flfoy vfhk;kf=dh fohkkx vtej ¼fd’kux

197
Hkkjrh; foekuiÙru izkf/kdj.k AIRPORTS AUTHORITY OF INDIA flfoy vfHk;ka f=dh foHkkx vtes j ¼fd’kux<+½ gokbZ vM~Mk DEPARTMENT OF CIVIL ENGINEERING AJMER (KISHANGARH) AIRPORT -305801 fufonk izi= TENDER DOCUMENT Name of work :- Swachh Vidyalaya initaitive for additional toilet - Construction / Renovation of Girls / Boys Toilets in twenty five Government schools of Ajmer Distt. Kishangarh. (Annual plan 2015-16) - Phase - II.. BID MANAGER :Asst. Gen. Manager (Civil) TEL. NO :.9418094375 MOBILE NO. :.9057234512 E-MAIL ID :[email protected] FAX NO. :........................ (Tender ID: . 2018_AAI_18824_1)

Upload: vuongthuan

Post on 08-Jul-2019

223 views

Category:

Documents


0 download

TRANSCRIPT

  • Hkkjrh; foekuiru izkf/kdj.kAIRPORTS AUTHORITY OF INDIA

    flfoy vfHk;kaf=dh foHkkxvtesj fdkux

  • INDEX

    Name of work:- Swachh Vidyalaya initaitive for additional toilet - Construction /Renovation of Girls / Boys Toilets in twenty five Government schoolsof Ajmer Distt. Kishangarh. (Annual plan 2015-16) - Phase - II.

    Sl. Description Page No. No. ofNo. Pages1 COVER PAGE 1 012 INDEX 2 013 GENERAL GUIDELINES FOR THE BIDDERS GGB-1 14 NOTICE INVITING E- TENDER PNIT 01-05 055 NOTICE INVITING TENDER NIT 01-07 076 CHECK LIST CH 01-04 047 GENERAL CONDITION OF CONTRACT GCC 01-138 1388 SCHEDULE A TO F GCC 129-1369 SPECIAL CONDITIONS OF CONTRACT SCC(C) 1 - 16 1610 TECHNICAL SPECIFICATION TS (C) 1 - 5 5

    Unconditional Acceptance PR-01 01Proforma Bank Guarantee Bond : Security Deposit PR 02-05 04

    Affidavit for minimum wages PR-06 01Works Diary PR 07-09 03Request for E- Payment PR-10 01

    11 SCHEDULE OF QUANTITY(SCHEDULE-A) SOQ 01-8 08

    TOTAL 196

    This Tender Document contains pages 1 to 196 as detailed above.

    Asst. Gen. Manager (Engg-Civil),Airports Authority of India

    02

  • GENERAL GUIDELINES FOR THE BIDDERS

    No bid procedure related query shall be referred to Independent External Monitors (IEMs).

    Any Bid related issue/query pertaining to technical support or otherwise on CPP-portal (URL:-https://etender.gov.in/eprocure/app) for submission of tender documents should be addressed to AAI HelpDesk Support (details also mentioned in the web-NIT) as below:-

    (i) Call Helpdesk. 24 X 7 Help desk details are as below:-Tel. 0120-4200462, 0120-4001002, Mobile No.- 91-8826246593 or can send email at:[email protected] are requested to mention URL of the portal and Tender ID in the e-mail sent alongwith their contact details.

    (ii) For any further technical assistance with regard to functioning of CPP Portal, the bidder shouldcontact personnel at following AAI help desk numbers on all working days as below:-08.00 hrs to 20.00 hrs (Mon-Sat)011-24632950, Ext.- 3512 (Six Lines), e-mail:- [email protected] Hrs to 18.00 Hrs (Mon- Fri)011-24632950 Ext. 3523,e-mail : [email protected], [email protected] and [email protected] Hrs to 18.00 Hrs (Mon- Fri)011-24657900, e-mail : [email protected]

    In case of technical support regarding e-tender portal, if AAI Help Desk is non responsive, the Bid Managercan be contacted as below on all working days from 9.30 Hrs to 18.00 Hrs.

    BID MANAGER :Asst. Gen. Manager (Civil)TEL. NO :.9418094375MOBILE NO. :.9057234512E-MAIL ID :[email protected] NO. :........................

    All bid procedure related queries be referred to HELP DESK as above and them to Bid Manager only. Pleasenote that under no circumstances bid procedure related queries shall be referred to the IEMs.

    GGB-1

  • No. A.A.I./KSG/A.G.M.(C)/25 Toilet-II/W- 05 /2018-19 Dt. 03/12/2018

    NOTICE INVITING E TENDER (3 Covers Open Tender)

    1. Item rate tenders are invited through the e-tendering portal by Asstt. Gen. Manager (Engg-C),

    AAI, Kishangarh Airport, (Bid Manager) on behalf of Chairman, A.A.I. from the eligible

    contractors for the composite work of Swachh Vidyalaya initaitive for additional toilet -

    Construction / Renovation of Girls / Boys Toilets in twenty five Government schools of

    Ajmer Distt. Kishangarh. (Annual plan 2015-16) - Phase - II at an estimated cost of Rs.

    81.95 Lakhs (without G.S.T.) with period of completion 06 (Six) Months.

    The tendering process is online at e-portal URL addresshttps://etenders.gov.in/eprocure/app or www.aai.aero. Aspiring bidders maydownload and go through the tender document.

    Prospective tenderers are advised to get themselves register at CPP-portal, obtainLogin ID & Password and go through the instructions available in the home pageafter login to the CPP-portal https://etender.gov.in/eprocure/app or www.aai.aero.They should also obtain Digital Signature Certificate (DSC) in parallel which isessentially required for submission of their application. The process normallytakes 03 days time. The tenderer may also take guidance from AAI help desksupport through path aai.aero/tender/e-tender/help desk support.(i) For any technical related queries please call the Helpdesk. The 24x7 Helpdesk details are as below:-Tel: 0120-4200462, 0120-4001002, Mobile : 91 8826246593, E-mail:[email protected] are requested to kindly mention the URL of the portal andtender ID in the subject while emailing any issue along with the contactdetails.For any further technical assistance with regards to functioning of CPP portalthe bidder may contact to the following AAI help desk numbers on allworking days only between.(ii) 08:00 Hrs to 20:00 Hrs (Mon- Sat)- 011-24632950, Ext-3512(six lines),Email:- [email protected](iii) 09:30 Hrs to 18:00 Hrs (Mon- Fri)- 011-24632950, Ext-3523, Email:[email protected], [email protected] and [email protected].(iv) 09:30 Hrs to 18:00 Hrs (Mon- Fri)- 011-24657900, Email:[email protected].

    PNIT-1

    TENDER I.D. NO. 2018_AAI_18824_1

  • Tender fee of Rs. 1120/- (i/c GST) Non refundable will be required to be paid offline in theform of Demand Draft from Nationalized or any scheduled bank (but not from co-operative or Gramin bank) in favor of AAI REVENUE COLLECTION A/C NO.708300300980020 payable at Jaipur. The original Demand Draft against Tender feeshould reach by post/courier/given in person to the concerned officials, within the 3 daysof the last date of bid submission or as specified in the Critical Data Sheet. The details ofDemand Draft/any other accepted instruments, physically sent, should tally with thedetails available in the scanned copy and the data entered during bid submission time.2. Following 3 covers shall be submitted through online at CPP-Portal by the bidder asper the following schedule:-CRITICAL DATA SHEET

    Demand Draft against EMD and Tender Fee,signed hard copy of AAI unconditionalAcceptance Letter.18-12-2018 upto 18:00 Hrs

    Bid opening date (Cover-I) 19-12-2018 at 11:00 HrsBid opening date (Cover-II) To be intimated later on through CPPPortalBid opening date (Cover-III) To be intimated later on through CPPPortalTender Fee Rs. 1,120.00 (i/c GST) Non refundable.EMD Rs. 1,63,903.00 in the form of DD.Cover-I: - Bid containing scanned copy of Unconditional Acceptance of AAIs tenderconditions, Tender Fee and EMD.The tenderer shall submit their application only at CPP Portalhttps://etenders.gov.in/eprocure/app. Tenders are advised to follow the instructionprovided in the tender documents for online submission of Bids. Tenders are required toupload digitally signed file of scanned documents along with scanned copy of DemandDraft for Tender Fee and scan copy of DD for EMD. Bid documents may be scanned with100 dpi with black and white option which helps in reducing size of the scanneddocuments. Uploading of application in location other than specified above shall not beconsidered. Hard copy of application shall not be entertained.

    PNIT-2

    Publishing Date 04-12-2018Bid Document Download/Sale start date 04-12-2018 from 11:30 Hrs.Clarification start date 04-12-2018 from 11:30 Hrs.Clarification end date 06-12-2018 upto 18:00 HrsBid submission start date 04-12-2018 from 11:30 Hrs.Bid submission end date 13-12-2018 upto 18:00 HrsLast date and time of submission of original

  • Scanned copy of Demand Draft against tender fee of value Rs. 1,120/- and Earnest MoneyDeposit (EMD) of value Rs. 1,63,903.00 /- (Rupees One Lack Sixty Three Thousand NineHundred Three Only) in the form of Demand Draft, in favour of AAI REVENUECOLLECTION A/C NO. 708300300980020 payable at Jaipur, as stipulated in thenotice inviting tender may be submitted along with unconditional acceptance letter ofAAIs Tender (Performa given in page no. Annexure-2, PR-1 of Tender Document).

    Cover-II :-

    Qualifying requirements of contractors / firms:-(i) Agency should have Permanent Account Number (PAN)(ii) Agency should have valid registration on the date of issue of tender inappropriate class of CPWD/MES/ P&T/Railways/State PWD /PSU/ MunicipalCorporation & Development Authorities of Delhi, Mumbai, Chennai and Kolkataonly. ORShould have satisfactorily completed (Phase/Part completion of the scope of work ina contract shall not be considered, however pre-determined phasing of thework will be accepted) three works for each of Rs. 32.78 Lacs or two works,each of Rs. 40.98 Lacs or one work of Rs. 65.56 Lacs in single contract ofsimilar nature of work i.e. Civil works during last seven years ending on lastdate of submission of e-Bid( including extended date, if any).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 ofbid.Client certificate for experience should show the nature of work, the value of work,date of start, date of completion as per agreement, actual date of completionand satisfactory completion of work. Firms showing work experiencecertificate from non-government/non-PSU organizations should submitcopy of tax deduction at sources certificate in support of their claim forhaving experience of stipulated value of work.(iii) Should have annualized average financial turnover of Rs. 24.59 Lacs againstworks executed during last three years ending 31st March of the previousfinancial year. As a proof, copy of Abridged Balance Sheet along with Profit andLoss Account Statement of the firm should be submitted along with theapplication. Firms showing continuous losses for the last three years in thebalance sheet shall be summarily rejected.(iv) Agency should have GST registration.(v) Agency should have valid PF & ESI registration.

    (In case EPF & ESI registration are not available with bidder while submittingtender. Bidder shall submit undertaking to submit EPF & ESI registration afteraward of work

    PNIT-3

  • 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 pricebid has been given as a standard BOQ format with the tender document, then the same is to bedownloaded and to be filled by all the bidders. Bidders are required to download the BOQ file,open it and complete the white coloured (unprotected) with their respective financial quotesand other details (such as name of the bidder). No other cells should be changed. Once thedetails have been completed, the bidder should save it and submit it online, without changingthe file name. If the BOQ file is found modified by the bidder, the bid will be rejected.3. Original EMD, tender fee, hard copy of signed Unconditional Acceptance of AAIsTender Conditions, to be sent to the Asstt. Gen. Manager (Engg C), KishangarhAirport, and should reach to Bid Manager before the date & time mentioned in the

    CRITICAL DATA SHEET. Tender of the tenderer whose EMD, Tender fees andunconditional acceptance of AAIs tender condition are not received by the time as perCritical Data Sheet, then their tenders will be summarily rejected. Any postal delay willnot be entertained.4. Bids Opening Process is as below:-

    CoverI: Cover-I opening date shall be as mentioned in CRITICAL DATA SHEET.(Cover-I shall contain scanned copy of Tender Fees, EMD and UnconditionalAcceptance of AAI tender conditions.)CoverII: Cover-II opening date shall be as mentioned in CRITICAL DATA SHEET. Theintimation regarding acceptance/rejection of their bids will be intimated to thecontractors/ firms through e-tendering portal. (Cover-II shall contain scanned

    copy of Pre-qualification documents, Scanned copy of duly notarized affidaviton Non-Judicial stamp paper of Rs. 100 regarding compliance of minimumwages, scanned copy of duly notarized declaration on non-judicial stamppaper of Rs. 100 regarding black listing/ debarring of firm, scanned copy ofundertaking on GST and digitally signed Tender Document.)If any clarification is needed from the bidder about the deficiency in his uploadeddocuments in CoverI and CoverII, he will be asked to provide it through CPPportal. The bidder shall upload the requisite clarification/documents within timespecified by AAI, failing which tender will be liable for rejection.

    CoverIII: The financial bids of the contractors / firms found to be meeting thequalifying requirements shall be opened as per CRITICAL DATA SHEET. (Dependingon evaluation of Cover-I & II, the date shall be intimated through CPP Portal).

    5. AAI reserves the right to accept or reject any or all applications without assigning anyreasons. AAI also reserves the right to call off tender at any stage without assigningany reason.PNIT-4

  • 6. AAI reserve the right to disallow issue of tender document to working agencies whoseperformance at ongoing project (s) is below par and usually poor and has been issuedletter of restrain/Temporary/Permanent debar by any department of AAI. AAIreserve the right to verify the credential submitted by the agency at any stage(before or after the award of work). If at any stage, any information /documentssubmitted by the applicant is found to be incorrect/false or have somediscrepancy 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 tosubmit two separate applications.8. Purchase preference to Central Public Sector Undertaking shall be applicable as perthe directive of Govt. of India prevalent on the date of acceptance.9. No benefits including EMD and tender fee exemption shall be extended to MSME firmsi.r.o. this work.

    Asstt. Gen. Mgr. (Engg-C)Kishangarh Airport

    PNIT-05

  • AIRPORTS AUTHORITY OF INDIANOTICE INVITING TENDER

    1. Item rate Tenders are invited through the CPP e-tendering portal on behalf of theChairman, Airports Authority of India for the work as mentioned in Schedule-F. The estimatedcost of the work is mentioned in Schedule F. This estimate, however, is given merely as rough

    guide.

    2. The Tenders shall be in the prescribed Form.

    3. The works are required to be completed within the period as mentioned in Schedule F.

    4. Normally contractors whose names are borne on the approved of contractors of

    CPWD/MES/Railways/ P&T/State area the work lies

    and estimated amount falls will be permitted to

    Tender

    Not more than one Tender shall be submitted by a contractor or by a firm of contractors.

    No two or more concerns in which an individual is interested as Proprietor/partner shall Tender

    for the execution of the same work. If, they do so, all such Tenders shall be liable to be rejected.

    5. The Accepting Authority as mentioned in Schedule F shall be the Accepting Officer hereinafter,

    referred to as such for the purpose of this contract.

    6. Tender documents consisting of plans, specifications, Schedule(s) of Quantities/rates of the

    various classes of work to be done, the conditions of contract and other necessary documents

    can be downloaded from the NIC CPP e-tendering portal without paying any tender fees.

    However, to participate in the tender/to submit the tender document, the tenderer must pay

    tender fee as mentioned in PNIT in form of Demand Draft of Nationalized or scheduled bank

    (with not from cooperative of gramin bank) of Rs. 1120/- in favour of Airports Authority of India,payable at Jaipur.

    7. Tenderers are advised to inspect and examine the site and its surroundings and satisfy

    themselves before submitting their Tenders as to the nature of the ground and sub soil (as far

    as is practicable), the form and nature of the site, the means of access to the site, the

    accommodation they may require, working conditions including space for stacking of materials,

    installation of T&P, rates of various materials to be incorporated in works, conditions affecting

    accommodation and movement of labours etc. and in general shall themselves obtain all

    necessary their Tender. A Tenderer shall be deemed to have full knowledge of the site whether

    NIT- 1

  • he information as to risks, contingencies and other circumstances which may influence or effect

    inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall

    be allowed.

    8. Submission of a Tender by a Tenderer implies that he has read this notice and all other contract

    documents and has made himself aware of the scope and specifications of the works to be

    done and of conditions and rates at which stores, tools, plants etc will be issued to him by AAI,

    local conditions, local material rates and other factors bearing on the execution of the works.

    9. All rates shall be quoted in the NIC CPP e-tendering portal.

    10. In the case of Item rate Tenders only rates quoted shall be considered. Any Tender containing

    percentage below /above the rates quoted is liable to be rejected.

    11. Tenders shall be received through NIC CPP e-tendering portal upto the date and time as

    mentioned at page no.1 of GCC and shall be opened on the date and time as mentioned atpage no.1 of GCC in the presence of Tenderers who may be present.

    12. Earnest Money of amount as mentioned in Schedule F shall be accepted as mentioned in PNITin form of Demand Draft of Nationalized or scheduled bank (with not from cooperative of gramin

    bank).

    13. 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 offering lowest evaluated bid in conformity with the requirements of the

    specifications and contract documents and the Accepting Authority shall be the sole judge in

    this regard. The Accepting Authority does not bind himself to accept the lowest or, any tender or

    to give any reason for his decision.

    13.1 A responsive bidder is one who submits priced Tender and accepts all terms and conditions of

    the specifications and contract documents.

    13.2 A Tenderer shall submit a responsive bid, failing which his Tender will be liable to be rejected.

    13.3 The Accepting Authority reserves to himself the right of accepting the whole or any part of the

    Tender and Tenderer shall be bound to perform the same at his quoted rates.

    NIT- 2

  • 13.4 A major modification is one which affects in any way the quality, quantity and period ofcompletion of the work or which limits in any way the responsibilities or liabilities of the Bidder or

    any right of AAI, as required in the specifications and contract documents. Any modification in

    the terms and conditions of the Tender which are not acceptable to AAI shall also be treated as

    a major modification.

    14. On acceptance of Tender, earnest money will be treated as part of the security deposit.

    15. Airports Authority of India will return the earnest money where applicable to every unsuccessful

    Tenderer except as provided in the Tender documents. AAI will not pay any interestwhatsoever.

    16. Canvassing in connection with Tenders is strictly prohibited and the Tenders submitted by the

    Tenderers who resort to canvassing will be liable to rejection.

    17. 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 or as decided by the Competent Authority which shall

    be binding and final on the contractor.

    18. The contractors shall give a list of AAI employees related to him.

    19. No Engineer equivalent to Gazetted rank or other Gazetted Officer of equivalent rank in CentralGovt. Department employed in Engineering on Administration duties in an Engineering Departmentof Airports Authority of India/Govt. of India is allowed to work as a contractor for a period of twoyears of his retirement from Airports Authority of India/Government service, without the previouspermission of Airports of India/Govt. of India. This contract is liable to be cancelled if either thecontractor or any of his employees is found at any time to be such a person who had not obtainedthe permission of Airports Authority of India/Govt. of India as aforesaid before submission of theTender or engagement in the contractors service.

    NIT- 3

  • 20. The Tender for works shall remain open for acceptance for a period of Ninety days from thedate of opening of Tenders. 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.

    21. 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.

    22. A Tenderer shall submit the Tender which satisfies each and every condition laid down in this

    notice failing which the Tender will be liable to be rejected. Also if the credentials submitted by

    the firm found to be incorrect or have some discrepancy which disqualifies the firm then the AAI

    shall take the following action:

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

    b) Debar the firm for minimum three years to tender for AAI in any name/style.

    23. (a) All tendered rates shall be inclusive of all taxes and levies payable under respective statutes,

    However, pursuant to the Constitution (46 the Amendments Act. 1982) if any further tax or levy

    is imposed by Statute, after the last stipulated date for the receipt of tender including extension

    if any and the contractor thereupon necessarily and properly pays such taxes/levies, the

    contractor shall be reimbursed the amount so paid, provided such payments, if any, is not, in the

    opinion of the Engineer-In-Charge (whose decision shall be final and binding on the contractor)

    attributable to delay in execution of work within the control of the contractor.

    (b) The Contractor shall keep necessary books of accounts and other documents for the

    purpose of this condition as may be necessary an shall allow inspection of the same by a duly

    authorized representative of Airports Authority of India and / or Engineer-In-Charge and further

    shall furnish such other information / documents as the Engineer-In-Charge may require from

    time to time.

    (c) The Contractor shall, within a period of 30 days of the imposition of any such further tax or

    levy, pursuant to the constitution (46th amendment) Act 1982, give a written notice thereof to the

    Engineer-In-Charge that the same is given pursuant to this condition, together with all

    necessary information relating thereto.

    23.1 Wages of labourers in the tender quoted by the tenderer are considered inclusive of wages of

    weekly day of rest.

    NIT- 4

  • 24. The Tender of composite works Includes in addition to building work all other works such as

    sanitary and water supply installations, electrical work, roads and paths etc. The Tenderer apart

    from being a registered contractor of appropriate class, must associates himself with agencies

    of appropriate class which are eligible to tender for sanitary and water supply, drainage,

    electrical work and in a composite Tender.

    25. The site for the work may be made available in full or parts as decided by Engineer-In-Charge.

    No time extension for handing over of site in phases will be granted.

    26 MODE OF SUBMISSION OF TENDERS:Three Envelopes shall be submitted through online at NIC e-tendering portal by the bidders asmentioned in PNIT.Queries, Replies and Clarifications:

    26.1 If the bidder has any query related to the tender document of the work they should use Seekclarification tab in e-tendering portal to seek clarifications. No other means ofcommunication in this regards shall be entertained.26.2 If any clarification is needed by AAI from the bidder about the deficiency in hisuploaded documents in Envelope I and Envelope II, they will be asked toprovide it through short fall documents folder in e-tendering portal. The biddershall upload the requisite clarification/documents within time specified by AAI,failing which tender will be liable for rejection and tender will not be consideredfor the subsequent stages.

    26.3 Rates to be quoted in the Items section only.

    26.4 Once the contractor has uploaded the digitally signed file of tender documents along withunconditional acceptance as an attachment, he is not permitted to upload any additional file orput any remarks(s) / conditions(s) in/ along with the tender documents (Except unconditionalrebate on quoted rates. Unconditional rebate i.e. header discount (%) if any is to be put in BidInvitation Information Price component Section only.

    26.5 In case, the condition 26.1 to 26.4 above is found violated, the tender shall be rejected.

    27. Bids Opening Process :- As mentioned in PNIT

    28. This notice of Tender shall form part of the contractor documents. The successful Tenderer/Contractor, on acceptance of his tender by the Accepting Authority, shall within 15-days fromthe date of award of work sign the contract consisting of Notice Inviting Tenders, GeneralCondition of Contract, special / additional condition, General and particular specifications,Tender conditions as issued at the time of invitation of Tender and acceptance therefore withany correspondence leading there to.

    29. PURSHASE PREFERENCE TO PUBLIC ENTERPRISES

    The Accepting Authority reserves to himself the right to allow to the public enterprisespurchase preference facilities as admissible under the existing policy on the date of opening oftender.

    NIT- 5

  • 30. Sales Tax/purchase tax /VAT/turnover tax/services tax / contract tax/ octroi/ royalty/Construction Employee Welfare Cess, Service Tax/ Excise or any other duty levied by customAuthorities in respect of import or any materials or any other tax on material, labour, services ofcontract in respect of this work contract including payment to local / Govt./ Statutory authoritiesshall be payable by the contractor and Airports Authority of India will not entertain any claimwhatsoever in this respect. Construction Employee Welfare Cess will be deducted at the timeof making payment of running account bill as per prevailing rates of the respective states.Nothing extra will be paid by AAI in this respect.

    31. POLICE VERIFICATION OF CHARACTERTenderer shall have to follow the guide lines issued by BCAS from time to time and apply

    for the daily entry permit for the labourer the previous working day together all the required

    details in the prescribed performa while entry in to Institutional Building/ operational area /

    Civil Air Terminal building/ other building and including Residential areas. The tenderer shall

    also have to produce police verification report from Police Station/ SSP Office of their area in

    respect of their labourers & himself before commencement of work at site and for issue the

    pass from Competent Authority and nothing will be paid by AAI in this regard.

    32. SUBMISSION OF LABOUR LICENSE/ ESI/ EPF

    Contractor should get himself registered with regard to work and submit documentary

    evidence of Labour license of C.L.C. of the area within 15 days of issue date of written work

    order and before commencement of work positively to comply with the provisions of contract

    labour (Regulations & Abolitions) Act 1970 and contract labour (Regulations & Abolitions)

    Central Rules 1971 and minimum wages and Rules thereof in force(Agency have to submit

    affidavit attested by a First Class Magistrate / Notary Public on non-judicial stamp paper of

    Rs. 100/. Performa given on Annexure-4,page-PR- 06 .

    AAI will not be liable directly or indirectly at any stage even after on the expiry of contract for any

    kind of employment neither temporary nor permanently in respect of workers employed on

    works by the contractor or himself or any other closed members or his family members or

    workers family members.

    33. VERIFICATION OF CONTRACTORS CREDENTIALS

    Tender document is issued subject to verification of credentials and works executed, in case of

    any adverse report, falsification of documents submitted by the contractor, AAI shall be liberty to

    cancel the tender at any stage along with debarment from participation in tender for any work in

    AAI in any name and style for a period decided by Competent Authority.

    34. If the contractor observed discrepancies/mistakes in the schedule of items, he should bring it to

    the notice of E-I-C before the date of submission of tender on NIC CPP e-tendering portal.

    NIT- 6

  • 35. The competent authority on behalf of the Chairman, AAI does not bind itself to except the lowest

    or any other tender and reserves to itself the authority to reject any or all the tenders received

    without the assigninment of any reason. All tenders in which any of the prescribed condition is

    not fulfilled or any condition including that of conditional rebate is put forth by the tenderers shall

    be summarily rejected.

    For and on behalf of Airports Authority of India

    Signature :

    Designation :

    Date :

    NIT- 7

  • 1 2 3 4RefNo.

    Qualifying Criterion Particulars Enclosurecheck list

    1(a). Name and address of the firm/contractor

    Telephone, Fax, E-mail

    1(b). Authorized signatory(Name and Designation)

    2. Envelop- I shall contain scanned copies of

    a. Details of RegistrationRegistered with :Category & Limit :Valid upto :

    Registration certificatecopy enclosed :

    YES/NO

    b. Experience details formingthe basis of pre qualification

    b(i). Certificate from clients of havingsatisfactorily completed

    Three works of Rs. 32.78 Lacseach in single contract of similarnature work during last 7 yearsending on 31/03/2018.

    Details of the Threework(s)Work no.1

    Name of Work:

    Work Order / AgreementNo. & dt.:

    Cost:Stipulated Date ofCompletion as percontract agreement:

    Actual Date of completion:

    Completion Cost :

    Copy of certificatesenclosed : YES/NO

    ANNEXURE -1

    CHECK LIST/PQ

    (To be uploaded by applicants along with tender application in Envelope-I)

    Name of work: Painting of Runway Marking at Kishangarh Airport.

    CH-01

  • b(ii).

    Two works of Rs. 40.98 Lacs eachinsingle contract of similar naturework during last 7 years ending on31.03.2018.

    Work no.2

    Name of Work:

    Work Order / AgreementNo. & dt.:Cost:Stipulated Date ofCompletion as percontract agreement:Actual Date of

    completion: Completion

    Cost :

    Work---no.3

    Name of Work:

    Work Order/ AgreementNo.& dt.: Cost:

    Stipulated Date ofCompletion as percontractagreement:

    Actual Date of

    completion: Completion

    Cost :-------------------OR-------------------------

    Details of the two works:

    Work no.1Name of Work:Work Order/ AgreementNo. &

    dt.:

    Cost:

    Stipulated Date ofCompletion as percontractagreement:

    Actual Date of completion:

    Completion Cost :

    -

    CH-02

  • b(iii).

    ------------------------------------------- One work of Rs. 65.56 Lacs insingle contract of similar naturework during last 7 years endingon 31.03.2018.

    Work no.2

    Name of Work:

    Work Order/ AgreementNo. & dt.: Cost:

    Stipulated Date ofCompletion as percontractagreement:

    Actual Date of

    completion: Completion

    Cost :

    OR---------------------------------- Details of the onework: Work no.1

    Name of Work:

    Work Order /AgreementNo. & dt.: Cost:

    Stipulated Date ofCompletion as percontractagreement:

    Actual Date of

    completion: Completion

    Cost :

    - -----------------------------

    c.

    Whether experience fromGovt. organizations or privateclients?

    Govt.Organization /Private Clients.(Tick whichever isapplicable. In caseexperience ofprivate client, TDScertificate fromclient to beenclosed)

    TDScertificateenclosed :

    YES/NO

    CH-03

  • d. TURNOVER :Annualized average financialturnover equivalent to IndianRupees Rs. 24.59 Lacs duringlast three financial years.

    Year INR (in Lacs)2015-162016-172017-18

    Proof of turn overenclosed (Abridged

    balance sheet & profit &loss A/C)

    YES/NOe. Permanent Account No.(PAN) Copy enclosed:

    YES/NOf. Details of tender fee DD/FDR No. ...

    Amount .Dated

    Tender fee paid :YES/NO

    g. Details of T&P

    The applicant should own /possess, the following minimummachinery for deploying on thework.

    A) Owned/ Leased

    2. Any other information

    Place:Date:

    SignatureAuthorized Signatory of the contractor/ Firm

    DECLARATION

    I ( ) hereby declare that the documents submitted / enclosedare true and correct. In case any document at any stage found fake / incorrect, my EMDmay be forfeited & action as deemed fit by AAI can be taken against me.

    Place:

    Date:

    SignatureAuthorized Signatory of the contractor/ Firm

    CH-04

  • GENERAL CONDITIONS OF CONTRACT

    AIRPORTS AUTHORITY OF INDIA

    2017

  • Page 1A.A.I. CI.O.

    AIRPORTS AUTHORITY OFINDIA

    AIRPORTS AUTHORITY OF INDIA

    INDEX

    Sl. No. Details of Pages PageNo.

    1. General Guidelines 2

    2. Tender forms 3

    i) General Rules and Directions. 5

    ii) Conditions of contract 12

    iii) Clauses of contract 15

    iv) A A I Safety code 77

    v) Model Rules 82

    vi) A A I contractor's labour Regulations 87

    vii) Various Formats to be maintained (Appendix I to XX) 92

    viii) Sketch of Cement Godown 128

    3. Proforma of Schedules A to F 129

  • Page 2A.A.I. CI.O.

    General GuidelinesAIRPORTS AUTHORITY OFINDIA

    GENERAL GUIDELINES

    1. This book of General Conditions of Contract is applicable to bothtypes of tenders i. e. Percentage rate tenders and Item rate tenders.Accordingly, alternative provisions for conditions Nos. 4, 10 & 12 ofthe General Rules and Directions are given in this book. Theappropriate alternatives will be applicable in specific casesdepending on whether this is used for percentage rate tenders or itemrate tenders

    2. Noice Inviting Tender, Schedules A to F, specialconditions/specifications and drawings only will be issued tointending bidders. The standard form will not be issued along withthe Tender Documents but the same shall form part of the agreementto be drawn and signed by both parties after acceptance of tender.

    3. All blanks are confined to Notice Inviting Tender and Schedules Ato F.

    4. Authority approving the Notice Inviting Tenders (NIT) shall fill upall the blanks in Notice Inviting Tender and in Schedules B to Fbefore issue of Tender documents.

    5. The intending bidders will quote their rates in Schedule A.

    6. The proforma for registers and Schedules A to F are only forinformation and guidance. These are not to be filled in the StandardForm. The Schedules with all blanks, duly filled, shall be separatelyissued to all intending tenderers.

  • Page 3A.A.I. CI.O.

    Tender formsAIRPORTS AUTHORITY OFINDIA

    AIRPORTS AUTHORITY OF INDIA

    Percentage Rate Tender/Item Rate Tender & Contract for Work

    Airport : Kishangarh

    Signature of officer issuing documents ------------------------------------------------*

    Designation --------------------------------------------------------------------------------*

    Date of issue -------------------------------------------------------------------------------*

    *(ii) Not applicable for e-tendering

    TENDERI/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F, Specificationsapplicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, Clauses ofcontract, Special conditions, Schedule of Rates & other documents and Rules referred to in theconditions of contract and all other contents in the tender document for the work.

    I/We hereby tender for the execution of the work specified for the Chairman Airports Authority ofIndia within the time specified in Schedule 'F', viz., schedule of quantities and in accordance in allrespects with the referred to in Rule-1 of General Rules and Directions and in Clause 11 of theConditions of contract and with such material as are provided for, by and in respects in accordancewith, such conditions so far as applicable.

    We agree to keep the tender open for Ninety (90) days from the date of opening of financial bid in 3/2bid system and not to make any modifications in its terms and conditions.

    I/ We undertake and confirm that for eligiblility of similar work(s) has / have not been got executedon back to back basis through another contractor. Further that, if such a violation comes to the noticeof AAI, then I/We shall accept the decision of AAI if we are debarred for tendering in AAI in futureworks. 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 / PerformanceGuarantee.

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

    Branch : Engineering Office of :Asst.Gen. Manager (Engg.-C)

    (ii) To be opened in presence of tenders who may be present on _________at_____-- hrs. in the office of ____Issued to -----------------------------------------------------------------------------------*

    (A) Tender for the work of:- Swachh Vidyalaya initaitive for additional toilet - Construction / Renovation of Girls / Boys Toilets in twenty five Government schools of Ajmer Distt. Kishangarh. (Annual plan 2015-16) - Phase - II

    (i) To be submitted/ uploaded upto 04/12/2018 hours on 11:30 in IC CPP Portal.

  • Page 4A.A.I. CI.O.

    Tender formsAIRPORTS AUTHORITY OFINDIA

    A sum of Rs. 4,109.00/- Rupees Four Thousand One Hundred Nine only is here by submitted asDemand Draft/ Bank Transfer/ RTGS/BG* in the format prescribed in tender documents as earnestmoney(Appendix-I). If I/we, fail to furnish the prescribed performance bank guarantee withinprescribed period, I/we agree that the said Chairman, A.A.I. or his successors in office shall withoutprejudice to any other right or remedy, be at liberty to take appropriate action as per terms of contract.Further, if I/ we fail to commence work as specified, I/we agree that Chairman, A.A.I. or hissuccessors in office shall without prejudice to any other right or remedy available in law, be at libertyto forfeit the said earnest money absolutely, otherwise the said earnest money shall be retained byAAI towards security deposit to execute all the works referred to in the tender documents upon theterms and conditions contained or referred to therein and to carry out such deviations as may beordered, upto maximum of the percentage mentioned in Schedule 'F' and those in excess of that limitat the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of thetender form. Further, I/We agree that in case of forfeiture of earnest money or Performance Guaranteeor both Earnest Money & Performance Guarantee as aforesaid, I/We shall be debarred forparticipation in the re-tendering process of the work.

    I/We hereby declare that I/we shall treat the tender documents drawings and other records connectedwith the work as secret/confidential documents and shall not communicate information/derived therefrom to any person other than a person to whom I/we am/are authorised to communicate the same oruse the information in any manner prejudicial to the safety of the State.(* To be deleted which are not applicable)

    Date : Signatures of Contractor :

    Witness: Postal Address

    Occupation:ACCEPTANCE

    The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted bycompetent authority on behalf of the Chairman, Airports Authority of India for sum ofRs. (Rupees ).

    The letters referred to below shall form part of this contract Agreement:-

    (i)(ii)(iii)

    For & on behalf of Chairman, AirportsAuthority of IndiaSignature----------------------

    Designation--------------------Date-----------------------------

  • Page 5A.A.I. CI.O.

    General Rules & DirectionsAIRPORTS AUTHORITY OFINDIA

    AIRPORTS AUTHORITY OF INDIA

    General Rules & Directions

    1. GeneralRules& Directions

    All work proposed for execution by contract are notified in a form of invitation totender pasted in public places /NIC CPP Portal and signed by the officer invitingtender or by publication in Newspapers and posted on AAI web-site and NICCPP Portal http://etenders.gov.in and www.aai.aero (for reference only).

    This form will state the work to be carried out, as well as the date for submittingand opening tenders and the time allowed for carrying out the work, also theamount of earnest money to be deposited with the tender, and the amount of thesecurity deposit and Performance guarantee to be deposited by the successfultenderer and the percentage, if any, to be deducted from bills. Copies of thespecifications, designs and drawings and any other documents required inconnection with the work signed for the purpose of identification by the officerinviting tender shall also be open for inspection by the contractor at the office ofofficer inviting tender during office hours.

    2. In the event of the e-tender being submitted by a firm, it must be digitally signed.Such tender will be treated as signed tender. For physical tender it must be signedseparately by each partner thereof or in the event of the absence of any partner, itmust be signed on his behalf by a person holding a power-of-attorney authorizinghim to do so, such power of attorney to be produced with the tender, and it mustdisclose that the firm is duly registered under the Indian Partnership Act, 1952.

    2. (A) In case of the tender submitted by a Joint Venture / Consortium, a copy of jointventure / consortium agreement in the specified proforma defining the leadpartner should be submitted. The lead partner shall sign all the documents inrespect of the works. The documents signed by any other person or firm otherthan the lead partner shall not be entertained.

    3. Receipts for payment made on account of work, when executed by a firm, mustalso be signed by all the partners, except where contractors are described in theirtender as a firm, in which case the receipts must be signed in the name of the firmby one of the partners, or by some other person having due authority to giveeffectual receipts for the firm. Bank details shall be furnished by the firm throughan application duly signed by all partners for payment to the firm through banktransfer.

    4. Applicablefor itemRate Tenderonly .

    Any person who submits a tender shall fill up the usual printed form, stating atwhat rate he is willing to undertake each item of the work. Tenderers, whichpropose any alteration in the work specified in the said form of invitation totender, or in the time allowed for carrying out the work, or which contain anyother conditions of any sort, including conditional rebates, will be summarilyrejected. No single tender shall include more than one work, but contractors whowish to tender for two or more works shall submit separate tender for each.Tender shall have the name and number of the works to which they refer, writtenon the envelopes.The rate(s) must be quoted in decimal coinage. Amount must be quoted in fullRupees by ignoring 50 paise and considering more than 50 paise as Rupee one.In case the lowest tendered amount (worked out on the basis of quoted rate ofIndividual items) of two or more contractors is same, then such lowestcontractors will be asked to submit revised offer quoting rate of each item of theschedule of quantity for all sub sections/sub heads as the case may be, but therevised quoted rate of each item of schedule of quantity for all sub sections/subheads should not be higher than their respective original rate quoted already at thetime of submission of tender. The lowest tender shall be decided on the basis of

  • Page 6A.A.I. CI.O.

    General Rules & DirectionsAIRPORTS AUTHORITY OFINDIA

    revised offer.If the revised tendered amount (worked out on the basis of quoted rate ofindividual items) of two or more contractors received in revised offer is againfound to be equal, then the lowest tender, among such contractors, shall bedecided by draw of lots in the presence of Jt. GM (Engg)/ DGM (Engg)/ AGM(Engg)/ Sr Manager (Engg) in-Charge of major and minor component(s) workand the lowest contractors those have quoted equal amount of their tenders.In case of any such lowest contractor in his revised offer quotes rate of any itemmore than their respective original rate quoted earlier at the time of submission oftender, then such revised offer shall be treated invalid. Such case of revised offerof the lowest contractor or case of refusal to submit revised offer by the lowestcontractor shall be treated as withdrawal of his tender before acceptance and 50%of his earnest money shall be forfeited.In case all the lowest contractors those have same tendered amount (as a result oftheir quoted rate of individual items), refuse to submit revised offers, then tendersare to be recalled after forfeiting 50% of EMD of each lowest contractors.Contractor, whose earnest money is forfeited because of non-submission ofrevised offer, or quoting higher revised rate(s) of any item(s) than their respectiveoriginal rate quoted already at the time of submission of his bid shall not beallowed to participate in the retendering process of the work.

    Note: Till the time software supports the above provisions, revised offers fromtenderers forming the tie shall be obtained and procedure prescribed forRestricted call of tenders shall be adopted (for e-tenders).

    4. (A) ApplicableforPercentageRate Tenderonly.

    In case of Percentage Rate Tenders, tenderer shall fill up the usual printed form,stating at what percentage below/above (in figures as well as in words) the totalestimated cost given in Schedule of Quantities at Schedule-A, he will be willingto execute the work. The tender submitted shall be teated as invalid if;

    1. The contractor dose not quote percentage above/below on the totalamount of tender or any section/sub-head of the tender.

    2. The percentage above/below is not quoted in figures & words both on thetotal amount of tender or any section/sub-head of the tender.

    3. The percentage quoted above/below is different in figures and words onthe total amount of tender or any section/sub-head of the tender.

    Tenders, which propose any alteration in the work specified in the said form ofinvitation to tender, or in the time allowed for carrying out the work, or whichcontain any other conditions of any sort including conditional rebates, will besummarily rejected.No single tender shall include more than one work, but contractors who wish totender for two or more works shall submit separate tender for each. Tender shallhave the name and number of the works to which they refer, written on theenvelopes.In case the lowest tendered amount (estimated cost + amount worked on the basisof percentage above/below) of two or more bidders is same, such lowest bidderswill be asked to submit revised offer in the form of letter mentioning percentageabove/ below on estimated cost of tender including all sub sections/sub heads asthe case may be, but the revised percentage quoted above/below on tendered costor on each sub section/ sub head should not be higher than the percentage quotedat the time of submission of tender. The lowest tender shall be decided on thebasis of revised offers. In case any of such contractor refuses to submit revisedoffer, then it shall be treated as withdrawal of his tender before acceptance and50% of earnest money shall be forfeited.If the revised tendered amount of two more bidders received in revised offer isagain found to be equal , the lowest tender, among such bidders, shall be decidedby draw of lots in the presence of Jt. GM (Engg)/ DGM (Engg)/ AGM (Engg)/ Sr

  • Page 7A.A.I. CI.O.

    General Rules & DirectionsAIRPORTS AUTHORITY OFINDIA

    Manager (Engg) in-Charge of work & the lowest bidders those who have quotedequal amount of their tenders. In case all the lowest bidders those have quotedsame tendered amount, refuse to submit revised offers, then tenders are to berecalled after forfeiting 50% of EMDof each bidder.

    Bidders, whose earnest money is forfeited because of non-submission of revisedoffer, shall not be allowed to participate in the re-tendering process of the work.Note: Till the time software supports the above provisions, revised offers

    from tenderers forming the tie shall be obtained and procedureprescribed for Restricted call of tenders shall be adopted.4. (B) In case the lowest tendered amount (estimated cost + amount worked on the basis

    of percentage above/below) of two or more contractor is same, such lowestcontractor will be asked to submit sealed revised offer in the form of lettermentioning percentage above/below on estimated cost of tender including all subsection/sub heads as the case may be, but the revised percentage quotedabove/below on tendered cost or on each sub section /sub head should not behigher than the percentage quoted at the time or submission of tender. The lowesttender shall be decided on the basis of revised offers.In case any of such contractor refuses to submit revised offer, then it shall betreated as withdrawal of his tender before acceptance and 50% of earnest moneyshall be forfeited.If the revised tendered amount of two more contractors received in revised offersis again found to be equal, the lowest tender, among such contractor , shall bedecided by draw of lots in the presence of Jt.GM(Engg)/DGM (Engg), AGM(Engg)/Sr. Manager (Engg) in -Charge of major & minor component(s) of work& the lowest bidders those who have quoted same tendered amount of theirtenders.In case all the lowest contractors those have quoted same tendered amount, refuseto submit revised offers, then tenders are to be recalled after forfeiting 50% ofEMD of each bidder.Bidders, whoes earnest money is forfeited because of non submission of revisedoffer, shall not be allowed to participate in the re-tendering process of the work.

    5. The officer inviting tender or his duly authorized representative, will open tendersin the presence of any intending bidders who may be present at the time, and willenter the amounts of the several tenders in a comparative statement in a suitableform. In the event of a tender being accepted, a receipt for the earnest moneyshall thereupon be given to the contractor who shall thereupon for the purpose ofidentification sign copies of the specifications and other documents mentioned inRule I.In the event of a tender being rejected, the earnest money shall thereupon bereturned to the contractor remitting the same, without any interest.

    6. The officer inviting tenders shall have the right of rejecting all or any of thetenders and will not be bound to accept the lowest or any other tender.

    7. The receipt of an accountant or clerk for any money paid by the bidder towardstender fee will not be considered as any acknowledgement or payment to theofficer inviting tender and the bidder shall be responsible for seeing that heprocures a receipt signed by the officer inviting tender or a duly authorisedcashier.

    8. The memorandum of work tendered for and the schedule of materials to besupplied by the department and their issue-rates, shall be filled and completed inthe office of the officer inviting tender before the tender form is issued. If a formis issued to an intending bidder without having been so filled in and incomplete,he shall request the officer to have this done before he completes and delivers histender.

  • Page 8A.A.I. CI.O.

    General Rules & DirectionsAIRPORTS AUTHORITY OFINDIA

    9. The bidders shall sign a declaration under the officials Secret Act 1923, formaintaining secrecy of the tender documents drawings or other records connectedwith the work given to them. The unsuccessful bidders shall return all thedrawings given to them.

    9(A). Use of correcting fluid any where in tender document is not permitted. Suchtender is liable for rejection. If there is any correction it should be cut with astraight line and should be initialed and cello tape to be provided on all the ratesquoted in case of physical tenders.

    10. Applicablefor ItemRate TenderOnly.

    In the case of Item Rate Tenders, only rates quoted shall be considered. Anytender containing percentage below / above the rates quoted is liable to berejected. Rates quoted by the bidder in item rate tender in figures and words shallbe accurately filled in so that there is no discrepancy in the rates written in figuresand words. However,i. if a discrepancy is found between rates in figures and in words, then the

    rates which correspond with the amount worked out by the bidder shallunless otherwise proved be taken as correct.

    ii. If the amount of an item is not worked out by the bidder or it does notcorrespond with the rates written either in figures or in words, then therates quoted by the contractor in words shall be taken as correct.

    iii. Where the rates quoted by the bidder in figures and in words tally, but theamount is not worked out correctly, the rates quoted by the contractor willunless otherwise proved be taken as correct and not the amount.

    iv. In event no rate has been quoted for any item(s) leaving space blank bothin figure(s) and word(s) or cancelled the quoted rate in figure(s), andword(s) but the amount corresponding to the item(s) is worked out by thebidder and added to the grand total, then rate(s) of the items(s) shall bederived from the amount(s) quoted by the contractor against such item(s).

    v. In event no rate has been quoted for any item(s), leaving space both infigure(s), word(s), and amount blank, it will be presumed that the bidderhas included the cost of this/these item(s) in other items and rate for suchitem(s) will be considered as zero and work will be required to be executedaccordingly.

    Applicableforpercentagerate tenderonly .

    In case of percentage Rate Tenders only percentage quoted shall be considered.Any tender containing item rates is liable to be rejected Percentage quoted by thebidder in percentage rate tender shall be accurately filled in figures and words, sothat there is no discrepancy.However, if the bidder has worked out the amount of the tender and if anydiscrepancy is found in the percentage quoted in words and figures,i. The percentage which corresponds with the amount worked out by the

    bidder shall, unless otherwise proved, be taken as correct.ii. If the amount of the tender is not worked out by the bidder or it does not

    correspond with the percentage written either in figures or in words, thenthe percentage quoted by the bidder in words shall be taken as correct.

    iii. Where the percentage quoted by the bidder in figures and in words tally butthe amount is not worked out correctly, the percentage quoted by the bidderwill, unless otherwise proved, be taken as correct and not the amount.

    11. In the case of any tender where unit rate of any item / items appear unrealistic,such tender will be considered as unbalanced and in case the tenderer is unable toprovide satisfactory explanation, such a tender is liable to be disqualified andrejected.

    12. Applicablefor ItemRate Tenderonly.

    All rates shall be quoted on the tender form. The amount for each item should beworked out and requisite totals given. Special care should be taken to write therates in figures as well as in words and the amount in figures only, in such a waythat interpolation is not possible. The total amount should be written both in

  • Page 9A.A.I. CI.O.

    General Rules & DirectionsAIRPORTS AUTHORITY OFINDIA

    figures and in words. In case of figures, the word Rs should be written beforethe figure of rupees and word P after the decimal figures, e.g. Rs. 2.15 P andin case of words, the word Rupees should precede and the word Paise shouldbe written at the end. Unless the rate is in whole rupees and followed by the wordonly it should invariably be upto two decimal places. While quoting the rate inschedule of quantities, the word only should be written closely following theamount and it should not be written in the next line.

    12(A). Applicableforpercentagerate tenderonly.

    In Percentage Rate Tender, the tenderer shall quote percentage below / above (infigures as well as in words) at which he will be willing to execute the work. Heshall also work out the total amount of his offer and the same should be written infigures as well as in words in such a way that no interpolation is possible. In caseof figures, the word Rs should be written before the figure of rupees and workP after the decimal figures, e.g. Rs. 2.15 P and in case of words, the wordRupees should precede and the word Paise should be written at the end.(quoting of rates in Paise is not applicable in e-tenders)

    13 Acceptance ofabnormallylow quoted bid(Capital& RevenueExpenditureContract)

    Wherever the price of the lowest bidder is lower than the justified cost by morethan 25%, lowest bid can be termed as Abnormally Low Quoted Bid (ALQB).Processing of such bid shall be as follows:

    i) All such items which are more than 25% below the justified rate shall beterms as Abnormally Low Quote Items (ALQI) and these items shall beidentified by the Bid Processing Manager.

    ii) The Bid Processing Manager shall take approval of the accepting authorityto seek clarification from the lowest bidder.

    iii) The lowest bidder has to submit justification of their price either in NICportal, if possible, or through a separate letter along with analysis of ratesfor all such ALQI.

    iv) On receipt of clarifications, a committee comprising of officials fromEngineering, Finance and other related directorates, to be decided by theaccepting authority, shall analyze the bidders justification and shall givetheir recommendation to accept or reject the bid. The recommendation ofthe committee can be accepted by the authority next higher to the officercompetent to accept the tender as per the Delegation of Powers. HoweverChairman shall have the full power. Reasons for such acceptance/rejectionshall be on record.

    v) On decision to accept the tender, the bidder shall be asked to submit a bankguarantee for all such ALQI, amounting to 10% of the differencebetween the 75% of justified cost and the cost quoted by the bidder. Thisbank guarantee shall be termed as Quality Protection Bank Guarantee(QPBG) and shall be over and above the other normal bank guarantees andshall be valid up to the defect liability period.

    vi) In case of Percentage Rate Tenders, Bank Guarantee shall be asked for10% of the difference between 75% of the estimated cost and thecorrespondence cost worked out on the basis of percentage quoted bybidder.

    vii) This QPBG for any tender shall be a fixed amount as one time measure andwill not vary at any stage during the currency of the work or contract.

    viii) In case of labour intensive ALQB like MESS, Annual MaintenanceContract for supply of labors, Operation & Maintenance Contract and othersimilar works, contractor shall transfer / deposit salary of the individualworker to their bank account which should be linked with AADHAR cardand a statement to be submitted to AAI.

  • Page 10A.A.I. CI.O.

    General Rules & DirectionsAIRPORTS AUTHORITY OFINDIA

    13A In case the contractor does not carry out the work on ALQ items as per scheduleor as per NIT specifications, the Engineer-in-charge shall issue a letter to thecontractor to comply its obligations as per NIT, for ALQ items. Engineer-in-charge shall also give one reminder after 10 days of 1st letter and if contractorstill do not start the work on ALQ items, then bank guarantee i.e. QPBG shouldbe encashed and work should be got executed through another agency at his riskand cost.

    14 i. The bidder, whose tender is accepted, will be required to furnish performanceguarantee of 5% (Five Percent) of the tendered amount within the periodspecified in Schedule F. This guarantee shall be in the form of Fixed DepositReceipts or Guarantee Bonds of any Scheduled Bank but not co-operative orGramin Bank, in accordance with the prescribed form, provided confirmatoryadvice is enclosed.

    ii. The bidder, whose tender is accepted, will also be required to furnish by wayof Security Deposit for the fulfillment of his contract, an amount equal to 5%of the contract amount of the work.

    iii. In works where condition of submission of Performance Guarantee is notapplicable, the security deposit @ 10% of the tendered value shall bededucted.

    iv. The Security deposit (under ii & iii above) will be collected by deductionsfrom the running bills of the contractor at the rates mentioned above and theearnest money deposited at the time of tenders, will be treated as a part of theSecurity Deposit.

    v. Security deposit will also be accepted in form of Fixed Deposit Receipts /Guarantee Bonds of any Scheduled Bank but not co-operative or Gramin Bankin accordance with the prescribed form, provided confirmatory advice isenclosed.

    15. On acceptance of the tender, the name of the accredited representative(s) of thecontractor who would be responsible for taking instructions from the Engineer-in-Charge shall be communicated in writing to the Engineer-in-Charge.

    17. The contractor/ bidder shall give a list of AAI employees related to him.

    16. 1. Rate to be quoted by the parties, should be inclusive of all parties, should be inclusive of all taxes, duties, CESS, fee, royalty charges etc. levied under any statute but exculusive of GST for all the items.

    2. However, GST, as applicable, shall be paid to the contractor, for any taxable supply/services/construction redered by the agency to AAI, against a valid GST invoice as per terms and conditions of the contract.

    3. In case supplies/ services/ works involve imports; the same should be identified serparately. Basic custom duty & IGST will be paid directly by AAI by utilizing EPCG license/ Duty Credit scrip under service Export form India scheme (SEIS) of Govt. of India.

  • Page 11A.A.I. CI.O.

    General Rules & DirectionsAIRPORTS AUTHORITY OFINDIA

    18. The tender for the work shall not be witnessed by a contractor or contractors/bidders who himself / themselves has / have tendered or who may and has / havetendered for the same work. Failure to observe this condition would render,tenders of the contractors tendering, as well as witnessing the tender, liable tosummary rejection.

    19. The tender for composite work includes, in addition to building work, all otherworks such as sanitary and water supply installations drainage installation,electrical work, horticulture work, roads and paths etc. The tenderer apart frombeing a registered contractor (B&R) of appropriate class, must associate himselfwith agencies of appropriate class which are eligible to tender for sanitary andwater supply drainage, electrical and horticulture works in the composite tender.

    20. The contractor/ bidder shall submit list of works completed in last 5 years*as wellas which are in hand (in progress) in the following format for assessing biddingcapacity of the bidders:-

    Name of work Name and particularsof Office where workis being executed

    Value of work Position of worksin progress

    Remarks

    1 2 3 4 5

    21 The contractor/bidder shall comply with the provisions of the Apprentices Act1961, and the rules and orders issued there under from time to time. If he fails todo so, his failure will be a breach of the contract and the Executive Director(Engg.)may in his discretion, without prejudice to any other right or remedyavailable in law, cancel the contract. The contractor shall also be liable for anypecuniary liability arising on account of any violation by him of the provisions ofthe said Act.

    22 If complete site is available for work, the work shall be completed in the mannerspecified here in special condition of contract and NIT specifications.

    Note: In such case para 23 below may be deleted by NIT approving authority23 If complete site is not available for taking up the work, the same shall be made

    available in phases. The scope of work covered in each phase, time forcompletion of work in each phase and methodology of taking over completedwork in phased manner has been specified under special conditions of contract.The completion time for each phase shall be applicable as indicated in tenderdocuments. The work shall also be taken over by Engineer-In-Charge in phases.The warranty for the works executed in each phase shall be applied independentlyw.e.f. date of completion /taking over of individual phase.

    Note: In such case para 22 above may be deleted by NIT approving authority

  • Page 12A.A.I. CI.O.

    Conditions of ContractAIRPORTS AUTHORITY OFINDIA

    2. In the contract, the following expressions shall, unless the context otherwiserequires, have the meanings, hereby respectively assigned to them :-i. The expression works or work shall, unless there be something either in the

    subject or context repugnant to such construction, be construed and taken tomean the works by or by virtue of the contract contracted to be executedwhether temporary or permanent, and whether original, altered, substitutedor additional.

    ii. The site shall mean the land / or other places on, into or through which workis to be executed under the contract or any adjacent land, path or streetthrough which work is to be executed under the contract or any adjacentland, path or street which may be allotted or used for the purpose of carryingout the contract.

    iii. The Contractor/tenderer/bidder shall mean the individual, firm orcompany whether incorporated or not, Joint Venture / Consortiumundertaking the works and shall include the legal personal representative ofsuch individual or the persons constituting such firm or company, or thesuccessors of such firm or company and the permitted assignees of suchindividual, firm or company.

    iv. The Chairman means the Chairman Airports Authority of India and hisSuccessors.

    v. The Engineer-in-Charge means the Engineering Officer who shallsupervise and be incharge of the work and who shall sign the contract onbehalf of the Chairman, Airports Authority of India as mentioned inSchedule F hereunder.

    vi. AAI or Airports Authority of India shall mean the Chairman AirportsAuthority of India.

    vii. The terms Member(Planning) means the head of Department ofEngineering, Airports Authority of India.

    viii. Accepting Authority shall mean the authority mentioned in Schedule F.ix. Excepted Risk are risks due to riots (other than those on account of

    contractors employees), war (whether declared or not) invasion, act offoreign enemies, hostilities, civil war, rebellion revolution, insurrection,terrorism, military or usurped power, any acts of Airports Authority of India,damages from aircraft, acts of God, such as earthquake, lightening andunprecedented floods, and other causes over which the contractor has nocontrol and accepted as such by the Accepting Authority or causes solelydue to use or occupation by Airports Authority of India of the part of theworks in respect of which a certificate of completion has been issued or acause solely due to Airports Authority of Indias faulty design of works.

    x. Market Rate shall be the rate as decided by the Engineer-in-Charge on thebasis of the prevailing cost of materials and labour at the site where the workis to be executed plus the percentage mentioned in Schedule F to cover, alloverheads and profits. Provided that no extra overheads and profits shall bepayable on the parts of works assigned to other agency(s) by the contractoras per terms of contract.

    Definitions :CONDITIONS OF CONTRACT

    1. The contract means the documents forming the tender and acceptance thereof and the formal agreement/agreements executed between the competent authority(s) on behalf of the Chairman, Airports Authority of India and the Contractor, together with the documents referred to therein including these conditions, the specifications, designs, drawings and instructions issued from time to time by the Engineer-in-charge and all these documents taken together, shall be deemed to form one contract/two contracts and shall be complimentary to one another. Contractor has to sign two agreements, one consisting BOQ for Civil works and another one for SITC and O&M/AMC/AICMC part. Engineer-in-charge could be common for both the agreements. Separate invoices for the civil/ construction works and SITC/O&M/AICMC/AMC works have to be raised by the agency referring to the respective agreements to facilitate AAI to claim input tax credit on such SITC/O&M/AICMC/AMC works as mentioned in schedule "F"para 2(v)

  • Page 13A.A.I. CI.O.

    Conditions of ContractAIRPORTS AUTHORITY OFINDIA

    xi. Schedule(s) referred to in these conditions shall mean the relevantschedule(s) annexed to the tender papers or the standard Schedule of Ratesof the government mentioned in Schedule F hereunder, with theamendments thereto issued upto the date of receipt of the tender.

    xii. Department means Airports Authority of India, which invites tender onbehalf of Chairman, Airports Authority of India.

    xiii. Tendered value means the value of the entire work as stipulated in the letterof award.

    3. Scope andPerformance

    Where the context so requires, words imparting the singular only also include theplural and vice versa. Any reference to masculine gender shall whenever requiredinclude feminine gender and vice versa.

    4. Headings and Marginal notes to these General Conditions of Contract shall not bedeemed to form part thereof or be taken into consideration in the interpretation orconstruction thereof or of the contract.

    5. The contractor shall be furnished, free of cost one certified copy of the contractdocuments except standard specifications, Schedule of Rates and such otherprinted and published documents, together with all drawings as may be formingpart of the tender papers. None of these documents shall be used for any purposeother than that of this contract.

    6. Works to becarried out

    The work to be carried out under the Contract shall, except as otherwise providedin these conditions, include all labour, materials, tools, plants, equipment andtransport which may be required in preparation of and for and in the full andentire execution and completion of the works. The descriptions given in theSchedule of Quantities (Schedule A) shall, unless otherwise stated, be held toinclude wastage on materials, carriage and cartage, carrying and return ofempties, hoisting, setting, fitting and fixing in position and all other laboursnecessary in and for the full and entire execution and completion of the work asaforesaid in accordance with good practice and recognized principles.

    7. Sufficiency ofTender

    The Contractor shall be deemed to have satisfied himself before tendering as tothe correctness and sufficiency of his tender for the works and of the rates andprices quoted in the Schedule of Quantities, which rates and prices shall, exceptas otherwise provided, cover all his obligations under the Contract and all mattersand things necessary for the proper completion and maintenance of the works.

    8. DiscrepanciesandAdjustmentof Errors

    The several documents forming the Contract are to be taken as mutuallyexplanatory of one another, detailed drawings being followed in preference tosmall scale drawing and figured dimensions in preference to scale and specialconditions in preference to General Conditions.

    8.1 In the case of discrepancy between the Schedule of Quantities, the Specificationsand / or the Drawings, the following order of preference shall be observed :-i. Description of Schedule of Quantities.ii. Particular/ technical Specification and Special Condition, if any.iii. Drawings.iv. C P W D Specifications.v. Indian Standard Specifications of B I S./ IRC Code of Practice / ASTM

    standards.vi. Sound Engineering practice as directed by the Engineer-in-charge, whose

    decision in this regard shall final and binding on the contractor.

    8.2 If there are varying or conflicting provisions made in any one document formingpart of the contract, the Accepting Authority shall be the deciding authority withregard to the intention of the document and his decision shall be final and bindingon the contractor.

    8.3 Any error in description, quantity or rate in Schedule of Quantities or anyomission therefrom shall not vitiate the Contract or release the Contractor from

  • Page 14A.A.I. CI.O.

    Conditions of ContractAIRPORTS AUTHORITY OFINDIA

    the execution of the whole or any part of the works comprised therein accordingto drawings and specifications or from any of his obligations under the contract.

    8.4 Payment forsimilar itemswith differentquoted ratesin differentsubheads ofthe contractagreement

    If the contractor has quoted different rates for the same item appearing intwo or more subheads, then the lowest of the rates quoted shall only beconsidered for payments during execution of work. In case of deviation ofquantity of such item, payments shall be made at the lowest quoted rate forquantity executed upto the deviation limit specified in the contract.Beyond the deviation limit the rate shall be derived as per relevant contractprovision.

    9. ReverseAuction forpurchasetenders

    AAI may opt for reverse auction in case of purchase tender if value of suppliesput to tender is more than Rs.2Cr.

    i) i. The notice inviting tender, all the documents including drawings, if any,forming the tender as issued at the time of invitation of tender andacceptance thereof together with any correspondence leading thereto.

    ii. Standard AAI Form as mentioned in Schedule F consisting of :a. Various standard clauses with corrections upto the date stipulated in

    Schedule F alongwith annexures thereto.b. AAI Safety Code.c. Model Rules for the protection of health, sanitary arrangements for

    workers employed by AAI or its contractors.d. AAI Contractors Labour Regulations.e. List of Acts and omissions for which fines can be imposed.

    iii. No payment for the work done will be made unless contract in form ofagreement is signed by the contractor.

    10. Signing ofContract

    The successful tenderer / contractor, on acceptance of his tender by theAcceptingAuthority, shall,within 15 days from the stipulated date of start of the work, shall sign either single or two agreements, as the case may be, one consisting BOQ for civil works and another one for SITC and O&M/AMC/AIMC part

  • Page 15A.A.I. CI.O.

    Clauses of ContractAIRPORTS AUTHORITY OFINDIA

    CLAUSE 1CLAUSES OF CONTRACT

    PerformanceGuarantee

    This clause is applicable for the works for which the estimated cost put to tenderis more than Rs.5 crores.i. The contractor shall submit an irrevocable Performance Guarantee of 5%

    (Five percent) of the Tendered amount in addition to other depositsmentioned elsewhere in the contract for his proper performance of thecontract agreement, (not withstanding and/or without prejudice to any otherprovisions in the contract) within period specified in Schedule F from thedate of issue of award letter. This guarantee shall be in the form of FixedDeposit Receipts or Guarantee Bonds of any Scheduled bank but not Co-operative or Gramine bank in accordance with the form annexedhereto.(Appendix-XI) In case a fixed deposit receipts of any Bank isfurnished by the contractor to the AAI as part of the performance guaranteeand the Bank is unable to make payment against the said fixed depositreceipts or Guarantee Bonds, the loss caused thereby shall fall on thecontractor and the contractor shall forthwith on demand furnish additionalsecurity to make good the deficit.

    ii Performance guarantee should be furnished within 30 days of issue of awardletter. In case the contractor fails to deposit performance guarantee withinthe stipulated period, no payment will be released to the contractor for thework done in respect of 1st running account bill. Moreover, interest @10%per annum on performance guarantee amount would be levied (non-refundable) for delayed period of submission.

    iii. The Performance Guarantee shall be initially valid upto the stipulated date ofcompletion plus 180 days beyond that. In case the time for completion ofwork gets enlarged, the contractor shall get the validity of PerformanceGuarantee extended to cover such enlarged time for completion of work.After recording of the completion certificate for the work by the competentauthority, the performance guarantee shall be returned to the contractor,without any interest. However, in case of contracts involving maintenance ofbuildings and services / any other work thereafter, 50% of PerformanceGuarantee shall be retained as Security Deposit as per contract conditions.The same shall be returned on successful completion of commitment yearwise proportionately.

    iv. The Engineer-in-Charge shall not make a claim under the performanceguarantee except for amounts to which the AAI is entitled under the contract(not withstanding and/or without prejudice to any other provisions in thecontract agreement) in the event of:a. Failure by the contractor to extend the validity of the Performance

    Guarantee as described herein above, in which event the Engineer-in-Charge may claim the full amount of the Performance Guarantee.

    b. Failure by the contractor to pay the Chairman, AAI any amount due,either as agreed by the contractor or determined under any of theClauses/Conditions of the agreement, within 30 days of the service ofnotice to this effect by Engineer-in-Charge.

    v. In the event of the contract being determined or rescinded under provision ofany of the Clause/Condition of the agreement, the performance guaranteeshall stand forfeited in full and shall be absolutely at the disposal of theChairman, AAI.

  • Page 16A.A.I. CI.O.

    Clauses of ContractAIRPORTS AUTHORITY OFINDIA

    CLAUSE 1 A

    Recovery ofSecurityDeposit

    The person/persons whose tender(s) may be accepted (hereinafter called thecontractor) shall permit AAI at the time of making any payment to him for workdone under the contract to deduct a sum at the rate of 5% of the gross amount ofeach running and final bill till the sum deducted alongwith the sum alreadydeposited as earnest money, will amount to security deposit of 5% of the tenderedvalue of the work. Earnest money shall be adjusted first in the security depositand further recovery of security deposit shall commence only when the updateamount of security deposit starts exceeding the earnest money. Such deductionswill be made and held by way of Security Deposit unless he/they has/havedeposited the amount of Security at the rate mentioned above in the form of fixeddeposit receipts or guarantee bonds of any Scheduled Bank but not Co-operativeor Gramin Bank. In case a fixed deposit receipts or Guarantee Bonds of any Bankis furnished by the contractor to the AAI as part of the security deposit and theBank is unable to make payment against the said fixed deposit receipt orGuarantee Bond, the loss caused thereby shall fall on the contractor and thecontractor shall forthwith on demand furnish additional security to the AAI tomake good the deficit. In works where condition of submission of performanceguarantee is not applicable, the security deposit at the rate of 10% (Ten Percent)of gross amount of each running bill shall be deducted instead of 5%, till the sumalong with the sum already deposited as earnest money will amount to securitydeposit of 10% of the contract value of work. Other conditions shall remain sameas stated above. All compensations or the other sums of money payable by thecontractor under the terms of this contract may be deducted from, or paid by thesale of a sufficient part of his security deposit or from the interest arisingtherefrom, or from any sums which may be due to or may become due to thecontractor by AAI on any account whatsoever and in the event of his SecurityDeposit being reduced by reason of any such deductions or sale as aforesaid, thecontractor shall within 10 days make good in fixed deposit receipts or GuaranteeBonds tendered by the Scheduled Banks (but not any Co-operative or Graminbank) (if deposited for more than 12 months) endorsed in favour of the AirportsAuthority of India, any sum or sums which may have been deducted from, orraised by sale of his security deposit or any part thereof. The security depositshall be collected from the running bills of the contractor at the rates mentionedabove and the Earnest money deposited at the time of tenders will be treated aspart of the Security Deposit. The security deposit as deducted above can bereleased against bank guarantee issued by any Scheduled Bank (but not from Co-operative / GraminBank), on its accumulations to a minimum of Rs. 5 lakhsubject to the condition that amount of such bank guarantee, except last one, shallnot be less than Rs. 5 lakh.Note 1: Provided further that the validity of Bank Guarantee including the one

    given against the earnest money shall be in conformity withprovisions contained in the clause 17 which shall be extended fromtime to time depending upon extension of contract under provision ofClause 2 & Clause 5.

    Note 2: Note 1 above shall be applicable for both clause 1 and 1 A.

  • Page 17A.A.I. CI.O.

    Clauses of ContractAIRPORTS AUTHORITY OFINDIA

    Clause 2

    Compensationfor Delay

    If the contractor fails to maintain the required progress in terms of clause 5 or tocomplete the Work and clear the site on or before the contract or justifiedextended date of completion as per clause 5(excluding any extension under clause5.5) as well as any extension granted under clause 12 and 15, he shall, withoutprejudice to any other right or remedy available under the law to the AAI onaccount of such breach, pay as compensation the amount calculated at the ratesstipulated below as the authority specified in schedule F may decide on theamount of Tendered Value of the work for every completed day/month (asdetermined) that the progress remains below that specified in Clause 5 or that thework remains incomplete. This will also apply to items or group of items forwhich a separate period of completion has been specified.i) Compensation for delay

    of workIf the completion of work is delayed due toreasons attributed to contractor, AAI shall beentitled for compensation for delay as detailedbelow :

    i. For works costing upto Rs. 20.00 Lac:1.0% (one percent) of tendered value perweek of delay or lesser amount as decidedby the competent authority subject to amaximum of 10% of contract value.

    ii For the works costing more than Rs 20 Laca. For the works having completion period less

    than 2 years0.5% (half percent) of tendered value perweek of delay or lesser amount as decidedby the competent authority subject to amaximum of 10% of the tendered value.

    b. For the works having completion periodmore than 2 years0.5% of tendered value per fortnight of delayor lesser amount as decided by thecompetent authority subject to a maximumof 10% of the tendered value.

    Provided always that the total amount of compensation for delay to be paid underthis condition shall not exceed 10% of the Tendered Value of work or of theTendered Value of the Sectional part of work as mentioned in schedule Fforwhich a separate period of completion is originally given.In case no compensation has been decided by the authority in Schedule Fduringthe progress of work, this shall be no waiver of right to levy compensation by thesaid authority if the work remains incomplete on final justified extended date ofcompletion. If the Engineer in Charge decides to give further extension of timeallowing performance of work beyond the justified extended date, the contractorshall be liable to pay compensation for such extended period. If any variation inamount of contract takes place during such extended period beyond justifiedextended date and the contractor becomes entitled to additional time under clause12, the net period for such variation shall be accounted for while deciding theperiod for levy of compensation. However, during such further extended periodbeyond the justified extended period, if any delay occurs by events under subclause 5.2, the contractor shall be liable to pay compensation for such delay.

  • Page 18A.A.I. CI.O.

    Clauses of ContractAIRPORTS AUTHORITY OFINDIA

    Provided that compensation during the progress of work beyond the justifiedextended date of completion for delay under this clause shall be for non-achievement of sectional completion or part handing over of work onstipulated/justified extended date for such part work or if delay affects any otherworks/services. This is without prejudice to right of action by Engineer in0020Charge under clause 3 for delay in performance and claim of compensation underthat clause.In case action under clause 2 has not been finalized and the work has beendetermined under clause 3, the right of action under this clause shall remain postdetermination of contract but levy of compensation shall be for days the progressis behind the schedule on date of determination, as assessed by the authority inschedule F, after due consideration of justified extension. The compensation fordelay, if not decided before the determination of contract, shall be decided afterof determination of contract.The amount of compensation may be adjusted or set-off against any sum payableto the Contractor under this or any other contract with AAI. In case, thecontractor does not achieve a particular milestone mentioned in schedule F, or there-scheduled milestone(s) in terms of Clause 5.4, the amount shown against thatmilestone shall be withheld, to be adjusted against the compensation levied asabove. With-holding of this amount on failure to achieve a milestone, shall beautomatic without any notice to the contractor. However, if the contractor catchesup with the progress of work on the subsequent milestone(s), the withheldamount shall be released. In case the contractor fails to make up for the delay insubsequent milestone(s), amount mentioned against each milestone missedsubsequently also shall be withheld. However, no interest, whatsoever, shall bepayable on such withheld amount.

    Clause 2A

    Incentive forearlycompletion

    In case, the contractor completes the work ahead of updated stipulated date ofcompletion or justif