Sie sind auf Seite 1von 44

AIRPORTS AUTHORITY OF INDIA

TRIVANDRUM AIRPORT : TRIVANDRUM-08.

O/O CIVIL MAINTENANCE DIVISION- II, CIRCLE-I

Name of work : Architectural Consultancy Services for Existing Terminal


Buildings, Existing/Proposed Ancillary Buildings at
Trivandrum Airport.
AIRPORTS AUTHORITY OF INDIA
TRIVANDRUM AIRPORT : TRIVANDRUM-08.

O/O CIVIL MAINTENANCE DIVISION- II, CIRCLE-I

Name of work: Architectural Consultancy Services for existing Terminal buildings,


existing/proposed ancillary buildings at Trivandrum Airport.

INDEX

Sl.No Particulars Page No

1 Index A1
2 Press Notice A2
3 Notice Inviting Tenders (Web Site) 01-04
4 Check list & Declaration Performa 05-06
5 Instructions for Online submission 07-10
6 Acceptance Letter 11
7 Notice Inviting Tender – DE-6 12-18
8 Tender Form 19-20
9 General Conditions of Contract 21-33
10 Appendix-A 34-35
11 Annexure 1 to 3 36-38
12 Bid Evaluation and Selection Criteria 39
13 Schedule A (Conditions and guidelines) 40
14 Price Schedule 41

Certified that this Tender Document contains pages 01 to 41 (One to Forty One) Only

AGM(ENGG-CIVIL)-I I / C I R C L E - I

(C: NIL I: NIL O: NIL) A1


For Press
AIRPORTS AUTHORITY OF INDIA, TRIVANDRUM AIRPORT

E-TENDER NOTICE

Percentage rate e-tender is invited by AGM Engg(C)-II, Circle-I, Trivandrum Airport on behalf of
Chairman, AAI for the following work.

Name of work: Architectural Consultancy Services for existing Terminal buildings,


existing/proposed ancillary buildings at Trivandrum Airport for a period of 3 years.

Estimated Cost for which consultancy is required Rs.700 Lacs.(approx.)


Bid No.
Last Date for Submission of e-bid –05.06.2018 Up to 18.00 Hrs.

The portal address for e-tender is https://e-tenders.gov.in/eprocure/app or www.aai.aero/. For further


details please visit our website www.aai.aero or contract AGM (Engg-Civil). Phone: 0471-2501257.
Any Extension/Corrigendum regarding the above tender will be published in AAI portal only.

Not to be published

(M.SURESH)
ASST.GENERAL MANAGER (E-C)-II, CIRCLE-I
TRIVANDRUM AIRPORT

A2
AIRPORTS AUTHORITY OF INDIA
TRIVANRUM INTERNATIONAL AIRPORT

Notice Inviting e-tenders ( 3 BOT – 3 Cover Open Tender)


(Tender ID 2018_AAI_11035_1)

No.AAT/ENGG(C)/CIRCLE-I/AGME(C)-II/2017-18/ Date: 28.05.2018


1 Percentage rate tenders for appointment of local architectural consultant is invited through the
e-tendering portal by Asst.Gen.Manager Engg(C)-II, circle-I, (Bid Manager) on behalf of
Chairman, A.A.I from the reputed local Architectural consultants having adequate experience in
prestigious projects like terminal building at Airports, Star hotels (minimum four star),
prestigious IT buildings, corporate office of repute or other prestigious institutional buildings for
the work of “Architectural Consultancy Services for existing Terminal buildings,
existing/proposed Ancillary buildings at Trivandrum Airport” for a period of 3 years
depending on the functional requirement of AAI. The approximate value of the work for which
consultancy required is Rs.700 Lacs(approx.).

The tendering process is online at e-portal URL address http://etenders.gov.in/eprocure/app


or www.aai.aero. Aspiring bidders may go through the tender document by login the
CPP Portal.

Prospective Tenderers are advised to get themselves register at CPP-portal, obtain ‘Login
ID & Password’ and go through the instruction available in the Home page after log in to
the CPP portal http://etender.gov.in/eprocure/app or www.aai.aero. They should also
obtain Digital Signature Certificate (DSC) in parallel which is essentially required for
submission of their application. The process normally takes 03 days of time. The tenderer
may also take guidance from AAI Help Desk support through path aai.aero/tender/e-
tender/help desk support.
(i) For any Technical related queries please call the helpdesk. The 24 x7 help details are as
below:

Tel:0120-4200462, 0120-4001002, Mobile: 91-88262 46593,


Email:support-eproc@nic.in

Bidders are requested to kindly mention the URL of the portal and Tender ID in the subject
while emailing any issue along-with the contract details.

For any further technical assistance with regard to functioning of CPP portal the bidders
may contact to the following AAI help desk numbers on all working days only between

(ii) 0800 hrs to 2000 hrs (Mon-Sat)


011-24632950, Extn 3512 (Six Lines), E-Mail:-eprochelp@aai.aero

(iii) 0930 hrs. to 1800 hrs. (Mon- Fri)


011-24632950, Ext-3523,
E-Mail:-etendersupport@aai.aero, sanjeevkumar@aai.aero and snita@aai.aero.

(iv) 0930 hrs. to 1800 hrs. (Mon- Fri)


011-24657900, e-Mail:-gmitchq@aai.aero

1|Page (C: NIL I: NIL O: NIL)


Tender fee of Rs. 1680 (i/c GST) Non-refundable will be required to be paid offline in the
form of Demand Draft from Nationalized or any scheduled bank (but not from co-
operative or Gramin bank). The original Demand Draft against Tender fee should be reach
by speed post/courier/given in person to the concern officials, within 3 days of last date of
bid submission or as specified in the tender document. The details of Demand Draft/ any
other accepted instrument, physically sent, should tally with the details available in the
scanned copy and the data entered during bid submission time.

2. Following 3 envelopes shall be submitted through online at CPP portal by the bidder as
per the following schedule:-
CRITICAL DATE SHEET

Published Date Date 28.05.2018


Bid Document Download / Sale Start Date Date 29.05.2018 from 09.30 hrs
(Next Day of publishing date)
Clarification Start Date Date 29.05.2018 from 09.30 hrs
Clarification End Date Date 05.06.2018 up to 17.00 hrs
Bid Submission Start Date Date 29.05.2018 from 11.00 hrs
Bid Submission End Date Date 05.06.2018 up to 18.00 hrs
Last date and time of submission of original
BG/Demand Draft against EMD and Tender Date 11.06.2018 up to 18.00 hrs
fee, signed hard copy of AAI Unconditional
Acceptance Letter and signed Integrity Pact.

Bid Opening date (envelope-I) Date 13.06.2018 up to 11.00 hrs


Bid Opening date (envelope-II) To be intimated later on through CPP
portal
Bid Opening date (envelope-III) To be intimated later on through CPP
portal
Tender Fee Rs.1680/-
EMD Rs.60,000/- in the form of BG/ Demand
Draft/FDR from any Schedule bank of
India/ Nationalized bank but not from
cooperative/ Gramin bank

Envelope-I: - Envelope I containing scanned copy of Unconditional Acceptance of AAI's


Tender Conditions and EMD. Scanned copy of earnest money deposit (EMD) of Rs.60,000/-
in the form of Demand Draft/FDR/Bank Guarantee as stipulated in the notice inviting tender
may be submitted in e-tendering portal along with Unconditional Acceptance of AAI's
Tender Conditions (Performa given in page no 11 of Tender Document), scanned copy of
demand draft for Tender Fee.

Envelope-II: - Containing Qualifying requirement of contractor /Firm:-


The Tenderer shall submit their application only at CPP portal
http://etender.gov.in/eprocure/app. Tenderer/ Contractor are advised to follow the
instruction provided in the tender document for online submission of bids. Tenders are
2|Page (C: NIL I: NIL O: NIL)
required to upload the digitally signed file of scanned documents. Bid document may
be scanned with 100 dpi with black and white option which helps in reducing size of
the scanned document.
Uploading of application in location other than specified above shall not be
considered. Hard copy of the application shall not be entertained.

Qualifying requirement of Architectural consultant

i) The consultancy firm should be registered with the Council of Architecture.


ii) The consultancy firm should have Permanent Account Number (PAN).
iii) GST undertaking on Rs.200 non judicial stamp paper covering the following:
a. That the bidder is registered under GST and compliant of GST provision.
(GST number to be provided).
b. In case of non-compliance of GST provisions and blockage of any input
credit, the bidder shall be responsible to indemnify AAI.
c. That all input credits have been passed on to AAI by the bidder.

iv) The architectural consultants must be having full-fledged office at Trivandrum so


that all the coordination can be done in Trivandrum itself. Proof of having office at
Trivandrum and the address should be given along with application.
v) The Architectural consultants should have satisfactorily completed consultancy
work of atleast three works each of Rs.280 Lacs or two works each of Rs.350 Lacs
or one work each of Rs.560 Lacs during last 7 years ending on 30.04.2018.

The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum, calculated from the date
of completion to the last date of submission of bid.

Client certificate for experience should show the nature of work done, the value of
work, date of start, date of completion as per agreement, actual date of completion and
satisfactorily completion of work. Firms showing work experience certificate from non-
government / non-PSU organizations should submit copy of tax deduction at sources
certificate in support of their claim for having experience of stipulated value of work.

vi) Quality/Evaluation parameter shall be submitted (performa given in page no. 34


Appendix A) of tender Documents

Envelope- III:- The Financial e-Bid through CPP Portal.

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

3. Original EMD, hard copy of signed Unconditional Acceptance of AAI's Tender


Conditions to be sent to the Asst. General Manager (Engg-C)-II, Circle- I, Airports
Authority of India, Administrative Block, Domestic Terminal Building, Trivandrum

3|Page (C: NIL I: NIL O: NIL)


Airport - 695008 and should reach to Bid Manager before the date & time mentioned in
CRITICAL DATA SHEET. Tender of the tenderer whose EMD and unconditional
acceptance of AAI's tender conditions are not received by the time of the opening of pre-
qualification of tender then their tenders will be summarily rejected. Any postal delay will
not be entertained.

4. Bids Opening Process is as below:-

Envelope-I: Containing Documents for pre-qualification bid (uploaded by the


Architectural Consultant/Firms) shall be opened as per critical date Sheet. The
intimation regarding acceptance/rejection of their bids will be intimated to the
Architectural Consultant/Firms through e-tendering portal.

Envelope-II: Technical bid opening date shall be as mentioned in Critical date sheet
(depending upon pre-qualification, any changes in the date shall be intimated through
CPP portal)

If any clarification is needed from the bidder about the deficiency in his uploaded
documents in Envelope – I and Envelope – II, he will be asked to provide it through the
CPP portal. The bidder shall upload the requisite clarification/documents within time
specified by AAI, failing which tender will be liable for rejection.

Envelope-III: Financial bids of the Architectural Consultant/Firms found to be


meeting the qualifying requirements and technical criteria shall be opened as per
critical date sheet. (Depending on Technical bid evaluation the date shall be
intimated through CPP portal).

5. AAI reserves the right to accept or reject any or all applications without assigning
any reasons. AAI also reserves the right to call off tender process at any stage
without assigning any reason.

6. AAI reserve the right to disallow issue of tender document to working agencies
whose performance at ongoing project (s) is below par and unusually poor and has
been issued letter of restrain/Temporary/Permanent debar by any department of AAI.
AAI reserve the right to verify the credential submitted by the agency at any
stage ( before o r a f t e r the award the w o r k ). If at a n y s t a g e , any
information/documents submitted by the applicant is found to be incorrect/false or
have some discrepancy which disqualifies the firm then AAI shall take the
following action:
a) Forfeit the entire amount of EMD submitted by the firm.
b) The agency shall be liable for debarment from tendering in AAI, apart from
any other appropriate contractual/legal action.
7. Consortium/JV companies shall not be permitted. No single firm shall be permitted to
submit two separate applications.

Asst. Gen. Manager Engg (Civil)-II,


Circle-I, Engg Wing, AAI, Trivandrum Airport.

4|Page (C: NIL I: NIL O: NIL)


‘Annexure‐‐A’
(CHECK LIST & DECLARATION PROFORMA)

This form duly filled up should be uploaded along with the application of the contractor

Name of Work: “Architectural Consultancy Services for existing Terminal buildings,


existing/proposed Ancillary buildings at Trivandrum Airport” for a period of 3 years

Name & address


of
the Contractor

b) Experience Details: (Satisfactorily completed works during last seven years)

Value of work
(Three separate works-
not less than Rs.280
Sl. Date of
Name of work for which the Consultancy Lacs)
Completio
No is awarded and Agency’s Name (Two separate works - n
not less than Rs.350
Lacs)
(One work -- not less
than Rs.560 Lacs)

1 Rs.

2 Rs.

3 Rs.

5|Page (C: NIL I: NIL O: NIL)


c) Attested copies of the following are to be uploaded along with application.

i) Registration with the council of Architecture


ii) Permanent Account Number (PAN)
iii) Proof of work experiences.
iv) GST registration details.
v) Annual report (abridged balance sheet and profit and loss account duly certified by
CA for each of last 3 years ending on 31.03.2017.)
vi) Proof showing year of inception of the firm.
vii) Details of Tender Fee and EMD transaction.
viii) Proof of PF/ESI registration.
ix) Company profile showing the details of professional including qualification.

Place:
Date: Signature
Authorised Signatory of the Contractor/Firm

DECLARATION

I, (_____________________________) hereby declare that the documents submitted/enclosed


are true and correct. In case any document at any stage found fake/incorrect, my EMD may be
forfeited & action as deemed fit by AAI can be taken against me.

Place: Signature
Date: Authorised Signatory of the Contractor/Firm

6|Page (C: NIL I: NIL O: NIL)


ANNEXURE ‘B’

AIRPORTS AUTHORITY OF INDIA


INSTRUCTION FOR ONLINE BID SUBMISSION

The bidders are required to submit soft copies of their bids electronically on the CPP Portal,
using valid Digital Signature Certificates. The instructions given below are meant to assist
the bidders in registering on the CPP Portal, prepare their bids in accordance with the
requirements and submitting their bids online on the CPP Portal.

More information useful for submitting online bids on the CPP Portal may be
obtained at: https://eprocure.gov.in/eprocure/app.

REGISTRATION

1) Bidders are required to enroll on the e-Procurement module of the Central


Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking
on the link “Online bidder Enrolment” on the CPP Portal which is free of charge.

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

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

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

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

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

SEARCHING FOR TENDER DOCUMENTS


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

7|Page (C: NIL I: NIL O: NIL)


2) Once the bidders have selected the tenders they are interested in, they may
download the required documents / tender schedules. These tenders can be moved to
the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
bidders through SMS / e- mail in case there is any corrigendum issued to the tender
document.

3) The bidder should make a note of the unique Tender ID assigned to each tender, in
case they want to obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS

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

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

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

4) To avoid the time and effort required in uploading the same set of standard
documents which are required to be submitted as a part of every bid, a provision of
uploading such standard documents (e.g. PAN card copy, annual reports, auditor
certificates etc.) has been provided to the bidders. Bidders can use “My Space” or
‘’Other Important Documents’’ area available to them to upload such documents and
keep it as a repository.

Note: My Documents space is only a repository given to the Bidders to ease the
uploading process. If Bidder has uploaded his Documents in My Documents space,
this does not automatically ensure these Documents being part of Technical Bid.

SUBMISSION OF BIDS

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

2) The bidder has to digitally sign and upload the required bid documents one by
one as indicated in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee /
EMD as applicable and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender
document. The original should be posted/couriered/given in person to the concerned
official, latest by the last date of bid submission or as specified in the tender
documents. The details of the DD/any other accepted instrument, physically sent,
should tally with the details available in the scanned copy and the data entered during
bid submission time. Otherwise the uploaded bid will be rejected.
8|Page (C: NIL I: NIL O: NIL)
5) Bidders are requested to note that they should necessarily submit their financial bids
in the format provided and no other format is acceptable. If the price bid has been
given as a standard BOQ format with the tender document, then the same is to be
downloaded and to be filled by all the bidders. Bidders are required to download
the BoQ file, open it and complete the white colored (unprotected) cells with their
respective financial quotes and other details (such as name of the bidder). No
other cells should be changed. Once the details have been completed, the bidder
should save it and submit it online, without changing the filename. If the BOQ file
is found to be modified by the bidder, the bid will be rejected.
6) The server time (which is displayed on the bidders’ dashboard) will be considered as
the standard time for referencing the deadlines for submission of the bids by the
bidders, opening of bids etc. The bidders should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered cannot be
viewed by unauthorized persons until the time of bid opening. The confidentiality of
the bids is maintained using the secured Socket Layer 128 bit encryption technology.
Data storage encryption of sensitive fields is done. Any bid document that is uploaded
to the server is subjected to symmetric encryption using a system generated symmetric
key. Further this key is subjected to asymmetric encryption using buyers/bid openers’
public keys. Overall, the uploaded tender documents become readable only after the
tender opening by the authorized bid openers.
8) The uploaded tender documents become readable only after the tender opening
by the authorized bid openers.
9) Upon t h e s u c c e s s f u l a n d t i m e l y s u b m i s s i o n o f bids (i.e. after
C l i c k i n g “Freeze Bid Submission” in the portal), the portal will give a successful
bid submission message & a bid summary will be displayed with the bid no. and the
date & time of submission of the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the
submission of the bid. This acknowledgement may be used as an entry pass for any
bid opening meetings.

ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained
therein should be addressed to the Tender Inviting Authority for a tender or the
relevant contact person indicated in the tender.

Any queries relating to the process of online bid submission or queries relating to
CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk.

CPPP under GePNIC, Help Desk Services


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

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

2. For any Policy related matter / Clarifications Please contact Dept of Expenditure,
Ministry of Finance.

9|Page (C: NIL I: NIL O: NIL)


E-Mail: cppp-doe@nic.in

3. For any Issues / Clarifications relating to the publishing and submission of AAI tender(s)
a. In order to facilitate the Vendors / Bidders as well as internal users from AAI, Help desk
services have been launched between 0800-2000 hours for the CPPP under GePNIC
http://etenders.gov.in. The help desk services shall be available on all working days (Except
Sunday and Gazetted Holiday) between 0800-2000 hours and shall assist users on issues
related to the use of Central Public Procurement Portal(CPPP).
b. Before submitting queries, bidders are requested to follow the instructions given in
“Guidelines to Bidders” and get their computer system configured according to the
recommended settings as specified in the portal at “System Settings for CPPP”.

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


SL. No. Support Escalation E-Mail Contact Timings*
Persons Matrix Address Numbers
1. Help Desk Instant eprochelp@a 011- 0800-2000
Team Support ai.aero 24632950, Hrs.
Ext-3512 (MON -
(Six Lines) SAT)
2. Sanjeev After 4 sanjeevkuma 011- 0930-1800
Kumar Hours of r@aai.aero 24632950, Hrs.
Issue Ext-3505 (MON-FRI)
3. S. Nita After 12 snita@aai.ae 011- 0930-1800
AGM(IT) Hours ro 24632950, Hrs.
Ext-3523 (MON-FRI)
4. Jt. General After 24 ykkaushik@ 011- 0930-1800
Manager(IT Hours aai.aero 24651507 Hrs.
) (MON-FRI)
5. General After 03 gmitchq@aa 011- 0930-1800
Manager(IT Days i.aero 24657900 Hrs.
) (MON-FRI)

10 | P a g e (C: NIL I: NIL O: NIL)


ANNEXURE ‘C’
ACCEPTANCE LETTER
(UNDERTAKING TO BE SUBMITTED along with EMD
& TO BE DIGITALLY UPLOADED IN COVER-I)
(Refer Notice Inviting Tender)
To,
The AGM Engg (C-)-II,
Circle I, Engg Wing, Admin. Block,
Airports Authority of India,
Trivandrum Airport
Thiruvananthapuram- 695008
ACCEPTANCE OF AAI’S TENDER CONDITIONS

The tender documents for the work “Architectural Consultancy Services for existing
Terminal buildings, existing/proposed Ancillary buildings at Trivandrum Airport” for
a period of 3 years to CPP portal by me/us. I/we hereby certify that I/we have inspected the site
and read the entire terms and conditions of the tender documents made available to me/us in the
CPP portal which shall form part of the contract agreement and I/we shall abide by the condition /
clauses contained therein.
1. I/we hereby unconditionally accept (s) the tender conditions of AAI’s tender documents
in its entirety for the above work.

2. The contents of the Notice Inviting Tender of the Tender Documents have been noted
wherein it is clarified that after unconditionally accepting the tender conditions in its
entirety, it is not permissible to upload any additional file or put any
remark(s)/conditions(s) (except unconditional rebate on quoted rates if any) in/ along with
the Tender Document and the same has been followed in the present case. In case, this
provisions of the tender if found violated after opening of tender, I/We agree that the
tender shall be rejected and AAI shall without prejudice to any other right or remedy be at
liberty to forfeit the full said earnest money absolutely.

3. ‘That I /We declare that I /we have not paid and will not pay any bribe to any officer of
AAI for awarding this contract at any stage during its execution or at the time of payment
of bills, and further if any officer of AAI asks for bribe /gratification, I will immediately
report it to the Appropriate Authority in AAI’.
4. I/we hereby submit the required earnest money of Rs.60,000/- (Rupees Sixty Thousand
only) for the above mentioned work in the form of DD in favour of Airport Director,
Airports Authority of India, Trivandrum Airport” from a Nationalized /Scheduled Bank
payable at Thiruvananthapuram.
5. The required earnest money as specified for this work has also been submitted and
scanned copy of EMD is attached herewith.
6. I/We agree that “If any stage, any information/ documents submitted by us are found to
be false, we shall be liable for debarment from tendering in AAI, apart from any other
appropriate / legal action.”

Thanking You,
Yours faithfully,

(Signature of the Tenderer)


With rubber stamp
11 | P a g e (C: NIL I: NIL O: NIL)
DE-6

Airports Authority of India


TRIVANDRUM AIRPORT

Notice Inviting Tenders

Percentage rate tenders for appointment of local architectural consultant is invited


through the e-tendering portal by Asst.Gen.Manager Engg(C)-II, circle-I, (Bid
Manager) on behalf of Chairman, A.A.I from the reputed local Architectural
consultants having adequate experience in prestigious projects like terminal
building at Airports, Star hotels (minimum four star), prestigious IT buildings,
corporate office of repute or other prestigious institutional buildings for the work of
“Architectural Consultancy Services for existing Terminal buildings,
existing/proposed Ancillary buildings at Trivandrum Airport” for a period
of 3 years depending on the functional requirement of AAI. The approximate
value of the work is Rs.700 Lacs.

1. The tenders shall be in the prescribed form are invited in three bid system.
i) 1stBid Cover-I : EMD, Tender Fee ,Unconditional Acceptance,
nd
ii) 2 Bid Cover-II : Eligibility Criteria
iii) 3rd Bid Cover-III : Price Bid

2. Not more than one tender shall be submitted by the Architectural


Consultant/firm. No two or more concerns 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.

3. Consortium/Joint Venture Companies of Firms shall not be permitted. No


single firm shall be permitted to submit two separate tenders. In the event of
the tender being submitted by a 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.
Such power of attorney to be uploaded with the tender, and it must disclose that
the firm is duly registered under the Indian Partnership Act, 1952.

4. Tender documents consisting of plans if any, specifications, Schedule(s) of


quantities of the work to be done, the conditions of contract and other necessary
12 | P a g e (C: NIL I: NIL O: NIL)
documents can be downloaded from CPP portal. Tender fee of Rs.1680 (non-
refundable) is to be paid in physical form in the form of DD in favour of “Airport
Director, Airports Authority of India, Trivandrum” from a Nationalised/Scheduled Bank (not
from co-operative or gramin bank) payable at Trivandrum. The last date of sale of tender is
05.06.2018 up to 18.00 Hrs

5. Tenders shall be received through CPP portal by 05.06.2018 up to 18.00 Hrs. and Cover-I
shall be opened first on 13.06.2018 at 11.00 Hrs for the bidders who have submitted their
bids.

6. Prospective Tenderers are advised to get themselves acquainted for e-tendering participation
requirements at “Instructions for online Bid Submission” register themselves at CPP Portal,
obtain ‘User ID’& ’Password’ and go through the ‘Self Help Files’ available in the Home
page after login to the CPP Portal www.etenders.gov.in. They should also obtain Digital
Signature Certificate (DSC) in parallel which is essentially required for submission of their
application. The process normally takes 03 days of time. The tenderer may also take
guidance from AAI Help Desk Support. (refer Annexure B, page 7 to 10).

7. Submission of e-Tender by the Tenderer implies that they have read this notice and all other
contract documents and have made themselves aware of the scope and specifications of the
works to be done local conditions, local material rates and other factors bearing on the scope
of the consultancy work.

8. All rates shall be quoted in the CPP portal.

9. The tenderer should study the complete tender document. In order to facilitate AAI to
prepare responses, the interested tenderers are requested to submit their queries if any, in
CPP portal only. The tenderers queries will be replied through CPP portal only.

10. AAI reserves the right to accept or reject any or all application without assigning any
reasons. AAI also reserves the right to call off tender process at any stage without assigning
any reason.
11. Notification of Award of contract will be made in writing to the successful Bidder by the
Accepting Authority or his representative. The contract will normally be awarded to the
qualified and responsive Bidder as per the bid evaluation and selection criteria given in Page
31 & 32 of the tender document and the Accepting Authority shall be the sole judge in this
regard and the Accepting Authority does not bind himself to give any reason for his decision.
A responsive bidder is one who submits priced Tender and accepts all terms and conditions
of the specifications and contract documents. A Tenderer shall submit a responsive bid,
failing which his Tender will be liable to be rejected.
12. AAI reserves the right to disallow, issue of tender documents to working agencies whose
performances at ongoing project(s) is below par and unusually poor and has been issued letter
or restrain/ temporary/ permanent debar by any department of AAI. AAI reserves the right to
verify the credentials submitted by the agency at any stage (before or after the award of work).

13 | P a g e (C: NIL I: NIL O: NIL)


If at any stage, any information / documents submitted by the applicant is found to be incorrect

/ false or have some discrepancy which disqualifies the firm then AAI shall take the following
action:

a) Forfeit the entire amount of EMD submitted by the firm.

b) The agency shall be liable for debarment from tendering in AAI, apart from any other
appropriate contractual/ legal action.

13. Earnest Money Deposit(EMD)


EMD of the value of Rs.60,000/- shall be paid Offline in the form of DD in favour of
“Airport Director, Airports Authority of India, Trivandrum” from a Nationalized/Scheduled
Bank (not from any co-operative or gramin bank) payable at Trivandrum

Note: The tenders of the bidders who fail to submit the EMD before the stipulated time shall
be rejected outright.

Refund of EMD: - EMD of unsuccessful bidders shall be refunded. Refund of EMD will be
initiated on getting clearance from the concerned Finance Directorate.

a) On acceptance of Tender, Earnest Money will be converted as part SD amount.


b) AAI will return the EMD where applicable to every unsuccessful tenderer except as
provided in the tender document.
c) The interest or any other expenses, whatsoever on the EMD will not be payable by AAI.
d) The tender EMD may be forfeited in the following case.
1) If a tenderer withdraws his tender during the period of tender validity specified
in the tender conditions.
2) In the case of a successful tenderer if the tenderer fails-
i) To sign the contract agreement.
ii) In case of any false information /document submitted by tenderer.

14. The Tenderer shall not be permitted to tender for works in Airports Authority of India
Engineering Department, responsible for award and execution of contracts, in which his near
relative is posted as Manager Finance & Accounts or Sr. Officer or as an engineer 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
Airports Authority of India. Any breach of this condition by the contractor would render him
liable to be debarred from Tendering for next 2 years.

15. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or


Administrative duties in an Engineering Department of Airports Authority of India/Govt. of
India is allowed to work as a consultant for a period of two years of his retirement from

14 | P a g e (C: NIL I: NIL O: NIL)


Airports Authority of India/ Government service, without the previous permission of Airports
of India/Govt. of India. The contract is liable to be cancelled if either the consultant or any of
his employees is found at any time to be such a person who had not obtained the permission
of Airports Authority of India/Govt. of India as aforesaid before submission of the Tender or
engagement in the consultant’s service.

16. The Tender for works shall remain open for acceptance for a period of ninety days from the
date of opening of financial bid. If any Tenderer withdraws his Tender before the said period
or makes any modifications in the terms and conditions of the Tender which are not
acceptable to the Department, then Airports Authority of India shall without prejudice to any
other right or remedy, be at liberty to forfeit the full said Earnest Money absolutely.

17. On acceptance of the Tender, the name of the accredited representative(s) of the contractor
who would be responsible for taking instructions from the Engineer-in-Charge, shall be
communicated to the Engineer-in-Charge within 30 days of acceptance of the consultancy
tender.

18. AAI is not responsible for any postal delay or delay due to link failure/internet problem, etc.
in respect of submission/receipt of any documents or in submission of e-Bid. Bidders who
are intending to submit responsive-Bids are requested to submit the same well in advance
before the due date & time. It is the responsibility of the Bidder to make sure that the
required documents e-Bid is submitted in time.

19. The acceptance of tender will rest with Airport Director, Trivandrum Airport on behalf
of AAI. Who reserves the right to himself the authority to reject any or the entire tender
received without assigning any reason. All tenders in which any of the prescribed
conditions are not fulfilled or incomplete in any respect are liable to be rejected.

20. Canvassing in connection with tenders is strictly prohibited and the tenders submitted by
the consultants who resort to canvassing will be liable to rejection.

21. Power of attorney / authorization for signing consultancy tender:


a) Only the power of Attorney /Authorization holder of the tenderer on whose name the
consultancy tender has been issued shall sign the Tender documents.
b) The name and designation of the person or persons of the company who is authorized to
sign shall be clearly indicated in the authority letter.

22. Regarding GST :-


i) The bidder shall be registered under GST and compliance of GST provisions.
ii) All tendered rates should be inclusive of all taxes including GST.
iii) In case of non-compliance of GST provisions and blockage of any input credit, the
bidder shall be responsible to indemnify AAI.

iv) All input credits to be passed on to AAI by the bidder.


23.
(a)The contract will be awarded to those parties who have their own Provident Fund
Account Code number with the regional Provident Commissioner (RPFC) and also
have registration with ESI authorities. It shall be the sole liability of the
contractor(including the contracting firm/company) to obtain and abide by all
necessary licenses/permission from the authorities concerned as provided under the
15 | P a g e (C: NIL I: NIL O: NIL)
various labour legislation including the labour license obtained as per the provision of
the Contract labour (Regulation& abolition)Act,1970

24. MODE OF SUBM ISSION OF TENDERS:


Following 3 Covers shall be submitted through online at CPP portal by the bidder. Last date
& time of Submission of bids (Covers ‐ I, II & III) is 05.06.2018 upto 1800 Hrs.

COVER I: ‐ Should Contain:-

• Scanned copy of DD against Tender Fee & EMD shall be submitted in Cover‐I on CPP
Portal.
• Scanned copy of duly stamped and signed Unconditional Acceptance of AAI’s Tender
condition (Annexure C page 11 of Tender Document)

COVER II: ‐ Containing qualifying requirements of Contractor/ Firms

The Tenderer shall submit their application only at CPP portal


http://etender.gov.in/eprocure/app. Tenderer/ Contractor are advised to follow the
instruction provided in the tender document for online submission of bids. Tenders are
required to upload the digitally signed file of scanned documents along with scanned
copy of demand draft for Tender Fee. Bid document may be scanned with 100 dpi
with black and white option which helps in reducing size of the scanned document.
Uploading of application in location other than specified above shall not be
considered. Hard copy of the application shall not be entertained.

Qualifying requirement of Architectural consultant

vii) The consultancy firm should be registered with the Council of Architecture.
viii) The consultancy firm should have Permanent Account Number (PAN).
ix) GST undertaking on Rs.100 non judicial stamp paper covering the following:
d. That the bidder is registered under GST and compliant of GST provision.
(GST number to be provided).
e. In case of non-compliance of GST provisions and blockage of any input
credit, the bidder shall be responsible to indemnify AAI.
f. That all input credits have been passed on to AAI by the bidder.

x) The architectural consultants must be having full-fledged office at Trivandrum so


that all the coordination can be done in Trivandrum itself. Proof of having office at
Trivandrum and the address should be given along with application.
xi) The Architectural consultants should have satisfactorily completed consultancy
work of atleast three works each of Rs.280 Lacs or two works each of Rs.350 Lacs
or one work each of Rs.560 Lacs during last 7 years ending on 30.04.2018.

The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum, calculated from the date
of completion to the last date of submission of bid.

Client certificate for experience should show the nature of work done, the value of
work, date of start, date of completion as per agreement, actual date of completion and
satisfactorily completion of work. Firms showing work experience certificate from non-
government / non-PSU organizations should submit copy of tax deduction at sources
certificate in support of their claim for having experience of stipulated value of work.
16 | P a g e (C: NIL I: NIL O: NIL)
Quality/Evaluation parameter shall be submitted (performa given in page no. 34, 35
Appendix ‘A’) of tender Documents.

All applicants prequalified after the selection process detailed above shall be subjected
to evaluation of their technical capability. The purpose of evaluation of the technical
capability is to short list applicants on technical ground. The expert committee
constituted by AAI will objectively award marks ie., technical score (TS) out of
maximum 100 marks to the prequalified applicants solely on the basis of the documents
and details submitted in support of the prescribed evaluation criteria. The expert
committee shall prepare a list of applicants on the basis of marks awarded as per the
prescribed evaluation criteria. Applicants scoring 70% or more marks in technical
evaluation will qualify for opening of their financial bids and the applicant scoring less
than 70% marks will be rejected and their financial bid will not be open.
i) The technical capability of applicants and their specialized partners will be judged on
the basis of past experience and technical team available with them for the following
fields.
• Relative Assessment of the firm.
a) Years of existence of the firm
b) Architectural Consultants
c) Project Planners
d) Civil and Structural Consultants
e) MEP Consultant
f) Environmental Engineering Consultants
g) Road (Traffic Engineering) Consultant
h) Landscaping and Horticulture Consultant
ii) Based on the marks obtained in the evaluation criteria, all eligible applicants shall be
ranked in the order of descending merit i.e., the applicant obtaining highest
mark has been ranked as One and so on.
iii) Applicants securing equal marks will obtain the same rank.
iv) All the applicants should submit details with documentary proof as per specified
format attached as Appendix ‘A’.
COVER ‐ III: ‐The financial e‐bid through CPP Portal.

All rates shall be quoted in the format provided and no other format is acceptable. If
the price bid has been given as a standard BOQ format with the tender document, then
the same is to be downloaded and to be filled by all the bidders. Bidders are
required to download the BOQ file, open it and complete the white colored
(unprotected) cells with their respective financial quotes and other details (such as
name of the bidder). No other cells should be changed. Once the details have been
completed, the bidder should save it and submit it online, without changing the
File name. If the BOQ file is found to be modified by the bidder, the bid will
be rejected.
The financial bid of the firms who qualified in technical bid criteria as detailed in
Envelop-II shall be opened.
i) After opening of the financial bid, the lowest financial bid amongst all
opened financial bids shall be given financial score (FS) of 100 marks. The
financial score of the other proposals will be determined using the formula
FS = 100 x FL/F (FS is the financial score, FL is the lowest financial
proposal, and F is the financial proposal of the particular applicant.)
17 | P a g e (C: NIL I: NIL O: NIL)
ii) For the calculation of composite score (CS) for each proposal, the weightage
shall be 80% of the technical score (TS) and 20% for financial score (FS) of
the respective applicants.
CS = TS x 0.8 + FS x 0.2
iii) Proposals will be ranked according to their composites scores (CS) and will
be listed in the order of merit as H1, H2, H3, etc.
iv) The top scorer H1 will be eligible for award of work or part thereof at the
discretion of AAI.
v) In case of a tie at the top position between two or more applicants,
preference shall be given to the applicant who has higher technical score(TS)
and this applicant will be required to match the lowest price bid amongst
those agencies securing tie score.
vi) In case the applicant selected in a tie as referred above refuses to accept the
lowest price bid, the next applicant (in the order of merit list for technical
proposals) shall be invited for the acceptance of the lowest price bid.
vii) All calculations will be up to two places of decimal. The individual score in
the quality parameters.
viii) The Architectural Consultancy Firm securing highest composite score as per
the above shall be selected for execution of work at financial rates quoted by
them.
25. This notice of Tender shall form part of the contract documents. The successful
Tenderer/contractor, on acceptance of his Tender by the Accepting Authority, shall within
15 days from the date of award of work sign the consultancy contract consisting of
Notice inviting Tender, Tender conditions as issued at the time of invitation of Tender and
acceptance thereof with any correspondence leading there to.

26. AAI shall be the judge in the matter of evaluating & accepting Eligibility criteria,
technical bids, price bids and award of contract and decision of AAI shall be final &
binding.

27. AAI reserve the right to verify the credential submitted by the agency at any stage (before
or after the award of works) If at any stage, any information/documents submitted by the
applicant is found to be incorrect/false or have some discrepancy which disqualifies the
firm then AAI shall take the following action:
a) Forfeit the entire amount of EMD submitted by the firm.
b) The agency shall be liable for debarment from tendering in AAI, apart from any other
appropriate contractual/legal action.

28. STANDARD PRINTED CONDITIONS


Standard printed conditions of the tenderer if any submitted along with the offer will not
be accepted.

Signature of AGM. Engg (Civil)-II, Circle-I


For and on behalf of AAI

18 | P a g e (C: NIL I: NIL O: NIL)


DE-8

AIRPORTS AUTHORITY OF INDIA


PERCENTAGE RATE TENDER & CONSULTANCY CONTRACT
Airport: Trivandrum Office of: - AGM (Engg-C)-II
Branch: Civil(Circle-I)
E- Tender for the work of: “Architectural Consultancy Services for existing
Terminal buildings, existing/proposed Ancillary buildings at Trivandrum
Airport” for a period of 3 years
(i) Can be purchased up to 05.06.2018 upto 18.00Hrs and to be submitted up to up to
18.00 Hrs on 05.06.2018 at CPP portal www.etenders.gov.in
(ii) Cover-I: EMD, Tender Fee , Affidavit for Minimum wages & AAI Unconditional
Acceptance letter to be opened on 13.06.2018 at 11:00 Hrs.
(iii) Cover-II: Eligibility Criteria - Cover No. II opening date will be intimated
through CPP portal
(iv) Cover-III (Financial Bid): Opening date of the financial bids of the vendors
found to be meeting the eligibility and technical criteria shall be intimated
through CPP portal.
TENDER
I/We have read and examined the notice inviting tender, Specifications applicable,
Drawings, General Rules and Directions, Conditions of Contract, Clauses of contract,
Special conditions, Schedule of Rates & other documents and Rules referred to in the
conditions of contract and all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified on behalf of Chairman,
Airports Authority of India within the time specified in tender document viz., schedule
of quantities and in accordance in all respects with the Rules and Directions and
Conditions of the contract.

I/We agree to keep the tender open for Ninety (90) days from the date of opening of
financial bid and not to make any modifications in its terms and conditions.

I/ We undertake and confirm that for eligibility of similar work(s) has / have not been
got executed on back to back basis through another consultant. Further that, if such a
violation comes to the notice of AAI, then I/We shall accept the decision of AAI if we
are debarred for tendering in AAI in future works. Also, if such a violation comes to the
notice of AAI before date of start of work, the Engineer-in-Charge shall be free to forfeit
the entire amount of Earnest Money Deposit / Performance Guarantee.

19 | P a g e (C: NIL I: NIL O: NIL)


I/ We further undertake and confirm that information/ documents submitted by us are
genuine,and if at any stage such documents/ information found false, then we shall be
liable for debarment from tendering in AAI, and any other appropriate legal action.

I/we hereby declare that, a sum of Rs.60,000/- (Rupees Sixty thousand only) is already
submitted through to the bid manager. If I/ we fail to commence work as specified, I/we
agree that A.A.I. or his successors in office shall without prejudice to any other right or
remedy available in law, be at liberty to forfeit the said earnest money Further, I/We agree
that in case of forfeiture of earnest money as aforesaid, I/We shall be debarred for
participation in the re-tendering process of the work

I/We hereby declare that I/we shall treat the tender documents drawings and other
records connected with the work as secret/confidential documents and shall not
communicate information/derived there from to any person other than a person to whom
I/we am/are authorized to communicate the same or use the information in any manner
prejudicial to the safety of the State.

Date................................ Signatures of Contractor

Witness: Postal Address


Address:
Occupation:

ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder)
is accepted by me for and on behalf of the Airports Authority of India for sum of Rs.______
(Rupees ___________________________________)

The letters referred to below shall from part of this contract Agreement:-
(i)
(ii)
(iii)
For & on behalf of Airports Authority of India
Signature----------------------
Designation--------------------
Dated---

20 | P a g e (C: NIL I: NIL O: NIL)


GENERAL CONDITIONS OF CONTRACT

AIRPORTS AUTHORITY OF INDIA

21 | P a g e (C: NIL I: NIL O: NIL)


AIRPORTS AUTHORITY OF INDIA

Civil Division-II/Circle-I
A. GENERAL CONDITIONS OF CONTRACT

NAME OF WORK : Architectural Consultancy Services for existing Terminal buildings,


existing/proposed ancillary buildings at Trivandrum Airport for a period of 3 years
depending on the functional requirement of AAI.

1. OFFER AND SCOPE OF SERVICES:

1.1 The scope of services to be rendered by the Architectural consultant (hereinafter called
‘Consultant) have been detailed in succeeding paragraphs. Consultant has to quote a fee in
percentage in the financial bid. However, the item for which the rate is to be quoted is given
in Schedule of Quantities.

1.2 RECEIPT OF OFFER:


The tendering process is online at e-portal URL address http://etenders.gov.in/eprocure/app
or www.aai.aero. Aspiring bidders may go through the tender document by login the
CPP Portal.

1.3 VALIDITY OF OFFER:


i. The tender of the work shall remain open for acceptance for period of 90 (ninety) days
or the period mutually extended further from the date of opening of tender.
ii. If any Architectural Consultant withdraws his tender before the said period or
make any modification in the terms and conditions of the tender which are not
acceptable to the AAI, then AAI shall without prejudice to any other right or remedy, be
at liberty to forfeit full amount of the said earnest money absolutely.
1.4 Notification of award of contract will be made in writing to the successful bidder by the
accepting authority or his representative. The contract will normally be awarded to the
qualified and responsive bidder as per the bid evaluation and selection criteria and the
Accepting authority shall be the sole judge in this regard and the Accepting Authority does
not bind himself to give any reason for his decision. A responsive bidder is one who submits
priced Tender and accepts all terms and conditions of the specifications and contract
documents. The consultant shall submit a responsive bid, failing which his Tender will be
liable to be rejected.

1.5 The Accepting Authority reserves to himself the right of accepting the whole or any part of
the Tender and consultant shall be bound to perform the same at his quoted rates.

1.6 Airports Authority of India shall return the earnest money where applicable to every
unsuccessful consultant except as provided in the Tender document.

1.7 Canvassing in connection with Tenders is strictly prohibited and the Tenders submitted by
the Consultant, who resort to canvass, will be liable to be rejected.

22 | P a g e (C: NIL I: NIL O: NIL)


1.8 The consultant shall not be permitted to tender for works in Airports Authority of India
Engineering Department, responsible for award and execution of contracts, in which his
near relative is posted as Manager (Finance & Accounts) or Sr. Officer or as an engineer 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
Airports Authority of India. Any breach of this condition by the contractor would render
him liable to be debarred from Tendering for next 2 years.

1.9 The tender for the consultancy work shall remain open for acceptance for a period of ninety
days from date of opening of financial bid. If any consultant withdraws his tender before the
said period or makes any modifications in the terms and conditions of the tender which are
not acceptable to the department, then Airports Authority of India shall without prejudice to
any other right or remedy be at liberty to forfeit the full said earnest money absolutely.
1.10 On acceptance of the Tender, the name of the accredited representative(s) of the
consultant who would be responsible for taking instructions from the Engineer-in- Charge
shall be communicated to the Engineer-in-Charge.
2. CONTRACT AGREEMENT:
After acceptance of offer a formal contract agreement shall be concluded on a non-
judicial stamp paper of Rs.200/- (Rupees Two Hundred only). The cost of the
same shall be borne by the consultant.
Note: The term Assistant General Manager (Engg-Civil) or Senior Manager (Engg-
Civil) shall depend upon the designation of the Engineer operating the contract.
3. SCOPE OF WORK
The scope of work for Architectural consultancy services are detailed below.

3.1 The Architectural consultant shall depute a team of Architects having atleast same
qualifications and experiences for the work as agreed by the consultant in the
technical bid data sheet.

3.2 The Architectural consultant shall be required to render all professional services in respect
of comprehensive PMC (Architectural, Engineering) consultancy from concept to
completion (depending on the functional requirement of AAI as and when required
for a period of 3 years) which broadly includes the following.
a) Planning/ Layout planning
b) Infrastructure Planning
c) Architectural Design
d) Structural Design including Design of roofing system of the particular structure as per the
requirement.
e) MEP design (including Lighting design, HVAC, Acoustic design and signages)
f) Interior Design of Terminal buildings, and other ancillary buildings of Airport.
g) Land scape design/horticulture, Interior design of road traffic.
h) AC, PA System, Fire alarm and Firefighting design

3.3 The Architectural consultant shall provide Architectural concept for a particular scheme
(as per requirement of AAI) incorporating inputs from local heritage, art and culture with 3
options including concept drawings, walk through, indicative cost for all 3 options. The
Architectural consultant shall make a presentation to Airport Director and his team of officials.
The Consultant shall study the architectural intent designed for the existing terminal
building/existing ancillary buildings/proposed ancillary buildings before conceptualizing
the scheme.
23 | P a g e (C: NIL I: NIL O: NIL)
3.3.1 The Architectural consultant shall provide planning and design of interior work of
existing toilets in terminal building, the interior work shall be based on concept based work in
toilet walls, p a i n t i n g , W C c u b i c l e s , p l u m b i n g a n d s a n i t a r y fittings/fixtures,
plumbing and drainage layout and details etc as per the requirement, if any, internal EI work
including layout of mains, sub main, group, circuit and point wirings within the area in line with
the existing internal EI, artificial planters, fittings/fixtures including ventilation system in rest
rooms, as per the direction of Engineer-in-Charge.

3.3.2 Planning and design of interior works of Airport lounges including rest rooms,
illumination levels in the reserved lounges shall be selected as per relevant IS / NBC as
applicable. The Lux level calculation along with lighting design and heat load calculation
with HVAC design shall be submitted accordingly. The fixtures and AC equipment shall be
selected in line with the interior finishes. The design of interiors should be proposed keeping in
view of the local architecture, places of tourist interests, history and heritage attached to that
particular state/region. Design of AC System also to be included.

3.3.3 Planning and designing of landscaping in car park area, selected locations of operational
area, landscaping in front of other ancillary buildings along with garden lighting design.
3.3.4 Planning and design of AAI guest house incorporating inputs from local heritage, art and culture
3.3.5 Planning and design of interior works of other ancillary buildings of AAI as per the
functional requirement of AAI from time to time during the contract period.

The Architectural consultant shall also examine the detailed estimate to check that a) the tender drawing
provides complete details b) that system design for all Electrical, Mechanical, Air conditioning , Plumbing
and Sewerage systems has been done adopting current and Economical technology c)that the description
of items adopted in BOQ is complete and without any ambiguity to avoid additional claims.
The Architectural consultant will also offer their comments on detailed estimate considering present day
technology, practice in the building industry, good engineering practice and alternative materials available
in the market.
3.3.6 Concept Design (Stage-1):
The Consultant shall prepare a preliminary scheme / conceptual interior design as
directed by AAI from time to time for a particular scheme (during the contract
period) and shall submit conceptual drawings incorporating all the requirements for a
particular scheme and preparation of rough cost estimate for approval of Airports
Authority of India.
3.3.7 Preliminary design and Drawings (Stage-2):
Submission of preliminary estimate based on the preliminary plan and design
approved by Airports Authority of India. The preliminary estimate shall be
supported with preliminary working drawings, sketches, specifications, schedule
of quantities, market rate analysis for all the items supported with necessary quotations
specially for bought out items. The preliminary estimate should be sufficient
enough for obtaining the necessary approval from the Competent Authority of
Airports Authority of India.

Airports Authority of India will scrutinize the working drawings with reference to the
requirements and give the necessary approval. The Consultant will be fully responsible for
the adequacy, accuracy for the working drawings, even after obtaining approval
from Airports Authority of India.

3.3.8 Detailed estimate and detailed working drawings sufficient for call of tenders (Stage-3):

24 | P a g e (C: NIL I: NIL O: NIL)


The consultant shall submit the detailed drawings, detailed estimate for the items
finalized in the preliminary estimate by Airports Authority of India.

(a) The Consultant shall prepare detailed estimate for various component of works
described in the Scope of work.
(b) The detailed estimate shall be based on approved design and drawings.
(c) The items included in the schedule of quantities shall be based on the market rate
analysis along with supporting price lists / rate tenders.
(d) The detailed estimate shall contain detailed measurement sheet of quantity
estimation of each item.
(e) Along with detailed estimate, Consultant will submit technical specifications of the
items, for which market analysis are done.
(f) After scrutiny of the estimate by AAI, Consultant shall submit final estimate after
incorporating the observations of AAI.

3.3.9 Submission of balance detailed drawings (GFC) and work during execution stage
(Stage -4):
(a) Submission of GFC drawings:
The consultant shall submit all the good for construction drawings (GFC)
showing all the details.
(b) During execution of work:

(i) The Consultant may be required to review the drawings during execution of work
as per site conditions or requirement of AAI. The Consultant and his associate shall
carry out the same within the reasonable period fixed by the Engineer-in-charge,
whose decision shall be final and binding on the Consultant and nothing extra shall be
payable on this account.
(ii) Consultant shall approve samples of various elements and components during
execution.
(iii) The Consultant shall be part of the team finalised by Airports Authority of India
to do the market survey, selection of suitable material, wherever necessary.

3.3.10 Completion (Stage- 5)


On completion of the work, the Consultant shall prepare and submit two sets of as built
drawings.

4) SITE VISITS
During execution, the Consultant shall visit atleast once in a month to ensure that the work
is being executed in accordance with drawings and designs, finalized and also to ensure
that no ambiguity or lack of details in design or drawings causes delay at execution
stage. No extra payment shall be made to visit the site or client’s office for attending
meeting etc. for completion of the services assigned (till their approval) in the schedule
of services, Stage I to V.
4.1 Adequacy of Design
The services to be rendered by the Consultant shall be based on relevant IS codes and
sound Engineering practices. The structural designs wherever required and drawings have
to be made by qualified engineers. The Consultant shall be fully responsible for
adequacy, accuracy and quality of entire services performed under this Agreement
and shall guarantee that the services performed by him and his associates shall be in
accordance with the accepted standards of safety environment and public health. The
Consultant shall be solely responsible for the adequacy of the structural design if any,
and safety of the structure.
25 | P a g e (C: NIL I: NIL O: NIL)
5) Time Schedule
The following time schedule is laid down for various stages of services for a
particular scheme to be performed by the Consultant.

Stage Description of Period of


work completion
Stage I Concept Design & Rough 15 (Fifteen) days from
cost estimate the date of instructions
from AAI for a
particular scheme
(after award of the
consultancy work).

Stage 2 Preliminary design, 20 (Twenty) days


Drawings and from the date of
preliminary estimates approval of concept
design by AAI.

Stage 3 Detailed working drawings, 30 (Thirty) days


specifications, schedule of from the date of approval
quantities sufficient to of preliminary estimate
prepare cost estimate. by AAI.

Stage 4 Submission of 20 (Twenty) days after


detailed drawings completion of stage-3
(GFC) required for
commencement of work

Stage 5 Submission of two sets of as 15 (Fifteen) days after


built drawings after the actual completion of
completion of works. work.

6. Schedule of Payment

6.1 The Consultant shall quote only a fee in percentage of approved estimated or executed
cost, whichever is lower (in Indian National Rupees) for the work in the space shown in
Schedule of quantities

6.2 No mobilization advance shall be paid. Professional tax or any other statutory tax shall be
payable directly by the Consultant(s) to the concerned authorities and AAI shall not reimburse
the same.

26 | P a g e (C: NIL I: NIL O: NIL)


6.3 In case of any extra work during the contract period, which is not included in the scope
of work but required to be performed for completion of the work, the Consultant shall
not deny, any such work.
6.4 For each of the services the consultant shall be paid in the following stages consistent
with the work done. Payment made to the Consultant shall be on account and shall
be adjusted against the final bill payable.

Stage – 1 On submitting conceptual designs and rough 10% of the total fees payable
cost estimate for a particular scheme
Stage – 2 On submitting the required preliminary 20% of the total fees
scheme for the client’s approval along with payable, less payment
the preliminary cost estimate and approval already made at stage 1(for a
of the same by AAI particular scheme).
Stage – 3 Preparation of working drawing, 50% of the total fees
specifications and schedule of quantities, payable, less payment
sufficient to prepare cost estimate and already made at Stages 1 to
preparation of tender documents 2. (for a particular scheme).
Stage – 4 a)On submitting working drawings and 70% of the total fees, less
detailed required for commencement of payment already made at
work at site stages 1 to 3 (for a particular
scheme).
b) On completion of 50% of the work 80% of the total fees, less
including undertaking of the visits and payment already made at
supervising the work as mutually agreed. stages 1 to 4a.
95% of the total fees, less
C) On completion of 100% of the work payment already made at
including undertaking of the visits and stages 1 to 4b.
supervising the work, as mutually agreed.

Stage – 5 Prepare and submit two sets of “As build 100% of the total fees less
drawings”. payment already made at
Stages 1 to 4c.

7. SUBMISSION OF DOCUMENTS
The consultant shall submit number of copies of various documents within
stipulated time as indicated below:

Sl. Document Number of


No documents
For After
Approval Approval
Detailed Architectural drawings, layout plan, elevation,
(i) 1 2
section, etc based on AAI’s conceptual plans
(ii) Preliminary design, Drawings & estimates (15
days from the date of approval of concept design by 1 --
(iii) AAI.)
Design Calculation for illumination and Internal
Electrification, drawings for Internal signages etc. as 1 2
included in the Scope of Work. (within one week of
approval of detailed plans)
27 | P a g e (C: NIL I: NIL O: NIL)
(iv) Detailed estimates with detailed measurement sheets and
technical specification for each item including
1 2
supporting data’s for all works a)Both hard & soft copy
(within 20 days from the date of approval of the
(v) Market rate analysis / justification along with
supporting document such as price list, Quotations etc. 1 2
(Hard & Soft copy) (within two week of after approval of
(vi) draft NIT)working drawings for construction (one set
Detailed
--- 4
along with soft copy)
(vii) As-built drawings (15 days after the actual
completion of work) 1 2

8. TERMS AND CONDITIONS


8.1 NO BREACH OF CONTRACT

The failure of a Party to fulfill any of its obligations hereunder shall not be considered to be
a breach of, or default under, this Contract in so far as such inability arises from an event of
Force Majeure, provided that the Party affected by such an event has taken all reasonable
precautions, due care and reasonable alternative measures, all with the objective of carrying
out the terms and conditions of this Contract.

8.2 FAIRNESS AND GOOD FAITH


a) Operation of the Contract: The Parties recognize that it is impractical in this Contract to
provide for every contingency which may arise during the life of the Contract, and the
Parties hereby agree that it is their intention that this Contract shall operate fairly as between
them, and without detriment to the interest of either of them, and that, if during the term of
this Contract either Party believes that this Contract is operating unfairly, the Parties will use
their best efforts to agree on such actions as may be necessary to remove the clause(s) of
such unfairness, but on failure to agree on any action pursuant to this Clause shall give rise
to a dispute subject to arbitration in accordance with relevance Clause.

b) The Engineer-in-Charge of the consultancy contract means the Engineering Officer in-
charge of the consultancy contract who shall represent AAI and shall sign the contract
agreement on behalf of the Chairman, Airports Authority of India and thereafter during
execution and Defect liability period the engineer-in-charge shall means the Engineering
officer who shall certify the bill & payment and make correspondence with the executing
agency on behalf of Airports Authority of India .

8.3 STANDARD OF PERFORMANCE

The Consultant shall perform the services and carry out their obligations hereunder with all due
diligence, efficiency and economy, in accordance with generally accepted professional
standards and practices, and shall observe sound management practices, and employ
appropriate technology and safe and effective equipment, machinery, materials and methods.
The Contractor shall always act, in respect of any matter relating to this Contract or to the
services, as faithful adviser to the “Employer”, and shall at all times support and safeguard the
“Employer’s” legitimate interest in any dealings with Sub-contractors or Third Parties.

8.4 CHANGES AND ADDITIONS


AAI shall have the right to request Consultant in writing to make any changes, modification,
and/or additions in the design to improve upon the functionality of the building/ reduction in the
cost. Such changes shall be applicable only till the finalization of tender document.

28 | P a g e (C: NIL I: NIL O: NIL)


8.5 SUSPENSION OF PAYMENTS
AAI may, by written notice of suspension to the Consultant, suspends all payments to the
Consultant hereunder if the Consultant fails to perform any of its obligation under this
contract, including the carrying out of the services, provided that such notice of suspension (i)
shall specify the nature of the failure and (ii) shall request the Consultant to remedy such
failure within a period not exceeding thirty days of such notice of suspension.

8.6 PATENTS
a) No patented or patent pending articles, methods, or devices shall be used or supplied in
connection with the work or incorporated in the work without the prior written approval of
AAI, if the terms of purchase involve or require the payment of license fee or royalty in
addition to the purchase price, and do not contain patent indemnification in a form
satisfactory to AAI.

b) SUCCESFULL BIDDER/Consultant shall indemnify and hold AAI free from all costs,
damages, and expenses arising out of any claim, action or suit brought against AAI by third
parties in respect of any infringement of any patent or registered design or any similar
rights resulting from the use of any technical information, data or process or design
belonging to Consultant and furnished to AAI.

8.7 INTELLECTUAL PROPERTY RIGHTS AND KNOW HOW


a) All intellectual property conceived, originated, devised, developed or created by the
Consultant, its agents, specifically for the purpose of rendering the Services, shall vest with
AAI. AAI as sole beneficial owner shall be entitled to use such intellectual property for the
purpose of the Project or any other project.
b) AAI shall have the copyright on all the reports, documents, maps etc., authored, prepared or
generated during the course of the services to be provided by the Consultant.

8.8 INDEMNITY
The consultant shall indemnify the authority for any and all liabilities, obligations, losses,
damages, penalties, actions, judgements, suits, costs, expenses, claims or disbursements of any
kind or nature whatsoever which may be imposed upon, incurred by or asserted against the
authority in any way in connection with or arising out of the duties under this agreement.

8.9 FORCLOSURE OF CONTRACT IN FULL OR IN PART DUE TO


ABANDONMENT OR REDUCTION IN SCOPE OF WORK
Consultant shall submit his bill after obtaining approval for the services rendered by him.
Authority has the right to foreclose/close of the contract/ postpone the work on completion of
certain stages for any reason(s) whatsoever. However, consultant will be paid only for those
stages which have been completed by him and approved by Authority. No money will be paid
to the consultant for unfinished stages of work for which Authority’s written consent to start
has not been obtained. In the event of foreclosure of the agreement at any stage, the consultant
will not have any claim for the unfinished stages except already finished and accepted and
approved by Authority.

If any time after acceptance of the contract, Authority shall decide to abandon or reduce the
scope of work(s) for any reason whatsoever and hence not require the whole or any part of the
works to be carried out, the Authority shall give notice in writing to that effect to the consultant
and consultant shall have no claim to any payment or compensation or otherwise whatsoever,
on account of any profit or advantage which he might have derived from the execution of the
works in full but which he did not derive in consequence of the foreclosure of the whole or part
29 | P a g e (C: NIL I: NIL O: NIL)
of the work(s). Authority also reserves the rights to recover the unadjusted amount due from
the consultant from any other payment due to the Consultant.

8.10 SUBLETTING OF THE WORK:


Subletting full or part of the work by the consultant is not permissible for this work.

8.11 RESCINDING OF CONTRACT


In the event of failure on the part of the consultant to complete their work on time or to the
complete satisfaction of Engineer-in-Charge or in the event of committing a breach of any one
or more of terms and conditions of the agreement, the AAI shall be entitled to rescind this
agreement without prejudice to its rights to claim damages or remedies under the law. The
period of notice to be given to rescind the contract will be 30 days and the event of such
termination consultant shall be liable to refund the excess payment if any made to him over and
above what is due to him on the date of termination and AAI will be entitled to make full use of
all or any of the drawings and technical details prepared by the consultant. In such case, AAI
shall have power to engage another firm to carry out the balance work debiting the consultant
the excess amount if any so spent subject to a maximum of 10% of the total fees which could
have been paid. Consultant shall have to pay to AAI on demand of such excess expenditure
within 30 days of issue of notice failing which consultant firm shall be debarred from
consultancy jobs of AAI in future. AAI also reserves the rights to recover the unadjusted
amount due from the consultant from any other payment due to consultant.

8.12 CESSATION OF SERVICES


Upon rescinding of this Contract pursuant to the relevant Clauses referred above, the
Contractors shall, immediately upon dispatch or receipt of such notice, take all necessary steps
to bring the services to a close in a prompt and orderly manner and shall make every reasonable
effort to keep expenditures for this purpose to a minimum.

8.13 FORCE MAJEURE:


a) In the event of either party being rendered unable by force majeure to perform any
obligation required to be performed by them under this agreement, the relative obligation of
the party affected by such force majeure shall be treated as suspended for the period during
which such force majeure clause lasts.
b) For such wars, insurrections, riots, earthquakes, storms, floods (excluding due to monsoon),
explosion or fires not caused by negligence, lightening, acts of God, epidemics or the public
enemy which is of such nature as to delay, curtail or prevent timely action by either party.
c) Upon the occurrence of such cause and upon its termination, the party alleging that it has
been rendered unable, as aforesaid, thereby shall notify the other party in writing by
registered notice within 72 (seventy two) hours of the alleged beginning and ending thereof.
The Notice shall be followed by a Certificate from local Chamber of Commerce or the
Statutory Authority as satisfactory evidence in support of the claim within 15 days of
occurrence and cessation of such Force Majeure conditions.
d) Time for performance of the relative obligation suspended by the force majeure shall stand
extended by the period for which such causes lasts.
e) If works are suspended by the force majeure conditions lasting for more than two months,
AAI shall have the option of canceling this Contract in whole or part thereof, at its
discretion.
8.14 DISPUTE RESOLUTION
a) Dispute Resolution Mechanism
Except where otherwise provided in the contract, all questions and disputes relating to the
meaning of the specifications, design, drawings, scope, duties and responsibilities of the
30 | P a g e (C: NIL I: NIL O: NIL)
Contractor, instruction here-in before mentioned and as to the quality of workmanship or
materials used on the work or as to any other question, claim, right, matter or thing
whatsoever, in any way arising out of or relating to the contract, designs, drawings,
specifications, estimates, instructions, orders or these conditions or otherwise concerning the
work or the execution or failure to execute the same whether arising during the progress of
the work or after the cancellation, termination, completion or abandonment thereof shall be
dealt with as mentioned hereinafter:

I. Through Dispute Resolution Committee:


Any dispute as stated above shall be referred in the first place to the Dispute Resolution
Committee (DRC) appointed by the Member(Planning), Airports Authority of India.
i) If a dispute of any kind, whatsoever, arises between the procuring entity and
Consultant in connection with or arising out of the contact or the execution of the
works, whether during the execution of the works or after their completion and
whether before or after the repudiation or termination of the contract, including any
disagreement by either party with any action, opinion, instruction, determination,
certificate or valuation of the Engineer, the matter in dispute shall in the first place, be
referred to the Dispute Resolution Committee (DRC) appointed by
Member(Planning), AAI.
ii) DRC, thus constituted may act as ‘conciliator and will be guided by principles of
‘conciliation’ as included in part III of Arbitration & Conciliation Act 1996. DRC
should take into consideration, rights and obligations of parties, usage to trade
concerned and circumstances surrounding the dispute(s), including any previous
business practices between parties. Efforts of DRC should be to come to an amicable
settlement of outstanding disputes. If parties agree, a written settlement will be drawn
up and signed by the parties. DRC will authenticate the settlement agreement and
furnish a copy to each party.
iii) DRC will give its report within 45 days of its constitution. It is also a term of contract
that fees and other expense if payable to DRC shall be paid equally by both the parties
i.e. AAI and contractor.
iv) Unless the contract has already been repudiated or terminated, the contractor shall, in
every case, continue to proceed with the work with all due diligence.
v) It is also a term of contract that If the contractor does not make any demand
for Dispute Resolution Committee in respect of any claim in writing within
90 (Ninety) days of receiving the intimation from AAI that the bill is ready
for payment, the claim of contractor will be deemed to have been waived and
absolutely barred and AAI shall be discharged and released of all liabilities
under the contract in respect of these claims.

II. Adjudication through Arbitration:-


a) Except where the decision has become final, binding and conclusive in terms of Sub
Para (I) above, disputes or differences shall be referred for adjudication through
arbitration by a sole arbitrator appointed by the Member (Planning) / Member
(Operation)/Chairman, AAI [If the arbitrator so appointed is unable or unwilling to act or
resigns his appointment or vacates his office due to any reason whatsoever, another sole
arbitrator shall be appointed in the manner aforesaid. Such person shall be entitled to
proceed with the reference from the stage at which it was left by his predecessor]
b) It is also a term of contract that If the contractor does not make any demand for
appointment of Arbitrator in respect of any claim in writing within 120 (One hundred
Twenty) days of receiving the decision / award from Dispute Resolution Committee, the
claim of contractor will be deemed to have been waived and absolutely barred and AAI
shall be discharged and released of all liabilities under the contract in respect of these
claims.
31 | P a g e (C: NIL I: NIL O: NIL)
c) It is term of this contract that the party invoking arbitration shall give a list of disputes
with amounts claimed in respect of each such dispute along with the notice for
appointment of arbitrator and giving reference to the rejection of their claims by the
Dispute Resolution Committee.
d) It is also a term of this contract that no person, other than a person appointed by
abovementioned appointing authority, should act as arbitrator and if for any reason that
is not possible, the matter shall not be referred to arbitration at all. The arbitration shall
be conducted in accordance with the provisions of the Arbitration and Conciliation Act,
1996 (26 of 1996) as amended by the arbitration and conciliation (Amendment) Act,
2015 or any statutory modification or re-enactment thereof and the rules made there
under and for the time being in force shall apply to the arbitration proceeding under this
clause. It is also a term of this contract that the arbitrator shall adjudicate on only such
disputes as are referred to him by the appointing authority and give separate award
against each dispute and claim referred to him and in all cases where the total amount of
the claims by any party exceeds Rs.1, 00,000/-, the arbitrator shall give reasons for the
award. It is also a term of the contract that if any fees are payable to the arbitrator, these
shall be paid equally by both the parties. It is also a term of the contract that the
arbitrator shall be deemed to have entered on the reference on the date he issues notice to
both the parties calling them to submit their statement of claims and counter statement of
claims. The venue of the arbitration shall be such place as may be fixed by the arbitrator
in his sole discretion. The fees, if any, of the arbitrator shall, if required to be paid before
the award is made and published, be paid half and half by each of the parties. The cost of
the reference and of the award (including the fees, if any, of the arbitrator) shall be in the
discretion of the arbitrator who may direct to any by whom and in what manner, such
costs or any part thereof shall be paid and fix or settle the amount of costs to be so paid.
9. SPECIAL CONDITIONS OF CONTRACT
9.1 Co-ordination with AAI
a) All co–ordination for the Architectural consultancy work shall be done with the office of
Asst. General Manager (Engg-Civil) Division II, Circle I , AAI, Administrative Block,
Trivandrum Airport, Trivandrum-695008.
b) The Project is of a time bound nature.
9.2 Payment Terms
Security Deposit
During the course of work, 10% of the consultancy fees in RA Bills will be withheld towards
security deposit. Security deposit for a particular scheme will be refunded on submission of as
built drawing for that particular scheme.

9.3 Compensation for Delay


In case the consultant fails to complete the work (as prescribed stage-wise) within the contract
period and no justifiable reasons are found for the delay, the consultant shall be liable to pay
compensation for delay @ 1% of the stage value of the consultancy fee per week of delay.
However, the cumulative value of compensation for delay in various stages shall be subject to
maximum of 10% of the total consultancy fee of the project. Time taken by Authority for
approval of drawings, etc. force majeure reasons and any other reasons beyond control of the
consultant shall be considered as justified reasons, decision of GM Engg(SR), AAI, will be final
and binding in this regard. The amount of compensation may be adjusted or set of against any
sum payable to the consultant under this or any other contract with the Authority.

9.4 Employee Provident Fund Act and misc. provisions.


Contractor shall comply with all the provisions of the Employees Provident Fund and
Misc. provisions Act, 1952, and ESI Act, 1948, amended from time to time and rules
framed there under any violation in this regard, shall be the responsibility of the
Contractor. In case of any complaint of the employee, the AAI reserve the right to
32 | P a g e (C: NIL I: NIL O: NIL)
withhold 1% of the total amount of work done during the period considered, for any
type of the dues of the contractor with Govt.
9.5 Taxation
a) The Contractor may be subject to local taxes (such as: Goods and Service Tax) on
amounts payable by AAI under the Contract.
b) While submitting the Financial Proposal, the Bidder shall ensure the following: All the
costs associated with the assignment shall be included in the Financial Proposal. These
shall normally cover remuneration for all the Personnel, accommodation, air fare, printing
of documents, all other activities specified in the bid document etc.to complete the
schemes projected as per the functional requirement by AAI from concept to
commissioning. All payments shall be subject to deduction of taxes at source as per
applicable laws.

c) The Consultancy fees quoted by the Consultant shall be deemed to have included all such
taxes except applicable Goods and Service Tax (Liability to pay Goods and Service Tax
shall be on service provider (consultant). Consultant shall raise Goods and Service Tax
invoice along with their regular invoices. The invoice should clearly mention their Goods
and Service Tax registration number. AAI shall release payment to SUCCESFULL
BIDDER along with their regular invoices with applicable Goods and Service Tax, as per
payment schedule and accordingly no separate claim in this regard whatsoever shall be
entertained by AAI.
d) In case of any increase in statuary taxes after award of consultancy contract, same shall be
reimbursed by AAI of submission of documentary evidence of deposition of such taxes
by the contractor.
e) The Consultant and the Personnel shall pay the Indian Income taxes, levied under the
Applicable Law and AAI shall perform such duties in regard to the deduction of such tax
as may be lawfully imposed. The Contract price is deemed to have included such
amounts.

33 | P a g e (C: NIL I: NIL O: NIL)


APPENDIX-A

APPOINMENT OF ARCHITECTURAL CONSULTANT

Name of Applicant :

Address :

Contact Details :
Sl. No. Details Marks Remarks
1 Years of existence of the firm
a) More than 10 years 10
b) More than 5 years up to 10 years *8
2 Details of Professionals
a) Chief Architect : 1 No.
i)Qualification : Post graduate in Architecture 5
ii) Experience : More than 15 years 5
More than 10 years
b) Senior Architect: 1 No.
i)Qualification : Post graduate in Architecture
ii) Experience : More than 15 years 5
More than 10 years 5
c) Architect: 1 No.
i)Qualification : Post graduate in Architecture
ii) Experience : More than 10 years 5
More than 8 years 5
d) Project Planner: 1 No.
i)Qualification : Post graduate in Architecture
ii) Experience : More than 10 years 5
More than 8 years 5
e) Civil & Structural Engineer : 1 No.
i)Qualification : Post graduate in Civil Engineering
ii) Experience : More than 10 years
More than 8 years 5
f) MEP Consultant : 1 No. 5
i)Qualification : Post graduate in Mech./Electrical Engineering
ii) Experience : More than 10 years
More than 8 years 5
g) Environmental Engineering Consultant : 1 No. 5
i)Qualification : Post graduate in Environmental/Civil Engineering
ii) Experience : More than 10 years
More than 8 years 5
h) Road (Traffic) Engineering Consultant : 1 No.
5
i)Qualification : Post graduate in Civil Engineering
ii) Experience : More than 10 years
More than 8 years
i) Airports Systems/Services Planner : 1 No. 5
i) Qualification: Post graduate in Mech./Electrical/Elex. 5
Engineering
ii) Experience : More than 10 years
More than 8 years 5
5
TOTAL 100

34 | P a g e (C: NIL I: NIL O: NIL)


Sl. Details Marks Remarks
No.
3 Work Experience (with documentary proof) for works executed
during last 7 years ending 28.02.2018.
I) One work of Airport Terminal Building/Five star
hotel/Prestigious IT buildings, corporate office of 90
repute/prestigious institutional buildings having minimum area
of 25000 Sqm. (for Rs.560 Lacs)
II) Two works of Airport Terminal Building/Five star
hotel/Prestigious IT buildings, corporate office of
repute/prestigious institutional buildings having minimum area
of 16000 Sqm. (for Rs.350 Lacs)
III) Three works of Airport Terminal Building/Five star
hotel/Prestigious IT buildings, corporate office of
repute/prestigious institutional buildings having minimum area
of 12000 Sqm. (for Rs.280 Lacs)
IV) Additional 10% marks for experience in planning and
designing (structural of an Airport Terminal) 10

TOTAL 100

*Documentary proof (self-attested) for the work experience detailed above shall be submitted
along with “Appendix-A”.

35 | P a g e (C: NIL I: NIL O: NIL)


ANNEXURE-1
FORM OF EARNEST MONEY (BANK GUARANTEE)

WHEREAS, Consultant …………………. (Name of the Consultant ) (hereinafter called “the


Consultant”) has submitted his bid dated ………………… (date) for the work
“……………………………………………………………………………………………”
hereinafter called “the Tender”).

KNOW ALL PEOPLE by these presents that we …………………………………. (name of


bank) having our registered office at ……………………………………….. (hereinafter called
“the bank”) are bound unto Airports Authority of India in sum of Rs. …………………………..
(Rs. In words ……………………… ………………………………….) for which payment well
and truly to be made to the said Engineer-In-Charge the Bank binds itself, his successors and
assigns by these presents.
SEALED with the Common Seal of the said Bank this ………………. day of ……………….
20……

THE CONDITIONS of this obligation are :

(1) If after bid opening the Consultant withdraws, his bid during the period of validity of bid
(including extended validity of bid) specified in the Form of Tender;
(2) If the Consultant having been notified of the acceptance of his bid by the Engineer-In-
Charge:
(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to
Consultant, if required; OR
(b) fails or refuses to furnish the Performance Guarantee, in accordance with the provisions
of bid document and Instructions to Consultant, OR
(c) fails or refuses to start the work, in accordance with the provisions of the contract and
Instructions to Consultant, OR
(d) fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank
Guarantee, against Security Deposit after award of contract.

We undertake to pay to the Engineer-In-Charge up to the above amount upon receipt of his first
written demand, without the Engineer-In-Charge having to substantiates his demand, provided
that in his demand the Engineer-In-Charge will note that the amount claimed by his is due to him
owing to the occurrence of one or any of the above conditions, specifying the occurred condition
or conditions.

This Guarantee will remain in force up to and including the date* …………. after the deadline
for submission of bid as such deadline is stated in the Instructions to Consultant or as it may be
extended by the Engineer-In-Charge, notice of which extension(s) to the Bank is hereby waived.
Any demand in respect of this Guarantee should reach the Bank not later than the above date.

DATE ……………………….. SIGNATURE OF THE BANK


WITNESS…………………………….. SEAL
(SIGNATURE, NAME AND ADDRESS)

* Date to be worked out on the basis of validity period of 6 months from the initial scheduled last
date of receipt of bid.

36 | P a g e (C: NIL I: NIL O: NIL)


ANNEXURE-2
LETTER OF UNDER TAKING FROM THE DEPOSITOR TO BANK TO BE SUBMITTED
ALONGWITH FIXED DEPOSIT/ BANK GUARANTEE TO AIRPORT AUTHORITY OF
INDIA.

To,

The Bank Manager


Bank

Subject : My / our Deposit / Bank Guarantee bearing No. ……………………….Dated


………………… `. .…...………………………..issued in favour of Airports
Authority of India……………………………………………………..

Sir,

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

I hereby authorize the Airports Authority o India in whose favour the deposit is made
encash / close the subject Fixed Deposit / 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 Depositor
Place :
Date :

37 | P a g e (C: NIL I: NIL O: NIL)


ANNEXURE – 3

APPLICATION OF APPOINTMENT OF ARBITRATOR

To
The ________________________________________(Designation as per arbitration Clause)

1 Name of Applicant :
2 Whether applicant is individual/Prop. :
Firm/Partnership Firm/Ltd. Co.
3 Full address of the applicant :
4 Name of the work and contract number in :
which arbitration sought
5 Name of the Division which SME entered into :
contract
6 Contracted amount in the work :
7 Date of Contract :
8 Date of Initiation of work :
9 Stipulated date of completion of work :
10 Actual date of completion of work :
11 Total number of claims made :
12 Total amount claimed :
13 Date of intimation of final bill :
14 Date of payment of final bill :
15 Amount of final bill :
16 Specimen signature of the applicant (only the :
person/authority who signed the contract
should sign

I/We certify that the information given above is true to the best of our knowledge. I/we enclose
the following documents:

1. Statement of claims with amount claims.

2.

3.

Copy to:
Asst. General Manager (Engg-C)-II, Circle-I
Trivandrum Airport

38 | P a g e (C: NIL I: NIL O: NIL)


Bid Evaluation and Selection Criteria (Methodology)

i) The Quality parameter shall have a weight of 80% i.e. 80marks (TS).
ii) The Financial parameter shall have a weight of 20% i.e. 20 marks (FS).
iii) Lowest financial bid shall be treated as FL and F is the Financial bid of the particular
applicant.
FS = 100 X FL/F
iv) For other bidders the financial score shall be determined on proportionate basis.
v) Final score of a bidder (Composite Score-CS) shall be aggregate of the score thus
achieved in the quality parameter and financial parameter i.e., CS = TS X 0.8 + FS X
0.2
vi) The bidder with the higher score i.e., H1 (Highest CS) in this manner shall be
considered for the award of work.
vii) All calculations will be up to two places of decimal. The individual score in the quality
parameter, financial parameter as well as Final score will be calculated up to two places
of decimal.
viii) In case of time i.e. two bidder getting same final score, work will be awarded to the
bidder whose marks obtained in the quality parameter is higher.
ix) In case the submission of bidder in technical bid, for certain parameters is not meeting
the complete technical parameter ( stated in the technical bid performa, in its entirety,
the bid evaluation committee reserves the right to evaluate submission based on merit
and allocate reduced marks.)
x) Bidders who obtained less than 70 % marks in the quality parameters will not be
qualifying for consideration/ opening of their financial bid.

39 | P a g e (C: NIL I: NIL O: NIL)


AIRPORTS AUTHORITY OF INDIA, TRIVANDRUM AIRPORT, TRIVANDRUM– 08

SCHEDULE ‘A’ (Conditions and guidelines)

1. The Architectural consultant shall provide Architectural concept for a particular scheme (as
per requirement of AAI) incorporating inputs from local heritage, art and culture with 3
options including concept drawings, walk through, indicative cost for all 3 options. The
Architectural consultant shall make a presentation to Airport Director and his team of officials.
The Consultant shall study the architectural intent designed for the existing terminal
building/existing ancillary buildings/proposed ancillary buildings before conceptualizing
the scheme. Consultancy fee for the works broadly classified into the components as detailed
below :
a) Planning and design of interior work of existing toilets in terminal building, the interior
work shall be based on concept based work in toilet walls, painting, cubicles, plumbing
and sanitary fittings/fixtures, plumbing and drainage layout and details etc as per the
requirement, if any, internal EI work including layout of mains, sub main, group, circuit
and point wirings within the area in line with the existing internal EI, artificial planters,
fittings/fixtures and ventilation system in rest rooms.
(The Consultant shall study the architectural intent designed for the existing terminal
building/existing ancillary buildings/proposed ancillary buildings before conceptualizing
the scheme for addition/alteration/modification of existing toilets.)
b) Planning and design of interior works of Airport lounges including rest rooms, illumination
levels in the reserved lounges shall be selected as per relevant IS / NBC as applicable. The
Lux level calculation and heat load calculation shall be submitted accordingly. The fixtures
and HVAC equipments shall be selected in line with the interior finishes. The design of
interiors should be proposed keeping in view of the local architecture, places of tourist
interests, history and heritage attached to that particular state/region.
c) Planning and designing of landscaping in car park area, selected locations of operational
area, landscaping in front of other ancillary buildings.
d) Planning and design of AAI guest house incorporating inputs from local heritage, art and
culture
e) Planning and design of interior works of other ancillary buildings of AAI as per the
functional requirement of AAI from time to time during the contract period.

The fee offer will be inclusive of GST. The consultancy shall be complied with GST
prices applicable from time to time. The bidder has to quote the percentage as job basis
arising from time to time in the price schedule.

40 | P a g e (C: NIL I: NIL O: NIL)


PRICE SCHEDULE
Sl.No. Description Quantity Unit %age i/c Percentage in words
GST

1 Consultancy fee for the 1 job


works detailed in
schedule A/Page -40

Note:

1) The above BOQ is only indicative and bidders should consider scope of work as
mentioned in the tender document before quoting their rates.

2) The percentage quoted will be applicable to works assigned from time to time during the
period of contract.

Signature Not Verified


Digitally signed by SURESH MADHAVAN
41 | P a g e (C: NIL I: NIL O: NIL) Date: 2018.05.23 16:31:41 IST
Location: eProcurement System for Central
PSUs

Das könnte Ihnen auch gefallen