Body building of Bomb Truck specified by the Tenderers. The technical evaluation committee will short list the number of Tenderers who qualify the mandatory pre- qualification conditions.

4. The individual signing the tender and other documents on behalf of the applicant should submit proof in support of his/her authority.

5. Specific information on Brand/make, of the material to be used for of the BODY BUILDING ON SWARAJ MAZDA CHASIS FOR CONVERTING into BOMB TRUCK, should be given in detail and included in the technical offer as per 14 (i)

6. The technical specifications must be as per the technical specifications given in the Section IV of this document.

7. The Tenderer will have to take the Chassis from BDDS Office, Mahipalpur road, NewDelhi & deliver the same at this address after fabricating at his own expenses.

8. The successful bidder shall execute the Body Building of Bomb Truck as per the rules, regulations, and procedures laid down by the Bureau.

9. Bidder shall generate and provide reports on materials used etc. as desired by the Bureau/Ministry of Civil Aviation, from time to time.

10. PAYMENT TERMS: The payment will be made through PAO, Ministry of Civil Aviation New Delhi after completion of body building and issue of receiving satisfactory certificate by the authorised representative of this Bureau.

11. PERFORMANCE BANK GUARANTEE : The successful bidder should provide a bank guarantee of 10% of the total cost of the Work Contract valid till 3 months after the completion of the work of Body Building.

-10-

12. All applicable fees/taxes as per rates decided by the GOI shall be paid to the Bureau by the applicant for this project,

13. VALIDITY OF OFFER : The offer should be valid for a period of 3 months from date of opening of the bid

14. STANDARDS OF PERFORMANCE i) BUREAU OF INDIAN STANDARD/ASRTU/OTHER SPECIFICATIONS:

The body fabricator shall use the goods and materials in accordance with the latest specifications as prescribed in the specifications, issued by Bureau of Indian Standard (BIS) as current on the date of order. However, where no BIS specifications are prescribed, the material shall be as per Association of State Road Transport Undertaking / other approved specifications. ii) INSPECTION:

Technical Team will make visits at the Body Fabricator’s premises to inspect the materials used for the body fabrication as well as inspect the progress of work iii) FABRICATION OF SWARAJ MAZDA BODY a) Commencement of work: 1. The work shall be commenced without delay after the receipt of the order to commence and shall be carried out with all diligence and in regular progression so that the whole work shall be completed within the stipulated period .

2. For the purpose of thisclause, the delivery of the completed Bomb Trucks shall be treated as having been effected on the date on which the same has been received at BDDS Complex, Mahipalpur, New Delhi.. The mere fact that Bomb Trucks may be made ready for inspection, shall not be considered as completion of delivery.

b) FIRE INSURANCE & CARE AT BODY FABRICATOR’S WORKS:

Prior to the delivery of completed Bomb Truck at the premises of the Bureau, the care & safe custody of the Chassis and any property of the Bureau, shall rest with the body fabricators and they shall be responsible for anything that may be lost, stolen or damaged by accident, fire, carelessness, defective work or in any other way whatsoever and he shall insure the same with any Insurance Company of India against Transit Risk, Fire & with all other risks in the name of the COMMOSSIONER OF SECURITY(CIVIL AVIATION) and pay all premium and other costs, charges & expenses incurred thereby during the period of possession with the body fabricators. The Insurance Policy and receipts for premium paid shall be deposited with the COMMOSSIONER OF SECURITY(CIVIL AVIATION) or his authorized representative. The body fabricator shall deliver completed Swaraj Mazda bomb

-11-

Truck at BDDS Complex, Mahipalpur, New Delhi. The CNG Chassis under transit/fabrication/completed CNG Swaraj Mazda shall be covered for Transit Insurance to & fro, also against various risks for full value of the vehicles while at the premises/works of the body-fabricators. The body fabricator will take over and keep all documents pertaining to the chassis i.e. Insurance Policy & Temporary Registration etc. in safe custody as & when any chassis in his possession. The body fabricator will send these documents to the Bureau along with each completed Swaraj Mazda Bomb Truck for its registration etc. The body fabricator shall be responsible for transportation of CNG Swaraj Mazda Chassis and in case of damage to the vehicle etc. during their possession with them, the claim will be raised by the body fabricator on behalf of the Bureau with the Insurance Company. In case of damage to the vehicles/Swaraj Mazda Chassis during to & fro transit period and at the works of the body fabricator during their possession, the Bureau shall have the right to recover the cost from the bills of the body fabricator as determined by the Bureau. However, the body fabricator will have the liberty to claim damages/compensation from the concerned party in person/liable under law for the said damages. This Bureau shall not accept any sort of liability on this issue. The body fabricator shall make good all the damages. c) Once the Chassis is taken into possession and kept at the body fabricator’s works/ premises for the purpose of body-fabrication or carrying out any modification etc., the body fabricator shall be responsible for the proper maintenance of the batteries fitted on the Chassis including keeping the batteries on “Trickle Charge” to maintain the batteries in good serviceable condition. The cost if any incurred on the above maintenance shall be fully borne by the body fabricator himself. The body fabricator shall be responsible for the overall maintenance of vehicles during in his custody. The maintenance will include up-keep of tyres with correct pressure/inflation, exercising brakes, prevention against formation of rust on any metal parts of the Chassis, up-keep of rubberized items and proper lubrication of the engine and chassis. d) The body fabricator shall have his own facility for “Trickle Charging” of the batteries and also the facility to maintain air-pressure/inflation in tyres on the chassis during their possession. iv) ACCIDENT & DAMAGES:

a) The body fabricator shall be responsible for all injuries to persons employed by him or any Sub-Contractor employed by him and will keep indemnified the Bureau from all actions, claims, demand, damages, costs, charges & expenses in relation thereto or to their dependents and/or heirs and/or legal representatives which may be brought against the Bureau or which it may suffer, incur or be put to either in Law or under any Act or Acts of legislature or in any other way arising out of the execution of the works which is the subject matter of this tender, such indemnity shall be deemed to include all cases in which Bureau is or may be liable in consequence of the provisions of the said Acts or any of them provided that such indemnity shall not be deemed to include any case where any such injury arises through the negligence or will-full, default of the Bureau or its

-12-

employees or other persons sent to the works by the COMMOSSIONER OF SECURITY(CIVIL AVIATION). Further, the body fabricator will, as and when required by the COMMOSSIONER OF SECURITY (CIVIL AVIATION) to do so to secure the due performance of this indemnity either by entering into such policy of insurance, as the COMMOSSIONER OF SECURITY(CIVIL AVIATION) shall approve or by otherwise securing the later to his entire satisfaction against any liability hereunder. The policy/policies and receipts for premium shall be produced to the COMMOSSIONER OF SECURITY(CIVIL AVIATION) or his authorized representative from time to time.

b) The body fabricator shall be responsible for all losses and/or damages to property to whomsoever belonging occurred by carrying out the work and shall forthwith make good to the entire satisfaction of the COMMOSSIONER OF SECURITY(CIVIL AVIATION) or the owner thereof all losses and all damages, occasions to any property as aforesaid and if the body fabricator shall make default in so doing so far as the Bureau is concerned, the Bureau(without being bound) may itself make good such losses and/or damages and recover or demand from the body fabricator such losses and/or damages and all costs, charges & expenses so incurred or it may deduct such losses and/or damages and all costs, charges & expenses from any money due/or to become due to the body fabricator hereunder. The body fabricator shall indemnify the Bureau from all actions, claims in respect of any such losses and/or damages to the property to whomsoever belonging.

iv) ALTERATION, ADDITION/DELETION, DEVIATION, DEFECTS/DEFICIENCIES: That the body fabricator shall fabricate the body strictly in accordance with the specifications, regarding material fitment, workmanship, measurement and dimensions etc. as supplied to him. The body fabricator is not allowed to make any alteration, addition/deletion, and deviation or leave any defect/deficiency in the fabrication of Bomb Truck

a) WORK COMPLETION & DELIVERY OF BODY: Fabricator shall complete the work within 45 days from the date of Award of work contract. The vehicle should be delivered within 2 days after the inspection of the completed work. b) PENALTY CLAUSE: If delivery is not complete within stipulated time than a penalty @ Rs. 50,000/- per day would be imposed and money deducted from the final payment.

v) TAKE OVER CERTIFICATE:-

a) The body fabricator shall furnish a Certificate for Water leakage Test having carried out at his workshop and under frame inspection at the time of delivery of completed Swaraj Mazda Bomb Truck. The Certificate will form the part of the documents. The body fabricator shall have the facility of water leakage test on the fabricated Swaraj Mazda

-13-

Bomb Truck bodies at his own workshop and shall furnish a Certificate for the said test having been carried out by him before delivery of the fabricated Swaraj Mazda bodies. Similarly, the body fabricator shall have to furnish a certificate in respect of use of specified Laminated Front Windscreen Glasses in the Bomb Truck along with completed Swaraj Mazda supplied by him.

b) However, during the Warranty period, if any Swaraj Mazda body is found leaking, the body fabricator will be required to remove the said defects immediately within 3 days of the receipt of such intimation to the effect, failing which the Bureau shall have the right to get the same repaired and defects removed at his risk& cost and the Bureau will be entitled to recover the penal cost of such repairs from the body fabricator as determined. The decision of the Bureau regarding determination of amount of such repairs along with 100% damages shall be final to which the body fabricator will have no objection.

15. GUARANTEE/WARRANTY:

The body fabricator shall immediately on receiving the notice from the COMMOSSIONER OF SECURITY(CIVIL AVIATION) or his authorized representative make good at his own cost, charges & expenses, any defect or defects, fault or faults due to the inferior material or workmanship and the damages caused thereby which may develop within 12 months from the date when the vehicles in respect of which notice has been given as aforesaid, shall have been put into service. The COMMOSSIONER OF SECURITY(CIVIL AVIATION) or his authorized representative shall also have full powers after delivery of Swaraj Mazda Bomb Truck up to a period of 12 months or before and after the trial trips to reject any of the work which he may consider defective either in material or workmanship and to order the removal of the same and the body fabricator shall forth-with replace such rejected material or workmanship with other material or workmanship as the case may be to the entire satisfaction of the COMMOSSIONER OF SECURITY(CIVIL AVIATION) or his authorized representative whose orders on such subjects shall be final and shall be promptly attended to by the body fabricator at his own cost, charges & expenses. The body fabricator shall, however, not be responsible for replacing of parts other than guaranteed which in the opinion of the COMMOSSIONER OF SECURITY(CIVIL AVIATION) or his authorized representative are worn out by normal wear & tear. The defects/faults developed during Warranty period and pointed out by the COMMOSSIONER OF SECURITY(CIVIL AVIATION) or his authorized representative shall be final and body-fabricator shall have to rectify/replace/repair them without any objection within 15 days of the receipt of the information in writing from the Bureau in this behalf.

In case the body fabricator fails to rectify/replace/repair the defective material or workmanship within specified period as above, the defects, defective material/workmanship shall be rectified/replaced/repaired at the Bureau’s level and cost thereupon incurred shall be recovered from the Warranty Deposit of the body fabricator. If the amount so incurred by the Bureau exceeds the amount deposited by the body fabricator against Warranty period defects, then the same shall be recovered from any other payment due or to become due to the body fabricator. But nothing in this clause contained shall be deemed to debar the Bureau from

-14- recovering from the body fabricator by suit or other means, any such extra cost, charges & expenses as aforesaid in case the same shall exceed the amount for the time being of such Warranty Deposit and/or money due to the body fabricator.

16. The services provided under this contract shall conform to the standards mentioned in the “Technical Specifications” in Section IV and when no applicable standards are mentioned, to the international standards. Such standards shall be the latest issued by the Bureau/the concerned institution governing that standard.

17. The successful bidder shall carry out the services and carry out its obligations under the contract with due diligence, efficiency and economy in accordance with generally accepted norms techniques and practices used in the industry. He shall also employ appropriate advanced technology and safe and effective equipment, machinery, material and methods.

18. The successful bidder shall keep track of the developments in technology and inform the department of the same. Further the successful bidder shall undertake to implement the technology up-gradation during the currency of the contract with prior approval of the Bureau/its designated Technical Adviser and pass of all such up-gradation benefits from manufacturer/software developer to the Bureau, at no extra costs.

19. VALIDITY OF CONTRACT: The contract once awarded to the successful bidder shall be valid for three years from the date of award of contract. If required, it may be extended upto one more year on the same rates. The BCAS has the right to build more trucks if required within the validity period on the same rates.

20. TERMINATION FOR DEFAULT

The department may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the bidder, terminate the contract in whole or in part as per the conditions specified in the contract, if,

a) The successful bidder fails to deliver any or all of the obligations within the time period (s) specified in the contract, or any extension thereof granted by the Bureau; or b) The successful bidder fails to perform any other obligation(s) under contract.

21. SHORT CLOSURE/TERMINATION OF CONTRACT: The Contract will be terminated/short closed without any prejudice to the rights of the Bureau to benefits arising out of it. The contract will be terminated if it is found that approved bidder has failed to live upto the specifications, quality and speed of work. The contract will also be terminated if it is found that personnel deployed by the bidder have engaged in corrupt/undesirable practices. Which are found to not conducive to the parameters laid down by the BCAS.

-15-

22. The Body Fabricator shall not have any claims what-so-ever on BCAS, in such terminations of Contract under clauses 21 & 22.

23. TERMINATION FOR INSOLVENCY: The department may at any time terminate the contract by giving written notice to the bidder without compensation to the bidder/vendor, if the Body Fabricator becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or effect any right of action or remedy which has accrued, thereafter to the Bureau.

24. In case of termination of contract, the Commissioner of Security (Civil Aviation), Bureau of Civil Aviation Security reserves the right to invoke the Performance Bank Guarantee submitted by the successful bidder, the Tenderer along with its technological partner, if any.

25. NO CLAIM CERTIFICATE: The successful bidder shall not, be entitled to make any claim, whatsoever, against the Bureau under or by virtue of or arising out of this contract, nor shall the Bureau entertain or consider any such claim after bidder shall have signed a “no claim” certificate in favour of the Bureau in such forms as shall be required by the Bureau after the works are finally accepted.

26. LIABILITY: In case of termination of contract the Bureau shall be free to complete the project at the ‘risk and cost’ of the contractor.

27. CONFIDENTIALITY: The bidder and their personnel shall not , either during the term or after expiration of this contract, disclose information relating to the services, contract or the Bureau’s operations without the prior written consent of the Commissioner of Security (Civil Aviation), Bureau of Civil Aviation Security / Competent Authorities in Ministry of Civil Aviation.

28. ‘FORCE MAJEURE’: (i) Notwithstanding the provisions of the tender, the successful bidder shall not be liable for forfeiture of the performance security, liquidated damages or termination for default, if and to the extent that vendor has notified to BCAS within 24 hours of the event and occurrence, its delay in performance or other failure to perform its obligation under the contract is the result of that event due to Force Majeure. The decision of the BCAS taken after examination on a case-to-case basis shall be final.

(ii) For purposes of this Clause, “ Force Majeure” means an event beyond the control of the successful bidder and not involving this successful bidder’s fault or negligence and not foreseeable occurrence. Such events may include, but are not restricted to, acts of God, wars or revolutions, fires, floods, epidemics, quarantine restriction and freight embargoes.

(iii). If a Force Majeure situation arises, the successful bidder shall promptly notify the Bureau in writing of such conditions and the cause thereof. Unless otherwise directed by the

-16-

Bureau in writing, the bidder shall continue to perform its obligations under the contract and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. The Bureau may terminate the contract by giving a written notice of minimum 20 days to the successful bidder, if as a result of Force Majeure, the successful bidder being unable to perform a material portion of the services for a period of more than 10 (Ten) working days.

28. ARBITRATION: All disputes, differences, claims and demands arising under or pursuant to or touching the contract shall be referred to the sole arbitrator to be appointed by Commissioner of Security(CA), BCAS/Ministry of Civil Aviation, Govt. of India. The award of the sole arbitrator shall be final and binding on both the parties under the provisions of the Indian Arbitration and Conciliation Act, 1996 or by Statutory modification re-enactment thereof, ‘in force’ at the time. Such arbitration shall be held at New Delhi.

29. In all matter and disputes arising under this contract, the appropriate courts in New Delhi alone shall have the jurisdiction to entertain and try them.

30. For the purpose of this tender, the term “Bureau” and “Department” in this document means/constitutes, the ‘Bureau of Civil Aviation Security, Ministry of Civil Aviation, Govt. of India’.

31. The Bureau shall not be held responsible for any loss of property. (Watch and ward should be the responsibility of qualified successful tender), during the currency of service operations by the successful bidder.

-17-

SECTION – IV TECHNICAL BID

OVER VIEW, SCOPE OF THE REQUIREMENT FOR BODY FABRICATION:

A) BODY fabrication of SWARAJ MAZDA CHASIS FOR CONVERTING into BOMB TRUCK

B) The drawings of the Bomb Truck for BODY BUILDING ON SWARAJ MAZDA CHASIS can be seen as a sample by contacting Major R.R. Yadav, (Project Coordinator) Deputy Commissioner of Security (BDDS){RDCOS}, BCAS, Indira Gandhi International Airport, Mahipal Pur Road, New Delhi. Tele : 25652607 – 965,

C) The body fabricator shall use the goods and material in accordance with the latest specification as prescribed in the specification issued by Bureau of India Standard (BIS) as current on the date of order. However where no BIS specification are prescribed, the material / goods shall be as per Association of State Road Transport Under taking / other approved specification.

The Body Building (Fabrication) of Swaraj Mazda Chassis and the sizes and other specifications should be as per the details given below.

Measurement/requirement of Body Fabrication Required for each Bomb Truck:- S.No. Works to be done 1. Working Table-cum cabinet of wooden and steel of size 1246mm X 4690 mm X 900 mm behind driver seat 2. Cushioned seat of size 1830 mm X 460 mm X 450 mm 3. Kennel for dogs of size 1020 mm X 738 mm X 1000 mm 4. Track for wheel barrow of size 762 mm X1150 mm 5. Single cushioned seal of size 610 mm X 460 mm X450 mm 6. Rack to keep wire roll 7. Racks to keep Bomb Deteckm & disposal equipment 8. Complete body with side windows

Proposed body sketch is enclosed at annexure - I The body of the Bomb Truck is to be in White Color with a Red Band in between of 1 ft. width. The Words ‘BOMB DETECTION AND DISPOSAL SQUAD’ is to be written on all sides (Three). In front above this, ‘BUREAU OF CIVIL AVIATION SECURITY’ is to be written.

-18-

SECTION –V

Financial Bid a) Financial Bid should be presented corresponding to the details given at Section IV. b) Please refer to relevant clauses in section – II which must be complied with. c) Details should be filled in prescribed format as under d) Discount offered should be clearly and separately indicated. e) Notes for guidance of Tenderers for filling the schedule of quality is given at Proforma III

Schedule of Quantity

S.No. Item Qty Rate per Total cost Remarks required unit # 1. Working Table-cum cabinet of wooden and steel of size 1246mm X 4 4690 mm X 900 mm behind driver seat 2. Cushioned seat of size 1830 4 mm X 460 mm X 450 mm 3. Kennel for dogs of size 4 1020 mm X 738 mm X 1000 mm 4. Track for wheel barrow of 4 size 762 mm X1150 mm 5. Single cushioned seal of 4 size 610 mm X 460 mm X450 mm 6. Rack to keep wire roll 4 7. Racks to keep Bomb 4 Detection & disposal equipment 8. Complete body with side 4 windows

Signature______Name______Complete Address with seal of the Tenderer

-19-

UNDERTAKING

As of this date the information furnished in all parts of this form is accurate and true to the best of my knowledge. We understand and accept that any discrepancy, mis-representation of facts super session of any relevant information is detected at any stage, time hereafter, shall disqualify us forth with and we shall have no claim what-so ever on BCAS.

WITNESS:

Signature

Name

Designation

Address

Company

Date

Company seal (With name & designation of the person signing the tender) -20-

Letter proposing the Quotation

Proforma – I

To,

The Commissioner of Security (Civil Aviation), Bureau of Civil Aviation Security, III rd Floor, “A” Wing, Janpath Bhawan, Janpath, New Delhi

Subject:BODY BUILDING Of SWARAJ MAZDA CHASIS FOR CONVERTING into BOMB TRUCKS

Dear Sir,

We, the undersigned Tenderer, having read and examined in detail the specifications and the complete bid document in respect of the above subject, do hereby propose to quote for BODY BUILDING Of SWARAJ MAZDA CHASIS for BCAS, New Delhi.

1.0 PRICE AND VALIDITY

1.1 All the rates quotes in our proposal are in accordance with the terms as specified in bid document. All the prices and other terms and conditions of this proposal are valid for a period of 365 calendar days from the last date of submission of tender. 1.2 We do hereby confirm that our bid prices include all taxes including Income Tax and Professional Tax etc. 1.3 We have studied the clauses relating to Indian Income Tax and hereby declare that if any Income Tax, Surcharge on Income Tax and any other Corporate Tax altered under the law, we shall pay the same.

2.0 EARNEST MONEY

We have enclosed the earnest money in the form of Bank Draft amounting to Rs.1,00,000/- (Rupees One Lakh only) as per the requirements specified in this tender document.

-21- 3.0 QUALIFYING DATA

We confirm having submitted the qualifying data as required by you in your tender document. In case you require any further information/documentary proof in this regard before evaluation of our bid, we agree to furnish the same in time, to your satisfaction.

4.0 We hereby declare that our proposal is made in good faith, without collusion or fraud and the information contained in the proposal is true and correct to the best of our knowledge and belief.

5.0 We understood that any information found to be inaccurate, suppressed or mis-represented at any time hereafter, shall make us liable to explain, undergo any legal, preventive action and shall debar us from consideration for short listing etc, termination of the contract by BCAS.

6.0 Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alternation and replacement.

7.0 We understand that you are not bound to accept the lowest or any bid you may receive.

Thanking you,

Yours faithfully,

(Signature)

Date: Name:

Designation: Place: Seal: Business Address:

-22-

PROFORMA-II

PARTICULARS OF TENDERER ESSENTIAL FOR PRE-QUALIFICATION

TENDERER’s PARTICULARS:

1. Name of the Tenderer (Separate for Indian /Foreign/Technology partners wherever applicable) 2. Address of the Tenderer (with Telephone & FAX No./e-mail./mobile no.) 3. Name of the Company & Address of Main Office/Tele No./Fax Nos.

4. Year of Establishment & registration Particulars. (Copies of supporting documents to be enclosed) 5. Name and Office Address of Project Manager (with Telephone & Fax No./mobile no.) 6. Name of the Branch/Associated offices (Responsible for after sales service/maintenance at each location) 7. Tenderer’s proposal number & date

8. Name & address of the officer to whom All references shall be made regarding this tender 9. Annual turnover of the firm for the last 3 successive years.(copies of the annual reports/ documents should be enclosed as proof of profitability and annual turnover 10. Details of Earnest Money Deposited Bank Draft details: Date Amount Name of the drawer of the bank: 11. List of Prominent Clients with Contact Name, Address & Telephone No. of the clients, Project Manager along with certificates of Satisfactory Performance from clients may also be attached. 12. Valid Income Tax Certificate.

-23-

PROFORMA _-III

NOTES FOR GUIDANCE OF TENDERERS FOR FILLING THE SCHEDULE OF QUANTITIES

A) The prices quoted should be firm and net per unit shown in the schedule of quantities after deducting trade, quantity and cash discount if any, and must include all packing and delivery charges. B) Tender should be strictly on the basis of unit specified in the Annexure-I – Technical Specification. While quoting rates per unit specified in the schedule of quantities and while quoting rate per unit against each item, Tenderers are required to give total cost as well. C) The prices must be stated separately for each item in the Financial Bid: D) The BCAS shall not pay separately for transit insurance and the body Fabricator will be responsible until the vehicles arrive in good condition at site. E) The prices quoted by the Tenderer shall be inclusive of all the taxes and duties. The Tenderer should also given break-up of taxes and duties such as surcharge, sales tax, works contract tax, etc. leviable on each item as per Government of India Acts/Rules & Regulation.

Date & Corporate Seal Name & Signature of Tenderer

Address:

Date: Signature of Witness: Name & Address.