Top Banner
1 File No. AERA/20010/MYTP/AO/AAI-Ahmd/CP-II/2015-16 /Vol-I Airports Economic Regulatory Authority of India Addendum 1: Consultation Paper No: 03/2018-19 AERA Building, Administrative Complex, Safdarjung Airport, New Delhi 110003 Date of Issue: 21 st May, 2018 Airport Operator : Airports Authority of India Airport : Sardar Vallabhbhai Patel International Airport, Ahmedabad (SVPIA) Sub.: In the matter of determination of aeronautical tariffs in respect of Sardar Vallabhbhai Patel International Airport, Ahmedabad (SVPIA) for the second Control Period (01.04.2016-31.03.2021). 1. The Authority vide Consultation Paper No. 03/2018-19 dated 23.04.2018 proposed the aeronautical tariffs in respect of Ahmedabad Airport for the second control period for stakeholders’ consultation. 2. Subsequent to the issue of consultation paper, the Authority had organized stakeholder consultation meeting at Ahmedabad airport on 11.05.2018. During the stakeholder consultation meeting, AAI has requested AERA to consider the revised proposals in respect of additional capital expenditure, traffic projections and tariff card. Proposal 1 Additional capital expenditure of INR 111.62 crore during the 2 nd control period 3. For the Consultation Paper No. 03/2018-19, AAI had proposed total capital expenditure of INR 304.2 crore and AERA had proposed to consider INR 261.6 crore towards aeronautical capital expenditure towards RAB during the 2 nd control period. 4. During the stakeholder consultation meeting held on 11.05.2018, AAI has requested AERA to consider additional capital expenditure of INR 111.62 crore during the 2 nd control period over and above INR 261.6 crore proposed by AERA in the consultation paper. The details of additional capital expenditure is as follows
244

Addendum 1: Consultation Paper No: 03/2018-19

Jan 11, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: Addendum 1: Consultation Paper No: 03/2018-19

1

File No. AERA/20010/MYTP/AO/AAI-Ahmd/CP-II/2015-16 /Vol-I

Airports Economic Regulatory Authority of India

Addendum 1: Consultation Paper No: 03/2018-19

AERA Building,

Administrative Complex,

Safdarjung Airport,

New Delhi – 110003

Date of Issue: 21st May, 2018

Airport Operator : Airports Authority of India

Airport : Sardar Vallabhbhai Patel International Airport, Ahmedabad (SVPIA)

Sub.: In the matter of determination of aeronautical tariffs in respect of Sardar

Vallabhbhai Patel International Airport, Ahmedabad (SVPIA) for the second Control Period

(01.04.2016-31.03.2021).

1. The Authority vide Consultation Paper No. 03/2018-19 dated 23.04.2018 proposed the

aeronautical tariffs in respect of Ahmedabad Airport for the second control period for

stakeholders’ consultation.

2. Subsequent to the issue of consultation paper, the Authority had organized stakeholder

consultation meeting at Ahmedabad airport on 11.05.2018. During the stakeholder

consultation meeting, AAI has requested AERA to consider the revised proposals in

respect of additional capital expenditure, traffic projections and tariff card.

Proposal 1 – Additional capital expenditure of INR 111.62 crore during the 2nd control

period

3. For the Consultation Paper No. 03/2018-19, AAI had proposed total capital expenditure

of INR 304.2 crore and AERA had proposed to consider INR 261.6 crore towards

aeronautical capital expenditure towards RAB during the 2nd control period.

4. During the stakeholder consultation meeting held on 11.05.2018, AAI has requested

AERA to consider additional capital expenditure of INR 111.62 crore during the 2nd

control period over and above INR 261.6 crore proposed by AERA in the consultation

paper. The details of additional capital expenditure is as follows –

Page 2: Addendum 1: Consultation Paper No: 03/2018-19

2

Table 1- Additional capital expenditure proposed by AAI

No Particulars Amount

(in

crore)

Status of the

work

Justification

1 Supply of Bomb Suit 0.26 Completed in

2017-18

The Bomb Suits were provided to CISF. Purchased on 13.02.2018 for security reasons. Supporting attached.

2 Supply of Furniture for VIP

Lounge T-1

0.09 Completed in

2017-18

The furniture was procured locally by Store Section for VIP Lounge Terminal 1. Supporting Attached

3 3Nos of New M&M Jeep 0.18 Completed in

2017-18

3 New jeeps were procured locally for airport operations day to day requirement and capitalized during the year 2017-18. These jeeps are being used for exclusively by airport operations. Supporting Attached

4 Procurement of IT Switch

and Printer etc.

0.09 Completed in

2017-18

Printer & IT Switch were procured for different sections requirement and used for Airport operations, capitalized during the year.

5 SITC of 52 Nos of RB XBIS 0.21 Completed in

2017-18

1 RB XBIS was installed at Ahmedabad Airport and capitalized during the year. XBIS were used for passenger facilitation. Supporting attached.

6 Procurement of three Seater

Chairs for Terminal Building

0.90 Completed in

2017-18

310 three seater sofas were provided in Terminal Buildings (T-1 &T-2), capitalized during the year. Supporting attached.

Page 3: Addendum 1: Consultation Paper No: 03/2018-19

3

7 High Mast at Apron 2.61 To be completed

in 18-19

High mast is required at Apron in the financial year 2018-19.

8 Provision for 2 Nos PBB (

Actual Rs 566 Lacs –

Projection Rs 440 Lacs )-

Difference to be considered

1.26 To be completed

in 18-19

Two PBBs were installed in T-2, procured centrally, kept in CWIP and will be capitalized during 2018-19. Supporting attached. These will facilitate passenger for smooth boarding.

9 Provision of Automatic Tag

Reader (ATR) in T-2

Departure Conveyor System

at Ahmedabad Airport. (

Actual Rs 1020-Lacs –

Projection Rs 341Lacs )-

Difference to be considered

6.80 To be completed

in 18-19

As per BCAS required for tracking of bags for creating ID for retrieval of images. For international the estimated expenditure would be Rs.8 Crores and for Domestic would be Rs.2.2 Crores.

10 PIDS (Perimeter Intrusion Detection System)

50.00 PDC 18-19 Perimeter Intrusion Detection System work will be carried out during the F.Y. 2018-19 for strengthen security of the boundary wall of the airport. It will create invisible boundary for security of operational area. It has principal approval of competent authority and will be completed during 2018.19

11 Inline Baggage System Quantity 3 Nos

27.33 PDC 18-19 2 systems will be installed at T-2, not installed earlier and 1 will be installed at T-1. Work order has been placed by CHQ to Smith Detection Asia

Page 4: Addendum 1: Consultation Paper No: 03/2018-19

4

Pacific Limited. Supporting attached.

12 Automatic Tray Retrieval System (ATR)

10.00 PDC 18-19 Tenders have been floated by CHQ. , Supporting attached. It will facilitate passenger during security check for hand bag screening

13 FIDS of Terminal 2 3.00 PDC 18-19 This will facilitate the passenger for flight status. Installation of CCTV Camera at Isolation Bay: Electric work has been completed and CCTV

14 Installation of CCTV Camera at Isolation bay

1.05 PDC 18-19 Electric work has been completed and CCTV Cameras will be installed for operational requirement. Supporting attached.

15 Passenger Baggage Trolleys (270 Nos)

0.24 Completed in

17-18

270 trolleys received and capitalized during the year 2017-18. Rest 1380 trolleys will be procured for the F.Y 2018-19 for passenger facilitation.

16 Passenger Baggage Trolleys (1380 Nos)

1.43 PDC 18-19 1380 trolleys received and capitalized during the year 2017-18.

17 Operational Vehicle (Bolero) 3 Nos

0.19 Completed in

17-18

3 New Bolero were procured locally for airport operations day to day requirement and capitalized during the year 2017-18. These vehicles are being used for exclusively by airport operations. Supporting Attached

18 Bird Scaring Devices 0.11 Completed in

17-18

Bird Scaring devices procured locally to

Page 5: Addendum 1: Consultation Paper No: 03/2018-19

5

avoid bird hazard in operational area, capitalized during the year and supporting attached.

19 Rubber Removal Machine 2.20 PDC 18-19 Work order placed by CHQ and will be capitalized as and when received. This is required for maintaining of friction level at Runway and is operational requirement. Supporting attached.

20 Airport Runway Friction Testing Equipment

1.33 PDC 18-19 In order to check the friction level of the runway periodically.

21 3 Nos of Ambulance 0.51 PDC 18-19 These are required for Ahmedabad Airport for operational requirement and will be capitalized as and when received by the station. Supporting attached.

22 1 No of Grass cutting Machine

0.64 PDC 18-19 Work Award has been issued and will be capitalized in the year 2018-19. This machine is for operational requirement. Supporting attached.

23 Bullet Proof QRT Vehicle 0.55 PDC 18-19 These vehicles will be procured by AAI CHQ centrally. These will be used by CISF for security / operational requirement.

24 Command Post Vehicle 0.44 PDC 18-19 Award letter has been issued and will be capitalized as and when received at the station, supporting attached. These vehicles will be used

Page 6: Addendum 1: Consultation Paper No: 03/2018-19

6

by CISF for security / operational requirement.

25 Battery operated Mini Golf 0.20 PDC 18-19 Work award has been issued by CHQ and will be capitalized as and when received at the station, supporting attached. This will facilitate the passengers at Terminal Building.

Total 111.62

5. AERA propose to include the additional capital expenditure proposed by AAI in RAB as

some of the expenditures has already been incurred and many are required to improve

the security and operational efficiency of the airport.

Page 7: Addendum 1: Consultation Paper No: 03/2018-19

7

Proposal 2 – Revised traffic projection

6. In the Consultation Paper No. 03/2018-19, AERA had proposed to

a. Extrapolate traffic for FY 2017-18 based on actual data available till January 2018

and revise traffic growth rates for FY 2017-18

b. Adopt growth rates for international passenger and ATM traffic from FY 2018-19

to FY 2020-21 based on AAI projections submitted as part of MYTP proposal

dated 11.01.2017

c. Adopt growth rates based on 10 years CAGR (from FY 2005-06 to FY 2015-16) for

domestic passenger and ATM traffic from FY 2018-19 to FY 2020-21

7. During the stakeholder consultation meeting held on 11.05.2018, AAI has requested

AERA to consider actual traffic for FY 2017-18 and 10 years CAGR from FY 2007-08 to FY

2017-18 to be considered for traffic projections from FY 2018-19 onwards for domestic

as well as international traffic. The details of traffic growth rates is as follows –

Table 2 – Traffic growth rates as proposed by AERA and AAI

Traffic projection as per AAI and AERA

Particulars Initial Proposal of AAI

(FY 18 to FY 21)

10 Year CAGR (FY 06 to FY 16)

Considered by AERA in

Consultation Paper No

03/2018-19

Revised projection on the basis of 10 years CAGR (FY 07-08 to FY

17-18) as proposed by AAI

Passenger

Domestic 10.0% 13% 13% 11.52%

International 15.0% 13% 15% 10.18%

ATM

Domestic 8.0% 8% 8% 5.93%

International 14.0% 8% 14% 7.29%

Table 3 – Traffic as proposed by AERA in Consultation Paper 03/2018-19

Passenger Air Traffic Movements (ATM)

YEAR Domestic International Combined Domestic International Combined

2016-17 5,619,373 1,785,909 7,405,282 38,762 12,345 51,107

2017-18 7,393,128 1,818,631 9,211,760 51,318 13,351 64,669

2018-19 8,358,824 2,091,426 10,450,251 55,589 15,220 70,809

2019-20 9,450,660 2,405,141 11,855,801 60,216 17,351 77,567

2020-21 10,685,112 2,765,912 13,451,024 65,227 19,781 85,008

Page 8: Addendum 1: Consultation Paper No: 03/2018-19

8

Table 4 – Traffic as proposed by AAI in stakeholder consultation meeting

Passenger Air Traffic Movements (ATM)

YEAR Domestic International Combined Domestic International Combined

2016-17 5,619,373 1,785,909 7,405,282 38,762 12,345 51,107

2017-18 7,323,471 1,850,954 9,174,425 49,987 13,142 63,129

2018-19 8,166,979 2,039,472 10,206,451 52,952 14,100 67,052

2019-20 9,107,642 2,247,190 11,354,832 56,092 15,128 71,220

2020-21 10,156,649 2,476,064 12,632,713 59,419 16,231 75,650

8. AERA in its Consultation Paper has projected traffic growth based on extrapolation of

traffic for FY 2017-18 and 10 years CAGR from FY 2005-06 to FY 2015-16. However, AAI

has pointed out, that AERA should revise traffic projection based on actual figure for FY

2017-18 and 10 Years CAGR from FY 2007-08 to FY 2017-18. As the proposal of AAI

seems to be logical and reasonable AERA propose to revise the traffic projection

accordingly.

Page 9: Addendum 1: Consultation Paper No: 03/2018-19

9

Proposal 3 – Revised Tariff Card

9. For the Consultation Paper No. 03/2018-19, AERA had proposed to consider 31%

increase in landing charges for domestic ATMs and 29% increase in landing charges for

international ATMs with effect from 01.06.2018 and had proposed nil UDF for both

domestic and international departing passengers.

10. During the stakeholder consultation meeting held on 11.05.2018, AAI has submitted the

revised tariffs and requested AERA to consider the revised tariff rate card proposed by

AAI as given below –

a. To continue landing charges at existing level for both domestic and international

ATMs

b. To consider UDF of INR 140 per departing passenger for both domestic and

international departing passengers

11. Tariff card details as proposed by AERA and as requested by AAI is as follows –

Tariff rate card proposed by AERA in the Consultation Paper No. 03/2018-19

Table 5 - Landing charges (International ATMs) proposed by AERA

Weight of the Aircraft Proposed Rate Per Landing (In INR) – International

ATMs

Upto 25 MT ₹ 240 Per MT

Above 25 MT up to 50 MT ₹ 6,000 + ₹ 450 per MT in excess of 25 MT

Above 50 MT up to 100 ₹ 17,250 + ₹ 520 per MT in excess of 50 MT

Above 100 MT to 200 MT ₹ 43,250 + ₹ 600 per MT in excess of 100 MT

Above 200 MT ₹ 1,03,250 + ₹ 720 per MT in excess of 200 MT

Table 6 - Landing charges (Domestic ATMs) proposed by AERA

Weight of the Aircraft Proposed Rate Per Landing (In INR) – Domestic

ATMs

Upto 25 MT ₹ 160 per MT

Above 25 MT up to 50 MT ₹ 4,000 + ₹ 275 per MT in excess of 25 MT

Above 50 MT up to 100 ₹ 10,875 + ₹ 315 per MT in excess of 50 MT

Above 100 MT to 200 MT ₹ 26,625 + ₹ 380 per MT in excess of 100 MT

Above 200 MT ₹ 64,625 + ₹ 430 per MT in excess of 200 MT

Page 10: Addendum 1: Consultation Paper No: 03/2018-19

10

Table 7 – UDF proposed by AERA

UDF Existing rate

including PSF(F)

Originally

Proposed

rate by AAI

Authority proposed rate in

Consultation Paper No.

03/2018-19

Domestic

departing

passenger

Rs. 187/- Rs. 200/- 0

International

departing

passenger

Rs. 492/- Rs. 500/- 0

Revised Tariff rate card proposed by AAI in the stakeholder consultation meeting held on

11.05.2018

Table 8 – Revised landing charges (International ATMs) proposed by AAI

Weight of the Aircraft Proposed Rate Per Landing (In INR) – International

ATMs

Upto 25 MT ₹ 190 Per MT

Above 25 MT up to 50 MT ₹ 4,750 + ₹ 350 per MT in excess of 25 MT

Above 50 MT up to 100 ₹ 13,500 + ₹ 410 per MT in excess of 50 MT

Above 100 MT to 200 MT ₹ 34,000 + ₹ 470 per MT in excess of 100 MT

Above 200 MT ₹ 81,000 + ₹ 560 per MT in excess of 200 MT

Table 9 – Revised landing charges (Domestic ATMs) proposed by AAI

Weight of the Aircraft Proposed Rate Per Landing (In INR) – Domestic

ATMs

Upto 25 MT ₹ 140 Per MT

Above 25 MT up to 50 MT ₹ 3,500 + ₹ 220 per MT in excess of 25 MT

Above 50 MT up to 100 ₹ 9,000 + ₹ 250 per MT in excess of 50 MT

Above 100 MT to 200 MT ₹ 21,500 + ₹ 270 per MT in excess of 100 MT

Above 200 MT ₹ 48,500 + ₹ 290 per MT in excess of 200 MT

Table 10 – Revised UDF proposed by AAI

UDF Revised rate proposed by AAI

Domestic departing passenger INR 140

International departing passenger INR 140

Page 11: Addendum 1: Consultation Paper No: 03/2018-19

11

12. The indicative impact of the proposals submitted by AAI with respect to capital

expenditure, traffic projections and revised tariff card on the tariffs is analyzed for

various building blocks.

13. The impact of additional capital expenditure submitted by AAI during the stakeholder

consultation meeting is as follows –

Table 11 - Capital expenditure proposed by AERA in Consultation Paper No. 03/2018-19

S.N. Particulars (₹ crore) 2016-17 2017-18 2018-19 2019-20 2020-21

1 Runway 0.0 0.0 4.5 0.0 0.0

2 Taxiways 0.0 0.0 2.3 0.0 18.5

3 Apron 0.0 0.0 0.8 0.0 139.8

4 Road, Bridge & Culverts 0.0 0.0 0.0 0.0 0.0

5 Terminal Building 3.2 0.0 2.8 0.0 35.0

6 Building Residential 0.0 0.1 0.0 0.6 0.0

7 Security Fencing 0.0 0.0 0.0 0.0 0.0

8 Building Other 0.1 0.5 0.0 0.0 0.0

9 Computer & IT Hardware 0.2 0.0 0.4 0.2 0.2

10 Plants & Machinery 3.8 0.0 3.0 0.0 0.0

11 Tools & Equipment 0.7 0.0 0.0 0.0 0.0

12 Other Vehicles 0.2 0.0 0.0 0.0 0.0

13 Electrical Installation 3.9 8.0 21.7 5.6 0.0

14 Office Equipment 0.1 0.0 0.0 0.0 0.0

15 X-Ray Baggage Insp Sys 2.9 0.9 0.0 0.0 0.0

16 Boundary Wall 1.6 0.1 0.0 0.0 0.0

17 Intangible Asset 0.1 0.0 0.0 0.0 0.0

Total (₹ 261.6 crores) 16.7 9.6 35.4 6.4 193.6

Table 12 – Revised capital expenditure after considering additional INR 111.6 crore capital

expenditure proposed by AAI

S.N. Particulars (₹ crore) 2016-17 2017-18 2018-19 2019-20 2020-21

1 Runway 0.0 0.0 4.5 0.0 0.0

2 Taxiways 0.0 0.0 2.3 0.0 18.5

3 Apron 0.0 0.0 0.8 0.0 139.8

4 Road, Bridge & Culverts 0.0 0.0 0.0 0.0 0.0

5 Terminal Building 3.2 0.0 2.8 0.0 35.0

6 Building Residential 0.0 0.1 0.0 0.6 0.0

7 Security Fencing 0.0 0.0 0.0 0.0 0.0

8 Building Other 0.1 0.5 0.0 0.0 0.0

9 Computer & IT Hardware 0.2 0.0 0.4 0.2 0.2

10 Plants & Machinery 3.8 0.0 5.2 0.0 0.0

11 Tools & Equipment 0.7 0.4 3.0 0.0 0.0

12 Other Vehicles 0.2 0.0 1.7 0.0 0.0

13 Electrical Installation 3.9 8.0 122.7 5.6 0.0

14 Office Equipment 0.1 0.1 0.0 0.0 0.0

Page 12: Addendum 1: Consultation Paper No: 03/2018-19

12

15 Furniture Operational Area 0.0 1.2 1.4 0.0 0.0

16 X-Ray Baggage Insp Sys 2.9 1.1 0.0 0.0 0.0

16 Boundary Wall 1.6 0.1 0.0 0.0 0.0

18 Intangible Asset 0.1 0.0 0.0 0.0 0.0

19 Motor Car/Jeep 0.0 0.4 0.0 0.0 0.0

Total (₹373.3 crores) 16.7 11.8 144.8 6.4 193.6

14. The impact of additional capital expenditure submitted by AAI during the stakeholder

consultation meeting on total depreciation is as follows –

Table 13 - Depreciation proposed by AERA in Consultation Paper No. 03/2018-19

No. Details (₹ crore) 2016-17 2017-18 2018-19 2019-20 2020-21 Total

1 Depreciation for ARR

26.6 27.2 29.5 29.0 31.2 143.5

Table 14 – Revised depreciation after considering additional INR 111.6 crore capital

expenditure proposed by AAI

No. Details (₹ crore) 2016-17 2017-18 2018-19 2019-20 2020-21 Total

1 Depreciation for ARR 26.6 27.3 33.8 37.4 39.6 164.7

15. The impact of additional capital expenditure submitted by AAI during the stakeholder

consultation meeting on RAB for 2nd control period is as follows –

Table 15 – Regulatory Asset Base proposed by AERA in Consultation Paper No. 03/2018-19

Details (₹ crore) 2016-17 2017-18 2018-19 2019-20 2020-21

A Opening Aeronautical RAB 294.9 284.5 266.9 272.8 250.3

B Aeronautical Assets capitalized during the year

16.7 9.6 35.4 6.4 193.6

C Disposals/Transfers 0.0 0.0 0.0 0.0 0.0

D Depreciation 26.6 27.2 29.5 29.0 31.2

E Closing Aeronautical RAB

(A+B-C-D) 285.0 266.9 272.8 250.3 412.6

Average RAB (A+E)/2 290.0 275.7 269.9 261.5 331.4

G Cargo closing RAB 0.5

Closing Aeronautical RAB without cargo

284.5

Page 13: Addendum 1: Consultation Paper No: 03/2018-19

13

Table 16 – Revised RAB after considering additional INR 111.6 crore capital expenditure

proposed by AAI

Details (₹ crore) 2016-17 2017-18 2018-19 2019-20 2020-21

A Opening Aeronautical RAB 294.9 284.5 269.0 380.0 349.0

B Aeronautical Assets capitalized during the year

16.7 11.8 144.8 6.4 193.6

C Disposals/Transfers 0.0 0.0 0.0 0.0 0.0

D Depreciation 26.6 27.3 33.8 37.4 39.6

E Closing Aeronautical RAB

(A+B-C-D) 285.0 269.0 380.0 349.0 502.9

Average RAB (A+E)/2 290.0 276.8 324.5 364.5 426.0

G Cargo closing RAB 0.5

Closing Aeronautical RAB without cargo

284.5

16. The impact of additional capital expenditure and revised tariffs submitted by AAI during

the stakeholder consultation meeting on tax for aeronautical services for 2nd control

period is as follows –

Table 17 – Tax for aeronautical services proposed by AERA in Consultation Paper No.

03/2018-19

(₹ crore) 2016-17 2017-18 2018-19 2019-20 2020-21 Total

Income Tax for ARR 10.2 29.8 4.8 1.6 1.5 48.0

Table 18 – Revised tax for aeronautical services after considering additional INR 111.6 crore

capital expenditure and revised tariff card proposed by AAI

(₹ crore) 2016-17 2017-18 2018-19 2019-20 2020-21 Total

Income Tax for ARR 10.2 29.1 10.1 3.9 4.3 57.8

17. The impact of additional capital expenditure and revised tariffs submitted by AAI during

the stakeholder consultation meeting on ARR for 2nd control period is as follows –

Table 19 – ARR proposed by AERA in Consultation Paper No. 03/2018-19

Details (₹ crore) 2016-17 2017-18 2018-19 2019-20 2020-21 Average Aeronautical RAB 290.0 275.7 269.9 261.5 331.4 Return on Average Aeronautical RAB@14%

40.6 38.6 37.8 36.6 46.4

Aeronautical Operating Expenditure 96.1 106.6 115.2 120.0 123.8 Depreciation on aeronautical RAB 26.6 27.2 29.5 29.0 31.2 Aeronautical Corporate Tax @34.6% 10.2 29.8 4.8 1.6 1.5

Page 14: Addendum 1: Consultation Paper No: 03/2018-19

14

Less – 30% of Non-Aeronautical Revenues

16.8 18.4 20.1 22.0 24.1

True up short fall in 1st control period as on 01.04.2016

3.6

ARR as per Authority 160.3 183.9 167.2 165.2 178.8 Total ARR as per Authority 855.5

Discounted ARR 160.3 161.3 128.7 111.5 105.9

PV of ARR for the control period as on 01.04.2016

667.7

Table 20 – Revised ARR after considering additional INR 111.6 crore capital expenditure and

revised tariff card proposed by AAI

Details (₹ crore) 2016-17 2017-18 2018-19 2019-20 2020-21

Average Aeronautical RAB 290.0 276.8 324.5 364.5 426.0 Return on Average Aeronautical RAB@14%

40.6 38.8 45.4 51.0 59.6

Aeronautical Operating Expenditure 96.1 106.6 115.2 120.0 123.8 Depreciation on aeronautical RAB 26.6 27.3 33.8 37.4 39.6 Aeronautical Corporate Tax @34.6% 10.2 29.1 10.1 3.9 4.3

Less – 30% of Non-Aeronautical Revenues

16.8 18.4 20.1 22.0 24.1

True up short fall in 1st control period as on 01.04.2016

3.6

ARR as per Authority 160.3 183.5 184.6 190.3 203.3 Total ARR as per Authority 921.9

Discounted ARR 160.3 160.9 142.0 128.4 120.4

PV of ARR for the control period as on 01.04.2016

712.1

18. The impact of additional capital expenditure and revised tariffs submitted by AAI during

the stakeholder consultation meeting on UDF to be applicable from 01.07.2018 for 2nd

control period is as follows –

Table 21 - Impact of additional capital expenditure and revised traffic as proposed by AAI on UDF to be applicable from 01.07.2018

No. UDF per departing passenger With no increase in landing charges

as proposed by AAI

1 Domestic ~ INR 99

2 International ~ INR 99

Note: The impact is indicative and may change during the finalization of tariff order.

19. The additional proposals submitted by AAI during the stakeholder consultation meeting

held on 11.05.2018 and the consequent revision in proposed tariffs are hereby put forth

Page 15: Addendum 1: Consultation Paper No: 03/2018-19

15

for Stakeholders’ Consultation. To assist the Stakeholders in making their submissions in

a meaningful and constructive manner, necessary documents are enclosed as Annexure I

(tariff comparison).

20. The Authority welcomes written evidence based feedback, comments and suggestions

from stakeholders on the proposals made (in Section 17 of Consultation Paper No.

03/2018-19 and Addendum 1), latest by 31.05.2018 at the following address.

Secretary Airports Economic Regulatory Authority of India AERA Building, Administrative Complex, Safdarjung Airport, New Delhi -110003 Tel: 011-24695043, Fax: 011-24695039 Email: [email protected]

(S. Machendranathan) Chairperson

Page 16: Addendum 1: Consultation Paper No: 03/2018-19

16

Annexure I – Existing and Proposed Tariff Comparison

The below table shows the comparison of existing tariffs, tariff rate card proposed by AERA

in the Consultation Paper No. 03/2018-19 and the revised tariff rate card as proposed by

AERA as per stakeholder consultation meeting.

Particular Existing Tariff Tariff proposed by Authority in

Consultation Paper No. 03/2018-19

Revised tariff proposed by Authority after

stakeholder consultation meeting

Rate per Landing - International Flight

Up to 10 MT ₹ 122.1 Per MT

Above 10 MT up to 20 MT ₹ 1,221 + ₹ 179.3 per MT

in excess of 10 MT

Above 20 MT up to 50 MT ₹ 3,014 + ₹ 354.2 per MT

in excess of 20 MT

Above 50 MT up to 100 MT ₹ 13,640 + ₹ 413.6 per

MT in excess of 50 MT

Above 100 MT ₹ 34,320 + ₹ 471.9 per MT

in excess of 100 MT

Up to 25 MT ₹ 240 per MT ₹ 190 per MT

Above 25 MT up to 50 MT ₹ 6,000 + ₹ 450 per MT

in excess of 25 MT

₹ 4,750 + ₹ 350 per MT

in excess of 25 MT

Above 50 MT up to 100 MT ₹ 17,250 + ₹ 520 per MT

in excess of 50 MT

₹ 13,500 + ₹ 410 per MT

in excess of 50 MT

Above 100 MT up to 200 MT

₹ 43,250 + ₹ 600 per MT

in excess of 100 MT

₹ 34,000 + ₹ 470 per MT

in excess of 100 MT

Above 200 MT ₹ 1,03,250 + ₹ 720 per

MT in excess of 200 MT

₹ 81,000 + ₹ 560 per MT

in excess of 200 MT

Rate per Landing - Domestic Flight

Up to 10 MT ₹ 67.1 Per MT

Above 10 MT up to 20 MT ₹ 671 + ₹ 117.7 per MT

in excess of 10 MT

Above 20 MT ₹ 1,848 + ₹ 231 per MT in

excess of 20 MT

Up to 25 MT ₹ 160 per MT ₹ 140 per MT

Above 25 MT up to 50 MT ₹ 4,000 + ₹ 275 per MT

in excess of 25 MT

₹ 3,500 + ₹ 220 per MT

in excess of 25 MT

Above 50 MT up to 100 ₹ 10,875 + ₹ 315 per MT

in excess of 50 MT

₹ 9,000 + ₹ 250 per MT

in excess of 50 MT

Above 100 MT up to 200 MT

₹ 26,625 + ₹ 380 per MT

in excess of 100 MT

₹ 21,500 + ₹ 270 per MT

in excess of 100 MT

Above 200 MT ₹ 64,625 + ₹ 430 per MT

in excess of 200 MT

₹ 48,500 + ₹ 290 per MT

in excess of 200 MT

Page 17: Addendum 1: Consultation Paper No: 03/2018-19

17

Particular Existing Tariff Tariff proposed by Authority in

Consultation Paper No. 03/2018-19

Revised tariff proposed by Authority after

stakeholder consultation meeting

Housing Charges

Up to 40 MT ₹ 3.5 Per Hour Per MT

Above 40 MT up to 100 MT

₹ 140 + ₹ 6.8 per MT per

Hour in excess of 40 MT

Above 100 MT ₹ 548 + ₹ 10.3 per MT per

Hour in excess of 100 MT

Up to 25 MT ₹ 6 Per Hour Per MT ₹ 6 Per Hour Per MT

Above 25 MT up to 50 MT ₹ 150 + ₹ 8 per MT per

Hour in excess of 25 MT

₹ 150 + ₹ 8 per MT per

Hour in excess of 25 MT

Above 50 MT up to 100

₹ 350 + ₹ 16 per MT per

Hour in excess of 50 MT

₹ 350 + ₹ 16 per MT per

Hour in excess of 50 MT

Above 100 MT up to 200 MT

₹ 1,150 + ₹ 20 per MT

per Hours in excess of

100 MT

₹ 1,150 + ₹ 20 per MT

per Hours in excess of

100 MT

Above 200 MT

₹ 3,150 + ₹ 22 per MT

per Hours in excess of

200 MT

₹ 3,150 + ₹ 22 per MT

per Hours in excess of

200 MT

Parking Charges

Up to 40 MT ₹ 1.8 Per Hour Per MT

Above 40 MT up to 100 MT

₹ 72 + ₹ 3.4 per MT per

Hour in excess of 40 MT

Above 100 MT ₹ 276 + ₹ 5.2 per MT per

Hour in excess of 100 MT

Up to 25 MT ₹ 3 Per Hour Per MT ₹ 3 Per Hour Per MT

Above 25 MT up to 50 MT ₹ 75 + ₹ 4 per Hour per

MT in excess of 25 MT

₹ 75 + ₹ 4 per Hour per

MT in excess of 25 MT

Above 50 MT up to 100

₹ 175 + ₹ 8 per MT per

Hour in excess of 50 MT

₹ 175 + ₹ 8 per MT per

Hour in excess of 50 MT

Above 100 MT up to 200 MT

₹ 575 + ₹ 10 per MT per

Hours in excess of 100

MT

₹ 575 + ₹ 10 per MT per

Hours in excess of 100

MT

Above 200 MT

₹ 1,575 + ₹ 11 per MT

per Hours in excess of

200 MT

₹ 1,575 + ₹ 11 per MT

per Hours in excess of

200 MT

Throughput Charges

Rate per KL ₹ 112.1 ₹ 112.1 ₹ 112.1

Passenger Service Fee (PSF) – Facilitation

Domestic Passenger (per embarking passenger)

₹ 77 Nil Nil

Page 18: Addendum 1: Consultation Paper No: 03/2018-19

18

Particular Existing Tariff Tariff proposed by Authority in

Consultation Paper No. 03/2018-19

Revised tariff proposed by Authority after

stakeholder consultation meeting

International Passenger (per embarking passenger)

₹ 77 Nil Nil

User Development Fee (UDF)

Domestic Passenger (per embarking passenger)

₹ 110 ₹ 0 ₹ 99

International Passenger (per embarking passenger)

₹ 415 ₹ 0 ₹ 99

Passenger Service Fee (PSF) – Security*

Domestic Passenger (per embarking passenger)

₹ 130 ₹ 130 ₹ 130

$ 3.25 $ 3.25 $ 3.25

International Passenger (per embarking passenger)

₹ 130 ₹ 130 ₹ 130

$ 3.25 $ 3.25 $ 3.25

Page 19: Addendum 1: Consultation Paper No: 03/2018-19
Page 20: Addendum 1: Consultation Paper No: 03/2018-19
Page 21: Addendum 1: Consultation Paper No: 03/2018-19
Page 22: Addendum 1: Consultation Paper No: 03/2018-19

• "Su~dl~ ~'fI'1qt1'" Y1~4>~(J1AIRPORTS AUTHORITY OF INDIA

F.No.AAIjASjFIDSj604j2016 I f77Tr/

The Airport Director,Airports Authority of IndiaAhmedabad Airport,Ahmedabad -380003.

Date: 21.03.2016

I/

t?3 .'0(tM tiLlS,

.. tlffi:1f7! hSubject: ACI-ASQ(Airport Service Quality) International Bench marking

& Customer Satisfaction survey at Ahmedabad Airport duringQuarter-IV (October-December) 2015.

Sir,

Kindly refer your letter li-mfct1;rr/~JfctFat-103 (MllIi1C01)/2016-17/3678-81

Rli1iCfi ~04.03.2Q16 for above mentioned subject. With regard to para-4 under theheading " Common 'to' Both Terminal 1 & 2 " for replacement of existing FlightInformation Display Systems(FIDS) of both the domestic and International Terminals,pertains to GM(AS)-I, for which following are brought to your kind notice:

1. FIDSDomestic Terminal.

The in-principle approval, for replacement of FIDSat Terminal-l (Domestic) ofAhmedabad Airport, requisition received from Jt.GM(CNS),Ahmedabad Airport videhis letter no. mftt1;rr/~/:tflQIi1Q'"/tq;-17(B/2013 ~-07.08.2013 (copy enclosed), hasbeen· accorded by competent Authority. Freezing of Quantity against work has been

r ",~krompleted and NITshall be floated shortly with schedule completion of work within 5'Iv, to 6 months. ..

2. FIDSInternational Terminal

In accordance with Discarding and Disposal Policy of AAIissued vide letter no.AAI/TECH/MM/690/1/99/part/479 dtd. October 13, 2006 (copy attached) thereplacement of LCDB~irds and split flap1JOards can be made after their useful life of--'------ -._ - - ,-- ....._....minimum IJk 10 years respectively and it is applicable for ~_years in Caseof computer

. 'i r- based control equipment.~)

~~

~4>G~ui'l 6CJJt' ~ ~ ~-110003 .'

Safda~ung Airport, New Oelhi-110003~: 24632950

Phone: 24632950Rajiv Gandhi Shawan

Page 23: Addendum 1: Consultation Paper No: 03/2018-19

-2-

According to completion certificate issued vide letter no. AAI/AS/FIDS-10/604/2013 dtd. 29.10.2013 (copy enclosed), the FIDSat Terminal- 2 (International)Ahmedabad Airport has been installed & commissioned on 19.01.2011 (Main order) &25.02.2013 (Additional work).

In present case, the FIDSystems at terminal- 2, still having residual life, hencenormal/routine procedure does not permit for its immediate replacement, Requestto take necessary action accordingly.

Thanking you & regards,

Yours faithfully,

~':>\\L,

(Amita Verma)Asstt. GM(Airport Systems)

Copy to:

1. Member (PIg.), AAI,CHQ2. Member (Ops), AAI, CHQ3. RED(WR),AAI,Mumbai4. GM(AS)-1,AAI,CHQ

Page 24: Addendum 1: Consultation Paper No: 03/2018-19

InvoiceManicrzy Enterprises Agencies52/1 Rajaganapathy Nagar, Hasthampatty,, Salem,Tamil Nadu, Pin: 636008 Contact no : 8015010006 GSTIN: Bank Account No.: 37165151084 IFSC : SBIN0000913 GEM19438-103732-INV-1

Order No: GEMC53731-18 Order Date:24-Oct-2017

Bill To:Sanjiv DwivediOffice Of Airport Director, Aai Integrated Complex,Sardar Vallabhbhai Patel International Airport, ,Ahmedabad City , Gujarat , 380003Contact: 9426330672GSTIN: N/A Organization: AAI Ahmedabad, M/o Civil Aviation

Shipping To:Sanjiv DwivediOffice Of Airport Director, Aai Integrated Complex,Sardar Vallabhbhai Patel International Airport,,Ahmedabad City, Gujarat, 380003Contact: 9426330672

Seller Invoice No Invoice Date Dispatch Mode Dispatch Date Expected DeliveryDate

Mceagem14801718

26-Oct-2017 Courier 26-Oct-2017 08-Nov-2017

Qty Description HSNCode(GST)

SuppliedQty

Unit Price Total Price inclusive allTaxes (in INR)

13 Nos. NUMERIC UPS 600 (numeric)

8500 13 2189.00 Rs. 28,457.00

IGSTCGST

SGST/UTGSTCess

Rs. 4340Rs. 0Rs. 0Rs. 0

Powered by TCPDF (www.tcpdf.org)

1 / 1

Page 25: Addendum 1: Consultation Paper No: 03/2018-19

भारतीय िवमानप तन प्रािधकरण

AIRPORTS AUTHORITY OF INDIA

राजीव गांधी भवन

सफदरजंग िवमानप तन, नई िद ली – 110 003

RAJIV GANDHI BHAWAN SAFDARJUNG AIRPORT, NEW DELHI -110 003

[िनिवदा शु क/ TENDER FEE: INR 23,600.00 or US $ 368.00 or GB £ 275.00]

वैि वक ई-िनिवदा/ GLOBAL E-Tender

ऑनलाइन िरवसर् ऑक्शन

Online Reverse Auction

िनिवदा पत्र

TENDER DOCUMENT

Name of Work: Supply, Installation, Integration, Testing & Commissioning of

33 Nos. of Automatic Tray Return System (ATRs) with Dual View

Hand Baggage X-Ray machines at various Airports in India with

one year on-site Warranty and Five years Comprehensive Annual

Maintenance Contract with spares.

Tender No: (AS)-12/2017-18 Tender ID: 2018_AAI_6368_1

Bid Manager: K.G.MOHANAN Telephone No: +91 11 24632950 Extension No: 3540 Mobile No: +91 9497162295 Email ID: [email protected] Fax No: +91 11 24697343

कायर्पालक िनदेशक (िवमानप तन प्रणाली)/ Executive Director (CNS-P)

भा.िव.प्रा. िनगिमत मुख्यालय, राजीव गांधी भवन/ AAI CHQ, Rajiv Gandhi Bhawan

सफदरजंग िवमानप तन, नई िद ली-110003/ Safdarjung Airport, New Delhi- 110003

Page 26: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 1 of 164 

CONTENTS

Sl. # ITEM Page No. 1. Index 1 2. Important Notes for bidders & Important Milestones 2-6 3. Notice Inviting Tender (Press Notification) 7 4. Eligibility Requirements (Section D) 8-27 5. Technical Bid (Section- A, B & C) 28 6. General Information & Guidelines (Section A) 29-32 7. Terms & Conditions (Section B) 33-57 8. Scope of Work, Technical & Qualitative Requirements

(Section- C) 58-111

9. Format for Submission of “Eligibility Requirements and Undertaking” (Annexure-I)

112-113

10. Performa for EMD-Bank Guarantee (Annexure-II) 114-116 11. Format for Power of Attorney (Annexure-III) 117 12. PQ Checklist (Annexure –IV) 118-121 13. Performa for Undertaking (Annexure-V) 122 14. Pre Contract Integrity Pact (Annexure-VI) 123-130 15. Unpriced Bill of Material (Annexure-VII) 131-132 16. Envelope “C” 133 17. Instructions for Filling Price Schedule On AAI E-Portal 134 18. Price Bid (Annexure VIII) 135-137

19. Ultimate User Consignee (Annexure-IX) 138 20. Declaration regarding OEM or AR/IA (Annexure-X) 139 21. Performance Security Bank Guarantee Bond (Annexure-XI) 140-141 22. Foreign Bidders Undertaking Format (Annexure-XII) 142 23. Technical Demo and Acceptance Procedure (Annexure-XIII) 143-163

24. General E-PROCUREMENT Tender Guidelines (Annexure-XIV) 164

Page 27: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 2 of 164 

IMPORTANT NOTES FOR BIDDERS:

All queries by bidders may be referred to AAI through Central Public Procurement Portal (URL https://etenders.gov.in/eprocure/app ) only using CPP portal under reference, before due date and time for receipt of queries by AAI. The queries submitted to AAI by means other than the CPP portal will not be replied.

1. Any queries received after the stipulated “last date of receipt of queries by AAI” will not be considered for reply.

2. Bidders shall quote only prices in the prescribed BOQ format (which is in excel format) on CPP portal.

3. Calculation of Net Cost to AAI shall be done by AAI only.

4. Hard copy may be sought by AAI offline for verification/clarification, after opening of the e-bid response on CPP portal (e-Procurement) at https://etenders.gov.in/eprocure/app Hard copies of the EMD shall be submitted positively for confirmation by AAI.

5. For any difference/discrepancies between hard and uploaded e-bid responses on CPP portal, then the copy available to AAI through CPP portal only shall be taken into cognizance not the hard copy.

6. 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://etenders.gov.in/eprocure/app

7. REGISTRATION

a. Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL https://etenders.gov.in/eprocure/app ) by clicking on the link “Click here to Enroll” on the CPP Portal Enrolment which is free of charge.

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

c. 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.

d. 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/TCS/ nCode/ eMudra etc.) with their profile.

e. 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.

f. 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.

Page 28: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 3 of 164 

8. SEARCHING FOR TENDER DOCUMENT

a) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include 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.

b) 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.

c) The bidders 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.

9. PREPARATION OF BIDS

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

b) 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/SLS/RAR/DWF formats. Bid documents may be preferably scanned with 100 dpi with black and white option.

c) 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” area available to them to upload such documents. Those documents may be directly submitted from the “My Space” area while submitting a bid, and need not to be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

10. SUBMISSION OF BIDS

a) Bidders should log into the site well in advance for bid submission so that he/she 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.

b) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

c) Bidder has to select the payment option as “offline” to pay the Tender Fee & EMD as applicable and enter details of instrument. The bidder shall submit a non-refundable Tender Fee in the form of Bank Demand Draft from nationalized /Schedule Bank under Reserve Bank of India (RBI) Schedule, having a branch in India, in a sealed envelope in favor of Airports Authority of India, payable at New Delhi. The original DD should be posted/courier/given in person to the concerned official, so as to reach latest by last date and time of bid submission.

Page 29: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 4 of 164 

d) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/courier/given in person to the concerned official, so as to reach latest by last date and time of bid submission. The details of the DD /Bank Guarantee, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time otherwise the tender will be summarily rejected.

e) The tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders. The bidder should see that the bid documents submitted should be free from virus and if the documents could not be opened, due to virus, during tender opening, the bid is liable to be rejected.

f) Bidders are required to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. The price bid has been given as a standard BoQ format (BoQ_xxxx.xls) 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 green 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.

g) 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. The bidders are requested to submit the bids through online e-tendering system to the TIA well before the bid submission end date & time (as per Server System Clock).

h) 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.

i) The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

j) Upon the successful and timely submission of bids, 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.

k) 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.

11. ASSISTANCE TO BIDDERS

a) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Executive Director (CNS-P), Airports Authority of India, CHQ, Directorate of Airport Systems, Safdarjung Airport, New Delhi - 110 003, Telephone +91-11-24651120 Fax: +91-11-2469 7343.

b) 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. For any

Page 30: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 5 of 164 

Technical queries related to Operation of Central Public Procurement Portal, contact at: Mobile Numbers: 91 7878007972, 91 78788007073, 91 7574889871, 91 7574889874, 91 8826246593, Tel: The 24X 7 Toll Free Help Desk Number 1800 3070 2232, Other Tel: 91 120 4200462, E-mail: [email protected]. For AAI in-house support, the team shall be available on help desk numbers Exchange Numbers 011-24642950/24632950 Extension Number 3512, between 0800 to 2000 Hrs. (Except Sundays and gazetted holidays)

c) In case of any issues faced, the escalation matrix is as mentioned below:

SL. No

Support Persons

Escalation Matrix

E-Mail Address

Contact Numbers

Timings*

1. Help Desk Team

Instant Support

[email protected]

011-24632950, Ext-3512 (Six Lines)

0800-2000 IST (MON-SAT)

2. Sanjeev Kumar Mgr (IT)

After 4 Hours of Issue

[email protected] or [email protected]

011-24632950, Ext-3523

0930-1800 IST (MON-FRI)

3. S.Nita AGM(IT)

After 12 Hours

[email protected]

0930-1800 IST (MON-FRI)

4. General Manager(IT)

After 03 Days

[email protected] 011-24657900

0930-1800 IST (MON-FRI)

*The Helpdesk services shall remain closed on all Govt. Gazetted Holidays.

d) The above mentioned help desk numbers are intended only for queries related to

the issues on e-procurement portal and help needed on the operation of the portal.

For queries related to the tenders published on the portal, bidders are advised to

contact concerned Bid Manager of AAI.

12. Reverse Auction

1. Reverse Auction will be conducted with techno commercially acceptable vendors/ tenderers.

2. In case of submission of erroneous OR incorrect financial bid (BOQ) which led to the rejection of the bid, total bid submitted by the vendor/tenderer, will be summarily rejected even if the vendor/tenderer participated in reverse auction.

3. Reverse action process shall be conducted as per guidelines available & through e-Procurement Portal at https://etenders.gov.in/eprocure/app .

Page 31: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 6 of 164 

Important Milestones: Sl. # Activity Date

1. Date & Time of Publishing of E-Tender on CPP portal

05.03.2018 at 1500 hours

2. Document download/Sale start Date & Time 05.03.2018 at 1500 hours 3. Seek Clarification start Date & Time 09.03.2018 at 1500 hours4. Pre-Bid Meeting 13.03.2018 at 1500 hours 5. Seek Clarification end Date & Time 20.03.2018 at 1500 hours 6. Reply to Clarification by AAI 26.03.2018 at 1500 hours 7. Bid Submission start Date & Time 27.03.2018 at 1500 hours 8. Last Date of sale / Bid response Submission

end Date & Time 09.04.2018 at 15:00 hours

9. Date of Opening of Eligibility Bid 10.04.2018 at 15:30 hours 10. Date of Opening of Price Bid Will be informed in due

course

Page 32: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 7 of 164 

NOTICE INVITING TENDER (PRESS NOTIFICATION)

AIRPORTS AUTHORITY OF INDIA

Notice Inviting Tender

e- Procurement - Online Reverse Auction

Global Tenders are invited by Executive Director (CNS-P) on behalf of Chairman,

Airports Authority of India (AAI) from eligible bidders for:

Name of Work: Supply, Installation, Integration, Testing & Commissioning of

33 Nos. of Automatic Tray Return System (ATRs) with Dual

View Hand Baggage X-Ray machines at various Airports in

India with one year on-site Warranty and Five years

Comprehensive Annual Maintenance Contract with spares.

Tender No: (AS)-12/2017-18 Tender ID: 2018_AAI_6368_1

Estimated Cost (Capital Cost only) : INR 100.18 Cr or US $ 15,615,481.00 or GB £ 11,671,634.00

For further details like tender, corrigendum/addendum and registration please visit

CPP portal at Website: https://etenders.gov.in/eprocure/app and O/o the Executive

Director (CNS-P), Airports Authority of India, Hanger Building, Safdarjung Airport, New

Delhi-110003.

Tele-Fax: +91-11-24651120.

E-mail: [email protected]; [email protected];

Executive Director (CNS-P)

Page 33: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 8 of 164 

SECTION – D

ELIGIBILITY REQUIREMENTS

Page 34: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 9 of 164 

SECTION – D : ELIGIBILITY REQUIREMENTS

Tenders from eligible bidders are invited by Executive Director (CNS-P) on behalf of Chairman, Airports Authority of India (AAI) for the works as detailed below:

1. Name of work: Supply, Installation, Integration, Testing & Commissioning of

33 Nos. of Automatic Tray Return System (ATRs) with Dual View

Hand Baggage X-Ray machines at various Airports in India with

one year on-site Warranty and Five years Comprehensive Annual

Maintenance Contract with spares.

2. Estimated Cost (Capital): INR 100,18,53,396.00

OR

US $ 15,615,481.00

OR

GB £ 11,671,634.00 ONLY

3. Earnest Money Deposit (EMD): INR 1,25,18,534.00

OR

US $ 195,121.00

OR

GB £ 145,841.00 ONLY

(Exchange rate as on 28.12.2017: US $ = INR 64.1577 and GB £ = INR 85.8366)

4. Tender documents shall be obtained from Airports Authority of India through Central Public Procurement Portal (URL https://etenders.gov.in/eprocure/app ) only, Bidders are required to enrol on the e-Procurement module of the Central Public Procurement Portal (URL: http://etenders.gov.in) by using valid Digital Signature Certificates.

5. Bidders, who have positive intent to participate, can create a bid response only through CPP portal (e-Procurement). Duly complete e-bid response shall be submitted on the CPP e-procurement tender portal only along with the EMD. Any amendment or corrigendum to the tender document shall be posted only on CPP portal (e-Procurement) URL (https://etenders.gov.in/eprocure/app ).

6. The Tender Fee shall be (inclusive of GST) of INR 23,600.00 or US $ 368.00 or GB £ 275.00 & shall be non-refundable.

7. Bidder has to select the payment option as “offline” to pay the Tender Fee & EMD as applicable. The bidder shall submit a non-refundable tender fee in the form of Bank Demand Draft from nationalized /Schedule Bank under Reserve Bank of India (RBI) Schedule, having a branch in India, in a sealed envelope in favor of Airports Authority of India, payable at New Delhi. The original should be posted/courier/given in person to the concerned official, so as to reach latest by last date and time of bid submission.

8. ELIGIBILITY CRITERIA

8.1 The bidder firm shall be Original Equipment Manufacturer (OEM) of Automatic Tray Return System (ATRS) OR Original Equipment Manufacturer (OEM) of Dual View X-Ray machines.

Page 35: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 10 of 164 

8.2 ANNUALIZED AVERAGE FINANCIAL TURNOVER

The bidder firm shall have Annualized Average Financial Turnover of at least

INR 30.055 Crore or US $ 4,684,645.00 or GB £ 3,501,490.00 only equivalent during last three financial years, ending 31st March or 31st December of previous year as per practice prevailing in the country of the firm. As a proof of financial turnover, a certificate from Chartered Accountant certifying financial turnover for the last THREE YEARS shall be submitted by bidder. Copy of abridged Balance Sheet along with Profit & Loss account of the firm (bidder) for last THREE YEARS shall also be submitted.

8.3 EXPERIENCE

The bidder shall have successfully executed orders conforming to any one of a1 to a4 listed below, for SUPPLY, INSTALLATION, INTEGRATION, TESTING & COMMISSIONING OF AUTOMATIC TRAY RETURN SYSTEM (ATRS) and / OR DUAL VIEW HAND BAGGAGE X-RAY MACHINES during last SEVEN YEARS. The bidder shall submit copies of relevant Purchase Orders as proof of experience of works claimed by him under this Para.

Value Criteria (a1 to a3)

Quantity Criteria (a4)

a1) One order of value more than or equivalent to INR 80.15 Crores or US $ 12,492,385.00 or GB £ 9,337,307.00

Or

a2) Two orders each of value more than or equivalent to INR 50.09 Crores or US $ 7,807,741.00 or GB £ 5835817.00

Or

a3) Three orders each of value more than or equivalent to INR 40.07 Crores or US $ 6,246,193.00 or GB £ 4,668,654.00

Or

a4) 03 Nos of Automatic Tray Return Systems with Integration of X-ray machines and /or 03 Nos of Dual View Hand Baggage X-Ray machines in a single order.

8.3.1 For all those bidders/contractors submitting experience certificate issued by Private Organizations and not by Govt./Semi Govt./PSU, the bidder is required to submit TDS Certificate for the cost of work done.

8.4 PERFORMANCE/EXPERIENCE CERTIFICATE

8.4.1 Bidder shall submit Performance/Experience Certificate in respect of the works claimed against experience as mentioned under Para 8.3. These certificates may be duly attested and issued by the end-user agencies for whom the works have been carried out and shall be endorsed by the bidder, clearly indicate the following:

a) Name & scope of work b) Date & No. of contract/order c) Contract value/quantity d) Date of completion of work e) Contact Details like Email/Phone No./Fax No.

Page 36: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 11 of 164 

f) Certificate that the supplied & installed systems have performed satisfactorily after commissioning.

8.4.2 In case any bidder finds difficulty in getting the past performance certificate from the end user due to Non-Disclosure Agreement or any similar difficulty/clauses, the bidder can request AAI to send a direct request to the end user agency for submission of Performance Certificate. However in such cases, the bidder is only responsible for requirement of any follow up action for obtaining the certificate and AAI is no way responsible.

8.4.3 Under such circumstances, if the bidder fails to get the Performance certificate from end user, his tender offer is liable to be rejected.

8.5 MAINTENANCE SET-UP IN INDIA

Bidder Firm shall submit Address, Fax & Telephone numbers of their maintenance set-up functional in India, or alternatively firm shall submit an undertaking that the bidding firm shall establish its own maintenance set-up in India at least within THIRTY days of the SAT at first site, and shall be functional for the duration of life time of the equipment (estimated to be SEVEN YEARS).

9. ELIGIBILITY DETAILS AND UNDERTAKINGS

9.1 Proof of being Original Equipment Manufacturer (OEM) for the offered Automatic Tray Return System (ATRS) and / OR Dual View Hand Baggage X-ray machines shall be submitted. OEM firm shall also submit an undertaking (Annexure- X) that the offered product(s) are not declared obsolete or end-of-life, and shall undertake to provide spares, sales, service and software support, in India for the life-time of the equipment i.e. estimated to be SEVEN years.

9.2 Bidder firm(s) shall submit an undertaking (As per Performa at Annexure- V) stating:

i) Bidder firm or its Partners or its Directors have not been blacklisted or any case is pending or any complaint regarding irregularities is pending, in India or abroad, by any global international body like World Bank/International Monetary Fund/World Health Organization, etc. or any Indian State/Central Governments Departments or Public Sector Undertaking of India. Bidder firm(s) not meeting this criterion may not apply. At any stage of evaluation, if it is found that the bidder firm has given wrong or misleading information, then bid of such bidder firm(s) shall not be evaluated further and shall be liable for rejection. In such cases, the corresponding bidder firm’s EMD shall be forfeited and the bidding firm shall be blacklisted for a period of FIVE YEARS in AAI.

ii) Bidder firm and its authorized Partner firm shall jointly possess the required tools, plants, skilled manpower, etc. required for execution of the subject scope of work in the tender at site.

iii) Bidder firm shall not sublet or outsource any part of the scope of work to any third party without written consent from AAI. The requisite consent of AAI, in this regard, may be taken by the successful bidder after award of work and before commencement of work.

iv) If the entity participating in tender is a private or Public Limited Company, Partnership Firm or Sole Proprietor and any of the Directors/Partners/Sole Proprietor of such company is also a Director of any other company or partner of a concern or a Sole Proprietor having established business with AAI and has

Page 37: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 12 of 164 

outstanding dues payable to the Authority, then the said entity may not be allowed in AAI tenders. Bidder firm(s) shall submit an undertaking stating its firm or its partners or its directors or Sole Proprietor do not have any outstanding dues payable to the Airports Authority of India.

v) The complete responsibility to carry out works as per the scope of tender and completion of the work shall be of the bidder firm only.

vi) No bidder firm or its subsidiary firm or its parent firm shall be allowed to submit alternate or partial bids.

9.3 The offered equipment/items must be manufactured by the firm having valid ISO Certification. The ISO certificates in respect of OEM(s) for the product(s) offered by the bidder shall be uploaded along with the Envelop “B” - Technical Bid.

9.4 For the evaluation of this tender & for assessing the eligibility, technical & financial criteria, the date of Publishing of NIT in press shall be taken as reference.

9.5 The bidder as OEM can participate in the tender for all full quantities of scope of work.

9.6 The bidder firms who have qualified the eligibility criteria shall only be considered for opening of Technical and/or Commercial Bid.

9.7 Foreign/Principal OEM/OIM firms shall enclose all details of their Indian Partners/ Firms/Representatives along with irrevocable Letter of Representation valid up to the concurrency of present tender/contract.

9.8 The bidder firm (applicable in case of foreign registered firms having permanent establishment (PE) in India and Indian registered bidder firms only) shall have valid PAN, Goods and Service Tax Registration (GST) in respect of firm and shall submit same with the Pre-Qualification bid in Envelope “A”.

9.9 The bid response shall be submitted in the name of the firm, in whose name bid documents has been purchased.

9.10 Tender Documents and submittals shall be signed only by the bidder Firm’s Authorized Signatory & not by any representative.

9.11 Bidder Firm(s) shall submit complete contact details (Name, Designation, Postal address, Telephone, Fax, Email) of Authorised Signatory along with Power of Attorney (Annexure-III) on NON-JUDICIAL STAMP PAPER of Rs. 100/-, signed by Authorised Director(s) of the Firm, so that AAI can refer its queries and receive authorised replies from the Authorised Signatory. No replies/queries from other than Authorised Signatory shall be accepted/considered by AAI.

9.12 At any stage of evaluation of tender, by AAI, if it is found that the firms in competition has formed a cartel or consortium to mislead AAI, then such bids shall be summarily rejected without assigning any reasons to bidder firms. Such firms shall be dealt by AAI according to other provisions of the tender.

10. EARNEST MONEY DEPOSIT (EMD)

10.1 Each tender shall accompany the EARNEST MONEY DEPOSIT (EMD), in the following form:

10.1.1 EMD of the value of INR 1,25,18,534.00 OR US $ 195,121.00 OR GB £ 145,841.00 shall be accepted offline only, in the form of Demand Draft from a Scheduled Bank

Page 38: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 13 of 164 

[but not from any Co-operative or Gramin Bank] drawn in favor of Airports Authority of India payable at New Delhi.

10.1.2 The Earnest Money Deposit (EMD) submitted through Bank Guarantee (BG) of value as stipulated in the Notice Inviting Tender, a scanned copy shall be submitted in Envelope “A” on the CPP portal.

10.1.3 The EMD Demand Draft or original BG is required to be submitted to the Bid Manager (Address –O/o ED (CNS-P), AAI, CHQ, Hanger Building, Safdarjung Airport, New Delhi 110003) within 48 hours (Two working days) of opening of the Bid (Envelope A).

NOTE: EMD in the form of Cash or any other form shall not be accepted. “EMD Bank Guarantee” shall be from a Nationalized/Scheduled Bank (as per RBI Schedule but not cooperative bank) having office in India, in the Prescribed Performa as per Annexure-II.

The tenders of the bidders who fail to submit the original BG towards EMD before the stipulated time shall be rejected outright.

10.2 EMD BANK GUARANTEE

10.2.1 EMD Bank Guarantee (EMD BG) shall be valid for a period of six months from the notified date of opening of the tender without any conditions by the bidder.

10.2.2 In case of any extension of tender opening date, bidder shall arrange to extend validity of such EMD Bank Guarantee, suitably, within two weeks, at no cost to AAI.

10.2.3 Bidder shall provide name, designation, address, Fax & Phone No. of the bank issuing BG for confirmation purpose.

10.2.4 Bidder firm shall not change or alter or modify, in any way, the language/ contents of Annexure I (Performa for submitting Eligibility requirements and Undertaking) and Annexure II (EMD Bank Guarantee).

10.2.5 Any bid submitted with changed or altered or modified language/contents of the said Annexure I, II, or Tender Document Form, then the Bid of the firm may be liable to be rejected.

10.2.6 No interest or any other expenses, whatsoever, shall be payable by AAI on the EMD in any manner.

10.2.7 Refund of EMD:

The refund of EMD to bidders who fail to qualify the eligibility/technical stage shall be intimated automatically within seven days of their rejection. For all bidders who qualify and their financial bids are opened the refund of EMD of all venders except L1 shall be processed within seven days of opening of the financial bid.

10.2.8 If due to some reason AAI cancels this tender, then EMD of all bidders without any interest shall be returned back.

11.0 Micro & Small Enterprises (MSEs) & Bidders registered with NSIC

11.1 For Bidders registered as Micro & Small Enterprises (MSEs)

11.1.1 Exemption from paying Tender fees & Earnest Money Deposit.

Micro and Small Enterprises (MSEs) – registered with District Industries Centres or

Page 39: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 14 of 164 

Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National small Industries Corporation or Directorate of Handicraft and Handloom or any other body specified by the Ministry of Micro, Small and Medium Enterprises as MSMED Act, 2006 , for goods produced and services rendered – shall be issued Tender Documents free of cost and shall be exempted from paying Earnest Money Deposit (EMD).

Note:

(A) The benefit as above to MSEs shall be available only for goods/services produced and provided by MSEs for which they are registered.

(B) MSEs seeking exemption and benefits should enclose an attested/self-certified copy of valid Registration Certificate, giving details of such validity, stores/services etc., failing which they run the risk of their bid being passed over as ineligible for the benefits applicable to MSEs.

12.0 Bidders registered with NSIC:

12.1 Any concessions to the bidders registered with NSIC shall be applicable as per the directives of Govt. of India, prevalent on the date of acceptance of the bid.

12.2 In case a tenderer is eligible for any concession/exemption under this clause, documentary proof to this effect must be enclosed. It may be noted that submission, if any, of reference(s) of Govt. notification(s) pertaining to concessions/exemptions must be supported by copy(s) of such notification(s).

12.3 The following procedure is adopted for the bidders registered with NSIC:

12.3.1 Bidder shall download tender.

12.3.2 During bid evaluation EMD exemption shall be granted to the NSIC registered firm.

12.3.3 In case NSIC registration certificate is found invalid during evaluation, the bid of such bidder shall be rejected and tender fee shall not be refunded.

13 EMD exemption:

In case, a tenderer is eligible for exemption from payment of EMD, documentary proof to this effect must be enclosed with the document of PQQ bid.

14 COMPLUSARY COMPLIANCE CONFORMATIONS BY ALL PARTICIPATING BIDDERS

14.1 The instructions given in the tender document are binding on the bidder and submission of the tender shall imply unconditional acceptance of all the Terms & conditions by the bidder.

14.2 Each and every page of submitted tender document including documentation shall be serially numbered & indexed. Bidders shall enclose relevant documents in their bid document to support their claims of experience/ eligibility/compliance meeting criteria mentioned under different clauses of the tender.

14.3 In case some false information is submitted by any bidder in support of experience, performance certificate, financial turnover, etc., and then the bidder tender shall be rejected and EMD shall be forfeited.

14.4 Bidders not submitting/offering their offered equipment against this tender on AAI

Page 40: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 15 of 164 

request, for the tests by AAI within stipulated time shall be considered non-compliant/non-responsive. Such bidders are liable to be technically disqualified by AAI and commercial bids of such bidders shall not be considered by AAI for opening.

14.5 AAI shall be sole judge in the matter of short listing bidders at all stages of the tender and the decision of AAI shall be final and binding on the bidders.

15 LANGUAGE

15.1 The language of all submission shall be English.

15.2 Certified English translation must be submitted along with the documents, which are not in English language.

16 ADDRESS FOR CORRESPONDENCE

All completed tender documents and enquiries regarding clarification/ interpretation in connection with this tender by Authorised Signatory shall be addressed to:

Executive Director (CNS-P) Airports Authority of India CHQ Directorate of Airport Systems Safdarjung Airport, New Delhi - 110 003 Tele Fax: +91-11-2469 7343 E-mail: [email protected]; [email protected];

17 TENDERING PROCEDURE

17.1 Bid response complete in all respects as per tender shall be uploaded and submitted as per e-procurement portal, latest by 22.03.2018 up to 1500 IST. AAI shall not be responsible in any form for any loss of document or incorrect uploading/submission of tenders on CPP portal.

17.2 Bid responses uploaded and submitted on CPP portal as per instructions on CPP portal and available for opening at the schedule time of opening shall only be considered for opening by AAI on 23.03.2018 at 15:30 IST ONLINE only, in the O/o Executive Director (CNS-P), AAI CHQ, IT Building, Safdarjung Airport, New Delhi - 110 003 by the duly constituted committee.

17.3 Hard copies of ENVEPLOE “A” and “B” (Pre-Qualification and Technical Bids) response, uploaded by bidders on CPP portal may be asked by AAI from bidders, as clarifications/confirmation of contents.

17.4 Airports Authority of India (AAI) reserves the right to reject any or all the tenders or part thereof without assigning any reason there-of, and to call for any other details or information from any of the bidder.

17.5 AAI shall not be responsible for delay/loss/non-receipt of E-Tender bid response or for loss of contents submitted on CPP portal.

17.6 Bidder’s E-bid response documents on CPP portal once opened on CPP portal is final. No amendment in any portion of the bid is permitted/possible through AAI CPP portal, after opening of the 1st stage of e-bid responses, on CPP portal by AAI.

17.7 One bidder firm shall submit only one e-bid solution response on CPP portal.

17.8 The E-Tender response shall consist of THREE Envelopes: Envelope “A”: Tender

Page 41: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 16 of 164 

Fee, EMD and Pre-Qualification Bid, Envelope “B”: Technical Bid & Envelope “C”: Financial Bid.

17.9 The Pre-Qualification Bid Documents (each page numbered and along with an index page) to be uploaded in “Envelope “A” of e-bid response are listed as under:

Sl. # Pre-Qualification Bid Documents Upload File (PDF) named as

A. Index Page A00_Index.pdf

01. Copy of Tender Fee Demand Draft A01_Tender Fee

02. Undertaking of unconditional acceptance, as per Annexure-I

A02_Undertaking_1.pdf

03. Earnest Money Deposit (EMD)- Copy of DD or Bank Guarantee (as per Annexure-II) scanned copy Copy of MSE/NSIC Certificate if exemption is claimed towards payment of Tender Fee or EMD

A03A_EMD.pdf A03B_EMD.pdf

04. Power of Attorney in respect of the Authorized Signatory, as per Annexure-III

A04_POA.pdf

05. Duly filled and signed PQ Bid Checklist as per Annexure-IV

A05_PQ_Checklist.pdf

06. Undertaking for Para 9.2 – Eligibility details and undertaking, as per Annexure-V

A06_Undertaking_5.pdf

07. Duly signed Integrity Pact as per Annexure-VI A07_Integrity_Pact.pdf

08. Credentials as an Indian or Foreign registered bidder firm [Articles of Memorandum of Association or Partnership Deed or Proprietorship Deed, Certificate of Company Registration, Sales Tax/Service Tax/GST (as Applicable)/PAN/TIN/GST].

Details of Indian Partners/Firms/ Representatives along with irrevocable Letter of Representation (LOR) valid up to concurrency of tender/contract

A08A_Company_Cred.pdf A08B_ST_TIN_PAN.pdf

A08C_Ind_Firm_Details.pdf A08D_Ind_Firm_LOR.pdf

09. Declaration/Undertaking as per Annexure-X and Proof of being OEM or AR of OEM or IA of OEM

A09_OEM_MAF.pdf

10. Certificate from Chartered Accountant certifying financial turnover for the last THREE YEARS and Certified copies of Abridged Audited Balance Sheets along with Profit & Loss Account.

A10A_Certificate_CA.pdf A10B_ABS_2016 A10C_ABS_2015 A10D_ABS_2014

11. Copies of relevant Purchase Orders in proof of experience of works claimed by the bidder in Para 8.3

A11A_Exp_PO_01.pdf A11B_Exp_PO_02.pdf A11C_Exp_PO_03.pdf

12. Performance/Experience certificates duly self-attested and issued by the end user, as per Para 8.4

A12A_Certificate.pdf A12B_Certificate.pdf A12C_Certificate.pdf

Page 42: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 17 of 164 

13. Unfilled Tender document along with all pre-bid query replies and corrigendum, after endorsement (signed) by the bidder on each page or digitally signed using appropriate class of digital certificate issued by Indian Digital Certificate issuing authority

A13A_Tender_Doc.pdf A13B_Corrigendum.pdf A13C_PB_Query_Reply.pdf

14. Any other documents A14_Other_Docs.pdf

17.10 The Technical Bid Documents (each page numbered and along with an index page) to be uploaded in “Envelope- B” e-bid response are listed as under:

Sl. # Technical Bid Documents Upload file (PDF) named as B. Index Page B00_Index.pdf 1. The Declaration/ Compliance Statement

(DCS) for Section A – General Information and guidelines; Section B – Terms & conditions and Section C – Technical & Qualitative Requirement, complete in all respects duly signed and stamped by the bidding firm’s Authorized Signatory

B01A_DCS_Sec_A.pdf B01B_DCS_Sec_B.pdf B01C_DCS_Sec_C.pdf

2. Technical Compliance statement for Section–C: ‘Complied’ and ‘Not complied’ shall be given against each statement and specification of Operational and Technical requirement and should be duly substantiated and supported by appropriate documentation of the product/item. Additionally, in Section C (Operational and technical requirements), tenderer is required to mention corresponding Page and Para number of the OEM Documentation/ Test Reports enclosed with the tender, in support of the compliance for each Para, for verification. Without such reference the tender may not be considered for evaluation and is liable to be rejected.

B02_Sup_OEM_Docs.pdf

3. Test reports of the offered equipment, if applicable, from Govt. Approved/ internationally accredited test labs in support of technical compliance.

B03_Sup_Test_Repo.pdf

4. A complete list of deliverables with Make and Model Number of offered equipment(s) and accessories, as per items mentioned in the price schedule tendered against this bid WITHOUT INDICATING THE PRICE (ANNEXURE-VII)

B04_List_of_Dlvrbls.pdf

5. ISO certificate(s), in respect of the OEM(s) facility manufacturing the offered product(s).

B05_ISO_Certificate.pdf

6. Details of supplies/installations of offered equipment that have been carried out by the bidder in the past three years, clearly stating details of contact person of

B06_Details_of_inst.pdf

Page 43: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 18 of 164 

the user agencies (name & email etc.) 7. The proof of satisfactory operation of

the offered/similar equipment issued by the end user agency.

B07_Pr_Stsftry_Oprn.pdf

8. One set of hard and soft copy of operation manuals and technical documentations of the offered equipment.

B08A_Oprn_Manual.pdf B08B_Tech_Dcmnts.pdf

9. An OEM Authorization confirming the compliance for functional software, hardware, technical specifications and terms and conditions as mentioned in the tender, along with OEM authorization letter.

B09_OEM_Auth_Cmpl.pdf

10 Detailed Design drawing of proposed ATRS lanes with Dual View Hand Baggage X-ray machines for Chennai Airport. (Domestic)

B10_Design_Doc_Chennai.pdf

11 Detailed Design drawing of proposed ATRS lanes with Dual View Hand Baggage X-ray machines for Kolkata Airport (Domestic)

B11_Design_Doc_Kol.pdf

12 Detailed Design drawing of proposed ATRS lanes with Dual View Hand Baggage X-ray machines for Ahmedabad Airport (International and Domestic)

B12_Design_Doc_Amd.pdf

13 Detailed Design drawing of proposed ATRS lanes with Dual View Hand Baggage X-ray machines for Goa Airport (International and Domestic)

B13_Design_Doc_Goa.pdf

14 Detailed Design drawing of proposed ATRS lanes with Dual View Hand Baggage X-ray machines for Trivandrum Airport (International)

B14_Design_Doc_Tvm.pdf

15. Any other documents B15_Other_Docs.pdf

17.11 The E-Tender response shall consist of THREE Envelopes: Envelope “A”: Tender Fee, EMD and Pre-Qualification Bid, Envelope “B”: Technical Bid & Envelope “C”: Financial Bid.

17.12 The documents (each page numbered and along with an index page) to be uploaded in “Envelope “A” e-bid response are listed as under:

17.12.1 Scanned copy of Earnest Money Deposit (EMD) Demand Draft or Bank Guarantee.

17.12.2 Scanned copy of Tender Fee Demand Draft.

17.12.3 Copy of MSE/NSIC Certificate if the Bidder claims exemption towards payment of Tender Fee/EMD.

17.12.4 Undertaking of unconditional acceptance, as per Annexure-I.

17.12.5 Power of Attorney in respect of the Authorized Signatory, as per Annexure-III.

17.12.6 Duly filled and signed PQ Bid Checklist as per Annexure-IV

Page 44: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 19 of 164 

17.12.7 Undertaking for Para 9.2 – Eligibility details and undertaking, as per Annexure-V

17.12.8 Duly signed Integrity Pact as per Annexure-VI.

17.12.9 Credentials as an Indian or Foreign registered bidder firm.

17.12.10 Declaration/Undertaking as per Annexure-X and Proof of being OEM

17.12.11 Copies of relevant Purchase Orders in proof of experience of works claimed by the bidder in Para 8.3

17.12.12 Performance/Experience certificates duly self-attested and issued by the end user, as per Para 8.4

17.12.13 Certificate from Chartered Accountant certifying financial turnover for the last THREE YEARS and Certified copies of Abridged Balance Sheets along with Profit & Loss Account statements.

17.12.14 Unfilled Tender document along with all pre-bid query replies and corrigendum, after endorsement (signed) by the bidder on each page or digitally signed using appropriate class of digital certificate issued by Indian Digital Certificate issuing authority.

17.13 THE DOCUMENTS TO BE UPLOADED IN ENVELOPE “B” - TECHNICAL BID E-BID RESPONSE IS LISTED AS UNDER:

17.13.1 The declaration/compliance statement for Section A – General Information and guidelines; Section B – Terms & conditions and Section C – Technical & Qualitative Requirement, complete in all respects duly signed and stamped by the bidding firm’s authorized signatory.

17.13.2 Technical Compliance statement for Section–C: ‘Complied’ and ‘Not complied’ shall be given against each statement and specification of Operational and Technical requirement and should be duly substantiated and supported by appropriate documentation of the product/item. Additionally, in Section C (Operational and technical requirements), tenderer is required to mention corresponding Page and Para number of the OEM Documentation/Test Reports enclosed with the tender, in support of the compliance for each Para, for verification. Without such reference the tender may not be considered for evaluation and is liable to be rejected.

17.13.3 Section-C - Compliance to Technical and Qualitative requirements duly signed and stamped by Bidder.

17.13.4 A complete list of deliverables with Make and Model Number of offered equipment(s) and accessories, as per items mentioned in the price schedule tendered against this bid WITHOUT INDICATING THE PRICE (ANNEXURE- VII).

17.13.5 Supporting OEM Documentation/Test Reports

17.13.6 ISO certificate(s), in respect of the OEM(s) of the offered product(s).

17.13.7 Test reports of the offered equipment, if applicable, from Govt. Approved/internationally accredited test labs in support of technical compliance.

17.13.8 Details of supplies/installations of offered equipment that have been carried out in the past three years, clearly stating details of contact person of the user

Page 45: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 20 of 164 

agencies (name & email etc.)

17.13.9 The proof of satisfactory operation of the offered/similar equipment issued by the end user agency.

17.13.10 One set of hard and soft copy of operation manuals and technical documentations of the offered equipment.

17.13.11 Conceptual / Design drawing of proposed ATRS lanes with Dual View Hand Baggage X-ray machines for Chennai Airport. (Domestic Terminal)

17.13.12 Conceptual / Design drawing of proposed ATRS lanes with Dual View Hand Baggage X-ray machines for Kolkata Airport (Domestic Terminal)

17.13.13 Conceptual / Design drawing of proposed ATRS lanes with Dual View Hand Baggage X-ray machines for Ahmedabad Airport (International and Domestic Terminal)

17.13.14 Conceptual / Design drawing of proposed ATRS lanes with Dual View Hand Baggage X-ray machines for Goa Airport (International and Domestic Terminal)

17.13.15 Conceptual / Design drawing of proposed ATRS lanes with Dual View Hand Baggage X-ray machines for Trivandrum Airport (International Terminal)

17.14 It shall be clearly understood that Technical Bid is only for technical evaluation of solution offered by bidder firm to AAI as per scope of this tender. No conditional offer to different sections of this tender shall be accepted by AAI.

17.15 Technical bid shall not contain Price of quote/information; otherwise the technical bid of such bidding firm shall be technically disqualified.

17.16 ENVELOPE “C” - PRICE BID

17.16.1 Envelope C “PRICE BID” for items in Annexure-VIII shall be filled/ punched by bidder firm in electronic form on CPP portal only (HARD COPY OF PRICE BID SHALL NOT BE SUBMITTED TO AAI).

17.16.2 The pricing schedule indicating itemized cost of equipment, accessories and services should be in given FORMAT. In case of any missing, discrepancy or vague information on the above, the bid is liable to be rejected.

17.16.3 The rates shall be in whole numbers and shall be entered in figures on CPP portal

17.16.4 NO CONDITION, WHATSOEVER, SHOULD BE STIPULATED IN THIS PART.

17.16.5 Non-submission of any of the aforesaid documents or submission of any of the aforesaid documents in a manner which is in non-conformance with the relevant clause of the tender document shall result in rejection of tender.

17.16.6 All changes, alterations, corrections in the bid shall be signed in full, with date, by the person(s) signing the bid. Erasure and or overwriting on correcting fluid are not permissible.

17.16.7 Tenders, in which any of the particulars and prescribed information are missing or are incomplete, in any respect and/or prescribed conditions are not fulfilled, shall be considered non-responsive and are liable to be rejected.

Page 46: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 21 of 164 

17.16.8 It is the responsibility of every bidder to upload its bid on CPP portal well in time. If any bidder is not able to upload its bid on CPP for reasons, whatsoever, AAI will not be responsible for the same.

18 OPENING OF TENDER DOCUMENT

18.1 In step 1, Envelope “A” & “B” of the e-bid responses shall be opened online on CPP Portal in respect of bidders whose bids are positively submitted and available on CPP portal on the designated date of opening of tender/e-bid response online.

18.1.1 Envelope “A” e-bid response in soft copy available on CPP portal along with clarifications, if any, shall be evaluated by Eligibility Requirements as specified in the tender (ELIGIBILITY REQUIREMENTS SECTION-D).

18.1.2 Content of Envelope “B” containing Submissions/Compliances against different Para’s of Section A, B & C shall be checked/verified by AAI along with clarifications if any submitted by bidders on CPP Portal, against AAI queries. Every Bidder shall ensure that his offered equipment have complied with the Scope of Works (SoW), Technical and operational/functional capabilities as per the requirements given in SECTION-C (Technical Specifications) of this tender.

18.1.3 Every bidder shall submit his offered equipment of Dual View Hand Baggage X-Ray machines at his own cost for Technical Demonstration as a part of technical evaluation. AAI appointed committee will witness technical demonstration tests on the offered equipment by bidders in New Delhi/NCR to evaluate its operational/ functional capabilities as per requirements of this tender. The technical demo shall be conducted from 23rd to 27th April 2018. Venue of technical demonstration will be intimated to all bidder companies in due course of time. The technical demonstration will be for equipment along with all associated items. The Technical Demo Test Procedure of Dual View Hand Baggage X-ray machine is enclosed at Annexure–XIII. It is the duty of bidder to test and demonstrate the Dual View Hand Baggage XBIS performance to the inspectors, ensuring that offered equipment meets the tender specifications. No bidder shall be given any exemption from technical demonstration due to any earlier trial conducted in India or abroad.

18.1.4 AAI appointed Factory Acceptance Test (FAT) committee shall verify all the

specification, Operational/functional capabilities provided in SECTION-C of this tender (ATRS integration with Dual View Hand Baggage X-Ray machines). The bidder has to submit FAT Procedure of the equipment and associated parts offered, duly certified by OEM and preferably adopted by security agencies to whom the item has been supplied earlier, so that the technical specifications of the equipment can be verified/confirmed by AAI. In case at the time of FAT, the offered equipment fails to meet the technical specification, Operational/functional capabilities requirements given in SECTION-C of this tender then the EMD of such bidders shall be forfeited. In addition AAI may consider debarring such bidder for a suitable period not exceeding 03 years.

18.1.5 Bidders meeting/not meeting Tender criteria even after clarifications sought by AAI and technical demonstration shall be informed for meeting/not meeting the eligibility or technical criteria in step 1 or 2. The EMD of unsuccessful bidders shall be returned and no further communication regarding progress of this tender shall be made by AAI to such bidders. They shall not be considered for further participation in step 2 or 3, as the case may be.

18.2 In Step 2, “Envelope-C”, Price bid of short-listed vendors in step 1, shall be opened on CPP portal (Suitable date shall be informed by AAI in due course to all the

Page 47: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 22 of 164 

bidders).

18.2.1 Price Bid opened on CPP portal only shall be evaluated by AAI as per tender conditions.

18.3 To short-list bidders in step 1/2 opened e-bids responses of eligible bidders shall be scrutinised by AAI to ensure whether the same are in conformity with the tender requirements. Bidder shall provide complete information to substantiate compliance of the requirements listed in the tender. In case of incomplete compliance statement or inadequate information, tender shall be finalized on the basis of the information available.

18.4 It shall, therefore, be in the bidders' interest to give complete and comprehensive particulars, description and details while submitting their e-bid responses. However, AAI may seek clarifications on tender requirements or any other information deemed necessary.

18.5 The queries raised shall be replied positively within the time specified and through CPP Portal only, failing which the evaluation shall be done on the basis of the information available.

19 ONLINE REVERSE AUCTION

General Information:

This E-Tender shall be decided on the basis of online Reverse Auction.

19.1 Reverse Auction will be conducted with techno commercially acceptable vendors/ tenderers.

19.2 In case of submission of erroneous OR incorrect financial bid (BOQ) which led to the rejection of the bid, total bid submitted by the vendor/tenderer will be summarily rejected even if the vendor/tenderer participated in reverse auction.

19.3 Reverse action process shall be conducted as per guidelines available & through e-Procurement Portal at https://etenders.gov.in/eprocure/app .

19.4 Process to be followed:

19.4.1 Reverse Auction will be conducted after financial bid opening on L1 price, where-in only L1 price shall be visible to the purchaser. (Vendor details shall not be available at this stage to any one

19.4.2 In case of submission of erroneous or incorrect financial bid which led to the rejection of the bid, total bid submitted by the vendor/tenderer will be summarily rejected even if the vendor/tenderer participated in reverse auction after opening of financial bid.

19.4.3 Reverse auction will be conducted online with vendors from their own offices. For Training on reverse auction, online help shall be available through E-Tender CPP Portal.

19.4.4 Reverse auction process will be conducted for a period of one hour where the bidders will be allowed to reduce the price from the beginning. Thereafter, the price shall be reduced repeatedly.

Page 48: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 23 of 164 

19.4.5 In case any bidder submits the price within 5 minutes of closing of reverse auction timing, the system will automatically extend the reverse auction time to further 15 minutes. All participant tenderers can reduce the price during this time.

19.4.6 If the above situation repeats, i.e. a bidder submits price reduction in last 5 minutes of closing of auction, further 15 minutes extension will be automatically allowed.

19.4.7 The number of extensions in RA cannot be restricted. System has the provision to perform auto extension. When auto extension is selected, elapse time can be configured to the required period and it extends without restriction of counts.

19.4.8 System will allow the Bidder to quote between the Limit which is decided by Max Seal Percentage that has to be defined by the purchaser as X percent (%) at the time of Auction Creation. The Value should be in the Multiple of Decrement Value mentioned by AAI. Max Seal Percentage shall be decided by AAI.

19.4.9 Minimum decrement: Minimum decrement shall be the minimum amount a supplier/vendor have to reduce in order to beat a higher bid. This shall only be in ‘absolute value’ fixed by AAI and will be available as “Decremental value” in e-auction ‘Basic Details’ window. This minimum decrement shall be decided by AAI and that can be defined at the time of auction creation.

19.4.10 After Auction end time, System will generate price comparative chart, which will show the names and rates of bidders quoted in the tender as well as (L1) rates quoted by them in the auction.

19.4.11 Detailed guidelines and procedure (with screenshots) is available in the e-Procurement Portal at https://etenders.gov.in/eprocure/app

20 REJECTION & RETURN OF TENDER

20.1 Airports Authority of India (hereinafter abbreviated as AAI) reserves the right to reject any or all parts of tender without assigning any reason. The hard copy of bid documents and/or clarifications, if any, sought from bidders will not be returned back by AAI.

20.2 AAI also reserves the right at its sole discretion not to award any order under the tender called. AAI shall not pay any cost incurred in the preparation and submission of any tender or any cost incidental to it.

20.3 Tenders, in which any of the particulars and prescribed information is vague, missing or is incomplete, in any respect and/or prescribed conditions are not fulfilled, shall be considered non-responsive and are liable to be rejected.

20.4 If the bidder gives wrong information in his tender, AAI reserves the right to reject such tender at any stage or to cancel the Contract, if awarded, and forfeit the Earnest Money Deposit.

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

Page 49: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 24 of 164 

20.6 Canvassing in any form in connection with the tenders is strictly prohibited and the tenders submitted by the Contractors who resort to Canvassing are liable for rejection.

20.7 Should a bidder have a relation or relations employed in the capacity of an officer of AAI, the authority inviting tender shall be informed of the fact along with the offer, failing which AAI, at its sole discretion shall reject the tender or cancel the contract and forfeit the Earnest Money Deposit.

20.8 Should a bidder feel that it shall not participate/compete further in the tender, then such bidders shall communicate to AAI in writing about its intention before opening of Envelope C “PRICE BID”. Bids of such bidders shall be rejected by AAI. EMD of such bidders shall be returned by AAI.

21 DECLARATION OF SHORT-LISTING

21.1 The acceptance of the tender shall be intimated to the successful bidder by AAI through FAX/letter/telephone/e-mail, etc.

21.2 AAI shall be the sole judge in the matter of short-listing and the decision of AAI shall be final and binding.

22 CURRENCY OF QUOTE

21.1 Currency of quote shall be USD/GBP/INR only. This tender shall be an item rate tender and rate quotes of items shall be valid during the concurrency/pendency of the contract including extension of time limits any granted by AAI.

21.2 In case foreign bidder offers Indian supplies, payment can be made by AAI in Indian currency to Indian Authorized firm of foreign bidder provided foreign bidder, on affidavit, undertakes that it shall make no further claims in future to AAI for payments made by AAI to its authorized Indian firm.

21.3 The bidder must deliver all items at site within the time schedule contract period, failing which any increase in amount due to change in foreign exchange rate /duty/taxes/ levies fluctuation shall be on account of the bidder and the same shall be borne by the bidder. The rates shall remain same during the pendency of the contract irrespective of any change in foreign currency rate.

21.4 The bidder shall arrange import license in the name of AAI, if required, to import equipment/components in the tender with no extra cost to AAI. All items shall be fully insured by the bidder. The cost of Insurance and Freight shall be paid by the bidder. The documents in support of dispatch shall be submitted to AAI by the bidder before shipment. The bidder shall dispatch the goods to consignee i.e. AAI owned ultimate user consignee site in a fully packed condition as per requirement of component/ equipment and fully insured.

22 PAYMENT BY AAI

22.1 PAYING AUTHORITY: Executive Director (CNS-P) Airports Authority of India Corporate Headquarters Directorate of Airport Systems, Safdarjung Airport, New Delhi-110003

Page 50: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 25 of 164 

22.2 Payment terms to the contractor will be as per the Clause No. 15 (Payment Terms) mentioned in “SECTION–B: TERMS & CONDITIONS” of this tender document.

22.3 In addition the bidder should also comply the following.

This tender shall be an item rate tender and rates shall be valid during the concurrency/ pendency of the contract including extension of time limits any granted by AAI. Currency of price quote(s) shall be USD/GBP/INR only. Bidder shall quote the rates in figures on CPP portal. The rates quoted in figures shall be in International numerals and whole numbers. The amount for each item shall be worked out and the all requisite totals is to be given.

Prices quoted by the bidder shall be inclusive of all the taxes and duties applicable in the country of origin as well as in India. All the overseas taxes, overseas freight & insurance, handling charges, inland freight and insurance, all applicable inland taxes in India such as Custom Duties, Goods & Service Tax, Octroi, Entry Tax, Work Contract Tax, Labour Cess and any other tax and handling charges, as applicable, shall be included in supply item rates. NOTHING EXTRA SHALL BE PAID ON ANY ACCOUNT. Custom duties, CVD and Cess etc. in India for the imported items, shall be paid by AAI as per actual directly to respective authorities of Government of India in the form of EPCG/CDEC under served from India scheme. However, while making payment the necessary adjustment shall be carried out by AAI.

Since this shall be an indivisible work contract, which includes supply of items as per the schedule of quantities and their installation, testing and commissioning, the contractor is responsible for ensuring the items reach the site in good condition. The bidder shall survey the RAIL/ROAD/SEA ROUTE for transporting the system to respective site. If Road Permit is required, requisite request shall be made well in advance to ensure timely delivery as per the terms of contract by the bidder from Ultimate User Consignee site. Charges for the Road Permit if any shall be paid by the contractor.

23 Integrity pact programme:

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

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

23.3 All sub-contractors/associates whose contribution in the project is Rs. 2.5 Crores (Rupees Two point Five Crores) and above shall sign Integrity Pact with the Authority after the work is awarded to the successful bidder. All bidders shall inform their sub-contractors/associates accordingly.

23.4 The Independent External Monitor (IEM) for this work shall be Sh. M. P. Juneja and Dr. Anup K Pujari. All correspondences to the IEM regarding implementation of Integrity Pact, shall be addressed to Sh. M. P. Juneja and Dr. Anup K Pujari, C/o Chairman, Airports Authority of India, Rajiv Gandhi Bhawan, Safdarjung Airport, New Delhi – 110003. E-mail id of IEM are [email protected] and [email protected]

23.5 Integrity Pact in downloadable format is available on the AAI’s website: http:/infosaarthee/pages/infosaarthee.aspx

Page 51: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 26 of 164 

23.6 Integrity Pact Programme guidelines may be perused on AAI’s website: http:/infosaarthee/pages/infosaarthee.aspx.

23.7 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 help Desk Support as below:

(i) Call Helpdesk 24 X 7 Help Desk Details are as below

Tel: 0120-4200462, 0120-4001002, Mobile: +91-8826246593 or can send email at [email protected]

Bidders are requested to mention URL of the Portal and Tender ID in the e-mail sent along with their contact details

(ii) For any further technical assistance with regard to functioning of CPP portal, the

bidder should contact personnel at following AAI help desk number on all working days as below: 08:00 hours to 20:00 hours (Mon-Sat) 011-24632950, Extn: 3512 (Six Lines) email: [email protected] 09:30 hours to 18:00 hours (Mon-Fri) 011-24632950, Extn: 3523 email: [email protected]; [email protected]; and [email protected]; 09:30 hours to 18:00 hours (Mon – Fri) 011-24657900 email: [email protected]; In case of technical support regarding e-tender portal, if AAI Help Desk is non-responsive, the Bid Manager can be contacted as below on all working days from 09:30 hours to 18:00 hours.

Bid Manager: K.G.MOHANAN

Telephone No: +91 11 24632950

Extension No: 3540

Mobile No: +91 9497162295

Email ID: [email protected]

Fax No: +91 11 24697343

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

23.8 Updates with regard to Integrity Pact may please be seen on AAI website by following access path www.aai.aero → Vigilance → Vigilance Events → Integrity Pact

Executive Director (CNS-P)

Page 52: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 27 of 164 

Declaration:

The terms and conditions given in Section “D” given in the Tender Document are read, understood and hereby accepted unconditionally and shall be complied with. I/We agree to abide by the Terms and Conditions contained in this section of Tender Document and which shall form part of contract conditions and provisions. I/We hereby unconditionally accept(s) these Terms and Conditions of AAI’s tender documents in its entirety for the Tender No. (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and Five years Comprehensive Annual Maintenance Contract with spares”. It is certified that I/we have not stipulated any condition(s) in our tender offer. In case any condition(s) are found in our tender offer, the same shall be treated as withdrawn.

Signature of bidder firm authorized Signatory

Name: …………………………………..……..……..

On behalf of: ………………………..….…………

Telephone: …………………………….....…………

Fax: ……………………………..…………………….

E mail: ...............................,……...........................

Firms Stamp: ...………….………….……………....

Page 53: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 28 of 164 

ENVELOPE “B”

SECTION – A, B & C

TECHNICAL BID

Page 54: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 29 of 164 

SECTION – A: GENERAL INFORMATION AND GUIDELINES

1. GENERAL

i. This tender e-bid response is to be submitted in three parts i.e. 1st part “Tender Fee/ EMD and ELIGIBILITY REQUIREMENT BID”, 2nd part “TECHNICAL BID” & 3rd part “PRICE BID”. The ELIGIBILITY BID and TECHNICAL BID documents are to be uploaded on CPP portal in the e-tender under reference, as digitally signed scanned documents not larger than 10 MB, (DOC, PDF, JPG, ZIP, RAR) and 3rd part “PRICE BID” i.e. ANNEXURE-VIII Price quotes against the items are to be punched on CPP portal in online electronics form only in the e-tender under reference.

ii. All submissions by bidder firm on CPP portal shall be in English language and documents shall be digitally signed using appropriate class of digital certificate issued by Indian Digital Certificate issuing authority.

iii. All queries by bidders may be referred to AAI through CPP portal only using Queries and Replies action button of e-tender under reference before opening of bids. The queries submitted to AAI by means other than CPP portal (e-procurement) will not be replied.

iv. Any queries received by AAI after the stipulated date will not be considered for reply.

v. Only Eligibility Bid, Technical Bid and Price Bid positively submitted (by pressing Submit action button) before Last date and time of submission, by bidding firm through CPP portal, tender under reference web page, shall be available to AAI for opening on designated dates of opening of Eligibility Bid, Technical Bid and Price Bid.

vi. Positively submitted Eligibility/Technical/Price Bids of bidders available to AAI on CPP portal only, at the Time of Opening of Bid stage response, for opening shall be opened on CPP portal and examined by AAI.

vii. Communication shall be sent by AAI to both qualified and not qualified bidders.

viii. Price Bid of only technically qualified bidders (evaluated by AAI) shall be opened on the CPP portal.

ix. Price Bid of technically qualified bidding firms opened on CPP portal by AAI shall then be examined and evaluated by AAI for overall economy, as per tender terms & conditions, and the overall lowest economical quote against the complete scope of work defined in this tender shall be considered for award.

x. This tender sets out the terms and conditions, general, operational and qualitative requirements to be met for Tender No. (AS)-12/2017-18 for the offered equipment/items as per specifications given in Section-C of the tender Document. The requirement is for Five (5) Airports (total 33 systems in 07 sites), as mentioned in Annexure - IX.

xi. This tender document includes requirements in respect of description of items, their quantities, dispatch & delivery schedules, support services, etc.

xii. The bidder firm shall assume complete responsibility for the design and performance of the equipment/items, to satisfy all technical and functional/qualitative requirements as described in Section- C.

Page 55: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 30 of 164 

2. TENDER DOCUMENT

i. This tender document consists of Three Sections. The bidder firm shall read, understand and shall comply with all the sections, without any conditions i.e. Section-A, Section-B and Section-C.

ii. The instructions given in the E-Tender document are binding on the bidding firm and submission of the E-Tender bid response by bidders shall imply unconditional acceptance of all the terms & conditions by the bidder firm.

iii. Deviations to the tender conditions contained in three sections are not permitted to any bidder firm on any account of any registration/ certification.

iv. No Deviations to the offered items is acceptable.

3. TECHNICAL LITERATURE & BROCHURES, LANGUAGE OF TECHNICAL BID

i. Hard copy of Eligibility requirement Bid, Technical Bid (not Price Bid), as uploaded on CPP portal as per Section- A Para 1 & 2 may be asked to be submitted by AAI. The hard copies may be submitted at: O/o Executive Director (CNS-P) AAI CHQ, Directorate of Airport Systems Safdarjung Airport, New Delhi- 110003

ii. The Technical Bid document shall contain details of system/sub-system specifications/

functional description and other such information which helps in easy understanding and Technical evaluation of the offered system.

iii. As part of Technical Evaluation of the tenders, the compliance of the offered equipment to the specifications as stated in Section – C, may be verified by AAI from the Technical Bid/functional demonstration, declaration/undertaking of OEM(s) submitted with the tender document and demonstration of the offered equipment/items. The bidder company must fill the compliance statement clearly mentioning the page/Para of OEM brochure/technical document which confirms the compliance of offered products with tender specifications without which the tender shall not be considered for evaluation and is liable to be rejected.

iv. Unpriced Bill of Material may be enclosed along with Technical Bid (ANNEXURE-VII). The ISO certificates in respect of OEM(s) for the product(s) offered by the bidder shall be uploaded along with the Envelop B - Technical Bid.

4. This is an item rate tender, only rates quoted in Annexure-VIII on CPP portal shall be considered. If agency fails to quote the price of any items on CPP portal then it shall be considered free to AAI up to destination shall be assumed to be included in the total tendered amount.

5. OPENING OF TENDER TECHNICAL BID DOCUMENTS

i. Technical Bid e-bid response shall be opened on the designated date of opening of tender on CPP portal. Technical Bid shall be evaluated for overall solution to tender criteria’s in different sections of this document and shall be informed of meeting/not meeting tender criteria.

ii. Bidder firm(s), whose Technical Bid is meeting tender requirements in different sections, shall be considered technically qualified bidder(s) & shall only be approved for opening

Page 56: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 31 of 164 

of Price Bid on CPP portal. Price Bid of Bidder firms not technically qualified by AAI shall not be approved for opening of price bid.

iii. AAI shall not be liable for any loss/delay in receipt/submission of complete tender document on account of any reason. No correspondence shall be entertained from the bidder firm after opening of Price Bid of the Tender.

iv. Date of acceptance and opening of tender can be extended on discretion of the Executive Director (CNS-P).

6. COMPARISON AND EVALUATION OF TENDERS

i. The tenders positively submitted & opened on CPP portal only shall be evaluated by AAI to ascertain the complete scope contained in the tender document.

ii. In the evaluation of tenders, the overall quality and economy of the system offered shall be kept in view. Such offers which necessitate, additional expenditure required to be made by AAI may have to be loaded to make the offer compatible with the tender document requirement.

iii. The tenders shall be compared on the basis of price quoted by the bidder firm for the entire scope of proposal on CPP portal. All the tenders shall be evaluated for the supply cost of equipment, accessories and expenditure towards services like installation, training, transportation, insurance, comprehensive maintenance contract with spares and all applicable quotes.

iv. The tenders shall be compared on the basis of INR only. The quoted currency shall be converted in to INR and currency exchange rate shall be taken as on date of opening of financial bid

v. The lowest Tender shall be decided on the basis of Net Cost to AAI. 7. AWARD OF CONTRACT

i. The acceptance of the tender shall be intimated to the successful bidder firm by AAI through FAX/letter/telephone/e-mail, etc.

ii. AAI shall be the sole judge in the matter of award of contract and the decision of AAI shall be final and binding on bidding firm.

8. CONSIGNEE

The ordered equipment/items shall be delivered to the Ultimate User consignee site as mentioned in Annexure – IX.

9. EXECUTION OF WORKS

i. The works shall be carried out under the supervision of the concerned CNS In-charge/nominated project officer at the Airport by AAI, according to the terms and conditions of this tender/contract.

ii. All supervision/additional works requirement justifications/measurements/ performance feedback and warranty under defect liability/warranty of works shall be supervised by the CNS In-charge/Engineer Incharge of the concerned Airport.

iii. All information regarding Para 9.i & 9.ii at respective sites shall be brought to the notice of ED (CNS-P), GM (Airport Systems) & Airport Director.

Page 57: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 32 of 164 

DECLARATION: The General Information and Guidelines given in Section A of the Tender Document are read, understood and hereby accepted unconditionally and shall be complied with. I/We agree to abide by the General Information and Guidelines, contained in this section of Tender Document and shall form part of contract conditions and provisions. I/We hereby unconditionally accept these General Information and Guidelines of AAI’s tender documents in its entirety for the Tender No. (AS)-12/2017-18 for “Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and Five years Comprehensive Annual Maintenance Contract with spares” It is certified that I/we have not stipulated any condition(s) in our tender offer. In case any condition(s) are found in our tender offer, the same shall be treated as withdrawn.

Signature of bidder firm authorized Signatory

Name: …………………………………..……..…

On behalf of: ………………………..….…………

Telephone: …………………………….....…………

Fax: ……………………………..…………………….

E mail: ...............................,……...........................

Firms Stamp: ...………….………….……………....

Page 58: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 33 of 164 

SECTION – B: TERMS & CONDITIONS

For stating Compliance: Write “C” in the third column below. For stating Non-compliance: Write “NC” in the third column below. For stating Partial compliance or conditional compliance: Write “PC” in the third column below. Details of Compliance and Highlighted reference Page No. & Clause No. of attached document must be submitted along with Technical Bid. S.

No. REQUIREMENT Statement of

compliance 1. STANDARDS & PROVEN PRODUCT

i. State of the art technology shall be deployed in the equipment for the system offered and all designs, materials, manufacturing techniques and workmanship shall be in accordance with the highest accepted international standards for this type of equipment.

ii. The bidder shall also state, where applicable, the National or other International Standard(s) to which the whole, or any specific part, of the equipment or system complies.

iii. Design of ATRS a. Conceptual/Design drawing of ATRS lane with Dual View Hand

Baggage X-Ray machines (HB) for Chennai, Kolkata, Ahmedabad, Goa and Trivandrum Airports needs to be submitted along with Technical Bid

b. Successful Bidder shall be required to install initially Two ATRS lanes with Dual View X-ray machines (HB) each at Chennai and Kolkata Airport and demonstrate the operational capabilities and submit the comprehensive report to AAI. After approval of AAI for ATRS lane at Chennai and Kolkata Airports, remaining ATRS lane to be installed at Chennai, Kolkata Airports and other Airports.

2. TIME/DELIVERY OF SUPPLIES & INSTALLATION SCHEDULE: i. Factory Acceptance Testing/Sample Verification of offered major

equipment with all accessories by AAI shall be at OEM(s) premises. The successful bidder shall give TWENTY ONE Calendar days’ notice to AAI for the purpose.

ii. Supplier shall start shipping the AAI verified model offered equipment, only after acceptance of FAT results and issue of dispatch instructions by AAI. Any delay of more than FIFTEEN Calendar days in resolving the FAT issues not attributed to AAI shall be to suppliers account.

iii. For Supplies of 2 Nos. of ATRS lane with Dual View X-ray machines each Chennai and Kolkata Airport

Supply of 2 Nos. of ATRS lane with Dual View X-ray machines & accessories each at Chennai & Kolkata Airport to be completed within NINETY (90) Calendar days from the date of issue of Purchase Order.

iv. For Installation of 2 Nos. of ATRS lane with Dual View X-ray machines each at Chennai & Kolkata Airport and Submission of report

At site, Thirty (30) Calendar Days, from availability of equipment at site or on declaration of readiness of the site by AAI, whichever is later. Successful Supplier shall be intimated regarding availability of equipment and accessories at site and the site preparedness.

v For Supplies of remaining ATRS equipment with Dual View X-ray machines Supply of complete equipment with accessories at ultimate user

Page 59: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 34 of 164 

consignee site to be completed within ONE HUNDRED AND EIGHTY (180) Calendar days from the date of issue of Purchase Order.

vi For Installation: At site, Forty Five Calendar Days, from availability of equipment at site or on declaration of readiness of the site by AAI, whichever is later. Successful Supplier shall be intimated regarding availability of equipment and accessories at site and the site preparedness.

3. LIQUIDATED DAMAGES

i. In case of delay in completion of the contract or each milestone of contract for supplies, SAT and training attributed to contractor, liquidated damages (L.D.) shall be levied @ 1% of the total value of the uncompleted portion of work per week (part of week to be treated as one week) subject to a maximum of 10% of total contract value.

ii. AAI, if satisfied that the works can be completed by the bidder firm within a reasonable time after the specified time for completion, may allow further extension of time at its discretion with or without the levy of L.D. In the event of extension granted with levy of L.D, AAI shall be entitled without prejudice to any other right or remedy available in that behalf, to recover from the bidder firm an agreed compensation amount calculated @ 1% of the total value of the uncompleted portion of work per week or part thereof subject to a maximum of 10% of total contract value.

iii. Extension of Time: In case of work getting delayed beyond the stipulated date of completion of the work, then firm may apply for Extension of Time to keep the contract alive, well before the actual stipulated date of completion. Authority shall issue provisional Extension of Time up to the expected date of completion. This provisional extension of time will be granted without prejudice to the right of AAI to recover the liquidated damages in accordance of provision of relevant clause of agreement. On actual completion date of the work, grant of Final EOT shall be processed on application by the contractor on prescribed EOT application form, Same can be obtained from the office of Executive Director (CNS-P), CHQ.

4. TIME: THE ESSENCE OF CONTRACT

The time and date of completion of the works, as contained in the tender and as agreed to contractually, shall be final and binding upon the contractor. In the event of Force Majeure as described under Para 11 of this section and delay in site readiness.

5. DELAY & NON-CONFORMANCE

i. In case of time schedule including approved delay with or without levy of liquidated damages, for late delivery of supplies or late completion of training, whichever if applicable as contained in Para 2 & 3 above, not being adhered to, AAI has shall have the right to cancel the order wholly or in part thereof, without any liability of cancellation charges and shall have right to procure the goods/services from elsewhere in which case the bidder firm shall pay for the loss to AAI the difference in the cost of goods procured elsewhere against price set forth in the purchase order with the bidder firm.

ii. In the event of rejection of non-conforming goods, the bidder firm shall be allowed to correct the non-conformities without extension in supply/delivery period. If bidder firm fails to do so within THIRTY calendar days, on notice, the purchaser shall have the right to take recourse to Para 5(i).

Page 60: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 35 of 164 

6. DEDUCTIONS FROM CONTRACT PRICE All costs, damage or expenses which the AAI may have paid, for which

under the contract the bidder firm is liable, shall be claimed by the Airports Authority of India (AAI). All such claims shall be billed by the AAI to the bidder firm regularly as and when they fall due. Such bills shall be supported by appropriate and certified vouchers or explanations to enable the bidder firm to properly identify within FIFTEEN Calendar days of the raising of the corresponding bills and if not paid by the bidder firm within the period or if the bidder firm fails to satisfy AAI of such claims within the aforesaid FIFTEEN Calendar days period, then AAI may deduct the amount from any money due or becoming due to the bidder firm under the contract or may be recovered by actions of Law or otherwise.

7. RIGHT TO ACCEPT OR REJECT THE TENDERS i. The right to accept/reject the tender in full or in part/parts shall rest

with AAI. However, AAI does not bind itself to accept the lowest tender and reserves to itself the authority to reject any or all the tenders received without assigning any reason whatsoever.

ii. Tenders, in which any of the particulars and prescribed information is missing or is incomplete, in any respect and/or prescribed conditions are not fulfilled, shall be considered non-responsive and shall be rejected may be without any queries from AAI.

8. TERMINATION OF CONTRACT AT PURCHASER’S INITIATIVE i. The AAI reserves the right to terminate the contract either in part or in

full due to the reasons other than specified herein in this tender, in fact not for convenience, Then AAI shall in such an event give THIRTY calendar days’ notice in writing to the bidder firm of their decision to do so.

ii. The bidder firm upon receipt of notice under Para 8 (i), shall discontinue the work on the date and to the extent specified in the notice, make all reasonable efforts to obtain cancellation of all orders and contracts, to the extent they are related to the works terminated, at terms satisfactory to the AAI, stop all further subcontracting or purchasing activity related to the work terminated, and assist the AAI in maintenance protection, and disposition of the works acquired under the contract by the AAI.

9. EARNEST MONEY DEPOSIT (EMD) Each tender shall accompany the EARNEST MONEY DEPOSIT, as

indicated in the eligibility criteria (Refer Para 10 at page No. 12).

10. PERFORMANCE BANK GUARANTEE (PBG) i. The First Performance Bank Guarantee shall be furnished @ 10% of

Capital Cost given in the PO (Purchase Order) within THIRTY calendar days of issue of purchase order. The second Performance Bank Guarantee shall be furnished @ 10% of the total Comprehensive AMC Cost given in the PO or 1% of Capital Cost of PO against each year of CAMC i.e. total 5% of Capital Cost, whichever is higher, before THIRTY calendar days of the start of CAMC. The First Performance Bank Guarantee shall be released only on receipt of Second performance Bank Guarantee In case the bidder firm fails to submit the first bank guarantee within stipulated period for complete concurrency period of contract, no payment for the work done in respect of first running account bill shall be released to the bidder firm.

Page 61: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 36 of 164 

Moreover, interest @ 1 Percent per month to maximum @ 12 Percent per annum on Performance Guarantee amount would be levied (non-refundable) for delayed period of submission. The same shall be deducted from running bills.

The First Performance Guarantee shall be valid for SIX months beyond the scheduled date of completion of work including warranty, and shall remain valid as per provisional extension granted by the Project In-charge. If the agency fails to extend the validity of the Performance Guarantee, the same shall be en-cashed by AAI and shall be returned only as per other provision of contract at discretion of AAI.

In case the bidder firm fails to submit the second Performance Guarantee within stipulated period, no payment for the work done in respect of CAMC running account bills shall be released to the bidder firm, and in case firm fail to start the CAMC as per agreement then equivalent amount of second PBG shall be adjusted with en-cashing of the first PBG. Moreover, interest @ 1 Percent per month to maximum @ 12 Percent per annum on Performance Guarantee amount would be levied (non-refundable) for delayed period of submission. The same shall be deducted from running bills of the CAMC.

Second PBG shall be valid for SIX months beyond the completion of CAMC period. Second PBG shall be returned only as per other provision of contract at the discretion of AAI.

ii. Successful Bidder firm shall not change the language contents of PBG language; if any successful bidding firm PBG is found not conforming to the language then AAI may ask to resubmit the same within the stipulated period or else AAI may at its discretion foreclose or rescind or cancel the purchase order without giving reasons and forfeit the EMD/PBG.

iii. The performance guarantee amount shall be payable to AAI without any condition whatsoever and the guarantee shall be irrevocable by the bidder firm.

iv. The performance guarantee shall be deemed to govern the following guarantees from the successful bidder firm, in addition to the other provisions of the guarantee.

v. The successful and satisfactory operation of the equipment supplied in accordance with the specifications and other relevant documents.

vi. The equipment supplied shall be free from all defects of design, material and workmanship and upon written notice from AAI, the successful bidder firm shall fully remedy, free of expenses to AAI, all such defects as developed under the normal use of the said equipment within the period of guarantee/warranty.

vii. The performance guarantee shall be returned to the bidder firm at the end of the period of defect liability or warranty as per Para 16 without interest.

viii. The performance guarantee is intended to secure the performance of the entire equipment. However, it is not to be construed as limiting the damages stipulated in any other clause.

11. FORCE MAJEURE i. AAI may grant an extension of time limit set for the completion of the

work, in case the timely completion of the work is delayed by force majeure beyond the AAI/bidder firm's control, subject to the following terms: Force majeure is defined as an event of effect that cannot reasonably be anticipated such as acts of God (like earthquakes, floods, storms,

Page 62: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 37 of 164 

etc.), acts of states, the direct and indirect consequences of wars, hostilities, national emergencies, civil commotions and strikes (only those which exceed a duration of ten continuous days) at bidder firm manufacturing premises, etc. The bidder firm’s right to an extension of the time limit for completion of the work in above mentioned cases is subject to the following procedures:

ii. That within TEN days after the occurrence of a case of force majeure but before the expiry of the stipulated date of completion of the milestone, the bidder firm informs the AAI in writing that the bidder firm considers himself entitled to an extension of the time limit.

iii. That the bidder firm produces evidence of the date of occurrence and the duration of the force majeure in an adequate manner by means of documents drawn up by responsible authorities.

iv. That the bidder firm proves that the said conditions have actually been interfered with the carrying out of the Contract.

v. That the bidder firm proves that the delay occurred is not due to his own action or lack of action.

vi. Apart from the extension of the time limit, force majeure does not entitle the bidder firm for any relaxation or to any compensation of damage or loss suffered.

12. DISPUTE RESOLUTION, ARBITRATION & JURISDICTION i. If any dispute of any kind whatsoever arises between the authority

(AAI) and contractor in connection with or arising out of contract or the execution of works, whether during execution of works or after their completion and whether before or after the repudiation or termination of contract, including any disagreement by either party with any action, opinion, instruction determination, certificate or valuation of engineer; the matter in dispute shall in first place, be referred to the Dispute Resolution committee (DRC) appointed by Chairman, 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 FORTY FIVE days of its constitution. iv. If the dispute between the parties is not resolved by the DRC, then

matter shall be referred to a sole arbitrator to be appointed by the Chairman, Airports Authority of India in accordance to the provisions of The Arbitration and Conciliation Act, 1996 of India. The governing law will be Indian Law and the award of the arbitrator shall be final and binding on the parties. The venue of the arbitration shall be at New Delhi.

v. All questions, disputes or difference arising under and out of, in connection with the contract if concluded shall if required to be referred to any court of law, be referred to the courts in India at New Delhi and the said court shall have jurisdiction and decide matters according to the laws of India.

13. PRICE i. The bidder firm shall confirm that quoted prices shall be firm and fixed

and subject to no escalation whatsoever till the validity period of the

Page 63: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 38 of 164 

tender/contract. ii. All the bidder firm including foreign bidder firm have to quote the

tender in USD/GBP/INR only inclusive of all taxes and levies of the country of origin also.

iii. The foreign bidder firm & Indian Bidder firm shall bid on supply at site basis i.e. supply at site for foreign/Indigenous supplies.

iv. For works involving Installation, Testing and Commissioning services, the bidder firm/service providers shall separately and clearly indicate the GST component, if any.

v. Only normal rates of GST shall be considered. Bidder firm shall be responsible for quotes of GST at wrong rates and shall defend itself at its own cost with government/Tax authorities.

vi. In case of no GST quote is indicated in the price bid then the bidder price quoted shall be loaded at current applicable rates for evaluation of bid. The payment of GST shall be released to the Contractor against submission of documentary proof of payment of GST.

vii. The imported material shall be imported in the name of Airports Authority of India to avail benefits of SERVED FROM INDIA SCHEME and Insurance Policy shall be in the name of AAI. The successful bidder shall not make payment to customs authority directly for items mentioned in the tender, as AAI issues Customs duty exemption certificates under the “SERVED FROM INDIA SCHEME” by the Director General of Foreign Policies under Foreign Trade Policy Act 2004-2009. Hence, the bidder firm is required to make all documentation for importing in such a way which is acceptable to Customs Authorities for utilizing the exemption certificates by AAI. The EPCG License will be provided by AAI to bidder company within FIFTEEN days of submitting related documents by successful bidder company to AAI. The amount of Customs Duty exemption used/issued under this scheme shall be adjusted in RA bill.

viii. In case the Custom duty entitlement certificate under the above mentioned scheme is not accepted for any reason by the Custom Authorities, the Custom duty shall be paid by the Bidder firm to the Custom Department directly. In the event of bidder firm paying customs duty directly to custom department, the bidder firm shall submit the proof of customs duty paid for imported items to AAI, so that AAI shall not deduct any custom duty from its bills.

ix. If actual custom duty paid, either through CDEC issued by AAI or by bidder in case of EPCG/CDEC not accepted for any reason by custom authorities, is less than custom duty value indicated by the bidder in the price bid, the custom duty indicated by the bidder in the price bid shall be deducted from the bidder’s bill. If actual custom duty paid, either through EPCG/CDEC issued by AAI or by bidder in case of EPCG/CDEC not accepted for any reason by custom authorities, is more than custom duty value indicated by the bidder in the price bid, the actual custom duty paid shall be deducted from the bidder’s bill.

x. The bidder firm must fully insure, pay relevant freight, taxes/duties/levies and deliver all items relevant to a site, at site within the contract period, failing which any increase in amount due to change in foreign exchange rate shall be on account of the bidder firm and the same shall be borne by the bidder firm. At no extra cost to AAI the bidder firm shall arrange import license in the name of AAI, if required, to import equipment/components.

xi. The cost of Insurance and Freight shall be paid by the bidder firm. The documents in support of freight, insurance, policies, taxes, duties, levies shall be submitted to AAI. The payment on account of taxes

Page 64: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 39 of 164 

GST, duties and levies shall be made by AAI to successful bidder on actual basis against receipts or the quoted amount, whichever, is less.

xii. The bidder firm shall be solely responsible to ensure the following: Sound packing of equipment/components. Shipment of the items by the due date as per schedule. Overseas Insurance of equipment(s). Custom Clearance and handling of items at port of entry in India. Forwarding and trans-shipment of equipment/ components up to

the destination. Insurance of Inland trans-shipment. Receipt of equipment at site and handover safe custody to AAI till

they are installed, tested and commissioned. Testing and commissioning of the equipment as specified in the

tender. Handing over of equipment with accessories after successful SAT

to the authorized representative of AAI. On site Guarantee/Warranty.

xiii. Demurrage & Detention, forwarding & clearing/handling Charges, Coordination for Road permit, if required, payment of Inland Charges, other Central and State Govt. levies/duties/taxes, etc. shall be included in its quoted price. Overseas/Inland Demurrage if any shall be to the account of Bidder firm. Bidder firm shall make all effort for expeditious clearing of supplied items from custom/government authorities and for deliver the goods to AAI ultimate end user site in Annexure-IX.

xiv. Prices opened in Annexure-VIII format at AAI e-Procurement tender portal only shall be considered for price comparison.

xv. Bidder firm has to quote the prices strictly as per tender directives xvi. In case, LC is not opened by Principal supplier for foreign supplies,

AAI shall pay in INR directly to Indian PE or Indian Agent duly authorized by Principal supplier. In such case, payment shall be made to Indian supplier in INR against invoice duly endorsed by principal supplier on receipt of items in good condition. Payment can also be made to Principal supplier directly in INR provided bidder fulfils all the requirement of Indian Banker and produces proof towards payment of GST, etc.

xvii. Payment to Indian PE or Indian Agent on behalf of Principal supplier shall be construed as full discharge of AAI obligation to foreign supplier as per agreement. Principal supplier has to give an undertaking that in case the Indian supplier raise any dispute and financial claim against AAI, the same will be dealt by the foreign supplier at his own risk and cost without any liability to AAI.

14. VALIDITY OF TENDER The tender must remain valid for a minimum of ONE HUNDRED

EIGHTY days from the last date of submission of tender.

15. PAYMENT TERM: Payment to the bidder firm shall be made in the following manner:-

i. FOR FOREIGN SUPPLIES/SERVICES (To Foreign Bidder Only, Payment through non-confirmed Letter of Credit by AAI). Letter of Credit shall be opened upon submission of Performance Bank Guarantee as per Para 10 or the payment shall be in quoted currency only to the bidder firm or in INR equivalent to amount in quoted currency on that day to its 100 Percent wholly owned PE in India upon submission of PBG. In case of foreign supply of material AAI can open LC for the amount

Page 65: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 40 of 164 

equivalent to 100 Percent of the quoted amount in quoted currency against supply components. The LC charges shall be payable by AAI in India and by the bidder firm outside India.

a. 60% of LC amount shall be paid on FOB basis for supply cost of imported equipment & accessories including documentation, 100% of Overseas Freight & Insurance against the submission of following documents in ORIGINAL confirming dispatch of items:

Invoice + 2 copies. Itemized Packing list with cost of each item + 2 copies Bill of Lading or Air Way Bill (whichever is applicable) + 2 copies as

proof of dispatch of equipment/items. Certificate for Country of origin Certificate of Factory Acceptance Test issued by authorized

representative of AAI. Dispatch clearance letter

b. Balance 40 % amount of purchase order price for supply cost of equipment & accessories including documentation, 100% of Indian Inland Freight & Insurance, Inland taxes/duties, 100% installation, testing, commissioning and training charges, upon successful completion of SAT, against submission of the following documents in ORIGINAL:

i. Certificate of completion of successful SAT and Training, issued by

authorized representative of AAI.

All Payments shall be released after adjusting any compensation for delay which firm might have rendered themselves liable as per provisions of contract and applicable income tax and any applicable deductions.

ii FOR INDIAN SUPPLIES/SERVICES to Indian firm duly authorized by foreign bidder firm or Indian bidder firms only: 60% of purchase order price for supply cost of equipment and accessories supplied from Indian indigenous source including documentation, 100% of taxes/duties, against receipt of goods at site in good condition on submission of the following documents in ORIGINAL:

Invoice + 2 copies Itemized Packing list with cost of each item + 2 copies Certificate of Factory Acceptance Test issued by authorized

representative of AAI. Proof of dispatch of equipment/items Certificate of goods received at site in physically good condition

duly signed by authorized representative of AAI.

Balance 40 % amount of purchase order price for supply cost of equipment & accessories including documentation, 100% of Indian Inland Freight & Insurance, Inland taxes/duties, 100% installation, testing, commissioning and training charges, upon successful completion of SAT, against submission of the following documents in ORIGINAL:

Certificate of completion of successful SAT and Training, issued by authorized representative of AAI.

Page 66: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 41 of 164 

All Payments shall be released after adjusting any compensation for delay which firm might have rendered themselves liable as per provisions of contract and applicable income tax and any applicable deductions.

16. GUARANTEE/WARRANTY i. All goods or material shall be supplied strictly in accordance with the

specifications. No deviation from such specifications of these conditions shall be made without AAI's agreement in writing, which shall be obtained before any work against the order is commenced. All materials furnished by the bidder firm pursuant to the Order (irrespective of whether engineering/ design or other information has been furnished, reviewed or approved by AAI) are required to be guaranteed to be of the best quality of their respective kinds (unless otherwise specifically authorized in writing by AAI) and shall be free from faulty design to the extent such design is not furnished by AAI. The goods/material used by the bidder firm and its workmanship shall be of proper quality so as to fulfil in all respects, the operating conditions and other requirements specified in the order.

ii. If any trouble or defect originating from the design, materials, workmanship or operating characteristic of any materials arise at any time prior to TWELVE calendar months from the date of successful SAT at site, and the bidder firm is notified thereof, the bidder firm at his own expense and at no cost to AAI, make such alterations, repairs and replacements at the site within 04 hours as may be necessary to permit facilitate the functioning of the equipment in accordance with the specifications in Section C.

iii. Warranty period of the system, unit-wise, shall be extended by one week per week of unserviceability, (part of week to be treated as one week), for each default, in case of failure to set right the system to the satisfaction of AAI Engineer in-Charge within 04 Hrs. of the lodging of complaint by AAI to company.

iv. In the event that the materials supplied do not meet the specifications and/or are not in accordance with the drawings, data sheets and rectification as required at site, AAI shall inform the bidder firm giving full details of deficiencies. The bidder firm shall, at his own expense, meet and agree with the representatives of AAI the action required to correct the deficiencies and shall attend to the deficiencies at his own expense. Replacement under warranty clause, within FIFTEEN calendar days, shall be made by the bidder firm free of all charges at site including freight, insurance and other incidental charges.

v. Bidder firm shall obtain guarantee/warranty certificates and declaration from OEM(s) for requisite period as specified in Para 16 (ii) and provide/extend all guarantee/warranty certificates from OEM(s) in case of supplies to AAI.

vi. Bidder firm shall be overall responsible for guarantee/ warranty to AAI and shall coordinate with respective OEM(s) and suppliers for effective guarantee/warranty as per Para 16(ii) at its own cost.

vii. Replacement under warranty clause as per Para 16(ii) shall be made by the bidder firm free of all charges at site including freight, insurance and other incidental charges.

viii. Any custom duty to be paid in case foreign supply during concurrency of warranty shall be paid by the bidder firm.

ix. Contractor shall maintain a log book for defect liability period and keep record of all preventive maintenance and break down maintenance, etc. in the logbook. All entries in the logbook must be duly endorsed by

Page 67: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 42 of 164 

AAI In-charge of respective site. Those details must be made available and submitted for periodical check on demand to the Engineer-In-charge of AAI. Maintenance record shall be property of AAI.

x. AAI shall evaluate overall performance of bidder firm after completion of defect liability/guarantee/ warranty period and may decide to deduct 1% of PBG amount from PBG to be refunded/returned, for every loss in AAI intended operational requirements by awarding this works, due to failure on part of bidder firm to provide effective guarantee/warranty at site. Hence, it shall be mandatory on part of bidder firm to have proper effective agreement with OEM(s) to provide effective guarantee/warranty to AAI as per Para 16(ii) at site.

17. FACTORY/PRE-DELIVERY INSPECTION i. Factory/Pre-delivery inspection of complete equipment shall be made

by Inspectors nominated by AAI, in accordance to AAI approved/agreed to Test documents, at OEM premises. Cost of such Inspection shall be borne by the successful bidder firm. Travel, boarding and lodging expenses shall be borne by AAI for AAI nominated FAT Inspectors.

ii. The bidder firm shall give TWENTY ONE calendar days’ written notice of readiness of any material, document for the purpose of Factory Acceptance Test. Such tests shall be to the bidder firm’s account. Factory Acceptance Test documents shall be comprehensive and list all the procedures that shall be used to satisfy inspectors on specifications test results. Factory Acceptance documents submitted by bidder firm shall be approved by AAI before Tests.

iii. The inspector shall as soon as possible, but not exceeding TEN working days from the date of completion of inspection, give notice in writing to the bidder firm about successful completion of FAT or any deficiency in the equipment or workmanship, which in his opinion is not in accordance with the contract.

The bidder firm shall give due consideration to such objections within FIFTEEN Calendar days or any other time agreed by AAI and shall carry out repairs, alterations that may be necessary to correct the said objections and arrange for the Supplementary FAT giving TEN calendar days’ notice to AAI (for which the to and fro travel expenses and boarding and lodging expenses are to be borne by the bidder firm). After, the Supplementary FAT has been completed at bidder firm’s works; the inspector shall issue a certificate to this effect, but not exceeding TEN working days after completion of the tests.

iv. The completion of these tests or issue of certificate by the inspector shall not bind AAI to accept the equipment shall the equipment, after installation and use, be found not complying with the specifications stipulated in the contract.

v. If any deficiency is pointed out by AAI within 10 working days then the bidder firm shall within 30 calendar days or any other time agreed by AAI give due consideration to such objections and shall carry out repairs, alterations that may be necessary to correct the said objections and arrange for the Supplementary FAT giving TEN working days’ notice to AAI (for which the to and fro travel expenses and boarding and lodging expenses are to be borne by the bidder firm). After, the Supplementary FAT has been completed at bidder firm’s works; the inspector shall issue a certificate to this effect, but not exceeding TEN working days after completion of the tests.

vi. Even after supplementary FAT, if the equipment is found not in conformance to tender technical requirements stipulated in Section-C

Page 68: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 43 of 164 

of this tender, then AAI shall cancel the contract and shall resort to action given in Section B - Para 5, 6, 8 and 12.

vii. Equipment shall be dispatched by bidder firm only on specific dispatch confirmation/advice from AAI. Acceptance of FAT certificate and advice for dispatch of equipment shall be issued by AAI within THIRTY working days of the receipt of the certificate.

18. SITE ACCEPTANCE TEST (SAT) & COMMISSIONING i. As part of Site Acceptance Test requirement, the Contractor shall

obtain the approval from BCAS if required at each site.

ii. It shall be the responsibility of the bidder firm to submit the system test procedure for conducting the post-installation site acceptance testing. The procedure submitted by the bidder firm shall be drafted in line with the standard practices followed in the industry and shall be in accordance with the test procedures & practices specified by the OEM. The acceptance test procedure on approval by AAI shall become the document for acceptance of the equipment after installation at the site.

iii. The draft copy of system test procedure shall be made available to AAI before THIRTY calendar days of the schedule site acceptance date.

iv. The bidder firm shall supply, install, test and commission all hardware and software as per the requirement of the tender with the system. Bidder firm shall supply Technical documents (hard and soft copy - one set each) at Ultimate User consignee site with each Equipment. The system shall be commissioned after successful completion of SAT approval, operational & maintenance training and all the works under the scope of the tender.

v. Completion Certificate: Completion Certificate shall be recorded by AAI, on completion of the work in all respect and the same shall be issued to the contractor on request. The completion certificate shall specify the date of successful completion and completion cost of work, with other details.

19. PACKING AND MARKING i. All packing shall be strong enough to withstand rough handling during

loading, un-loading and transporting of the packages. Fragile articles shall be packed with special precaution and shall bear the marking like ‘Fragile’, ‘Handle with care’ and 'This Side Up', etc.

ii. All delicate surfaces of equipment/goods shall be carefully protected and painted with protective paint/compound and wrapped to prevent rusting and damage.

iii. Attachments and spare parts of equipment and all small pieces shall be packed in wooden crates with adequate protection inside the crates and wherever possible shall be sent along with the major equipment. Each item shall be provided an identification so as to identify it with the main equipment and part number and reference number shall be indicated.

iv. All protrusions and threaded fittings shall be suitably protected and openings shall be blocked by covers.

v. Wherever required equipment material shall be packed in polyethylene bags and silica gel or similar dehydrating compound shall be put inside the bags to protect the equipment. Pipes/tubes made of stainless steel, copper, etc. shall be packed in wooden crates irrespective of their sizes. The bidder firm shall be held liable for all damages or breakage of the goods attributable to defective or insufficient packing as well as for corrosion due to insufficient protection.

vi. On three sides and top of package, markings as desired by AAI, shall be provided with indelible paint.

Page 69: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 44 of 164 

20. PATENTS, LIABILITY & COMPLIANCE OF REGULATIONS i. Bidder firm shall protect and fully indemnify AAI from any claims for

infringement of patents, copy right, trademark or the like.

ii. Bidder firm shall also protect and fully indemnify AAI from any claims from bidder firm’s workmen/ employees, their heirs, dependents, representatives, etc. or from any other person(s) or bodies/ companies, etc. for any act of commission or omission while executing the order.

iii. Bidder firm shall be responsible for compliance with all requirements under the laws and shall protect and indemnify AAI completely from any claims/penalties arising out of any infringements by bidder firm or its workmen/employees.

iv. Limitation of Liability (a) Notwithstanding any other term, there limitation of liability in case of

any damages for bodily injury (including death) and damage to real property and tangible personal property due to gross negligence and wilful misconduct of the other party shall not exceed the contract value and in no event shall either party (including the Successful bidder and subcontractors) be liable to the other for any indirect, incidental, consequential, special or exemplary damages, nor for any damages as to lost profit, data, goodwill or business, nor for any reliance or cover damages in respect thereof, even if it was advised about the possibility of the same. Neither Party, however, shall be liable under the agreement, if he proves that he or his agent had taken all necessary measures to avoid the damage or that it was impossible for him or them to take such measures. However, in case of any dispute between the two parties the decision of court shall be final.

(b) In all other cases not covered by Para (a) above the total liability of

either party under the terms of the contract shall not exceed the a maximum of contract value and in no event shall either party (including the Successful bidder and subcontractors) be liable to the other for any indirect, incidental, consequential, special or exemplary damages, nor for any damages as to lost profit, data, goodwill or business, nor for any reliance or cover damages even it was advised about the possibility of the same.

(c) Neither Party shall be liable to the other for delay in discharging its

obligations, to the extent that such delay or failure is attributable to the other Party. In case of such delay, the delayed Party shall be entitled to an extension of time to perform its obligations and, unless otherwise agreed (with or without levy), the period of the extension will be equal to the amount of delay.

21. SUBSTITUTION & WRONG SUPPLIES Substitution shall be limited to makes meeting technical and functional

requirements. Unauthorised substitution is not permitted and, materials delivered not complying with the description or quality or supplied in excess quantity or rejected goods shall be taken back by the bidder firm at his cost and risk.

22. INSURANCE AND FREIGHT

i. The bidder firm shall make arrangements at no additional cost to AAI for transporting the equipment to the ultimate consignee site as the same has been included in price quote.

ii. Packing lists, consignment details in terms of volume/weight, size,

Page 70: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 45 of 164 

number of boxes and container load, etc. shall be provided by the bidder firm.

23. DISPATCH OF DOCUMENTS i. Foreign Supplies: The bidder firm shall forward two sets of the

following documents one each to the Executive Director (CNS-P), and the port/ultimate consignee (as mentioned in Annexure-IX), as soon as goods are dispatched.

a. Invoice (copy) b. Itemized Packing list with cost of each item.(copy) c. Proof of dispatch in the form of Bill of Lading or Air-Way bill

(Whichever is applicable)(Copy) d. Factory Acceptance Test Report e. Copy of Insurance of the items. f. Certificate of the country of origin

ii. Indian Supplies: The bidder firm shall forward two sets of the following documents one each to the Executive Director (CNS-P), and the port/ultimate consignee (as mentioned in Annexure-IX), as soon as goods are dispatched. a. Invoice (copy) b. Itemized Packing list with cost of each item.(copy) c. Proof of dispatch in the form of Transporter Way Bill or Proof of

receipt at site. d. Factory Acceptance Test report. e. Copy of Insurance of the items.

24. TAXES, PERMITS AND LICENCES

i. Bidder firm shall be liable to pay any and all Indian/non-Indian taxes, duties, levies, lawfully assessed against AAI or bidder firm, in pursuance of the contract. In addition, bidder firm shall be responsible for payment of all Indian duties, levies and taxes lawfully assessed against bidder firm for both corporate and personal Income and also all other taxes, etc. relevant and applicable in respect of his property.

ii. The bidder firm shall evaluate all possible Indian tax liability on his own. Foreign bidders not having office in India are to obtain tax withholding Certificate from Income Tax Department, at its own cost and submit the same to AAI for release of Payments.

iii. The payment on account of taxes (other than GST), duties and levies shall be made by AAI to successful bidder on actual basis against receipts or the quoted amount, whichever, is less.

25. MISCELLANEOUS i. In addition to the above any other information/description, the bidder

firm may wish to provide, like the features/performance figures specified/indicated shall be with supporting documents/calculations. All figures indicated by the bidder firm must be fully qualified and subject to co-ordinate performance.

ii. AAI reserves the right to change the item quantity to be supplied to the extent to ± 50 Percent for an item and subject to overall variation of ± 30 Percent of the total contract value of the tendered quantity, at the time of placement of purchase order.

iii. Price applicable at the time of placement of purchase order for the equipment and accessories shall be valid for the period of concurrency of contract or one year from the date of award of contract, whichever is later.

iv. AAI reserves the right to place repeat order, with the same terms & conditions as for the first order, and the quantity of repeat order shall not exceed 50 Percent of quantity supplied in the original order.

Page 71: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 46 of 164 

v. AAI also reserves the right to negotiate or fix charges of Installation & Commissioning or AMC on pro-rata basis if AAI exercises ± 50 Percent change in quantities/items.

26 THIRD PARTY INSURANCE Before commencing the execution of works the contractor (but without

limiting his obligations and responsibilities) shall insure against all damage, loss or injury, which may occur to any property (including that of the employer) or to any person, including any employee of the employer by or arising out of the execution of the works or temporary works or in carrying out of the contract.

This insurance cover shall be for the period up to system acceptance by AAI upon issue of Completion Certificate.

27 RATES Rates shall be quoted clearly for the entire schedule of quantities,

item-wise (Please see notes for guidance of tenderers for filling up the schedule of quantities).

28 DEVIATION No deviation on terms & conditions and clauses of NIT shall be

entertained.

29 INSTALLATION AND COMMISSIONING STANDARDS: a Installation shall be carried out by technically well qualified and

certified personnel as per the requirements.

b Contractor shall not outsource any part of the contract to any other vendor/third party contractor, without prior written permission of AAI.

c Liability, if any, arising out of such third party contracts to any other vendor by contractor shall be to contractors account.

d In no case AAI shall be liable on behalf of contractor to any other third party contractor/Government of India/State/Regulatory Authorities.

e Any liabilities arising out of such third party contracts by contractor or its men working at site shall be only to contractors account and shall be deducted out of its running bills.

30 RATES FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC):

i The items for CAMC will not be visible in the item section of Price bid. The rate for CAMC items are pre-decided on fixed percentage basis on total quoted amount i.e. total of Annex- VIII excluding GST component of Installation, Integration, Testing and Commissioning.

ii It shall be 9.88 % for 1st year, 10.25 % for 2nd Year, 10.49 % for 3rd Year, 10.90 % for 4th Year and 11.25 % for 05th year of CAMC after warranty period, (These CAMC rates shall be inclusive all taxes excluding GST, which shall be extra as applicable).

iii The exact % (percentage) of each item shall be limited to two decimals (without rounding off).

iv The SOQ for CAMC items will be issued at the time of award of work. Other terms & Conditions 31. When Contract can be Determined

A. Subject to other provision contained in this clause, the Engineer-in-Charge may, without prejudice to his any other rights or remedy against the contactor in respect of any delay, inferior workmanship, any claims for damages and/or any other provisions of this contract or otherwise, and whether the date of completion has or has not elapsed, by notice in writing absolutely determine the contract in any of the following cases.

Page 72: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 47 of 164 

i. If the contractor having been given by the Engineer-in-Charge a notice in writing to rectify, reconstruct or replace any defective work or that the work is being performed in any inefficient or otherwise improper or unprofessional manner shall omit to comply with the requirement of such notice for a period of seven day thereafter.

ii. If the contractor has, without reasonable cause, suspended the

progress of the work or has failed to proceed with the work with due diligence so that in the opinion of the Engineer-in-Charge (which shall be final and binding) he will be unable to secure completion of the work by the date for completion and continues to do so after a notice in writing of seven day from the Engineer-in-Charge.

iii. If the contractor fails to complete the work within the stipulated

date or items of work with individual date of completion, if any stipulated, on or before such date(s) of completion and does not complete them within the period specified in a notice given in writing in that behalf by the Engineer-in-Charge.

iv. In the contractor persistently neglects to carry out his obligations

under the contract and / commits default in complying with any of the terms and conditions of the contract and does not remedy it or take effective steps to remedy it within 7 days after a notice in writing is given to his in that behalf by the Engineer-in-Charge.

v. If the contactor offers or give or agree to give to any person in AAI

service or to any other person on his behalf any gift or consideration of any kind as an inducement or reward for doing or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of this or any other contract for AAI.

vi. If the contractor enters into a contract with Airport Authority of

India in connection with which commission has been paid or agreed to be paid by him or to his knowledge, unless the particulars of any such commission and the terms of payment thereof have been previously disclosed in writing to the Engineer-in-Charge.

vii. If the contractor obtains a contract with AAI as a result of wrong

tendering or other non-bonafide methods of competitive tendering.

viii. If the contractor being an individual, or if a firm, any partner thereof at any time be adjudged insolvent or have a receiving order or order for administration of his estate made against his or shall take any proceedings for liquidation or composition (other than a voluntary liquidation for the purpose of amalgamation or reconstruction) under any Insolvency Act for the time being in force or make any conveyance or assignment of his effects for composition or arrangement for the behalf of his creditors or purport so to do, or if any application be made under any Insolvency Act for the time being in force for the sequestration of his estate or if a trust deed be executed by him for behalf of his creditors.

Page 73: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 48 of 164 

ix. If the contractor being a company passes a resolution or the court

makes an order that the company shall be wound manager on behalf of a creditor shall be appointed or if circumstances shall arise which entitle the court or the creditor to appoint a receiver or a manager or which entitle the court to make a winding up order.

x. If the contractor suffer an execution being levied on his goods and

allow it to be continued for a period of 21 days.

xi. If the contractor assigns, transfers, sublets (engagement of labour on a piece-work basis or of labour with materials not to be incorporated in the work, shall not be deemed to be subletting) or otherwise parts with or attempts to assign, transfer, sublet or otherwise parts with the entire work or any portion thereof without the prior written approval of the Engineer-in-Charge.

When the contractor has made himself liable for action under any of the cases aforesaid, the Engineer-in-Charge on behalf of AAI shall have powers:

a. To determine the contract as aforesaid (of which termination notice in writing to the contractor under the hand of the Engineer-in-Charge shall be conclusive evidence). Upon such determination, the Earnest Money Deposit, Security Deposit already recovered and Performance Guarantee under the contract shall be liable to be forfeited and shall be absolutely at the disposal of the AAI.

b. After giving notice to the contractor to measure up the work of the contractor and to take such whole, or the balance or part thereof, as shall be un-executed out of his hands and to give it to another contractor to complete the work. The contractor whose contract is determined as above shall not be allowed to participate in the tendering process for the balance work.

In the event of above courses being adopted by the Engineer-in-Charge, the contractor shall have no claim to compensation for any loss sustained by him by reasons of his having purchased or procured any materials or entered into any engagements or made any advances on account or with a view to the execution of the work or the performance of the contract. And in case action is taken under any of the provision aforesaid, the contractor shall not be entitled to recover or be paid any sum for any work thereof or actually performed under this contract unless and until the Engineer-in-Charge has certified in writing the performance of such work and the value payable in respect thereof and he shall only be entitled to be paid the value so certified.

B In case, the work cannot be started due to reasons not within the control of the contractor within 1/8th of the stipulated time for completion of work, either party may close the contract. In such eventuality, the Earnest Money Deposit and the Performance Guarantee of the contractor shall be refunded, but no payment on account of interest, loss of profit or damages etc. shall be payable at all.

32.

Work to be Executed in Accordance with Specifications, Drawings, Orders etc.

Page 74: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 49 of 164 

(i) The contractor shall execute the whole and every part of the work in the most substance and workman like manner both as regards materials and otherwise in every respect in strict accordance with the specifications. The contractor shall also conform exactly, fully and faithfully to the design, drawings and instructions in writing in respects to the work signed by the Engineer-in-Charge and the contractor shall be furnished free of charge one copy of the contract documents together with specifications, designs, drawings and instructions as are not included in the standard specifications or in any Bureau of Indian Standard or any other published standard or code or schedule of Rates or any other printed Publication referred to elsewhere in the contract. The contractor shall comply with the provisions of the contract and with the care and diligence execute and maintain the works and provide all labour and materials, tools and plants including for measurements and supervisions of all works, structural plans, and other things of temporary or permanent nature required for such execution and maintenance in so far as the necessity for providing these, is specified or is reasonably inferred from the contract. The contractor shall take full responsibility for adequacy suitability any safety of all the works and methods of execution.

(ii)

The Engineer-in-Charge shall have power (i) to make alteration in, omissions form, additions to or substitutions for the original specifications, drawings, designs and instructions that may appear to him to be necessary or advisable during the progress of the work, and (ii) to omit a part of the works in case of non –availability of a portion of the site or for any other reasons and the contractor shall be bound to carry out the works in accordance with any instructions given to him in writing signed by the Engineer-in-Charge such alterations, omissions, additions or substitutions shall form part of the contract as if originally provided therein and any altered, additional or substituted work which the contractor may be directed to do in the manner specified above as part of the works, shall be carried out by the contractor on the same conditions in all respects including price on which he agreed to do the main work except as hereafter provided.

33 Deviations /Variations Extent And Pricing (i) The time for completion of the work shall, in the event of any

deviations resulting in additional cost over the tendered value sum being ordered, be extended, if requested by the contractor, as follows. I. In the proportion which the additional cost of the altered, additional

or substituted work, bears to the original tendered value plus II. 25% of the time calculated in (i) above or such further additional

time as may be considered reasonable by the Engineer-in-Charge. III. In case of extra deviation substitute items, which are required to be

imported from out of country, the contractor shall be given additional time of four weeks to deliver items at site.

(ii) Deviation, Extra Items and Pricing In the case of extra item (s) (items that are completely new, and in

additional to the items contained in the contract) the contractor may within fifteen days of receipt of order or occurrence of the item(s) claim rates, supported by proper analysis, for the work and the Engineer-in-Charge shall within Six weeks of the receipt of the claims supported by analysis, after giving consideration to the analysis of the rates submitted by the contractor, determine the rates on the basis of the

Page 75: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 50 of 164 

market rates and the contractor shall be paid in accordance with the rate so determined.

(iii) Deviation, Substituted Items Pricing In the case of substituted items, (items that are taken up with partial

substitution or in lieu of items of work in the contract) the rate for the agreement item (to be substituted) and substituted item shall also be determined in the manner as mentioned in the following para. a) If the market rate for the substituted item so determined is more

than the market rate of the agreement item (to be substituted), the rate payable to the contractor for the substituted item shall be the rate for the agreement item (to be substituted).

b) If the market rate for the substituted item so determined is less than

the market rate of the agreement item (to be substituted), the rate payable to the contractor for the substituted item shall be the rate for the agreement item (to be substituted) so decreased to the extent of the difference between the market rate of substituted item and the agreement item (to be substituted).

(iv) Deviation, Deviated Quantities, Pricing In the case of contractor items, substituted item, contract cum

substituted items, which exceed the limits laid down in contract, the contractor may within fifteen days of receipt of order of occurrence of the excess, claim revision of the rates, supported by proper analysis for the work in excess of the above mentioned limits, provided that if the rates so claimed are in excess of the rates specified in the schedule of quantities, of Engineer-in-Charge shall within Six weeks of receipt of the claims supported by analysis, after giving consideration to the analysis of the rates submitted by the contractor, determine the rate on the basis of the market rates and the contractor shall be paid in accordance with the rates so determined.

(v) The provisions of the preceding paragraph shall also apply to the decrease in the rates of items for the work in excess of the limits laid down in contract and the Engineer-in-Charge shall after giving notice to the contractor within one month of occurrence of the excess and after taking into consideration any reply received from him within fifteen days of the receipt of the notice, revise the rates for the work in question within one month of the expiry of the said period of fifteen days having regards to the market rates.

(vi) The contractor shall send to the Engineer-in-Charge once every two months, an upto-date account giving complete details of all claims for additional payments to which the contractor may consider himself entitled and of all additional work ordered by the Engineer-in-Charge, which he has executed during the preceding quarter failing which the contractor shall be deemed to have waived his right. However, the Executive Director (CNS-P) may authorized consideration of such claims on merits.

(vii) Any operation incidental to or necessarily has to be in contemplation of tenderer while filing, tender, or necessary for proper execution of the item included in the Schedule of quantities or in the schedule of rates mentioned above, whether or not, specifically indicated in the description of the item and the relevant specifications, Shall be deemed to be included in the rate quoted by the tenderer or the rate given in the said schedule of rate, as the case may be. Nothing extra shall be admissible for such operations.

Page 76: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 51 of 164 

34.

Foreclosure of contract due to Abandonment or Reduction in Scope of Work

If at any item after acceptance of the tender. AAI shall decide to abandon or reduce the scope of the works for any reason whatsoever and hence not require the whole or any part of the work to be carried out, the Engineer-in-Charge shall give the notice in writing to that effect to the contractor and the contractor shall act accordingly in the Matter. The contractor shall have no claim to any payment of compensation or otherwise whatsoever, on account of any profit or advantage which he might have derived from the execution of the works in full nut which he did not derive in consequence of the foreclosure of the whole or part of the works. The contractor shall be paid at contract rates, full amount for works executed at site and in addition, a reasonable amount as certified by the Engineer-in-Charge for the item hereunder mentioned which could not be utilized on the work to the full extend in view of the foreclosure:

i. Provided that the contractor shall be paid the cartage charges only of materials actually and bonafide brought to the site of work by the contractor and rendered surplus and then taken back by the contractor, provided AAI shall have the option to take over contractor’s materials or any part thereof either brought to site or of which the contractor is legally bound to accept delivery from suppliers (for incorporation in or incidental to the work). For materials taken over or to be taken over by AAI. Cost of such materials as detailed by Engineer-in-Charge shall be paid. The cost shall, however, take into account purchase price cost of transportation and deterioration or damage which may have been caused to materials whilst in custody of the contractor.

ii. If any materials supplied by AAI are rendered surplus, the same

except normal wastage shall be returned by the contractor to AAI at rates not exceeding those at which these were originally issued, less allowance for any deterioration or damage which may have been caused whilst the materials were in the custody of in contractor. In addition, cost of transporting such materials from site to AAI stores, if so required by AAI, shall be paid. The contractor shall, if required by the Engineer-in-Charge, furnish to him book of account and other relevant documents and evidence as may be necessary to enable him to certify the reasonable amount payable under this condition.

35. Suspension of Work i. The contractor shall, on receipt of the order in writing of the

Engineer-in-Charge, (whose decision shall be final and binding on the contractor) suspend the progress of the works or any part thereof for such time and in such manner as the Engineer-in-Charge may consider necessary so as not to cause any damage or injury to the work already done or endanger the safety thereof for any of the following reasons:

a) On account of any default on the part of the contractor or;

b) For proper execution of the works or part thereof for reasons other than the default of the contractor; or

c) For safety of the works or part thereof.

Page 77: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 52 of 164 

The contractor shall, during such suspension, properly protect and secure the works to the extent necessary and carry out the instructions given in that behalf by the Engineer-in-Charge

(ii) If the suspension is ordered or reasons (b) and (c) in sub –para (i) above:

a) The contractor shall be entitled to an extension of time equal to

the period of every such suspension PLUS 25% for completion of the item or group of items of work for which a separate period of completion is specified in the contract and of which the suspended work forms a part, and;

b) The total period of all such suspensions in respect of an item or group of items or work for which a separate period of completion is specified in the contract exceeds thirty days, the contractor shall, in addition, be entitled to such compensation as the Engineer-in-Charge may consider reasonable in respect of salaries and /or wages paid by the contractor to his employees and labour at site, remaining idle during the period of suspension, adding thereto 2% to cover indirect expenses of the contractor provided the contractor submits his claim supported by details to the Engineer-in-Charge within fifteen days of the expiry of the period of 30 days.

(iii) If the works or part thereof is suspended on the orders of the Engineer-in-Charge for more than three months at a time, except when suspension is ordered for reasons (a) in sub-para (i) above, the contractor may after receipt of such order serve a written notice on the Engineer-in-Charge requiring permission within fifteen days from receipt by the Engineer-in-Charge of the said notice, to proceed with the work or part thereof in regards to which progress has been suspended and if such permission is not granted within that time, the contractor, if he intends to treat the suspension, where it affects.

Only a part of the works as on omission of such part by AAI or where it affects whole of the works, as an abandonments of the works by AAI, shall within ten days of expiry of such period of 15 days give notice in writing of his intention to the Engineer-in-Charge. In the event of the contractor treating the suspension as an abandonment of the contract by AAI, he shall have no claim to payment of any compensations on account of any profit or advantage which he might have derived from the execution of the work in full but which he could not derive in consequence of the abandonment. He shall, however, be entitled to such compensation, as the Engineer-in-Charge may consider reasonable, in respect of salaries and/or wages paid by him to his employees and labour at site, remaining idle in consequence adding to the total thereof 2% to cover indirect expenses of the contractor provided the contractor submits his claim supported by details to the Engineer-in-Charge within 30 days of the expiry of the period of 3 months. Provided, further, that the contractor shall not be entitled to

Page 78: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 53 of 164 

claim any compensation from AAI for the loss suffered by him on account of delay by AAI in the supply of materials in Section ‘B’ where such delay is covered by difficulties relating to the supply of wagons, force majeure including non-allotment of such materials by controlling authorities, act of God, acts of enemies of the state/country or any reasonable cause beyond the control of the AAI.

36. Contractor to Supply Tools & Plants etc. The contractor shall provide at his own cost all materials (except such

special materials, if any, as may in accordance with the contract be supplied from the Engineer-in-Charge’s stores) machinery, tools & plants as per contract. In addition to this, appliances, implements, other plants ladders, cordage, tackle scaffolding and temporary works required for the proper execution of the work, whether original altered or substituted and whether included in the specifications or other documents forming part of the contract or referred to in these conditions or not, or which may be necessary for the purpose of satisfying or complying with the requirements of the Engineer-in-Charge as to any matter as to which under these conditions he is entitled to be satisfied or which he is entitled to require together with carriage therefor to and from the work the contractor shall also supply without charge the requisite number of persons with the means and materials, necessary for the purpose of setting out works, and counting, weighting and assisting the measurement for examination at any time and from time to time of the work or materials. Failing his so doing, the same may be provided by the Engineer-in-Charge at the expense of the contractor and the expenses may be deducted, from any money due to the contractor, under this contract or otherwise and/or from his security deposit or the proceeds of sale thereof, or of a sufficient portions thereof.

37. With-holding and lien in respect of sums due from contractor (i) Whenever any claims for payment of a sum of money arises out of

or under the contractor or against the contractor, the Engineer-in-Charge or the AAI shall be entitled to withhold and also have a lien to retain such sum or sums in whole or in part from the security, if any deposited by the contractor and for the purpose aforesaid, the Engineer-in-Charge or the AAI shall be entitled to withhold the security deposit if any, furnished as the case may be and also have lien over the same pending finalization or adjudication of any such claim. In the event of the security being insufficient to cover the claimed amount or amounts or if so security has been taken from the contractor, the Engineer-in-Charge or the AAI shall be entitled to withhold and have lien to retain to the extent of such claimed amount or amounts referred to above from any sum or sums found payable or which may at any thereafter become payable to the contractor under the same contract or any other contract with the Engineer-in-Charge of the AAI or any contracting person through the Engineer-in-Charge pending finalization of adjudication of any such claim.

(ii) It is an agreed term of the contract that the sum of money or

moneys so withheld or retained under the lien referred to above by the Engineer-in-Charge or AAI will be kept withheld or retained as such by the Engineer-in-Charge or AAI till the claim arising out of or under the contract is determined by the arbitrator. (If the contract is government by the arbitration clause) by the competent

Page 79: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 54 of 164 

court, as the case may be and that the contractor will have no claim for interest or damages whatsoever on any account in respect of such withholding or retention under the lien referred to above and duly notified as such to the contractor. For the purpose of this clause, where the contractor is a partnership firm or a limited company, Engineer-in-Charge or the AAI shall be entitled to withhold and also have a lien to retain towards such claimed amount or amounts in whole or in part from any sum found payable to any partner/ limited company as the case may be, whether in his individual capacity or otherwise.

(iii) AAI shall have the right to cause an audit and technical

examination of the works and the final bills of the contractor including all supporting vouchers, abstract, etc., to be made after payment of the final bill and if as a result of such audit and technical examination any sum is found to have been overpaid in respect of any work done by contractor under the contract or any work claimed to have been done by the him under the contract and found not to have been executed, the contractor shall be liable to refund the amount of over payment and it shall be lawful for AAI to recover the same from him in the manner prescribed in sub-clause (i) of this clause or in any other manner legally permissible; and if it is found that contractor was paid less than what was due to him under the contract in respect of any work executed by him under it, the amount of such under payment shall be duly paid by AAI to the contractor, without any interest thereon whatsoever.

Provided that the AAI shall not be entitled to recover any sum overpaid, nor the contractor shall be entitled to payment of any sum paid short where such payment has been agreed upon between the Executive Director (CNS-P)/ General Manager Airport Systems on the one hand and the contractor on the other under any term of the contract permitting payment for work after assessment by the Executive Director (CNS-P)/ General Manager Airport System.

38 Lien in respect of claims in other Contracts

Any sum of money due and payable to the contractor (including the security deposit returnable to him) under the contract may be withheld or retained by way of lien by the Engineer-in-Charge against any claim of the Engineer-in-Charge or AAI or such other person or persons in respect of payment of a sum of money arising out of or under any other contract made by the contractor with the Engineer-in-Charge or the AAI or with such other person or persons.

It is an agreed term of the contact that the sum of money so withheld or retained under this clause by the Engineer-in-Charge or the AAI will be kept withheld or retained as such by the Engineer-in-Charge or the AAI or till his clam arising out of the same contact or any other contract is either mutually settled or determined by the arbitration clause or by the competent court, as the case may be and that the contractor shall have no claim for interest or damages whatsoever on this account or on any other ground in respect of any sum of money withheld or retained under this clause and duly notified as such to the contractor.

39 Return of Surplus materials

Page 80: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 55 of 164 

Notwithstanding anything contained to the contrary in this contract, where any materials of the execution of the contract are procured with the assistance of AAI either by issue from AAI stock or purchase made under orders or permits or licenses issued by AAI, the contractor shall hold the said materials economically and solely for the purpose of the contract and not dispose of them without the written permission of the AAI and return, if required by the Engineer-in-Charge, all surplus or unserviceable materials that may be left with him after the completion of the contract or at its termination for any reason whatsoever on being paid or credited such prices as the Engineer-in-Charge shall determine having due regard to the condition of the materials. The price allowed to the contractor however shall not exceed the amount charged to him excluding the element of storage charges. The decision of the Engineer-in-Charge, shall be final and conclusive. In the event of breach of the aforesaid condition, the contractor shall in addition to through himself open to action for contravention of the terms of the license or permit and / or for criminal breach of trust, be liable to AAI for all moneys, advantages or profits resulting or which in the usual course would have resulted to him by reason of such breach.

40 Carrying out part work at risk & cost of contractor If contractor:

a. At any time makes default during currency of work or does not

execute any part of the work with due diligence and continues to do so even after a notice in writing of 7 days in this respect from the Engineer-in-Charge or

b. Commits default in complying with any of the terms and conditions of the contract and does not remedy it or takes effective steep to remedy it within 7 days even after an notice in writing is given in that behalf by the Engineer-in-Charge; or Fails to complete the work(s) or items of work with individual dates of completion, on or before the date(s) so determined, and does not complete them within the period specified in the notice given in writing in that behalf by the Engineer-in-Charge. The Engineer-in-Charge may, without prejudice to any other applicable contract clause right or remedy against the contractor which have either accrued or accrue thereafter to Government, by a notice in writing to take the park work / part incomplete work of any item(s) out of his hands and shall have power to:

(a) Take possession of the site and any materials,

constructional plant, implements, stores etc., thereon, and/or

(b) Carry bout the part work /part incomplete work of any item(s) by any means at the risk and cost of the contractor.

The Engineer-in-Charge shall determine the amount, if any, is recoverable from the contractor for complete of the part work/part incomplete work of any item(s) taken out of his hands and execute at the risk and cost of the contractor, the liability of contractor on account of loss or damage suffered by Government because of action under this clause shall not exceed 10% of the tendered value of the work.

Page 81: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 56 of 164 

In determining the amount, credit shall be given to the contractor with the value of work done in all respect in the same manner and at the same rate as if it had been carried out by the original contractor under the terms of his contract, the value of contractor’s materials taken over and incorporated in the work and use of the plant and machinery belonging to the contractor. The certificate of the Engineer-in-Charge as to the value of work done shall be final and conclusive against the contractor provided always that action under this clause shall only be taken after giving notice in writing to the contractor. Provided also that if the expenses incurred by the department are less than the amount payable to the contractor at his agreement rates, the difference shall not be payable to the contractor. In the event of above course being adopted by the Engineer-in-Charge the contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased or procured any materials or entered into any engagements or made any advance on any account or with a view to the execution of the work or the performance of the contract.”

41 Monitoring the Performance of the contractor:

Performance of the Contractor shall be monitored by AAI on regular basis. The delay/default shall be examined and if required a ‘show cause’ Notice shall be issued to the Contractor bringing out the short-comings and default.

The contractor’s reply shall be carefully scrutinized with respect to the factual position and following action will be taken:

i) In case it is found that Contractor is not fully responsible for delay/default, the Firm may be debarred for participation in AAI tendering in future for a limited period.

ii) In case, it is established that contractor is fully responsible for unsatisfactory performance, the Firm may be blacklisted.

42 Special Conditions of contract

i. Foreign bidders must submit an undertaking as per the format given in Annexure-XII that they would employ and train Indian personnel to the maximum possible extent in commissioning and only Indian personnel in operation and maintenance

ii. The firmware should not have any Wi-Fi feature and the system shall only be LAN based without any remote access whatsoever. All maintenance support will be provided at site under AAI supervision. Any software up-grading or maintenance shall be done at site with due notification to AAI and post maintenance tests shall be carried out to the satisfaction of AAI in the presence of AAI engineers.

iii. Successful bidder has to give details of his operations and

maintenance contracts in different countries. Operation in any country as decided by AAI shall be suitably firewalled (at no cost to AAI) from the contract / operations in India and no national of that country or a person of origin of that country

Page 82: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 57 of 164 

shall be engaged by the company for this project. Contract Agency shall give details of persons to be deployed for SITC, Operation and maintenance of the equipment and obtain prior clearance from AAI before their deployment for this work. AAI reserves the right to reject the application of person(s) submitted for engagement without assigning any reason thereof

iv. In case the contracting firm is found indulging in acts

inimical to India’s national security, the license/tender/ contract will be terminated.

Declaration: The terms and conditions given in Section B given in the Tender Document are read, understood and hereby accepted unconditionally and shall be complied with. I/We agree to abide by the Terms and Conditions, contained in this section of Tender Document and shall form part of contract conditions and provisions. I/We hereby unconditionally accept(s) these Terms and Conditions of AAI’s tender documents in its entirety for the Tender No. (AS)-12/2017-18 for “Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and Five years Comprehensive Annual Maintenance Contract with spares”. It is certified that I/we have not stipulated any condition(s) in our tender offer. In case any condition(s) are found in our tender offer, the same shall be treated as withdrawn. Signature of Bidder firm authorized Signatory Name: ………………………………………………..…... On behalf of: ……………….…………………………… Telephone: …………………………………..………….. Fax:…………………………………………………….… E-mail: ..….………………………………………………. Firms Stamp: …….…………………………………..…

Page 83: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 58 of 164 

SECTION- C: SCOPE OF WORK, TECHNICAL & QUALITATIVE REQUIREMENTS

NOTE: The tenderer shall submit only one proposal that meets the specification of this tender document, indicating clearly the make and model of each item of equipment being offered. Other product or alternative offer shall not be accepted or considered for evaluation. In respect of different items of equipment required for the system, only the offered item of each type of equipment shall be submitted in the technical bid. Any tenderer who submits complete range of models for each individual item of equipment or offers multiple alternatives as a choice for individual item without clearly indicating the model that is actually offered for this work, shall have his tender out-rightly rejected without any correspondence. i) For stating compliance: Write “C” in the third column below. ii) For stating Non-compliance: Write “NC” in the third column below. iii) For stating Partial compliance or conditional compliance: Write “PC” in the third

column below. iv) Against each compliance statement, write specific Para and page of supporting

technical documentation (from which the stated compliance could be verified in fourth column below).

v) Specifications of the equipment better than those mentioned below shall be accepted.

The specifications detailed hereunder are the minimum requirements. Bidders may offer System/Equipment/Accessories/Software of better specifications as per system design proposed by the bidder. However, no preference or weightage shall be given to bidder for offering such System/Equipment/Accessories/Software of specifications higher than the tender specification. Sl. No. Requirement Statement of

compliance Reference page & para no. of supporting document (as mentioned at para 17.10.2 of Section “D” Eligibility requirements)

1. General Requirement:  1.1. The  equipment  shall  be  compact,  fully  solid 

state, highly  reliable and shall use  latest state of the art technology. 

1.2. The system has  to be designed  to operate  for 24 hours per day, 365 days in a year. 

1.3. Hot  standby arrangement  should be provided for  Control  Circuits,  Servers,  Network components, storage, UPS power etc. 

1.4. The design and selection of equipment shall be consistent with the requirements of  long term trouble  free operation with highest degree of reliability and maintainability. 

1.5. All  equipment  shall  be  manufactured  to 

Page 84: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 59 of 164 

continuously  operate  safely  without  undue heating,  vibration,  wear,  corrosion, electromagnetic  interference  or  any  similar problems. 

1.6. The  system  shall  be  designed  for  continuous operation.  The  design  life  of  the  equipment shall be a minimum of SEVEN years. 

1.7. This  life  shall  be  achievable  through  normal and  regular  maintenance  and  without  major dismantling or overhauling, etc. 

1.8. All types of spares and spare modules shall be made available by  the bidder during  life  time of the equipment for maintenance, repair and up keep of the equipment. 

1.9. The  OEM  shall  undertake  and  ensure implementation  of  its  offered  solution  and shall  keep  in  view  safety  and  protection  of personnel  during  normal  operation  and maintenance. 

1.10. Safety  and  protection  of  personnel  during normal  operation  and maintenance  or  during malfunctioning  of  any  equipment  shall  be ensured  as  an  integrated  feature  of  design, manufacture  and  installation.  Adequate protection shall be included for ensuring safety of  personnel  from  any  possible  hazards, including EMI radiation, high voltages, etc. The bidder  shall  furnish  the  details  of  EMI  and Safety  Standards met  by  offered  equipments and built in safety features. 

1.11. The  equipment  shall  be  constructed  on  a modular  basis,  using  plug‐in  type  units  and components  to  the  extent  possible.  Parts subject  to  failure,  wear,  corrosion  or  other deteriorations  or  requiring  occasional inspection, adjustment or replacement shall be made  accessible  and  capable  of  convenient inspection  and  removal.  All  plug  in  units  and modules  shall  fit  on  slide  rails  and  shall  be removable  from  front  of  cabinet.  Connectors shall  be  provided  with  keys  to  prevent insertions of units  in  the wrong way or  into a wrong slot. 

1.12. Input/output  termination  cables  shall  be properly labelled to permit ready identification of the incoming/outgoing wiring. 

1.13. All  interconnecting  cables  shall  also  be appropriately  labelled  to  facilitate  convenient 

Page 85: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 60 of 164 

interconnection  and  minimize  chances  of incorrect connection. 

1.14. All  interconnecting  cables  required  to  inter connect  the  equipment  shall  be  supplied.  All cables shall be fully assembled, connector pre‐terminated  and  factory  tested  at  the  time  of supply as part of overall system check. 

1.15. The  contractor  shall  furnish  all  equipment, parts,  materials,  cables,  conduits  and  any other supplies required, to satisfactorily effect the  complete  installation  of  the  proposed system in a professional manner. 

1.16. The work herein  specified  shall be performed by  fully  competent  workmen  in  a  thorough professional  manner.  All  materials  furnished by  the  contractor  shall  be  new,  and  shall conform to applicable  Indian standards or any international standard. 

1.17. All equipment except portable equipment shall be  held  firmly  in  place  except  to  the  extent that proper performance criterion dictates the use of a resilient shock absorbing mounting. All fastening  and  supports  shall  be  adequate  to support  their  loads.  All  switches,  connectors, outlets  etc.  shall  be  clearly,  logically  and permanently marked. Adhesive  Tape Markers and  screen  printed Markers  liable  to  erasure during use will not be acceptable. 

1.18. The contractor must  take  such precautions as are necessary to guard against electromagnetic and  electrostatic  interference,  to  provide adequate  ventilation,  and  to  install  the equipment  to  ensure maximum  safety  to  the operators and other personnel in the area. 

1.19. Care  shall  be  taken  in  wiring  so  as  to  avoid damage to cables and equipment all joints and connections  shall  be  made  with  resin  cored solder  or with  suitable  connectors.  All wiring shall  conform  to  the  code  of  practice  for electrical wiring/installations. 

1.20. The  contractor  has  to  ensure  that  while installation  of  the  system,  the  Airport operation is not disrupted. 

1.21. All  cables  shall  be marked  and  colour‐coded for  easy  recognition.  Proper  cable  ends  or plugs/sockets/multi‐pin  connectors  shall  be used  for  ending  of  each  cable.  Cable  ends & terminating  points  shall  be marked  in  such  a 

Page 86: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 61 of 164 

way that it can be connected without referring to the Technical Manual every time. 

1.22. Cost  of  connectors  and  other  accessories required for completion of work  is deemed to be included in the quoted prices. 

1.23. While  designing  the  system,  particular attention should be given to the maintenance part. Mechanical designs shall be such that all the inside components of different units of the system  are  clearly  visible  &  easily approachable  for  the  purpose  of  testing  & servicing  the  units.  Modular  concept  using Plug‐in  type  of modules  shall  be  used. Wires used  for  interconnecting  these  PCBs  shall  be neatly bunched and  routed. These wires  shall be  connected  to  the  PCBs  through multi‐pin, plug‐in  type  of  connectors  to  facilitate  easy removal of PCBs for servicing. 

1.24. Test points are to be provided & marked at all the  required  points  in  the  equipment  units. Voltages/data  flow chart etc. shall be given  in the technical manual. 

1.25. RELIABILITY, AVAILABILITY, MAINTAINABILITY a) The  equipment design  shall  employ  the most 

suitable engineering techniques, materials and components  and  rigorous  inspection  during manufacturing  to  ensure  a  very  high  MTBF (Mean  Time  between  Failures) of  equipment. The statistical estimated MTBF figures shall be indicated and supported by calculation. 

b) All  systems  to  be  provided  shall  be  designed and  constructed  to  operate  continuously between  scheduled  maintenance  shutdowns for the Operational Lifetime.

c) Bidders  shall  describe  the  methodology, techniques and processes used to conduct the Reliability,  Maintainability,  and  Availability (RMA) analysis.   Maintainability  is  expressed  as  a  probability that a  system  shall be  restored  to a  specified condition within a given period of  time when the maintenance  is  performed  in  accordance with prescribed procedures and resources. 

d) The  Mean  Time  to  Restore  (MTTR)  the equipment specified herein shall not exceed 40 minutes except in case of failure of ATRS Drive Motor or DV XBIS Generator.   

Page 87: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 62 of 164 

Availability  is  the  probability  expressed  as  a percentage,  that  a  system,  under  the combined  aspects  of  its  reliability, maintainability and maintenance support, shall perform  its  required  function  at  a  random point in time. 

e) The  bidder  shall  provide  the  figures  of operational  availability  and  reliability  for  the system. 

2. Scope of work:  The scope of work includes the following:‐ 

2.1. Supply,  installation,  integration,  testing  and commissioning  of  33  Nos.  of  Automatic  Tray Return  System  (ATRS)  with  Dual  View  Hand Baggage  X‐Ray  Baggage  Inspection  System,  at various Airports  in  India with  one  year onsite warranty  and  5  years  comprehensive  annual maintenance  contract  (CAMC)  along  with hand‐holding  operational  support  during warranty  and  CAMC  period  as  per  terms, conditions and specifications of the tender.  

Scope  of  work  also  includes  provision  for Central  Image  Processing  for  image  storage, forwarding and analysis in future 

2.2 Contractor  shall  provide  all  design, engineering,  labour  and materials,  equipment transport,  installation,  Integration,  testing, commissioning  and  operational  handholding services for the period of one year, as required to achieve the project objectives. 

2.3 Contractor  shall  supply  all  required  material (hardware  and  software)  necessary  to  realize the  Automatic  Tray  System  with  Recheck Workstation,  Provision  for  Remote  Viewing Workstations,  as  described  in  this  document, and with consideration of  the operational and security requirements. 

2.4 As  per  Contractor’s  approved  detail  design, Contractor shall carry out the work to provide complete, operable  and maintainable  systems in compliance with this technical specification. 

2.5. Contractor  shall  fulfil  all  the  technical  and performance  requirements  specified  in  this document. 

2.6. Contractor  shall provide ATRS with Dual View Hand  Baggage  X‐ray machine  compliant  with latest BCAS Specifications. 

Page 88: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 63 of 164 

2.7. Contractor  shall  provide  Interfacing  of  ATRS with  the  Dual  View  Hand  Baggage  X‐ray machines at each site. 

2.8. Contractor  shall  provide  Maintenance  & System  Administration  Training  and Operational On‐site  training  to  AAI  nominees at each site. 

2.9. Contractor  shall  provide  any  other components  to  meet  the  functional  and operational  requirement and completeness of Automatic Tray Return System (ATRS) 

2.10. Contractor  shall  be  responsible  for  obtaining BCAS approval,  if required,  for complete ATRS and  DV  XBIS  system  for  operation,  before commissioning 

2.11. If  any  changes  are  required  during  the implementation  phase,  due  to  change  of relevant  BCAS  specifications,  Contractor  shall incorporate  such  changes.  Variation  in  price due  to  these changes will be arrived mutually between AAI and the Contractor.  If  any  major  Software  modification/up‐gradation  is  carried  out  by  Contractor  to maintain  and  operation  of  the  system  during the  currency of  the  contract,  then  contractor shall  be  responsible  for  obtaining  BCAS approval,  if  required,  for  the  complete ATRS system before putting  in to operation, at NO cost to AAI.   

2.12 Bidder shall in consultation with AAI carry out all activities at each site: i. Survey before the start of works ii. Carry  out  complete  Design  &  System 

Engineering  at each  site and  submit along with Technical Bid  

iii. Supply 2 Nos. of ATRS  lane and Dual View Hand  Baggage  X‐ray  machines  each  at Chennai and Kolkata Airport   

iv. Install  initially  Two  ATRS  lanes  with  Dual View X‐ray machines  (HB) each at Chennai and  Kolkata  Airport  demonstrating  the operational  capabilities  and  submit  a comprehensive performance report to AAI.  

v. After  successful  demonstration  of  two ATRS  lanes  with  X‐ray  machines  each  at Chennai  and  Kolkata  Airports,  remaining ATRS lane needs to be installed at Chennai, Kolkata and other consignee airports. 

Page 89: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 64 of 164 

vi. Conduct FAT at OEM Factory  vii. Supply items at each site as per schedule of 

quantity,  

viii. Install,  test  with  internal  &  external interfaces  

ix. Commission  each  system  hardware  & software sub‐components,  

x. Conduct Integrated Site Acceptance Testing (ISAT) at each site,  

xi. Conduct Onsite Training,   xii. Documentation  required  for  upkeep  and 

maintenance,  in consultation with OEM as per requirements/ specifications set  in  the tender,  

xiii. Provide  one  year  Onsite  warranty  &  five years  comprehensive  annual maintenance contract  with  spares  along  with  hand holding operational support  

xiv. Provide manpower  support  for  round  the clock operation during warranty period and CAMC period   

xv. Survey before the start of works 3 Specification for Automatic Tray Return System (ATRS) 3.1 Automatic  Tray  System  shall  facilitate  to 

improve  the  passenger  flow  at  security checkpoint,  with  Dual  View  X‐Ray  Baggage Inspection  System  and  the  existing  passenger screening  technology  and  infrastructure,  in order  to  support  passenger  growth,  reduce waiting  times  and  reduce  delays  possibly caused by baggage security checks. 

3.2 Automated  Tray  System  shall  consist  of dispensing, movement, sortation and collection of baggage trays. 

3.3 All tray transportation units shall be motorized and  work  synchronously  with  the  Dual  View X‐Ray Baggage Inspection System (XBIS). 

3.4 Security Check Work Flow 3.4.1 All  passengers  arriving  for  Security  Check will 

always  be  processed  based  on  their  arriving sequence with parallel divest. 

3.4.2 Video  Tutorial  for  use  of  Tray  Return  System including  divesting  of  items,  restricted  items, etc. shall be displayed to the Passengers.  

3.4.3 It  is  possible  that  a  single  passenger  requires the use of multiple  trays  for  the  screening of the  carry‐on  goods.  Nevertheless,  due  to  the Security Process  it must be ensured that (from 

Page 90: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 65 of 164 

a  System  point  of  view)  multiple  trays  of  a single passenger  can be  tracked  in  relation  to the passenger.   

3.4.4 The  trays  used  during  the  screening  process, shall consist of an  integrated RFID chip  (which is locked/not writeable) and/or a clearly visible correlating 2D barcode. 

3.4.5 The  tray  will  automatically  be  transported towards  the XBIS  screening machine, where  it will  be  re‐identified  via  RFID  and/or  barcode (as  per  offered  design)  at  the  machine entrance. 

3.4.6 The  tray  will  now  undergo  the  screening process. 

3.4.7 Depending on the screening process result, the tray will either continue towards the Clear line, where  after  the  passenger  can  pick‐up  his belongings.  

3.4.8 In  case  the  screening  process  result  was unclear  (by  screening  operator  GUI)  the  tray will  be  automatically  diverted  towards  the Reject line, where a Security officer can inspect the  contents  of  the  particular  tray,  in  the presence of the passenger.

3.4.9 It shall be possible to retrieve images from the screening  machines  by  scanning  the  tray identifier  (barcode  or  RFID)  using  a  wired Handheld  scanner  located  at  the  inspection table (Recheck Workstation). 

3.4.10 Once the tray is identified by the operator, the screening machine image shall be obtained (via a  look‐up  in  the  image  multiplexing  system) and  afterwards  be  presented  on  the monitor associated to the inspection table. 

3.4.11 Once the tray has been inspected, the Security officer will press an “Inspected” button on the monitor. This “inspected” record will be stored in  the software, along with  the user  login and other relevant information. 

3.5 Automatic Tray System Workflow 3.5.1 Tray Feed & Dispenser: Passengers shall divest 

baggage on parallel empty  tray dispenser  (Six Parallel Divest  Station  to  be  provided  in  each ATRS lane). 

3.5.2 Conveying: Trays  laden with baggage  shall be transported through XBIS. 

3.5.3 Screening:  The  Tray  shall  move  through  the XBIS Unit. 

Page 91: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 66 of 164 

3.5.4 Sortation: After  screening, Tray will be  sorted out to either a clear lane or to a reject lane. 

3.5.5 Cleared  Tray  conveyor:  Baggage  cleared  by Screener shall travel on Clear Conveyor Lane  

3.5.6 Rejected  Tray  Conveyor:  Baggage marked  by Screener shall travel on Reject Conveyer Lane. 

3.5.7 Baggage Reclaim: Baggage cleared by Screener shall be reclaimed by the passengers. 

3.5.8 Tray Return: Tray Collector system shall collect and move the empty trays downstream to the return conveyor.  

3.6 Recheck Station Workflow 3.6.1 Bags  marked  for  Search/Recheck  by  the 

Screener  shall  be  transferred  along  with  the Tray to Recheck Station through conveyor. 

3.6.2 Recheck  Table:  Physical  Search/Recheck  of suspected  items  shall  be  carried  out  by  the Recheck Operator. 

3.6.3 Recheck  Workstation: Recheck  Work‐station shall  provide  the  electronic  scan  image  to Recheck Operator to assist  in visual recheck of suspect Bag. 

3.6.4 Bag Inspection/Passenger rendezvous area  3.6.5 Within this area  it shall be possible to retrieve 

images from any x‐ray machine. 

3.6.6 Inspection/questioning  area  will  contain inspection  posts,  identical  to  the  inspection posts as found after each Checkpoint Line. 

3.7 Aesthetics: 3.7.1 ATRS  shall  have  a  modern  look  and  feel, 

matching  the  Airport  design  and  décor.  The colour scheme and Logo  for  the ATRS shall be finalized in co‐ordination with the AAI Engineer In‐Charge.

3.8 Construction: 3.8.1 ATRS  shall  be  of  robust  and  modular 

construction. 

3.8.2 ATRS shall be constructed so  that  it  is easy  to clean,  and  maintain,  both  externally  and internally. 

3.8.3 ATRS  shall  be  constructed  by  using  robust finishes, resistant to abrasion. 

3.8.4 ATRS  construction  shall  be  preferably  of Stainless Steel  for being rust‐resistant, easy  to clean and durability. 

3.8.5 ATRS construction  shall be modular “plug and play” such that addition of extra modules shall be  possible  in  future,  without much  physical 

Page 92: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 67 of 164 

modifications to the existing ATRS. 3.8.6 It  shall be possible  to  replace  the XBIS with a 

different  make/model,  only  by  replacing  the base module on which the XBIS is mounted. 

3.8.7 All  Divesting  Stations  shall  include  a  Visual Lighting  System  to  indicate  the  free Stations/Tray  Delivery  Unit  or  Closed  Line  in different  lighting  colours.  The  lighting  system shall  be  visible  from  the  Security  Check passenger queue. 

3.8.8 Divesting  Table  shall  be  made  of  durable material  and  placed  at  height  between 700‐800 mm. 

3.8.9 All  Divesting  Tables  shall  be  parallel  to  the conveyor where passenger can push  the  filled trays after finishing the divestment process.

3.8.10 The  conveyor  shall  start  when  the  tray  is detected. 

3.8.11 Operator  shall  be  capable  to  stop  the divestment conveyor at any time from multiple positions. 

3.9 System Layout 3.9.1 Contractor  shall  provide  system  layouts  in 

accordance  with  the  principle  designs  as outlined in this specification and accompanying layout drawings.

3.10 X-Ray Baggage Inspection System 3.10.1 Dual View Hand Baggage X‐ray machine which 

shall be provided as per the specification given Section  “C”  Clause  “5”  along  with  the  ATRS and Recheck Workstations: 

3.10.2 The ATRS layout shall consist of SIX Tray Divest ATRS Lines 

3.10.3 Contractor  shall  be  responsible  for  full integration  of  the  XBIS  into  the  ATRS  Lines, including  but  not  limited  to  the  mechanical, electrical, controls and data  interfaces starting from initial design until final acceptance by AAI. 

3.10.4 Contractor  shall  design  the  system  to  enable exchange  of  XBIS  machine  with  minimal dismantling  efforts.  The  ease  of  XBIS connection  shall  include  pluggable  electrical connectors and quick removable metal parts. 

3.10.5 Contractor shall be responsible for the machine throughput,  provided  that  correct  and continuous  tray  transport,  feeding  and receiving  of  the  XBIS  with  the  correct  bag spacing  and  other  prerequisite  for  bag 

Page 93: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 68 of 164 

transport  as  specified  by  the  XBIS  OEM  are ensured  in  the  design  and  implementation  of offered ATRS. 

4.0 Technical Specifications:4.1 General 4.1.1 All  components  chosen  for  the  ATRS  systems 

shall be proven equipment. 

4.1.2 The  use  of  any  hardware  prototype components,  systems  or  machines  is prohibited. 

4.1.3 The use of  software prototype  components  is also  strictly  prohibited.  (Customization  as  per AAI/Security  Compliance  requirements  is excluded). 

4.1.4 Despite  the  exclusion  above,  all  standard software,  not  limited  to  operating  systems, application  programs  etc.  shall  comply  with state‐of‐the‐art  requirements,  as  well  as represent current Airport standards. They shall belong  to  tried and  tested product  families of ensured continuity and must be in use on other Airport systems. 

4.1.5 All mechanical and electrical components shall comply with  state‐of‐the‐art  requirements,  as well as  represent current  industrial  standards. They must belong  to  tried and  tested product families  of  ensured  continuity  and  must  be widely available. 

4.1.6 Individual  mechanical  and  electrical components  should  wherever  possible,  be maintenance free and lubricated for life. 

4.1.7 All  components  and  elements,  which  do  not meet these requirements, have to be declared up front in the Contractors’’ technical proposal and  their  impact on  the offered ATRS  System and/or  functions  therein  must  be  clearly defined. 

4.1.8 Despite  the  fulfilment  of  proven  technology, the  Contractor  remains  fully  responsible  for the  System  design,  the  performance,  the efficiency and all interfaces of the system.

4.1.9 The  System  components  shall be  chosen with the  highest  possible  reliability  in  mind.  The individual  conveyor  System  units  shall  have proven reliability either in other systems, or at least  during  rigorous  testing  trials.  Proof  of reliability  and/or  test  trial  results  may  be required for review by AAI. 

Page 94: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 69 of 164 

4.2 Noise level 4.2.1 The  Contractor  shall  design,  fabricate  and 

install  the  ATRS  System  maintaining  ambient noise  levels  to  the  following  maximum requirements:  1)   60  dB  (A)  measured  along  all  areas 

used/passed by passengers. 2)  65  dB  (A)  measured  along  all  areas 

used/occupied  by  System  operators  and staff. 

4.2.2 The  measurement  of  noise  levels  shall  be conducted using a calibrated integrating sound level meter (To be arranged by the Contractor). A qualified person engaged by  the Contractor must  conduct  the  measurements  and evaluation.  The  Contractor must  also  provide certificates of calibration. 

4.2.3 Unless otherwise specified, the measurements shall be  taken at a maximum distance of 1 m vertically and 1 m horizontally  from any noise producing components. 

4.3 Vibration 4.3.1 The  Contractor  shall  install  all  System 

components  using  vibration  isolators  to prevent  vibration  being  transmitted  to  the building.  There  must  be  no  perceivable vibration  in  public  and/or  office  space  in  all levels  of  the  Terminal  structure,  due  to ATRS operation. 

4.3.2 Since  the  screening  equipment  is  sensitive  to vibration,  the Contractor must cooperate with the  screening  machine  suppliers  not  to interfere with screening machine performance due to vibration. 

4.4 Radio frequency and electromagnetic interference 4.4.1 The Contractor  shall ensure, by proper design 

and/or  shielding,  that  the  ATRS  System equipment  does  not  create  electromagnetic emissions  that  can,  in  any  way,  cause interference  with  communications  within  the Airport or between the Airport and Aircraft or ground support vehicles.

4.4.2 The  Contractor must  choose  all  electrical  and electronic equipment  (including computer and related  equipment)  to  operate  without malfunction  in  the  presence  of  normal electromagnetic emissions generated by other 

Page 95: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 70 of 164 

equipment  normally  installed  or  used  at  the Airport, including but not limited to the Aircraft communications  bands,  high‐power  radar systems, various electrical motors and controls, power  tools,  welding  equipment,  automotive vehicles, ground power units and air handling units.  The  Contractor  must  provide  isolation transformers  and  line  suppression  units,  if required. 

4.4.3 Radio  frequencies,  if used  for communications or  information  transmission  within  the systems, must  be  applied  for  to  the  relevant Airport  and  government  authorities  for  their designation and assignment. 

4.4.4 Offered  system  shall  meet  EMI/RFI requirements  as  per  applicable National/International Standards. 

4.5 Spacing Conveyor 4.5.1 ATRS shall be equipped with an automatic tray 

spacing  system  that  creates  a  gap  between trays  before  entering  to  XBIS  tunnel  without affecting the screening quality. The gap shall be configurable from 100 to 300 mm.

4.5.2 The  design  needs  to  take  into  account  any restart of the XBIS and manual reversal of XBIS conveyor,  allowing  the  reverse movement  of the  tray  to  take  place  before  the  tray  return system restarts. 

4.5.3 The system must allow to easily recover fallen items  without  requiring  maintenance intervention. 

4.6 Trays 4.6.1 The trays must be stackable and fabricated of a 

synthetic  compound  that  is  acceptable  and approved  by  X‐Ray machine manufacturer  for the X‐Ray process. 

4.6.2 Trays  shall  be wear‐proof  have  a  smooth  flat bottom and smooth finish inside that is easy to clean. 

4.6.3 Ribs  and  other  parts  that  help  to  strengthen the  tray,  should  be  in  areas  which  have  the least resistance to the X‐ray beam and as such only leave a small shadow. 

4.6.4 The  plastic  tray  shall  have  the  following minimal dimensions:  630 mm  (length)  x  500 mm  (width)  x  90 mm (height) 

Page 96: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 71 of 164 

4.6.5 Empty  weight  of  the  Tray  shall  be  less  than 2 Kgs. 

4.6.6 Tray shall accommodate Cabin Baggage of size 550 mm X 350 mm X 250 mm with stable travel on the ATRS transport system. 

4.6.7 Trays  shall  be  interchangeable  between  the different lanes at same site. 

4.6.8 Trays  shall  consist  of  an  integrated  RFID  chip (which  is  locked/not  writeable)  with Programmed  ID  and/or  a  clearly  visible correlating 2d barcode.  Contractor  shall  be  fully  responsible  for  the ability  to  identify  the  trays whenever  needed by  the  System  or  an  operator,  i.e.  if  the Contractor believes that a combination of RFID and barcode is advisable, he may do so. In any event, the Contractor has to guarantee that the read rate of the identifier he has chosen (RFID, barcode  or  both)  is  granted  throughout  the lifetime of the tray.  AAI shall prefer RFID chips being embedded  in the  trays  for  automatic  (system)  tray identification  and  an  additional  barcode located  on  both  long  sides  of  the  tray  for identification of the tray ID by an operator (i.e. the  encoded  number  in  the  barcode  shall  be identical  to  the  number  coded  to  the  RFID chip). 

4.6.9 Contractor  shall  provide  the  number  of  trays needed  to  fill  up  all  lines  to  their maximum level,  plus  20%  spare  on  top  of  the  total number. 

4.6.10 Contractor shall carry out periodical and as per requirement,  cleaning  of  the  trays,  with suitable cleaning materials. Contractor shall be responsible for transporting the trays between ATRS to cleaning facility and back.  

4.7 ATRS Lines 4.7.1 ATRS Lines shall consist of a series of powered 

roller conveyors leading up to a feeder roller or belt  conveyor  right  in  front  of  the  X‐Ray machine. 

4.7.2 Exit  roller  conveyors  shall  be  powered  and buffered as well. 

4.7.3 Trays shall be transported underneath the top conveyor  line back to the  loading position and 

Page 97: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 72 of 164 

shall  be  fed  into  a  stacking  and  presenting mechanism. As soon as the passenger retrieves a tray, the tray stack shall advance empty tray for divesting. 

4.7.4 In  return,  the  empty  trays  at  the  end  of  the inspection  line  shall  be  transported  from  the top  plane  to  the  conveyor  below  (via  tray descending mechanism) for return delivery. 

4.7.5 Empty  trays  from  the  checking  line  shall  be placed onto the last position before the stacker and shall be advanced to the stacker. 

4.7.6 The  conveyors  in  front  and  aft  of  the  XBIS machine  shall  be  incline  (respective  decline) conveyors  to  accommodate  any  height difference between passenger conveyor height and the raised position of the XBIS machine. 

4.7.7 In  order  to  be  able  to  pass  empty  trays underneath  the  XBIS  machine  back  to  the passenger queue, the XBIS shall be lifted onto a pedestal which is part of the scope of supply of the  ATRS  Contractor.  The  design  of  the pedestal  shall  comply  with  the  XBIS  OEM’s requirements  of  base  weight  and  general rigidity and stability. 

4.7.8 XBIS machines  shall be placed onto  the  same casters that hold them  in place on the regular floor. ATRS Contractor has  to provide a plane surface  for  the x‐ray machines with necessary height adjustment. 

4.7.9 XBIS  machines  shall  be  held  in  place  with additional  mounting  hardware  so  as  provide stable installation on the platform (pedestal).

4.7.10 ATRS  must  electrically  integrate  with  XBIS machine  safety  signals  to  provide comprehensive  mechanical,  electrical,  and radiation operational safety. 

4.7.11 Any  cover  plates  of  the  conveyor  must  be mounted  in  such  a  way  as  to  allow  ease  of maintenance for the XBIS machine as well. 

4.7.12 Any gaps between conveyor and XBIS machine shall be closed to present a neat installation for appearance as well as to prevent objects which may at times  fall of  the trays to get entangled with any conveyor parts. 

4.7.13 Gaps must  be  small  enough  to minimize  and exclude pinch points as well as  to  let  smallest objects  fall through gaps requiring dismantling of cover plates for excess. In case this happens 

Page 98: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 73 of 164 

however,  covers  should  have  quick  release capability to recover. 

4.7.14 The conveyor  lines of cleared and non‐cleared trays  have  to  be  separated  with  a  break‐resistant shatterproof glass wall, to provide the passenger with eye‐contact to their belongings as well as  to prevent any passenger  to grab a bag (tray) that still is under supervision and has not yet been cleared by the Security officials.  

4.8 Main Frame 4.8.1 ATRS  conveyor  System  shall  be  designed  to 

convey a maximum unit load weight of 50 kg. 

4.8.2 Frame and general components shall be either made  from Aluminium, Stainless Steel or Alloy of equivalent physical properties, strength and finish. 

4.8.3 The  sides of  the  frame  shall be manufactured from  cold  rolled  steel angle as well as  (where exposed  to  the public) Aluminium or Stainless Steel.  Location  holes  for  the  roller  retaining bolts shall be precision punched or drilled  into the  side  using  dedicated  jigs.  Cross members shall be bolted or welded  flush to the sides so as to form a torsion resistant frame. 

4.8.4 Exposed  mechanical  parts  shall  be  protected with  rust  inhibiting  compound  in  rare  cases where they shall be made of steel. 

4.8.5 All fasteners shall be corrosion resistant.  4.8.6 The  frame  shall be made  from a heavy gauge 

profile mounted directly or via support stands, on the floor. 

4.8.7 Supporting  legs  shall  be  bolted  to  the  main frame  to  give  the  desired  height  for  the conveyor. 

4.8.8 Height  adjustment,  within  limits,  shall  be facilitated by adjustable feet in the base of the leg. 

4.8.9 The  Main  frame  has  to  be  able  to accommodate  an  access  preventing  door system, which will be installed by AAI between the individual screening lines. 

4.9 Roller conveyors 4.9.1 The  principle  of  the  design  for  the  roller 

conveyor  shall  consider  the  following parameters:  1. Roller diameter:    50  mm 2. Roll wall thickness:               1.5 mm 

Page 99: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 74 of 164 

3. Rollers pitch:  55  mm4.9.2 The  tube  shall  be made  from  precision  rolled 

steel with high  frequency welded  longitudinal seams  or  better  seamless  tubing.  High tolerances and excellent concentricity, typically 0.5 mm/m maximum, shall allow the conveyor to  have  smooth  and  quiet  running characteristics. 

4.9.3 Rollers  shall be  coated with plastic or  rubber, where required. 

4.9.4 Roller  assemblies with  sprockets  shall  consist of  a  tube  and  two  end  assemblies.  The sprocket  assembly  at  the  drive  end  shall comprise of a twin sprocket with housing for a deep groove ball  race. The  free end also  shall have end plate housing for a ball bearing race. In  any  case  and  also when  using O‐rings,  flat belts  or  multi‐ribbed  belt  drives  the  drive mechanism  shall  be  protected  against inadvertent contact with either baggage  items such  as  loose  straps  and  off  course  mostly important  against pinching  from passenger or operators limbs. 

4.9.5 Neither  driven  nor  non‐driven  rollers  should create  “clanking”  noise  due  to  foreign  object inside  the  rollers  neither  from  the manufacturing  process  nor  from  un‐precise bearings, seals or shafts. 

4.9.6 All  motor  powered  equipment  shall  have chains,  motors,  sprockets,  bearings,  and  any other hazardous components guarded. Guards shall be easily removable for maintenance and repair. 

4.9.7 The eccentricity of full width rollers installed in conveyors  shall  not  exceed  0.5  mm.  All conveyor  rollers  shall  have  rounded  edges  at their conveying surface ends  in order  to avoid damage  to  the underside of  tray/totes. Edges shall be rounded with a radius of 2 mm. 

4.9.8 Bearings  such  as  ball,  roller,  or  tapered  roller shall be of the spherical type. Bearings shall be pre‐lubricated,  permanently  sealed  with hardened  steel  bearings  and  hardened  steel races. 

4.9.9 All Equipment must have lifting lugs in safe and convenient places for initial installation as well as maintenance and repair. 

4.9.10 Common  safety  regulations  for  public  areas 

Page 100: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 75 of 164 

shall be considered, i.e. but not limited to: 1)  Common  regulations  for  health  and mechanical & electrical safety  2) No sharp corners 3) No danger of hand or finger jam 4) No possibility of items falling off the table

4.10 End stops 4.10.1 The ultimate end points of a conveyor must be 

equipped with end stops to prevent trays from being conveyed off the conveyor.

4.11 Decision Conveyor 4.11.1 ATRS  shall  be  ready  for  Remote  Screening 

operation. 

4.11.2 ATRS  shall  integrate  a  straight  conveyor module of at  least 1 meter conveyor  length to extend  the  decision  time  of  the  Screening Operator, without stopping the tray flow. 

4.11.3 The  trays  on  Decision  Conveyor  shall  not  be accessible to the passengers. 

4.12 Tray Diverter Unit 4.12.1 Diverter Unit shall be designed to sort the trays 

into cleared conveyor or rejected conveyor. 

4.12.2 Divert  process  shall  take  minimum  time possible,  to  allow  the  continuous  running  of the system. 

4.12.3 Diverter Unit  zone  shall  be  designed  so  as  to avoid fallen items to interrupt the operation. 

4.12.4 Diverter Unit shall be shielded from passenger access to tray/bag. 

4.12.5 In case of threat detection/manual mark‐up of suspect  bag,  the  Diverter  Unit  shall  provide suitable  light  alarm  visible  to  the  Recheck Workstation Operator.

4.13 Tray Tracking System 4.13.1 ATRS  shall  integrate  an  advanced  tracking 

system  to  ensure  that  no  rejected  trays  are cleared in any case. 

4.13.2 Tracking System shall be based on Active RFID technology  along  with  visible  Bar  Code attached to Tray. 

4.13.3 Trays  shall  have  integrated  Active  RFID  Tags placed  at  strategic  position  to  permit  the rotation without affecting the tag reading. 

4.13.4 Tracking  System  shall  be  designed  to  be efficient  for 99% accuracy, and equipped with multiple  readers before  and  after XBIS  tunnel Entry & Exit. 

Page 101: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 76 of 164 

4.14 Cleared Tray Conveyor 4.14.1 Passenger  shall  have  clear  and  ergonomic 

access  to  bags  cleared  by  XBIS/Screening Operator. 

4.14.2 Cleared  Tray  Conveyor  shall  accommodate  at least EIGHT trays at a time. 

4.14.3 Cleared  Tray  Conveyor  shall  facilitate  easy recovery of fallen items from the Tray.

4.15 Rejected Tray Conveyor 4.15.1 System  shall  be  provided  with  Rejected  Tray 

Conveyor,  parallel  to  the  Cleared  Tray Conveyor. 

4.15.2 The conveyor shall create a continuous flow of trays  towards  the  Search  Table  without requiring any manual lifting. 

4.15.3 Rejected Tray Conveyor shall accommodate at least EIGHT trays at a time.

4.15.4 Rejected  Tray  Conveyor  shall  preferably  be tilted  to  facilitate  forward movement of  trays to the Search Table. 

4.15.5 Rejected  Tray  Conveyor  shall  facilitate  easy recovery of fallen items from the Tray (only by security personnel). 

4.16 Tray Collector 4.16.1 Automatic  Tray  Collector  system  shall  be 

provided  for  placing  empty  trays  back  into ATRS  

4.16.2 System  shall allow multiple  trays  (stack)  to be inserted at same time (up to FIVE). 

4.16.3 Automatic  Empty  Tray  Recognition  System (ETRS)  shall  be  provided  at  the  end  of  the Cleared Tray Conveyor, to automate the empty tray collection to the maximum. 

4.16.4 The minimum resolution of a useful Empty Tray Recognition  System  (ETRS)  is  defined  by  the reliable detection of the following items: 

1. Small round items (e.g. a single pencil) 

2. Small,  flat  lying  items  (80  x  50  x  3 mm  – length/width/height above tray bottom) 

3. Any  item  of  the  above  size  or  bigger regardless of surface and colour 

The above listed items must be detected at any location within the tray (e.g. also corners) 

4.16.5 Automatic  Empty  Tray  Recognition  System (ETRS) shall have operator override mode so as to manually collect the trays. 

4.17 Recheck Table

Page 102: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 77 of 164 

4.17.1 ATRS shall be provided with a modular Recheck Table  for manual  search  of  suspect  bag  from the  rejected  tray  conveyor.  Recheck  Table should  also  consist  of  suitable  container with lock  &  key  for  storing  Security  Removed Articles. 

4.17.2 Recheck Table shall be constructed of Stainless Steel. 

4.17.3 Recheck Table shall have suitable provision for installation  and  operation  of  at  least  two Recheck  Workstation,  Monitor  with  Swivel Mount, Keyboard, Mouse, Power Supply Unit, etc. 

4.17.4 Recheck  Table  shall  have  an  integrate  RFID Reader  to  work  in  conjunction  with  Recheck Workstation/s,  to  recall  particular  bag  scan image  corresponding  to  the  tray  +  bag  under examination. 

4.17.5 Automatic  tray  return  line  shall  be  accessible from  the Recheck Table, which shall allow  the Security  operator  to  place  empty  tray  on  a return transport system. 

4.17.6 The System must prevent the Security operators from stacking of trays, i.e. there shall be always a free space for placing an empty tray to the return line (not forcing the operator to stack). Secondly, the System has to check the empty tray lines for correct  transport  in  order  to  avoid  any  jam  or malfunction  due  to  misplaced  and/or  stacked trays. 

4.17.7 The  return  system  shall  automatically transports  the  trays  to  a  connection  point  to the  empty  tray  system  and merges  the  trays from the inspection tables into the normal tray transport  system.  It  is  recognised  there  are multiple ways to achieve this requirement and the contractor should outline the method their system adopts to achieve this functionality 

4.18 Recheck Workstation 4.18.1 Recheck  Workstations  shall  be  connected  to 

the  Central  Image  Processing  System  via Ethernet  LAN.  Recheck  Workstation  should have  ability  to  retrieve  and  display  the Dual View images. 

4.18.2 Recheck  Workstation  shall  consist  of  as  a minimum  

1. Professional  Workstation  PC  with accessories (keyboard, mouse) 

Page 103: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 78 of 164 

2. Min. 24” Professional Grade LED monitor3. Licensed OS and Application Software 4. Contractor  to  provide  details  of  their 

solution for this application  5. Touch Screen facilities  

4.18.3 Contractor shall supply, install and commission one Recheck Workstation with all accessories, per  XBIS,  and  interfacing  with  Central  Image Processor. 

4.19 High Threat Station 4.19.1 If an  image  is  selected as a high  threat  image 

by  the  screening  system  then  the  tray  will automatically  divert  into  high  threat  station that  is  secure  from  the  passenger.  This  high threat station will be located at the rear of the reject  line  and  will  not  inhibit  throughput through  the  clear  or  reject  line  whilst  an evaluation  of  the  tray  is  taking  place. Contractor  to  outline  their  proposed method for achieving this requirement   

4.20 Tray Return System 4.20.1 ATRS  shall  be  provided  with  automated  and

integrated  arrangement  for  transporting  the trays  from  the end of  the  line  (Tray Collector) back to the Tray Feeder. 

4.20.2 External or gravity tray return systems shall not be acceptable. 

4.20.3 The system shall allow queuing of empty trays in a controlled manner. 

4.21 Control System 4.21.1 Control  system  shall be designed  to allow  the 

ATRS  lane  to  run  in an efficient and economic manner. 

4.21.2 The  control  system  shall  be  based  on Programmable Logic Controller (PLC). PLC shall be  field  programmable  and  easily  upgradable in  order  to  implement  future  operational requirements. 

4.21.3 The system shall automatically enter to energy saving mode after pre‐defined period when no tray is presented in the Divestment Area. 

4.21.4 The automatic mode shall be resumed when a tray is detected in divestment area.

4.22 Screening System 4.22.1 The  Screening  System  consists  of  the  XBIS 

screening  and  several  features  related  to  the image processing, evaluation of the images and information  to  the Baggage  Inspection System 

Page 104: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 79 of 164 

and its operators. 4.22.2 In general each screening machine is equipped 

with  a  stand‐alone  image  processing  system, which  displays  the  screening  image  on  a monitor (part of the screening machine supply) for  review  and  evaluation of  a  XBIS  Screener. This monitor System  is  located beside or near the machines. 

4.22.3 Each  screening  machine  interfaces  with  its surrounding  tray  conveying  System  and  sends the  screening  System  operator  decision (“Clear” or “Unclear”) for each tray to the tray conveying  System  at  handover  after  the screening machine. 

4.22.4 Each screening machine has the ability to store a  defined  amount  of  screening  images  inside the screening machine which can be  retrieved from  XBIS  operator  console  (part  of  the screening  machine  supply)  at  the  manual inspection point. 

4.22.5 The following additional features are planned:

1. Image  Information Overlay  (adding marking and information to screening images) 

2. Image retrieval at every inspection table 

3. Image  retrieval  upon  placing  a  tray  on  a specific location on the inspection table(s) 

4. Central  Image  Processing  (remote  image review), also with information overlay 

4.22.6 Central  Image  Processing  (CIP)  and  image retrieval possible at any  inspection  table  shall be  interlinked,  i.e.  if  the screening  images are stored  in a  central database,  it  is expected  to have  the  possibility  to  retrieve  images  at  any Workstation  connected  to  the  central  image database upon reading the tray ID. 

4.23 Screening Image Information Overlay 4.23.1 Contractor  shall  provide  a  sophisticated 

software package which allows a XBIS Screener to  add  information  to  a  screening  image,  not limited to add threat or POI  (Point of  Interest) markings  for  the  information  of  a  Security operator  at  the  manual  inspection  post (Recheck Workstation). 

4.23.2 The  software  shall  support  individual  user login.  The  login  (user)  information  shall  be associated  (stored) with  the  images processed by the user. 

4.23.3 The  software  shall  provide  user  friendly GUIs 

Page 105: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 80 of 164 

for easy and fast processing of an image.4.23.4 The  GUIs  for  image  processing  shall  be  self‐

explaining, easy to understand. 

4.23.5 The screening  image GUI shall present  (beside the  screening machine  image)  all  information previously assigned to the tray.  

4.23.6 The  screening  image  GUI  shall  provide (support)  real  image  viewing  options  as available on the stand‐alone screening monitor of  the  screening  machine  itself,  i.e.  the  GUI must not present a projection  (e.g. bitmap or photo) of the screening machine image. 

4.23.7 Upon  successful  login,  the XBIS  Screener  shall be  presented  with  the  available  screening images.  The  image  which  is  currently  in‐process (i.e. will be affected from his decision) must be clear for the operator. 

4.23.8 The  individual  image  processing  GUI  shall provide/support: 

4.23.9 1. Adding information to the screening image.  2. “Clear”,  “Unclear”  decision making  of  the 

screening operator.

3. “Cancel”  function  to  allow  an  operator  to discard his added information. 

4. “Reject”  function  to  allow  an  operator  to discard his added  information and proceed with  the  next  image.  The  System  in  this case must take care that the information to the  tray  conveying  System  for  that  tray forces  the  conveying  System  to  divert  the tray  to  the  manual  inspection  (Recheck Table).  

5. Using  the  “Reject”  feature must be  stored with  the  image,  so  that  the  Security operator  at  the  manual  inspection  post (upon retrieval of the tray image) sees that there is no screening operator decision. 

6. Successful  decision  making  (“Clear”, “Unclear”) or using the “Reject” shall force the  System  to present  the next  (available) image.  Using  “Cancel”  shall  not  initiate switching to another image.

7. “Timeout”  function(s),  e.g.  if  a  user  does not  make  any  decisions  or  conduct  any actions  in an adjustable  time.  Such events must  be  stored  together  with  the  user information and the image(s) affected from the time out. In the event of a timeout, the 

Page 106: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 81 of 164 

System in this case must take care that the information  to  the  tray  conveying  System for that tray forces the conveying System to divert  the  tray  to  the manual  inspection. The timeout event must be stored with the image, so that the Security operator at the manual  inspection  post  (upon  retrieval  of the  tray  image)  sees  that  there  is  no screening operator decision. 

4.23.10 Any  added  information  and  decision  shall  be stored  together  with  the  image  in  the database. 

4.23.11 The  image processing GUI must be reasonably protected against human errors.   For example: Marking  a  threat  or  POI  and  then  saving  the image as “Clear” must not be allowed from the GUI.  In  such  cases,  the GUI  shall  prompt  the user with  his  contradicting  actions  for  review and change. 

4.23.12 The  software  shall  collect  statistical  data  for presentation on a separate GUI for review and export.  

4.23.13 The  software package  shall be provided as an unlimited client package, i.e. AAI shall have the right  to  add workstations  (screening  operator stations)  using  this  software  package without additional license costs. 

4.23.14 The  software  package  offered  under  this option  must  be  an  off‐the‐shelf  software product  and must  be  a  proven  technology  at any International Airport.

4.24 Central Screening Image Processing4.24.1 Contractor shall provide a sophisticated central 

database system, in which all screening related information  (i.e.  images  and  additional information to the images) will be stored. 

4.24.2 The  Database/Matrix  Server  package  must comply  with  the  requirements  as  outlined  in general and as a guideline in this specification.

4.24.3 The Contractor is to supply with their tender a detailed network  and  server  sizing  calculation outlining  the  full  requirements  of  the  system taking  into  account  their  proposed  solution and the future requirements  

4.24.4 The matrix system  shall comprise of  switching equipment,  which  is  able  to  support  a  fully 

Page 107: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 82 of 164 

redundant configuration. Redundant operation shall be  configured  in a hot  standby mode.  In the event of a failure of the primary switch, the backup  switch  shall  automatically  take  over operation.  At  no  time  shall  any  unclear  bag image data shall be lost. 

4.24.5 Part of the central database must be an  image multiplexing  system,  which  allows  and supports  remote  connected  viewing  stations (via LAN) to inspect screening images and save the  screening  operator  decision  (“Clear”, ”Unclear”) together with the image. 

4.24.6 The System shall provide new  images  (i.e. still without  decisions)  to  the  logged  in  viewing stations  based  on  the  time  stamp  when  the image  has  been  created/saved  from  a screening machine. 

4.24.7 The  related  software  shall  support  individual user login. The login (user) information shall be associated  (stored) with  the  images processed by the user. 

4.24.8 The  software  shall  provide  user  friendly GUIs for easy and fast processing of an image.

4.24.9 The  GUIs  for  image  processing  shall  be  self‐explaining, easy to understand. 

4.24.10 The screening  image GUI shall present  (beside the  screening machine  image)  all  information previously assigned to the tray. 

4.24.11 The  screening  image  GUI  must  provide (support)  real  image  viewing  options  as available on the stand‐alone screening monitor of  the  screening  machine  itself,  i.e.  the  GUI must not present a projection  (e.g. bitmap or photo) of the screening machine image. 

4.24.12 Upon  successful  login,  the  screening  operator shall be presented with the available screening images.  The  image  which  is  currently  in‐process (i.e. will be affected from his decision) must be clear for the operator. 

4.24.13 The  individual  image  processing  GUI  shall provide/support: 

4.24.14 1. Adding information to the screening image.  4.24.15 2.  “Clear”,  “Unclear”  decision  making  of  the 

screening operator. 

4.24.16 3.  “Reject”  function  to  allow  an  operator  to end  a  review  without  decision  and  proceed with  the  next  image.  The  System  in  this  case must take care that the information to the tray 

Page 108: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 83 of 164 

conveying  System  for  that  tray  forces  the conveying  System  to  divert  the  tray  to  the manual  inspection. Using  the  “Reject”  feature must  be  stored  with  the  image,  so  that  the Security  operator  at  the  manual  inspection post  (upon  retrieval  of  the  tray  image)  sees that there is no screening operator decision.

4.24.17 4.  Successful  decision  making  (“Clear”, “Unclear”) or using the “Reject” shall force the System to present the next (available) image. 

4.24.18 “Timeout”  function(s),  e.g.  if  a  user  does  not make  any decisions or  conduct  any  actions  in an adjustable time. Such events shall be stored together  with  the  user  information  and  the image(s)  affected  from  the  time  out.  In  the event  of  a  timeout,  the  System  in  this  case must take care that the information to the tray conveying  System  for  that  tray  forces  the conveying  System  to  divert  the  tray  to  the manual inspection. The timeout event must be stored  with  the  image,  so  that  the  Security operator at  the manual  inspection post  (upon retrieval of  the  tray  image)  sees  that  there  is no screening operator decision. 

4.24.19 Any  added  information  and  decision  shall  be stored  together  with  the  image  in  the database. 

4.24.20 The  software  shall  collect  statistical  data  for presentation on a separate GUI for review and export.  

4.24.21 The  software package offered  shall be an off‐the‐shelf product. 

4.24.22 Basically,  the  image  multiplexing  System should not be  limited with  regards  to  the CIP user  stations  connected  to  the server/multiplexer. In any event, at least 30 CIP user  stations  must  be  supported  per  CIP multiplexing System as a minimum. 

4.25 CIP Workstations  (Provisions  to  be made  for Future use)

4.25.1 The CIP user stations shall be connected to the Central  Image  Processing  System  via  Ethernet LAN. 

4.25.2 A single CIP user station shall consist of:  1. Professional  Workstation  PC  with 

accessories (keyboard, mouse) 2. Min.  24”  Professional  Grade  HD  LED 

monitor X 2 Nos. for image view 

Page 109: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 84 of 164 

3. High  performance  24‐bit  video  display processor with DVI output. 

4. Licensed Operating System  5. Control interface to define a tray “Unclear” 

(will be directed to the manual inspection) 6. Work‐station Table, Screener Chair, UPS  (1 

KVA 30 min. Backup time)4.25.3 Monitor  and  workstation  graphic  resolution 

shall  support  clear  display  of  scan  image transferred from the XBIS. 

4.25.4 The  image  analysis  workstations  shall  be provided for Screener at Central Control Room. All  ATRS  operations  shall  be  controlled  from the Control room. 

4.25.5 Contractor shall supply, install and commission CIP  Workstations  with  all  accessories  and interfacing with Central Image Processor. 

4.26 CIP Supervisor Workstations  4.26.1 The  CIP  supervisor  workstations  shall  be 

connected  to  the  Central  Image  Processing System via Ethernet LAN.  

4.26.2 A  supervisor  station  shall  be  a  professional Desktop PC, with accessories (keyboard, mouse and  (minimum)  24  inch  LED  monitor. Contractor  shall  also  provide  Work‐station Table,  Supervisor  Chair,  UPS  (1  KVA  30  min. Backup time) 

4.26.3 Via  the  supervisor  stations,  the  System  setup can  be made  (e.g.  user definitions),  statistical information can be retrieved and other System (global) relevant tasks can be conducted. 

4.26.4 It  shall  be  possible  to monitor  individual  CIP user  stations  with  regards  to  their performance,  decision  making  and  other individual  user  and  user  station  relevant information. 

4.26.5 The supervisor station shall have the ability to retrieve  images  (Dual  View),  upon  request from an operator (local screening monitor, CIP user  or manual  inspection  post).  In  order  to retrieve an  image, the requesting user will tell the  supervisor  (verbally)  the  tray  ID,  the requesting user sees at his own display. 

4.26.6 Contractor shall supply, install and commission CIP  Supervisor  Workstations  with  all accessories and  interfacing with Central  Image Processor.  

4.26.7 One  network  colour  laser  printer  with 

Page 110: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 85 of 164 

minimum print speed of 6 pages per minute at 300  DPI  (Colour)  resolution  and  sufficient memory to spool multiple image printing, shall be provided in the Central Control Room.  

4.27 Local Area Network 4.27.1 Contractor  shall  provide  all  necessary 

equipment,  accessories,  cables,  connectors, software,  etc.  for  internetworking  of  system components. 

4.27.2 Contractor  shall  ensure  network  level  system redundancy  and  design  network  system  with high speed Fibre Optic data transport. 

4.27.3 Field Networking Switch shall be provided with appropriate  wall  mountable  Standard Industrial grade rack. 

4.28 Equipment Rack, Power Distribution Panel 4.28.1 Contractor  shall  provide  Standard  Industrial 

grade  and  quality  19”  Wide  Floor  Standing Equipment Rack with Rack Exhaust  Fans, Front Glass Door, Castor Wheels with Brakes, Captive Mounting  Hardware,  Power  Distribution  Unit with  Fuse,  Power  Indicator  Light,  sufficient switched  Power  Sockets,  for  installation  of Server/Networking Hardware. 

4.28.2 All  cables  and  connectors  shall  be  provided with marker Ferrules for easy identification.

4.29 Online UPS (As per UPS Power available at site) 4.29.1 All computer and control equipment (excluding 

XBIS)  under  the  scope  of  work  of  the contractor  shall  be  protected  with  an  online UPS of appropriate capacity. 

4.29.2 UPS operation capacity under full load shall not be less than 20 minutes. 

4.29.3 Contractor  shall  ensure  Power  Supply  level system  redundancy  and  design  UPS  system with hot standby arrangement. 

4.29.4 UPS  units  shall  enable  an  automatic  and controlled  shutdown of  the  system  in  case of power  supply  failure  and  shall  function under voltage fluctuation of 230V/415V ±10%.  

4.29.5 All  UPS  shall  provide  SNMP  interface  to  be monitored  via  a  Centralized  UPS  monitoring System in the Central Control Room. 

4.29.6 The  UPS  system  shall  have  protection  device and  equipment  of  suitable  capacity  such  as Isolation  Transformer/CVT/Automatic  Voltage Stabilizer or combination for safety, protection and  to  guard  against  heavy  fluctuation  of 

Page 111: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 86 of 164 

voltage or any other transients.4.30 Maintainability 4.30.1 The  requirements  below  are  minimum 

requirements, and do not relieve Contractor of the obligation  to provide  the  system  in which all  required maintenance  tasks  can  be  readily performed. 

4.30.2 In  general,  the  Contractor  shall  provide  easy and convenient access  to all system parts and elements  for  preventive  and  corrective maintenance. 

4.30.3 Contractor  shall  design  and  construct  all components of the offered system so they can be easily disconnected and  removed  from  the equipment without the necessity for extensive disassembly. 

4.30.4 Contractor  shall  design  and  construct  the components  for  removal  and  replacement  by two  personnel  in  a  period  not  to  exceed  one (1)  hour.  Removal  and  replacement  of electrical  components must  be  carried  out  in not more than fifteen (15) minutes. 

4.30.5 Contractor shall list in the maintenance manual all  component  removal/replacement  or  other maintenance tasks that require more than one (1) hours to accomplish. 

4.30.6 Contractor  shall  be  prepared  to  demonstrate that  any maintenance  task,  not  so  listed,  can be  accomplished  as  described  above.  The Contractor  shall  correct  any  installation, without charge, as required to accomplish this demonstration.  Despite  this  general  rule,  all vital parts of  the System which need  frequent checking  and  maintenance  must  be  located outside narrow areas.

4.30.7 Where special  tools are  required  to service or configure  the equipment,  the Contractor  shall provide  a  minimum  of  four  (4)  sets  of  such special tools free of charge under the contract. 

4.30.8 Contractor  shall  design  and  construct  the offered system so that equipment components requiring  inspection  and  servicing  are  readily accessible.  The  Contractor  must  provide suitable  doors/access  openings  for  this purpose. 

4.30.9 Contractor  shall  design  and  construct equipment  such  that,  whenever  possible, assemblies do not require dismantling in order 

Page 112: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 87 of 164 

to  troubleshoot,  repair  or  replace  assemblies or components of assemblies  involved  in such servicing procedures. 

4.30.10 It  shall  be  guaranteed  that  the  appropriate application  of  low  levels  of  servicing  and maintenance  will  ensure  a  service  life  of  at least 10 years or more, for the entire system. 

4.30.11 Contractor must  ensure  that  X‐Ray machines can  be  dismantled  with minimal  efforts.  The usage  of  pluggable  electrical  connectors  and easily removable transitional metal parts, shall be mandatory. 

4.31 Availability and Performance4.31.1 The passenger processing  forms  an  extremely 

important part of the overall turnaround of an Aircraft.  The  offered  system  shall  exhibit extremely  high  system  availability.  Attention shall  be  paid  to  ensure  of  a  large  degree  of redundancy  when  designing  the  system,  to permit the controls and mechanical systems to continue  operation  even  when  irregularities and faults occur. 

4.32.2 The equipment  in  the offered  system  shall be designed  so  that  rapid  access  is  available  to those  components  known  to  have  a  higher than normal susceptibility to wear and tear or faults. 

4.33 Continuous performance

4.33.1 The following standards shall be attained, as an absolute minimum, without fail, and must form part of the acceptance testing: 

4.33.2 The offered system shall be capable of 24‐hour sustained operation, per day. 

4.33.3 The  offered  system  shall  be  capable  of continuous operation at full capacity,  i.e. must be able to tolerate any number of daily peaks.

4.33.4 Planned preventive maintenance, can be done on  lean  traffic  hour  to  minimize  impact  on operation. 

4.34 Life expectancy 4.34.1 The  offered  systems  shall  have  a  life 

expectancy  of  10  years.  The  Contractor  shall ensure  that  mechanical  and  electrical components  and  the  installed  control  System will  be  available  and  also  expandable  during this period of time.

4.34.2 In the case of the control hardware full forward or backwards compatibility must be assured for 

Page 113: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 88 of 164 

updates on hardware and software over  time, this  for  both  the  Contractors  System  and  the OS. 

4.35 Meantime between failure (MTBF)4.35.1 All  installed  equipment  (all  electrical  and 

mechanical  hardware)  shall  be  capable  of operating wear‐free  for  at  least  50,000  hours or the equivalent of 6 years. 

4.36 Throughput and performance values 4.36.1 Screening machine performance (a)  The  following,  continuous  performance 

criteria shall be maintained: X‐Ray  consecutive  throughput  ≥  550 Trays/h* 

*   Based on 0.2 m/s machine transport speed, 70 cm tray length and 5 cm pitch 

(Note: the final achievable throughput shall be  calculated  based  on  this  formula, however  considering  final  machine transport speed, machine required pitch for that  transport  speed  and  the  actual  tray dimensions) 

 (b) Nominal throughput rates shall be achieved using trays only. 

4.37 Checkpoint System performance The  contractor will  undertake  a  simulation  of 

their proposed solution based on the following variables  

1. Passenger Divest Time – 20 Seconds 2. Slow Passenger variable – 5 % ‐ 20 % 3. X‐Ray machines pitch – 20 cm 4. Average Screening Time – 6 Seconds 5. Average Redress Time – 30 Seconds 6. Average Reject Rate – 10 % 7. Average Search Time – 120 Seconds 

 The simulation adopting these variables will be based on the proposed  lane configuration and will offer a  realistic  throughput expectation of the system        

4.38 RFID Read Rate: (a) Installed  automated  RFID‐Tag  Readers 

(Radio  Frequency  Identification Tag) must have a consistent read rate of 99.9% of the valid tags sent through the reader aerial. 

(b) A valid RFID tag is identified, if a hand held RFID  reader  is  able  to  read  that  tag somewhere  within  a  distance  of  20cm 

Page 114: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 89 of 164 

around the tray outside shape.(c) The  RFID  information  must  be  clearly 

assigned  to  the  correct  tray  carrying  that RF‐Tag. 

4.39 Data storage and report 4.39.1 Contractor must provide comprehensive report 

capabilities  for evaluation of all data available and collected from the system. 

4.39.2 The data storage shall collect the data provided from  the  entire  System  and  provide comprehensive  report  functions  and  simple data  export  facilities  for  external  data evaluation  (e.g.  Microsoft  Excel  or  Microsoft SQL). 

4.40 General 4.40.1 System  Design  Topology:  The  Contractor  will 

supply with  their  tender  a  full  system  design topology detailing all of the component parts  

4.40.2 Contractors to supply references of where they have  installed  a  complete  system  as  outlined within  this  specification  inclusive  of  ATRS, Central  Image  Processing  and  Management Information System  

5 Technical Specification of Dual View Hand Baggage X-ray machines 5.1 X-Ray machines shall be equipped with Two

Individual Independent X-Ray Generators with Dual View Image

a. Tunnel Size (W X H): (600 to 700 mm) X (400 to 500 mm)

b. Belt Height : (600mm – 850 mm) c. Conveyor load capacity (Distributed) : 100

kg or more

5.2 The system should be able to produce clear Dual image on colour monitor(s) with minimum of 1280 X 1024 pixels (Full High Definition)

5.3 All machines should operate on 230V AC 50 Hz power supply and should be able to withstand voltage fluctuations in the range of 170 V to 280 V and Frequency fluctuations +/- 5 %

5.4 Tunnel size of the machine should conform to the purpose for which the machine is used.

5.5 Bag orientation: lying flat or standing up

5.6 Penetration: should be of 30 MM thickness of Steel or more

5.7 Resolution: The machine should be able to display single un-insulated tinned copper wire of 40 SWG or better.

5.8 The system should be able to produce clear images on colour monitors [22” LED Colour monitor] with minimum of 1280 X 1024 pixels.

5.9 Zoom facility should be available to magnify

Page 115: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 90 of 164 

the chosen area of an image four times (16 X) or more. Image feature shall be keyboard controllable.

5.10 The machine should be Film-safe. In other words photographic films must not be damaged due to X-Ray examination.

5.11 The machine should have features of multi energy X-Ray imaging facility where materials of different atomic number will be displayed in different colours to distinguish between organic and inorganic materials. With this method it should be possible to distinguish high-density organic materials including explosives.

5.12 Machine should have variable colour or material stripping to facilitate the operator to monitor images of organic materials for closer scrutiny.

5.13 All suspicious items (Explosives, High density material, narcotics) should be displayed in one mode and that should be on line.

5.14 The radiation level should not exceed accepted health standards (0.1m R/Hr) at a distance of 5 cm from external housing.

5.15 Lead impregnated safety screens should be available at either end of the tunnel.

5.16 Idle rollers to be provided at either ends of the tunnel to facilitate placing of baggage at the input and output points.

5.17 The X-Ray beam divergence should be such that the complete image of maximum size of bag is displayed without corner cuts.

5.18 Facility for Variable Contrast must be incorporated to allow enhancement of lighter and darker portion of image.

5.19 If the machine fails to penetrate a particular item then an alarm (visual and audio both) should be generated to notify the operator.

5.20 The Threat Image Projection (TIP) System software to be incorporated in all XBIS operation as per details given in Clause 5.46.

5.21 Control desk with secure housing and locking provision should be available.

5.22 The operator personal identification number can be entered through keyboard.

5.23 Facility of image enhancement should be available.

5.24 Conveyor belt speed should be between 0.18 and 0.3 meters/second for x-ray baggage inspection system for hand and registered baggage. However speed of conveyor belt of X-ray machines should be same as ATRS conveyor speed

5.25 All software features of machine should be

Page 116: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 91 of 164 

online and password protected. 5.26 In case of defective diode arrays, scanning

should be disabled and error message should be displayed on the screen.

5.27 System should work with one software only. All software features should be controlled from Key-board of machine only. Keyboard function should be user friendly. To enable/disable the software features, system should not be rebooted.

5.28 All models should have online recording facility and images can be recorded in Hard disk/USB Disk/Optical Drive

5.29 All models should have software controlled diagnosis report facility and system should give printout if printer is connected.

i. XBIS make / Model / Sr. No ii. Software / Firmware / Algorithm Version

Number iii. Status / Values of major Power supply

voltages iv. Generator Voltages (X-Ray ON / X-Ray

OFF v. Generator Anode Current (X-Ray ON / X-

Ray OFF vi. Generator Heater Current (X-Ray ON / X-

Ray OFF vii. Diode Array (Raw / Calibrated)

response(X-Ray ON / X-Ray OFF viii. Grand Total Number of Bags Scanned ix. XBIS fault log x. XBIS Photoelectric Light Barrier (Tunnel

Entry / Exit) status xi. Emergency switches status

5.30 The operating temperature should be 0 C to 40 C and storage temperature should be -20 C to 50 C.

5.31 Anti-rodent and dust-proof cover must be provided with each XBIS.

5.32 The company manufacturing the equipment should have ISO certification for manufacturing and servicing of X-Ray screening machines.

5.33 The machine should be so designed that software enhancement can be easily implemented to take care of new technique in image processing and pattern recognition.

5.34 Throughput shall be 400 bags per hour for hand and checked baggage XBIS.

5.35 Safety: The offered machines must comply with requirements of health and safety regulations with regard to mechanical, electrical and radiation hazards. Before installation of machine, the supplier/

Page 117: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 92 of 164 

manufacturer should furnish NOC from Atomic Energy Regulatory Board of India regarding Radiation safety.

5.36 One operator manual shall be provided with each machine.

5.37 Machine should be capable of recalling 15-20 previous images. A rejected bag image shall be transmitted to an additional monitor (Recheck Station) erected at the physical check point to facilitate the screener and also increase throughput

5.38 It should have the capability of archiving 3000-4000 images.

5.39 XBIS Computer Unit shall be provided with an independent UPS of appropriate capacity to support backup time of minimum 30 minutes.

5.40 The XBIS should be mounted on Heavy Duty Castors for ease of movement.

5.41 X-Ray Generators: Each XBIS shall be equipped with Two X-Ray generator, with Sealed oil bath and forced air Cooling. Generator shall produce fan shaped diagonal X-Ray beam.

5.42 Bidder shall provide following information in respect of the X-Ray generator provided with offered XBIS.

Parameters i. Rated Voltage ii. Operating Voltage iii. Anode Current iv. Make & Model

5.43 Detector Array: XBIS shall have Two L-shaped array X-Ray converter.

5.44 COMBINED TEST PIECE (CTP)

5.44.1 The manufacturer shall provide one set of CTP per machine for checking serviceability of the machine by the operator.

5.44.2 The Combined Test Piece should be supplied as specified in the tender document and should be approved by Government accredited Test Laboratory/ Organization. Test report of the Government accredited Test Laboratory/Organization certifying dimensions and material composition of Test Pieces shall be submitted by the bidder.

5.45 COMBINED TEST PIECE REQUIREMENTS 5.45.1 SINGLE WIRE RESOLUTION (TEST No. 1)

The requirement is to display 40 SWG wire not covered by step-wedge. A set of un-insulated tinned copper wire of size 26, 30, 35, 38, 40 and 42 SWG are placed on Perspex sheet. The wires are laid out in 'S" shaped curves. The wires are placed behind varying thickness of aluminium. Metallic marker should

Page 118: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 93 of 164 

be provided using high-density material, so that SWG numbers in the image displayed on VDU /Monitor are clearly visible

5.45.2 USEFUL PENETRATION (TEST No. 2)

The test defines what level of details can be seen behind a thickness of known material. The CTP has different gauges of wire behind varying thickness of aluminium.

The requirement for this test is that the 30 SWG wire is seen under second step wedge (5/16”).

5.45.3 MATERIAL DISCRIMINATION (TEST No. 3)

The requirement is that different colours be allocated to the sample of organic and inorganic substances. With multi-energy X-Ray it should be possible to distinguish between materials of different average atomic number. This means that organic and inorganic substances can be differentiated. The use of sugar and salt samples encapsulated on the test piece and various materials used in the construction of CTP will check the material discrimination facility.

5.45.4 SIMPLE PENETRATION (TEST No. 4) The requirement is that the lead be visible beneath 30 mm of Steel. This test defines what thickness of steel the machine should be able to penetrate. The steel step wedge on the CTP has steps of 2 mm from 16 mm to 30 mm with a lead strip to check that the machine is above or below the requirement.

5.45.5 SPATIAL RESOLUTION (TEST No. 5) The requirement is that a vertical and horizontal grating to be seen. This test defines the ability of the system to distinguish and display objects which are close together. The CTP has 16 copper gratings at right angle to each other.

5.45.6 THIN METAL IMAGING (TEST No. 6) The requirement is to image steel 0.1 mm thick. This tests the machine's ability to image thin metal. A number of thin metals strips of various thicknesses are placed in a row.

5.45.7 METHOD: a. The CTP is to be used as a quick routine

test carried out daily to ensure that equipment is working properly and satisfactory image is obtained. The results

Page 119: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 94 of 164 

of the tests should be recorded.

b. The CTP should be placed on the belt and passed through the belt at least once in a day before the baggage is screened or after the X-Ray equipment is switched on to ensure that the equipment is working properly. If the image is satisfactory the equipment may be used.

c. The CTP may be viewed by using image enhancing facility till the operator is satisfied that the machine is working properly. The optimum position of CTP on the belt will depend on X-Ray source and detector arrangements. In case of Dual View systems at least one view should pass CTP. This may be ascertained from the service engineer, if need arises.

5.45.8 RESULTS:

a. The results of the test should be recorded giving information like date, time, machine number and type, supervisors name and other remarks.

b. Supervisory officer should carry out the

tests once in a week and compare the results with daily test sheets. In case the images are not up to the standard, service engineer must be asked to rectify the fault. The machine may not be used when its performance is in doubt or not satisfactory in the opinion of the supervisor.

c. The record must be kept by the operator for one year after final entry. The records may be checked by the inspecting officers of BCAS during Airport inspection and report be submitted to Commissioner of Security (Civil Aviation).

5.46 THREAT IMAGE PROJECTION (TIP)

a. General: TIP Software facility shall be incorporated in the offered X-Ray machines to assist supervisors in testing the operator alertness and training X-Ray screeners to improve their ability in identifying specific threat object. The system will create a threat object and the same will be super-imposed on monitor screen while a bag is being screened. To acknowledge that the operator has seen the false object, operator must press the control Panel key that will cause the computer generated threat object to

Page 120: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 95 of 164 

disappear from x-rayed bag image on the VDU screen. Each operator's action shall be recorded in the hard disc of the computer for the auditing purpose by the supervisor or other authorised person.

b. Design of the system

i) TIP software should be compatible with other X-Ray technologies such as Automatic Reject Unit, Dual X-Ray screen technologies, Automatic Threat Recognition System etc. All X-Ray image functions must be available at the same time along with the TIP.

ii) Image Library 1. The TIP facility should have an image

library. The system shall have facility to expand the library to incorporate additional images by user without assistance of the manufacturer as and when required.

2. The image library should contain images of threats at different orientations-both plane and end-on orientation should be used. Although these will be assigned different file names and references, it must be possible to cross-reference these as the same threat. All threat Image Projection images must be realistic, representative and non-distinguishable from real threat items.

iii) Time Interval 1. Programming facility shall be available to

project threat images in different intervals. The time period for threat image as well as image mix in percentage shall be user programmable e.g. software shall select 40% images of explosive devices, 35% of fire arms & 25% of knives or Random etc.

2. Once the screener has responded to identity the computer generated threat image, it should remain on the screen for a pre-defined user programmable time for analyses. The image should be highlighted, upon identification, and feedback message shall be visible to the screener.

iv) System Administration 1. The threat image projection facility shall

have details of user data-base such as Airport name, Screener name, Organization, user ID number.

2. Access to start-up Menu should be restricted only to the authorised individuals. A log-in procedure by means of 'Password" or "security key' could achieve restricted access to each of the

Page 121: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 96 of 164 

comment. The log-in procedure should not take longer than 20 seconds. The system should have facility to bypass the TIP facility, if programmed so by the System Administrator. It is to be ensured that the TIP software shall not be hindrance to normal functioning of X-Ray Machines.

3. When the operator logs-in or logs-out, message should be displayed on XBIS Display Monitor Screen to confirm that he/she has been correctly logged-in or logged out.

v) Feed Back Report 1. The Threat Image Projection should be

capable of giving feedback "HIT, MISS or FALSE ALARM" message. No message will be presented if a screener correctly passed as clear bag.

2. A “HIT" message to be presented when a screener has correctly identified a Threat Image Projection image. A "MISS" message shall be presented when screener fails to identify the Threat Image Projection Image. A "False Alarm" message shall be given when screener incorrectly indicate Threat Image Projection image when in fact no Threat Image Projection is present. The feedback should clearly indicate in a screen that a TIP object has been correctly identified/ TIP object has been missed/no TIP object was present. The information should be recorded in the database.

3. Different colour coding shall be used for feedback to the Screener. It is recommended that Colour Code "Red for MISS", Green for HIT' and "Yellow to False Alarm or interrupt" be used.

4. The system shall automatically prepare the daily log of events for each shift and for each Screener performance. TIP log shall include particulars of Airport, XBIS, Name of Screener, Time & date of threat image, whether threat image was successfully identified or missed etc.

5. The report on Threat Image Projection system may have date and time (From-To) as per requirement, Screener particulars, and decision/outcome i.e. MISS, HIT or False alarm in percentage as well in absolute numbers, number of bags screened, categories such as explosive devices knife or weapon etc.

6. As a standard practice, daily/ weekly/ monthly report shall be retrieved. Report shall be for any given time and period, as per command.

Page 122: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 97 of 164 

7. All data should be stored on the system for a minimum of two months after it has been downloaded. No individual, regardless of access rights to the Threat Image Projection components would delete or amend any of Threat Image Projection data or time i.e. Threat Image Projection data on the actual X-Ray machine will be read only file.

5.47 Miscellaneous Specifications a. X-BIS shall have automated online framing of

suspicious material (eg. Explosives, High density material, Narcotics etc.) for operator. This feature should be in real time requiring no operator involvement

b. All the system should be maintained by the OEMs or entities certified by them.

c. The system should not be connected or accessed through internet by the OEM for any purpose including remote diagnosis.

d. A non-disclosure agreement (NDA) is to be signed by OEM with AAI to affect the confidentiality of the information pertaining to the system

e. Service engineers of Indian Origin will only be deputed by the OEM or entities authorized by them to maintain the system. Non-Indian engineers may be deputed for major breakdowns under supervision.

5.48 UPS & POWER DISTRIBUTION PANEL 5.48.1 Provision of sufficient Capacity of UPS or higher

UPS with 30 Min. battery back up on full load as per specifications: (Approved Make of UPS : EMERSONS/APC/ APLAB/NUMERIC/DELTA/BORRI)

5.48.2 Floor Mounted On-Line UPS (Single Phase AC Input & Single Phase AC Output) and Individual SMF Battery Bank to provide 30 minutes Battery back-up at full load with all accessories, options and one set of hard and soft copy of documentation shall be supplied with the each XBIS.

5.49 General Specifications of UPS: On Line pure sine wave Built in protection against over voltage,

overload, spikes, transients and battery discharge

Automatic Voltage regulation Alarm for low battery and battery operation 30 Minutes SMF battery backup at full load

condition

SNMP ready with accessories and patch cable to view UPS parameters on Computer

INPUT: Voltage/Frequency: 170 V to 280 V AC Single phase 50 Hz +/- 5% OUTPUT:

Page 123: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 98 of 164 

KVA: 3 KVA Voltage: 230 V AC Voltage Regulation: 1% on full load Freq. Regulation: 50 Hz ± 0.5 Hz Indications: Mains On, under and over voltage,

charging and Load on battery

UPS power factor at rated load: better than 0.8 lagging.

Protections: Following protection shall be provided in UPS:

a. Over voltage, short circuit, and overload at UPS output terminal.

b. Under voltage at battery terminal. c. Over shoot and under shoot shall not be greater

than 4% of rated voltage for duration of 40 sec. (maximum)

Battery bank: UPS shall be supplied with SMF battery with Fire

Retardant enclosure.

Bidders shall declare battery AH capacity, battery voltage, number of batteries of each rating, make and model of batteries offered with each item of UPS.

Batteries for UPS shall be of the following makes: EXIDE, PANASONIC, AMAR RAJA and ROCKET

The UPS shall be complete with Trolley for Battery Bank and the firms shall also connect the batteries with UPS and commission the same.

5.50 POWER DISTRIBUTION PANEL (PDP) The power distribution panel shall be provided to meet the system requirement. The power distribution panel shall provide MCB’s with proper ratings for all equipment including and one mains control switch.

5.51 COMPREHENSIVE MAINTENANCE DURING CONTRCAT PERIOD

5.51.1 The work herein specified shall be performed by competent workmen in a thorough professional manner. All materials furnished by the contractor shall conform to original equipment manufacturer’s standards and guidelines.

5.51.2 The contractor shall replace any parts, including the supplied software found defective during contract period without any charges whatsoever to AAI. The services of the contractor or his principals, if required during this period, for such work shall also be made available without any cost to the Authority.

5.51.3 Maintenance during contract period shall include free replacement of any spares of the equipment installed against this work.

5.51.4 The contractor shall carry out the following maintenance on their offered system with all accessories in addition to (OEM)

Page 124: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 99 of 164 

manufacturer’s prescribed normal preventive and corrective maintenance schedules during the Contract period:

5.51.5 The rates quoted shall be inclusive of all spares of the entire system.

5.51.6 Contractor shall maintain Preventive/ Corrective/Break down visit record at each site and at his premises, and get it counter signed by AAI representatives.

5.51.7 Contractor shall visit AAI premises as many times as Breakdown calls are received and replace all the faulty & functionally not acceptable components/ parts/ functional systems/displays/batteries at contractor’s cost.

5.51.8 Preventive maintenance visit to each site shall be carried out at least once in 03 (three) Calendar months.

5.51.9 Contractor shall maintain sufficient inventory of tools, spares, etc. to ensure compliance of technical specifications.

5.51.10 In case of any breakdown, the bidder firm personnel shall fix the breakdown within 04 hrs. from the time of the call received

5.51.11 Contractor shall normally replace UPS battery after two years within CAMC Contract period. Cost of the same shall be included in the quote.

5.51.12 AAI shall not pay anything extra for replacement of batteries. If Contractor is unable to replace within 48 hrs. then such replacements shall be carried out by AAI at its own cost and shall be deducted from running payments/PBG and dealt according to Section B Para 16.

5.51.13 The contractor shall deploy adequate Technical staff (Specialist for maintenance of XBIS and associated equipments) so that the preventive and breakdown maintenance can be carried out efficiently with minimum down time. The entire contractor's staff shall be competent to handle and efficiently maintain the system.

5.51.14 Proper Log books shall be maintained by the Contractor for preventive, breakdown maintenance, as well as periodic inspections as per the instructions of AAI, and shall be handed over to the officer in charge AAI or his authorised representative.

5.51.15 Contractor shall make appropriate entries about comprehensive performance based on Preventive/ Corrective maintenance; Performance logged and his evaluation/ analysis about XBIS; AAI representative shall check the log book periodically.

5.51.16 The contractor shall keep record of preventive maintenance check, and break down details, etc. in the logbook. Those details must be

Page 125: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 100 of 164 

made available and submitted for periodical check on demand to the Engineer-In-Charge of AAI. Maintenance record shall be the property of AAI and the same shall not be removed from AAI premises or disclosed to any third party without prior written permission of the AAI Officer In-charge.

5.51.17 The Contractor shall have the call centre setup for providing the 24x7 basis call lodging and response. Suitable web based or mobile app for lodging and following the various complaint may also be setup for effective maintenance support. The contractor shall confirm in writing, the contact details of their maintenance setup (Postal Address, Telephone & Fax Nos., Email) and names of the Service Engineers with complete address and Mobile number. Any change in the contact details (address, mobile number, etc.) shall be intimated to AAI in advance. The Maintenance Engineer, who is having separate mobile phone, of the contractor shall keep in touch with the installation serviceability by way of periodic inspections, etc. and in case of any unserviceability, take immediate corrective action. Besides the above, AAI Officer In-Charge or his authorised representative shall be informed with the details of the inspections and service activities.

5.51.18 Provision of required Test equipment, tools, cleaning material, etc. shall be the responsibility of the contractor.

5.51.19 In case of corruption or damage to the Programme/Data due to any reason, the replacement, reprogramming and restoration of XBIS shall be the responsibility of the contractor.

5.51.20 The contractor will not be liable for any damages arising out of War, riots and natural calamity such as fire, storm, earthquake, etc. (Refer Clause No.11 at Page No. 37)

5.51.21 The preventive maintenance is to be carried out independently during the lean period without affecting the Airport operations as per maintenance schedule of manufacturer and in consultation with the AAI Officer In-Charge at respective Airport.

5.51.22 Spares: All spares required for repairs and maintenance of the complete system shall be kept with the contractor. All critical spares required during the course of year shall be analysed and necessary inventory kept at all the times.

5.51.23 Service Level Agreement (SLA) i. As the equipment will be used for Aviation

security, the contractor shall provide the

Page 126: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 101 of 164 

serviceability of 99% on all the equipments on monthly basis.

ii. Penalty: Penalty shall be levied for the delay, beyond the prescribed time for serviceability of the equipment. In case of partial/complete failure of the equipment, on expiry of prescribed time limit. Recovery shall be made @ 125% of the daily CAMC maintenance charges per XBIS per day for each XBIS from the quarterly bill of the running quarter.

iii. However, if a suitable fully functional replacement is provided in place of faulty equipment within prescribed time, no penalty shall be levied. The original equipment has to be reinstated at site after the repairs at the earliest. The total penalty within the scope of this contract shall not exceed 10% of the total contract value.

5.51.24 Contractor shall attend the remedial maintenance job immediately on observation/receipt of complaint.

5.51.25 Inability to perform contract: Should the contractor's preparation for the commencement of the work, or any portion of it or his subsequent rate of progress, be from any cause whatsoever, so slow that in the opinion of the AAI, the contractor will be unable to complete the work or any portion thereof as agreed upon, or should he not have the work ready for delivery in conformity with the contract or should he neglect to comply with any directions given to him by the Authority, or in any respect fail to perform the contract at the end, in which case the contractor shall be liable for any expenses, loss or damage which the purchaser may incur or sustain by reason of, or in connection with the contractor's default.

5.51.26 i. In case of poor maintenance and unsatisfactory performance, AAI shall terminate the contract by giving one month notice and debar the contractor for further participation in AAI tender for the period of 03 (Three) years.

SLA below 95 % for two quarters in a year shall be treated as Poor Maintenance and Unsatisfactory performance

5.51.27 The contractor shall comply with all labour regulations and is required to follow all the guidelines prescribed by concerned authorities i.e. Regional Labour Commissioner/Central Advisory Contract Labour Board, etc.

5.51.28 Arranging of entry pass to the Airport premises for contractor and his staff shall be the responsibility of the contractor. AAI shall

Page 127: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 102 of 164 

provide assistance for issue of entry passes. After completion of work, passes should be surrendered in the office of the Pass Section/AAI Security In-Charge.

5.51.29 Airport being a sensitive area, rules & regulation governing for the entry and work are notified by security agencies from time to time. It is the responsibility of the contractor to ensure that all rules are strictly complied with.

5.51.30 The contractor shall maintain all the system to the entire satisfaction of the AAI Engineer-In-Charge.

5.51.31 All contractor’s staff shall behave in orderly manner, shall comply with the airport operational, safety and security rules and regulations, and shall not indulge in any activity beyond the scope of the contract.

5.51.32 In case any of the personnel deputed by the contractor is found indulging in theft/ pilferage or any other misdeed or any other undesirable activities, the contractor shall ensure that the services of the concerned staff are dispensed with immediate effect under intimation to the Authority. This will be without prejudice to any other liability to AAI, arising out of court directions/claims, etc. on account of such misdeeds.

5.51.33 The Contractor shall not be entitled for any extra payment whatsoever on account of above conditions of contract.

5.52 SERVICES TO BE PROVIDED BY AAI

5.52.1 AAI will provide space for the workman to perform maintenance duties free of cost. Free electricity for comprehensive maintenance related works and water shall be provided. Electric supply at 230/415 V + 10%, A.C., Single phase/3 phase, 4 wire 50 Hz, if required, for works shall be made available at one point by the Authority at the site of work. The contractor shall provide all necessary connections, cable, fittings, etc. from the main switch onwards, in order to ensure a proper and suitable supply of electricity for the execution of work. The Authority does not guarantee continuity of supply and no compensation whatsoever shall be allowed for supply becoming intermittent or for breakdown in the system.

5.53 AGREEMENT

Contractor or his authorised representative, within one week of award of work, shall contact the AAI Engineer-In-Charge & sign agreement on non-judicial stamp paper of appropriate amount.

Page 128: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 103 of 164 

5.54 CORRUPT PRACTICES: The contractor shall not offer or give or agree to give to any person in the employment of AAI (the Purchaser) or working under the orders of the Purchaser any gift or consideration of any kind as an inducement or reward for doing or forbearing to do or having done or for borne to do any act in relation to the obtaining or execution of the contract or any other contract with the purchaser or for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with the purchaser. Any breach of the aforesaid condition by the Contractor, or any one employed by him or acting on his behalf whether with or without the knowledge of the Contractor, or by any one employed by him or acting on his behalf shall entitle the Purchaser to cancel the Contract and all or any other Contracts with the Contractor and to recover from the Contractor the amount of any loss arising from such cancellation in accordance with the provisions of this contract.

5.55 Spares: All spares required for repairs and maintenance of the complete system shall be kept with the contractor. All critical spares required during the course of year shall be analysed and necessary inventory kept at all the times.

5.56 PAYING AUTHORITY ED (CNS-P), CHQ

5.57 TECHNICAL MANUALS/ DOCUMENTATION 5.57.1 All manuals and documents shall be in English

language and in such a way that a qualified engineer/technician is able to fully understand and do the preventive as well as breakdown maintenance with the help of these manuals.

5.57.2 The technical manuals of each type of machine offered should also be supplied along with the technical bid for technical evaluation.

5.57.3 The contractor shall provide one complete set of the following documents with each system to be supplied:

a. Detailed specification. b. Block diagram of the system with brief

descriptions.

c. Working diagram of the complete system. d. Schematic circuit diagram as also

unit/Module-wise diagram and stage by stage detailed description.

e. Data flow chart with data at different points during operations & testing.

f. Component layout & position chart/photograph for ease of locating the components.

Page 129: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 104 of 164 

g. Detailed technical data of all Modules being used in the system with DC voltages and input/output data clearly marked.

h. List of components/units/PCB, module-wise with value, tolerance, Part No., type and circuit reference.

i. Servicing/Maintenance Instructions including preventive Maintenance schedule. Indicate type of test equipment to be used for maintenance.

j. Trouble shooting chart with proper test sequence, Voltage and data at various test points.

5.57.4 Contractor shall provide one set of Operation manual for each XBIS machine at the time of testing & commissioning, at each Airport.

5.57.5 Contractor shall provide, at each of the airport/site, ONE set of System Software along with the installation manual with documentation, in CD/DVD media for the XBIS supplied at site.

5.58 TRAINING 5.58.1 Operation Usage Training:

The bidder shall provide Operation Usage Training to Security officials (Screener) nominated by AAI, for TWO days against each XBIS at each site.

5.58.2 Technical and Maintenance Training: The bidder shall provide Technical and

rigorous troubleshooting and Maintenance Training to the minimum 05 AAI officials in India but the training shall be imparted by OEM trainer as per details given below:

a. The training shall include the principle and the theory of operation of each individual sub-assembly and of the whole System and as applicable, the diagnostic programs and the programming language used.

b. It is essential that the technical personnel of AAI shall be adequately trained so that they shall be able to maintain the equipment and the use computer programs for fault diagnosis.

c. On completion of the training the Technical personnel of AAI shall be able to perform

i. Configuration, optimization and alignment of the system with the help of the documents

ii. Fault isolation up to Module level using diagnostic tools and general purpose test equipments.

iii. Taking corrective action by replacing the faulty Module and restoring the equipment for normal operation,

iv. Preventive maintenance of the systems and Operational procedures

Page 130: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 105 of 164 

d. The training shall be sufficiently comprehensive to enable AAI’s staff to install, maintain and repair both hardware and software of the System, in case it is required, without the Bidders assistance.

5.59 TRAINING MATERIALS: a. The various training courses to be provided

by the bidder’s shall be supported by the provision to the trainee's adequate number of training documentation and training aids.

b) To enable the maximum value to be derived from the training, it is mandatory that all the necessary training documentation and materials (e.g. software documentations equipment handbooks, training manuals) shall be made available to AAI trainees undergoing the relevant training course conducted by the bidder.

c) All training instructions and document during training and on the job training shall be written in English language.

d) The bidder’s shall arrange and conduct training by the most efficient and effective techniques with qualified and experienced personnel.

e) Complete training syllabus along with the recommended duration for each of the training programs shall be submitted by the bidder in the technical bid.

5.60 PROCEDURE TO BE FOLLOWED BY THE TENDERER AFTER AWARD OF WORK

5.60.1 Contractor, on award of work, shall contact the AAI engineer In-Charge and sign agreement on non-judicial stamp paper of appropriate amount.

5.60.2 Delivery of equipment shall commence as per time schedule specified and only after successful FAT by AAI.

5.60.3 A work-schedule chart/bar-chart indicating the time schedule for commencement of various activities of work like inspection & delivery of materials, commencement of work, completion of work etc. required for the execution & timely completion of work shall be submitted by the tenderer to the Engineer-in charge for approval within fifteen days of the date of acceptance of the tender.

5.60.4 It shall be the responsibility of the contractor to adhere to this work-schedule and complete the work in the specified time. Any deviation from this schedule, for any reason, shall be brought to the notice of the Engineer-In-Charge immediately to enable the Engineer-In-Charge take corrective action for achieving the timely completion of work. Failure to submit the

Page 131: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 106 of 164 

work-schedule chart within the specified time or meeting the various committed deadlines shall be treated as delay on the part of the tenderer and shall be dealt as per Clause 2.18 of the Conditions of Contract unless the said work is completed in the scheduled time.

5.60.5 The Contractor shall at all times, during the period of execution of works keep in mind the specified completion time and other terms & conditions of contract as specified in the NIT which is, and shall remain the essence of the contract. On completion of the installation, the tenderer shall conduct a system acceptance test.

5.60.6 The tenderer shall rectify any deficiencies encountered during the acceptance tests, at no additional cost to AAI.

5.60.7 In no case, AAI shall be liable on behalf of contractor to any other third party Contractor/Government of India/State/ Regulatory authorities. Any liability arising out of third party contacts by contractor or its men working at site shall be only to contractors account and shall be deducted from contractor’s payments.

7. OPERATIONAL MAINTENANCE DURING WARRANTY PERIOD AND

COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT: The CAMC will be renewed every year after reviewing the performance and services provided by successful bidder in previous year.

1. For stating compliance: Write “C” in the third column below. 2. For stating Non-compliance: Write “NC” in the third column below. 3. For stating Partial compliance or conditional compliance: Write “PC” in the third

column below: Sl. No.

Requirement Statement of compliance

OPERATIONAL MAINTENANCE DURING WARRANTY & COMPREHENSIVE AMC PERIOD

a. The work herein specified shall be performed by competent workmen in a thorough professional manner. All materials furnished by the contractor shall conform to original equipment manufacturer’s standards and guidelines. Competent Technical staff and Maintenance engineer are to be deployed at each site on 24 X 07 hours basis during warranty and CAMC period and Hand holding operational support.

b. The contractor shall replace any parts, including the supplied software found defective during Warranty period without any charges whatsoever to AAI. The services of the contractor or his principals, if required during this period, for such work shall also be made available without any cost to the Authority.

c. Maintenance during warranty period shall include free replacement of any spares of the equipment supplied against this work. Contractor shall maintain sufficient inventory of spares including X-ray generators at each site so as to maintain ILBS 100 % serviceable conditions.

Page 132: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 107 of 164 

d. The contractor shall carry out the Preventive/Corrective/ Break down maintenance on their offered system with all accessories in addition to (OEM) manufacturer’s prescribed normal preventive and corrective maintenance schedules during the AMC period:

e. The rates quoted for the comprehensive maintenance contract shall be inclusive of all spares of the entire system.

f. Contractor shall maintain Preventive/Corrective/ Break down maintenance record at each site, and get it counter signed by AAI representatives for payment of AMC charges as per payment schedule.

g. Contractor shall deploy maintenance engineer on 24 X 07 hours basis at each site to replace all the faulty & functionally not acceptable components /parts /functional systems / displays / batteries at supplier’s cost.

h. Preventive maintenance (Daily/Weekly /Monthly/ Quarterly) at each site shall be carried out and maintain the record at each site.

i. Contractor shall maintain sufficient inventory of tools, spares, etc. to ensure compliance of Para 2, & 3.

j. In case of any breakdown, the bidder firm personnel shall fix the breakdown within 04 hrs.

k. Contractor shall normally replace UPS battery after two years within warranty or AMC period. Cost of the same shall be included in equipment/CAMC.

l. AAI shall not pay anything extra for replacement of batteries. If Contractor is unable to replace within 48 hrs. then such replacements shall be carried out by AAI at its own cost and shall be deducted from running payments/PBG and dealt according to Section B Para 16.

m. The contractor shall deploy adequate Technical staff so that the preventive and breakdown maintenance can be carried out efficiently with minimum down time. The entire contractor's staff shall be competent to handle and efficiently maintain the system.

n. Proper Log books shall be maintained by the Contractor for preventive, breakdown maintenance, as well as periodic inspections as per the instructions of AAI, and shall be handed over to the officer in charge AAI or his authorised representative.

o. Contractor shall make appropriate entries about comprehensive performance based on Preventive/Corrective maintenance; Performance logged and his evaluation/analysis about ATRS/XBIS; AAI representative shall check the log book periodically.

p. The contractor shall keep record of preventive maintenance check, and break down details, etc. in the logbook. Those details must be made available and submitted for periodical check on demand to the Engineer-In-Charge of AAI. Maintenance record shall be property of AAI and the same shall not be removed from AAI premises or disclosed to any third party, without prior written permission of the AAI Officer In-charge.

q. The contractor shall confirm in writing, the contact details of their maintenance setup (Postal Address, Telephone & Fax Nos., Email) and names of the Service engineers with complete address and mobile number. Any change in the contact details (address, mobile number, etc.) shall be intimated to AAI in advance. The Maintenance Engineer of the contractor shall keep in touch with the installation serviceability by way of periodic inspections, etc. and in case of any unserviceability, take immediate corrective action. Besides the above, AAI officer in charge or his authorised representative shall be

Page 133: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 108 of 164 

informed with the details of the inspections and service activities. r. Provision of required Test equipment, tools, cleaning material, etc.

shall be the responsibility of the contractor.

s. In case of corruption or damage to the Programme/Data due to any reason, the replacement, reprogramming and restoration of ATRS shall be the responsibility of the contractor.

t. The contractor will not be liable for any damages arising out of War, riots and natural calamity such as fire, storm, earthquake, etc.

u. The preventive maintenance is to be carried out independently during the lean period without affecting the Airport operations as per maintenance schedule of manufacturer and in consultation with the AAI Officer In-Charge at respective airport.

v. If at any stage the contractor fails to provide satisfactory service, AAI shall terminate the contract by giving one month's notice and security deposit will be forfeited. Any damage to the equipment and its accessories shall be rectified by AAI on the contractor's risk and cost.

w. During the period of maintenance contract, AAI may ATRS system with X-Ray machines from one Airport/Station to other Airport/Station as per AAI requirement. Packing, loading, transportation, unloading and unpacking shall be responsibility of AAI. Dismantling, Installation and integration with BHS shall be carried out by Contractor on mutual agreed terms & conditions. Contractor shall continue to maintain (CAMC) the shifted system without any extra financial implication on AAI.

x. The repairs/maintenance of equipment is to be carried out at site. In case of a defect in equipment/its accessories, necessitating major repairs at the Service Centre of the contractor, the same may be taken to service Centre under written intimation to the Officer In-Charge at the respective Airport. In such cases, all expenditure and arrangement to dispatch, repair and return of the equipment/sub-assembly shall be borne/carried out by the contractor. Penalty shall be levied for delay beyond the prescribed time in setting right the equipment. The original equipment has to be reinstated at site after the repairs have been carried out at Service Centre at the earliest.

y. Component level/card level maintenance shall have to be carried out by the contractor. It is therefore necessary that sufficient stock of spares is kept with the maintenance engineer of the contractor, so that un-serviceability can be attended by the method of replacement in order to have minimum down time.

z. The equipment and its accessories shall be handed over to AAI in fully serviceable condition on expiry/termination of the contract.

aa. Spares: All spares required for repairs and maintenance of the complete system shall be kept with the contractor at each site. All critical spares required during the course of year shall be analysed and necessary inventory kept at all the times.

bb. Payment: Comprehensive AMC charges shall be paid by AAI quarterly, after the completion of each quarter for the work done in previous quarter on production of bill, submission of service reports, duly signed by AAI representative and satisfactory performance certificate issued by AAI, Officer In-charge at respective site. All the necessary recoveries/ deductions for which firm has made themselves liable for, shall be deducted from the bills before releasing the payment. Payment shall be released within one month after the receipt of bills & other pre-requisites.

Page 134: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 109 of 164 

cc. Penalty: Penalty shall be levied for the delay, beyond the prescribed time under the scope in setting right the equipment. In case of partial/complete failure of the equipment, on expiry of prescribed time limit, recovery shall be made @ 125% of the daily CAMC maintenance charges per system per day for each XBIS from the quarterly bill of the running quarter. However, if a suitable fully functional replacement is provided in place of faulty equipment within prescribed time, no penalty shall be levied. The original equipment has to be reinstated at site after the repairs at the earliest. The total penalty within the scope of this contract shall not exceed 10% of the total contract value.

dd. Contractor shall attend the remedial maintenance job immediately on observation/receipt of complaint. Warranty period of the system, unit wise, shall be extended by one week per week of unserviceability (part of week to be considered as one week) for each default in case of failure to set right the system to the satisfaction of the AAI Engineer In-Charge within 04 Hrs. of the lodging of complaint by AAI to company.

ee. Inability to perform contract: Should the contractor's preparation for the commencement of the work, or any portion of it or his subsequent rate of progress, be from any cause whatsoever, so slow that in the opinion of the AAI, the contractor will be unable to complete the work or any portion thereof as agreed upon, or should he not have the work ready for delivery in conformity with the contract or should he neglect to comply with any directions given to him by the Authority, or in any respect fail to perform the contract at the end, in which case the contractor shall be liable for any expenses, loss or damage which the purchaser may incur or sustain by reason of, or in connection with the contractor's default.

ff. In case of poor maintenance, AAI shall terminate the contract by giving one month notice. Any defects shall be rectified at contractor’s risk & cost.

gg. The contractor shall comply with all labour regulations and is required to follow all the guidelines prescribed by concerned authorities i.e. Regional Labour Commissioner/Central Advisory Contract Labour Board, etc.

hh. Arranging of entry pass to the Airport premises for contractor and his staff shall be the responsibility of the contractor. AAI shall provide assistance for issue of entry passes. After completion of work, passes should be surrendered in the office of the Pass Section/AAI Security In-Charge.

ii. Airport being a sensitive area, rules & regulation governing for the entry and work are notified by security agencies from time to time. It is the responsibility of the contractor to ensure that all rules are strictly complied with.

jj. The contractor shall maintain all the system to the entire satisfaction of the AAI Engineer-In-Charge.

kk. On completion of the contract period (expiry of contract/ termination of contract, the ATRS/XBIS and its accessories at each site shall be handed over to AAI in fully serviceable condition. It shall be liability of the contractor to repair the ATRS/XBIS & its accessories for any defects, observed during handing over and make them fully serviceable. The rectification/repairing of the ATRS with XBIS or its accessories shall be carried out by the contractor within 03 days of receipt of such notice from the Engineer-In-Charge, the Engineer-In-Charge reserves the right to get the repair work executed at the risk

Page 135: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 110 of 164 

and cost of contractor. ll. All contractor’s staff shall behave in orderly manner, shall comply with

the airport operational, safety and security rules and regulations, and shall not indulge in any activity beyond the scope of the contract.

mm. In case any of the personnel deputed by the contractor is found indulging in theft/pilferage or any other misdeed or any other undesirable activities, the contractor shall ensure that the services of the concerned staff are dispensed with immediate effect under intimation to the Authority. This will be without prejudice to any other liability to AAI, arising out of court directions/claims, etc. on account of such misdeeds.

nn. The Contractor shall not be entitled for any extra payment whatsoever on account of above conditions of contract.

oo. SERVICES TO BE PROVIDED BY AAI AAI will provide space for site office and space for the workman to

perform maintenance duties free of cost. Free electricity for CMC (comprehensive maintenance contract) related works and water shall be provided. Electric supply at 230/415 V + 10%, A.C., Single phase/3 phase, 4 wire 50 Hz, if required, for works shall be made available at one point by the Authority at the site of work. The contractor shall provide all necessary connections, cable, fittings, etc. from the main switch onwards, in order to ensure a proper and suitable supply of electricity for the execution of work. The Authority does not guarantee continuity of supply and no compensation whatsoever shall be allowed for supply becoming intermittent or for breakdown in the system.

pp. AGREEMENT Contractor or his authorised representative, within one week of award

of work, shall contact the AAI Engineer-In-Charge & sign agreement on non-judicial stamp paper of appropriate amount.

These terms & conditions shall form part of the agreement. The contractor shall sign the separate agreement for the CAMC, before expiry of the guarantee & defects liability period of the system.

qq. CORRUPT PRACTICES: The contractor shall not offer or give or agree to give to any person in the employment of AAI (the Purchaser) or working under the orders of the Purchaser any gift or consideration of any kind as an inducement or reward for doing or forbearing to do or having done or for borne to do any act in relation to the obtaining or execution of the contract or any other contract with the purchaser or for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with the purchaser. Any breach of the aforesaid condition by the Contractor, or any one employed by him or acting on his behalf whether with or without the knowledge of the Contractor, or by any one employed by him or acting on his behalf shall entitle the Purchaser to cancel the Contract and all or any other Contracts with the Contractor and to recover from the Contractor the amount of any loss arising from such cancellation in accordance with the provisions of this contract.

rr. PAYING AUTHORITY CAMC: Airport Director, Concerned Airport

Declaration:

The terms and conditions given in Section C given in the Tender Document are read,

Page 136: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 111 of 164 

understood and hereby accepted unconditionally and shall be complied with. I/We agree to abide by the Terms and Conditions, contained in this section of Tender Document and shall form part of contract conditions and provisions. I/We hereby unconditionally accept(s) these Terms and Conditions of AAI’s tender documents in its entirety for the Tender No. (AS)-12/2017-18 for “Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and Five years Comprehensive Annual Maintenance Contract with spares.”

It is certified that I/we have not stipulated any condition(s) in our tender offer. In case any condition(s) are found in our tender offer, the same shall be treated as withdrawn.

Signature of Bidder firm authorized Signatory

Name: ………………………………………………..…... On behalf of: ………………….………………………… Telephone: ……………………… Fax: …………………. Firms Stamp: .….……………… E-mail: ….………………………………………………..

Page 137: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 112 of 164 

ANNEXURE- I

PROFORMA FOR SUBMITTING ELIGIBILITY REQUIREMENT UNDERTAKING FOR

SUBMITTING BID

[TO BE SUBMITTED WITH ELIGIBILITY CRITERIA (ENVELOPE “A”)]

To,

Executive Director (CNS-P)

Airports Authority of India

Rajiv Gandhi Bhawan

Safdarjung Airport

New Delhi - 110 003

Subject: Submission of Bid – Tender No: (AS)-12/2017-18

Name of work: Supply, Installation, Integration, Testing & Commissioning of 33 Nos.

of Automatic Tray Return System (ATRs) with Dual View Hand

Baggage X-Ray machines at various Airports in India with one year

on-site Warranty and Five years Comprehensive Annual

Maintenance Contract with spares.”

Sir,

Having examined the conditions of contract and specifications including addenda, I/we,

the undersigned, offer to undertake Tender No. (AS)-12/2017-18 - Supply, Installation,

Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System

(ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India

with one year on-site Warranty and Five years Comprehensive Annual Maintenance

Contract with spares.”, in conformity with the specifications, terms & conditions of Tender.

1. I/We agree to abide by the terms and provisions of the said conditions of the contract

and provisions contained in the notice inviting tender and Price Bid. I/We hereby

unconditionally accept the tender conditions of AAI’s tender documents in its entirety

for the above work. It is certified that I/we have not stipulated any condition(s) in our

Price offer. In case any condition(s) are found in our tender offer, the same may be

treated as withdrawn.

2. E- Bid response submitted by us is prepared as per the tender document and

submitted on AAI E-Tender portal.

3. We understand that AAI is not bound to accept the lowest or any bid. AAI may change,

at its discretion tendered quantities maximum by ± 50 percent.

4. I/We hereby submit the Earnest Money of Rs. ……………. for the tender for the above

mentioned work.

5. That , I/We declare that I/We have not paid and shall not pay bribe to any officer of AAI

Page 138: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 113 of 164 

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 shall immediately

report it to the Appropriate Authority in AAI.

6. That, I/We undertake that AAI’s tender document shall form part of contract agreement.

7. We understand that only the Prices quotes available to AAI on opening of Price Bid at

AAI E-Tender portal (without conditions and options) shall only be taken for Price

Comparison.

8. We also undertake that we are offering only make and model of Hardware & Software

solution in conformity to Make, Model, Type, Quantity and Quality of the equipment

against Section C of Technical Bid, for which compliance statement is submitted for

perusal and have quoted Prices on AAI E-Tender portal for the same.

9. Bid submitted on AAI E-Tender portal are as per the instructions contained in Section

A, B & C of Tender and we also understand that if it is found to be contrary our Bid

offer stands summarily rejected by AAI.

Thanking you,

Yours faithfully,

Dated:

Signature of the bidder

Name: _______________________

Telephone: __________________

Fax: _________________________

E-mail: ______________________

Stamp: ______________________

Witness: ......................

Signature: ....................

Address: ......................

List of enclosures:

a.

b.

Note: This duly filled in undertaking shall be submitted in the ENVELOPE “B” without

which the bid of the bidder firm shall be liable for rejection.

Page 139: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 114 of 164 

ANNEXURE – II

PROFORMA FOR EMD - BANK GUARANTEE

(On Non-judicial stamp paper of Rs.100.00)

The Chairman

Airports Authority of India

CHQ, Rajiv Gandhi Bhawan

Safdarjung Airport

New Delhi- 110 003 (INDIA)

Dear Sir,

We ___________________________________________(full name of the banker) hereby refer to the tender for “Supply, Installation, Integration, Testing &

Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View

Hand Baggage X-Ray machines at various Airports in India with one year on-site

Warranty and Five years Comprehensive Annual Maintenance Contract with spares”

between the Airports Authority of India as purchaser and M/s.

_________________________ (fill in the name of bidder) as bidder providing in substance

for the provision for Automatic Tray Return System (ATRS) with Dual View X-ray

machines at various Airports in India as particularized in said tender, to which specific

reference is made. Under the terms of said tender, the bidder is required to provide a bank

guarantee in a form acceptable to the purchaser for the amount of Rs. ________ on account

of EMD.

In view of the foregoing and pursuant to the terms of the said tender, which tender is

referred to and made a part thereof as fully and to the same extent as if copied at length

hereon, we hereby absolutely and unconditionally guarantee to the purchaser, performance

of the terms and conditions of the said tender. The guarantee shall be construed as an

absolute, unconditional and direct guarantee of the performance of the tender without regard

to the validity, regularity or enforceability of any obligation of the parties to the tender.

The purchaser shall be entitled to enforce this guarantee without being obliged to

resort initially to any other security or to any other remedy to enforce any of the obligations

herein guaranteed any shall pursue any or all of its remedies at one or at different times.

Upon default of the tender, we agree to pay to the purchaser on demand and without demur

the sum of Rs.___________ or any part thereof, upon presentation of a written statement by

the purchaser that the amount of said demand represents damages due from the bidder to

the purchaser by virtue of breach of performance by the bidder under the terms of the

aforesaid tender. The determination of the fact of breach and the amount of damages

sustained and or liability under the guarantee shall be in the sole discretion of the purchaser

whose decision shall be conclusive and binding on the guarantor.

Page 140: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 115 of 164 

It is mutually agreed that the purchaser shall have the fullest liberty without affecting

in any manner our obligation hereunder with or without our consent to vary any of the terms

of the said tender or to extend the time for performance by the bidder, from time to time any

of the powers exercisable by the purchaser against the tender and either to forebear or on

force any of the terms and conditions relating to the said tender and we shall not be relieved

from our liability by reasons of any variation of any extension being granted to the tender or

for any forbearance act or commission on the part of the purchaser or any indulgence by the

purchaser to the bidder or by any such matter or thing whatsoever which under the law

relating to the sureties would but for this provision have effect of so relieving our obligation.

This guarantee is confirmed and irrevocable and shall remain in effect until ________

(the validity shall be six months from the date of opening of Tender) and such extended

periods which shall be mutually agreed to. We hereby expressly waive notice of any said

extension of the time for performance and alternation or change in any of the terms and

conditions of the said tender.

Very truly yours,

_____________________

(Authorized Signatory of the Bank)

Page 141: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 116 of 164 

PROFORMA FOR EMD - BANK GUARANTEE (Contd.)

(Letter of understanding from the Depositor to Bank to be submitted along with EMD

to Airports Authority of India)

The Branch Manager

_____________ Bank

_____________

Sub: My/Our Bank Guarantee bearing No. _____________ dated ________ for an

amount of _____________ issued in favour of Airports Authority of India

Sir,

The subject Bank Guarantee is obtained from your branch for the purpose of Earnest Money

on account of contract awarded/to be awarded by M/s AAI to me/us.

I hereby authorize the Airports Authority of India in whose favour the deposit is made to

close the subject Bank Guarantee before maturity/on maturity towards adjustment of dues

without any reference/consent/notice from me/our side, and the bank is fully discharged by

making the payment to Airports Authority of India

Signature of the Depositor

Place:

Date:

Page 142: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 117 of 164 

ANNEXURE – III

Power of Attorney Format for the Authorized Person(s)

(Bidder shall submit irrevocable power of attorney on a non-judicial stamp paper of Rs.100/-

signed by authorized signatory as per Memorandum of Articles authorizing the persons, who

are signing this bid on behalf of the company)

POWER OF ATTORNEY

BY THIS POWER OF ATTORNEY executed on ______________________ we

____________________________________________________, a Company

incorporated under the provisions of companies Act, 1956 having its Registered Office at

________________________________________________________________

(hereinafter referred to as the “Company”) do hereby severally appoint, constitute and

nominate _______________________________________, official(s) of the Company, so

long as they are in the employment of the Company (hereinafter referred to as the

“Attorneys”) to sign agreement and documents with regard Bid No.

__________________________ due on _____________________ invited by Airports

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

“Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic

Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at

various Airports in India with one year on-site Warranty and Five years

Comprehensive Annual Maintenance Contract with spares.” and to do all other acts,

deeds and things the said Attorneys may consider expedient to enforce and secure

fulfilment of any such agreement in the name and on behalf of the Company.

AND THE COMPANY hereby agrees to ratify and confirm all acts, deeds and things the said

Attorneys shall lawfully do by virtue of these authorities hereby conferred.

IN WITNESS WHEREOF, this deed has been signed and delivered on the day, month and

year first above written by Mr. ___________________ Authorized Signatory, duly authorized

by the Board of Directors of the Company vide it’s resolution passed in this regard.

By order of the Board

For _____________________

( ____________________________)

Authorized Signatory

Witness:

1.

2.

Attorney Signature of Mr. ___________________ ----------------------------------------------

Attorney Signature of Mr. ___________________ ----------------------------------------------

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

(Attested)

( ____________________________)

Authorized Signatory

Page 143: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 118 of 164 

ANNEXURE – IV

PQ PERFORMA/ CHECK-LIST FORMAT TO BE SUBMITTED

BY THE BIDDER ALONG WITH PQ BID (ENVELOPE- “A”)

Name of work: Supply, Installation, Integration, Testing & Commissioning of 33 Nos.

of Automatic Tray Return System (ATRs) with Dual View Hand

Baggage X-Ray machines at various Airports in India with one year

on-site Warranty and Five years Comprehensive Annual

Maintenance Contract with spares.”.

1.1 Bidder Agency Name:

Postal Address:

Tel., Fax No. and

e-mail address of the bidder

1.2 Authorized Signatory

(Name, Designation and contact

details).

Confirm the details as been submitted

on non-judicial stamp paper as per

tender clause 7.14.

Name: ___________________________

Designation: ______________________

Agency: __________________________

Address: _________________________

_________________________________

Phone: __________________________

FAX: ____________________________

Email: ___________________________

Power of Attorney as per Annexure III is

enclosed

(Document Reference/Page No. ___)

2.1 Confirm whether the bidder firm is

OEM.

Has the bidder submitted

Declaration as per Annexure-X?

Tick on one appropriate box only:

OEM:

Yes / No

2.2 Is the bidder a registered firm in India

or in any other country?

Bidder firm is registered in India or

_______________ (Specify Country)

Credential as Indian/Foreign registered

bidder firm enclosed

(Document Reference/Page No. ___)

2.3 Foreign/Principal OEM/OIM firms shall

enclose all details of their Indian

Partners/ Firms/ Representatives along

with irrevocable Letter of

Representation valid up to concurrency

of tender/contract.

Indian Partners/ Firms/ Representatives:

Agency Name: ____________________

Authorized contact person:

________________________________

Postal Address: ___________________

Tel., FAX, Email: _________________

Page 144: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 119 of 164 

Irrevocable Letter of Representation valid

up to concurrency of tender/contract

enclosed

(Document Reference/Page No. ___)

2.4 In case the bidder is OEM of offered

equipment, has the bidder attached

declaration/ undertaking as per

Annexure- X?

Declaration/Undertaking as per

Annexure-X enclosed

(Document Reference/Page No. ___)

2.5 Has the bidder enclosed unconditional

acceptance of the bid as per

Annexure-I?

Undertaking as per Annexure I is

enclosed (Document Reference/ Page

No. ____).

2.6 Has the bidder submitted undertaking

for tender clauses 9.2 as per

Annexure- V?

Undertaking for tender clauses 9.2 as per

Annexure-V is enclosed (Document

Reference/Page No. ___)

2.7 Indian bidder firms and Foreign Firms

having permanent establishment in

India shall provide the details of PAN,

Service Tax Registration No., GST No.

& VAT TIN

PAN: _______________

GSTIN No. ___________________

(Document Reference/Page No. ___)

3.0 Experience details as per Tender

Clause 8.3 a1) to a4)

3.1 Work No. 1

3.1.1 Name of work

3.1.2 Name and Address of the

organization/department where work

has been executed

3.1.3 Date of completion

3.1.4 Completion cost

3.1.5 Purchase/Work Order Copy enclosed

(Document Reference/Page No. ___)

3.1.6 Performance/Experience Certificate Copy enclosed

(Document Reference/Page No. ___)

3.1.7 Whether the work experience from

Govt. Organizations or private client?

In case the work experience of private

client, TDS certificate from the respective

client is enclosed (Document

Reference/Page No. ___)

3.2 Work No. 2

3.2.1 Name of work

3.2.2 Name and Address of the

organization/department where work

Page 145: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 120 of 164 

has been executed

3.2.3 Date of completion

3.2.4 Completion cost

3.2.5 Purchase/Work Order Copy enclosed

(Document Reference/Page No. ___)

3.2.6 Performance/Experience Certificate Copy enclosed

(Document Reference/Page No. ___)

3.2.7 Whether the work experience from

Govt. Organizations or private client?

In case the work experience of private

client, TDS certificate from the respective

client is enclosed (Document

Reference/Page No. ___)

3.3 Work No. 3

3.3.1 Name of work

3.3.2 Name and Address of the

organization/department where work

has been executed

3.3.3 Date of completion

3.3.4 Completion cost

3.3.5 Purchase/Work Order Copy enclosed

(Document Reference/Page No. ___)

3.3.6 Performance/Experience Certificate Copy enclosed

(Document Reference/Page No. ___)

3.3.7 Whether the work experience from

Govt. Organizations or private client?

In case the work experience of private

client, TDS certificate from the respective

client is enclosed (Document

Reference/Page No. ___)

4.1 Annual Financial Turnover Enclosed Balance Sheet with Profit &

Loss Account and Annual Turnover

certified by Chartered Accountant

(Document Reference/Page No. ___)

4.1.1 Year 2014-15 Rs. __________

4.1.2 Year 2015-16 Rs. __________

4.1.3 Year 2016-17 Rs. __________

4.1.4 Average Rs. __________

5.1 Details of Tender Fee paid. DD No…………dt…… Bank……………

5.2 Details of EMD

1. DD No…………dt……. Bank……….

OR

2. Bank Guarantee No. ____________

______________ Date ____________

Bank __________________________

Amount ________________________

Validity _____________________ OR

3. NSIC Registration Certificate (In case

Page 146: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 121 of 164 

EMD exemption claimed)

(Document Reference/Page No. ___)

6.1 Has the bidder read all the Sections

and Annexure contained in this tender,

and corrigendum and pre-bid queries

replies (if any)?

Yes/No

7.1 Has the bidder submitted Integrity Pact

duly signed by authorized signatory

and witness?

Yes/No

7.2 Has the bidder numbered all pages of

the submitted documents and enclosed

an index page with document

reference?

Yes/No

I (________________________) hereby declare that the information as stated above and

the supporting documents uploaded are true and correct. In case any information/document

is found fake/incorrect at any stage, the EMD may be forfeited and action as deemed fit by

AAI can be taken against me.

Place: Signature:

Date: Authorized Signatory of the bidder

Page 147: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 122 of 164 

ANNEXURE- V

PROFORMA FOR UNDERTAKING AS PER SECTION- D CLAUSE 9.2

[TO BE SUBMITTED WITH ELIGIBILITY CRITERIA (ENVELOPE “A”)]

To, Executive Director (CNS-P) Airports Authority of India Rajiv Gandhi Bhawan Safdarjung Airport New Delhi - 110 003 Ref.: Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of

Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and Five years Comprehensive Annual Maintenance Contract with spares.”.

Sub: Undertaking

Sir, In compliance with the tender requirement for the above-referred work:

1. I/We undertake that, our firm or none of our firm’s Partners or Directors have been blacklisted or any case is pending or any complaint regarding irregularities is pending, in India or abroad, by any global international body like World Bank/International Monetary Fund/World Health Organization, etc. or any Indian State/Central Governments Departments or Public Sector Undertaking of India.

2. I/We undertake that, our firm possess the required tools, plants, skilled manpower, etc. required for execution of work as per scope of the tender. I/We also undertake that no part of the scope of work shall be sublet or outsourced to any third party without written consent from AAI.

3. I/We undertake that, our firm or its Partners or its Directors or Sole Proprietor do not have any outstanding dues payable to the Airports Authority of India.

4. I/We undertake that, the complete responsibility to carry out the works and their completion as per scope of the tender, shall be of our firm only.

5. I/We undertake that, our firm or our subsidiary firm or our parent firm has not submitted alternate or partial bid(s).

Dated:

Signature of the authorised signatory Name: _______________________ Telephone: ___________________ Fax: _________________________ E-mail: ______________________ Stamp: ______________________

Page 148: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 123 of 164 

ANNEXURE- VI PRE CONTRACT INTEGRITY PACT

This Pact made this …….. day of …… between Airports Authority of India, a body corporate constituted by the Central Government under the Airports Authority of India Act,1994 and having its Corporate Office at Rajiv Gandhi Bhawan, New Delhi, and offices at various Airports in India, hereinafter called the Authority (which term shall unless excluded by or is repugnant to the context, be deemed to include its Chairman, or Member, Executive Directors, Airport Directors, officers. or any of them specified by the Chairman in this behalf, and shall also include its successors and assigns) of the one part

AND

………….…………………………………….... represented by …………………………….…… of the other part, hereinafter called the “Bidder/Contractor” (which term shall unless excluded by or is repugnant to the context be deemed to include its heirs, representatives, successors and assigns of the Bidder/Contractor)

WHEREAS the Authority intends to award, under laid down organizational procedures, tender/contract for “Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and Five years Comprehensive Annual Maintenance Contract with spares”. The Authority, while discharging its functions on business principles, values proper compliance with all relevant laws and regulations, and the principles of natural justice, ethics, equity, fairness and transparency in its relations with the Bidders/Contractors.

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

AND WHEREAS the Bidder is submitting a tender to the Authority in response to the NIT (Notice Inviting Tender) dated ……… Contractor is signing the contract for execution of “Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and Five years Comprehensive Annual Maintenance Contract with spares.”

NOW, therefore,

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

Enabling the Authority to obtain the desired said stores/equipment/execution of works at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement, and

Enabling Authority to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the Authority will commit to prevent corruption, in any form, by its officials by following transparent procedures.

Page 149: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 124 of 164 

The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:

1. Commitments of the Authority;

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

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

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

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

3. Commitments of Bidders/Contractor.

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

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

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

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

Page 150: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 125 of 164 

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

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

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

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

3.7 The Bidder/Contractor will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract.

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

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

3.10 The Bidder/Contractor will inform to the Independent External Monitor.

i) If he receives demand for an illegal/undue payment/benefit.

ii) If he comes to know of any unethical or illegal payment/benefit.

iii) If he makes any payment to any Authority’s associate(s)

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

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

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

Page 151: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 126 of 164 

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

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

4. Previous Transgression

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

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

4.3 That the Bidder/Contractor undertakes to get this Pact signed by the sub- contractor(s) and associate(s) whose value of the work contribution exceeds Rs. 2.5 Crores (Rupees Two point Five Crores) and to submit the same to the Authority along with the tender document/contract before contract signing.

4.4. That sub-contractor(s)/associate(s) engaged by the Contractor, with the approval of the Authority after signing of the contract, and whose value of the work contribution exceeds Rs. 2.5 Crs. (Rupees Two point Five Crs.) will be required to sign this Pact by the Contractor, and the same will be submitted to the Authority before doing/performing any act/function by such sub-contractor(s)/associate(s) in relation to the contract/work.

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

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

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

While submitting bid, the BIDDER shall deposit an EMD/SD/BG/DRAFT/ PAY ORDER ETC I/C WARRANTY PERIOD, PG/BOND, VALIDITY ETC, which is as per terms and conditions and details given in NIT/tender documents sold to the Bidders.

6. Sanctions for Violations/Disqualification from tender process and exclusion from future Contracts.

6.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the Authority to take all or any one of the following actions, wherever required:-

Page 152: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 127 of 164 

(i) To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue.

(ii) To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER.

(iii) If the Authority has disqualified/debarred the Bidder from the tender process prior to the award under section 2 or 3 or 4, the Authority is entitled to forfeit the earnest money deposited/bid security.

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

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

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

(vii) To debar the BIDDER from participating in future bidding processes for a minimum period of three years, which may be further extended at the discretion of the Authority.

(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or agent or broker with a view to securing the contract.

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

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

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

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

6.2 The Authority will be entitled to take all or any of the actions mentioned at para 6.1(i) to (xii) of this Pact also on the Commission by the BIDDER or any one employed by it

Page 153: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 128 of 164 

or acting on its behalf (whether with or without the knowledge of the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption.

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

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

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

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

That if the Authority receives any information of conduct of a Bidder/ Contractor or Sub- Contractor or of an employee or a representative or an Associates of a Bidder, Contractor or Sub-Contractor which constitute corruption, or if the Authority has substantive suspicion in this regard, the Authority will inform the Vigilance Department for appropriate action.

8. Independent External Monitor(s),

8.1. That the Authority has appointed competent and credible Independent External Monitor(s) for this Pact.

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

8.3. That the Monitor is not subject to any instructions by the representatives of the parties and would perform his functions neutrally and independently. He will report to the Chairperson of the Board of the Authority.

8.4 That the Bidder/Contractor accepts that the Monitor has the right to access without restriction to all project documentation of the Authority including that provided by the Bidder/Contractor. The Bidder/Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation including minutes of meeting. The same is applicable to Sub - Contractors and Associates. The Monitor is under obligation to treat the information and documents of the Authority and Bidder/Contractor/Sub-Contractors/Associates with confidentiality.

8.5. That as soon as the Monitor notices, or believes to notice, a violation of this Pact, he will so inform the management of the Authority and request the management to discontinue or heal the violation, or to take other relevant action. The Monitor can in this regard submit his recommendations/ suggestions. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from

Page 154: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 129 of 164 

action or tolerate action.

8.6 That the Authority will provide to the Monitor sufficient information about all meetings among the parties related to the project provided such meetings could have an impact on the contractual relations between the Authority and the Contractor/Bidder. The parties offer to the Monitor the option to participate in such meetings.

8.7 That the Monitor will submit a written report to the Chairperson of the Board of the Authority within two weeks from the date of reference or intimation to him by the Authority and, should the occasion arise, submit proposals for correcting problematic situations.

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

8.9 The word ‘Monitor’ would include singular and plural.

9. Facilitation of Investigation.

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

10. Law and Place of Jurisdiction.

That this Pact is subject to Indian Law. The place of performance jurisdiction is the Corporate Headquarter/the Regional Headquarter/office of the Authority, as applicable.

11. Other Legal Actions

11.1 That the changes and supplements as well as termination notices need to be made in writing.

11.2 That if the Bidder/Contractor is a partnership or a consortium, this Pact must be signed by all the partners and consortium members or their authorized representatives.

12. Pact duration (Validity)

12.1 That this Pact comes into force when both the parties have signed it. It expires for the Contractor 12 months after the final payment under the respective contract, and for all other Bidders 3 months after the contract is awarded.

12.2. That if any claim is made/lodged during this period, the same shall be binding and continue to be valid despite the lapse of this Pact as specified herein before, unless it is discharged/determined by Chairman of the Authority.

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

Page 155: Addendum 1: Consultation Paper No: 03/2018-19
Page 156: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 131 of 164 

ANNEXURE – VII

UNPRICED BILL OF MATERIAL WITH MAKE & MODEL TO BE SUBMITTED

BY THE BIDDER ALONG WITH TECHNICAL BID (ENVELOPE- B)

Name of work: “Supply, Installation, Integration, Testing & Commissioning of

33 Nos. of Automatic Tray Return System (ATRs) with Dual View

Hand Baggage X-Ray machines at various Airports in India with

one year on-site Warranty and Five years Comprehensive Annual

Maintenance Contract with spares”.

Sl.

No.

Description of item Make Model

1 Automatic Tray Return System (ATRS) with minimumm of 06 Nos of Divset station, Inclined Conveyors, X-ray machine frame, Decision conveyor, Central Image Processing system with server and Storage, Diverter station, clear lane (minimum 08-09 trays length), ETRS, Suspicious Tray Conveyor (minimum 08-09 trays length), Tray collector, Interface module for the ATRS and X-ray Scanning machine and necessary software, Analyst workstations with software & necessary console, Recheck stations with software, RF ID and Bar code reader with inspection table & Recheck stations mount, Camera/ REID/ RF ID Tags, Sufficient Trays with Integrated RF ID chip to suffice necessary lane length and throughput

Page 157: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 132 of 164 

requirement and other devices as needed like mounting arrangement for XBIS, UPS with battery backup for 1 hour for ATRS with battery rack, options, overseas patents

2 Dual View Hand Baggage XBIS with all accessories, CTP, operating console for monitors and keyboard, mounting arrangement for XBIS, options, overseas patents as per the BCAS specification issued vide AVSEC circular No: 11/2017 Appendix "A" dated 04.08.2017 and 01 Year onsite warranty

Dated: Signature of the bidder

Name: _______________________

Telephone: _________________

Fax: _________________________

E-mail: ______________________

Stamp: ______________________

Page 158: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 133 of 164 

ENVELOPE “C”

PRICE BID

Page 159: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 134 of 164 

INSTRUCTIONS FOR FILING PRICE SCHEDULE AS PER ON CPP E-PROCUREMENT PORTAL

TENDER NO. (AS)- 12/2017-18

Name of work: Supply, Installation, Integration, Testing & Commissioning of 33 Nos.

of Automatic Tray Return System (ATRs) with Dual View Hand

Baggage X-Ray machines at various Airports in India with one year

on-site Warranty and Five years Comprehensive Annual Maintenance

Contract with spares”

1. Prices quoted by the bidder shall be inclusive of all the patents, taxes and duties

applicable in the country of origin as well as in India. All the overseas taxes, overseas freight & insurance, handling charges, inland freight and insurance, all applicable inland taxes in India such as Custom Duties, Goods & Service Tax, and any other tax and handling charges as applicable, shall be quoted in the price schedule. Nothing extra shall be paid on any account.

2. Bidders are advised not to quote “Zero” (‘0’) under any of items in the Schedule of the Quantity.

3. Details of Price Bid items are to be referred strictly as per the format provided in

Annexure-VIII. 4. Rate for each item should be quoted by each bidder for all items of BOQ”

5. Bidder has to confirm the specific category of item such as foreign or

indigenous item. Rate of such item shall be quoted associated component of relating to the mentioned category of tax and duties in the column of BOQ for each item as applicable. For example, in case of foreign item, custom duty, freight, insurance etc. shall be applicable. Whereas in case of indigenous item GST/ST/VAT etc. are applicable. Bidder is requested to take extra precaution while considering taxes & levies along with basic cost of item. Prices Filled in Annexure-VIII equivalent format on CPP portal at Website: https://etenders.gov.in/eprocure/app shall only be taken for Price Comparisons.

6. Any type of concessional forms such as Form C or D shall not be supplied by AAI. 7. If any bidder does not write a quote against any item of Annexure-VIII which shall be

construed as cost is included in some other item & it is presumed free of cost to the AAI up to the destination including all Taxes and Duties, Freight and Insurance Charges, Customs Duty, Handling Charges, Octroi, Entry Tax, Sales Tax, VAT. Any other taxes, permits, duties, levies, charges payable within or outside India in respect of such (supply/service) item/s shall be borne by the supplier and delivered to AAI at site.

8. The Net Cost to AAI for the work shall be calculated by AAI only.

Page 160: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 135 of 164 

ANNEXURE- VIII

PRICE BID MAY BE REFERRED ON CPP E-PROCUREMENT PORTAL

FOR GLOBAL BIDDER QUOTING IN US $ / GB £ / INR

Name of work: Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray

machines at various Airports in India with one year on-site Warranty and Five years Comprehensive Annual Maintenance Contract with spares.

BoQ NUMBER TEXT NUMBER TEXT TEXT NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER TEXT

Sl.

No.

Item Description Quantity Units Quoted Currency

in INR / USD/GBP

to be entered by the Bidder

BASIC RATE per unit In

Figures

to be entered by the Bidder in quoted currency

Overseas Freight &

Insurance, forwarding/

handling Charges,

clearing charges per

unit

to be entered by the Bidder in quoted currency

Custom Duty

with CVD & all

cess per unit

to be entered by the Bidder in quoted currency

IGST per unit

to be entered by the Bidder in quoted currency

Inland Freight &

Insurance

Charges per unit to be entered by the Bidder in quoted currency

GST per unit

to be entered by the Bidder in quoted currency

Total Taxes Total

Amount

Without

Taxes

Total Amount

with Taxes TOTAL

AMOUNT

In Words

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15

1 Supply of Automatic Tray Return System (ATRS) with minimum of 06 Nos of Divset station, Inclined Conveyors, X-ray machine frame, Decision conveyor, Divertor station, clear lane (minimum 08-09 trays length), ETRS conveyor, Suspicious Tray Conveyor (minimum 08-09 trays length), Tray collector, Interface module for the ATRS and X-ray Scanning machine and necessary software, Analyst workstations with software & necessary console, Recheck stations with software, RF ID and Bar code reader with inspection table & Recheck stations mount, Camera/ REID/ RF ID Tags, Sufficient Trays with Integrated RF ID chip to suffice necessary lane

33 EACH

Page 161: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 136 of 164 

length and throughput requirement and other devices as needed like mounting arrangement for XBIS, UPS with battery backup for 1 hour for ATRS with battery rack, options, overseas patents, and 01 Year onsite warranty along with manpower for hand holding operations support etc.

2 Supply of Dual View Hand Baggage XBIS with all accessories, CTP, operating console for monitors and keyboard, mounting arrangement for XBIS, options, overseas patents as per the BCAS specification issued vide AVSEC circular No: 11/2017 Appendix "A" dated 04.08.2017 and 01 Year onsite warranty

33 EACH

3 Supply of Technical Documentation i.e. one set each of soft copy and hard copy with each ATRS and Dual View Hand Baggage X-Ray machines

33 EACH

4 Installation, Integration with Dual View Hand Baggage X-Ray machines, Testing and Commissioning of complete system

33 EACH

5 Operation, Maintenance and System Administration Onsite Training for 10 AAI Nominees for 04 working days at each

05 LOT

Page 162: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 137 of 164 

Site/Airport 6 Operational, System Admin-

istration Onsite Training for Security personal for 04 working days at each Site/Airport

05 LOT

7 Indigenous Components (If any) 33 EACH

Page 163: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 138 of 164 

ANNEXURE- IX

ULTIMATE USER CONSIGNEE SITES

Name of work: Supply, Installation, Integration, Testing & Commissioning of 33 Nos.

of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray

machines at various Airports in India with one year on-site Warranty and Five

years Comprehensive Annual Maintenance Contract with spares.”.

Sl. No

Consignee Airports

No of ATRS system

System Deliverable ATRS lanes

Dual View Hand Baggage X-Ray

machines

Re-check station

01 CNS In-Charge Ahmedabad

05 (International & Domestic)

05 05 05

02 Jt.GM (Electronics) Chennai

08 (Domestic) 08 08 08

03 Jt.GM (Electronics) Kolkata

12 (Domestic) 12 12 12

04 Jt.GM (Electronics) Trivandrum

03 (International)

03 03 03

05 CNS In-Charge Goa

05 (International & Domestic)

05 05 05

Total 33 33 33 33

Page 164: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 139 of 164 

ANNEXURE- X

PROFORMA FOR DECLARATION REGARDING ORIGINAL EQUIPMENT

MANUFACTURER (OEM) BIDDER

[TO BE SUBMITTED WITH ELIGIBILITY CRITERIA (ENVELOPE “A”)]

To,

Executive Director (CNS-P)

Airports Authority of India

Rajiv Gandhi Bhawan

Safdarjung Airport

New Delhi - 110 003

Ref.: Name of work: Supply, Installation, Integration, Testing & Commissioning of

33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand

Baggage X-Ray machines at various Airports in India with one year on-site

Warranty and Five years Comprehensive Annual Maintenance Contract with

spares

Sub: Declaration/Undertaking regarding Original Equipment Manufacturer (OEM)

Bidder

Sir,

I/We, _________________________________________ (Manufacturer Name with Address) who are established and reputed manufacturer of Automatic Tray Return

System (ATRs) OR Dual View Hand Baggage X-Ray machines having factory at _________________________________________ (Address). 1. I/We are participating in the tender as OEM.

I/We confirm that the quoted equipment have not been declared end of life as of date of this tender, and we shall supply our products as per published tender specifications and bid offer. I/We also confirm to provide Warranty and Post Warranty support for offered products, availability of product spares, sales, service and software support for 7 (SEVEN) years in India as per this tender. Thanking you, Yours faithfully, Dated:

Signature of the authorised signatory of OEM

Name: _______________________ Telephone: ___________________ Fax: _________________________ E-mail: ______________________ Stamp: ______________________

Page 165: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 140 of 164 

ANNEXURE- XI

FORM OF PERFORMANCE SECURITY (GUARANTEE) BANK GUARANTEE BOND (To be stamped in accordance with Stamp Act)

(The non-judicial stamp paper should be in the name of issuing Bank)

In consideration of the Chairman, Airports Authority of India [hereinafter called “AAI”] having offered to accept the terms and conditions of the proposed agreement between ________________________________________________________ and ___________________________________________________________________ [here-in-after called “Contractor”] for the works ____________________________ ______________________________________________________________ [here-in-after called “the said agreement”] vide Order no. ___________________________ dated ____________, having agreed to production of irrevocable Bank Guarantee for Rs. ____________ (Rupees _____________________________________ ___________ only) as a security/guarantee from the Contractor for compliance of his obligations in accordance with the terms and conditions in the said agreement. We __________________________________________ (indicate the name of the Bank) [hereinafter referred to as “the Bank”] hereby undertake to pay to the Chairman, AAI an amount not exceeding Rs. ____________ (Rupees _________________________________________________________________ only) on demand by AAI.

2. We __________________________________________ (indicate the name of the

Bank) do hereby undertake to pay the amounts due and payable under this Guarantee without any demure, merely on a demand from AAI stating that the amount claimed is required to meet the recoveries due or likely to be due from the said Contractor. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ____________ (Rupees __________________________ ___________________________ only).

3. We, the said bank further undertake to pay to the Chairman, AAI any money so

demanded notwithstanding any dispute or disputes raised by the Contractor in any suit or proceeding pending before any court or tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the Contractor shall have no claim against us for making such payment.

4. We __________________________________________ (indicate the name of the bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of AAI under or by virtue of the said agreement have been fully paid and its claims satisfied or

Page 166: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 141 of 164 

discharged or till Engineer-In-charge on behalf of AAI certified that the terms and conditions of the said agreement have been fully and property carried out by the Contractor and accordingly discharges this guarantee.

5. We __________________________________________ (indicate the name of the

bank) further agree with AAI that AAI shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of terms and conditions of the said agreement or to extend time of performance by the Contractor from time to time or to postpone for any time or from time to time any of the powers exercisable by AAI against the said Contractor and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relived from our liability by reason of any such variation, or extension being granted to the Contractor or for any forbearance, act of omission on the part of AAI or any indulgence by the AAI to the Contractor or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the

Bank or the Contractor. 7. We __________________________________________ (indicate the name of the

bank) lastly undertake not to revoke this guarantee except with the previous consent of AAI in writing.

8. This guarantee shall be valid up to _______________ unless extended on demand

by AAI. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs. ____________ (Rupees ____________________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.

Dated the _________ (Day) of _________ (Month), _________ (Year)

For _____________________________________________ (indicate the name of bank)

Page 167: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 142 of 164 

ANNEXURE- XII

PROFORMA FOR UNDERTAKING FOR FOREIGN BIDDERS

[TO BE SUBMITTED WITH ELIGIBILITY CRITERIA (ENVELOPE “A”)]

To, Executive Director (CNS-P) Airports Authority of India Rajiv Gandhi Bhawan Safdarjung Airport New Delhi - 110 003 Ref.: Name of work: Supply, Installation, Integration, Testing & Commissioning of

33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand

Baggage X-Ray machines at various Airports in India with one year on-site

Warranty and Five years Comprehensive Annual Maintenance Contract with

spares.”

Sub: Undertaking

Sir, In compliance with the tender requirement Section – B, Clause No: 42 (Special Conditions of Contract) for the above-referred work, I/We undertake that, in case the work is awarded to us, we shall employ and train Indian personnel to the maximum possible extent in commissioning and only Indian personnel in operation and maintenance of the Automatic Tray Return System (ATRS) along with Dual View X-Ray Baggage Inspection System (XBIS). Dated:

Signature of the authorised signatory

Name: _______________________

Telephone: ___________________

Fax: _________________________

E-mail: ______________________

Stamp: ______________________

Page 168: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 143 of 164 

ANNEXURE- XIII Technical Demo Acceptance Test Procedure

Name of Work: Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at

various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares. Bidder (Name & Address): Location: Date: _____/_____ /2018

S. No. Requirement Acceptance Test Procedure Results/Remarks 1. Physical verification

1.1. XBIS Verify as per information from Marking Plate & Software Make: Model Sr. No. 1.2. XBIS Display Monitor Verify as per information from Marking Plate Make: Model 1.3. Voltage Stabilizer Verify as per information from Marking Plate Make: Model 1.4. UPS Verify as per information from Marking Plate Make: Model Verify regulatory markings for Electrical Safety, etc. on all

above equipment

1.5. CTP Verify CTP Certification Make: Model:

Page 169: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 144 of 164 

S. No. Tender Clause

Requirement Acceptance Test Procedure Results/Remarks

2. (SLC) SPECIFICATIONS OF XBIS 2.1. All the offered XBIS shall be manufactured later than

January 2018. To be verified by the Inspector as per the marking plate on XBIS.

Month/Year of manufacture: ________/20 .

2.2. 5.1 HB X-ray machines shall be equipped with two individual independent X-Ray Generators with Dual View Image

To be verified by the Inspectors Pass: □/Fail: □

2.3. 5.32 The company manufacturing the equipment should have ISO certification for manufacturing and servicing of X-Ray screening machines.

ISO certification for manufacturing and servicing, shall be provided by the Bidder, and verified by the Inspector.

Pass: □/Fail: □

2.4. 5.35 SAFETY: The offered machines must comply with requirements of Health and Safety Regulations with regard to mechanical, electrical and radiation hazards.

National/International Government accredited laboratory test certificates with regard to mechanical, electrical and radiation safety of the offered XBIS and accessories will be provided by the Bidder, and verified by the Inspector. (Copies to be enclosed with this report).

Pass: □/Fail: □

2.5. 5.35 The supplier/manufacturer should furnish NOC from Atomic Energy Regulatory Board of India regarding Radiation safety.

Atomic Energy Regulatory Board (AERB) Certificate of Radiation Safety shall be provided by the Bidder, and verified by the Inspector. (Copies to be enclosed with this report).

Pass: □/Fail: □

2.6. 5.10 The machine should be Film-safe. In other words photographic films must not be damaged due to X-Ray examination.

Inspector shall check certification provided by the Bidder. (Copies to be enclosed with this report).

Pass: □/Fail: □

2.7. 5.30 The Operating Temperature should be 0 C to 40 C and storage temperature should be -20 C to 50 C.

ISO certification for manufacturing and servicing, shall be provided by the Bidder, and verified by the Inspector.

Pass: □/Fail: □

Page 170: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 145 of 164 

2.8. 5.1 a) Tunnel Size (W X H):

HB (600 to 700 mm) X (400 to 500 mm) To be practically demonstrated by the Bidder and shall be verified by the Inspector using measuring scale/tape, etc.

Width: _______ mm Height: _______ mm

2.9. 5.1 b) Belt Height

600mm – 850 mm from Floor Level to Belt Top Surface.

To be practically demonstrated by the Bidder and shall be verified by the Inspector using measuring scale/tape, etc.

Height: _______ mm

2.10. 5.4 The XBIS should be mounted on Heavy Duty Castors for

ease of movement. To be physically demonstrated by the Bidder and shall be verified by the Inspector Pass: □/Fail: □

2.11. 5.31 Anti-rodent and dust-proof cover must be provided with each XBIS.

To be physically demonstrated by the Bidder and shall be verified by the Inspector Pass: □/Fail: □

2.12. 5.15 Lead impregnated safety screens should be available at either end of the tunnel.

To be physically demonstrated by the Bidder and shall be verified by the Inspector Pass: □/Fail: □

2.13. 5.21 5.22

Control desk with secure housing and locking provision should be available. The operator personal identification number can be entered through keyboard.

The features as per the tender requirements shall be demonstrated by the Bidder, and verified by the Inspector.

Pass: □/Fail: □

2.14. 5.21 Control Console should be provided for housing both Monitors and Keyboard. Table and Desktop cover for Operator Console to be provided. Console & Keyboard shall be ergonomically designed to minimize the operator fatigue and stress and shall have single button access to standard features.

The features as per the tender requirements shall be demonstrated by the Bidder, and verified by the Inspector.

Pass: □/Fail: □

2.15. 5.29 Hardware/Software Version To be practically demonstrated by the Bidder, by switching on the XBIS and System SW Version and Operating System & its Version shall be noted by the inspector

OS/Version: ________________ System SW Version: __________

2.16. 5.24 Conveyor belt speed should be between 0.18 and 0.3 metres/ second in either (forward/reverse) directions for x-ray

To be practically demonstrated by the Bidder with Digital Tachometer, and shall be verified by the

Speed: ____________ metres/second

Page 171: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 146 of 164 

baggage inspection system Inspector, 2.17. 5.42 Bidder shall provide following information in respect of the X-

ray generator provided with offered XBIS. To be practically demonstrated by the Bidder using measuring instrument/diagnostic program, and shall be verified by the Inspector. Parameters shall be verified with the limits specified in the AERB Radiation Safety NOC.

Parameter GENERATOR-1 GENERATOR-2

i. Rated Voltage kV kV

ii. Operating Voltage kV kV

iii. Anode Current mA mA

2.18. CALIBRATION BODY: Some XBIS require regular calibration of software/hardware using calibration body sets. If such is the case, a calibration body set will be supplied with each XBIS.

To be practically demonstrated by the Bidder by carrying out XBIS Calibration using the offered calibration body sets, and shall be verified by the Inspector. (Scan images/ screenshots to be preserved)

Calibration body:

Available: □/Not available: □

2.19. 5.5 Bag orientation: lying flat or standing up To be practically demonstrated by the Bidder, by passing test object in lying flat and standing up orientations in forward and reverse directions, and scanned images shall be verified by the Inspector. (Scan images/screenshots to be preserved)

Pass: □/Fail: □

5.45 The following CTP Tests shall be carried out as per the Method described at Para No. h (Page 12) and Results shall be analysed as per Para No. i (Page No. 13):

2.20. 5.45.1

RESOLUTION: The machine should be able to display single un-insulated

(SINGLE WIRE RESOLUTION: CTP TEST No. 1): Scan the Combined Test Piece (CTP) in normal

Resolution: Colour View: _____ SWG

Page 172: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 147 of 164 

tinned copper wire of 40 SWG or better. operational condition of XBIS, check the image of ‘S’ Shaped wires not covered by Step Wedge, on XBIS Monitor without operating any functional/image enhancement key, and verify the resolution. (Scan images/ screenshots to be preserved)

B/W View: _____ SWG

2.21. 5.45.2 USEFUL PENETRATION: The requirement for this test is that the 30 SWG wire is seen under second step wedge (5/16”).

(USEFUL PENETRATION CTP TEST No. 2) Scan the Combined Test Piece (CTP) in normal operational condition of XBIS, check the image of ‘S’ Shaped wires covered under second step wedge (5/16”), on XBIS Monitor without operating any functional key, and verify the useful penetration. (Scan images/screenshots to be preserved)

Useful penetration: Colour View: _____ SWG B/W View: _____ SWG

2.22. 5.45.3 MATERIAL DISCRIMINATION: The requirement is that different colours be allocated to the sample of organic and inorganic substances. With multi-energy X-Ray it should be possible to distinguish between materials of different average atomic number. This means that organic and inorganic substances can be differentiated. The use of sugar and salt samples encapsulated on the test piece and various materials used in the construction of CTP will check the material discrimination facility.

(MATERIAL DISCRIMINATION CTP TEST No. 3) Scan the Combined Test Piece (CTP) in normal operational condition of XBIS, check the image of sugar and salt samples encapsulated on the test piece and various materials used in the construction of CTP, on XBIS Monitor without operating any functional key, and verify the material discrimination. (Scan images/screenshots to be preserved)

Colour of Steel Step Wedge ______ Colour of Aluminium Step Wedge ______ Colour of Salt ______ Colour of Sugar ______

Page 173: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 148 of 164 

2.23. 5.45.4 PENETRATION: should be of 30 MM thickness of Steel or more

(SIMPLE PENETRATION: CTP TEST No. 4) Scan the Combined Test Piece (CTP) in operational condition of XBIS, check the image of Steel Step Wedge on XBIS Monitor and verify the penetration. (Scan images/ screenshots to be preserved)

Penetration: Colour View: _____ mm B/W View: _____ mm

2.24. 5.45.5 SPATIAL RESOLUTION: vertical and horizontal grating to be seen.

This test defines the ability of the system to distinguish and display objects which are close together. The CTP has 16 copper gratings at right angle to each other. A tick in the log sheet will indicate that gaps in the gratings are visible.

SPATIAL RESOLUTION (TEST No. 5)

Scan the Combined Test Piece (CTP) in operational condition of XBIS, check the image of Steel Step Wedge on XBIS Monitor and verify that the gaps in the gratings are visible. (Scan images/screenshots to be preserved). The requirement is that a vertical and horizontal grating to be seen.

Colour View: Pass: □/Fail: □ B/W View: Pass: □/Fail: □

2.25. 5.45.6

THIN METAL IMAGING: The requirement is to image steel 0.1 mm thick.

This tests the machine's ability to image thin metal. A number of thin metals strips of various thicknesses are placed in a row.

THIN METAL IMAGING (TEST No. 6)

Scan the Combined Test Piece (CTP) in operational condition of XBIS, check the image of thin metal strips of various thicknesses placed in a row, on XBIS Monitor and verify the that gaps in the gratings are visible. (Scan images/screenshots to be preserved).

The requirement is to image steel 0.1 mm thick.

Colour View: Pass: □/Fail: □ B/W View: Pass: □/Fail: □

2.26. 5.11 The machine should have features of multi energy X-Ray imaging facility where materials of different atomic number will be displayed in different colours to distinguish between organic and inorganic materials. With this method it should be possible to distinguish high density organic materials including explosives.

Scan the CTP and check the multi-energy test (i.e. sugar & salt) to distinguish inorganic & organic materials with the colours on the XBIS Display Monitor. (Scan images/ screenshots to be preserved).

Colour View: Pass: □/Fail: □ B/W View: Pass: □/Fail: □

Page 174: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 149 of 164 

2.27. 5.12 Machine should have variable colour or material stripping to

facilitate the operator to monitor images of organic materials for closer scrutiny.

Scan the CTP and check the variable colour or material stripping function for facilitating closer scrutiny by operator.

Pass: □/Fail: □

2.28. 5.13 All suspicious items (Explosives, High-density material, narcotics) should be displayed in one mode and that should be on-line.

Scan sample items (Explosives, High-density material, narcotics) and verify function as per tender requirement.

Pass: □/Fail: □

2.29. 5.2 The system should be able to produce clear images on colour monitors with minimum of 22” LED Full HD colour monitors of 1280 X 1024 pixels.

The diagonal screen size of display monitor shall be physically checked an verified with OEM Manual

The image resolution and monitor resolution shall be demonstrated by the Bidder and checked by the Inspector

Pass: □/Fail: □

2.30. 5.37 Machine should be capable of recalling 15-20 previous images.

To be practically demonstrated by the Bidder and verified by the Inspector Pass: □/Fail: □

2.31. 5.38 It should have the capability of archiving 3000-4000 images. XBIS shall have facility to store all scanned object images, if required.

To be practically demonstrated by the Bidder and verified by the Inspector

Average image size on disk: _____

Total Image Storage Disk Partition Size: _____

2.32. 5.34 Throughput shall be minimum 400 bags per hour for XBIS machines.

To be practically checked and verified with XBIS under test for at least one hour

Throughput: ____ Bags per hour

2.33. 5.27 System should work on one software only. All software features should be controlled from Key-board of machine only. Keyboard function should be user friendly. To enable/disable the software features, system should not be rebooted.

All Keyboard Functions to be practically demonstrated by the Bidder and results shall be verified by the Inspector

Pass: □/Fail: □

2.34. 5.23 Facility of Image Enhancement should be available. Scan the baggage through XBIS and check the image enhancement key function available on the XBIS Control Keyboard.

Image Enhancement Functions:

Page 175: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 150 of 164 

Recall a previously stored bag image and check the image enhancement key function available on the XBIS Control Keyboard.

NEGATIVE : □ BLACK/WHITE : □ Edge Enhancement : □ Organic Only : □ Organic Striping : □ Variable Contrast : □ Colour Striping : □ High Penetration : □ Image Enhancement : □ Other Enhancement functions: __________________ : □ __________________ : □ __________________ : □ __________________ : □

2.35. All the supplied XBIS machines should have real time image processing including image enhancement functions without interference.

To be demonstrated by the Bidder and shall be verified by the Inspector. Pass: □/Fail: □

2.36. 5.18 Facility for Variable Contrast must be incorporated to allow enhancement of lighter and darker portion of image.

Scan the baggage through XBIS and operate the Variable Contrast key for checking enhancement of lighter and darker portion of the image on display monitor

Pass: □/Fail: □

2.37. 5.9 Zoom facility should be available to magnify the chosen area of an image four times (X16) or more. Image feature shall be keyboard controllable.

To be practically demonstrated by the Bidder and shall be verified by the Inspector Pass: □/Fail: □

2.38. 5.47 XBIS should have automated, on-line framing of suspicious materials (e.g. explosives, etc.). This function should be in

To be demonstrated by the Bidder with certified Explosive simulant/sample, and shall be verified by the Pass: □/Fail: □

Page 176: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 151 of 164 

real time requiring no operator involvement. Inspector. (Scan images/screenshots to be preserved) 2.39. 5.19 If the machine fails to penetrate a particular item then an

alarm (visual and audio both) should be generated to notify the operator.

To be practically demonstrated by the Bidder with High Density Sample, and shall be verified by the Inspector. (Scan images/screenshots to be preserved)

Pass: □/Fail: □

2.40. The system shall have X-Ray screening technology combined with advanced detection algorithms to analyse automatically each passing on baggage for the presence of explosives.

XBIS should have Threat Alert feature with marking (circle/ frame) of threat material, high density material, explosive on operator display monitor. To be demonstrated by the Bidder and shall be verified by the Inspector.

Pass: □/Fail: □

2.41. The system shall have computer image processing, so that even suspect materials hidden or masked by any other object shall be identified and highlighted on the monitor screen for the operator.

To be demonstrated by the Bidder by suspect material masking with different materials like books, clothes, Aluminium/Steel Plate and shall be verified by the Inspector. (Scan images/screenshots to be preserved)

Pass: □/Fail: □

2.42. The screening (X-ray) system shall be an efficient and effective system, based on latest and proven technology, and shall be ideally suitable for the use at passenger terminals for 100% baggage screening without affecting the flow of passengers and shall have excellent performance data. The system shall permit rapid and reliable X-ray examination of extremely opaque objects and at the same time show details of very small thin wires in the screen also.

To be demonstrated by the Bidder and shall be verified by the Inspector. Pass: □/Fail: □

2.43. 5.17 The X-ray beam divergence should be such that the complete image of maximum size of bag is displayed without corner cuts.

To be practically demonstrated by the Bidder, by passing test object of maximum size, in forward and reverse directions, and shall be verified by the Inspector. The complete image at maximum size of test object should be displayed on XBIS Monitor without corner cuts. (Scan images/screenshots to be preserved)

Pass: □/Fail: □ Test object size: H: ______ mm L: ______ mm W: ______ mm

2.44. 5.14 The radiation level should not exceed accepted health Valid Certificate of Radiation Safety issued by Atomic

Page 177: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 152 of 164 

standards (0.1 mR/Hr) at a distance of 5 cm. from external housing.

Energy Regulatory Board (AERB), Govt. of India, shall be provided by the Bidder and it shall be verified by the Inspector. To be practically demonstrated by the Bidder, with continuous X-ray scanning of baggage on running XBIS belt, and shall be verified by the Inspector, using calibrated Radiation Level Meter at:

i. Baggage Entry Side ii. Baggage Exit Side iii. Side Panel (Generator Side) iv. Side Panel (Opposite Generator Side)

Radiation Level:

i. _______ mR/Hr. ii. _______ mR/Hr. iii. _______ mR/Hr. iv. _______ mR/Hr.

2.45. 5.1 (c) (HB) Conveyor load capacity (distributed)

100 Kilo Grams or more

To be practically demonstrated by the Bidder, by passing test object of 100 Kgs for total 50 passages in forward and reverse directions through Input Roller, XBIS Belt and Output Roller/Drop Chute, and shall be verified by the Inspector.

Pass: □/Fail: □

2.46. 5.20 The Threat Image Projection (TIP) System software to be incorporated in all XBIS operation as per details given in Clause 5.46

To be practically demonstrated by the Bidder and shall be verified by the Inspector Pass: □/Fail: □

2.47. 5.25 All software features of machine should be online and password protected.

To be practically demonstrated by the Bidder and shall be verified by the Inspector Pass: □/Fail: □

2.48. 5.28 All models should have online recording facility and images can be recorded in USB Disk/Optical Drive

To be practically demonstrated by the Bidder and shall be verified by the Inspector Pass: □/Fail: □

2.49. 5.29 All models should have software controlled diagnosis report facility and system should give printout if printer is connected.

To be practically demonstrated by the Bidder and shall be verified by the Inspector. (Diagnostic report print copy to be preserved).

Pass: □/Fail: □

2.50. 5.33 The machine should be so designed that software enhancement can be easily implemented to take care of new technique in image processing and pattern recognition.

To be checked during the Technical Bid Document Scrutiny

Page 178: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 153 of 164 

2.51. 5.36 One operator manual shall be provided with each machine. Pass: □/Fail: □ 3. 5.44. COMBINED TEST PIECE (CTP)

3.1. 5.44.1 The manufacturer shall provide one set of CTP per machine for checking serviceability of the machine by the operator. (AAI provided CTP shall be used for the CTP Tests.) Pass: □/Fail: □

3.2. 5.44.2 The Combined Test Piece should be supplied as specified in the tender document and should be approved by Government accredited Test Laboratory/Organization. Test report in respect of material composition and object dimensions of CTP, from Government accredited Test Laboratory/Organization shall be submitted along with the Technical Bid.

Inspector shall check certification provided by the Bidder. (Copies to be enclosed with this report).

Make: ______________ Model: ______________ Sr. No.: ______________ Test Report: □ Test Laboratory/Organization: ________________________ Pass: □/Fail: □

3.3. The details of CTP are given below: 3.3.1. 5.45 COMBINED TEST PIECE REQUIREMENTS

a) 5.45.1 SINGLE WIRE RESOLUTION (TEST No.1) The requirement is to display 40 SWG wire not covered by step-wedge. A tick will indicate the visibility of appropriate wire. A set of uninsulated tinned copper wire of size 26, 30, 35, 38, 40 and 42 SWG is placed on Perspex sheet. The wires are laid out in 'S" shaped curves. The wires are placed behind varying thickness of aluminium. Metallic marker should be provided using high-density material, so that SWG numbers in the image displayed on VDU/Monitor are clearly visible

CTP to be demonstrated by the bidder and shall be verified by the Inspector, for compliance to the tender requirements.

Pass: □/Fail: □

b) 5.45.2 USEFUL PENETRATION (TEST No.2) CTP to be demonstrated by the bidder and shall be Pass: □/Fail: □

Page 179: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 154 of 164 

The test defines what level of details can be seen behind a thickness of known material. The CTP has different gauges of wire behind varying thickness of aluminium. The requirement for this test is that the 26 SWG wire is seen under second step wedge (5/16”). Tick on log sheet will indicate what wires are visible.

verified by the Inspector, for compliance to the tender requirements.

c) 5.45.3 MATERIAL DISCRIMINATION (TEST No. 3) The requirement is that different colours be allocated to the sample of organic and inorganic substances. With multi-energy X-Ray it should be possible to distinguish between materials of different average atomic number. This means that organic and inorganic substances can be differentiated. The use of sugar and salt samples encapsulated on the test piece and various materials used in the construction of CTP will check the material discrimination facility. A tick will indicate that the sugar/salt samples are shown in different colour.

CTP to be demonstrated by the bidder and shall be verified by the Inspector, for compliance to the tender requirements.

Pass: □/Fail: □

d) 5.45.4 SIMPLE PENETRATION (TEST No. 4)

The requirement is that the lead be visible beneath 30 mm of Steel. This test defines what thickness of steel the machine should be able to penetrate. The steel step wedge on the CTP has steps of 2 mm from 16 mm to 30 mm with a lead strip to check that the machine is above or below the requirement. A tick in log sheet will indicate where a lead strip is visible.

CTP to be demonstrated by the bidder and shall be verified by the Inspector, for compliance to the tender requirements.

Pass: □/Fail: □

e) 5.45.5 SPATIAL RESOLUTION (TEST No. 5)

The requirement is that a vertical and horizontal grating to be seen.

This test defines the ability of the system to distinguish and display objects which are close together. The CTP has 16

CTP to be demonstrated by the bidder and shall be verified by the Inspector, for compliance to the tender requirements.

Pass: □/Fail: □

Page 180: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 155 of 164 

copper gratings at right angle to each other. A tick in the log sheet will indicate that gaps in the gratings are visible.

f) 5.45.6 THIN METAL IMAGING (TEST No. 6)

The requirement is to image steel 0.1 mm thick.

This tests the machine's ability to image thin metal. A number of thin metals strips of various thicknesses are placed in a row.

CTP to be demonstrated by the bidder and shall be verified by the Inspector, for compliance to the tender requirements.

Pass: □/Fail: □

g) 5.45.7 METHOD: a. The CTP should be certified by a Government Test lab for

dimensions and material compositions. The CTP is to be used as a quick routine test carried out daily to ensure that equipment is working properly and satisfactory image is obtained. The results of the tests should be recorded.

b. The CTP should be placed on the belt and passed through the belt at least once in a day before the baggage is screened or after the X-Ray equipment is switched on to ensure that the equipment is working properly. If the image is satisfactory the equipment may be used.

c. The CTP may be viewed by using image enhancing facility till the operator is satisfied that the machine is working properly. The optimum position of CTP on the belt will depend on X-Ray source and detector arrangements. This may be ascertained from the service engineer, if need arises.

h) 5.45.8 RESULTS: The results of the test should be recorded giving information like

date, time, machine number and type, supervisors name and other remarks.

4. 5.46 THREAT IMAGE PROJECTION (TIP) 4.1. a General:

TIP Software facility shall be incorporated in the offered X-ray machines to assist supervisors in testing the operator

To be practically demonstrated by the Bidder as per

Page 181: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 156 of 164 

alertness and training X-ray screeners to improve their ability in identifying specific threat object. The system will create a threat object and the same will be superimposed on monitor screen while a bag is being screened. To acknowledge that the operator has seen the false object, operator must press the control Panel key that will cause the computer generated threat object to disappear from x-rayed bag image on the VDU screen. Each operator's action shall be recorded in the hard disc of the computer for the auditing purpose by the supervisor or other authorised person.

S. No. 4.2, and shall be verified by the Inspector.

4.2. 5.46 b Design of the system i. TIP software should be compatible with other X-ray

technologies such as Automatic Reject Unit, Dual X-ray screen technologies, Automatic Threat Recognition System etc. All x-ray image functions must be available at the same time along with the TIP.

To be checked during the Technical Bid Document Scrutiny

ii. Image Library 1. The TIP facility should have an image library containing at

least 100 explosive devices, 100 knives and 100 fire arms in various sizes, shapes, locations & orientations. However, the system shall have facility to expand the library to incorporate additional images by user without assistance of the manufacturer.

To be practically demonstrated by the Bidder and shall be verified by the Inspector Pass: □/Fail: □

2. The image library should contain images of threats at different orientations-both plane and end-on orientation should be used. Although these will be assigned different file names and references, it must be possible to cross-reference these as the same threat. All threat Image Projection images must be realistic, representative and non-distinguishable from real threat items.

To be practically demonstrated by the Bidder and shall be verified by the Inspector Pass: □/Fail: □

iii. Time Interval

Page 182: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 157 of 164 

1. Programming facility shall be available to project threat images in different intervals. The time period for threat image as well as image mix in percentage shall be user programmable e.g. software shall select 40% images of explosive devices, 35% of fire arms & 25% of knives or Random etc.

To be practically demonstrated by the Bidder and shall be verified by the Inspector Pass: □/Fail: □

2. Once the screener has responded to identity the computer generated threat image, it should remain on the screen for a pre-defined user programmable time for analyses. The image should be highlighted, upon identification, and feedback message shall be visible to the screener.

To be practically demonstrated by the Bidder and shall be verified by the Inspector Pass: □/Fail: □

iv) System Administration 1. The threat image projection facility shall have details of user

data-base such as Airport name, Screener name, Organization, user ID number, level of access such as Screener, Administrator, Maintenance & Password, etc.

To be practically demonstrated by the Bidder and shall be verified by the Inspector Pass: □/Fail: □

2. Access to start-up Menu should be restricted only to the authorised individuals. A log-in procedure by means of 'Password" or "security key' could achieve restricted access to each of the comment. The log-in procedure should not take longer than 20 seconds. The system should have facility to bypass the TIP facility, if programmed so by the System Administrator. It is to be ensured that the TIP software shall not be hindrance to normal functioning of X-ray Machines.

To be practically demonstrated by the Bidder and shall be verified by the Inspector Pass: □/Fail: □

3. When the operator logs-in or logs-out, message should be displayed on XBIS Display Monitor Screen to confirm that he/she has been correctly logged-in or logged out.

To be practically demonstrated by the Bidder and shall be verified by the Inspector Pass: □/Fail: □

v) Feed Back Report

Page 183: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 158 of 164 

1. The Threat Image Projection should be capable of giving feedback "HIT, MISS or FALSE ALARM" message. No message will be presented if a screener correctly passed as clear bag.

To be practically demonstrated by the Bidder and shall be verified by the Inspector Pass: □/Fail: □

2. A “HIT" message to be presented when a screener has correctly identified a Threat Image Projection image. A "MISS" message shall be presented when screener fails to identify the Threat Image Projection Image. A "False Alarm" message shall be given when screener incorrectly indicate Threat Image Projection image when in fact no Threat Image Projection is present.

The feedback should clearly indicate in a screen that a TIP object has been correctly identified/TIP object has been missed/no TIP object was present. The information should be recorded in the database.

To be practically demonstrated by the Bidder for all three conditions, i.e. HIT, MISS & FALSE ALARM, and shall be verified by the Inspector

Pass: □/Fail: □

3. Different colour coding shall be used for feedback to the Screener.

It is recommended that Colour Code "Red for MISS", Green for HIT' and "Yellow to False Alarm or interrupt" be used.

To be practically demonstrated by the Bidder for all three conditions, i.e. HIT, MISS & FALSE ALARM, and shall be verified by the Inspector

Pass: □/Fail: □

4. The system shall automatically prepare the daily log of events for each shift and for each Screener performance.

TIP log shall include particulars of Airport, XBIS, Name of Screener, Time & date of threat image, whether threat image was successfully identified or missed etc.

To be practically demonstrated by the Bidder, and shall be verified by the Inspector Pass: □/Fail: □

5. The report on Threat Image Projection system may have date and time (From-To) as per requirement, Screener particulars, and decision/outcome i.e. MISS, HIT or False alarm in percentage as well in absolute numbers, number

The features as per the tender requirements shall be demonstrated by the Bidder, and verified by the Inspector.

Pass: □/Fail: □

Page 184: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 159 of 164 

of bags screened, categories such as explosive devices knife or weapon etc.

6. As a standard practice, daily/weekly/monthly report shall be retrieved.

Report shall be for any given time and period, as per command.

The features as per the tender requirements shall be demonstrated by the Bidder, and verified by the Inspector.

Pass: □/Fail: □

7. All data should be stored on the system for a minimum of two months after it has been downloaded.

No individual, regardless of access rights to the Threat Image Projection components would delete or amend any of Threat Image Projection data or time i.e. Threat Image Projection data on the actual X-ray machine will be read only file.

The features as per the tender requirements shall be demonstrated by the Bidder, and verified by the Inspector.

Pass: □/Fail: □

5. MISCELLANEOUS TESTS 5.1. 5.3 The system shall be designed to work from 230V AC, 50 Hz

mains supply. XBIS should be able to withstand voltage fluctuation in the range of 170 V to 280 V & frequency fluctuations in the range of + 5 %. The system shall have protection device and equipment of suitable capacity such as Isolation Transformer/CVT/ Automatic Voltage Stabilizer or combination to guard against heavy fluctuation of voltage or any other transients.

To be demonstrated by the Bidder using Variable Auto Transformer (VARIAC) and verified by the Inspector.

Frequency fluctuations shall be verified with UPS OEM Certification with the Bidder endorsement. Actual demonstration shall be carried out during FAT at OEM factory.

The XBIS computer unit shall be proved with an independent UPS of appropriate capacity to support 30 minutes of backup time.

Pass: □/Fail: □

5.2. 5.43 Detector Array: XBIS shall have Two L-shaped array X-ray converter.

To be physically checked Pass: □/Fail: □ 5.3. The system shall have facility –

Page 185: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 160 of 164 

a. To substitute the bad (failed) detector diodes from the display of good ones, and hence, the system shall prompt the warning on the screen regarding such bad diodes during each power up sequence.

The features as per the tender requirements shall be demonstrated by the Bidder, and verified by the Inspector.

Pass: □/Fail: □

b. Automatically detect arcs, low/high anode voltage, low/high anode current and over current errors on the X-ray controller and shall prompt an error window indicating a fault, and to allow changeable password for accessing to the service menu functions

The features as per the tender requirements shall be demonstrated by the Bidder, and verified by the Inspector.

Pass: □/Fail: □

5.4. 5.26 In case of defective diode arrays, scanning should be disabled and error message should be displayed on the screen.

The features as per the tender requirements shall be demonstrated by the Bidder, and verified by the Inspector.

Pass: □/Fail: □

6. 5.48 UPS 6.1. 5.48.1 Provision of 3 KVA or higher UPS with 30 Min. battery back

up on full load as per specifications: (Preferred Make: EMERSONS/APC/APLAB/NUMERIC/DELTA/BORRI/EATON)

The features as per the tender requirements shall be demonstrated by the Bidder, and verified by the Inspector.

Make: _____________ Model: _____________ Capacity: _______ KVA

6.2. 5.48.2 3 KVA Floor Mounted On-Line UPS (single Phase AC Input & single Phase AC Output) and Individual SMF Battery Bank to provide 30 minutes Battery back-up with all accessories, options and one set of hard and soft copy of documentation shall be supplied with the each X-BIS.

The features as per the tender requirements shall be demonstrated by the Bidder, and verified by the Inspector.

6.3. 5.49 General Specifications of UPS: Bidder shall submit clause-wise compliance statement for the UPS Technical Specifications from the UPS OEM.

6.3.1. On Line pure sine wave To be checked as per UPS OEM compliance statement (6.3.1 to 6.7.1).

6.3.2. Built in protection against over voltage, overload, spikes,

transients and battery discharge

6.3.3. Automatic Voltage regulation 6.3.4. Alarm for low battery and battery operation 6.3.5. 30 Minutes SMF battery backup at full load condition 6.3.6. SNMP ready with accessories and patch cable to view UPS

parameters on Computer

Page 186: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 161 of 164 

6.4. INPUT: 6.4.1. Voltage/Frequency: 170 V to 280 V 6.4.2. V AC single phase 50 Hz +/- 5%

6.5. OUTPUT: 6.5.1. KVA: 3 KVA 6.5.2. Voltage: 230 V AC 6.5.3. Voltage Regulation: 1% on full load 6.5.4. Freq. Regulation: 50 Hz ± 0.5 Hz

6.6. UPS power factor at rated load: better than 0.8 lagging. 6.7. Over shoot and under shoot shall not be greater than 4% of

rated voltage for duration of 40 sec. (maximum)

6.7.1. Protections: Following protection shall be provided in UPS: a. Over voltage, short circuit, and overload at UPS output

terminal.

b. Under voltage at battery terminal. c. Over shoot and under shoot shall not be greater than 4%

of rated voltage for duration of 40 sec. (maximum)

6.7.2. Indications: The features as per the tender requirements shall be demonstrated by the Bidder, and verified by the Inspector.

Mains On: □ Under voltage : □ Over voltage : □ Charging : □ Load on battery: □

6.8. Battery Bank UPS shall be supplied with SMF battery with Fire Retardant

enclosure The features as per the tender requirements shall be demonstrated by the Bidder, and verified by the Inspector.

Pass: □/Fail: □

Bidders shall declare battery AH capacity, battery voltage, number of batteries of each rating, make and model of batteries offered with each item of UPS

The features as per the tender requirements shall be demonstrated by the Bidder, and verified by the Inspector.

Battery:

Make: ___________________

Page 187: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 162 of 164 

Model: ___________________

Year of manufacture: _______

Capacity: ______________ AH

Quantity: _________________ Batteries for UPS shall be of the following makes: EXIDE,

PANASONIC, AMAR RAJA, ROCKET The features as per the tender requirements shall be demonstrated by the Bidder, and verified by the Inspector.

Pass: □/Fail: □

The UPS shall be complete with Trolley for Battery Bank and the firms shall also connect the batteries with UPS and commission the same

The features as per the tender requirements shall be demonstrated by the Bidder, and verified by the Inspector.

Pass: □/Fail: □

7. General Requirement: 7.1. The equipment shall be compact, fully solid state, highly

reliable and shall use latest state of the art technology. The features as per the tender requirements shall be demonstrated by the Bidder, and verified by the Inspector.

Pass: □/Fail: □

7.2. All cables shall be marked and colour-coded for easy recognition. Proper cable ends or plugs/sockets/multi-pin connectors shall be used for ending of each cable. Cable ends & terminating points shall be marked in such a way that it can be connected without referring to the Technical Manual every time.

The features as per the tender requirements shall be demonstrated by the Bidder, and verified by the Inspector. Pass: □/Fail: □

7.3. While designing the system, particular attention should be given to the maintenance part. Mechanical designs shall be such that all the inside components of different units of the system are clearly visible & easily approachable for the purpose of testing & servicing the units. Modular concept using Plug-in type of modules shall be used. Wires used for interconnecting these PCBs shall be neatly bunched and routed. These wires shall be connected to the PCBs through multi-pin, plug-in type of connectors to facilitate easy removal of PCBs for servicing.

The features as per the tender requirements shall be demonstrated by the Bidder, and verified by the Inspector. Pass: □/Fail: □

Page 188: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 163 of 164 

7.4. Test points are to be provided & marked at all the required points in the equipment units. Voltages/data flow chart etc. shall be given in the technical manual.

Test points and Voltages/data flow chart, etc. shall be demonstrated by the Bidder, and verified by the Inspector. Pass: □/Fail: □

8. 8. TECHNICAL MANUALS/ DOCUMENTATION To be checked by inspectors

REMARKS: ________________________________________________________________________________________________________________________________ __________________________________________________________________________________________________________________________________________ __________________________________________________________________________________________________________________________________________ __________________________________________________________________________________________________________________________________________

The Bidder shall be arrange all Test and Measuring Equipment/Instrument, Test Bags/Objects, Certified Explosive/Narcotic Simulant/Sample, compatible Printer, etc. as required for the Technical Demonstration.

Electronic Test equipment shall have valid calibration certificate from an accredited laboratory. AAI provided CTP shall be used for the XBIS CTP Tests.

Page 189: Addendum 1: Consultation Paper No: 03/2018-19

Tender No:- (AS)-12/2017-18 Supply, Installation, Integration, Testing & Commissioning of 33 Nos. of Automatic Tray Return System (ATRs) with Dual View Hand Baggage X-Ray machines at various Airports in India with one year on-site Warranty and five years Comprehensive Annual Maintenance Contract with spares.

 

Signature & Seal of Bidder Firm                                                               Page 164 of 164 

ANNEXURE-XIV

GENERAL E-PROCUREMENT TENDER GUIDELINES

Please refer to https://eprocure.gov.in/cppp/ for Help, FAQ, Bidders Manual Kit, etc.

Page 190: Addendum 1: Consultation Paper No: 03/2018-19

AIRPORTS AUTHORITY OF INDIA

NO: 44|/45/667 ttilinet2o17/ 16, 6 I ^ 16 s 901.12.201-/

loM/s Smiths Detection (Asia Pacific) Pte. Ltd.'100 Beach Road, #20-06 SHAW Towers,Singapore - 189702.ierome.dec.hassqv@smithsdetection. gom

Subject: Work order for Supply, Installation, Testing & Commissioning of In-LineBaggage Screening Systems cohfirming to TSA Standards / Standards 3 (EU)foi various Airports in India with one year on-site Warranty and five yearsComprehensive Annual Maintenance Contract with spares.

References:i) AAI Tender No: (4.5)-06/2017.18 (E-Bid Invitation No. 2017-Ml-1660-1) ind related

nre-hid nr renr renliag.ii) Your PQ & Technical Bid document submittals on CPP Portal.iii) Clarifications sought by AAI in respect of the bid submittals and your responses, as

uploaded on CPP Portal.iv) Ybur Financial_Bid as opened from CPP Tender Portal on 18.1O.2017.v) Your Reverse Auction Bid as submitted from CPP Tender Portal on 23.10.2017.

Dear Sirs,

Reference is made to the above-mentioned correspondence and your tender offer (technical,commercial proposal and various subsequent technical clarifications) submitted against theabove referred tender.

Airportg-Authority of India, hereinafter referred to as purchaser, is.pteased to place a workorder for "S0pply, Installation; Integration, Testing & Commissioning of In-Line BaggageScreening Systems confirming. to TSA Standards / Standards 3 (EU) for various Airports inIndia With one year on-site Warranty and five years Comprehensive Annual MaintenanceContract with spares." as per details in Annexure l.on M/s Smiths Detection (Asia Pacific)Pte. Ltd., hereinafter referred to as supplier.

1.0 Price:

1 .1 The items as per,Annexurel will be supplied at each site (Annexure-ll) by M/s SmithDgtection (Asia Pacific) Pte. Ltd., Singapore at a total cost of Rs.322,79,09,901.49(Rupees Three Hundred Twenty Two Crore Seventy Nine Lakh Nine Jhousand Nine .

Hundred One and Forty Nine Paise only) (Capital Cost Rs.213,25,20,291 .36 andCAMC cost Rs. 109,53,89,610.13 plus applicable GST) subject to applicablewithholdihg.tax as may be levied by the Government. This price is inclusive of CustomDuty, IGST, Overseas Patents, Overseas Freight, Overseas Insurance Duties &Forwarding, Clearing and handling charges, Inland Freight and Insurance, all applicable.inland taxes such as GST and any other tax and hanflling charges as applicable up to

. destination, Training and warranty services at site. .,

'',, z

qr$ftq rn$ qrqRajiv candhi BhawaE

rr(5E{qTr sqr{ 3lqel d fid-rroooeSafdarjung Airport, New Delhi-1 10003

q{rflq : 24632950

' Phone: 24632950

Page 191: Addendum 1: Consultation Paper No: 03/2018-19

1.2

't- t : ;':- l '' i- t' ; ' t" t l

-2-The supplier shall forurard details of his Permanent Account Number (pAN) details foreffecting applicable Tax Deduction at Source (TDS) and also withholding tax order fromthe tax authorities in India within Thirty days from the date of purchase order or prior rorelease of first partial payment.

Time Schedule:

Factory Acceptance Testing/Sample Verification of offered equipment with allaccessories by AAI shall be at oEM(s) premises. The supplier shall give Twenty oneCalendar days' notice to AAI for the purpose. Supplier shall start shipping th-e AAIverified model offered equipment only after acceptance of FAT results and issue ofdispatch instructions by AAl.

For Installation: At site, Forty Five (45) calendar Days, from availability of equipmentat site or on declaration of Site readiness of each site bv AAl. whichever is later.

CONSIGNEE.

As per Annexurell.

Payment Term:

Payment to the supplier shall be made in the following manner:-

For foreign supplies/services (To Foreign Bidder Only, payment through non-confirmed Letter of credit by AAI). Letter of credit shall be opened upon submissionof Performance Bank Guarantee as per Para l0 or the payment shall be in quotedcurrency only to the bidder firm or in INR equivalent to amount in quoted currency onthat day to its 100 Percent wholly owned PE in India upon submission of pBG:

In case of foreign supply of material AAI can open LC for the amount equivalent to 1oopercent of the quoted amount in quoted currency against supply components. The LCcharges shall be payable by AAl in India and by the bidder firm outside India.

a. 6OTo of LC amount shall be paid on FOB basis for supply cost of importedequipment & accessories including documentation, loOo/o ol Overseas Freight &Insurance against the submission of following documents in ORIGINAL confiimrngdispatch of items:o Invoice + 2 coDies.

2.0

2.1

2.2 For Supply: Supply of complete equipment with accessories at each site as listed inAnnexure - ll, shall be completed by supplier within Two Hundred and Forty (240)Calendar days from the date of issue of purchase order.

3.0

4.0

. ltemized Packing list with cost of each item + 2 copies

. Bill of Lading or Air Way Bill (whichever is appticable)dispatch of equipmenUitems.

. Certificate for Country of origin

. Certificate of Factory Acceptance Test issued by authorized representative ofAAI.

o Dispatch clearance letter.,2

+ 2 copies as proof of

€.it{r

Page 192: Addendum 1: Consultation Paper No: 03/2018-19

-: : - I j t r:: r - : '- r: t - : -. - r- r " l -' rl

-3-b. Balance 40 % amount of purchase order price for supply cost of equipment &

accessories including documentation, lQeo/o of Indian Inland Freight & Insurance,lnland taxes/duties, 100% installation, testing, commissioning and training charges,upon successful completion of SAT, issue of Test Certificate by TSA/ECAC1{n9fed agency /firm, against submission of the following documents inORIGINAL:

. Certificate of completion of successful SAT and Training, issued by authorizedrepresentative of AAt.

o Test Certificate issued by TSA/ECAC authorized agency ifirm.

Comprehensive AMC charges shall be paid by Ml quarterty, after completion of eacnquarter for the work done in previous quarter on production of bill, submission of servicereports, duly signed by AAI representative and satisfactory performance certificateissued by AAl, Officer In-charge at respective site.

All Payments shall be released after adjusting any compensation for delay which firmmight have rendered themselves liable as per provisions of eontract and applicableincome tax and any applicable deductions.

Paying Authority:The Executive Director (CNS-P)-|, Airports Authority of India, Safdarjung Airport, NewDelhi -1 10 003.

Performance Bank Guarantee :

The First Performance Bank Guarantee shall be furnished @ l|yo of capital costwithin THIRTY calendar days of issue of purchase order.The second Performance Bank Guarantee shall be furnished @ 1oo/o of the totalcomprehensive AMC cost given in the Po or 1% ot capilal cost of po against eacnyear of CAMC i.e. total 3% of Capital Cost, whichever is higher, befoie THtRTycalendar days of the start of CAMC.The First Performance Bank Guarantee shall be released only on receipt of secondperformance Bank Guarantee.

other terms & conditions on PBGs shall be remains same as per tender clauseNo: 10 at page no. 33-34.

GuaranteeMarranty:on site warrantee period will be Twelve (12) calendar months from the date ofsuccessful SAT at each site/airport.

You are required to provide the following certification/documents in respect of theoffered equipmenUaccessories, during the Factory Acceptance Test:i) Valid NOC issued by Atomic Energy Regulatory Board of India in respect of

Radiation Safety of the offered CT EDS.

All other terms and conditions given in Tender No. (45)-06/2017-1g shall be applicableon the work order and contract, and remain unchanged. The tender document withalong with the above referred documents/letters including this work order shall form partof the contract agreement.

..4

5.0

6.0

7.07.1

8.0

9.0

S"

Page 193: Addendum 1: Consultation Paper No: 03/2018-19

1o.o You are requested to attend the office "r

rn" -"""r,ive Director (cNS-planning)-1,Airports Authority of India, safdarjung Airport, New Delhi - 110 003 within 10 dayi ofthe issue of this order, with a non-judicial stamp paper of value INR 100 (lndianRupees One Hundred only) to sign and complete the contract agreement formalities.

Kindly acknowledge the receipt and acceptance of this work order by signing at each page ona copy of this purchase order and return to AAl.

Yours faithfully,

FoT AIRPORTS AUTHORITY OF INDIA

94.,---(P.N.S Kushwaha)

Executive Director (CNS-P)-l- Agreement copy

) N.O.O

1.

A

5.

DGM(ES) to Member (ANS): For Kind Information please.

ES to Member (Planning): For Kind Information please.

ED (Engg)/NR, ED (Engg)ArVR, ED(Engg)/SR, ED(Engg)/ER - with request to instructconcerned officials for procurement of Automatic Tag Reader (ATR) and modification / Up-gradation of existing Baggage Handling system (BHS), if required, to facilitate installationand integration of New CT-EDS system.

RED/NR, RED/WR, RED/SR - for kind Information olease

Airport DirectorKofkata / Chennai / Ahmedabad lJaipur I Lucknow / Goa / Srinagar / Varanasi / Trivanorum- with request to initiate necessary action for procurement of Automatic Tag Reader (ATR)and modification / Up-gradation of existing Baggage Handling system (BHS), if required, tofacilitate installation and integration of New CT-EDS system.

GM (Security) - with request to make necessary arrangement for In-line certified screenerat all airports. The schedule of completion of work shall be intimated separately

;R5ffi)r\d

Executive Director (CNS-P)-l

....5

Page 194: Addendum 1: Consultation Paper No: 03/2018-19

! t! t t t :-- t.: ! t t :::I:ttrl :- t; I r: : -- r.? ]

Annexure -ll

Name ofwork:Supp|y,|nsta||ation,Testing&Commis@eScreening Systems confirming to TSA Standards / Standards 3 (EU) forvarious Airports in. India with one year on-site Warranty and five yearsComprehensive Annual Maintenance Contract with spares.

Note: The quantity of level-2 workstation and Level-3 Re-check station mav increase based onthe actual site survey requirement.

ffifffirxExecutive Director (CNS-P)-l

slNo

ConsigneeAirports

No of ILBSsystem

System DeliverableRedundant

ServerLevel-1

Machines

Level-2Work-station

s

Level-3Re-checkstation

0'1 CNS In-ChargeAhmedabad

02 (lnternational& Domestic)

02 03 14 03

02 DGM(Elechonics)Chennai

02 (lnternational& Domestic)

02 08 26 04

03 DGM(Eleckonics)Kolkata

0't (lntergraded) 01 08 16 02

04 CNS In-ChargeJaipur

01 (lntegrated) 01 01 6 01

05 CNS In-ChargeLucknow

01(Domestic) 01 01 5 01

06 CNS In-ChargeSrinagar

01 (lntegrated) 01 01 8 01

07 DGM(Electronics)Trivandrum

01(lnternational)

01 03 o 02

08 CNS In-ChargeVaranasi

01 (lntegrated) 01 01 6 01

09 CNSGoa

In-Charge 01 (lntegrated) 01 04 7 02

Total 11 11 30 94 '17

...6

Page 195: Addendum 1: Consultation Paper No: 03/2018-19

a '-rrr-lttf : : : -rtt ?t:r! : 'Et'!trT!1 : - 'rvttYr'!l-! :

-6-

Name of work: Supply, Installation, Testing & Gommissioning of In-Line BaggageScreening Systems confirming to TSA Standards / Standardi a ftUy torvarious Airports in India with one year on-site Warranty and five yearsComprehensive Annual Maintenance Contract with spares,

ANNEXURE - III

slno

Description of item Make & Model

1 Level-1 In-line X-ray Baggage Screeningsystem confirming to TSA/EU standard-3

Smiths Detection CTX 9800DSi

2 Servers I BM/Lenovo/Dell/HP or EquivalentLevel-2 Workstations IBM/Lenovo/Dell/H P or Equivalent

4 Leriel-3 Recheck Workstations IBM/Lenovo/Dell/HP or EquivalentNetwork Switch Cisco or equivalent

o Network Rack MTS lnfoneWalrack or eouivalentUPS Eaton or Equivalent 40 KVA-93E, 1

KVA-g145I Printer HP Color LaserJet Pro

...7

Page 196: Addendum 1: Consultation Paper No: 03/2018-19

I; I ? Y :: r: t I 7 ':-rY!r!' - --Tt Yl-!: ' - T'! ! '7

-7 -

ANNEXURE- IV

Name of work: supply, lnstallation, Testing & commissioning of In-Line BaggageScreening Systems confirming to TSA Standards 7 Standards S (eU) torvarious Airports in India with one year on-site Warranty and five yearsComprehensive Annual Maintenance Gontract with spares.

slno

Name of theAirport

Nos. of ILBS Description of available BHSsystem

1 Ahmedabad 2 setsInternational Make : Pteries Global Ltd.,Domestic Make: Venderlande

z Chennai 2 setsInternational Make : Pteries Global Ltd.,Domestic Make : Pteries Global Ltd.,

Kolkata 1 set (integrated) Make : Siemens4 Jaipur 1 set (Terminal-2) Make : Pteries Global Ltd.,

Lucknow 1 set (Domestic) Make: Cassioli Srlo Goa 1 set (lnternational) Make: Venderlande7 Srinagar 1 set (integrated) Make : Venderlande8 Varanasi 1 set (integrated) Make: Cassioli SrlI Trivandrum 1 set (lnternational) Make : Pteries Global Ltd.

(P.N.S Kushwaha)Executive Director (CNS-P)-l

....8

Page 197: Addendum 1: Consultation Paper No: 03/2018-19
Page 198: Addendum 1: Consultation Paper No: 03/2018-19
Page 199: Addendum 1: Consultation Paper No: 03/2018-19
Page 200: Addendum 1: Consultation Paper No: 03/2018-19
Page 201: Addendum 1: Consultation Paper No: 03/2018-19
Page 202: Addendum 1: Consultation Paper No: 03/2018-19
Page 203: Addendum 1: Consultation Paper No: 03/2018-19
Page 204: Addendum 1: Consultation Paper No: 03/2018-19
Page 205: Addendum 1: Consultation Paper No: 03/2018-19
Page 206: Addendum 1: Consultation Paper No: 03/2018-19
Page 207: Addendum 1: Consultation Paper No: 03/2018-19
Page 208: Addendum 1: Consultation Paper No: 03/2018-19
Page 209: Addendum 1: Consultation Paper No: 03/2018-19
Page 210: Addendum 1: Consultation Paper No: 03/2018-19

InvoiceNavrang Traders25/2/1/31 Defense Colony, Ganesh Nagar, Bopkhel,Pune 31, Pune City, Maharashtra, Pin: 411031 Contact no : 9822448056 GSTIN: 27AAYPA0234A1Z7 Bank Account No.: 1209002100009923 IFSC : PUNB0120900 GEM93672-315083-INV-1

Order No: GEMC210342-1 Order Date:01-Mar-2018

Bill To:Ramesh Keshav JogadiyaOffice Of Airport Director, Aai Integrated Complex,Sardar Vallabhbhai Patel International Airport, ,Ahmedabad City , Gujarat , 380003Contact: 9723595717GSTIN: N/A

Shipping To:Ramesh Keshav JogadiyaOffice Of Airport Director, Aai Integrated Complex,Sardar Vallabhbhai Patel International Airport,,Ahmedabad City, Gujarat, 380003Contact: 9723595717

Seller Invoice No Invoice Date Dispatch Mode Dispatch Date Expected DeliveryDate

013 09-Mar-2018 Transport 09-Mar-2018 16-Mar-2018

Qty Description HSNCode(GST)

SuppliedQty

Unit Price Total Price inclusive allTaxes (in INR)

8 Nos. luminous 1kva ups (luminous)

8504 8 4986.00 Rs. 39,888.00

IGSTCGST

SGST/UTGSTCess

Rs. 6084.61Rs. 0Rs. 0Rs. 0

Powered by TCPDF (www.tcpdf.org)

1 / 1

Page 211: Addendum 1: Consultation Paper No: 03/2018-19
Page 212: Addendum 1: Consultation Paper No: 03/2018-19
Page 213: Addendum 1: Consultation Paper No: 03/2018-19
Page 214: Addendum 1: Consultation Paper No: 03/2018-19

InvoiceNexgen Techtronics Private LimitedNexgen Techtronics Private Limited 49-50, NehruPlace 109-a, Red Rose Building, 110019 New DelhiIndia, , , Pin: 110019 Contact no : 9810292198 GSTIN: 07AACCN2670C1ZT Bank Account No.: 65008646907 IFSC : SBIN0050285

GEM37268-103753-INV-1

Order No: GEMC53731-24 Order Date:24-Oct-2017

Bill To:Sanjiv DwivediOffice Of Airport Director, Aai Integrated Complex,Sardar Vallabhbhai Patel International Airport, ,Ahmedabad City , Gujarat , 380003Contact: 9426330672GSTIN: N/A Organization: AAI Ahmedabad, M/o Civil Aviation

Shipping To:Sanjiv DwivediOffice Of Airport Director, Aai Integrated Complex,Sardar Vallabhbhai Patel International Airport,,Ahmedabad City, Gujarat, 380003Contact: 9426330672

Seller Invoice No Invoice Date Dispatch Mode Dispatch Date Expected DeliveryDate

Ntpl/201 28-Oct-2017 Courier 28-Oct-2017 08-Nov-2017

Qty Description HSNCode(GST)

SuppliedQty

Unit Price Total Price inclusive allTaxes (in INR)

1 Nos. 6U Rack (apw)

84733099 1 6000.00 Rs. 6,000.00

IGSTCGST

SGST/UTGSTCess

Rs. 5084.74Rs. 0Rs. 0Rs. 0

Powered by TCPDF (www.tcpdf.org)

1 / 1

Page 215: Addendum 1: Consultation Paper No: 03/2018-19
Page 216: Addendum 1: Consultation Paper No: 03/2018-19
Page 217: Addendum 1: Consultation Paper No: 03/2018-19
Page 218: Addendum 1: Consultation Paper No: 03/2018-19
Page 219: Addendum 1: Consultation Paper No: 03/2018-19
Page 220: Addendum 1: Consultation Paper No: 03/2018-19
Page 221: Addendum 1: Consultation Paper No: 03/2018-19
Page 222: Addendum 1: Consultation Paper No: 03/2018-19
Page 223: Addendum 1: Consultation Paper No: 03/2018-19
Page 224: Addendum 1: Consultation Paper No: 03/2018-19
Page 225: Addendum 1: Consultation Paper No: 03/2018-19
Page 226: Addendum 1: Consultation Paper No: 03/2018-19
Page 227: Addendum 1: Consultation Paper No: 03/2018-19

\

\,Ii

0\11It .tt

)

~)~i,\"Aqt

~~.1-------------------------_._---_ .._--------..,----

------------------------------------------- ------------------------------------------_._------_.----

-------- ..-- ---- -------,..--..--..-.~-..----- ----..--- ___--+--_._-_._-_ _.._..--_._.___-------,._ ..---- ..-- ..-'*-.----~-"15

21aslE'~

____ -----.- •• ---- ... -- ... --- ...-.--- .. -----~-.- ... ... __ w ... ,.... _·--,----·----

2105"'" $I 1t»t3'st

-------------- --_._-----_._-----------------U··flOIit Ij'#f. b...1I·,n.lDf.·~J

A'ln.DlIGORU, In·l'l·... s-w,Ga.

... .,.. ... ,.,... I)NCIofaa,,1lIt o~ aooq. ,

t bl-- o~ anllbJ II I 1I'I~1fcoq·•• ~aJ1J

IIIU.181"" t"1"".. 21'" coqtlS1---'1' .'b' lI.IEIIIll- 1I11!blli1IIII11111WtwwatlU a ltIWlII1I1OI1&1'".nJ l' bJIiOjA'I..a3Jf

af"I. 1I'I)1Io1f a"~'Coqll SfIIJIIII'II'II -•• f f. atl' UMA... •_ I(JIHleH IMil'Wl£ltjJIl!JI WWldIfE2 IlIDlWbill r10ePlD II 614' • 2bt'.'

~390063a','b' 11l1£liMl.t1liltJ' 1J1!lllCII1!j!~J.a tf1U1(l!!11\ ~ IIt/JIl11£ !11!lbOl!J.~11it11l1j"couiffilji'-r ilfISalll

bJ""'_ rrc1uI:I&&3\ilD&3b·O'\I"O' oeI. 'la''ll'S81eb·O" \8'0' WI' 1 G£WC-2ne~:..:.&¬ atlSSTCP'JJeu'DlJMGfDW ••I;sl~sal~ssa'~3'S&J9Dacn ...... • '1I"f.I.:.OOii?SS3S2 sa'~3' ';.tllHJeB1 l~O'~ ~,••sa·SJ·SGlijGal. lotA_,e. M'" III4S:.Glfit'1'1t r,jtl!, ~ Gail. I 5.\~m

If.I'V!PblftJ-1 bl'~""d' tllOC'C9fIJlll.' 11""-1'"'" ua;~i~~ a~;·

Page 228: Addendum 1: Consultation Paper No: 03/2018-19

mahindraRise.

rvtarunora Ci rviarunora LimitedAUTOMOTIVE SECTOR

Plot No. 126, M.I.D.C., Satpur, Nashik - 422007 (Maharashtra) Phone: +91 (253) - 6635890, 6635893GSTN NO.: 27AAACM3025E1ZZ

MalhikPh"-I P1ot-89, IIIDC, Satp., llasik-7NISi. 42l!tI7 EDt I 27J!11!C13eE1ZZ

SST Invoice No.IIN2701BS4311SIT Invoice o.toI28.03.2018D~a'''.&Dat.17011622325 28.13.2018Chel1.nlDelNa&Dat.I8214291682 28.03.2018P.o./S.o.Na. • SEMC-5U£.a770688221P.o./l.o. Bet. 115.83.2018

Pl_tl_ LLClIIAfI83/1JDe3

TAM InyoiceISlaM IhItr lui. 46 .f CIlST/S9STRlltl, 2117.

ZAMOtAS MF9 Pint Billng

1111 T. Pir'v IMl!HIAlfIIIIIJ DIEIIII,AIIIiIIIIIB IIJIIaI1Y IF IIIJALt.'. OOEIIIJJIIR. AIJIIIIITlIIIlIIa_• at.. hjIrIt .... c:adt124&11'1"

flbig It Prix' SlltI_1PIIf.R IllJlllllILESI"" "' lTiIlllIEII HIIIIIaurr, llA.lEJIItxt tt Btl. n,..tr,IIIIIdibId 3M&Stat•• Iluj...t .at. t...., 24

Con.ilnt. • Rll!9311TIE AIIFIIIIT DIIETOR,AlfIIIIIlS IIIJIIlIIITY IF IIIDS.t.,. IIIIEIINITIIIR. AllIIOIII'IHEriAIIIID 38IIlI3 A~# ~e> /JOOO:3/~~ .

~4} / A--I7 IF/t'ilD•• UuUoa. Ah.. dab4ad!i . PI of ."",1, •8ejnt

SP. i.1.... DolD"iptin of &oed. I.... ....ice.

Code. A029311

HSNISAC Qty UDM Rat. p.,. Tohl Di.count Taxabl. IlIIT IlIIT CotIpce •• Co.p. CH.it•• Valu. Va1u. Ra'" All, Rat .. AlIt

Ell 519216.81 SI92I6.. 51921"'. 21 IW8I.4I at 113143.21

519216.. 519215.. 145311.41 ItJI4U.. 32 U!

768441••d

'I

BI1 n.x IIJCIIHI 211179TR IDS BS4 87133J99..J.talRoullllilll Off

Brad Jml

·lIItthtrTu Pa,uI. rtYI!"D·dI.... bash, III

1ft ",rd.T... I Tu. UID JIll UIIII ~ 1IIIa.11I11111E1 nan·__ PAISESIl1KlIIIf a,.... TII.hlU&l!RJt... 1IIII'H8J _ FIIII_ RIllY_MIlE Bla,

Ythit:1u el.1I'ttI fret Plol lit. ta, IIllIC,!Itt vidt "",'is'ila grubtl ulIII,rF.ND.VlBtnl27-62Il1/281!1 tltd 29.13.2112Fil•..,.... IlIIIn"', ItIIIP & I II.111m tin It &lilt .. ......, Cll... T lilt ,.. I.. Key'" Sc.....- HH • •• -

Traihtri--~---'MAlflNeRA LOGISTI •Right Hand Driver with standard equipment & Tools ( 1 Jack, 1 Wheel For Mahindra ra LimitedWrench, Spanner, Owners Manual! Service Policy Coupon Book and

: Spare Wheel with tyre and tube) fitted Traffic indicators with 1 First Aid Kit, P~g,I of I i'I' 1Reflector. (Applicable for Vehiclas only) II

Receiver's Signature~~--~~---~~~~.~~~~~~-----------------------.--------------------------------------~-==-~~------------_j

Hegislered Offic~ : GATEWiN BUilDiNG, APOLLOSUi'JOER,MUrl18AI - 400001. Tel.: +91 (22) 22021031 iA ,?, MGIN 110.:L6S990PclHi945PLC0045,33 M "!1.. /,' PAN No.: J\.AACM3025E Wl}bsi!e: www.mahmdra.com

Page 229: Addendum 1: Consultation Paper No: 03/2018-19

l-•\

~I'\\~~~\\"'Q\..-t .~~

--~-------------------------------------------------------- I'------ ,-------------.._w .__....__ ... .....__

-----------------------,---.-----------------------------------l"-- ..------.-----.------------ ..-;__----'1 8'lS- +' - 21a5If'1I ,....".s

" • .\SII:JSI!lIIfIiiil1li' SI'l i1ICIJI8& 5IIi W 1Ebe·B21 8lI333cia I Ell 2IiSle-.. ill"'If'. .liSle-1i Sf lftltll'fI 51 1l3llfTSI--------------------..:~-.~.;;.__--_.__._------

.... 8tN-AIC.. ".. '''In. .' 1"'Jr.. P,...., PI'. ttaIa'" ,.,.. J)llKI.''''OIi G\ ffIMICI· , teI,8tIC GI" ~ ".~. ..... .L0"I I ~'~H.PJ. tIB! IBfU CtI.lIGee~~n~;'''.J-tce--G\----r-.-.-SiIl&-. -.------------------ ------;;-;;;~ .~~\r----. O-I"II'H.' ~ .. q9p~q

EU."1$11 Flfi.tf .s~.ceqtlSt---." •••• ill8lWlIIIr WIItIOII!VI.u! IIIIfaIW 11 _IIIIIIIIIJI1IIIE111H'.n, II"'" tilEa3n

• .,.. en~""ef'" r;tIIll StII'HqIplq 3M2f111"1 f' ee•• u ....... •_1IEft NIBIlCIR!' »In£lIIIIIltIfj WUIIIlrJIU 1111111bA1 ra.,1 lOl.,..,1 i iIbI,_r

tHOIBtII) 3WA3e"A'I)' 11Il£IMU11IIIr IIlIib!111JtlltiblJlUet!;llHiltiUA11 ilIUltl11£ !l11tIIlIU f)IIE.lOII'CiDI"fIii¥II 185a31T

br.",., rrcV'~3\nDt3

l"A141 ... 11'11'~ It t8el\aeaJ. till II, stll'1.,,1< IUIIS,u .'0" \rD' .,.,. 'J2'.3' 58tS

b'O' \8"0'''' • eEIiIC-21tl't~~SSJa--n~J ..... ' •• 9S.. Si!IE'al Sg'6lJ'stueJIIIC: .... ,.....,.'.1.'eSSJ59 S9-&3·sellIII .v..,Gt ",.lse'I3·58t888i I¥Aelc:e .... 111fS1611ee~3hl

r r.. ,~fall &e1D11 S1lMl:ll'aSiEUI... " bJ.,-, bllf-9i' IIIDC' .... "IJ,_~MIll ljIIf-ffAl ~O~

Page 230: Addendum 1: Consultation Paper No: 03/2018-19

n·~iE:f·hindrC(Rise.

Mahindra E~ r\llahincka LimitedAUTOMOTIVE SECTOR

Plot No. 126, rvu.D.C., Satpur, Nashik - 422 007 (Maharashtra) Phone : +91 (253) - 6635890, 6635893GSTN NO.: 27AAACM3025EiZZ~ L_ ~~,""'~~~ ~~~~~~~~~~~ ~ ~

lIuhi. Pll11t-l PloHl9, II!DC,Satpur, lItsi .. 7lItsik 422887 &ST1lI.27IIAIOI.1I!!!IlZZ

TaK Inyoi~eI.sltd UMtr hit 46 .f CIlST/SIlST RulH, 2117.

SST Invoice No.IIN2701864314SST Invoice Dat'128.03.2018DoCU8.ntNo.lDateI700162232828.03.2018Ohallen/DelNoIDat.I821429169128.03.2018P.D./S. O.No. 1 GEMC-51168770688221P.o./B.O. Dat. 115.03.2018

Plent/RSO 8.1.cIt.A003/VD03Z~.AS.MFG Pint Billng

Illig To Pm, 1 II1II111161IVlJAllIlllUlaILES 111111PVJ LTDtIM IllI HIIII IDIRJ, lIR.1EJltd t. St1.flytYll',htdlbld 3IIII!:MStitt! IlaJarIt IItltt CoIItl24

Consign" I 11129J1In£ AlfIPORJDIre:TDR,AlRPIIITSIIJIlIIIIITY IF IlIlIAs.••P. IIIIEINITJIIR. AlRPOllTIItEIIAIIIII 381113

till T. PEt, .AE9311AIIIIIIIT DIE'l'll,AlIllOllS IUIMIRITYIF MIlAS.'.P. 1IREMI111Nl. AlJIIIIIT.......-."" IhiJnt St.tt etdtJ24asnlt!

~\,',Plan -'· •....,1' I IlIjIrItSYo. 1Iat.,.'.1 lID. Description of hods INt. 8orYic:e,

Do,Un.Ufft. AhudabadCodet A029JI lISTMy I.DI Rat. p.r Tot.1 '/!If .Taub"

U•• V.lu. I i·, V.lvi. W..

EA 511216.. 51121". 51921". 28./ ...........

519216.. 519215;'.8.32 8.32

7684&•

"'SAC IBBTAd

eo.pee., Cap.c... .Rat" Ret

II II7I!IiFSZIIMIm Ill. ZLI IIlCllHlO 811 7STRII:PS IS4 17133399III

T.t.l....i..Off.,"

IIInhtr TaxPayabll "'l1'li c:hartt blsil I ffJ .I

1ft Mprd,Ttttl T., .. 1111UIHI FIIIIHIIE ,..... 'III..... 1BIY-1IIEE_PAlE 8D1HIIIr a' . i,... fllhltlUllD'" UlRIII1KIH_ FB_ RIllY_1lIIIE _a,

'thil:l" II't ell""" "" Plot lID. lZ6, IIlII:, lilt!*' vitlt pII'IIillilll rlllled IIIdtr F.IIo. '(6111127-62111/2119 d\d 29.13.2112Flil..,.._ .. __ .1altI , IIlIIIW II....., ••.,.. fill. • ...., Ctl_ T",110 III. Illy.... B~

AJIIIIIlIIUT .. --'-,-. -,~...•,

Trailer

Right Hand Driver with standard equipment & Tools ( 1 Jack, 1 WheelWrench, Spanner,Owners Manual I Service Policy Coupon Book andSpareWheelwith tyre and tube)fitted Traffic Indicatorswith 1FirstAid Kit,1Reflector.(Applicablefor Vehiclesonly)

Receiver's Signature

RegisteredOffice: GATEWAY BUILDING, APOLLO BUNDER, MUMBAI - 400001.

Page 231: Addendum 1: Consultation Paper No: 03/2018-19

--------------_ ..

WliI~DlllI rceranca r .J.D'

;1iIIMsetIIlSI'.8IIM i!I1GeeH

\}r:JJlt.~ ~~3'Ifl\" Q\\it .

~~

- ;t1S't.\!"o\"b1 -Wl

r-~11f '"1 '4 -r~ n rirJ"* It" H -tI3lIIIDIIU

.-------------------~--------- ---------------~---

.. It pit_ • ~ CtJ... i pi." 1111' hill MIl it c-t-........ 1811·.... '1....... 1..-.·1I11'!'CIN... C:,11IAq \WI iliff 110' 1st IIIIIC' a"- 41. 1It1..&,II,OU""UJICI 41K1'1. 1:,'110'B!f!iII)s:,.t'S\lB'._ qjq Sj't3'StIS..... _ mIKBU _ _..u ..1IIJiIE _ (IrA

' .. 118,.. __ .IBIA__ .1dill8IXJA-fJIIl 111'"

---------_ ..._-----_ ...-------

--------- ---------- ---- ----_._----------_.,.------------------1!8llIFSIl ItICIIJII"lell IDa Jet 1.lm3cia Ell 21asl~M ;ZlaslrfA lIastf'" sa---".. A"JR. 1\'111• H"·.

cyA lUI H.~.bel. .1D,', D,.c:o,lu, .1w1C'lIl'. 18B.L---- coq.: U,';S;;'ll r

.,lBII., ~,ce..-.'.1 ...· oeaca.,,,,,,,, 114, SHQ' \

U"" (!111!l.t~:llflCOllI: Sfwfill'llllllmIHlIu~ ,. atl' ukAlloo'iellElt IIleHaJIlIIl'iIU"l£lIIOOW!IWIIIJrU lIIIl1IlI6l ra.,. Ii bILIl rH.'

~~lc'A'b' llUElMlil_ thWJ&ijl!it,jIj.l2 iKI.Uj()~!lACt IlI[;tllIJ£ ljilh41 Dlb£CJ.!iII'fiiii'tfiiTT IlI6a3Il

1)'0"\8'0- OW,. 112'93'S&Jeb·O" \rO".· I GEWC-21H1e:':'&f99S~1~'JrfV\oeIMOfDI'••aSltSa'€98 59'~2'S~f8I)KftIIUCIiIr .. , •• .\&&1es53S1. 58'&3" SElle.e81 lUA.,C. DIf.'S8·83'SSI9eat IUAOfceMII"I~~Glae~Jf3ilU~P f$. elllIlll s~m

iI!Iljll' 1),111-' bIOI-ea' iflflC' iN-" fIIIIl~-~)lUi 7"4;;W,,1hi a-.;.....

J

u

Page 232: Addendum 1: Consultation Paper No: 03/2018-19

I ---- _-.-- Mahindra & I\/Iahindra Limitedmahindra AUTOMOTIVE SECTOR

Rise.Plot No. 126, M.I.D.C., Satpur, Nashik - 422007 (Maharashtra) Phone: +91 (253)-6635890,6635893

)',........ ". GSTN NO.: 27AAACM3025E1ZZNIshi. Plat-I Plot-M, IIUIC,Satplll', NIsi.. ? SIr Javoice ND.IIN2701B64313llliik 4212117 SIIJII I 2711AAD1312!EUZ B8f Invote. o.t••28.13.2818~ ~.ntNa.lDat"7811622327 28.03.2818•

'TAl!an/DolNeIDat••B21429168828.03.2018

I!l!!oir;!l P.a.,.. a.No. •GEMC-:5116877M88221f.. uIII tbIft' III, 46' If IJSf/SBBT hi • ., 2117. ,.0./9.D. Dat. .15.13.2818

Pl.-t/RSO 9.LcnaA0e3/VD13

1: \ZRMa,AS MF6 Pint Billng

lUI !l2ID!! aABUl §bill II P.....!!I SIII!., CUIl."t • AIe93ItAI..., DIIEJIlR, NUlllIJRIDIUI llIIlA PYTLTD 11£ AflFllllTDllETIIR,Allllllll1llUlllllUn IF IlatA trill lSI HIGHaur,1IR.T£J AIII'II1S lII'IIIIRlTY IF IIIIIASo '.P. JJIIEIaIIIII. AlIIIIIIr IItxt t. 811.fl,..,..., S.'.P. IlIfEIIIIITIIIII. AlJIIIIIFIIIIDAIII_ IIIItdi111d 3I!IIIM IHEIlIIIIAD 3881183Stat .. 8I.jnt .. CllltI24 stit •• kjil'lt Stot. Cod.. 248111'1••

_.

~\

Pl.ce..o' ...,1,· I~. Cod.. A029311 Do.tinaUona I¥l.. dabad-Sr....... i.l .... De_iplian 0' &ood. I tatlSAC lit" UIIt Aft. per Tot.1 Dilcount T••abl. IBBT lasT Co.pco••.Co~cel'No. Sorviet. it .. ,.lu. ,.lut Roh" An Rot.. AlIt- ~II B872F.iZ9mMIII BIL ZIJ IIICIIIJII M 1STRIEP8 IIB4 17133399 1 EA 519216.. 5l!l216.. 51!1216.. 28 14S381.41 21 1t3843.21..

Tatal t 5t!l216.. 5t!l216.. t45J8t.41 tt3lU.2Roni", Off 1.32 "32

hili Total 768441.111

IIIttIIIf'Ta Payell ......... ell.,. _it I ID

In .... d•Tetal r•• ........ fIIIIHIIE ~ ...... 1&Y-1IRI1ID PAlS SIXIY-ElH fIL'" .." ... bllAD ..... smHIIIIr __ fIII_ FlaY _ ... lEIIt IIL'I . . . ~

Vthkln ... clurttl frII Pitt III. t26, 1IlllC, Sat ... villt pIrIillilll grlllt.d _,. F.Nt•• IBn)2H21T1/., tit" a.lJ.alt2m............. IIIIl1iI 1811....... 1l1li1131 , I...... II.11m VIII .. lqiall W..., !:tI... T l1li'" Ip. Illy lIB SCwpoa

Wit 1II1W2811U2t65119 6RJ4Ci6644 ... A3IIIIIIIIIlT HH • H ...I .

"

TrailerMAlIIN9RA LOGISTICS LTD.

Ri'Jht Hand Driver with standard equipment & Tools ( -I ·JacK,1 Wheel ForMahin,ra uhindra LimitedWrench, Spanner, Owners Manual I Ber/ice Policy Coupon Book and - Plpt,f1Spare Wheel with tyre and tube) iiHad Traffic Indicators with I First Aid Kit,

A~ d Signalor;11 Reflector. (Applicable for Vehicles only)

Receiver's SignatureL...._i~!lgistered Office: GATEWAYBUILDING. APOLLO SUNDER. IvIUHBAI- 401)001 Till.: +91 /22' 22021031 M IiM GIN No.: LfJ5990MH1.945PLC004558 M:1.M PAN NO.:l~.Afo;tiiro25E- Website: ·Nww.mahindra.Gom\ )

Page 233: Addendum 1: Consultation Paper No: 03/2018-19

Invoice No. 87Ref. No.. Dated 19·Apr·2018

PUN~AB AUTOMOBILES (I) PVT LTDNEXT TO SOLA FLY OVER,NR. NEW HIGH COl:JRTSOLA, AHMEDABAD

GSTIN/UIN: 24AAECP1378H1ZGState Name: Gujarat, Code: 24CIN: U34103GJ2007PTC049926

Tax Invoice

Party: AIRPORTSAUTHORITYOF INDIA - 04/18

GSTIN/UIN : 24AAACA6412D1ZEState Name : Gujarat,Code: 24

SI DescriptionofGoods HSN/SAC Quantity Rate per Amountr~- -- .•.'.---~-.-- .~.--------- -_ ..-----------1 Incidential Charges - 998729 4,000.002 Central Tax- 360.003 State Tax- 360.00

Ij-~- .-.--~.-.-~---~,---.---.----. _. . '__... -f-:=-.-- ..~- ...-- ..Totar Rs. 4,720.00AmountChargeable(In words)Indian Rupees Four Thousand Seven Hundred Twenty Only

E. & O.E

1------· HSN/SAC Taxable Central Tax State Tax -'--Totar--Value Rate .I Amount Rate 1 Amount TaxAmount998729 4,000.00 9%1 360.00 9%1 360.00 7.20.00

Total 4,000.00 J 360.00 J 360.00L.__ 720.00.__ .

TaxAmount(inwords) : Indian Rupees Seven Hundred Twenty OnlyCompany's PAN : AAECP1378H

DeclarationWe d~crarethat this invoice shows the actual price of the goodsdescribed and that all particulars are true and correct.

for PUNJAB

ThisisaComputerGeneratedInvoice

Page 234: Addendum 1: Consultation Paper No: 03/2018-19

Invoice No. 88Ref. No. Dated 19·Apr·2018

PUNJABAUTOMOBILES(I) PVTLTDNEXTTO SOLAFLYOVER,NR. NEWHIGHCOURT .SOLA,AHMEDABAD

GSTIN/UIN:24AAECP1378H1ZGStateName: Gujarat,Code: 24CIN: U34103GJ2007PTC049926

Tax Invoice

Party: AIRPORTSAUTHORITYOF INDIA - 04/18

GSTIN/UIN : 24AAACA641.2D1ZEState Name : Gujarat,Code: 24

SI DescriptionofGoods HSN/SAC Quantity Rate per AmountNo. -._-- _ _._-.- ._- -. -" ----,-.-.-~--,-1 Incidential Charges - 998729 4,000.002 Central Tax - 360.003 State Tax- 360.00

--- ....--.-----.-~-~-- ... --.-.Total Rs.4,720.00AmountChargeable(Inwords)Indian Rupees Four Thousand Seven Hundred Twenty Only

E. & o.e

--~ ... -- .. -..HSN/SAC Taxable Central Tax State Tax TotalValue Rate 1 Amount Rate I AmounT·· TaxAmount·998729 4,000.00 9%1 360.00 9%1 360.00 720.00

Total 4,000.00 I 360.0Q.,____L_ ~O.()Q.,_. 7~Q...OOTaxAmount(inwords) : Indian Rupees Seven Hundred Twenty OnlyCompany's PAN : AAECP1378H

DeclaraiionWe declare that this invoice shows the actual price ofthe goodsdescribed and that all particulars are true and correct.

ThisisaComputerGeneratedInv()lc.~

Page 235: Addendum 1: Consultation Paper No: 03/2018-19

Invoice No. 69Ref. No:

Dated 19·Apr·2018

PUNJAB AUTOMOBILES (I) PVT LTDNEXT TO SOLA FLY OVER,NR. NEW HIGH COORTSOLA, AHMEDABAD'

GSTIN/UIN: 24AAECP1378H1ZGState Name: GUjarat, Code: 24CIN: U34103GJ2007PTC049926

Tax Invoice

Party: AIRPORTS AUTHORITY OF INDIA - 04/18

GSTIN/UIN : 24AMCA6412D1ZEState Name : Gujarat, Code: 24

SI Description of Goods HSN/SAC Quantity Rate per AmountNo. .- --. ~--.-1 Incidential Charges - 998729 4,000.002 Central Tax- 360.003 State Tax- 360.00

.

I'1- --.--_---- _------- -~-.-- j--- _._-_ ...__ ._---.---

Total Rs. 4,720.00Amount.Chargeable(in words)Indian Rupees Four Thousand Seven Hundred Twenty Only

E. &O.E

-----HSN/SAC Taxable Central Tax State Tax Total

Value Rate Amount Rate 1 Amount Tax Amount998729 4,000.00 9% 360.00 9%1 360.00 720.00

Total 4,000.00 360.00 _[ 360.00 720.00,_ ..__ .._--------- ._--Tax Amount (in words) : Indian Rupees Seven Hundred Twenty OnlyCompany's PAN : AAECP1378H

This is a ComputerGeneratedInvoice .

DeclarationWe declare that this invoice shows the actual price" of the goodsdescribed and that all particulars are true and correct.

Page 236: Addendum 1: Consultation Paper No: 03/2018-19

Dated 20-04-2018

VCH NO - 14061

PUNJAB AUTOMOBILES (I) PVT LTDNEXT TO SOLA FLY OVER,NR. NEW HIGH COURTSOLA, AHMEDABAD

GSTIN/UIN: 24AAECP1378H1ZGState Name: GUjarat, Code: 24CIN: U34103GJ2007PTC049926

Debit Note

Party: LESSEE: AIRPORTS AUTHORITY OF INDIAAHMEDABAD - 380004.

GSTJNIUIN : 24AAACAa412DtzE-state Name: GUJarat,'Code : 24

Mahindra Bolero ZLX

ISSUED DEBIT NOTE FOR BOLERO ZLX

RTO TAX

M.TAX

69568.00

10410.00

Rs. 79978.00TOTAL

Amount (in words) :

Indian Rupees Seventy NineThousand Nine Hundred ~eventy ~ight Only

Page 237: Addendum 1: Consultation Paper No: 03/2018-19

Dated 20·04·2018

VCH NO -14060

PUNJAB AUTOMOBILES (I) PVT LTDNEXT TO SOLA FLY OVER,NR. NEW HIGH COURTSOLA, AHMEDABAD

GSTIN/UIN: 24AAECP1378H1ZGState Name: Gujarat, Code : 24CIN: U34103GJ2007PTC049926

Debit Note

Party: LESSEE: AIRPORTS AUTHORITY OF INDIAAHMEDABAD - 380004.

GSTJNLUIN: 24AAAGAa412D1ZE-state Name: GOJ8rat,'Code : zzt

Mahindra Bolero ZLX

ISSUED DEBIT NOTE FOR BOLERO ZLX

RTO TAX

M.TAX

69568.00

10410.00

Rs. 79978.00TOTAL

Amount (in words) :

Page 238: Addendum 1: Consultation Paper No: 03/2018-19

Dated 20-04-2018

VCH NO - 14059

PUNJAB AUTOMOBILES (I) PVT LTDNEXT TO SOLA FLY OVER,NR. NEW HIGH COURTSOLA, AHMEDABAD

GSTIN/UIN: 24AAECP1378H1ZGState Name: Gujarat, Code: 24CIN: U34103GJ2007PTC049926

Debit Note

Party: LESSEE: AIRPORTS AUTHORITY OF INDIAAHMEDABAD - 380004.

C......_STINLUIN. 24AAACA6412D17F~ate Name: Gujar'at, 'Code : Z4

Mahindra Bolero ZLX

ISSUED DEBIT NOTE FOR BOLERO ZLX

RTO TAX

M.TAX

69568.00

10410.00

Rs. 79978.00TOTAL

Amount (in words) :

Indian Rupees Seventy Nine Thousan~ N_in~~_~~dr_e~_~~_~~nttEi~ht Only

Page 239: Addendum 1: Consultation Paper No: 03/2018-19

ReLIANce reJioncegeneral.co.in.Digitally signed by Sudlp 1.8" 00. . .... ·•.• 3.00· ... '" ". n.·.·Baneljee ' .. '. • . 7fDate: 2016.04.19

GENERALINSURANCEA_<Wi~~

To au!bentlcate your policy:1. vis~ htlps:/lscan.me/download2. Download the QR code scanning app3. Scan the QR code on this policy and beassured that you have an original policy

GSTIN :24AABCR6747B1ZM, HSN :9971, Subject to I.M.T.Endt.Nos.IMT 16,28,22Description of services: Motor vehicle insurance services

Deductible under Section-l (i) Compulsory deductible ~ 2000.0/- (ii) Additional compulsory deductible ~ 0/- (iii) Voluntary deductible ~ 0.0/-

Consolidated Stamp duty Paid vide GRAS GRN No. MH011427763201718E dated 06th March 2018** •• Not Applicable for the State of Jammu & Kashmir'

DIRECT / Direct

Intermediary Code/Name Intermediary Contact No. Intermediary E-mail 10

NA.

Page 1of9

Page 240: Addendum 1: Consultation Paper No: 03/2018-19

Iqauthenticate your Dollcy: .1. visit hHps:llscan.me/dOwnload2. Download the QR code scanning app3. Scan the QR code on this policy and be

assured that you have an original policy

GENilRALlNSUAANCE,,__ m_ relioncegenergJ~cQ.in

~~~~~~signed by Sudip 1800 3009Date: 2018.04.19

'~<3C<_,i ,~",1i l' "'x "Ir~wedVehicle Details ,

GSTIN :24MBCR6747B1ZM, HSN :9971,Descriptionof services: Motor vehicle insuranceservices

Deductible under Section-I (I) Compulsorydeductible~ 2000.0/- (ii) Additionalcompulsory deductible~ 0/- (iii) Voluntarydeductible~ 0.0/-

ConsolidatedStampduty Paid videGRAS GRN No. MH011427763201718Edated 06th March2018** •• NotApplicable for the State of Jammu& Kashmir

DIRECT I Direct

Intermediary Code/Name Intermediary Contact No.f

Intermediary E-maillD

NA

Page 1 of9 .

Page 241: Addendum 1: Consultation Paper No: 03/2018-19

reliancegeneral.coJn~~:~~Signed bySudip 1800 3009Date: 2018.04.19

ReLlh\NCe GEI'IERAI.INSURANCe."RIiI~-{.OI,:~~

To authenticate your policy;1. visithtlps:lIscan:me/download.2.DownloadtheQR code scanningapp3. Scan the QR code on this policy and beassuredthat you have anoriginal policy

ProposallCovernote No: R190418728911

6

FEB·2018

2523."",,,.,,...•,,,.••._••••"••.••..- •...•...•" ,•.._,..!••..,••.•..•." ". "'0

7

34504.00

GSTIN :24MBCR6747B1ZM. HSN :9971. Subject to I:M.T.Endt.Nos. IMT 16.28.22Description of services: Motor vehicle insurance services

Deductible under Section-I (i) Compulsory deductible '{. 2000,0/· (Ii) Additional compulsory deductible ~ 0/. (iii) Voluntary deductible ~ 0.0/-

Consolidated Stamp duty Paid vide GRAS GRN No. MH011427763201718E dated 06th March 2018·· .*Not Applicable for the State of Jammu & Kashmir

DIRECTI Direct

Intermediary Code/Name Intermediary Contacl No. Intermediary E-mail 10NA

Page 1 of9

Page 242: Addendum 1: Consultation Paper No: 03/2018-19
Page 243: Addendum 1: Consultation Paper No: 03/2018-19
Page 244: Addendum 1: Consultation Paper No: 03/2018-19