Name of Work : Construction of 55 Number Girls Toilets in Government Schools under SWACHH BHARAT SWACHH VIDYALAYA (SBSV) Initiative of Government of in , SH: Providing & Operating Vehicle on Monthly Hire Basis at Airport

Issued to M/s . …………………………………………...……………………………………..

Certified that this Tender Document contains Pages 1 to 18 pages only excluding Cover page & Index page

AIRPORTS AUTHORITY OF INDIA RAJAHMUNDRY AIRPORT RAJAHMUNDRY INDEX

INDEX PAGE

Name of work : Construction of 55 Number Girls Toilets in Government Schools under SWACHH BHARAT SWACHH VIDYALAYA (SBSV) Initiative of Government of India in East Godavari District, Andhra Pradesh SH: Providing & Operating Vehicle on Monthly Hire Basis at Rajahmundry Airport ITEM RATE TENDER & CONTRACT Sl. No Details Page 1. Notice Inviting Tender 1 to 5 2. General Terms of Conditions 6 to 7 3. Terms and Conditions of Contract 8 to 13 4. Schedule of Quantity (Price Bid – Annexure – I) 14 5. Declaration by Bidders (Annexure – II) 15 to 16 6. Check List (Annexure – III) 17 to 18

Certified that this Tender Document contains Pages 1 to 18 pages only excluding Cover page & Index page as detailed above

A.A.I. (C...... Nil...... I...... Nil...... O...... Nil...... ) NOTICE INVITING TENDER

AIRPORTS AUTHORITY OF INDIA NOTICE INVITING TENDER 1. Tender in the prescribed form on item rate basis are hereby invited on behalf of the Chairman, Airports Authority of India, New Delhi- for hiring of One vehicle (Model - 2010 onward with Commercial Registration) for an estimated cost of ` 1,29,000\- (for 3 Months) under given below details:- 1.1 One Nos. Staff Car, 2 box (Hatch Back), Five Seater (like Indicia, i-10, Santro, Ford Fusion, Polo, FIAT PUNTO, Maruthi Swift etc. & other such cars) Non-AC on regular basis (09hrs. During 09:00hrs. to 18.00hrs.) On all days including Sundays and holidays. {Estimated cost ` 1,29,000/-(for 3 Months)}. Note : The contract period shall be for Three Months with the provision of further extension of another Three Months. 2. Tender document consisting of conditions of contract can be purchased from The office of the Asst. General Manager (Engg-Civil), Airports Authority of India, Rajahmundry Airport, Madhurapudi Post, Pin 533 102 (fax No.0833- 2487852) up to 19.01.2015 between the hours of 11.00 AM and 5.00 PM every day except on Saturdays, Sundays and public holidays on payment of tender fee of ` 573/- (Rupees Five Hundred and Seventy Three only inclusive of all taxes) in the form of Demand Draft in favour of AAI payable at Chennai, issued by Nationalised/Schedule Bank (RBI Schedule) having office in India. The complete set of tender documents can also be downloaded from the Website of Airports Authority of India www.aai.aero & www.airportsindia.org.in and submitted to The office of the Asst. General Manager (Engg-Civil), Rajahmundry Airport, Madhurapudi Post, Pin 533 102, by the due date along with above mentioned non-refundable tender fee of ` 573/- in the form of Demand Draft in favour of AAI payable at Chennai, issued by Nationalised/Schedule Bank (As per RBI Schedule) having office in India. 3. The Firms fulfilling the following criteria are eligible to participate in the tender: 3.1 Experience : Experience of having successfully executed work of Providing similar type Vehicles to Govt. or Pvt. Firms during last 7(Seven) years ending on 30.11.2014, should either of following : 3.1.1 Three similar completed work costing not less than ` 51,600/- (40% of the estimated cost) 3.1.2 Two similar completed work costing not less than ` 64,500/- (50% of the estimated cost) 3.1.3 One similar completed work costing not less than ` 1,03,200 /- (80% of the estimated cost) 3.2 Capability: Firm must have average annual turnover of ` 38,700/- (30% of the estimated cost) during last 3 (Three) financial years (ending on March 2014). 3.3 Registrations : Firm must have given below registrations with appropriate government authorities related to work of Providing Motor Transport Vehicles on hire basis: 3.3.1 Service Tax, A.A.I. 1 (C...... Nil...... I...... Nil...... O...... Nil...... ) NOTICE INVITING TENDER

3.3.2 Permanent Account Number (PAN). 3.4 Fleet of Vehicles & their Valid Documents (Model 2010 onwards with commercial registration): 3.4.1 Shall have minimum--02--Nos. (preferably 1.5 times the no reqd.) vehicles registered in the name of firm/ proprietor/owner. These vehicles shall be either in the name of tenderer or attached to them by duly Registered Power of Attorney POA). 3.4.2 Above fleet of vehicles (Para 3.4.1) shall be with valid Commercial Registration Certificates, Insurances, Fitness Certificates, Road Taxes paid. 4. Two Envelope System: 4.1 Tender will be submitted in two separate sealed envelopes containing “Technical Bid Only” and other “Price/Commercial Bid Only”. The earnest money deposit should be submitted along with “Technical Bid”. A master envelop containing both the Technical Bid and commercial Bid duly sealed and super scribing the name of work should be addressed to Asst. General Manager (Engg-Civil) Airports Authority of India, Rajahmundry Airport, Madhurapudi Post, Pin 533 102. 4.2 Following documents will be submitted along with Technical Bid ( Envelope-A) :- 4.2.1 Sale/issue receipt of Tender Document in original, if tender document purchased from office or ` 573/- Crossed Demand Draft in favour of Airports Authority of India, drawn on a Scheduled Bank (As per RBI schedule) in India and payable at Chennai, in case tender document downloaded is from AAI’s web-site and submitted. 4.2.2 The Earnest Money Deposit (EMD) amounting to ``` 2,580/- (Rupees Two Thousand Five Hundred and Eighty only) by Crossed Demand Draft in favour of Airports Authority of India, drawn on a Nationalized /Scheduled Bank (As per RBI Schedule) in India and payable at Chennai or Bank Guarantee in case it works out more than `1 lakh. 4.2.3 Letter indicating the capacity and authority of individual signing the Tender. 4.2.4 Proof of Providing Vehicles to user agency as per Para above. 4.2.5 Satisfactory Performance Certificate from any one of user agency as per Para 3.1 above. 4.2.6 Photo copy of Annual Reports/Balance Sheets/Profit Loss Accounts duly audited by Charted Accounted for F.Y.2011-12; 2012-13, & 2013-14. Reference Para 3.2 above. 4.2.7 Photocopy of registration of firm for Service Tax issued by appropriate government authority. Reference Para 3.3.1 above. 4.2.8 Photocopy of PAN number issued by Income Tax Department. Reference Para 3.3.2 above. 4.2.9 List of Vehicles with the details of Registration Number, Make, Model, Year of Manufacture, Road Tax Paid up to, Insurance valid up to, Fitness valid up to, Name of Owner or duly Registered Power of Attorney (If vehicle is not in the name of tenderer).

A.A.I. 2 (C...... Nil...... I...... Nil...... O...... Nil...... ) NOTICE INVITING TENDER

4.2.10 Proof (attested Photocopies) of all documents of vehicles as listed above [Para 4.2.9] and Registered Power of Attorney (If vehicles are not in the name of tenderer) in terms of per Para 3.4.1 to 3.4.2. 4.2.11 Letter of Unconditional acceptance of AAI, Terms & Conditions. Proforma (Declaration by Tenderer) as enclosed in Annexure- II. 4.2.12 AAI’s tender document duly signed in all pages. 4.2.13 Certificate by the party stating that, none of his relative is working in Airports Authority of India. 4.2.14 Check List of Documents as per Annexure-III (Please see Note-2 below) Note : 1. If the tender is not accompanied by all the documents mentioned above, the same is likely to be rejected out rightly. Promise for subsequent submission of any of the above mentioned document, may not be considered. 2. Please submit all the above documents along with the check list (Annexure III) at the top of the Technical Bid preferably in a file duly paginated. 4.3 Envelope-B (Price Bid): Price bid must be submitted in the format as per Annexure-I on the Company’s letter head in a separate envelop. Only Technical Bid will be opened on 23.01.2015 at 15:30 Hrs. and the Price Bid will be opened in respect of technically qualified tenderers on date that will be notified later on. The offer of the firm who fails to submit their offers in separate sealed envelopes specifying clearly the Price/Commercial and Technical Bid will not be considered. 5 Tender should be placed in sealed covers (Master envelope with Technical Bid (Envelope-A) and Price Bid (Envelope-B) with the name of the work written on the envelope, will be received by the ASST. GENERAL MANAGER (ENGG- CIVIL), AIRPORTS AUTHORITY OF INDIA, RAJAHMUNDRY AIRPORT, MADHURAPUDI POST, PIN 533 102 up to 1500 Hrs on 23.01.2015 and will be opened on the same day at 1530Hrs . (TECHNICAL BID ONLY). 6 The tenderers should quote the rate and amount tendered by them, in figures as well as in words. The amount for each item should be worked out and requisite totals given. 7 The contractor, whose tender is accepted, will be required to furnish security deposit for the due fulfillment of this contract, which will amount to a sum equal to @10% on estimated cost, within 30 days from the date of issue of work order. The security deposit shall be furnished in the form of Demand Draft/Fixed Deposit Receipt or Bank Guarantee in case it works out more than One Lac in favour of Airports Authority of India, RAJAHMUNDRY(If Fixed deposit/Bank guarantee)/Chennai(If demand draft) drawn on a Nationalised/ Scheduled Bank (As Per RBI Schedule) having office in India. No interest on security deposit is payable by AAI. 8 The acceptance of a tender will rest with the ASST. GENERAL MANAGER (ENGG-CIVIL), AAI RAJAHMUNDRY AIRPORT who does not bind himself to accept the lowest tender and reserves to himself the Authority to reject any or all the tenders received without the assignment of any reason. All the tenders in which, any of the prescribed conditions are not fulfilled or are incomplete in any respect are liable to be rejected.

A.A.I. 3 (C...... Nil...... I...... Nil...... O...... Nil...... ) NOTICE INVITING TENDER

9 Canvassing in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing are liable to be rejected. 10 All the rate is to be quoted on the proper form of tender only. 11 Special care should be taken to write the rates in figure as well as in words, 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 figure and in case of words, the word Rupees should precede, and the word Paisa 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. While quoting the rate in schedule of quantities (Commercial Bid), the word “only” should be written closely following the amount. It should not be written in next line. In case of difference between the amount quoted in words & figures, the amount quoted in words will be considered as correct. 12 The ASST. GENERAL MANAGER (ENGG-CIVIL), AIRPORS AUTHORITY OF INDIA, RAJAHMUNDRY AIRPORT does not bind himself to accept the lowest or any tender and 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. 13 The Contractor shall not be permitted to tender for works in AAI, (responsible for award and execution of contracts) in which his near relative is posted as officer in any capacity. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any officer in AAI. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of the Authority. Note : By the term near relative is meant wife, husband and parents, grand parents, children and grand children, brothers and sisters, uncle, aunt and cousin and their corresponding in laws. 14 The Contractor shall furnish a certificate that; none of his relatives are working in Airports Authority of India. 15 No Engineer of Gazetted rank or other Gazetted officer employed in Engineering or Administrative duties in an Engineering department of Government of India or AAI is allowed to work as contractor, or his representative, for a period of two years of his retirement from the Government/AAI Service, without the previous permission of the Government of India/AAI. The contract is liable to be cancelled if either the contractor or any of his employees is found at any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the tender or engagement in the contractor’s service. 16 The tender for works shall remain open for acceptance for a period of 90 (Ninety Days) from the date of opening of the tenders. If any tenderer withdraws his tender before the said period or makes any modification in the terms and conditions of the tender which are not acceptable to the Authority, then the AAI, shall without prejudice to any other right or remedy, be at liberty to forfeit the said Earnest Money absolutely.

A.A.I. 4 (C...... Nil...... I...... Nil...... O...... Nil...... ) NOTICE INVITING TENDER

17 The tender for the work shall not be witnessed by a contractor or contractors who himself/themselves has/have tendered or who have tendered for the same work. Failure to observe this condition would render tenders of the contractor tendering as well as witnessing the tender, liable to summarily rejected. 18 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 Tendering Department, in the O/O ASST. GENERAL MANAGER (ENGG-CIVIL), AIRPORTS AUTHORITY OF INDIA RAJAHMUNDRY AIRPORT or his representative, within 30 days from date of issue of work order. 19 This tender is not transferable.

I.L.N. RAO ASST. GENERAL MANAGER (ENGG-CIVIL), AAI, RAJAHMUNDRY AIRPORT

****

A.A.I. 5 (C...... Nil...... I...... Nil...... O...... Nil...... ) GENERAL TERMS OF CONDITIONS

GENERAL TERMS OF CONDITIONS Tenders are invited on behalf of the CHAIRMAN, Airports Authority of India for the work as mentioned at serial No 1 in N.I.T. 1. The tender shall be in the prescribed Form. 2. Tender are invited on the basis of two envelopes system as detailed in NIT. 3. The time period of contract shall be as mentioned at serial No 1 in N.I.T. 4. A contractor shall submit no more than one tender. 5. No two or more concerns/firms in which an individual is interested as Proprietor and/or Partner shall tender for the execution of the same works, if they do so, all such tenders shall be liable to be rejected. 6. The Authority as mentioned at serial No 8 in N.I.T. shall be the Accepting officer herein after referred to as such for the purpose of this contract. 7. Tender documents consisting of, the conditions of contract and other necessary documents will be open for inspection and sold on payment of the amount as mentioned at serial no 2 in N.I.T. by way of Demand Draft payable at Chennai drawn in favour of Airports Authority of India within the dates as mentioned at serial No 5 in N.I.T. during working hours only. The complete set of tender documents can also be downloaded from the Website of Airports Authority of India www.aai.aero & www.airportsindia.org.in and submitted to the office of Asst. General Manager (Engg-Civil), Rajahmundry by the due date along with above mentioned non-refundable tender fee of ` 573/- in the form of Demand Draft in favour of AAI payable at Chennai, issued by Nationalised/Schedule Bank (As per RBI Schedule) having office in India. 8. Submission of a tender by a tender implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the job to be done and of conditions and local conditions and other factors bearing on the execution of the nature of specified job. 9. All rates shall be quoted in Price Bid only. (As per proforma given in the Annexure-I of the tender form) 10. In this item rate tenders, only rates quoted shall be considered. Any tender containing percentage below/above the rate quoted is liable to be rejected. 11. Tenders shall be received by the Accepting authority up to the date and time as mentioned at serial No 5 in N.I.T. and shall be opened on the date and time as mentioned at serial No 5 in N.I.T. in the presence of tenderers who may be present.(Technical Bid-Envelope –A only) 12. Notification of Award of contract will be made in writing to the successful Bidder by the Accepting Authority. The contract will normally be awarded to the technically qualified and responsive Bidder offering and lowest evaluated bid in technically are commonly conformity with the requirements of the specifications and contract documents. The Accepting Authority shall be the sole judge in this regard. The Accepting Authority does not bind himself to accept the lowest or any tender or to give any reason for his decision.

A.A.I. 6 (C...... Nil...... I...... Nil...... O...... Nil...... ) GENERAL TERMS OF CONDITIONS

13. A responsive bidder is one who submits priced tender and accepts all terms and conditions of the specifications and contract documents without any major modifications. 13.1 A major modification is one which affects in any way, the quality, quantity and period of completion of the work or which limits in any way the responsibilities or liabilities of the Bidder or any right of AAI as required in the specifications and contract documents. Any modification in the terms and conditions of the tender, which are not acceptable to AAI, shall also be treated as a major modification. 13.2 A tenderer shall submit a responsive bid, failing which his tender will be liable to be rejected. 14. On acceptance of tender earnest money will be treated as part of the security. 15. Airports Authority of India will return the earnest money, where applicable, to every unsuccessful tenderer. 16. on acceptance of the tender, the name of the accredited representative (s) of the contractor who would be responsible for taking instruction from Airports Authority of India. 17. Taxes as applicable in respect of this contract shall be payable by the contractor and may be deducted at source. Airports Authority of India will not entertain any claim whatsoever in this respect. 18. This tender document shall form part of the contract document/agreement. 19. All the tenderers must indicate the capacity & authority of the individual signing tender. 20. Airports Authority of India does not take responsibility for submission of tender send by post. Delayed tender shall not be considered.

I.L.N. RAO ASST. GENERAL MANAGER (ENGG-CIVIL), AAI, RAJAHMUNDRY AIRPORT

****

A.A.I. 7 (C...... Nil...... I...... Nil...... O...... Nil...... ) TERMS AND CONDITIONS OF CONTRACT

TERMS AND CONDITIONS OF CONTRACT

Name of Work : Construction of 55 Number Girls Toilets in Government Schools under SWACHH BHARAT SWACHH VIDYALAYA (SBSV) Initiative of Government of India in East Godavari District, Andhra Pradesh SH: Providing & Operating Vehicle on Monthly Hire Basis at Rajahmundry Airport. (Model 2010 onward with Commercial Registration) under given below details: 1. Regular maintenance of the hired vehicle. 2. Provide fuel & driver for the hired vehicle. 3. The vehicle should be in good working condition, hygienically cleaned and well maintained. The vehicle should always have the RTO related documents, including PUC, Comprehensive Insurance Policy, Mini Fire Extinguisher and First Aid Box. 4. The vehicle is required for use as mentioned in the work. 5. Any vehicle having year of manufacturing prior to 2010 will not be accepted. The vehicles shall be with Commercial Registration with related documents as mentioned in Para 4.2.9 of Notice Inviting Tender. 6. The contractor shall take prior permission of AAI for substitution of any vehicle in case of Break down/maintenance. 7. The intending contractor should own the vehicles in his name or in the name of firm or under duly registered power of attorney in favour of the contractor. 8. Contractor must name his liaison officer/representative to be available for coordination in connection with day to day running of the vehicle. 9. In case of breakdown or accident on any other exigencies involving any of the regular vehicles, the contractor will be liable to provide replacement of the same with comparable quality immediately. The details of any such substitution shall be submitted to AAI, on the same day. 10. It shall be the responsibility of contractor to adhere to the timings as specified from time to time for deployment of vehicles. 11. Normally the vehicle will be deployed at following places:- i) Deployed for visiting schools in East Godavari District. The vehicle garage in and out will be from the above places and will have to be provided i.e the speedometer reading and time for starting and closing shall be counted from the AAI office/reporting office and relieving office. i) For Vehicle hired under para 1.1, between 09.00 hrs to 18.00 hrs daily. Zero Kms and Hrs. shall be counted from above places. 11.1 Extra charges as applicable will be admissible for the duty performed beyond or before the above specified hours. In any circumstances the driver or contractor will not refuse to perform duties beyond such stipulated hours.

A.A.I. 8 (C...... Nil...... I...... Nil...... O...... Nil...... ) TERMS AND CONDITIONS OF CONTRACT

12. The Contractor shall arrange Character & Incident Verifications & pay the fees required for Airport Entry Pass issued by BCAS and necessary Driving Permit from the concerned Airport officials in respect of MTD & Vehicle Entry Permit for use of Vehicles inside Operational areas of the airport, as applicable. 13. LOG BOOKS: - The log book or day sheets provided by AAI, for the purpose of various vehicles will be maintained by the contractor to record kms. covered for verification. In case of failure of km. reader, the actual distance traveled shall be assessed by AAI, whose decision in this regard shall be final and binding. The contractor shall repair/replace such km reader with in one day or otherwise pro- rata Km per day will be paid (refer Para 11 above). 14. MISCELLANEOUS : 14.1 The contractor should furnish full particulars of the vehicle in Annexure-III along with the Tender. 14.2 Income Tax or any other taxes as applicable from time to time shall be deducted as per provisions of the Act from the Bill of Contractor. 14.3 Contractor shall be responsible for compliance with all obligations and restrictions imposed under the Motor Vehicle Act and rules made there under as applicable on date. 14.4 The contractor shall be responsible for the acts/and accidents committed by the person employed by him either inside or outside operational area of Airport. 14.5 The Contractor shall defend, indemnify and hold harmless from any liability of penalty which may be imposed by the central, state or local authorities by reason of any violation by the contractor or such laws, regulation or requirements and also from all claims, suits or proceedings that may be brought against the AAI arising under, growing out of or by reason of the work provided for by this contract whether brought by employees of contractor, by third parties or by central, authority or any political subdivision thereof. 15. RUNNING & MAINTENANCE. 15.1 The vehicle will have to be kept in good operating condition at all the times. Procurement of fuel, lubricants, spare etc. will have to be arranged by the contractor at his own cost. All repair maintenance; checkup etc will have to be arranged by contractor. 15.2 In case of major break down or with-draw of the vehicle, the contractor for such reason shall immediately replace the same on temporary basis till the said vehicle is made in order. If in the opinion of AAI, the vehicle so replaced is found unsatisfactory, this shall be replaced by another vehicle acceptable to AAI, which is confirming to the standards laid down by AAI as per this tender. 15.3 In case of total absence, the payment of the hire charges will be deducted on pro-rata basis for the day. (refer Para 9). 15.4 If the contractor makes default in replacement of vehicle for a period of 7 days in a month or performance of the contractor is not found satisfactory in the opinion of AAI or in case of any failure of contractual obligations, the AAI reserves the right to cancel the contract and to forfeit security deposit of the contractor. The AAI further reserves the right to recover from

A.A.I. 9 (C...... Nil...... I...... Nil...... O...... Nil...... ) TERMS AND CONDITIONS OF CONTRACT

contractor any amount which may become due to the AAI even after adjustment from the security deposit. 16. PAYMENTS :- 16.1 The bill shall be raised monthly by the contractor in triplicate along with necessary records of vehicles use as decided by AAI and be submitted to Asst. General Manager (Engg-Civil), Airports Authority of India, Rajahmundry by 05 th of each month and payment there of shall be made by AAI, within fortnight subject to Undisputed claim. 16.2 Along with bill following documents are to be submitted : 16.2.1 Proof of the service tax deposited by contractor to appropriate Government Authority, paid by AAI to contractor in previous month(s). 16.2.2 Day duty slip/ sheet /Log Book of the vehicle signed by user of AAI. 16.3 In the event of any dispute the decision of AAI shall be final and binding on Contractor. 17. MODE OF MEASUREMENT FOR PAYMENT . 17.1 The K.M. run will be calculated from the Day duty slip/ sheet /authenticated log book i.e. Km reading at the time of reporting and leaving shall be authenticated. 17.2 The vehicle garage In and Out and duty hrs. Shall be as per clause 11 above. 17.3 While computing the distance in Kms., the distance covered for taking the vehicle for repair, RTO passing etc. will not be taken in to consideration i.e. the number of Kms. that are covered furtherance of performing the schedule duty will not be taken in to consideration . 18. CONTRACTORS OBLIGATIONS & LIABILITIES : 18.1 Manpower: The contractor shall on award of the contract, furnish the list containing names and addresses of his staff along with police verification report of each workman so as to enable the AAI to check the character and antecedents and to provide temporary permits to operate within the restricted area(s). The contractor shall get AAI’s approval for the staff to be engaged. 18.2 The contractor shall at his own cost maintain sufficient number of experienced Drivers holding valid driving license and other staff requirements for smooth and efficient running of the vehicles. The driver should possess at all times necessary valid Driving License issued by RTO. 18.3 The staff should always be decently dressed and be well behaved. All the drivers on duty with AAI should be provided with the mobile phone for communication. Uniform to drivers is strongly desirable. 18.4 If the AAI is not satisfied, with the conduct etc, of any of the operating crews of the contractor, the contractor shall replace the person concern as per advise of the AAI. 18.5 Contractor shall provide a photo badge to all his personnel employed, indicating his name, designation, Age etc. 19. WORKMAN’S INSURANCE . 19.1 Without prejudice to the contractors liabilities and indemnity clause and associated clauses of the GCC, the contractor shall at his own cost and initiative

A.A.I. 10 (C...... Nil...... I...... Nil...... O...... Nil...... ) TERMS AND CONDITIONS OF CONTRACT

at all times up to the successful completion of the contract take out and maintain insurance cover from Nationalized Insurance Company under the workman’s compensation Act and any other industrial legislation from time to time applicable in the State of Delhi and /or at AAI providing for payment of compensation to workman in the event of death, injury or accident to workmen in the course of or in connection with employment such policy (i.e.) in respect of workmen compensation insurance to be of value of not less than Rupees One lakh per person, it being understood that such limit is specified only for the purpose of insurance, and shall not otherwise in any manner limit the contractor liability and associated clauses there under of the GCC. 20. DEFAULTS. 20.1 In case of breakdown of any vehicle, the contractor shall immediately replace the vehicle within one hour. Failure to replace the vehicle will entitle AAI to deduct an amount of ``` 100/- per hrs each such occasion. 20.2 In case the vehicle reports later than by 30 minutes of the time it was requisitioned for, the tenderer shall pay an amount of ` 100/- for each occurrence to the AAI and the amount will be deducted from the monthly bills/security deposit or any other dues. 20.3 In case the vehicle does not report at all on any day a sum of ``` 500/- will be imposed as penalty in addition to deduction of pro-rata hiring charge for the day. 20.4 If a Driver while on duty misses from the site without intimation to the user penalty of ` 100/- will be imposed per occasion. 20.5 In case the contractor fails to provide the vehicle requisitioned, the AAI reserves the right to hire such number of vehicles, as requisitioned from the market and the additional amount, if any, over and above the rates agreed to by the tenderer will be deducted out of the monthly bills/security deposit payable to the contractor. The amount stated by AAI shall be final and binding on the contractor. 20.6 In case the tenderer provides the vehicle which is not roadworthy and in good conditions, the AAI reserves the right to use or not to use the vehicle. If the vehicle is used. Payment for the same will be made at half of the contracted rate on pro-rata basis. 20.7 In case km reader is not repaired within one day. Penalty of ` 100/- for every day beyond three days will be imposed. 21. ARBITRARTOR :- All disputes or differences whatsoever arising between the parties out of or relating to the operation or effect of this contract or breach thereof shall be settled by arbitration for which Arbitrator will be appointed by AAI. The applicable law will be the laws of India in force. The jurisdiction for all disputes will be within limits of RAJAHMUNDRY (of the concerned city limits, where the airport is located) Courts only. 22. TERMINATION OF CONTRACT:- 22.1 Without prejudice to the right of termination provided under the GCC or without prejudice to any other remedy available to the contract in this behalf, the either party may terminate the contract at any time on giving the contractor not less than 30 days notice in writing, if AAI, finds the quality or efficiency of the work

A.A.I. 11 (C...... Nil...... I...... Nil...... O...... Nil...... ) TERMS AND CONDITIONS OF CONTRACT

performed by the contractor, to be unsatisfactory of which the Asst. General Manager (Engg-Civil), RAJAHMUNDRY of AAI shall be the sole judge. 22.2 Upon termination, under and with reference to this clause, the contractor shall be Entitled to be paid for the work actually performed up to the date of termination in Accordance with the provisions of the contract, but shall not be entitled to any other claim or compensation what so ever, including (but not limited to) any claim or compensation for any expenditure incurred by the contractor in or for any equipments, materials or facilities or for any loss in the profit or anticipated profit of the contractor. 22.3 If at any stage during the period of execution of contract, any case involving moral turpitude is instituted in a court of law against the contractor or his employees, AAI reserves the exclusive and special right to the outright termination of the contract and the contractor shall not be entitled to any compensation from the AAI whatsoever. 23. EARNEST MONEY AND SECURITY DEPOSIT:- 23.1 The earnest money shall have to be deposited by the tenderer as stated in para 4.2.2 of NIT failing which the tender may not be considered and rejected outright. The earnest money of unsuccessful tenders will be refunded back without interest. 23.2 The contractor, whose tender is accepted, will be required to furnish security deposit for the due fulfillment of this contract, which will amount to a sum equal to @10% on estimated cost, within 30 days from the date of issue of work order. The security deposit shall be furnished in the form of Demand Draft/Fixed Deposit Receipt or Bank Guarantee in case it works out more than One Lac in favour of Airports Authority of India, Rajahmundry drawn on a Nationalized/ Scheduled Bank (As Per RBI Schedule) having office in India and payable at RAJAHMUNDRY. No interest on security deposit is payable by AAI. 23.3 After termination/expiry of the contract, the security deposit held by the AAI will be released to the contractor within a period of three months subject to realization of dues, if any to be made from the contractor. 24. Complying of provisions of labour laws, Employees Provident Fund & Misc. Provisions Act and ESI Act. 24.1 Provision for payment of addition / deduction towards price escalation / de- escalation of fuel is required to be added. 24.2 The contractor will comply with / obey /abide by the provisions of the labour laws which are in force such as contract labour ( Regulation and Abolition) Act 1970, contract labour (Regulation and Abolition) Central Rules 1971, workmen’s compensation Act 1923, Child Labour (Prohibition and Regulation) Act 1986, Minimum Wages Act, 1948, Minimum Wages (Central) Rules 1950, Payment of Wages Act 1936, Employees Liability Act 1938, or the modifications thereof or any other laws relating thereto and the rule made there under and their amendments made from time to time. 24.3 The contractor shall comply with all the provisions of the Employees Provident Fund & Misc. Provisions Act, 1952 and ESI Act, 1948, amended from time to time and rules framed there under.

A.A.I. 12 (C...... Nil...... I...... Nil...... O...... Nil...... ) TERMS AND CONDITIONS OF CONTRACT

24.4 AAI reserves the right to withhold minimum amount from the running account payments, if PF/ESI contributions are not paid by the contractor and proof to that effect have not been produced regularly on due dates. 24.5 The contractor shall indemnify and keep indemnified AAI against payments to be made under and for the observance of the laws aforesaid and the AAI Contractor’s Labour Regulations with prejudice to his right to claim indemnity from his sub contractors. 24.6 The laws aforesaid shall be deemed to be a part of this contract and any breach thereof shall be deemed to be a breach of this contract. 25. SUBLETTING OF CONTRACT :- The work shall not be sublet/assigned directly or indirectly to other agencies without prior written consent of the competent authority of the AAI. 26. DECLARATION BY THE CONTRACTOR/TENDERER :- I/We hereby declare that none of the members or my/our relatives is relative of any employee of AAI and I/We also further declare that no Director/Employee of Airports Authority of India is/are a Director/Partner of my/Our firm/Company/Partnership/)Proprietor. Signature of Tenderer : ______Name : ______Date : ______Seal : ______E-mail address : ______

****

A.A.I. 13 (C...... Nil...... I...... Nil...... O...... Nil...... ) ANNEXURES

Annexure – I COMPANY’S LETTER HEAD PRICE BID SCHEDULE OF QUANTITY Name of Work: Construction of 55 Number Girls Toilets in Government Schools under SWACHH BHARAT SWACHH VIDYALAYA (SBSV) Initiative of Government of India in East Godavari District, Andhra Pradesh SH: Providing & Operating Vehicle on Monthly Hire Basis at Rajahmundry Airport 1) 1 No. Staff Car, 2 box (hatch Back), Five Seater (non AC) , 0900 to 1800 hours daily – 3000 km per month

Hiring Sl. Rate per Rate per Type of Vehicles charges No. extra Km extra hour per month 1 Providing one No. Staff Car, 2 box (Hatch Back), Five Seater (like Indicia, i-10, Santro, Ford Fusion, Polo, FIAT PUNTO, Maruthi Swift etc. & other such cars) Non-AC on regular basis (09hrs. During 09:00hrs. to 18.00hrs.) including providing Driver, Fuel Charges and all expenses viz. Maintenance Charges, Insurance, Driver Beta etc., on all days including Sundays and holidays and upto running 3000 kilometers per month. 2 Extra for working beyond 9 Hours per day 3 Extra running Kilometers chargers over and above 3000 Kms. Per month.

(TOTAL: Rupees______)

1. Service Tax (Clearly indicate applicable or not and if yes quote rate @ 12.36%): ____ VALIDITY OF OFFER: 90 DAYS.

AUTHORISED SIGNATORY Note:- 1. Toll Tax & Parking charges shall be paid by AAI subject to actual on production of money receipt. 2. However, State Entry Tax, Permit charges etc. shall be arranged and its cost to be borne by the contractor, if any. No payment in this regard shall be made by AAI. (To be submitted in cover No.1) A.A.I. 14 (C...... Nil...... I...... Nil...... O...... Nil...... ) ANNEXURES

ANNEXURE – II To, The Asst. General Manager (Engg-Civil), Airports Authority of India, Rajahmundry Airport, RAJAHMUNDRY – 533 102. Sir, I/We have read and examined the following documents relating to the work of Hiring of vehicle (Model 2010 onward with Commercial Registration). a) Notice inviting tender b) General Condition of Contract c) Schedule “ A” – Reference to the Contract d) Terms & Conditions of Work e) Preamble to Schedule of Rate, I/We hereby tender for execution of the work referred to in the aforesaid documents upon the terms & conditions contained or referred to therein and in accordance in all respects with the specifications and other relevant details for the period (S) of completion as stipulated at tender document”. In consideration of I/We being invited to tender and promise by AAI to consider the award of work if I/We are found to be the lowest responsive bidder as stipulated in the condition of the contract, I./We agree to keep tender open for acceptance for Ninety (90) days from the due date of submission thereof and not to make any modifications in its terms & conditions which are not acceptable to AAI, I/We agree that AAI shall, without prejudice to any other right or remedy, be at liberty to forfeit the fully said earnest money absolutely and I/We shall not be considered as unsuccessful tendered for the purpose of return of earnest money as provided in the notice inviting tender. Should this tender be accepted, I/We hereby agree to abide by to fulfill all terms, conditions & provisions of aforesaid documents. If after the tender is accepted, I/We fail to commence the execution of the works as provided in the conditions I/we agree that AAI shall without prejudice to any other right or remedy, be at liberty the forfeit to fully said earnest money absolutely and take suitable action against me/us as deemed fit under the terms & conditions of the contract. I/We agree that should AAI decide to forfeit earnest money as aforesaid, unless a sum equal to the earnest money mentioned above is paid by me/us forthwith, AAI may at its option recover it out of the deposit and in the event of deficiency, out of any other moneys due to me/us of otherwise. If the tender is accepted, I/We agree that the earnest money deposited at the time of tender shall be treated as part of security deposit and the balance security deposit shall be paid by me/us in terms of terms & condition of Contract. 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.

A.A.I. 15 (C...... Nil...... I...... Nil...... O...... Nil...... ) ANNEXURES

Whereas I/We have carefully read the terms incorporated in the general conditions of the contract as well as terms & condition of work and whereas I/We do agree to abide by rules and regulations and obligations to be fulfilled under this tender documents. I/We hereby quote the following rates for the performance of, the contract taking into consideration charges and other overhead charges i.e. salary and wages of person(s) provided by me including payment of all taxes, ESI, EPF etc.

Name of the Contractor Signature of tenderer

Name of the firm/agency: ______Full Address ______(In capitals) ______Phone No. ______E-mail address: ______

****

A.A.I. 16 (C...... Nil...... I...... Nil...... O...... Nil...... ) CHECK LIST

Annexure-III CHECK LIST (To be submitted with the Technical Bid preferably in files duly paginated and keep it at top of technical Bid). Name of Work : Construction of 55 Number Girls Toilets in Government Schools under SWACHH BHARAT SWACHH VIDYALAYA (SBSV) Initiative of Government of India in East Godavari District, Andhra Pradesh SH: Providing & Operating Vehicle on Monthly Hire Basis at Rajahmundry Airport Sl. Name of Tenderers Eligibility Documents Reference No. Criteria Attached/Details Page No. 1 Tender Fee ` ______D.D. No. ______details Dt. ______Name of Bank ______2 EMD ` ______D.D./B.G. No. ______details Dt. ______Name of Bank______3 Letter of authority to sign tender 4 Proof of Providing & Operating Vehicles (Para 3.2 of NIT) 5 Satisfactory Performance Certificate (Para 3.2.) 6 Annual Report indicating Annual Turn Over

F.Y. ______` ______F.Y. ______` ______F.Y. ______` ______7 Registration of firm for Service Tax ( Photo copy of certificate enclosed) 8 PAN number ( Photo copy of certificate enclosed) 9 List of Vehicles with the details:

9.1 ______with DLY Series Commercial Registration Vehicle Sl.No.1 9.1.1 Registration No.

A.A.I. 17 (C...... Nil...... I...... Nil...... O...... Nil...... ) CHECK LIST

Sl. Name of Tenderers Eligibility Documents Reference No. Criteria Attached/Details Page No. 9.1.2 Model/Yr. of Manuf. 9.1.3 Road Tax Paid up to 9.1.4 Insurance valid up to 9.1.5 Fitness valid up to 9.1.6 Name of Owner 9.1.7 Power of Attorney Duly Registered. (If, not in the name of tendered). 10 Letter of Unconditional acceptance (Annex.-II) 11 AAI’s tender document duly signed 12 Certificate stating that, none of his relative is working in AAI.

A.A.I. 18 (C...... Nil...... I...... Nil...... O...... Nil...... )